Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
06/20/2023
COUNTY COMMISSIONERS Joseph H. Earman, District 3, Chairman Susan Adams, District 1, Vice Chairman Joseph Flescher, District 2 Deryl Loar, District 4 Laura Moss, District 5 1. CALL TO ORDER BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY FLORIDA COMMISSION AGENDA TUESDAY, JUNE 20, 2023 - 9:00 AM Commission Chambers Indian River County Administration Complex 180127th Street, Building A Vero Beach, Florida, 32960-3388 www.ircgov.com John A. Titkanich, Jr., County Administrator Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller 2.A. A MOMENT OF SILENT REFLECTION FOR FIRST RESPONDERS AND MEMBERS OF THE ARMED FORCES 2.B. INVOCATION Jeffrey R. Smith, Clerk of the Circuit Court & Comptroller 3. PLEDGE OF ALLEGIANCE Commissioner Laura Moss 4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS 5. PROCLAMATIONS and PRESENTATIONS 5.A. Presentation of Proclamation Honoring Clerk Jeffrey R. Smith on his Retirement as the Indian River County Clerk of Circuit Court and Comptroller Attachments: Proclamation Jeff Smith 5.B. Presentation of Proclamation Honoring Richard France on his Retirement from the Indian River County Sheriffs Office Attachments: Proclamation 5.C. Presentation by the Treasure Coast Sports Commission to Announce the Jackie Robinson Training Complex as the Recipient of the Florida Sports Foundation's Small Market Venue of the Year Award June 20, 2023 Page 1 of 10 6. APPROVAL OF MINUTES 7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REQUIRING BOARD ACTION 7.A. SWDD Closures and Collection Service Changes for the 4th of July Holiday Attachments: Staff Report 7.B. Environmental Land Acquisition Panel - District 1 Appointee Attachments: Commissioners Memo Resume 8. CONSENT AGENDA 8.A. Award of RFP 2023036 for Ambulance Billing and Coding Services Attachments: Staff Report 8.B. Second Extension and Third Amendment to Agreement for As Needed Motor and Pump Repair (Bid 2019056) Attachments: Staff Report Second Extension and Amendment 8.C. Miscellaneous Budget Amendment 04 Attachments: Staff Report 2022 2023 Resolution Exhibit "A" 8.D. Miscellaneous Budget Amendment 05 Attachments: Staff Report 2022 2023 Resolution Exhibit "A" Public Hearing Advertisement 8.E. Amendment to Agreement 2020042 for Asphalt Paving and Resurfacing with C.W. Roberts Attachments: Staff Report Third Extension and Second Amendment 8.F. Sole Source Designation Requests Attachments: Staff Report Sole Source List 8.G. Change Orders for Fire Station 11 Remodel Attachments: Staff Report EDB Proposal and Opinion of Estimated Cost June 20, 2023 Page 2 of 10 8.H. Award of Annual Bid for Street Sweeping Services (Bid 2023039) Attachments: Staff Report 8.I. Second Extension and Modification to Agreements for Utilities Labor Contract (RFP 2020039) Attachments: Staff Report Second Extension and Modification - Hinterland Second Extension and Modification - CK 8.J. Approval of Continuing Consulting Engineering Services Rates for Agreement Attachments: Staff Report Exhibit 2 Rate Schedules 8.K. Automobile Liability Claim Settlement for Claimant Adele Beecher Attachments: Staff Report S.L. Quarterly Tourist Development Tax Report for Quarter Ending 03/31/23 Attachments: Finance Department Staff Report 8.M. Checks and Electronic Payments May 5, 2023 to May 11, 2023 Attachments: Finance Department Staff Report 8.N. Checks and Electronic Payments May 12, 2023 to May 18, 2023 Attachments: Finance Department Staff Report 8.0. Quarterly Investment Report for Quarter Ending 03/31/2023 Attachments: Investment Committee Report 8.P. Quarterly OPEB Trust Report for Quarter Ending 03/31/2023 Attachments: Investment Committee OPEB Report S.Q. Checks and Electronic Payments May 19, 2023 to May 25, 2023 Attachments: Finance Department Staff Report 8.R. Checks and Electronic Payments May 26, 2023 to June 1, 2023 Attachments: Finance Department Staff Report 8.S. Checks and Electronic Payments June 2, 2023 to June 8, 2023 Attachments: Finance Department Staff Report 8.T. Dori Slosberg Driver Education Safety Act - Indian River County Traffic Education Program Trust Fund Report - Cumulative Reporting Through 03/31/23 Attachments: Finance Department Staff Report June 20, 2023 Page 3 of 10 8.U. Resolution Delegating the Authority to the County Administrator or his Designee to Call Letters of Credit and to Act on Behalf of Indian River County during the Time Frame of July 12, 2023, through and including August 14, 2023 Attachments: Staff Report RESO Summer 2023 8.V. Work Order Number 1- Continuing Engineering Services RFQ 2023015- Victor Hart Sr. Enhancement Complex Restroom and Concession Facility Attachments: Staff Report Work Order #1 Exhibit A Fee Breakdown 8.W. Work Order Number 2- Continuing Engineering Services RFQ 2023015 - Intergenerational Recreation Center Dick Bird Park Improvements Attachments: Staff Report 2302_iGParklmprovements WO 2 2302_iGParklmp_ExhibitA 23-0525 2302_iGParklmp_Fee Breakdown -23-0525 8.X. Work Order Number 3- Continuing Engineering Services RFQ 2023015 West Wabasso Park Improvements Attachments: Staff Report 2303 WWabassoParklmp_WO-3 2303 WWabassoParklmp_ExhibitA 23-0525 2303 WWabassoParklmp_FeeBreakdown_23-0525 8.Y. Support Pursuit of a Florida Recreation Development Assistance Program (FRDAP) Grant for the Victor Hart Sr. Enhancement Complex and Gifford Aquatic Center Attachments: Staff Report Grant Form Victor Hart Park Improvements June 20, 2023 Page 4 of 10 8.Z. Annual HUD Grant Renewals for Continuum of Care (CoQ Programs Attachments: Staff Report FL0113L4H092210 FL01141-41-1092215 (1) FL0116L4H092215 (1) FL0119L4H092215 FL0338L4HO92209 FL036OL4HO92213 FL038OL4HO92208 FL0418L4HO92210 (1) FL044OL4HO92211(1) 8.AA. Children's Services Advisory Committee Recommended Program Funding Allocations for Fiscal Year 2023/24 Attachments: Staff Report CSAC Recommended Program Funding FY24 8.AB. Notice of Grant Award from the Indian River Lagoon Council - Small Grants Program - Contract #: 2023SG-07 Attachments: Staff Report Program Agreement IRLNEP Small Grants - Conservation 8.AC. Request for Release of a Portion of an Easement located at 1150 41st Avenue Attachments: Staff Report Map Depicting Portion of Easement for Release Map Depicting New Easement Created Proposed Resolution Releasing Portion of Easement 8.AD. Approval for 8th Street and 74th Avenue Utility Relocation due to Conflict with Florida Department of Transportation Project Attachments: Staff Report Utility Bid (Core & Main) Utility Bid (CK Contractors) Section E Back -Up - CK Contractors Bid 8.AE. Amendment No. 1 to Centerline, Inc. for West Wabasso Septic to Sewer Phase 313 Project Attachments: Staff Report Amendment No 1 West Wabasso S2S Phase 3A email correspondence June 20, 2023 Page 5 of 10 8.AF. Budget Amendment for Online Phosphorus Analyzers Attachments: Staff Report Quotation dated April 12, 2023 Sole Auth Manufacturer & Distributor Letter 8.AG. Final Payment to Masteller & Moler, Inc. for Work Order No. 10, North Sebastian Water and Sewer Project Phase 2 - Construction Phase Services Attachments: Staff Report Work Order No 10 Final Invoice 8.AH. F DEP Grant Agreement 23182 (Indian River County 2022 Hurricane Ian and Nicole Recovery Project) Attachments: Staff Report FDEP Grant Agreement 231R2 Grant Form No. 231R2 FDEP Hurricane Ian and Nicole Recovery Plan 8.AI. Additional Service No. 3, for Additional Civil Engineering Services Sandridge Golf Club - New Clubhouse Attachments: Staff Report Executed Agreement Add1 Service #1 Add'I Service # 2 Add'I Service #3 9. CONSTITUTIONAL OFFICERS and GOVERNMENTAL AGENCIES 9.A. Indian River County Sheriff Eric Flowers -- Forfeiture Trust Fund Attachments: Sheriffs Memorandum 10. PUBLIC ITEMS A. PUBLIC HEARINGS June 20, 2023 Page 6 of 10 10.A.1. Theta Capital Partners,LLC. request to rezone from CL, Limited Commercial District to CG, (RZON2023020007-941810 [Quasi -Judicial] Attachments: Staff Report Existing Zoning Map Existing Future Land Use Map Rezoning Application Table of Uses Future Land Use to Zoning District Ordinance for Execution approximately +/- 10.37 acres General Commercial District 10.A.2. Retreat at Citrus Ridge,LLC. request to rezone approximately +/- 51.78 acres from A-1 District (up to 1 unit/5 acres) to RM -6, Multiple -Family Residential District (up to 6 units/l acres) (RZON2006070074-94118) [Quasi -Judicial] Attachments: Staff Report Existing Zoning Map Existing Future Land Use Map Rezoning Application Sect 911.06 Agricultural and rural districts Sect 911.08 Multi -family residential districts Ordinance for Execution B. PUBLIC DISCUSSION ITEMS 10.11.1. Request to Speak from Jeff & Caroline Alter, Dave Ritter, Diane Beck, John & Sherry Shipley, Carey & Tiffinie Hervey re: Public Storm Drain System Corroding Property Attachments: Public Discussion Request Alter C. PUBLIC NOTICE ITEMS 11. COUNTY ADMINISTRATOR MATTERS 11.A. Deputy County Administrator's Employment Agreement Attachments: Staff Report Administrator's Matters Employment Agreement 2023 draft 11.B. Vacation Rental Code Enforcement Fines Attachments: Staff Report Administrators Matters 12. DEPARTMENTAL MATTERS A. Community Development B. Emergency Services June 20, 2023 Page 7 of 10 C. General Services D. Human Resources 12.D.1. Group Insurance Recommendations for Plan Year 2023/2024 Attachments: Staff Report E. Information Technology F. Office of Management and Budget G. Public Works 12.G.1. Award of Bid No. 2023016, 66th Avenue from 69th Street to CR-510/85th Street , IRC -1505B, FDOT FM 436379-2-54-01 Attachments: Staff Report Sample Agreement 12.G.2. Sector 7 Beach and Dune Restoration Project Update Attachments: Staff Report 12.G.3. Indian River County Lagoon Management Plan Project List Attachments: Staff Report Indian River County LMP project list Tetra Tech Public Outreach Workorder Tetra Tech Workorder execution form H. Utilities Services 13. COUNTY ATTORNEY MATTERS 13.A. Monitoring of Committees Attachments: Staff Report 13.B. Resolution to Adopt Water, Sewer, and Reclaimed Water Rates, Fees, and Other Charges Effective October 1, 2023 Attachments: Staff Report Atch A - Proposed Schedule of Rates, Fees, & Charges Atch B - Proposed Resolution Atch C - Comparison of Existing vs New Rates 13.C. County Attorney Position Attachments: Staff Report 14. COMMISSIONERS MATTERS A. Commissioner Joseph H. Earman, Chairman June 20, 2023 Page 8 of 10 14.A.1. Building Dedication Attachments: Commissioners Memo B. Commissioner Susan Adams, Vice Chairman C. Commissioner Joseph E. Flescher D. Commissioner Deryl Loar E. Commissioner Laura Moss 15. SPECIAL DISTRICTS AND BOARDS A. Emergency Services District B. Solid Waste Disposal District 15.B.1. Award of Bid for Class 1 Landfill Segment 3 Cell 3 Site Preparation Project (Bid #2023040) Attachments: Staff Report Geosyntec Evaluation of Bids Sample Agreement 15.11.2. Request for Approval of a Pilot Test by the Indian River Sustainability Center, LLC Attachments: Staff Report IRSC Pilot Test Letter 15.B.3. Update on SWDD Rate Study Attachments: Staff Report SWDD Rate Study Updated Tables C. Environmental Control Board 16. ADJOURNMENT June 20, 2023 Page 9 of 10 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. June 20, 2023 Page 10 of 10 PROCLAMATION HONORING CLERK JEFFREY R. SMITH ON HIS RETIREMENT AS THE INDIAN RIVER COUNTY CLERK OF CIRCUIT COURT AND COMPTROLLER Whereas, Clerk Jeffrey R. Smith will retire as the Indian River County Clerk of Circuit Court and Comptroller on June 30, 2023; and Whereas, Jeff graduated from the University of Central Florida with a degree in Finance in 1978 and earned his CPA license in 1984. Prior to starting his governmental career, he worked for a large CPA firm in Vero Beach and later started his own firm, Jeffrey R. Smith & Associates, PA in 1988; and Whereas, Jeff began his governmental career on October 6, 1992 with the Indian River County Clerk of Court and Comptroller's Office as an Accountant and then Assistant Finance Director through November 27, 1998. He then began working for the Board of County Commissioners as the Assistant Director of Utilities from November 30, 1998 through February 1, 2001. Later, he worked for the Tax Collector as the Assistant Tax Collector from February 2, 2001 through February 5, 2009. He returned home to the Clerk's Office on February 6, 2009 as its Chief Deputy and has remained since; and Whereas, in June of 2012, Jeff won an election unopposed to become Clerk of Court and Comptroller. On July 3, 2012, Jeff was sworn in as Clerk and was subsequently reelected unopposed for two additional terms; and Whereas, Jeff has been an impactful member in our community for his entire career, serving many organizations including The United Way of Indian River County, the Salvation Army, Indian River Foundation for the Elderly, Exchange Club of Indian River, Hundred Club of Indian River County, and many others throughout the years; and Whereas, Jeff has made countless contributions to Clerk's Offices throughout the state, serving on various committees within the Florida Court Clerks & Comptrollers and serving as the Chair of the Florida Clerk of Court Operations Corporation Executive Committee. He has also taught multiple sessions of the New Clerk Academy and mentored class members, always making himself available whenever any Clerk needed him; and Whereas, Jeff has been an impactful member of the financial community for his entire career including being President of the Florida Government Finance Officers Association, a 2,700-member organization of government finance professionals and elected officials from around the state. In addition, Jeff is a member of the Florida Institute of Certified Public Accountants, the American Institute of Certified Public Accountants, and the Government Finance Officers Association of the United States and Canada; and Whereas, Jeffrey R. Smith has been an amazing leader to his employees, caring for each and every one of them. He will be missed greatly by his staff. Naw, therefore, be it procCaimed by the Board Of County Commissioners Of Indian River County, FCorida, that the Board commends Clerk Jeffrey R. Smith for his wonderful career, incredible dedication to his employees, and to the work that he has accomplished for the residents of Indian River County, and the Board extends its heartfelt wishes for success in his future and a long and very happy retirement! Adopted this 20th day of June, 2023. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA Joseph H. Earman, Chairman Proclamation HONORING RICHARD FRANCE ON HIS RETIREMENT FROM THE INDIAN RIVER COUNTY SHERIFF'S OFFICE -Whereas, Sergeant Richard France is retiring from the Indian River County Sheriff's Office, effective June 30, 2023; and -Whereas, Richard began his journey in law enforcement in 1992, and has served with distinction for over thirty years, working diligently under four sheriffs, to protect and serve the citizens of Indian River County and the State of Florida; and -Whereas, during his thirty-year law enforcement career, Richard has served in many capacities including Booking Deputy, Transportation Deputy and served on the CERT Team. -Whereas, over his tenure, Richard's demonstrated ability for leadership, and irreproachable professionalism, duly resulted in his promotion to the rank of sergeant, many acknowledgements, and commendations, including 10 years of Perfect Attendance and the Grand Cordon Award; and -Whereas, Richard's remarkable dedication to his profession has earned him the appreciation of Sheriff Flowers and all those who have had the pleasure of working with him. Wow, 71herefore, be it Proclaimed by the Board of County Commissioners of Indian River County, Florida, that the Board lauds the contributions Sergeant Richard France has made to the citizens of Indian River County during his highly -successful law enforcement career and wishes him a happy and prosperous retirement. Adopted this 20th day of June, 2023. BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY, FLORIDA Joseph H. Earman, Chairman Susan Adams, Vice Chairman Joseph E. Flescher Deryl Loar Laura Moss Date: June 5, 2023 To: Through: Indian River County, Florida Department of Utility Services Board Memorandum The Solid Waste Disposal District Board of County Commissioners John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services Informational Item Prepared By: Jill Brown, Recycling Specialist, SWDD Sue Flak, Recycling Education and Marketing Coordinator, SWDD Subject: SWDD Closures and Collection Service Changes for the 4th of July Holiday Recommendation: In observance of the 4th of July Holiday, the Main County Landfill and the five Customer Convenience Centers will be closed on Tuesday, July 4, 2023. In addition, there will be no residential curbside services for recycling, garbage, or yard waste on that day. The chart below provides information regarding collection services in unincorporated county and the municipalities. Residents may visit the Indian River County website at: www.indianriver.gov for more information. Unincorporated IRC Garbage services will be shifted by one da Tues. customers will be serviced on Wednesday, Wed. customers will be serviced on Thursday, City of Fellsmere this will continue though Saturda Monday, July 3rd pickup will remain the If you have questions regarding your service schec City of Sebastian please call Waste Man agement at 569-1776. If you are a Tuesday customer, your garbage will be City of Vero Beach serviced on your next scheduled service day. If you have questions regarding your service schedule, please call the City of VB Solid Waste Division at 978-5300. No changes to garbage services. Town of Orchid If you have any questions regarding yours ervice schedule, please call the Waste Pro at 595-9390. If you are a Tuesday customer, your garbage will be Indian River Shores serviced on your next scheduled service day. If you have questions regarding your service schedule, please call Republic Services at 562-6620. 76 June 20, 2023 Informational Item INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: June 5, 2023 SUBJECT: Environmental Land Acquisition Panel -- District 1 Appointee FROM: Susan Adams Commissioner, District 1 It is my pleasure to announce that Samantha Lee McGee (Sammy) shall serve as my Appointee representing District 1 on the Environmental Land Acquisition Panel (ELAP). Attachment: Resume !! Samantha Lee McGee (Sammy) Sammyleemcgee@hotmail.com P.O. Box 35 Fellsmere, FL 32948 321-298-6505 Objective To help protect, preserve, and enhance Florida's ecosystems through stewardship, education, restoration, research, and relationship Education St. Andrews College, Laurinburg, NC Bachelor of Arts in Environmental Science May 1998 Bachelor of Arts in Religious Studies, May 1998 GPA: 3.99/4.00 Brevard Community College, Palm Bay, FL Fundamentals of Geographic Information Systems Fundamentals of Global Positioning Systems Central Wyoming College, Lander, WY Wilderness Emergency Medical Technician Certification National Outdoor Leadership School Wind River Expedition Graduate Training, Certifications, Awards & Licenses * Certified Prescribed Burn Manager # 20124387 * FL Driver's License M200-792-76-525-0 * 2014 Jim Stevenson Resource Manager of the Year * Interagency Basic Prescribed Fire Course * 1-100: Incident Command * S-130: Introduction to Fire Behavior * S-190: Introduction Wildland Fire Behavior * Standards for Survival * S-131: Advanced Fire Fighter * S-214: Southern Area Engine Academy * S-211: Portable Pumps and Water Use * S-215: Fire Operations in the Wildland/Urban Interface * S-290: Intermediate Wildland Fire Behavior * Florida Fire Behavior/Florida Fuels and Weather * ESRI ArcGIS 9 for Natural Resources Course * Florida Pesticide Applicators License for Natural Areas * Florida Boating Safety Certification * US Forest Service Tree Climbing Certification * US Forest Service Chainsaw Use in Trees Certification * American Red Cross Level I and 11 Disaster Services Courses * Annual Pack Test and Shelter Refresher since 2005 * ATV Rider Course 5 McGee page 2 Experience Environmental Specialist I February 2004 — Present Florida Park Service, St. Sebastian River Preserve State Park, FL Outline restoration priorities and implement upland and wetland restoration. Prepare, plan,... and implement prescribed fire activities. Respond to wildland fires. Directly manage and monitor a variety of protected species including Florida scrub -jay, Red -cockaded woodpecker, Brown -headed nuthatch, Bald eagle, and Gopher tortoise. Prioritize invasive plant eradication strategy and directly treat. Develop and coordinate mitigation projects. Write management plans, grants, land management reviews, and other reports. Participate in public meetings and forums. Develop and implement interpretive programs, public events, guided hikes, ranger talks, and produce various educational materials. Develop and maintain contracts, grant proposals, joint participation agreements, memorandums of understanding and provide budgetary oversight for the above. Help repair and maintain park facilities and public use areas. Provide protection, visitor safety and other visitor services. Maintain equipment such as UTV's, ATV's, fire trucks, chainsaws, tractors, swamp buggies, herbicide pumps/sprayers, and fire pumps. Operate heavy equipment: Supervise 2-4 employees, AmeriCorps teams and members, a robust volunteer program, and all resource management related contractors. Maintain GIS data base and produce various maps using ArcMap. Work closely with other conservation related agencies, non -profits, and cooperators to foster relationships and work toward common goals through teamwork. Volunteer Chairperson 2018 — Present Central Florida Prescribed Fire Council Serve as chairperson for the largest prescribed fire council in the country, a certified 501 c. Develop long term goals, objectives, and facilitate strategic planning. Plan and execute a variety of prescribed fire related trainings, conferences, webinars, festivals, and workshops for both wildland fire practitioners and the public. Supervise and organize fellow officers and steering committee members. Oversee the preparation of IRS documents. Sponsor and provide an annual meeting, usually drawing between 225-600 participants, with content that meets the requirements to maintain prescribed burn manager certification, Society of American Forester, and Continuing Forestry Education credits. Solicit sponsorships, and raise funds through raffles, T shirt sales, and other fundraising strategies. Certified Prescribed Burn Manager 2012 — Present Participated in prescribed fires and wildfire response since 2002, initially with the Brevard County Environmentally Endangered Lands Program and currently with the Florida Park Service. Obtained Prescribed Burn Manager Certification in 2012. Burn throughout the state in all fire type communities with a special focus on flatwoods, scrub, scrubby flatwoods, sandhill, and prairie. Served as crew for 52 prescribed fires, line boss for 84, and burn boss for 7, totaling well over 50,000 acres. Responded to 27 wildfire incidences and served as Incident command for 9 of those responses. Environmental Specialist I April 2003 — February 2004 East Coast Florida Aquatic Preserves, FLDEP, FL Monitored submerged aquatic vegetation and other benthic habitats in the Indian River Lagoon. Conducted restoration activities on spoil islands throughout the IRL and Mosquito 6 Lagoon. Monitored water quality in the Sebastian River using YSI datasondes. Assisted in the creation of management plans and grant proposals. Central Region Intern November 2002 - April 2003 Environmentally Endangered Lands Program, Brevard County, FL Assisted the Central Region Land Manager with invasive plant control, maintenance, and restoration of three conservation lands in Brevard County. Recycling Production Coordinator May 2001 - September 2002 Resource Revival, Portland, OR Assembled and created handmade products for a company dedicated to finding new uses for discarded materials. Managed quality control, packing and shipping, and the timely empletion of large orders. E Eco -Crew Supervisor February 2001 - April 2001 Educational Service District 912, Vancouver, WA Supervised students involved in an alternative work program focused on riparian zone revitalization. Collaborated with non -profits and state agencies to design and implement s habitat revitalization projects. Water Educator July 2000 - October 2000 Bureau of Environmental Services, Portland, OR. . Educated the public about Portland's water resources and how they could contribute to the efforts to reduce the amount of raw sewage flowing into the Willamette River. Assessed homeowner's properties for possible downspout disconnections. Envirocorps Team Leader August 1999 - July 2000 AmeriCorps program with Educational Service District 112, Vancouver, WA Led a team of ten 18 -24 -year-olds through a program in which we coordinated volunteers and implemented environmental revitalization projects throughout the Pacific Northwest. Corps Member October 1998- August 1999 Americorps National Civilian Community Corps, Charleston, SC Served on a team and traveled throughout the southeast US and Puerto Rico working on various projects in the areas of environmental revitalization and education, unmet human needs, and disaster relief. Resident Director May 1998 - October'1998 Yellowstone National Park, Mammoth Hot Springs, WY Maintained the facilities, enforced the rules and regulations, and coordinated activities for over 150 employees of AMFAC, the concessionaire for Yellowstone National Park. Resident Coordinator August 1997 — May 1998 St. Andrews Presbyterian College, Laurinburg, NC Coordinated activities and enforced the rules and regulations for a dorm that housed 85 students. Acted as a liaison between the counseling department, health services, and academic services. Conference Center Ranger Summer 1995 Montreat Conference Center, Montreat, NC . _ . Maintained grounds and handled finances. Taught trail safety skills to adults and led youth hikes and activities. Educated the public and enforced park regulations. 7 References 1. Dylan Gavagni, Former Manager of St. Sebastian River Preserve State Park Currently the Virginia Department of Conservation and Recreation Natural Heritage SE Region Operations Steward Relationship: Former Supervisor for 8 years and coworker for additional 5 years 1548a Holland Rd. Suffolk, VA 23434 Dylan.Gavagni@dcr.Virginia.gov (321) 948-0787 - - 2. Maria Zondervan, Former Land Manager with St. Johns River Water Management District for over 20 years Relationship: Long-term Agency Cooperator 6197 Linneal Beach Drive Apopka, FL 32703 Mzondervan123@gmail.com (407) 832-4242 3. Greg Hagan, Tall Timbers Ecological Research Station Upland Ecosystem Restoration Project Coordinator Relationship: Long-term Grant Cooperator 13093 Henry Beadel Drive Tallahassee, FL 32312 Ghagan(a7talltimbers.org (850) 508-4437 4. Christina Neaf-Dodge, Former AmeriCorps Member Currently with FFWCC Aquatic Invasive Plant Program Relationship: 1 supervised her during her AmeriCorps term of service 8344 Florida Boys Ranch Road Groveland, FL 34736 cpneaf(a-)-yahoo.com (407) 313-3137 CONSENT INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: June 12, 2023 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John Titkanich, County Administrator Kristin Daniels, Director, Office of Management and Budget FROM: Jennifer Hyde, Purchasing Manager SUBJECT: Award of RFP 2023036 for Ambulance Billing and Coding Services BACKGROUND: Ambulance billing and medical coding services have been provided since April 20, 2001 by Per -Se Technologies, currently doing business as Change Healthcare ("Change"), under an agreement approved by the Board, and resulting from an Invitation to Bid ("Bid"). Due to the longevity of the agreement, the Emergency Services District's Fire Rescue Division ("Division") recommended a Request for Proposals ("RFP") be issued for a new contract, in anticipation of rates more favorable to the County, as well as an improvement in service to both the County and the Division's patients. DISCUSSION: A selection committee comprised of David Rattray, Fire Chief, Steve Greer, Battalion Chief, Beth Casano, Administrative Assistant, Raeanne Cone, Assistant Finance Director, and Ed Halsey, Internal Auditor, individually reviewed and scored the received proposals. A public meeting was held during which each committee member read their ranking of firms, and an overall initial ranking of firms developed. The committee invited the three top-ranked proposers to participate in interviews and demonstrations of both the County's interface with the provider's system, and the patient portal. At the conclusion of interviews, the committee members read their ranking of firms, and the final ranking was developed, as shown below. 1. EMS Management & Consultants 2. Digitech Computer, LLC 3. Change Healthcare Technology Enabled Services 4. Credit Bureau Systems/Ambulance Medical Building 5. Quick Med Claims 6. EMS Consultants/Elevos The committee recommends award to EMS Management & Consultants ("EMS I MC"). A sample agreement was included in the RFP, and EMS I MC has agreed to that agreement as presented by the County. CONSENT After the final ranking was published, the current provider, ranked third by the committee, emailed the Division, noting that the current term of the agreement with Change does not end until April 30, 2024. The agreement, authored by the vendor, includes automatic one- year extensions, unless either parry provides a written 90 -day notice of intent to terminate. The Purchasing Manager reached out to Change and asked for consideration of an earlier, mutually -acceptable, termination date. This request was rejected by Change. After the Board's award of the RFP, staff will submit written notice of our intent to terminate the agreement with Change, effective no later than April 30, 2024, which is the last date of the current term. The term of the new agreement is anticipated to be three years, with two three-year renewals available. The agreement will be presented for consideration at an upcoming Board meeting. FUNDING• The current and proposed fees for ambulance billing services are shown in the table below: Percentage of Net Collections 6.8% 4.75% Additional Per Medicaid patient $13.50 $9.50 Per client prior claim (previous month) $7.50 n/a Prior A/R Gross Collections 10% n/a EMS IMC's fees also include 6% of the reimbursements received by the County under the Public Emergency Medical Transportation ("PEMT") program (through the Florida Agency for Health Care Administration) for Medicaid Fee for Service provided by their partner, Public Consulting Group ("PCG"). Funding for ambulance billing comes from the Fire Rescue/Other Professional Services Account. Fees paid to Change in the previous fiscal year were $460,261. Fees paid under the existing agreement over the past 22 years total more than $6.8 million. Total fees paid to the new provider are anticipated to be lower. Account Number Account Description Current Balance 11412022-033190 Emergency Services District/Fire $21'142 Rescue Other Professional Services RECOMMENDATION: Staff recommends the Board approve the final ranking of firms, authorize staff to execute final negotiations with EMS Management & Consultants, and authorize the Purchasing Manager to issue the notice of intent to terminate the existing agreement with the current provider. 10 CONSENT INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: May 15, 2023 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John Titkanich, Jr., County Administrator Kristin Daniels, Budget Director PREPARED BY: Jennifer Hyde, Purchasing Manager SUBJECT: Second Extension and Third Amendment to Agreement for As Needed Motor and Pump Repair (Bid 2019056) BACKGROUND: The Board of County Commissioners awarded bid 2019056 to Florida Armature Works, Inc. and Kaman Industrial Technologies Corp, on August 13, 2019, for as needed motor and pump repair services. On December 7, 2021, the first amendment to the Florida Armature Works agreement was approved by the Board, appending the terms of the agreement to authorize other agencies to piggyback, and to incorporate E -verify requirements. On September 13, 2022, the first extension and second amendment to the Florida Armature Works agreement was approved by the Board, appending the terms of the agreement to include new federal clauses. DISCUSSION: The first extension term of this agreement will end on August 12, 2023. Staff has requested an extension to the agreement for the final one-year renewal period. The agreement also requires amendment to incorporate changes to federal contract terms that would be required in the event the agreement is utilized following a disaster, or other federally - funded grant work. SOURCE OF FUNDS: Repairs will be paid from the following accounts, which are funded from water and sewer revenues: Account Account Desc Spent FY to Date Estimate for Next FY 47121836-044699 Utilities/WW Treatment/Utility R&R $4,897.96 $9,000 47121936-044699 Utilities/Water Production/Utility R&R $12,530.76 $20,000 Utilities/Wastewater Collection/Lift Station 47126836-044699-19512 Rehabs $24,809.97 $55,000 11 CONSENT RECOMMENDATION: Staff recommends the Board approve the second extension and third amendment to the agreement with Florida Armature Works, Inc., and authorize the Chairman to execute it after the County Attorney has approved it as to form and legal sufficiency. ATTACHMENTS: Second Extension and Amendment 12 SECOND EXTENSION AND THIRD AMENDMENT TO AGREEMENT FOR AS NEEDED MOTOR AND PUMP REPAIR This Second Extension and Third Amendment to that certain Agreement to provide as needed motor and pump repair is entered into effective as of August 13, 2023, by and between Indian River County, a political subdivision of the State of Florida ("County") and Florida Armature Works, Inc. ("Contractor"). BACKGROUND RECITALS WHEREAS, the County and the Contractor entered into an Agreement for as needed motor and pump repair effective August 13, 2019; and WHEREAS, Paragraph 3 of the Agreement contains the term, and renewal provisions are incorporated by reference of the RFP, Scope of Services, second paragraph; and WHEREAS, the first term commenced effective as of August 13, 2019 and ended on August 12,2022; and WHEREAS, the first extension commenced effective as of August 13, 2022 and will end on August 12, 2023; and WHEREAS, pursuant to the Agreement, the parties desire to extend the Agreement for an additional one year; and WHEREAS, the parties desire to add additional requirements to Article 10 — Federal Clauses section, in accordance with 2 C.F.R. NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the County and the Contractor agree as follows: 1. The background recitals are true and correct and form a material part of this First Extension and Third Amendment. 2. The Second renewal term shall commence effective August 13, 2023 and shall end on August 12, 2024. There are no renewals available on the contract. 3. The following paragraphs are added to Article 10 - Federal Clauses section: P. Equal Employment Opportunity. During the performance of this contract, the contract agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, 13 sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination' rates of pay or other forms of compensation' and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicant for employment, notices to be provided setting forth the provision of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 4. All other terms and provisions of the Agreement shall be unchanged and remain in full force and effect. 14 IN WITNESS WHEREOF, the parties have caused this Second Extension and Third Amendment to be executed effective the day and year first set forth above. Florida Armature Works, Inc. By: Printed name: Title: (Corporate Seal) Date: INDIAN RIVER COUNTY, FLORIDA. BOARD OF COUNTY COMMISSIONERS By: Joseph H. Earman, Chairman Attest: Jeffrey R. Smith, Clerk of Circuit Court And Comptroller By: Deputy Clerk Approved: John A. Titkanich, Jr. County Administrator Approved as to form and legal sufficiency: Dylan Reingold County Attorney 15 Consent Agenda Indian River County Interoffice Memorandum Office of Management & Budget To: Members of the Board of County Commissioners Through: John A. Titkanich, Jr. County Administrator From: Kristin Daniels Director, Office of Management & Budget Date: June 14, 2023 Subject: Miscellaneous Budget Amendment 04 Description and Conditions: 1. The Main Library has received $15,219 from Norman Joost's estate. An additional $381 has been received in donations. Exhibit "A" appropriates funding of $15,600 to the General Fund/Main Library/Audio-Visual. 2. On March 8, 2022, the Board of County Commissioners approved a Small County Outreach Program (SCOP) Grant Agreement with the Florida Department of Transportation (FDOT) for the Construction (Milling and Resurfacing) and Construction Engineering Inspection Services of Indian River Blvd. from Merrill Barber Bridge to 53rd Street in the amount of $3,369,906. On March 28, 2023, the Board approved Supplemental Agreement No. 1 to increase grant funding by $475,818. Exhibit "A" appropriates the $3,845,724 grant revenue and expenditure. 3. The County Attorney's Office has been awarded a grant from the City, County and Local Government Law Section, Grant Committee, Florida Bar. Exhibit "A" appropriates the $1,300 grant revenue and expenses to fund a summer intern. 4. On May 2, 2023, the Board of County Commissioners approved the County Administrator's travel for the remainder of FY 2023. Exhibit "A" appropriates $1,500 to General Fund/County Administration/Tuition/Registration from General Fund/Reserve for Contingency. 5. Legal Services in the Environmental Control Department are higher than projected. Exhibit "A" appropriates $6,000 from General Fund/Reserve for Contingency. 6. Section 8/Rental Assistance has received additional Emergency Housing Vouchers and Port In Reimbursement funds. Exhibit "A" appropriates the additional $58,454 in the revenue and expense accounts. Staff Recommendation Staff recommends the Board of County Commissioners approve the budget resolution amending the fiscal year 2022-23 budget. 16 RESOLUTION NO. 2023- A RESOLUTION OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE FISCAL YEAR 2022-2023 BUDGET. WHEREAS, certain appropriation and expenditure amendments to the adopted Fiscal Year 2022-2023 Budget are to be made by resolution pursuant to section 129.06(2), Florida Statutes; and WHEREAS, the Board of County Commissioners of Indian River County desires to amend the fiscal year 2022-2023 budget, as more specifically set forth in Exhibit "A" attached hereto and by this reference made a part hereof, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that the Fiscal Year 2022-2023 Budget be and hereby is amended as set forth in Exhibit "A" upon adoption of this Resolution. This Resolution was moved for adoption by Commissioner , and the motion was seconded by Commissioner , and, upon being put to a vote, the vote was as follows: Chairman Joseph H. Earman Vice Chairman Susan Adams Commissioner Joseph E. Flescher Commissioner Deryl Loar Commissioner Laura Moss The Chairman thereupon declared this Resolution duly passed and adopted this day of , 2023. Attest: Jeffrey R. Smith Clerk of Court and Comptroller as Deputy Clerk INDIAN RIVER COUNTY, FLORIDA Board of County Commissioners :5 I:y1 APPROVED AS TO FORM AND LEGAL SUFFICIENCY COUNTY ATTORNEY 17 Resolution No. 2023 - Exhibit "A" Kristin Daniels, Budget Director Budget Amendment 04 1of1 18 Type Fund/ Department/Account Name Account Number Increase Decrease Revenue General Fund/Donations/Main Library 001038-366095 $15,600 $0 1. Expense General Fund/Main Library/Audio-Visual 00110971-035480 $15,600 $0 Revenue Secondary Roads/SCOP Grant -IR Blvd 109033-334400-21014 $3,845,724 $0 2. Resurface Expense Secondary Roads/IR Blvd Resurface Barber to 10921441-053360-21014 $3,845,724 $0 53rd St Revenue General Fund/Misc Revenue/Florida Bar Intern 001038-366044 $1,300 $0 Grant General Fund/County Attorney/Budgeted 00110214-011190 $1,199 $0 Temporary Position 3. General Fund/County Attorney/Social Security 00110214-012110 $74 $0 Expense General Fund/County Attorney/Medicare 00110214-012170 $17 $0 General Fund/County Attorney/Workers 00110214-012140 $10 $0 Compensation General Fund/County 00120112-035430 $1,500 $0 4. Expense Administrator/Tuition/Registration Fee General Fund/Reserve for Contingency 00119981-099910 $0 $1,500 General Fund/Environmental Control 00125229-033110 $6,000 $0 5. Expense Board/Legal Services General Fund/Reserve for Contingency 00119981-099910 $0 $6,000 Section 8/HUD Emergency Housing Vouchers 108033-331670-21108 $20,188 $0 Section 8/Port In Admin Fees Earned 108034-349006 $1,592 $0 Revenue Section 8/Fraud Admn Fees 108034-349007 $1,904 $0 6. Section 8/Port In Reimbursements 108034-349016 $34,770 $0 Section 8/Rental Assistance/Overtime 10822264-011140 $15,000 $0 Expense Section 8/Rental Assistance/Port In Payments 10822264-036731 $21,727 $0 Section 8/Rental Assistance/Port Out 10822264-036732 $21,727 $0 Payments 1of1 18 c� • 2b • 23 Pc, P\, avt�D *� TD Tkcrti. 10. 432 �'A 11 -2# CONSENT INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: June 5, 2023 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management and Budget PREPARED BY: Jennifer Hyde, Purchasing Manager SUBJECT: Amendment to Agreement 2020042 for Asphalt Paving and Resurfacing with C.W. Roberts BACKGROUND: On June 23, 2020, Board awarded annual bid 2020042 to C.W. Roberts Contracting, Inc. ("CWR") for asphalt paving and resurfacing services. The work includes materials, equipment, labor and Maintenance of Traffic (MOT) required to complete the work as requested by the Road and Bridge Division under the pavement management program. The initial term of award was July 2, 2020 through July 1, 2021, with two one-year renewals available. The first renewal was executed by the Purchasing Manager, as authorized by the Board, effective July 2, 2021 and the second renewal was approved by the Board effective July 2, 2022 and will expire on July 1, 2023. CWR has agreed to an extension to the agreement to allow time for solicitation, receipt, and award of new bids, for the period July 2, 2023 through September 31, 2023, with no change to pricing. SOURCE OF FUNDS: Annual expenditures will be as shown below: Account Number Account Description Spent FY to date Projected total FY 13821441-053360 ARP Funds/Road & Bridge/Road $472,705.00 $2,506,414 Resurfacing RECOMMENDATION: Staff recommends the Board approve the third extension and second amendment to the agreement with C.W. Roberts Contracting, Inc., and authorize the Chairman to sign it after approval by the County Attorney as to form and legal sufficiency. ATTACHMENT: Third Extension and Second Amendment 27 THIRD EXTENSION AND SECOND AMENDMENT TO AGREEMENT FOR ASPHALT PAVING AND RESURFACING This Third Extension and Second Amendment to that certain Agreement to provide Asphalt Paving and Resurfacing is entered into effective as of July 2, 2023 by and between Indian River County, a political subdivision of the State of Florida ("County") and C.W. Roberts Contracting, Inc. ("Contractor"). BACKGROUND RECITALS WHEREAS, the County awarded the work to Contractor under bid 2020042 on July 2, 2020, and WHEREAS, the first extension was executed, effective as of July 2, 2021, with the term ending on July 1, 2022; and WHEREAS, the second extension was executed, effective as of July 2, 2022, with the term ending on July 1, 2023; and WHEREAS, the parties desire to extend the Agreement for an additional three-month period; and WHEREAS, the parties desire to update requirements to the Federal Clauses section, in accordance with 2 C.F.R.; and NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the County and the Contractor agree as follows: 1. The background recitals are true and correct and form a material part of this Third Extension and Second Amendment. 2. The third renewal term shall commence effective July 2, 2023 and shall end on September 30, 2023. 3. Article 10 - Federal Clauses is modified as follows: A. Equal Employment Opportunity. During the performance of this contract, the contract agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination' rates of pay or other forms of compensation' and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicant for employment, notices to be provided setting forth the provision of this nondiscrimination clause. 28 (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. 4. All other terms and provisions of the Agreement shall be unchanged and remain in full force and effect. IN WITNESS WHEREOF, the parties have caused this Third Extension to be executed effective the day and year first set forth above. C.W. Roberts Contracting, Inc. By: Printed name: Title: (Corporate Seal) Date: 2 INDIAN RIVER COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS Joseph H. Earman, Chairman Attest: Jeffrey R. Smith, Clerk of Circuit Court And Comptroller By: Deputy Clerk Approved: John A. Titkanich, Jr. County Administrator Approved as to form and legal sufficiency: Dylan Reingold County Attorney 29 Exhibit 1 — First Amendment (Bid 2020042) Item Description UOM Updated Price 1 SUPERPAVE SP -9.5 (LESS THAN 25 TONS PER MOBILIZATION) TN (Road) TN (Lot) $416 $426 2 SUPERPAVE SP -9.5 (25-99 TONS PER MOBILIZATION) TN (Road) TN (Lot) $262 $272 3 SUPERPAVE SP -9.5 (100-299 TONS PER MOBILIZATION) TN (Road) TN (Lot) $191 $201 4 SUPERPAVE SP -9.5 (300 TONS OR MORE PER MOBILIZATION) TN (Road) TN (Lot) $153 $163 5 SUPERPAVE SP -12.5 (0-299 TONS PER MOBILIZATION) TN (Road) TN (Lot) $191 $201 6 SUPERPAVE SP -12.5 (300 OR MORE TONS PER MOBILIZATION) TN (Road) TN (Lot) $153 $163 7 FRICTION COURSE FC -9.5 TN $222 8 FRICTION COURSE FC -12.5 TN $213 9 TACK FOB GALLON GAL $8.25 10 PRIME SY $1.25 11 PRIME AND SAND SY $2.00 12 HOT ASPHALT FOR PICK UP FOB AT PLANT SP -9.5 TN $94.00 13 TEMPORARY STRIPING LF $5.00 14 NIGHT WORK (INCREASE) TN $12.50 15A COST FOR MILLING & CLEAN UP 0-2,500 SY AND UNDER SY $6.25 15B COST FOR MILLING & CLEAN UP 2,501-5,000 SY SY $5.00 15C COST FOR MILLING & CLEAN UP 5,001 TO 15,000 SY SY $4.00 15D COST FOR MILLING & CLEAN UP 15,001 SY AND OVER SY $3.75 16 TIE-INS EA $1,250.00 3 30 IOM INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: June 12, 2023 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John Titkanich, County Administrator Kristin Daniels, Budget Director FROM: Jennifer Hyde, Purchasing Manager SUBJECT: Sole Source Designation Requests and Utilization Update BACKGROUND: Many of the key pieces of equipment utilized throughout the County are specialized due to facility design, and/or are standardized for consistency of operations, especially in the Utilities Department. Many of these items are identified as sole source, as they are only available from the manufacturer, or the manufacturer's lone authorized distributor for our area. Most of the sole source items are presented to the Board for designation, to facilitate the use of Purchase Orders soon after the need for the goods or services are required, and to ensure the expenditures for each item or vendor are appropriately authorized. ANALYSIS: Staff have identified additional sole source items that should be added, and some items previously designated as sole source that are due for update, or review and renewal by the Board. Current memos from each manufacturer describing their sole source for our purposes are on file in the Purchasing Division. The full list of Board -designated sole source vendors is attached, and includes the current requests for renewals and new designations, as well as the other active designations. There are currently 104 active designations, with 16 of those requested for update and/or renewal. As directed by the Board, staff has been tracking the sole source expenditures for each of the previously -approved sole source items and services, with those amounts provided in the far right column of the sole source list. The total expenditure on sole source designated expenditures since April 1, 2021 is $12,040,985. The total three-year estimated expenditure on sole source items, for those designation requests that provided an estimate, was $23,006,002. SOURCE OF FUNDS: Funds for purchases and repairs will vary depending on the department, item use and location. 31 RECOMMENDATION: Staff recommends the Board of County Commissioners declare the vendors and products indicated as "new," "update," or "renew" on the list of sole source vendors as sole source for a three-year period, and authorize the Purchasing Division to issue purchase orders in lieu of formal bids or quotes, and as funding is approved by the Budget Department. Attachment BCC Sole Source List for June 20 32 a S L 6~ O N ^ VO} ^ to M O N m O ll O M Of O-1 tj H Q C � N an N Vf N N N VF o a � Dy h h h N N N N N N N H N N O _ V M n M N M 0 elf 0 N o M N VI N M o M o NM ,� M r o d w v v v v w v E v d a a O � u v o: p m d q m n v O E w m ry v ry m '" 'o' c n 0 0 3 u c A `^ 5 5 a A `o Y R "o w a o o 'N d E A o— n a c E t m C c y .N 5 ` o a o o Cx 'u5 .o y aS.c Yn c m Y O0� f y C p Yn o � — �v Jou w °u Q E~� 01 C o. 1O x o v dwd090 u` ^' m E A o: n E > E au o u d H G o �n oD wtZ a d x Evdi aq o yogi!¢— x c c C oo o E n Er azo c Eii d �t �°' E °i%i ¢�`c,t" 'c° u E rmaJx d 1O vio Y�f 5 f E,, E c ca m m E o Z, d n as — c c m d y d u c E c y ? Q o m a c o d '" ° 'o" H E E��u u= a _—c, c i °d° ¢ c�no N u= m o i o 0 > t� +On ), 0 0 OD E=_ « u? 4 m W S N7 E i n a W u O q� o w g L L S L L y w E vNi E a oc` « O m N c N o o _� u a a n m 3 o u E oo 3 a i r= N 3 o c q+ f S 3 ? m c O a o O m n��=o«?�� Y E H U '° l7 N H ` a 1- N 6i d 4✓ E C C a o j c u O - d E — a L o 3 3 u' o u On d 'e \ u o v ¢ t o o !_ > o �c° 3 ; o m` ` — .a c K °' c o n n s o N u r „u a r Q -' c o 3 d � E c � a u w - .N o- q ry = m p o u d a $ c ° >o n > F c o o gu 3 0 °1 o x m E E d W = = d w— .r E i°u c c > Lo V O O S y Y Y C ydj y n u f? V O c Vlo x x x a m L p? N W o , C lo o o d E an d d N 2 e p o LO d a o S u 'o y y pn o c u o ¢ t ~ m c c Uo : o a O Q y m V o o W a 32 `' w o ° Q C N 'N N N M d 0 Cq N N N N N N N N N VI N N N N N N N N O F k m V _ w O J J _ J _ JJ .0 :3 .i J t J J J J J 7 J J 7 J J J m `o « u n E u c x 2 a m d y t n t O n .q a s c v is Vim,. it n r C a a d 'Z v O p Y a y N n o n E 2 0 o m a o w y O A s m m lo m w a c c« E o v .-. w c omU u « ml o E c 01 .42 E L u' a A? d E d o. 3 3 o ao g 0 ° O f c otf u vdi ` E N i u w 3 w d a 3 .2 o 0 ,°-, N c g 'a O E r a a a 3 m LL E q �i L 3 2 c� v > n o. d n n d w a v r w c E y a o w j d m u? o u N o 3 c ? c a M o Y c_ �° v S a Q o N 2GS E 3 0 - 0 E E c ®r o d a E o c N o f o ¢ 1O n h Z o E `d 6 E g �, °' 05 m '^ E o i >' 2 c O m c u E c E Yl o n u Q v_ E? m Y? a n LL-= o Q LL 3 w m m 3 o 2 o E a Y n Yui u. E i i o a 3 v c ` w ` o u u w d m" w q- m o E m r o w % oo o a °,mac -012 Yi `o > E o i cm o i .o u 'm ' Out ° d d o «a ¢ �N w m��:�:c ci i a n v m.>_+u' m= d Q 3 �16 s o 10> u 0 ow G a 0 r' u C V d Q O L d d a d n h h i E w E y o 3 3 2 m o n 3 c c d— > `' aQ n 3 � a n� n� Z � � o ."• � c n Eu' c Eu' E c Eu' m E c d a a u a Qc d c c c 6 9 p x v `o x° ¢ < c m c m m m u m J o ¢ _ m Y ¢ LL = 2 Y Q V = .20 z z z z z z z a a a a a ¢ < a a" a a a w o 0 o ,ioi N v0i o z z ti Q h N N N N N vE 0 o 0 0 o 0 o S 8 o 0 o 0 d 8 o o 0 e o a mo a m o 0 0 8 8 0 0 0 c o 0 0 0 w o N od Q 8 8 8 a z a z ory om o 0 o c o O u' 0 0 0 0 `•' ^' o o ^' `� E _ _ _ _ _ a a ❑ v v v v >' _ _ v _ w_ 3 o � _ _ > > _ > ❑ E E E � 3 y _ oo oN N m ❑ O ° 3� ❑ Z �� a o Z a' c nE nE '> n N .2 m ❑ o A o w �_ N _ a ., a o != LD Q xo u x = E w. o .D V m a In N n �� o q N E c`< a v ^�+ Eu<NF� '^ '° s=� 3 a N N Q r` v 'r E c_ F= y o o L a ° t o o a . N o m c o H= E Z m o d 9 E n_ E 3 G c �- ° �: _ u o v p oN rr S n ._ •• a A o o o o N 5 c 3 v a°m _ N ' E o x c a ot o m z o o o 0 « n N l7 ° _z a u� > > > a - - - v 0 o 0 o d 1O 1° 3 w m o Z' o _ n a« i A c c c c� • o" = 9 n -� � vai v� v vai E E w � - m Y N U N V N V N U > T w m U ob U j E 2 O ¢ E v E E a E'� c- u — a W.t° E E E �� E v u .o E E w ap C G a z O o J V E V E E_ u V E u` V I ❑ ❑ w 0 I O C T o u o c E=� > c E c N E o E u o 3 - E n' ° a i o m= a w O E u ' E❑ o 5 I E A❑ = z o u u' on— ° f a - j O E ° o~ > w C in Q >>_"> Q 4 Q Q Q "> Q " Q Q Q "> Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q N O o c ^ m `o C o o ^ o ¢ o m ¢ a+ w o N o o roi� w o ¢ N N N m • a E_ o $ o a g S o 0 0 8 0 o 0 0 0 o g g o 0 0 o S o 0 ui 0 0 0 o N m o o S M N N m N N o g e N Ci N N o u' 00 0 o o o o o 0 0 0 0 0 0 0 o o o o c v i q 5 a 3 > > > ? > > > > N o - j E w - o l u « o o o. u a > v a > v w oo_ — uv C v v o` o o a w v oa _ c w a ` w a y „ a 1 .no_ „ ° o a r �o o. oo a' o p o- o a 3 w a 0 o a 0 0 u � w c w i c A c N o O C a ° rr o me ' _or c w c ` K �' 3 „ �' E a' a �d E a N > e c a i `m `5 a " E ° j u ° E V ' c 3 p1 °' u o > E $ o r E w ' zu 3 = °' 2 '-' - '" vi 5 w r a „ m- r a o E �. vIN Y Z O a u 3 \ c m w ¢ ! o 0 _ m u+ 0¢ o x E E u o o ^ Y ua _ o 3 >^ a x g i o w u aLL LL o 0 o '„" - ¢ ¢ ELu o_ ° w „ u 1 „ a - - - E a s w E y o. c E m ¢ 'y a" c E _ ., „ t7 o o > - c n Q« oc c u c c o o o °. E - - co E _ i° 2 i o - LL LL u = x x x � a o IS c � v u - n o _ � 0 a ° 'a = c _ w a u m r ° Y" E - o o o - o o a w > o c° ml u o „ x > °a a A c `o' L o E ° a u ,° u o. _ o` v t o u vi E u ° ¢ x i c o a u p ° _ o w Ko x ¢ v d x aE aJ > m LL u ¢ 4 > a > a a a a > a > ¢ ¢ ¢ ¢ ¢ a a a = a ¢ ¢ a a > a i a a a a 0 - ° o ry ry o m o Q N N H N N a U 0 0 o Nd 6 M � o z v 6 � o C: o � � � a = a` o_ - u N o 0 0 0 rvo rvo 0 0 0 0 0 0 0 0 o n o N o 0 m > > o n > > m m ❑ > > o N ❑ ` w > > > w w w m ,� > o o m� 3 Eo o o o c q= m m w o 0 w e - O N 7 w< ° m 3 E -Z a _ u a .E < v a z � < m 'K E o>o v� `a '" n w o. N a a N 3 ❑❑-❑ '" m n "' i 1° m a y '^ E N v v E p 3 N v ,� m d 3 m« ; _ ° E a a m u o❑ v E` G j u' a a r n v m n o .« r .a m m n a y 0 E m E ; o a N`o w��~ o ba.D �� i o N ° v� �'¢ Q o• E -M w m N E a a _ o� ao N L o �O u 'D ❑¢ O 3 ul o LID a> w o .o u E c c s c Q O O n 3 n a A E a `° '� mo f w '^ E 21 a v o o 3 Z o u mE o -o o > - w ? . So a o N N E � � m o a oo ° c o o ° E ` e ¢ a " '�^ o. o a _ my o - o N ° Y -o -M ¢ o ¢ �. E° o a - u .o ° rWE +, a _ ° d o o E a m a ">_ a >> a a a a a¢ a a a < a a < a a a s a a {$ > \ \ \ } \ \ \ \ \ { ` \ \ \ a \ } & y \ \ ( ) / 7 ` } ! ?G CONSENT INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: June 12, 2023 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management and Budget FROM: Jennifer Hyde, Purchasing Manager SUBJECT: Change Orders to Fire Station ii Remodel BACKGROUND: On October 16, 2o18, the Board approved agreements several architectural firms, in accordance with section 287.055, Florida Statute ("Consultants Competitive Negotiation Act" or "CCNA"). These agreements, including one with Edlund, Dritenbas, Binkley, Architects & Associates, P.A. ("EDB"), were renewed for an additional two-year term by the Board on November 2, 2021. Section 105.01 of the Indian River County Code provides the County Administrator Authority to approve work orders for CCNA contracts under $35,000. This authority is delegated to the Purchasing Manager by the Purchasing Manual, for work authorized by Purchase Order, rather than a formal work order. On January 28, 2022, the Purchasing Manager approved Purchase Order 92627 to EDB for $23775 to complete design and construction documents for the remodeling of the kitchen and restrooms at Fire Station 11, located at 2555 93rd Street in Wabasso. All but $1,937.67 of that amount, which represents construction administration services, was completed at the end of the previous fiscal year. The remaining balance was moved to current year Purchase Order 95091. Bid 2022o61 was subsequently issued for the remodeling, with the Board awarding the construction services to Intertech Construction Corporation of America, Inc. ("Intertech") on September 13, 2022, for a price of $260,470. DISCUSSION: As the remodeling has progressed, water damage was identified behind the walls, necessitating additional repairs. This will include the replacement of all dorm ductwork, damaged drywall ceiling, and water piping, and the installation of insulation in appropriate attic sections. These additional repairs will require an increase to EDB's design costs by $20,562.50, and an estimated increase to the Intertech agreement of $214,625, based on EDB's initial assessment, for a total of $235,187.50. 39 Because the additional design and permitting costs bring the total cost of the work to be performed by EDB to $44337.50, which exceeds the Administrator's $35,00o approval threshold, Staff requests the Board approve a change order to Purchase Order 95091, adding the $20,562.50 cost of the additional design work. Because the work is ongoing, and to prevent delays, EDB recommends an additional 10 0 contingency be considered on top of the $193,750 construction work. Therefore, Staff requests the Board authorize the County Administrator to execute one or more change orders to the agreement with Intertech, as verified and approved by EDB, and the Department, for the additional costs of $235,187.50 plus a contingency of $19,375, for a total of $254,562.50. All change orders will be presented by the Board for final acceptance prior to final payment to the Contractor. FUNDING: Funds, in the amount of $254,562.50, are available in the Emergency Services District/Fire Rescue/Other Improvements Except Buildings account, number 11412022-066390. Account Name Account Number Amount Emergency Services District/Fire Rescue/Other Improvements Except Building 11412022-066390 $254,562.50 RECOMMENDATION: Staff recommends the Board authorize the Purchasing Manager to increase Purchase Order 95091 by $20,562.20, and authorize the County Administrator to execute Change Orders to the Intertech Agreement up to $254,562.50• Attachment: EDB Proposal and Opinion of Estimated Cost 40 3e 15, 2023 EDLUND - DRITENBAS BINKLEY AMHITECTS AND ASSOI'ES, P.A. 85 Royal Palm Points, 803 Vara Beach, Fl 32,960 Ph. (772) 56SA320 Fox VT ' OM TQ: Indian River County Fire District Attn: Chief David Rattray RE: Proposal for Ard&wtwW Services Station #I l Remodel Additional Services Comm. #100221VB Dear Chief Rattray: This letter shall serve as our proposal and agreement l the preparation of documents necessary for constriction of the additional work discussed at carr onsite meeting on May 24" L SCOPE To provide construction documents for Station #11 remodel, which would now in addition include replacing all ductwork on the dorm side with spiral exposed ductwork. Replace all water damaged drywall ceiling, seal up all penetrations, repaint ceiling. Provide spray Icynene insulation in the attic of all conditioned spaces. In addition, all of the hot and cold copper water piping should be replaced with polypipe overhead in attic space. IL ARCHITECTS BASIC SERVICES The Architect shall provide full permit documents for construction. Documents and services provided by the Architect and his employed Structural, Mechanical;, Electrical and Plumbing Engineering sub -consultants will include the following: 1) Data collection, additional field verifications, and meetings as required. 2) Construction documents for code compliance and remodeling. 3) Address plan review comments and make revisions as required. 4) Assist in obtaining construction bids, bidding administration., addendums as needed. 5) Construction administration shall be for periodic construction observations twice monthly, RFI responses, submittals review, review of pay applications and any changes in the work. A punch list and final inspection will also be done. 41 I M. FEES FOR BASIC SOVICU 7% of $193,750 anticipated construction cost = $13,562.50 plus MEP fee $6.000 = $19,562.50. See attached opinion of cost. Schematic Design / Design Development i Construction Documentsi1,500 . :. Bidding/Permitting '$1,000 Construction Administration $1,000 Subtotal 519,562.50 Reimbursable Expenses (estimated) $1.000 Total $20,562.50 IV. PAYMENTS TO T= ARCHITECT The architect shall invoice for completed worts ofthe design team as they are incurred. Payments due the architect under this agreement shall beer interest at the rate of 1.5 percent per month commencing 30 days after the date otb'illing. If payments due the Architect are not received within the 45 days of invoice, the Owner agrees to assume responsibility for the cost of all required collection services, legal fees, mediation services, and court costs, incurred in the interest of collecting these fees. Venue shall lie in Indian River County. V. ASSUMPTIONS A. Utilities are readily available (water, sewer, electric), No �iee will be required. B. AD Civil Engineer fees, if necessary, will be by Owner. I VL OWNER'S RESPONSIBMITIES A. Your office, by way of the management office, must furnish all available documents, access to the site for field verifications. B. Your office must pay all applicable fees to agencies having jurisdiction over this project. C. Owner shall be responsible for all reprographic services for construction documents. VII. ARCHFTFCrS HOURLY RATE SCHEDUtot Principals: John Binkley, Gregory Mund Registered Project Architects intern Architects Technical level one - Sm cur CADD Designer Technical level two -- CADD Designer Technical level three CADD Technician Clerical and Accounting VIII. ADDITIONAL SERVICES $165.00 per how $125.00 per how $105.00 per hour $ 85.00 per hour $ 75.00 per hour 65.00 per hour $ 50.00 per hour The following services may be provided when authorized by the Owner. The Owner will compensate the Architect at the rates stipulated in Article VII. 1) Interior decorating. 2) Consultation concerning replacements of any work damaged by fire or other cause during construction. 3) Making revisions in drawings, specifications or other documents when such revisions are inconsistent with instructionpreviously given by the Owner or any agent authorized by the Owner. 4) Preparing as built drawings showing significant changes in work during construction or immediately after building completion. 5) Providing or attending any board or agency presentation or negotiation at fir, County or any permitting agencies having jurisdiction over the project. 6) Providing detailed preliminary cost data prior to construction documents. 7) Specialized engineering studies and design. 8) Security and surveillance systems design, billed at cost plus 151%. 9) Special consultants outside the normal mechanical, electrical, and plumbing services, billed at cost plus 150A. 10) Additional site visits beyond those stipulated in Article H. VL RERKBURSABLE EXPENSES Any expenses related to additional services due to a change in scope or program will be invoiced, as incurred, to the Owner at the kdowing rates: 1) Mileage at $0.58 per mile. 2) In House 24" x 36" prints at $1.50: 3) Outsourced printing services; aof 159/6 direct cost. 4) Special postage or mailing: a mta�3ple of 15% direct cost. 5). Pluotocopies at $0.20 per sheet. �. pi's with PDF files of drawings 1 Liner and Contractors at $5.00 each. Page 3 of 5 43 A. As an instrument of service, all original documents remain the property offt Architect and may not be reproduced in any form or modified fashion,wnt written consent of the Architect. B. Invoices will be based on completed work for the services defined in !it" I plus any additional services and reimbursable expenses accumulated during that period Note: Architect's Reimbursable Expenses are listed in Article lx of this agreement. C. Regular invoicing will be at two-week intervals. Payments due the Architect under this agreement shall bear interest at the rate of 1.5 percent per month commencing 30 days after the date of billing. If payments due the Architect are not received within 45 days of the date on the invoice, the Owner agrees to assume responsibift a cost of all required collection services, legal fees, mediation or court costs, inc!Vmd in ft, interest of collecting these fees. D. In the event:of any delinquent or disputed invoices, the Owner agrees that the Architect and his Professional Consultants may cease all ongoing efforts on the project until the outstanding invoice is paid or legally adjudicated. E. Disputes regarding this agreement shall be settled in the following order of precedence: Party to Party, Mediation, and Legal Adjudication. This agreement can be terminated by either party with (7) seven calendar day's written notice. The Architect and his subcontractors shall be compensated for all work completed up to the date of termination notice, including any reimbursable expenses incurred to the date. Venue shall lie in Indian River County. F. The Architect shall provide architectural services for the Project as described in this Agreement in a manner consistent with locally accepted standards for professional skill and care. The Architect, Architect's employees and Architect's consultants make no representation or warranty that every and all conditions will be discovered. 0. EDB maintains Professional Liaby insurance, In recognition of the relative risks, rewards and benefits of the Project to both the Owner and EDB, the risks have been allocated such that the Owner agrees, to the fullest extent permitted by IvP4 to limit the liability of EDB to the Owner for any and all claims, losses, costs, damages of any nature whatsoever or claims expenses from any cause or causes, including attorney's fees and costs and expert -witness fees and costs, so that the total aggregate limit of EDB to the Owner shall not exceed $10,000.00, or EDB's total fee for services rendered on this Project, whichever is greater. It is intended that this limitation apply to any liability or cause of action for professional liability however alleged or arising unless otherwise prohibited by the laws of the State of Florida. Please note: According to Florida Statute 55&0W an individual employee or agent may not be held individually liable for negligence. Page 4 of 5 44 If you have any gttesdons regarding this agreement, please call. Please initiate this agreement and return one copy to the architect to authorize commencement of the project. 5' rely, Date F. linkte�r: :A. Accepted Owner Page 5 of 5 45 IRCFD Station #11 Remodel Additional Services Opinion of Cost May 31, 2023 I. Construction Costs A. Remove ductwork, SAT ceiling, remove damaged drywall/dump fees $20,000 B. A/C Duct replacement $75,000 C. Replace/repair drywall ceiling/repaint $25,000 D. Poly-Icynene roof insulation $15,000 E. Re -pipe all copper water lines with polypipe/patch/drywall $20,000 F. Contractor's general conditions P&OH $38,750 Subtotal) $193,750 II. Other Costs A. Architectural / Engineering Fees B. Mechanical/Electrical/Plumbing Consultant Fees C. Permit Fees/Misc. D. Furnishings/Equipment E. Construction Contingency Recommended $193,750 x 7% = $13,562.50 $6,000 $2,500 TBD 10% of $193,750 = $19,375 Subtotal III $41,437.50 Project Grand Total $235,187.50 NOTE: Opinions expressed in this report represent the professional opinion of the firm of Edlund, Dritenbas, Binkley Architects and Associates, P.A. (EDB) who have used that degree of care and skill ordinarily exercised under similar conditions by reputable members of our profession practicing in the some or similar locality. EDB Architects, P.A. does not warrant that this opinion of probable construction cost will not varyfrom actual costs incurred by the client. El 1 CONSENT INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: June 1, 2023 TO: Board of County Commissioners THROUGH: John Titkanich, Jr., County Administrator Kristin Daniels, Budget Director PREPARED BY: Jennifer Hyde, Purchasing Manager SUBJECT: Award of Annual Bid for Street Sweeping Services (Bid 2023039) BACKGROUND: The Road and Bridge Division ("Division") requested the solicitation of annual bids to establish firm fixed pricing for the sweeping of approximately 363 lane miles of streets, with 40 miles swept twice a month, 24 miles swept monthly and 155 miles swept bi-monthly. The work also includes special events and parking lot sweeping. The term of award is one year, with two additional one- year renewals available. USA Services of Florida, LLC ("USA Services") was awarded bid 2022037 for these services on April 19, 2022, however the vendor was not completing the services as outlined in that bid, and the Division determined that award should sunset and new bids be solicited. Bid 2023028, with USA Services as the sole bidder, was rejected by the Board on March 28, 2023, as the Division suggested the bidder was not responsible to perform the work, based on past performance. The Board authorized staff to offer options for storing sweeping equipment at County facilities, reducing mobilization costs to prospective bidders. Rin RM II TG - Advertising Date: March 28, 2023 Bid Opening Date: April 21, 2023 Demandstar Broadcast to: 273 Subscribers Specifications/Plans Downloaded by: 9 Vendors Replies: 1 Vendor Firm Location Total Bid Price/Estimated Annual Cost USA Services of Florida, LLC Longwood $103,807 47 CONSENT DISCUSSION: Due to the lack of interest and response by other vendors to bid for this service, the Division is recommending award to USA Services. f311LI1 1IOrd Funding source and anticipated expenditures are shown below. The previously -awarded bid was for $57,200, with the new bid representing an 81.5% increase in the estimated annual cost. Account Number Account Name Annual Cost 11121441-034682 Transportation Fund/Road and Bridge/Street Sweeping $103,807 RECOMMENDATION: Staff recommends the Board award Bid 2023039 to USA Services of Florida, LLC, and authorize the Purchasing Division to issue blanket purchase orders to the recommended bidder, after receipt and approval of required insurance by Risk Management. Staff also recommends the Board authorize the Purchasing Manager to renew this bid for two (2) additional one (1) year periods subject to satisfactory performance, vendor acceptance, and the determination that renewal of this annual bid is in the best interest of Indian River County, as well as to provide 30 -day notice of intent to terminate, should the vendor fail to perform as required in the bid. 48 M CONSENT INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: June 2, 2023 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management and Budget FROM: Jennifer Hyde, Purchasing Manager SUBJECT: Second Extension and Modification to Agreements for Utilities Labor Contract (RFP 2020039) BACKGROUND: On July 7, 2020, the Board of County Commissioners approved the award of RFP 2020039 for the construction, repair, or replacement of various water transmission and distribution, wastewater collection and transmission, and reclaimed water transmission system elements at various locations throughout Indian River County to Blue Goose Construction, LLC ("Blue Goose"), CK Contractors & Development, LLC ("CK"), and Hinterland Group, Inc. ("Hinterland"). On June 14, 2022 the Board approved the First Extension and Modification to the agreements with CK and Hinterland; Blue Goose declined to renew. CK and Hinterland have both provided quality service during the first extension. CK would only agree to a renewal, if a price increase was made. Because the Department wants to keep more than a single firm under contract, they accepted the requested increase and decided to extend the offer for price increase to Hinterland, as well. ANALYSIS: Staff negotiated a modification to the pricing with both firms based on the change in the Consumer Price Index for All Urban Consumers (CPI -U), South Area from April 2022 through April 2023. CPI Index at time of First Extension (April 2022) Current CPI Index (April 2023) Change (100% multiplier) 279.879 295.315 5.52% 49 CONSENT. The potential impact to total award amount is shown in the table below. The award amount is the total cost of each item contemplated in the agreement, and does not reflect total anticipated annual expenditure. Contractor Total original award First Extension Update Second Extension CK Contractors $526,624.27 $598,508.48 $631,546.15 Hinterland Group $552,364.50 $627,762.25 $662,414.73 FUNDING: Funding comes from various Utilities accounts, depending upon the individual projects and scopes of work. RECOMMENDATION: Staff recommends the Board approve the second extensions and modifications to the agreements with CK Contractors & Development, LLC, and Hinterland Group, Inc., and authorize the Chairman to sign them after the County Attorney's approval as to form and legal sufficiency. ATTACHMENT: Second Extension and Modification — CK Second Extension and Modification — Hinterland 50 SECOND EXTENSION AND AMENDMENT TO AGREEMENT FOR CONSTRUCTION OF WATER, SEWER AND RECLAIMED WATER LINE REPLACEMENTS/EXTENSIONS AND MISCELLANEOUS ANNUAL REQUIREMENTS LABOR CONTRACT This Second Extension and Amendment to that certain Agreement to provide Construction of Water, Sewer and Reclaimed Water Line Replacements/Extensions and Miscellaneous Annual Requirements is entered into effective as of July 7, 2023 by and between Indian River County, a political subdivision of the State of Florida ("County") and Hinterland Group, Inc. ("Contractor"). BACKGROUND RECITALS WHEREAS, the County and the Contractor entered into an Agreement for Construction of Water, Sewer and Reclaimed Water Line Replacements/Extensions and Miscellaneous Annual Requirements effective July 7, 2020; and WHEREAS, Paragraph 4 of the Agreement contains the term and renewal provisions; and WHEREAS, the first term commenced effective as of July 7, 2020 and will end on July 6, 2022; and WHEREAS, the first extension commenced effective July 7, 2022 and will end on July 6, 2023; and WHEREAS, pursuant to the Agreement, the parties desire to extend the Agreement for an additional one year•, and WHEREAS, the parties desire to amend the contract pricing provided in Exhibit 1; and. NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the County and the Contractor agree as follows: 1. The background recitals are true and correct and form a material part of this Second Extension and Amendment. 2. The Second renewal term shall commence effective July 7, 2023 and shall end on July 6, 2024. There are no more renewals available on the contract. 3. Exhibit 1 to the agreement is replaced with Exhibit 1 — Second Amendment 4. All other terms and provisions of the Agreement shall be unchanged and remain in full force and effect. 51 IN WITNESS WHEREOF, the parties have caused this Second Extension and Amendment to be executed effective the day and year first set forth above. Hinterland Group, Inc. By: Printed name: Title: (Corporate Seal) Date: INDIAN RIVER COUNTY, FLORIDA. BOARD OF COUNTY COMMISSIONERS L-02 Joseph H. Earman, Chairman Attest: Jeffrey R. Smith, Clerk of Circuit Court And Comptroller By: Deputy Clerk Approved: John A. Titkanich, Jr. County Administrator Approved as to form and legal sufficiency: Dylan Reingold County Attorney 52 Exhibit 1 - Amendment 2 (Hinterland Group) Rem No. I Description Quantity Unit Material Unit Price Bid Revised Unit Price Material 23-24 Revised Unit Price Material Installed Unit Price Bid Revised Unit Price Install 23-24 Revised Unit Price Install ..',Total Unit Price ',. (Material+ u: Installation) Revised total Revised 23-24 Unit Price total Unit Price (Material+ IMaterial+ Installation) Ins -oII SECTION A - UNIT COST/PRICES Al Mobilization (a) Emergency Event 1 EA $ - $ $ 2,500.00 $ 2,841.25 \ $ 2,500.00 $2,841.25 $2,998.09 (b) Non -Emergency Event 1 EA $ - $ - $ 1,500.00 $ 1,704.75 $ 1,798.85 $ 1,500.00 $1,704.75 $1,798.85 A2 Temporary Traffic Control $ - $0.00 (a) Residential5treet 1 L.F. $ 1.00 $ 1.14 $ 1.20 $ 0.50 $ 0.57 $ 0.60 $ 1.50 $1.70 $1.80 (b) jArterial Roadway 1 L.F. $ 2.00 $ 2.27 $ 2.40 $ 1,00 $ 1.14 $ 1.20 $ 3.00 $3.41 $3.60 (c) I FDOT Roadway 1 L.F. $ 3.00 $ 3.41 $ 3.59 $ 1.00 $ 1.14 $ 1.20 $ 4.00 $4.55 $4.80 A3 1 Video Documentation $ - $0.00 (a) IPre-Construction 1 L.F. $ 1.00 $ 1.14 $ 1.20 $ - $ $ 1.00 $1.14 $1.20 (b) I Post -Construction Video 1 L.F. $ 1.00 $ 1.14 $ 1.20 $ $ $ 1.00 $1.14 $1.20 A4 Water Main - PVC $ - $0.00 (a) 2 -inch 1 L.F. $ 2.00 $ 2.27 $ 2.40 $ 10.00 $ 11.37 $ 11.99 $ 12.00 $13.64 $14.39 (b) 4 -inch 1 L.F. $ 3.00 $ 3.41 $ 3.59 $ 10.00 $ 11.37 $ 11.99 $ 13.00 $14.77 $15.59 (c) 6 -inch 1 L.F. $ 5.00 $ 5.68 $ 599 $ 12.00 $ 13.64 $ 14.39 $ 17.00 $19.32 $20.39 (d) 8 -inch 1 L.F. $ 9.00 $ 10.23 $ 10.78 $ 14.00 $ 15.91 $ 16.79 $ 23.00 $26.14 $27.58 (e) 10 inch 1 L.F. $ 13.00 $ 14.77 $ 15.57 $ 15.00 $ 17.05 $ 17.99 $ 28.00 $31.82 $33.58 (f) 12 inch 1 L.F. $ 18.00 $ 20.46 $ 21.56 $ 18.00 $ 20.46 $ 21.59 $ 36.00 $40.91 $43.17 (g) 16 inch 1 L.F. $ 34.00 $ 38.64 $ 40.72 $ 22.00 $ 25.00 $ 26.38 $ 56.00 $63.64 $67.16 (h) 1. nch 1 L.F. $ 41.00 $ 46.60 $ 49.10 $ 26.00 $ 29.55 $ 31.18 1 $ 67.00 $76.151 $60.35 (i) 20 -inch 1 L.F. $ 50.00 $ 56.83 $ 59.88 $ 30.00 $ 34.10 $ 35.98 $ 80.00 $90.921 $95.94 Q) 24 -inch 1 L.F. $ 70,00 $ 79.56 $ 83.84 $ 35.00 $ 39.78 $ 41.97 $ 105.00 $119.331 $125.92 AS Water Main - DIP $ $0.00 Cement Uned Interior for Water Mains $ $0.00 (a) 4 -inch 1 L.F. $ 20.00 $ 22.73 $ 23.95 $ 12.00 $ 13.64 $ 14.39 $ 32.00 $36.37 $36.36 (b) 6inch 1 L.F. $ 16.00 $ 18.18 $ 19.16 $ 13.00 $ 14.77 $ 15.59 $ 29.00 $32.96 ! $34.78 (c) 84nch 1 L.F. $ 22.00 $ 25.00 $ 26.35 $ 14.00 $ 15.91 $ 16.79 $ 36.00 $40.91 . $43.17 (d) 10 -inch 1 L.F. $ 30.00 $ 34.10 $ 35.93 $ 16.00 $ 18.18 $ 19.19 $ 46.00 $52.28 $55.16 (e) 12 -inch 1 L.F. $ 38.00 $ 43.19 $ 45.51 $ 18.00 $ 20.46 $ 21.59 $ 56.00 $63.64 $67.16 (f) 16 -inch 1 L.F. $ 55.00 $ 62.51 $ 65.87 $ 25.00 $ 28.41 $ 29.98 $ 80.00 $90.921 $95.94 (g) 18 -inch 1 L.F. $ 62.00 $ 70.46 $ 74.25 $ 32.00 $ 36.37 $ 38.38 $ 94.00 $106.83 $112.73 (h) 20 -inch 1 L.F. $ 72.00 $ 81.83 $ 66.23 $ 35.00 $ 39.78 $ 41.97 $ 107.00 $121.61 $128.32 A6 1 Sewer Pipe - DIP $ $0.00 Epoxy Uned Interior for Sewer Force Mains $ $0.00 (a) 4 -inch 1 L.F. $ 32.00 $ 36.37 $ 38.32 $ 14.00 $ 15.91 $ 16.79 $ 46.00 $52.28 $55.16 (b) 6 inch 1 L.F. $ 28.00 $ 31.82 $ 33.53 $ 14.00 $ 15.91 $ 16.79 $ 42.00 $47.73 $50.37 (c) &inch 1 L.F. $ 30.00 $ 34.10 $ 35.93 $ 15.00 $ 17.05 $ 17.99 $ 45.00 $51.14 $53.97 (d) 10 -inch 1 L.F. $ 38.00 $ 43.19 $ 45.51 $ 18.00 $ 20.46 $ 21.59 $ 56.00 $63.64 $67.16 (e) 12 -inch 1 L.F. $ 58.00 $ 65.92 $ 69.46 $ 20.00 $ 22.73 $ 23.96 $ 78.00 $88.65 $93.54 (f) Minch 1 L.F. $ 80.00 $ 90.92 $ 95.81 $ 28.00 $ 31.82 $ 33.58 $ 108.00 $122.74 $129.52 (g) Minch 1 LF. $ 94.00 $ 106.83 $ 112.58 $ 34.00 $ 38.64 $ 40.77 $ 128.00 $145.47 j$lS3.501 20 -inch 1 LF. $ 102.00 $ 115.92 $ 122.16 $ 38.00 $ 43.19 $ 45.57 $ 140.00 $159.11 $167.89 (i) 24 -inch 1 LF. $ 130.00 $ 147.75 $ 155.69 $ 45.00 $ 51.14 $ 53.97 $ 175.00 $198.89 $209.87 PVC Gravity Sewer -8Inch $ - $0.00 KA7(h) (a) 0'-6' 1 LF. $ 6.00 $ 6.82 $ 7.19 $ 35.00 $ 39.78 $ 41.97 $ 41.00 $46.60 $49.17 (b) 61$' 1 LF. $ 6.00 $ 6.82 $ 7.19 $ 40.00 $ 45.46 $ 47.97 $ 46.00 $52.28 $55.16 (c) 8'-10' 1 LF. $ 6.00 $ 6.82 $ 7.19 $ 50.00 $ 56.83 $ 59.96 $ 56.00 $63.64 $67.16 (d) 10'-12' 1 LF. $ 6.00 $ 6.82 $ 7.19 $ 75.00 $ 65.24 $ 89.94 $ 81.00 $92.061 $97.14 (e) 12'-14' 1 LF. $ 6.00 $ 6.82 $ 7.19 $ 100.00 $ 113.65 $ 119.92 $ 106.00 $120.47 $127.12 (f) Cost Credit 1 LF. NA $ $ $0.00 A8 PVC Gravity Sewer -10 inch $ $0.00 (a) 0'-6' 1 LF. $ 8.00 $ 9.09 $ 9.58 $ 35.00 $ 39.78--$- 41.97 $ 43.00 $48.87 $51.57 (b) 61-8' 1 LF. $ 8.00 $ 9.09 $ 9.58 $ 40.00 $ 45.46 $ 47.97 $ 48.00 $54.55 $57.56 C 8'-10' 1 LF. $ 8.00 $ 9.09 $ 9.58 $ 50.00 $ 56.83 $ 59.96 $ 58.00 $65.92 $69.56 1CQ 10'-12' 1 LF. $ 8.00 $ 9.09 $ 9.58 $ 75.00 $ 85.24 $ 89.94 $ 83.00 $94.33 $99.54 e 12'-14' 1 LF. $ 8.00 $ 9.09 $ 9.58 $ 100.00 $ 113.65 $ 119.92 $ 108.00 1 $122.74 $129.52 ( Cost Credit 1 LF. NA $ - $0.00 A9 Connect to Existing Pipe (<12") $ $0.00 (a) 1 (<12") 1 EA $ 250.00 $ 284.13 $ 299.41 $ 500.00 $ 568.25 $ 599.62 $ 750.00 $852.38 $899.43 (b (X12") 1 EA $ 450.00 $ 511.43 $ 538.94 $ 800.00 $ 909.20 $ 959.39 $ 1,250.00 $1,420.63 $1,499.04 A10 Precast Concrete Manhole-Uned $ $0.00 (0) 0'-6' 1 EA. $ 4,000.00 $ 4,546.00 $ 4,790.57 $ 3,500.00 $ 3,977.75 $ 4,197.32 $ 7,500.00 $8,523.75 $8,994.26 (b) 6'$' 1 EA. $ 5,000.00 $ 5,682.50 $ 5,988.22 $ 3,500.00 $ 3,977.75 $ 4,197.32 $ 8,500.00 $9,660.25 $10,193.50 (C) 8'-30' 1 EA. $ 6,000.00 $ 6,819.00 $ 7,185.86 $ 5,000.00 $ 5,662.50 $ 5,996.17 $ 11,000.00 $12,501.50 $13,191.58 (d) 10'-12' 1 EA $ 7,000.00 $ 7,955.50 $ 8,383.51 $ 7,000.00 $ 7,955.50 $ 8,394.64 $ 14,000.00 $15,911.00 $16,789.29 (e) 12'-14' 1 E0. $ 8,000.00 $ 9,092.00 $ 9,581.15 $ 10,000.00 $ 11,365.00 $ 11,992.35 $ 18,000.00 $20,457.00 $21,586.23 All Precast Concrete Manhole -Unlined $ $0.00 2) " 1 EA. $ 3,000.00 $ 3,409.50 $ 3,592.93 $ 3,500.00 $ 3,977.75 $ 4,197.32 $ 6,500.00 $7,387.25 $7,795.03 (b) 6'$' 1 EA. $ 4,000.00 $ 4,546.00 $ 4,790.57 $ 3,500.00 $ 3,977.75 $ 4,197.32 $ 7,500.00 $8,523.75 $8,994.26 (c) 8'-10' 1 EA. $ 5,000.00 $ 5,682.50 $ 5,988.22 $ 5,000.00 $ 5,682.50 $ 5,996.17 $ 10,000.00 $11,365.00 $11,992.35 (d) 1 EA. $ 6,000.00 $ 6,819.00 $ 7,185.86 $ 7,000.00 $ 7,955.50 $ 8,394.64 $ 13,000.00 $14,774.50 $15,590.05 (e) 12-14 1 EA. $ 7,000.00 $ 7,955.50 $ 8,383.51 $ 10,000.00 $ 11,365.00 $ 11,992.35 $ 17,000.00 $19,320.50 $20,386.99 Al2 Mechanical Joint Bell Restraints -PVC $ - $0.00 (a) 2 -inch 1 EA. $ 35.00 $ 39.78 $ 41.92 $ 50.00 $ 56.83 $ 59.96 $ 85.00 $96.60 $101.93 (b) 4 -inch 1 EA. $ 35.00 $ 39.78 $ 41.92 $ 50.00 $ 56.83 $ 59.96 $ 85.00 $96.60 $101.93 (c) "1 1 EA. $ 50.00 $ 56.83 $ 59.88 $ 50.00 $ 56.63 $ 59.96 $ 100.00 $113.65 $119.92 (d) 8 -Inch 1 EA. $ 75.00 $ 85.24 $ 89.82 $ 60.00 $ 68.19 $ 71.95 $ 135.00 $153.43 $16190 (e) 10 -Inch 1 EA. $ 132.00 $ 150.02 1 $ 158.09 $ 100.00 $ 113.65 $ 119.92 $ 232.00 $263.67 $278.22 53 54 (0 12 -inch 1 EA. $ 145.00 $ 164.79 $ 173.66 $ 150.00 $ 170.48 $ 179.89 $ 295.00 $335.27 $353.77 (g) 16 -inch 1 EA. $ 350.00 $ 397.78 $ 419.18 $ 150.00 $ 170.48 $ 179.89 $ 500.00 $568.25 $599.62 (h) 18 -inch 1 EA. $ 430.00 $ 488.70 $ 514.99 $ 200.00 $ 227.30 $ 239.85 $ 630.00 $716.00 $755.52 (i) 20 -inch 1 EA. $ 590.00 $ 670.54 $ 706.61 $ 220.00 $ 250.03 $ 263.83 $ 810.00 $920.57 $971.38 6) 24 -inch 1 EA. $ 690.00 $ 784.19 $ 826.37 $ 300.00 $ 340.95 $ 359.77 $ 990.00 $1,125.14 $1,187.24 A13 Mechanical Joint Bell Restraints -Ductile Iron $ - $0.00 (a) 2 -inch 1 EA. $ 35.00 $ 39.78 $ 41.92 $ 50.00 $ 56.83 $ 59.96 $ 85.00 $96.60 $101.93 (b) 4 -inch 1 EA. $ 35.00 $ 39.78 $ 41.92 $ 50.00 $ 56.83 $ 59.96 $ 85.00 1 $96.60 $101.93 (c) 6 -inch 1 EA. $ 48.00 $ 54.55 $ 57.49 $ 50.00 $ 56.83 $ 59.96 $ 98.00 $111.38 $117.53 (d) 8 -inch 1 EA. $ 75.00 $ 85.24 $ 89.82 $ 60.00 $ 68.19 $ 71.95 $ 135.00 $153.43 $161.90 (e) 10 -inch 1 EA. $ 132.00 $ 150.02 $ 158.09 $ 100.00 $ 113.65 $ 119.92 $ 232.00 $263.67 $278.22 (f) 12 -inch 1 EA. $ 145.00 $ 164.79 $ 173.66 $ 150.00 $ 170.48 $ 179.89 $ 295.00 $335.27 $353.77 (g) 16 -inch 1 EA. $ 350.00 $ 397.78 $ 419.18 $ 150.00 $ 170.48 $ 179.89 $ 500.00 $568.25 $599.62 (h) 18 -inch 1 EA. $ 430.00 $ 488.70 $ 514.99 $ 200.00 $ 227.30 $ 239.85 $ 630.00 $716.00 $755.52 (i) 20 -inch 1 EA. $ 590.00 $ 670.54 $ 706.61 $ 220.00 $ 250.03 $ 263.83 $ 810.00 $920.571 $971.38 0) 24 -inch 1 EA. 1 $ 690.00 $ 784.19 $ 826.37 $ 300.00 $ 340.95 $ 359.77 $ 990.00 $1,125.14 $1,187.24 A14 Ductile Iron Fittings 1 TONS $ 3,400.00 $ 3,864.10 $ 4,071.99 $ 5,000.00 $ 5,682.50 $ 5,996.17 $ 8,400.00 $9,546.60 $10,073.57 (C-153 Compact Fittings) $ - $0.00 (Interior Cement Lined) $ - $0.00 A15 Ductile Iron Fittings 1 TONS $ 3,600.00 $ 4,091.40 $ 4,311.52 $ 5,000.00 $ 5,682.50 $ 5,996.17 $ 8,600.00 $9,773.90 $10,313.42 (C-153 Compact Fittings) $ - $0.00 (Interior Cement" Lined and Exterior,. Fusion Bonded Epoxy Coated) ha c s 1 e $ + �`r <x .= yy',•? $0.00 A16 Ductile Iron Fittings 1 TONS $ $ 8,410.10 $ 8,862.56 $ 5,000.00 $ 5,682.50 $ 5,996.17 $ 12,400.00 $14,092.60 $14,870.51 (C-153 Compact Fittings) $ - $0.00 (Interior Epoxy Coated) $ $0.00 All Fitting Restraint (Per one (1) unit) $ $0.00 (b) 4 -inch 1 EA. $ 35.00 $ 39.78 $ 41.92 $ 50.00 $ 56.83 $ 59.96 $ 85.00 $96.60 $101.93 (c) 6 -inch 1 EA. $ 45.00 $ 51.14 $ 53.89 $ 50.00 $ 56.83 $ 59.96 $ 95.00 $107.97 $113.93 (d) 8 -inch 1 EA. $ 60.00 $ 68.19 $ 71.86 $ 50.00 $ 56.83 $ 59.96 $ 110.00 $125.02 $131.92 (e) 10 -inch 1 EA. $ 105.00 $ 119.33 $ 125.75 $ 100.00 $ 113.65 $ 119.92 $ 205.00 $232.98 $245.84 (f) 12 -inch 1 EA. $ 112.00 $ 127.29 $ 134.14 $ 100.00 $ 113.65 $ 119.92 $ 212.00 $240.941 $254.24 (g) 16 -inch 1 EA. $ 232.00 $ 263.67 $ 277.85 $ 120.00 $ 136.38 $ 143.91 $ 352.00 $400.05 $422.13 (h) 18 -inch 1 EA. $ 250.00 $ 284.13 $ 299.41 $ 150.00 $ 170.48 $ 179.89 $ 400.00 $454.60 $479.69 (i) 20 -inch 1 EA. $ 305.00 $ 346.63 $ 365.28 $ 150.00 $ 170.48 $ 179.89 $ 455.00 $517.11 $545.65 Q) 24 -inch 1 EA. $ 365.00 $ 414.82 $ 437.14 $ 200.00 $ 227.30 $ 239.85 $ 565.00 $642.12 $677.57 A18 Fitting Restraint (Per one (1) per unit) $ - $0.00 (Stainless Steel Hardware) $ - $0.00 (b) 4 -inch 1 EA. $ 60.00 $ 68.19 $ 71.86 $ 65.00 $ 73.87 $ 77.95 $ 125.00 $142.06 $149.90 (c) 6 -inch 1 EA. $ 75.00 $ 85.24 $ 89.82 $ 65.00 $ 73.87 $ 77.95 $ 140.00 $159.11 $167.89 (d) 8 -inch 1 EA. $ 90.00 $ 102.29 $ 107.79 $ 65.00 $ 73.87 $ 77.95 $ 155.00 $176.16 $185.88 (e) 10 -inch 1 EA. $ 140.00 $ 159.11 $ 167.67 $ 125.00 $ 142.06 $ 149.90 $ 265.00 $301.17 $317.80 (f) 12 -inch 1 EA. $ 150.00 $ 170.48 $ 179.65 $ 125.00 $ 142.06 $ 149.90 $ 275.00 $312.54 $329.79 (g) 14.inch 1 EA. $ 300.00 $ 340.95 $ 359.29 $ 125.00 $ 142.06 $ 149.90 $ 42S.D0 $483.01 $509.67 (h) 18 -inch 1 EA. $ 350.00 $ 397.78 $ 419.18 $ 150.00 $ 170.48 $ 179.89 $ 500.00 $568.25 $599.62 (i) 20 -inch 1 EA. $ 420.00 $ 477.33 $ 503.01 $ 200.00 $ 227.30 $ 239.85 $ 620.00 $704.63 $743.53 0) 24 -inch 1 EA. $ 520.00 $ 590.98 $ 622.77 $ 250.00 $ 284.13 $ 299.81 $ 770.00 $875.111 $923.41 A19 Tapping Sleeve and Valve $ - $0.00 (pressure test & tap included) $ - $0.00 (a) 6'x6" 1 EA. $ 1,800.00 $ 2,045.70 $ 2,155.76 $ 2,000.00 $ 2,273.00 $ 2,398.47 $ 3,800.00 $4,318.70 $4,557.09 IN 8"x6' 1 EA. $ 1,800.00 $ 2,045.70 $ 2,155.76 $ 2,000.00 $ 2,273.00 $ 2,398.47 $ 3,800.00 $4,318.70 $4,557.09 (c) 8"x8" 1 EA. $ 2,200.00 $ 2,500.30 $ 2,634.82 $ 2,000.00 $ 2,273.00 $ 2,398.47 $ 41200.00 $4,773.30 $5,036.79 (d) 10" x 6" 1 EA. $ 1,800.00 $ 2,045.70 $ 2,155.76 $ 2,500.00 $ 2,841.25 $ 2,998.09 $ 4,300.00 $4,886.95 $5,156.71 (e) 10" x 8" 1 EA. $ 2,200.00 $ 2,500.30 $ 2,634.82 $ 3,000.00 $ 3,409.50 $ 3,597.70 $ 5,200.00 $5,909.80 $6,236.02 (J) 12"x6' 1 EA. $ 1,800.00 $ 2,045.70 $ 2,155.76 $ 3,500.00 $ 3,977.75 $ 4,197.32 $ 5,300.00 $6,023.451 $6,355.94 (g) 12"x8" 1 EA. $ 2,400.00 $ 2,727.60 $ 2,874.34 $ 3,500.00 $ 3,977.75 $ 4,197.32 $ 5,900.00 $6,705.35 $7,075.49 (h) 12'x12" 1 EA. $ 4,500.00 $ 5,114.25 $ 5,389.40 $ 3,500.00 $ 3,977.75 $ 4,197.32 $ 8,000.00 $9,092.00 $9,593.88 00 16" x 6" 1 EA. $ 2,400.00 $ 2,727.60 $ 2,874.34 $ 4,000.00 $ 4,546.00 $ 4,796.94 $ 6,400.00 $7,273.60 $7,675.10 A20 Resilient Seat Gate Valve Assemblies $ $0.00 (a) 2 -inch 1 EA. $ 400.00 $ 454.60 $ 479.06 $ 500.00 $ 568.25 $ 599.62 $ 900.00 $1,022.85 $1,079.31 IN 4 -inch 1 EA. $ 650.00 $ 738.73 $ 778.47 $ 600.00 $ 681.90 $ 719.54 $ 1,250.00 $1,420.63 $1,499.04 (c) 6 -inch 1 EA. $ 750.00 $ 852.38 $ 898.23 $ 650.00 $ 738.73 $ 779.50 $ 1,400.00 $1,591.10 $1,678.93 (d) 8 -inch 1 EA. $ 1,050.00 $ 1,193.33 $ 1,257.53 $ 800.00 $ 909.20 $ 959.39 $ 1,850.00 $2,102.53 $2,218.58 (e) 10 -inch 1 EA. $ 1,850.00 $ 2,102.53 $ 2,215.64 $ 1,000.00 $ 1,136.50 $ 1,199.23 $ 2,850.00 $3,239.03 $3,417.82 (J) 12 -inch 1 EA. $ 2,350.00 $ 2,670.78 $ 2,814.46 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 3,550.00 $4,034.58 $4,257.28 (g) 16 -inch 1 EA. $ 5,700.00 $ 6,478.05 $ 6,826.57 $ 1,800.00 $ 2,045.70 $ 2,158.62 $ 7,500.00 $8,523.75 $8,994.26 A21 Eccentric Plug Valve Assemblies $ - $0.D0 (a) 6 -inch 1 EA. $ 1,200.00 $ 1,363.80 $ 1,437.17 $ 500.00 $ 568.25 $ 599.62 $ 1,700.00 $1,932.05 $2,038.70 (b) 8 -inch 1 EA. $ 1,500.00 $ 1,704.75 $ 1,796.47 $ 600.00 $ 681.90 $ 719.54 $ 2,100.00 $2,386.65 $2,518.39 (c) 12 -inch 1 EA. $ 2,400.00 $ 2,727.60 $ 2,874.34 $ 650.00 $ 738.73 $ 779.50 $ 3,050.00 $3,466.33 $3,657.67 (d) 16 -inch 1 EA. $ 5,300.00 $ 6,023.45 $ 6,347.51 $ 750.00 $ 852.38 $ 899.43 $ 6,050.00 $6,875.83 $7,255.37 (e) 18 -inch 1 EA. $ 5,900.00 $ 6,705.35 $ 7,066.10 $ 4,000.00 $ 4,546.00 $ 4,796.94 $ 9,900.00 1 $11,Z51.351 $11,872.42 (f) 24 -inch 1 EA. $ 16,600.00 $ 18,865.90 $ 19,880.89 $ 4,500.00 $ 5,114.25 $ 5,396.56 $ 21,100.00 $23,980.15 $25,303.85 A22 Butterfly Valve Assemblies $ - $0.00 (a) 12 -inch 1 EA. $ 1,600.00 $ 1,818.40 $ 1,916.23 $ 650.00 $ 738.73 $ 779.50 $ 2,250.00 $2,557.13 $2,698.28 54 55 (b) 16 -inch 1 EA. $ 2,600.00 $ 2,954.90 $ 3,113.87 $ 750.00 $ 852.38 $ 899.43 $ 3,350.00 $3,807.28 $4,017.44 (c) 18 -inch 1 EA. $ 2,850.00 $ 3,239.03 $ 3,413.28 $ 1,000.00 $ 1,136.50 $ 1,199.23 $ 3,850.00 $4,375.53 $4,617.05 (d) 20 -inch 1 EA. $ 3,700.00 $ 4,205.05 $ 4,431.28 $ 1,000.00 $ 1,136.50 $ 1,199.23 $ 4,700.00 $5,341.55 $5,636.40 A23 Ball Valve Assemblies $ - $0.00 (a) 3/4 -inch 1 EA. $ 55.00 $ 62.51 $ 65.87 $ 25.00 $ 28.41 $ 29.98 $ 80.00 $90.92 $95.94 (b) 1 -inch 1 EA. $ 75.00 $ 85.24 $ 89.82 $ 30.00 $ 34.10 $ 35.98 $ 105.00 $119.33 $125.92 (c) 1 1/4 -inch 1 EA. $ 150.00 $ 170.48 $ 179.65 $ 35.00 $ 39.78 $ 41.97 $ 185.00 $210.25 $221.86 (b) 1 1/2 -inch 1 EA. 1 $ 160.00 $ 181.84 $ 191.62 $ 40.00 $ 45.46 $ 47.97 1 $ 200.00 $227.301 $239.85 (a) 1 3/4 -inch 1 EA. $ 230.00 $ 261.40 $ 275.46 $ 50.00 $ 56.83 $ 59.96 $ 280.00 $318.22 $335.79 (b) 2 -inch 1 EA. $ 230.00 $ 261.40 $ 275.46 $ 60.00 $ 68.19 $ 71.95 $ 290.00 $329.59 $347.78 A24 Check Valve Assemblies $ - $0.00 (a) 2 -inch 1 EA. $ 50.00 $ 56.83 $ 59.88 $ 500.00 $ 568.25 $ 599.62 $ 550.00 $625.08 $659.58 (b) 4 -inch 1 EA. $ 700.00 $ 795.55 $ 838.35 $ 500.00 $ 568.25 $ 599.62 $ 1,200.00 $1,363.80 $1,439.08 (c) 6 -inch 1 EA. $ 1,400.00 $ 1,591.10 $ 1,676.70 $ 650.00 $ 738.73 $ 779.50 $ 2,050.00 $2,329.83 $2,458.43 (d) 8 -inch 1 EA. $ 1,550.00 $ 1,761.58 $ 1,856.35 $ 750.00 $ 852.38 $ 899.43 $ 2,300.00 $2,613.95 $2,758.24 (e) 12 -inch 1 EA. $ 4,300.00 $ 4,886.95 $ 5,149.87 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 5,500.00 $6,250.75 $6,595.79 M 16 -inch 1 EA. $ 8,400.00 $ 9,546.60 $ 10,060.21 $ 1,400.00 $ 1,591.10 $ 1,678.93 $ 9,800.00 $11,137.70 $11,752.50 (g) 18 -inch 1 EA. $ 8,700.00 $ 9,887.55 $ 10,419.50 $ 1,500.00 $ 1,704.75 $ 1,798.85 $ 10,200.00 $11,592.30 $12,232.19 (h) 20 -inch 1 EA. $ 9,500.00 $ 10,796.75 $ 11,377.62 $ 2,000.00 $ 2,273.00 $ 2,398.47 $ 11,500.00 $13,069.75 $13,791.20 A25 Sanitary Sewer Services $ - $0.00 (constructed with new gravity sewer) $ - $0.00 (a) 0'-6' (single) 1 EA. $ 650.00 $ 738.73 $ 778.47 $ 800.00 $ 909.20 $ 959.39 $ 1,450.00 $1,647.93 $1,738.89 (b) 0'-6' (double) 1 EA. $ 700.00 $ 795.55 $ 838.35 $ 800.00 $ 909.20 $ 959.39 $ 1,500.00 $1,704.75 $1,799.85 (c) 6' -Over (single) 1 EA. $ 650.00 $ 738.73 $ 778.47 $ 800.00 $ 909.20 $ 959.39 $ 1,450.00 $1,647.93 $1,738.89 (d) 6' -Over (double) 1 EA. $ 700.00 $ 795.55 $ 838.35 $ 800.00 $ 909.20 $ 959.39 $ 1,500.00 $1,704.75 $1,798.85 A26 6" Sanitary Sewer Services -Additional Footage $ - $0,00 (a) 0' - 6' 1 L. F. $ 5.00 $ 5.68 $ 5.99 $ 15.00 $ 17.05 $ 17.99 $ 20.00 $22.73 $23.98 (b) 6' -Over 1 L. F. $ 7.00 $ 7.96 $ 8.38 $ 15.00 $ 17.05 $ 17.99 $ 22.00 $25.00 $26.38 A27 Sanitary Sewer Services $ $0.00 (constructed on existing sewer lines - unlined) $ $0.00 (a) 0'-6' (single) 1 EA. 1 $ 650.00 $ 738.73 $ 778A7 $ 1,000.00 $ 1,136.50 $ 1,199.23 $ 1,650.00 $1,875.23 $1,978.74 (b) Y-6' (double) 1 EA. $ 700.00 $ 795.55 $ 838.35 $ 1,000.00 $ 1,136.50 $ 1,199.23 $ 1,700.00 $1,932.05 $2,038.70 (c) 6'-Over(single) 1 EA. $ 650.00 $ 738.73 $ 778.47 $ 1,000.00 $ 1,136.50 $ 1,199.23 $ 1,650.00 $1,875.23 $1,978.74 (d) 6'-Over(double) 1 EA. $ 700.00 $ 795.55 $ 838.35 $ 1,000.00 $ 1,136.50 $ 1,199.23 $ 1,700.00 $1,932.05 $2,038.70 A28 I Sanitary Sewer Services $ $0.00 (constructed on existing sewer lines - lined) $ $0.00 (a) 0'-6' (single) 1 EA. $ 800.00 $ 909.20 $ 958.11 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 2,000.00 $2,273.00 $2,398.47 -6' (b) O'(double) 1 EA. $ 1,000.00 $ 1,136.50 $ 1,197.64 $ 1,400.00 $ 1,591.10 $ 1,678.93 $ 2,400.00 $2,727.60 $2,878.16 (c) 6' -Over (single) 1 EA. $ 800.00 $ 909.20 $ 958.11 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 2,000.00 $2,273.00 $2,398.47 (d) 6' -Over (double) 1 EA. $ 1,000.00 $ 1,136.50 $ 1,197.64 $ 1,400.00 $ 1,591.10 $ 1,678.93 $ 2,400.00 $2,727.60 $2,878.16 A29 Sanitary Sewer Cleanouts $ - $0.00 (to existing sanitary sewer laterals) $ - $O,OO (a) 0'-6'(4") 1 EA. $ 300.00 $ 340.95 $ 359.29 $ 500.00 $ 568.25 $ 599.62 $ 800.00 $909.201 $959.39 (b) 6' -Over (4") 1 EA. $ 400.00 $ 454.60 $ 479.06 $ 800.00 $ 909.20 $ 959.39 $ 1,200.00 $1,363.80 $1,439.08 (c) 0'-6' (6") 1 EA. $ 350.00 $ 397.78 $ 419.18 $ 500.00 $ 568.25 $ 599.62 $ 850.00 $966.03 $1,019.35 (d) 6' -Over (6") 1 EA. $ 450.00 $ 511.43 $ 538.94 $ 800.00 $ 909.20 $ 959.39 $ 1,250.00 $1,420.63 $1,499.04 A30 Cleanout Ring and Cover 1 EA. $ 200.00 $ 227.30 $ 239.53 $ 150.00 $ 170.48 $ 179.89 $ 350.00 $397.78 $419.73 (constructed on new or existing cleanouts) $ - $0.00 A31 Water Services (on 6" or smaller main) $ - $0.00 (constructed in conjunction with water main) $00 (a) 1" (single short) 1 EA. $ 250.00 $ 284.13 $ 299.41 $ 400.00 $ 454.60 $ 479.69 $ 650.00 $738.73 779.50 (b) 1" (single long) 1 EA. $ 290.00 $ 329.59 $ 347.32 $ 500.00 $ 568.25 $ 599.62 $ 790.00 1 $897.84 $947.40 (c) I" (double short) 1 EA. $ 310.00 $ 352.32 $ 371.27 $ 500.00 $ 568.25 $ 599.62 $ 810.00 $920.57 $971.38 (d) I" (double long) 1 EA. $ 350.00 $ 397.78 $ 419.18 $ 700.00 $ 795.55 $ 839.46 $ 1,050.00 $1,193.33 $1,259.20 (e) 2" (single short) 1 EA. $ 790.00 $ 897.84 $ 946.14 $ 600.00 $ 681.90 $ 719.54 $ 1,390.00 $1,579.74 $1,666.94 M 2" (single long) 1 EA. $ 875.00 $ 994.44 $ 1,047.94 $ 700.00 $ 795.55 $ 839.46 $ 1,575.00 $1,789.99 $1,888.79 (g) 2" (double short) 1 EA. $ 1,600.00 $ 1,818.40 $ 1,916.23 $ 700.00 $ 795.55 $ 839.46 $ 2,300.00 $2,613.95 $2,758.24 (h) 2" (double long) 1 EA. $ 1,600.00 $ 1,818.40 $ 1,916.23 $ 900.00 $ 1,022.85 $ 1,079.31 $ 2,500.00 $2,941.25 $2,998.09 A32 Water Services- Horizontally Drilled $ - $0.00 (construc ted in conjuncti on with 6" or smaller water main ` F = -P `a -R $0.00 (a) 1" (single short) 1 EA. $ 275.00 $ 312.54 $ 329.35 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,475.00 $1,676.34 $1,768.87 (b) 1" (single long) 1 EA. $ 290.00 $ 329.59 $ 347.32 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,490.00 $1,693.39 $1,786.86 (c) 1" (double short) 1 EA. $ 550.00 $ 625.08 $ 658.70 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,750.00 $1,988.88 $2,098.66 (d) 1" (double long) 1 EA. $ 550.00 $ 625.08 $ 658.70 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,750.00 $1,988.88 $2,098.66 (e) 2" (single short) 1 EA. $ 2,400.00 $ 2,727.60 $ 2,874.34 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 3,600.00 $4,091.40 $4,317.25 (f) 2" (single long) 1 EA. $ 2,400.00 $ 2,727.60 $ 2,874.34 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 3,600.00 $4,091.40 $4,317.25 (g) 2" (double short) 1 EA. $ 2,000.00 $ 2,273.00 $ 2,395.29 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 3,200.00 $3,636.80 $3,837.55 (h) 2" (double long) 1 EA. $ 2,800.00 $ 3,182.20 $ 3,353.40 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 4,000.00 $4,545.00 $4,796.94 A33 Water Services (on 6" or smaller main) $ $0.00 (constructed on existing water main) $ - $0.00 (a) 1" (single short) 1 EA. $ 250.00 $ 284.13 $ 299.41 $ 1,400.00 $ 1,591.10 $ 1,678.93 $ 1,650.00 $1,875.23 $1,978.74 (b) 1" (single long) 1 EA. $ 275.00 $ 312.54 $ 329.35 $ 1,800.00 $ 2,045.70 $ 2,158.62 $ 2,075.00 $2,358.24 $2,488.41 (c) 1" (double short) 1 EA. $ 500.00 $ 568.25 $ 598.82 $ 1,600.00 $ 1,818.40 $ 1,918.78 $ 2,100.00 $2,386.65 $2,518.39 (d) 1" (double long) 1 EA. $ 600.00 $ 681.90 $ 718.59 $ 1,800.00 $ 2,045.70 $ 2,158.62 $ 2,400.00 $2,727.60 $2,878.16 (e) 2" (single short) 1 EA. $ 1,200.00 $ 1,363.80 $ 1,437.17 $ 1,800.00 $ 2,045.70 $ 2,158.62 $ 3,000.00 $3,409.50 $3,597.70 55 56 M 2" (single long) 1 EA. $ 1,300.00 $ 1,477.45 $ 1,556.94 $ 1,800.00 $ 2,045.70 $ 2,158.62 $ 3,100.00 $3,523.15 $3,717.63 (g) 2" (double short) 1 EA. $ 1,700.00 $ 1,932.05 $ 2,035.99 $ 1,800.00 $ 2,045.70 $ 2,158.62 $ 3,500.00 $3,977.75 $4,197.32 (h) 2" (double long) 1 EA. $ 1,700.00 $ 1,932.05 $ 2,035.99 $ 1,800.00 $ 2,045.70 $ 2,158.62 $ 3,500.00 $3,977.75 $4,197.32 A34 Water Services- Horizontally Drilled $ - $0.00 (constructed on existing 6" or smaller water main) $ - $0.00 (a) 1" (single short) 1 EA. $ 275.00 $ 312.54 $ 329.35 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,475.00 $1,676.34 $1,768.87 (b) 1" (single long) 1 EA. $ 290.00 $ 329.59 $ 347.32 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,490.00 $1,693.39 $1,786.86 (c) 1" (double short) 1 EA. $ 550.00 $ 625.08 $ 658.70 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,750.00 $1,988.88 $2,098.66 (d) 1" (double long) 1 EA. $ 550.00 $ 625.08 $ 658.70 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,750.00 $1,988.88 $2,098.66 (e) 2" (single short) 1 EA. $ 2,400.00 $ 2,727.60 $ 2,874.34 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 3,600.00 $4,091.40 $4,317.25 (f) 2" (single long) 1 EA. $ 2,400.00 $ 2,727.60 $ 2,874.34 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 3,600.00 $4,091.40 $4,317.25 (g) 2" (double short) 1 EA. $ 2,000.00 $ 2,273.00 $ 2,395.29 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 3,200.00 $3,636.80 $3,837.55 (h) 2"(double long) 1 EA. $ 2,800.00 $ 3,182.20 $ 3,353.40 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 4,000.00 $4,546.00 $4,796.94 A35 Water Services Additional Footage $ - $0.00 (a) 1" HDPE Water Service 1 L.F. $ 0.50 $ 0.57 $ 0.60 $ 45.00 $ 51.14 $ 53.97 $ 45.50 $51.711 $54.57 (b) 2" HDPE Water Service 1 L.F. $ 1.50 $ 1.70 $ 1.80 $ 50.00 $ 56.83 $ 59.96 $ 51.50 $58.531 $61.76 A36 Water Services saddle size adjustments $ - $0.00 (constructed on water main 6" or larger) $ - $0.00 (a) 6" 1 EA. $ 150.00 $ 170.48 $ 179.65 $ - $ - $ 150.00 $170.48 $179.89 (b) 8" 1 EA. $ 150.00 $ 170.48 $ 179.65 $ - $ - $ 150.00 $170.48 $179.89 (c) 10" 1 EA. $ 210.00 $ 238.67 $ 251.51 $ - $ - $ 210.00 $238.67 $251.84 (d) 12" 1 EA. $ 185.00 $ 210.25 $ 221.56 $ - $ - $ 185.00 $210.25 $221.86 (e) 16" 1 EA. $ 320.00 $ 363.68 $ 383.25 $ - $ - $ 320.00 $363.68 $383.76 A37 Blow -off Assembly 1 EA. $ 1,000.00 $ 1,136.50 $ 1,197.64 $ 800.00 $ 909.20 $ 959.39 $ 1,800.00 $2,04S.701 $2,158.62 A38 Fire Hydrant Assembly (includes tee) $ - 1 $0.00 (constructed with new water main) 1 EA. $ 2,700.00 $ 3,068.55 $ 3,233.64 $ 1,500.00 $ 1,704.75 $ 1,798.85 $ 4,200.00 $4,773.301 $5,036.79 A39 Fire Hydrant Assembly $ - $0.00 (constructed on existing water main) 1 EA. $ 3,100.00 $ 3,523.15 $ 3,712.70 $ 1,900.00 $ 2,159.35 $ 2,278.55 $ 5,000.00 $5,682.50 $5,996.17 A40 Bacteriological Sample Point $ - $0.00 (constructed on new water main) 1 EA. $ 300.00 $ 340.95 $ 359.29 $ 700.00 $ 795.55 $ 839.46 $ 1,000.00 $1,136.50 $1,199.23 A41 Bacteriological Sample Point $ - $0.00 (using a water service or fire hydrant) 1 EA. $ 100.00 $ 113.65 $ 119.76 $ 300.00 $ 340.95 $ 359.77 $ 400.00 $454.60 $479.69 A42 2" Manual Air Release Valve 1 EA. $ 1,400.00 $ 1,591.10 $ 1,676.70 $ 600.00 $ 681.90 $ 719.54 $ 2,000.00 $2,273.00 $2,398.47 A43 2" Automatic Air Release Valve 1 EA. $ 2,300.00 $ 2,613.95 $ 2,754.58 $ 700.00 $ 795.55 $ 839.46 $ 3,000.00 $3,409.50 $3,597.70 A44 Dewatering $ - $am (a) 1 L.F. NA $ $ 10.00 $ 11.37 $ 11.99 $ 10.00 $11.37 $11.99 (b) 6'-12' 1 L.F. NA $ - $ 20.00 $ 22.73 $ 23.98 $ 20.00 $22.731 $23.98 (c) 12'-18' 1 L.F. NA $ - $ 30.00 $ 34.10 $ 35.98 $ 30.00 $34.10 $35.98 A45 Remove Pressure Pipe $ - $0.00 $0.00 (a) 3" 1 L.F. NA $ - $ 4.00 $ 4.55 $ 4.80 $ 4.00 $4.55 $4.80 (b) 4" 1 L.F. NA $ $ 4.00 $ 4.55 $ 4.80 $ 4.00 $4.55 $4.80 (c) 6" 1 L.F. NA $ - $ 4.00 $ 4.55 $ 4.80 $ 4.00 $4.55 $4.80- (d) 8" 1 L.F. NA $ - $ 4.00 $ 4.55 $ 4.80 $ 4.00 $4.55 $4.80 (e) 10" 1 L.F. NA $ - $ 4.00 $ 4.55 $ 4.80 $ 4.00 $4.55 $4.80 (f) 12" 1 L.F. NA $ - $ 5.00 $ 5.68 $ 6.00 $ 5.00 1 $5.68 $6.00 (g) 16" 1 L.F. NA $ - $ 5.00 $ 5.68 $ 6.00 $ 5.00 $5.68 $6.00 (h) I Cost Credit 1 L.F. NA $ - $0.00 A46 Grout and Abandon Pressure Pipe $ - $0.00 (a) 3" 1 L.F. $ 1.00 $ 1.14 $ 1.20 $ 5.00 $ 5.68 $ 6.00 $ 6.00 $6.82 $7.20 (b) 4" 1 L.F. $ 1.00 $ 1.14 $ 1.20 $ 5.00 $ 5.68 $ 6.00 $ 6.00 $6.82 $7.20 (c) 6" 1 L.F. $ 1.00 $ 1.14 $ 1.20 $ 5.00 $ 5.68 $ 6.00 $ 6.00 $6.82 $7.20 (d) 8" 1 L.F. $ 2.00 $ 2.27 $ 2.40 $ 5.00 $ 5.68 $ 6.00 $ 7.00 $7.96 $8.39 (e) 10" 1 L.F. $ 2.00 $ 2.27 $ 2.40 $ 6.00 $ 6.82 $ 7.20 $ 8.00 $9.09 $9.59 (f) 12" 1 L.F. $ 2.00 $ 2.27 $ 2.40 $ 6.00 $ 6.82 $ 7.20 $ 8.00 $9.09 $9.59 (g) 14" 1 L.F. $ 3.00 $ 3.41 $ 3.59 $ 6.00 $ 6.82 $ 7.20 $ 9.00 $10.23 $10.79 (h) 16" 1 L.F. $ 3.00 $ 3.41 $ 3.59 $ 6.00 $ 6.82 $ 7.20 $ 9.00 $10.23 $10.79 (i) 18" 1 L.F. $ 3.00 $ 3.41 $ 3.59 $ 7.00 $ 7.96 $ 8.39 $ 10.00 $11.37 $11.99 Q) 20" 1 L.F. $ 4.00 $ 4.55 $ 4.79 $ 7.00 $ 7.96 $ 8.39 $ 11.00 $12.50 $13.19 (k) 22" 1 L.F. $ 4.00 $ 4.55 $ 4.79 $ 7.00 $ 7.96 $ 8.39 $ 11.00 $12.50 $13.19 (1) 24" 1 L.F. $ 5.00 $ 5.68 $ 5.99 $ 8.00 $ 9.09 $ 9.59 $ 13.00 $14.77 $15.59 A47 I Remove Sanitary Sewer Main $ - $0.00 (a) 8" 1 L.F. NA $ - $ 5.00 $ 5.68 $ 6.00 $ 5.00 $5.68 $6.00 (b) 10" 1 L.F. NA $ - $ 5.00 $ 5.68 $ 6.00 $ 5.00 $5.68 $6.00 (b) 12" 1 L.F. NA $ - $ 5.00 $ 5.68 $ 6.00 $ 5.00 $5.68 $6.00 (c) 18" 1 L.F. NA $ - $ 10.00 $ 11.37 $ 11.99 $ 10.00 $11.37 $11.99 (d) 24" 1 L.F. NA $ - $ 10.00 $ 11.37 $ 11.99 $ 10.00 $11.371 $11.99 (e) Cost Credit 1 L.F. NA $ - $0.00 A48 Grout and Abandon Sanitary Sewer Main $ - $0.00 (a) 8" 1 L.F. $ 2.00 $ 2.27 $ 2.40 $ 6.00 $ 6.82 $ 7.20 $ 8.00 $9.09.. $9.59 (b) 10" 1 L.F. $ 2.00 $ 2.27 $ 2.40 $ 6.00 $ 6.82 $ 7.20 $ 8.00 $9.09 1 $9.59 (b) 12" 1 L.F. $ 2.00 $ 2.27 $ 2.40 $ 6.00 $ 6.82 $ 7.20 $ 8.00 $9.09 $9.59 (c) 18" 1 L.F. $ 3.00 $ 3.41 $ 3.59 $ 7.00 $ 7.96 $ 8.39 $ 10.00 $11.37 $11.99 (d) 24" 1 L.F. $ 4.00 $ 4.55 $ 4.79 $ 8.00 $ 9.09 $ 9.59 $ 12.00 $13.64 $14.39 A49 Remove Sanitary Sewer Manhole $ - $0.00 (a) 0'-6' 1 EA. $ 500.00 $ 568.25 $ 598.82 $ 1,000.00 $ 1,136.50 $ 1,199.23 $ 1,500.00 $1,704.75 $1,798.85 (b) 6'-8' 1 EA. $ 500.00 $ 568.25 $ 598.82 $ 2,000.00 $ 2,273.00 $ 2,398.47 $ 2,500.00 $2,841.25 $2,998.09 (c) 8'-10' 1 EA. $ SOO.00 $ 568.25 $ 598.82 $ 2,000.00 $ 2,273.00 $ 2,398.47 $ 2,500.00 $2,841.251 $2,998.09 (d) 10'-12' 1 EA. $ 500.00 $ 568.25 $ 598.82 $ 2,500.00 $ 2,841.25 $ 2,998.09 $ 3,000.00 $3,409.50 $3,597.70 (e) 12'-14' 1 EA. $ 500.00 $ 568.25 $ 598.82 $ 3,000.00 $ 3,409.50 $ 3,597.70 $ 3,500.00 $3,977.75 $4,197.32 ASO Outside drop on Manhole $ - $0.00 1 EA. $ 300.00 $ 340.95 $ 359.29 $ 200.00 $ 227.30 $ 239.85 $ 500.00 $568.25 $599.62 (b) 8'-10' 1 EA. $ 400.00 $ 454.60 $ 479.06 $ 300.00 $ 340.95 $ 359.77 $ 700.00 $795.55 $839.46 56 57 (c) 10'-12' 1 EA. $ 500.00 $ 568.25 $ 598.82 $ 400.00 $ 454.60 $ 479.69 $ 900.00 $1,022.85 $1,079.31 A51 Relocate Fire Hydrant 1 EA. $ 1,700.00 $ 1,932.05 $ 2,035.99 $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 2,900.00 $3,295.85 $3,477.78 A52 2" Jumper Connection 1 EA. $ 1,600.00 $ 1,818.40 $ 1,916.23 $ 750.00 $ 852.38 $ 899.43 $ 2,350.00 $2,670.78 $2,818.20 A53 Asbestos Pipe Abatment $ - $0.00 (a) 6" 1 L.F. NA $ - $ 14.00 $ 15.91 $ 16.79 $ 14.00 $15.91 $16.79 (b) 8" 1 L.F. NA $ - $ 18.00 $ 20.46 $ 21.59 $ 18.00 $20.46 $21.59 (c) 10" 1 L.F. NA $ - $ 20.00 $ 22.73 $ 23.98 $ 20.00 $22.73 $23.98 (d) 12" 1 L.F. NA $ - $ 22.00 $ 25.00 $ 26.38 $ 22.00 $25.00 $26.38 (e) 16" 1 L.F. NA $ - $ 28.00 $ 31.82 $ 33.58 $ 28.00 $31.82 $33.58 A54 Root Barrier 1 L.F. $ $ 25.00 $ 28.41 $ 29.98 $ 25.00 $28.41 $29.98 A55 Utility Pole Support 1 EA $ - $ 2,500.00 $ 2,841.25 $ 2,998.09 $ 2,500.00 $2,841.25 $2,998.09 A56 1 Remove and Reinstall Trees 1 EA $ - $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,200.00 $1,363.80 $1,439.08 A57 Schedule 40 PVC Casing Pipe $ - $0.00 (a) 4" 1 L.F. NA $ - $ 10.00 $ 11.37 $ 11.99 $ 10.00 $11.37 $11.99 (b) 6" 1 L.F. NA $ - $ 12.00 $ 13.64 $ 14.39 $ 12.00 $13.64 $14.39 (c) 8" 1 L.F. NA $ - $ 16.00 $ 18.18 $ 19.19 $ 16.00 $18.18 $19.19 (d) 10" 1 L.F. NA $ - $ 20.00 $ 22.73 $ 23.98 $ 20.00 $22.73 $23.98 (e) 12" 1 L.F. NA $ - $ 25.00 $ 28.41 $ 29.98 $ 25.00 $28.41 $29.98 (f) 14" 1 L.F. NA $ $ 34.00 $ 38.64 $ 40.77 $ 34.00 $38.64 $40.77 (g) 16" 1 L.F. NA $ - $ 45.00 $ 51.14 $ 53.97 $ 45.00 $51.14 $53.97 (h) 18" 1 L.F. NA $ - $ 90.00 $ 102.29 $ 107.93 $ 90.00 $102.29 $107.93 1 L.F. NA $ - $ 200.00 $ 227.30 $ 239.85 $ 200.00 $227.30 $239.85 1 L.F. NA $ - $ 250.00 $ 284.13 $ 299.81 $ 250.00 $284.13 $299.81 (k) 24" 1 L.F. NA $ - $ 300.00 $ 340.95 $ 359.77 $ 300.00 $340.95 $359.77 A58 Steel casing $ $0.00 (a) 4" 1 L.F. NA $ - $ 20.00 $ 22.73 $ 23.98 $ 20.00 $22.73 $23.98 (b) 6" 1 L.F. NA $ - $ 25.00 $ 28.41 $ 29.98 $ 25.00 $28.41$29.98 (c) 8" 1 L.F. NA I $ - $ 40.00 $ 45.46 $ 47.97 $ 40.00 $45.46 $47.97 (d) 10" 1 L.F. NA $ - $ 45.00 $ 51.14 $ 53.97 $ 45.00 $51.14 I $53.97 (e) 12" 1 L.F. NA $ - $ 50.00 $ 56.83 $ 59.96 $ 50.00 $56.83 $59.96 (f) 14" 1 L.F. NA $ - $ 70.00 $ 79.56 $ 83.95 $ 70.00 $79.56 $83.95 (g) 16" 1 L.F. NA $ - $ 80.00 $ 90.92 $ 95.94 $ 80.00 $90.921 $95.94 (h) 18" 1 L.F. NA $ - $ 90.00 $ 102.29 $ 107.93 $ 90.00 $102.29 $107.93 (i) 20" 1 L.F. NA $ $ 120.00 $ 136.38 $ 143.91 $ 120.00 $136.38 $143.91 0) 22" 1 L.F. NA $ - $ 200.00 $ 227.30 $ 239.85 $ 200.00 $227.30 $239.85 (k) 24" 1 L.F. NA $ - $ 300.00 $ 340.95 $ 359.77 $ 300.00 $340.95 $359.77 $ - $ - 1 $0.00 B - Restoration $ - $0.00 B1 Pavement Repair and Replacement $ - $0.00 (a) Asphalt Road 1 S.V. $ - $ 65.00 $ 73.87 $ 77.95 $ 65.00 $73.87 $77.95 (b) Asphalt Driveway 1 S.Y. $ - $ 50.00 $ 56.83 $ 59.96 $ 50.00 $56.83 1$59.96 (c) Asphalt Millings 1 S.V. $ - $ 35.00 $ 39.78 $ 41.97 $ 35.00 $39.78$41.97 (d) Asphalt overlay 1 S.V. $ - $ 30.00 $ 34.10 $ 35.98 $ 30.00 $34.10 $35.98 (e) Add. 5-3 Asphalt 1 Ton $ - $ 350.00 $ 397.78 $ 419.73 $ 350.00 $397.78 $419.73 (0 Cold Mix Asphalt 1 Ton $ - $ 200.00 $ 227.30 $ 239.85 $ 200.00 $227.301 $239.85 (g) Concrete Driveway (6") 1 S.Y. $ - $ 65.00 $ 73.87 $ 77.95 $ 65.00 $73.87 $77.95 (h) Concrete Sidewalk (4") 1 S.Y. $ - $ 50.00 $ 56.83 $ 59.96 $ 50.00 $56.83 $59.96 (i) Concrete Curb $ - $0.00 1. Curb and Gutter 1 L.F. $ - $ 50.00 $ 56.83 $ 59.96 $ 50.00 $56.83 $59.96 2.'D' Curb 1 L.F. $ - $ 50.00 $ 56.83 $ 59.96 $ 50.00 $56.83 $59.96 (j) Concrete Driveway Paver Block 1 S.Y. $ - $ 45.00 $ 51.14 $ 53.97 $ 45.00 $51.14 $53.97 (k) Lime rock Driveway 1S .Y. $ - $ 35.00 $ 39.78 $ 41.97 $ 35.00 $39.78 $41.97 (I) Asphalt sidewalk 1 S.Y. $ - $ 60.00 $ 68.19 $ 71.95 $ 60.00 $68.19 $71.95 B2 Milling Asphalt 1 S.Y. $ - $ 25.00 $ 28.41 $ 29.98 $ 25.00 $28.41 $29.98 83 Coquina Rock Base 1 C.Y. $ - $ 30.00 $ 34.10 $ 35.98 $ 30.00 $34.10 $35.98 B4 Flowable Fill $ - $0.00 (a) 0 - 4 cy (include short load fees) 1 C.Y. $ - $ 350.00 $ 397.78 $ 419.73 $ 350.00 $397.78 $419.73 (b) 4 - 8 cy (include short load fees) 1 C.Y. $ - $ 275.00 $ 312.54 $ 329.79 $ 275.00 $312.54 $329.79 (c) > 8cy 1 C.Y. $ $ 200.00 $ 227.30 $ 239.85 $ 200.00 $227.30 $239.85 B5 Miscellaneous Materials $ - $0.00 (a) Sand 1 C.Y. $ - $ 45.00 $ 51.14 $ 53.97 $ 45.00 $51.14 $53.97 (b) Fill 1 C.Y. $ - $ 45.00 $ 51.14 $ 53.97 $ 45.00 $51.14 $53.97 (c) #57 Rock 1 C.Y. $ - $ 45.00 $ 51.14 $ 53.97 $ 45.00 $51.14 $53.97 (d) Shell Rock 1 C.Y. $ - $ 55.00 $ 62.51 $ 65.96 $ 55.00 $62.51 $65.96 (e) Suremix Concrete 80# 1 Bag $ - $ 25.00 $ 28.41 $ 29.98 $ 25.00 $28.41 $29.98 B6 Sod Replacement $ - $0.00 (a) Bahia 1 S.Y. $ - $ 4.00 $ 4.55 $ 4.80 $ 4.00 $4.55 $4.80 (b) Floratam 1 S.Y. $ - $ 6.00 $ 6.82 $ 7.20 $ 6.00 $6.82 $7.20 Seed and Mulch 1 S.Y. $ - $ 5.00 $ 5.68 $ 6.00 $ 5.00 $5.68 $6.00 Mailbox Removal and Reinstallation 1 EA $ - $ 800.00 $ 909.20 $ 959.39 $ 800.00 $909.20 $959.39 FSECTION Sprinkler System Repair per Yard 1 EA $ - $ 1,200.00 $ 1,363.80 $ 1,439.08 $ 1,200.00 $1,363.80 $1,439.08 Handicap Ramp Restoration 1 EA $ - $ 500.00 $ 568.25 $ 599.62 $ 500.00 $568.25 $599.62 $ - $0.00 C - High DensityPolyethylene Piping & Horizontal Directional Boring $ - $0.00 High Density Polyethylene Pipe (HDPE) -Trench $ - $0.00 (a) 2 -inch 1 L.F. $ 3.00 $ 3.41 $ 3.59 $ 12.00 $ 13.64 $ 14.39 $ 15.00 $17.05 $17.99 (b) 4 -inch 1 L.F. $ 6.00 $ 6.82 $ 7.19 $ 14.00 $ 15.91 $ 16.79 $ 20.00 $22.731 $23.98 (c) 6 -inch 1 L.F. $ 10.00 $ 11.37 $ 11.98 $ 16.00 $ 18.18 $ 19.19 $ 26.00 $29.55 $31.18 (d) 8 -inch 1 L.F. $ 18.00 $ 20.46 $ 21.56 $ 18.00 $ 20.46 $ 21.59 $ 36.00 $40.91 $43.17 (e) 12 inch 1 L.F. $ 32.00 $ 36.37 $ 38.32 $ 20.00 $ 22.73 $ 23.98 $ 52.00 $59.10 $62.36 (f) 16 -inch 1 L.F. $ 60.00 $ 68.19 $ 71.86 $ 24.00 $ 27.28 $ 28.78 $ 84.00 $95.47 $100.74 (g) 18 -inch 1 I L.F. $ 70.00 $ 79.56 $ 83.84 $ 30.00 $ 34.10 $ 35.98 $ 100.00 $113.65 $119.92 57 SECTION E: Actual Cost+ 10% Actual Cost + 10% 58 (h) 20 -inch 1 L.F. $ 85.00 $ 96.60 $ 101.80 $ 40.00 $ 45.46 S 47.97 $ 125.00 $142.06 $149.90 (i) 24inch 1 L.F. $ 110.00 $ 125.02 $ 131.74 $ 50.00 $ 56.83 $ 59.96 $ 160.00 $181.84 $191.88 C2 Horizontal Directional Boring (HDPE) -HDD $ - $0.00 (b) 4 -inch 1 L.F. $ 22.00 $ 25.00 $ 26.35 $ 12.00 $ 13.64 $ 14.39 $ 34.00 $38.64 $40.77 (c) 6 -inch 1 L.F. $ 28.00 $ 31.82 $ 33.53 $ 14.00 $ 15.91 $ 16.79 $ 42.00 $47.73 $50.37 (d) 8 -inch 1 L.F. $ 34.00 $ 38.64 $ 40.72 $ 16.00 $ 18.18 $ 19.19 $ 50.00 $56.83 $59.96 (e) 12 inch 1 L.F. $ 64.00 $ 72.74 $ 76.65 $ 20.00 $ 22.73 $ 23.98 $ 84.00 $95.47 $100.74 (f) 16 -inch 1 L.F. $ 82.00 $ 93.19 $ 98.21 $ 25.00 $ 28.41 $ 29.98 $ 107.00 $121.611 $128.32 () 18 -inch 1 L.F. $ 100.00 $ 113.65 $ 119.76 $ 30.00 $ 34.10 $ 35.98 $ 130.00 $147.75 $155.90 (h) 20 -inch 1 L.F. 1 $ 125.00 $ 142.06 $ 149.71 $ 40.00 $ 45.46 $ 47.97 $ 165.00 $187.52 $197.87 (i) 24 -inch 1 L.F. $ 160.00 $ 181.84 $ 191.62 $ 50.00 $ 56.83 $ 59.96 $ 210.00 $238.67 $251.84 C3 Horizontally Directional Drilled -PVC Driveway Bores $ $0.00 20 -foot length $ - $0.00 (a) 4 -inch 1 EA. $ 2,500.00 $ 2,841.25 $ 2,994.11 $ 500.00 $ 568.25 $ 599.62 $ 3,000.00 $3,409.50 $3,597.70 (b) 6 inch 1 EA. $ 3,500.00 $ 3,977.75 $ 4,191.75 $ 500.00 $ 568.25 $ 599.62 $ 4,000.00 $4,546.00 $4,796.94 (c) I nch 1 EA. $ 4,500.00 $ 5,114.25 $ 5,389.40 $ 500.00 $ 568.25 $ 599.62 $ 5,000.00 $5,682.50 $5,996.17 (d) 12 -inch 1 EA. $ 5,000.00 $ 5,682.50 $ 5,988.22 $ 500.00 $ 568.25 $ 599.62 $ 5,500.00 $6,250.75 $6,595.79 40 -foot length 1 $ - $0.00 (a) 4 -inch 1 EA. $ 3,500.00 $ 3,977.75 $ 4,191.75 $ 500.00 $ 568.25 $ 599.62 $ 4,000.00 $4,546.00 $4,796.94 (b) 6 -inch 1 EA. $ 4,500.00 $ 5,114.25 $ 5,389.40 $ 500.00 $ 568.25 $ 599.62 $ 5,000.00 $5,682.50 $5,9%.17 (c) 8 -inch 1 EA. $ 5,000.00 $ 5,682.50 $ 5,988.22 $ 500.00 $ 568.25 $ 599.62 $ 5,500.00 $6,250.75 $6,595.79 (d) 12 -inch 1 EA. $ 5,500.00 $ 6,250.75 $ 6,587.04 $ 500.00 $ 568.25 $ 599.62 $ 6,000.00 $6,819.00 $7,195.41 60 -foot length $ $0.00 ) 4 -inch 1 EA. $ 4,000.00 $ 4,546.00 $ 4,790.57 $ 750.00 $ 852.38 $ 899.43 $ 4,750.00 $5,398.38 $5,696.37 ) 6 -inch 1 EA. $ 5,000.00 $ 5,682.50 $ 5,988.22 $ 750.00 $ 852.38 $ 899.43 $ 5,750.00 $6,534.88 $6,895.60 ) 8 -inch 1 EA. $ 5,500.00 $ 6,250.75 $ 6,587.04 $ 750.00 $ 852.38 $ 899.43 $ 6,250.00 $7,103.13 $7,495.22 WDlEquipment ) 12 -inch 1 EA. $ 6,000.00 $ 6,819.00 $ 7,185.86 $ 750.00 $ 852.38 $ 899.43 $ 6,750.00 $7,671.38 $8,094.83 $ - $0.00 Hourly Rates $ - $0.00 ) Trackhoe (specify model) $ - $0.00 (medium) 1 Hr. NA $ - $ 75.00 $ 85.24 $ 89.94 $ 75.00 $85.241 $89.94 (large) 1 Hr. NA $ - $ 125.00 $ 142.06 $ 149.90 $ 125.00 $142.06 $149.90 (b) Combination Backhoe i Hr. NA $ - $ 65.00 $ 73.87 $ 77.95 $ 65.00 $73.87 $77.95 (c) Front end Loader 1 Hr. NA $ $ 85.00 $ 96.60 $ 101.93 $ 85.00 $96.60 $101.93 (d) Grader 1 Hr. NA $ $ 120.00 $ 136.38 $ 143.91 $ 120.00 $136.38 ',$143.91 (e) Dump Truck (9 C.Y.) 1 Hr. NA $ $ 85.00 $ 96.60 $ 101.93 $ 85.00 $96.60 1$101.93 (f) Tandem Dump Truck (18 C.V.) 1 Hr. NA $ $ 85.00 $ 96.60 $ 101.93 $ 85.00 $96.60 $101.93 (g) Forklift 1 Hr. NA $ $ 50.00 $ 56.83 $ 59.96 $ 50.00 $56.83 $59.96 (h) Crew Truck with hand tools 1 Hr. NA $ $ 25.00 $ 28.41 $ 29.98 $ 25.00 $28.41 $29.98 (1) Trash Pump 3" 1 Hr. NA $ $ 15.00 $ 17.05 $ 17.99 $ 15.00 $17.051 $17.99 ') Trash Pump 2" 1 Hr. NA $ $ 10.00 $ 11.37 $ 11.99 $ 10.00 $11.37 $11.99 (k) Walk behind Vibrating Roller 1 Hr. NA $ - $ 20.00 $ 22.73 $ 23.98 $ 20.00 $22.73 $23.98 (1) Rev. Plate Compactor 1 Hr. NA $ - $ 30.00 $ 34.10 $ 35.98 $ 30.00 $34.10 $35.98 (m) lJumpIngJack 1 Hr. I NA $ $ 10.00 $ 11.37 $ 11.99 $ 10.00 $11.37 $11.99 (n) Cut off saw (14") 1 Hr. NA $ $ 5.00 $ 5.68 $ 6.00 $ 5.00 $5.68 $6.00 (o) Street saw (14") 1 Hr. NA $ $ 5.00 $ 5.68 $ 6.00 $ 5.00 $5.68 $6.00 (p) Gradall 1 Hr. NA $ $ 120.00 $ 136.38 $ 143.91 $ 120.00 $136.38 !$143.91 (q) Roller 1 Hr. NA I $ - $ 85.00 $ 96.60 $ 101.93 $ 85.00 $96.60 $101.93 (r) Welding Truck 1 Hr. NA $ - $ 85.00 $ 96.60 $ 101.93 $ 85.00 $96.60 ,$101.93 (s) Welder 1 Hr. NA $ - $ 85.00 $ 96.60 $ 101.93 $ 85.00 $96.60 $101.93 (t) Cement Mixer 1 Hr. NA $ - $ 15.00 $ 17.05 $ 17.99 $ 15.00 $17.05 $17.99 (u) Box Blade 1 Hr. I NA $ $ 50.00 $ 56.83 $ 59.96 $ 50.00 $56.83 $59.96 (v)Water Truck 1 Hr. NA $ $ 120.00 $ 136.38 $ 143.91 $ 120.00 $136.38 $143.91 (w) 1000 gpm sump pump 1 Hr. NA $ $ 25.00 $ 28.41 $ 29.98 $ 25.00 $28.41 $29.98 D2 Crew Hourly Rates $ $0.00 (a) Crew Man 1 Hr. NA $ $ 45.00 $ 51.14 $ 53.97 $ 45.00 $51.14 $53.97 (b) Foreman 1 Hr. NA $ - $ 75.00 $ 85.24 $ 89.94 $ 75.00 $85.24 $89.94 (c) Supervisor 1 Hr. NA $ $ 100.00 $ 113.65 $ 119.92 $ 100.00 $113.65 $119.92 (d) 3 man crew Includes 1 supervisor 1 Hr. NA $ $ 285.00 $ 323.90 $ 341.78 $ 285.00 $323.90 $341.78 (e) 4 man crew includes 1 supervisor 1 Hr. NA $ $ 325.00 $ 369.36 $ 389.75 $ 325.00 $369.36 $389.75 (f) 5 man crew Includes 1 supervisor 1 Hr. NA $ $ 400.00 $ 454.60 $ 479.69 $ 400.00 $454.60 $479.69 D3 Overtime Crew Hourly Rates $ - I 1 $0.00 (a) Crew Man 1 Hr. NA $ - $ 67.50 $ 76.71 $ 80.95 1 $ 67.50 $76.711 1 $80.95 (b) Foreman 1 Hr. NA $ - $ 112.50 $ 127.86 $ 134.91 $ 112.50 $227.861 0134.91 (c) Supervisor 1 Hr. NA $ $ 150.00 $ 170.48 $ 179.89 $ 150.00 $170.48 $179.89 (d) 3 man crew Includes 1 supervisor 1 Hr. NA $ - $ 427.50 $ 485.85 $ 512.67 $ 427.50 $485.85 $512.67 (e) 4 man crew includes 1 supervisor 1 Hr. NA $ - $ 487.50 $ 554.04 $ 584.63 $ 487.50 $554.04 $584.63 (f) 5 man crew Includes 1 supervisor 1 Hr. NA $ $ 600.00 $ 681.90 $ 719.54 $ 600.00 $681.90 $719.54 D4 Nightime Crew Hourly Rates $ - $0.00 (a) Crew Man 1 Hr. NA $ - $ 90.00 $ 102.29 $ 107.93 $ 90.00 $102.29 $107.93 (b) Foreman 1 Hr. NA $ $ 150.00 $ 170.48 $ 179.89 $ 150.00 1 $170.48 $179.89 (c) Supervisor 1 Hr. NA $ $ 200.00 $ 227.30 $ 239.85 $ 200.00 $227.30 $239.85 (d) 3 man crew includes 1 supervisor 1 Hr. NA $ - $ 570.00 $ 647.81 $ 683.56 $ 570.00 $647.81 $683.56 (e) 4 man crew includes 1 supervisor 1 Hr. NA $ - $ 650.00 $ 738.73 $ 779.50 $ 650.00 $736.73 $779.50 (f) 5 man crew includes 1 supervisor 1 Hr. NA $ - $ 800.00 $ 909.20 $ 959.39 $ 800.00 $909.20 $959.39 SECTION E: Actual Cost+ 10% Actual Cost + 10% 58 SECOND EXTENSION TO AND AMENDMENT TO AGREEMENT FOR CONSTRUCTION OF WATER, SEWER AND RECLAIMED WATER LINE REPLACEMENTS/EXTENSIONS AND MISCELLANEOUS ANNUAL REQUIREMENTS LABOR CONTRACT This Second Extension and Amendment to that certain Agreement to provide Construction of Water, Sewer and Reclaimed Water Line Replacements/Extensions and Miscellaneous Annual Requirements is entered into effective as of July 7, 2023 by and between Indian River County, a political subdivision of the State of Florida ("County") and CK Contractors and Development, LLC ("Contractor"). BACKGROUND RECITALS WHEREAS, the County and the Contractor entered into an Agreement for Construction of Water, Sewer and Reclaimed Water Line Replacements/Extensions and Miscellaneous Annual Requirements effective July 7, 2020; and WHEREAS, Paragraph 4 of the Agreement contains the term and renewal provisions; and WHEREAS, the first term commenced effective as of July 7, 2020 and will end on July 6, 2022; and WHEREAS, the first extension commenced effective July 7, 2022 and will end on July 6, 2023; and WHEREAS, pursuant to the Agreement, the parties desire to extend the Agreement for an additional one year; and WHEREAS, the parties desire to amend the contract pricing provided in Exhibit 1; and NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the County and the Contractor agree as follows: 1. The background recitals are true and correct and form a material part of this Second Extension and Amendment. 2. The Second renewal term shall commence effective July 7, 2023 and shall end on July 6, 2024. There are no more renewals available on the contract. 3. Exhibit 1 to the agreement is replaced with Exhibit 1 — Second Amendment 4. All other terms and provisions of the Agreement shall be unchanged and remain in full force and effect. 59 IN WITNESS WHEREOF, the parties have caused this Second Extension and Amendment to be executed effective the day and year first set forth above. CK Contractors and Development, LLC. By: Printed name: Title: (Corporate Seal) Date: INDIAN RIVER COUNTY, FLORIDA. BOARD OF COUNTY COMMISSIONERS L-12 Joseph H. Earman, Chairman Attest: Jeffrey R. Smith, Clerk of Circuit Court And Comptroller By: Deputy Clerk Approved: John A. Titkanich, Jr. County Administrator Approved as to form and legal sufficiency: Dylan Reingold County Attorney Exhibit 1 -Amendment 21CK COMrac Item No. Description Quantity Unit Material Unit Price Bid 1st Extension 23-24 Revised Unit Price Material Installed Unit Price Bid 1st Extension 23-24 Revised Unit Price Install Total Unit Price (Material + Installation) 1st Extension Revised 23-24 total unit Price (Material + Installation) SECrION A- UNIT COST/PRICES Al Mobilization (a) Emergency Event 1 EA $ - $ 2,500.00 $ 2,841.25 $ 2,998.09 S 2,500.00 $2,841.25 $2,998.09 (b) Non - Emergency Event 1 EA $ - $ 1,500.00 $ 1,704.75 $ 1,798.85 $ 1,500.00 $1,704.75 $1,798.85 A2 Temporary Traffic Control $ - $0.00 (a) Residential Street 1 LF. $ - $ 0.75 $ 0.85 $ 0.90 $ 0.75 $0.85 $0.90 (b) Arterial Roadway 1 LF. $ $ 1.15 $ 1.31 $ 1.38 $ 1.15 $1.31 $1.38 (c) FDOT Roadway 1 LF. $ - $ 1.15 $ 1.31 $ 1.38 $ 1.15 $1.31 $1.38 A3 Video Documentation $ - $0.00 (a) Pre -Construction 1 LF. $ - $ 0.60 $ 0.68 $ 0.72 $ 0.60 $0.68 $0.72 (b) IPost-Construction Video 1 LF. $ $ 0.60 $ 0.68 $ 0.72 $ 0.60 $0.68 $0.72 A4 Water Main - PVC $ - $0,00 (a) 2 -inch 1 LF. $ 1.01 $ 1.15 $ 1.21 $ 14.46 $ 16.43 $ 17.34 $ 15.47 $17.58 $18.55 (b) 4 -inch 1 L.F. $ 2.87 $ 3.27 $ 3.45 $ 15.79 $ 17.95 $ 18.94 $ 18.67 $21.21 $22.38 (c) 6 -inch 1 L.F. $ 5.42 $ 6.16 $ 6.50 $ 19.47 $ 22.12 $ 23.34 S 24.88 $28.28 $29.84 (d) 8 -inch 1 L.F. $ 9.27 $ 10.54 $ 11.12 S 22.08 $ 25.09 $ 26.47 $ 31.35 $35.62 $37.59 (e) 10 inch 1 LF. $ 13.73 $ 15.60 $ 16.47 $ 25.57 $ 29.06 $ 30.66 $ 39.30 $44.66 $47.13 (f) 12 inch 1 LF. $ 19.30 $ 21.94 $ 23.15 $ 30.46 $ 34.62 $ 36.53 $ 49.77 $56.56 $59.68 (g) 16 -inch 1 LF. $ 27.71 $ 31.49 $ 33.23 $ 47.51 $ 53.99 $ 56.97 $ 75.21 $85.48 $90.20 (h) 18 -inch 1 LF. $ 40.90 $ 46.48 $ 49.05 $ 50.03 $ 56.86 $ 60.00 $ 90.93 $103.34 $109.05 (i) 20 -inch 1 LF. $ 49.06 $ 55.76 $ 58.83 $ 59.81 $ 67.97 $ 71.72 $ 108.87 $123.73 $130.56 (j) 24 -inch 1 LF. $ 70.66 $ 80.30 $ 84.74 $ 74.48 $ 84.65 $ 89.32 $ 145.14 $164.95 $174.05 AS Water Main - DIP $ - $0,00 Cement Lined Interior for Water Mains $ - $0,00 (a) 4 -inch 1 LF. $ 22.55 $ 25.62 $ 27.04 $ 15.79 $ 17.95 $ 18.94 $ 38.34 $43.57 $45.98 (b) 6 inch 1 L.F. $ 16.82 $ 19.12 $ 20.17 $ 19.47 $ 22.12 $ 23.34 $ 36.29 $41.24 $43.51 (c) 8 -inch 1 LF. $ 22.99 $ 26.13 $ 27.57 $ 22.08 $ 25.09 $ 26.47 $ 45.06 $51.22 $54.04 (d) 10 -inch 1 LF. $ 25.91 $ 29.45 $ 31.08 $ 25.57 $ 29.06 $ 30.66 $ 51.48 $58.51 $61.74 (e) 12 -inch 1 LF. $ 33.19 $ 37.72 $ 39.80 $ 30.46 $ 34.62 $ 36.53 $ 63.65 $72.34 $76.33 (f) 16 -inch 1 LF. $ 59.85 $ 68.02 $ 71.78 $ 47.52 $ 54.01 $ 56.99 $ 107.37 $122.03 $128.77 (g) 18 -inch 1 LF. $ 70.77 $ 80.43 $ 84.87 $ 51.40 $ 58.41 $ 61.64 $ 122.17 $138.84 $146.51 (h) 20 -inch 1 LF. $ 83.00 $ 94.33 $ 99.53 $ 61.44 $ 69.83 $ 73.66 $ 144.44 $164.16 $173.22 A6 Sewer Pipe - DIP $ - $0,00 Epoxy Lined Interior for Sewer Force Mains $ - $0,00 (a) 4 -inch 1 LF. $ 34.83 $ 39.59 $ 41.77 $ 18.09 $ 20.56 $ 21.69 $ 52.92 $60.15 $63.47 (b) 6 inch 1 LF. $ 31.43 $ 35.71 $ 37.69 $ 22.33 $ 25.38 $ 26.78 $ 53.76 $62.101 $64.47 (c) 8 -inch 1 L.F. $ 36.33 $ 41.29 $ 43.57 $ 25.37 $ 28.83 $ 30.42 $ 61.70 $70.12 $73.99 (d) 30 -inch 1 LF. $ 45.31 $ 51.49 $ 54.34 $ 29.41 $ 33.43 $ 35.27 $ 74.72 $84.92 $89.61 (e) 12 -inch 1 LF. $ 55.01 $ 62.52 $ 65.97 $ 35.07 $ 39.85 $ 42.05 $ 90.08 $102.38 $108.03 (f) 16 -inch 1 LF. $ 80.74 $ 91.76 $ 96.83 $ 53.35 $ 60.63 $ 53.97 $ 134.09 $152.39 $160.80 (g) 18 -inch 1 LF. $ 110.28 $ 125.34 $ 132.25 $ 57.69 $ 65.57 $ 69.19 $ 167.97 $190.90 $201.44 (h) 20 -inch 1 LF. $ 122.51 $ 139.23 $ 146.92 $ 69.01 $ 78.43 $ 82.76 $ 191.52 $217.67 $229.68 (i) 24 -inch 1 LF. $ 161.14 $ 183.14 $ 193.25 $ 85.98 S 97.72 $ 103.11 $ 247.13 $280.86 $296.36 A7 PVC Gravity Sewer - 8 inch $ - $ - $0,00 (a) 0'-6' 1 LF. $ 5.51 $ 6.26 $ 6.61 $ 18.65 $ 21.19 $ 22.36 $ 24.16 $27.46 $28.97 (b) 6'-8' 1 LF. $ 5.51 $ 6.26 $ 6.61 $ 20.20 $ 22.96 $ 24.23 $ 25.72 $29.23 $30.84 (c) 8'40' 1 LF. $ 5.51 $ 6.26 $ 6.61 $ 22.04 $ 25.05 $ 26.43 $ 27.55 $31.31 $33.04 (d) 10'-12' 1 LF. $ 5.51 $ 6.26 $ 6.61 $ 26.94 $ 30.61 $ 32.30 $ 32.45 $36.88 $38.91 (e) 12'-14' 1 LF. $ 5.51 $ 6.26 $ 6.61 $ 38.24 $ 43.46 $ 45.85 $ 43.75 $49.72 $52.46 (f) Cost Credit 1 LF. NA $ - $ 0.10 $ 0.11 $ 0.12 $ 0.10 $0.11 $0.12 AB PVC Gravity Sewer - 10 inch $ - $ - $0,00 (a) 0'-6' 1 LF. $ 8.91 $ 10.13 $ 10.68 $ 18.65 S 21.19 $ 22.36 $ 27.56 $31.32 $33.05 (b) 6'-8' 1 LF. $ 8.91 $ 10.13 $ 10.68 $ 20.20 $ 22.96 $ 24.23 $ 29.11 $33.09 $34.91 (c) 8'-10' 1 LF. $ 8.91 $ 10.13 $ 10.68 $ 22.04 $ 25.05 $ 26.43 $ 30.95 $35.18 $37.12 (d) 10'-12' 1 LF. $ 8.91 $ 10.13 $ 10.68 $ 26.94 $ 30.61 $ 32.30 $ 35.85 $40.74 $42.99 (e) 12'-14' 1 LF. $ 8.91 $ 10.13 $ 10.68 $ 38.24 $ 43.46 $ 45.85 $ 47.15 $53.58 $56.54 (f) Cost Credit 1 LF. NA $ 0.10 $ 0.11 $ 0.12 $ 0.10 $0.11 $0.12 A9 Connect to Existing Pipe (<12") $ - $0.00 (a) (<12") 1 EA $ 385.74 $ 438.39 $ 462.59 $ 1,467.20 $ 1,667.47 $ 1,759.52 $ 1,852.94 $2,105.86 $2,222.10 (b) (>=12") 1 EA $ 1,300.38 $ 1,477.88 $ 1,559.45 $ 1,508.17 $ 1,714.03 $ 1,808.65 $ 2,808.54 $3,191.91 $3,368.10 A30 Precast Concrete Manhole -Lined $ - $ - $0.00 (a) 0'-6' 1 EA. $ 4,876.79 $ 5,542.47 $ 5,848.42 $ 848.61 $ 964.45 $ 1,017.69 S 5,725.41 $6,506.92 $6,866.11 (b) 6'-8' 1 EA. $ 5,675.82 $ 6,450.56 $ 6,806.63 $ 1,120.18 $ 1,273.08 $ 1,343.36 $ 6,795.99 $7,723.651 $8,149.99 (c) 8'40' 1 EA. $ 6,640.15 $ 7,546.53 $ 7,963.10 5 1,697.24 $ 1,928.91 $ 2,035.39 $ 8,337.39 $9,475.44 $9,998.49 (d) 10'-12' 1 EA. $ 7,437.12 $ 8,452.28 $ 8,918.85 $ 3,394.47 $ 3,857.82 $ 4,070.77 $ 10,831.59 $12,310.10 $12,989.62 (e) 12'-14' 1 EA. $ 8,431.07 $ 9,581.91 $ 10,110.83 $ 3,747.27 $ 4,258.78 $ 4,493.86 $ 12,178.34 $13,840.68 $14,604.69 All Precast Concrete Manhole -Unlined $ - $ - $0,00 (a) 0'-6' 1 EA. $ 2,427.93 $ 2,759.34 $ 2,911.65 $ 848.61 $ 964.45 $ 1,017.69 $ 3,276.54 $3,723.79 $3,929.34 (b) 6'4 1 EA. $ 2,811.46 $ 3,195.22 $ 3,371.60 $ 1,120.18 $ 1,273.08 $ 1,343.36 $ 3,931.64 $4,468.30 $4,714.96 (c) 18,40, 1 1 EA. 1 $ 3,360.30 $ 3,818.98 $ 4,029.79 $ 1,697.24 $ 1,928.91 $ 2,035.39 $ 5,057.54 $5,747.89 $6,065.18 1ofa 61 Exhibit 1- Amendment 21CK Contractors & Development) Item No. Description Quantity Unit Material Unit Price Bid 1st Extension 23-24 Revised Unit Price Material Installed Unit Price Bid 1st Extension 23-24 Revised Total Unit Price Unit Price (Material + Install Installation) 1st Extension Revised 23-24 total unit Price (Material + Installation) (d) 10'-12' 1 EA. $ 3,798.94 $ 4,317.49 $ 4,555.82 $ 3,394.47 $ 3,857.82 $ 4,070.77 $ 7,193.41 $8,175.31 $8,626.59 (e) 12'-14' 1 EA. $ 4,375.34 $ 4,972.57 $ 5,247.06 $ 3,747.27 $ 4,258.78 $ 4,493.86 $ 8,122.61 $9,231.35 $9,740.92 Al2 Mechanical Joint Bell Restraints -PVC $ _ $ _ $0,00 (a) 2 -inch 1 EA. $ 35.27 $ 40.08 $ 42.29 $ 31.36 $ 35.64 $ 37.61 $ 66.63 $75.72 $79.90 (b) 4 -inch 1 EA. $ 41.88 $ 47.60 $ 50.22 $ 62.72 $ 71.28 $ 75.22 $ 104.60 $118.88 $125.44 (c) 6 -inch 1 EA. $ $2.90 $ 60.12 $ 63.44 $ 62.72 $ 71.28 $ 75.22 $ 115.62 $131.40 $138.66 (d) 8 -inch 1 EA. $ 88.17 $ 100.20 $ 105.73 $ 62.72 $ 71.28 $ 75.22 $ 150.89 $171.48 $180.95 (e) 104nch 1 EA. $ 154.29 $ 175.36 $ 185.03 $ 94.08 $ 106.92 $ 112.82 $ 248.37 $282.28 $297.86 (f) 12 -inch 1 EA. S 165.32 $ 187.88 $ 198.25 $ 125.44 $ 142.56 $ 150.43 $ 290.76 $330.44 $348.68 (g) 16 -inch 1 EA. $ 385.74 $ 438.39 $ 462.59 $ 240.80 $ 273.67 $ 288.78 $ 626.54 $712.06 $751.36 (h) 18 -inch 1 EA. $ 440.84 $ 501.01 $ 528.67 $ 213.92 $ 243.12 $ 256.54 $ 654.76 $744.13 $785.21 (i) 20 -inch 1 EA. $ 606.16 $ 688.90 $ 726.92 $ 213.92 $ 243.12 $ 256.54 $ 820.08 $932.02 $983.46 0) 24 -inch 1 EA. $ 881.68 $ 1,002.03 $ 1,057.34 $ 213.92 $ 243.12 $ 256.54 $ 1,095.60 $1,245.15 $1,313.88 A13 I Mechanical Joint Bell Restraints -Ductile Iron $ - $ - $0,00 (a) 2 -inch 1 EA. $ 39.35 $ 44.72 $ 47.19 $ 31.36 $ 35.64 $ 37.61 $ 70.71 $80.36 $84.79 (b) 4 -inch 1 EA. $ 137.76 $ 156.57 $ 165.21 $ 62.72 $ 71.28 $ 75.22 $ 200.48 $227.85 $240.43 (c) 6 -inch 1 EA. $ 192.87 $ 219.19 $ 231.29 $ 62.72 $ 71.28 S 75.22 $ 255.59 5290.48 $306.51 (d) 8 -inch 1 EA. $ 231.44 $ 263.03 $ 277.55 $ 62.72 $ 71.28 $ 75.22 $ 294.16 $334.31 $352.77 (e) 10 -inch 1 EA. $ 341.65 $ 388.29 $ 409.72 $ 94.08 $ 106.92 $ 112.82 $ 435.73 $495.21 $522.54 (f) 12 -inch 1 EA. $ 407.78 $ 463.44 $ 489.02 $ 125.44 $ 142.56 $ 150.43 $ 533.22 $606.00 $639.45 (g) 16 -inch 1 EA. $ 677.79 $ 770.31 $ 812.83 $ 240.80 $ 273.67 $ 288.78 $ 918.59 $1,043.98 $1,101.61 (h) 18 -inch 1 EA. $ 837.60 $ 951.93 $ 1,004.47 $ 213.92 $ 243.12 $ 256.54 $ 1,051.52 $1,195.05 $1,261.01 (1) 20 -inch 1 EA. $ 1,035.97 $ 1,177.38 S 1,242.38 $ 213.92 $ 243.12 $ 256.54 $ 1,249.89 $1,420.50 $1,498.92 0) 24 -inch 1 EA. $ 1,190.83 $ 1,353.38 $ 1,428.09 $ 213.92 $ 243.12 $ 256.54 $ 1,404.75 $1,596.50 $1,684.63 A14 Ductile Iron Fittings 1 TONS $ 8.91 $ 10.13 $ 10.68 $ 4,401.60 $ 5,002.42 $ 5,278.55 $ 4,410.51 $5,012.54 $5,289.24 (C-153 Compact Fittings) $ _ $ _ $0,00 (Interior Cement Uned) $ - $ - $0.00 ASS Ductile Iron Fittings 1 TONS $ 8.91 $ 10.13 $ 10.68 $ 5,091.52 $ 5,786.51 $ 6,105.93 $ 5,100.43 $5,796.64 $6,116.61 (C-153 Compact Fittings) $ $ _ $0,00 (Interior Cement Uned and Exterior Fusion Bonded Epoxy Coated) $ - $ - $0'00 A16 Ductile Iron Fittings 1 TONS $ 8.91 $ 10.13 $ 10.68 $ 5,091.52 $ 5,786.51 $ 6,105.93 $ 5,100.43 $5,796.64 $6,116.61 (C-153 Compact Fittings) $ - $ _ $0,00 (Interior Epoxy Coated) $ _ $ - $0,00 A17 Fitting Restraint (Per one (1) unit) $ - $ $0.00 (b) 4 -inch 1 EA. $ 30.86 $ 35.07 S 37.01 $ 54.88 $ 62.37 $ 65.81 $ 85.74 $97.44 $102.82 (c) 6 -inch 1 EA. $ 33.06 $ 37.58 $ 39.65 $ 54.88 $ 62.37 $ 65.81 $ 87.94 $99.95 $105.46 (d) 8 -inch 1 EA. $ 46.29 $ 52.61 $ 55.51 $ 54.88 $ 62.37 $ 65.81 $ 101.17 $114.98 $121.32 (e) 10 -inch 1 EA. $ 88.17 $ 100.20 $ 105.73 $ 81.76 $ 92.92 $ 98.05 $ 169.93 $193.121 $203.78 (f) 12 -inch 1 EA. $ 99.19 $ 112.73 $ 118.95 $ 108.64 $ 123.47 $ 130.28 $ 207.83 $236.20 $249.24 (g) 16 -inch 1 EA. $ 209.40 $ 237.98 $ 251.12 $ 188.16 $ 213.84 $ 225.65 $ 397.56 $451.83 $476.77 (h) 18 -inch 1 EA. $ 242.46 $ 275.56 $ 290.77 $ 188.16 $ 213.84 $ 225.65 $ 430.62 $489.40 $516.42 (i) 20 -inch 1 EA. $ 292.06 $ 331.92 $ 350.24 $ 168.00 $ 190.93 $ 201.47 $ 460.06 $522.85 $551.72 0) 24 -inch 1 EA. $ 347.16 $ 394.55 $ 416.33 $ 168.00 $ 190.93 $ 201.47 $ 515.16 $585.48 $617.80 A18 Fitting Restraint (Per one (1) per unit) $ _ $ _ $0,00 (Stainless Steel Hardware) $ - $ - $0.00 (b) 4 -inch 1 EA. $ 102.38 $ 116.36 $ 122.78 $ 70.56 $ 80.19 $ 84.62 $ 172.94 $196.55 $207.40 (c) 6 -inch 1 EA. $ 137.95 $ 156.78 $ 165.43 $ 80.64 $ 91.65 $ 96.71 $ 218.59 $248.43 $262.14 (d) 8 -inch 1 EA. $ 165.32 $ 187.88 $ 198.25 $ 106.40 $ 120.92 $ 127.60 $ 271.72 $308.80 $325.85 (e) 10 -inch 1 EA. $ 251.94 $ 286.33 $ 302.13 $ 141.12 $ 160.38 $ 169.24 $ 393.06 $446.71 $471.37 (f) 12 -inch 1 EA. $ 259.78 $ 295.24 $ 311.53 $ 212.80 $ 241.85 $ 255.20 $ 472.58 $537.08 $566.73 (g) 16 -inch 1 EA. $ 459.73 S 522.48 $ 551.32 $ 385.28 $ 437.87 $ 462.04 $ 845.01 $960.35 $1,013.37 (h) 1 18 -inch 1 EA. $ 527.43 $ 599.43 $ 632.51 $ 427.84 $ 486.24 $ 513.08 $ 955.27 $1,085.67 $1,145.60 (i) 20 -inch 1 EA. $ 629.86 $ 715.83 $ 755.34 $ 427.84 $ 486.24 $ 513.08 $ 1,057.70 $1,202.07 $1,268.43 0) 24 -inch 1 EA. $ 727.39 $ 826.67 $ 872.31 $ 549.92 $ 624.98 S 659.48 $ 1,277.31 $1,451.66 $1,531.79 A19 Tapping Sleeve and Valve $ _ $ - $0,00 (pressure test & tap included) $ - $ - $0.00 (a) 6"x6" 1 EA. $ 1,778.79 $ 2,021.59 $ 2,133.19 $ 1,467.20 $ 1,667.47 $ 1,759.52 $ 3,245.99 $3,689.07 $3,892.70 (b) 8"x6" 1 EA. $ 1,864.75 $ 2,119.29 $ 2,236.28 S 1,467.20 $ 1,667.47 $ 1,759.52 $ 3,331.95 $3,786.76 $3,995.79 (c) 8"x8" 1 EA. $ 2,457.68 $ 2,793.16 $ 2,947.34 $ 1,467.20 $ 1,667.47 $ 1,759.52 $ 3,924.88 $4,460.63 $4,706.86 (d) 10" x 6" 1 EA. $ 2,025.66 $ 2,302.16 $ 2,429.24 $ 1,467.20 $ 1,667.47 $ 1,759.52 $ 3,492.86 $3,969.64 $4,188.76 (e) 10" x 8" 1 EA. $ 2,524.96 $ 2,869.62 $ 3,029.02 $ 1,467.20 $ 1,667.47 S 1,759.52 $ 3,992.16 $4,537.09 $4,787.54 (f) 12"x6" 1 EA. $ 2,195.38 $ 2,495.05 $ 2,632.78 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 3,704.02 $4,209.62 $4,441.99 (g) 12"x8" 1 EA. $ 2,800.44 $ 3,182.70 $ 3,358.38 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 4,309.08 $4,897.26 $5,167.59 (h) 12'x12" 1 EA. $ 4,608.26 $ 5,237.29 $ 5,526.39 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 6,116.90 $6,951.86 $7,335.60 (1) 16" x 6" 1 EA. $ 2,360.70 $ 2,682.93 $ 2,831.03 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 3,869.34 $4,397.50 $4,640.25 A20 Resilient Seat Gate Valve Assemblies $ _ $ _ $0,00 (a) 2 -inch 1 EA. $ 355.16 $ 403.64 $ 425.93 $ 244.16 $ 277.49 $ 292.81 $ 599.32 $681.131 $718.73 (b) 4 -inch 1 EA. $ 577.50 $ 656.33 $ 692.56 $ 366.24 $ 416.23 $ 439.21 $ 943.74 $1,072.56 $1,131.77 (c) 6 -inch 1 EA. $ 704.24 $ 800.37 $ 844.55 $ 489.44 $ 556.25 $ 586.95 $ 1,193.68 $1,356.62 $1,431.50 (d) 8 -inch 1 EA. $ 1,018.34 $ 1,157.34 $ 1,221.23 $ 586.88 $ 666.99 $ 703.81 $ 1,605.22 $1,824.33 $1,925.04 (e) 10 -inch 1 t EA. $ 1,578.14 $ 1,793.55 $ 1,892.55 $ 651.84 $ 740.82 $ 781.71 $ 2,229.98 $2,534.37 $2,674.26 2 pf 8 62 Exhibit 1- Amendment 2 (CK Contractors & Development) Item No. Description Quantity Unit Material Unit Price Bid 1st Extension 23-24 Revised Unit Price Material Installed Unit Price Bid 1st Extension 23-24 Revised Total Unit Price Unit Price (Material + Install Installation) 1st Extension Revised 23-24 total unit Price (Material + Installation) (f) 12 -inch 1 EA. $ 2,011.82 $ 2,286.43 $ 2,412.64 $ 1,005.76 $ 1,143.05 $ 1,206.14 $ 3,017.58 $3,429.48 $3,618.78 (g) 16 -inch 1 EA. $ 7,076.74 S 8,042.71 $ 8,486.67 S 1,508.64 S 1,714.57 $ 1,809.21 $ 8,585.38 $9,757.28 $10,295.88 A21 Eccentric Plug Valve Assemblies $ - $ - $0.00 (a) 6 -inch 1 EA. $ 1,416.73 $ 1,610.12 $ 1,699.00 $ 489.44 1 $ 556.25 $ 586.95 $ 1,906.17 $2,166.37 $2,285.95 (b) 8 -inch 1 EA. $ 1,907.27 $ 2,167.61 $ 2,287.27 $ 586.88 S 666.99 S 703.81 $ 2,494.15 $2,834.60 $2,991.07 (c) 12 -inch 1 EA. $ 3,218.66 $ 3,658.00 $ 3,859.93 $ 1,005.76 $ 1,143.05 $ 1,206.14 $ 4,224.42 $4,801.05 $5,066.07 (d) 16 -inch 1 EA. $ 6,430.75 $ 7,308.55 $ 7,711.98 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 7,939.39 $9,023.12 $9,521.20 (e) 18 -inch 1 EA. $ 8,815.67 $ 10,019.01 $ 10,572.05 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 10,324.31 $11,733.57 $12,381.27 (f) 244nch 1 EA. $ 30,633.97 $ 34,815.51 $ 36,737.32 $ 3,016.16 $ 3,427.87 $ 3,617.08 $ 33,650.13 $38,243.37 $40,354.41 A22 Butterfly Valve Assemblies $ - $ - $0.00 (a) 12 -inch 1 EA. $ 1,498.86 $ 1,703.45 $ 1,797.48 $ 1,005.76 $ 1,143.05 $ 1,206.14 $ 2,504.62 $2,846.50 $3,003.62 (b) 16 -inch 1 EA. $ 3,359.20 $ 3,817.73 $ 4,028.47 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 4,867.84 $5,532.30 $5,837.68 (c) I 18 -inch 1 EA. $ 3,750.45 $ 4,262.38 $ 4,497.67 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 5,259.09 $5,976.95 $6,306.88 (d) 2O -inch 1 EA. $ 4,766.58 $ 5,417.22 $ 5,716.25 $ 1,884.96 $ 2,142.26 $ 2,260.51 $ 6,651.54 $7,559.48 $7,976.76 A23 Ball Valve Assemblies $ - $ $0.00 (a) 3/4 -inch 1 EA. $ 6.61 $ 7.52 $ 7.93 $ 81.76 $ 92.92 $ 98.05 $ 88.37 $100.44 $105.98 (b) 1 -inch 1 EA. $ 11.02 $ 12.53 $ 13.22 $ 81.76 $ 92.92 $ 98.05 S 92.78 $105.45 $111.27 (c) 1 1/4 -inch 1 EA. $ 16.53 $ 18.79 $ 19.83 $ 81.76 $ 92.92 $ 98.05 $ 98.29 $111.71 $117.87 (b) 1 1/2 -inch 1 EA. $ 22.04 $ 25.05 $ 26.43 $ 81.76 $ 92.92 $ 98.05 $ 103.80 $117.97 $124.48 (a) 13/4 -inch 1 EA. $ 33.06 $ 37.58 $ 39.65 $ 108.64 $ 123.47 $ 130.28 S 141.70 $161.05 $169.94 (b) 2 -inch I EA. $ 38.57 $ 43.84 $ 46.26 $ 108.64 $ 123.47 $ 130.28 $ 147.21 $167.31 $176.54 A24 Check Valve Assemblies $ - $ - $0,00 (a) 2 -inch 1 EA. $ 716.37 $ 814.15 $ 859.09 $ 244.16 $ 277.49 $ 292.81 $ 960.53 $1,091.64 $1,151.90 (b) 4 -inch 1 EA. $ 1,148.97 $ 1,305.80 $ 1,377.88 $ 366.24 $ 416.23 $ 439.21 $ 1,515.21 $1,722.03 $1,817.09 (c) 6 -inch 1 EA. $ 1,575.28 $ 1,790.31 $ 1,889.13 $ 489.44 $ 556.25 $ 586.95 $ 2,064.72 $2,346.56 $2,476.09 (d) 8 -inch 1 EA. $ 1,984.81 $ 2,255.74 $ 2,380.25 $ 586.88 $ 666.99 $ 703.81 $ 2,571.69 $2,922.73 $3,084.06 (e) 12 -inch 1 EA. $ 5,506.38 $ 6,258.00 $ 6,603.44 $ 1,005.76 $ 1,143.05 $ 1,206.14 $ 6,512.14 $7,401.05 $7,809.58 (f) 16 -inch 1 EA. $ 11,922.25 $ 13,549.64 $ 14,297.58 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 13,430.89 $15,264.21 $16,106.79 (g) 18 -inch 1 EA. $ 11,690.50 $ 13,286.25 $ 14,019.65 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 13,199.14 $15,000.82 $15,828.87 (h) 20 -inch 1 EA. $ 13,783.46 $ 15,664.90 $ 16,529.60 $ 1,508.64 $ 1,714.57 $ 1,809.21 $ 15,292.10 $17,379.47 $18,338.82 A25 Sanitary Sewer Services $ - $ - $0.00 (constructed with new gravity sewer) $ - $ - $0.00 (a) 0'-6' (single) 1 EA. $ 249.26 $ 283.28 $ 298.92 $ 565.60 $ 642.80 $ 678.29 $ 814.86 $926.09 $977.21 (b) 0'-6' (double) 1 EA. $ 283.25 $ 321.91 $ 339.68 $ 678.72 $ 771.37 $ 813.94 $ 961.97 $1,093.28 $1,153.63 (c) 6' -Over (single) 1 EA. $ 667.44 $ 758.55 $ 800.42 $ 565.60 $ 642.80 $ 671L29 $ 1,233.04 $1,401.35 $1A78.70 (d) 6' -Over (double) 1 EA. $ 624.18 $ 709.38 $ 748.54 $ 678.72 $ 771.37 $ 813.94 $ 1,302.90 $1,480.75 $1,562.48 A26 6" Sanitary Sewer Services -Additional Footage $ - $ - $0.00 (a) 0'-6' 1 1 L.F. $ 3.09 $ 3.51 $ 3.71 $ 16.97 $ 19.28 $ 20.35 $ 20.06 $22.80 $24.05 (b) 6' -Over 1 LF. $ 3.09 $ 3.51 $ 3.71 $ 22.64 $ 25.72 $ 27.14 $ 25.73 $29.24 $30.85 A27 Sanitary Sewer Services $ - $ $0,00 (constructed on existing sewer lines - unlined) $ - $ - $0.00 (a) 0'-6' (single) 1 EA. $ 322.39 $ 366.40 $ 386.62 $ 848.96 $ 964.84 $ 1,018.10 $ 1,171.35 $1,331.24 $1,404.72 (b) O'-6' (double) 1 EA. $ 348.14 $ 395.66 $ 417.50 $ 848.96 $ 964.84 $ 1,018.10 $ 1,197.10 $1,360.50 $1,435.60 (c) 6' -Over (single) 1 EA. $ 322.39 $ 366.40 $ 386.62 $ 904.96 $ 1,028.49 $ 1,065.26 $ 1,227.35 $1,394.88 $1,471.88 (d) 6'-Over(double) 1 EA. $ 455.26 $ 517.40 $ 545.96 $ 969.92 $ 1,102.31 $ 1,163.16 $ 1,425.18 $1,619.72 $1,709.13 A28 Sanitary Sewer Services $ - $ - $0.00 (constructed on existing sewer lines - lined) $ - $ - $0.00 (a) 0'-6' (single) 1 EA. $ 396.55 $ 450.68 $ 475.56 $ 904.96 $ 1,028.49 $ 1,085.26 $ 1,301.51 $1,479.17 $1,560.82 (b) 0'-6' (double) 1 EA. $ 422.30 $ 479.94 $ 506.44 $ 969.92 $ 1,102.31 $ 1,163.16 $ 1,392.22 $1,582.26 $1,669.60 (c) 6'-Over(single) 1 EA. $ 396.55 $ 450.68 $ 475.56 $ 1,044.96 $ 1,187.60 $ 1,253.15 $ 1,441.51 $1,638.28 $1,728.71 (d) 6'-Over(double) 1 EA. $ 422.30 $ 479.94 S 506.44 $ 1,131.20 $ 1,285.61 $ 1,356.57 $ 1,553.50 $1,765.55 $1,863.01 A29 Sanitary Sewer Cleanouts $ - $ $0.00 (to existing sanitary sewer laterals) $ - $ - $0.00 (a) 0'-6'(4") 1 EA. $ 266.77 $ 303.18 $ 319.92 $ 754.88 $ 857.92 $ 905.28 $ 1,021.65 $1,161.11 $1,225.20 (b) 16' -Over (4") 1 EA. $ 266.77 $ 303.18 $ 319.92 $ 969.92 $ 1,102.31 $ 1,163.16 $ 1,236.69 $1,405.50 $1,483.08 (c) 10'-6'(6") 1 EA. $ 317.24 $ 360.54 $ 380.45 $ 757.12 $ 860.47 $ 907.96 $ 1,074.36 $1,221.01 $1,288.41 (d) 16' -Over (6") 1 EA. $ 317.24 $ 360.54 $ 380.45 $ 969.92 $ 1,102.31 $ 1,163.16 $ 1,287.16 $1,462.86 $1,543.61 A30 Cleanout Ring and Cover 1 EA. $ 105.06 $ 119.40 $ 125.99 $ 283.36 $ 322.04 $ 339.82 $ 388.42 $441.44 $465.81 (constructed on new or existing cleanouts) $ - $ - $0.00 A31 Water Services (on 6" or smaller main) $ - $ - $0.00 (constructed in conjunction with water main) $ - $ - $0.00 (a) I 1" (single short) 1 EA. $ 603.58 $ 685.97 $ 723.83 $ 489.44 $ 556.25 $ 586.95 $ 1,093.02 $1,242.22 $1,310.79 (b) I" (single long) 1 EA. $ 650.96 $ 739.82 $ 780.65 $ 489.44 $ 556.25 $ 586.95 $ 1,140.40 $1,296.06 $1,367.61 (c) 1" (double short) 1 EA. $ 772.50 $ 877.95 $ 926.41 $ 489.44 $ 556.25 $ 586.95 S 1,261.94 $1,434.19 $1,513.36 (d) 1" (double long) 1 EA. $ 785.89 $ 893.16 $ 942.47 $ 489.44 $ 556.25 $ 586.95 $ 1,275.33 $1,449.41 $1,529.42 (e) 2" (single short) 1 EA. $ 2,279.39 $ 2,590.53 $ 2,733.52 $ 489.44 $ 556.25 $ 586.95 $ 2,768.83 $3,146.78 $3,320.48 (f) 2" (single long) 1 EA. $ 2,521.44 $ 2,865.62 $ 3,023.80 $ 489.44 $ 556.25 $ 586.95 $ 3,010.88 $3,421.87 $3,610.75 (g) 2" (double short) 1 EA. $ 3,926.36 $ 4,462.31 $ 4,708.63 $ 489.44 $ 556.25 $ 586.95 $ 4,415.80 $5,018.56 $5,295.58 (h) 2" (double long) 1 EA. $ 4,169.44 $ 4,738.57 $ 5,000.14 $ 489.44 $ 556.25 $ 586.95 $ 4,658.88 $5,294.82 $5,587.09 A32Wa1er Services- Horizontally Drilled $ - $ - $0.00 (constructed in conjunction with 6" or smaller water main) $ $ $0.00 (a) 1" (single short) 1 EA. $ 603.58 $ 685.97 $ 723.83 $ 1,307.04 $ 1,485.45 S 1,567.45 $ 1,910.62 $2,171.42 $2,291.28 3 of 8 63 Exhibit 1 -Amendment 21CK Contractors & Develoomenti Item Description No. Quantity Unit Material Unit Price Bid 1st Extension 23-24 Revised Unit Price Material Installed Unit Price Bid 1st Extension 23-24 Revised Total Unit Price Unit Price (Material + Install Installation) 1st Extension Revised 23-24 total unit Price (Material +Installation) (b) 1" (single long) 1 EA. $ 603.58 $ 685.97 $ 723.83 $ 1,307.04 $ 1,485.45 $ 1,567.45 $ 1,910.62 $2,171.42 $2,291.28 (c) I" (double short) 1 EA. $ 772.50 $ 877.95 $ 926.41 $ 1,307.04 $ 1,485.45 $ 1,567.45 $ 2,079.54 $2,363.40 $2,493.86 (d) 1" (double long) 1 EA. $ 785.89 $ 893.16 $ 942.47 $ 1,307.04 $ 1,485.45 $ 1,567.45 $ 2,092.93 $2,378.61 $2,509.91 (e) 2" (single short) 1 EA. $ 2,279.39 $ 2,590.53 $ 2,733.52 $ 1,480.64 $ 1,692.75 $ 1,775.64 $ 3,760.03 $4,273.27 $4,509.16 (f) 2" (single long) 1 EA. $ 2,315.44 $ 2,631.50 $ 2,776.76 $ 1,480.64 $ 1,682.75 $ 1,775.64 $ 3,796.08 $4,314.24 $4,552.39 (g) 12" (double short) 1 EA. $ 3,926.36 $ 4,462.31 $ 4,708.63 $ 1,480.64 $ 1,682.75 $ 1,775.64 $ 5,407.00 $6,145.06 $6,484.26 (h) 2" (double long) 1 EA. $ 4,169.44 $ 4,738.57 $ 5,000.14 $ 1,480.64 $ 1,682.75 $ 1,775.64 $ 5,650.08 $6,421.32 $6,775.77 A33 Water Services (on 6" or smaller main) $ - $ - $0.00 (constructed on existing water main) $ - $ - $0.00 (a) 1" (single short) 1 EA. $ 603.58 $ 685.97 $ 723.83 $ 489.44 $ 556.25 $ 586.95 $ 1,093.02 $1,242.22 $1,310.79 (b) 1" (single long) 1 EA. $ 603.58 $ 685.97 $ 723.83 $ 489.44 $ 556.25 $ 586.95 $ 1,093.02 $1,242.22 $1,310.79 (c) 1" (double short) 1 EA. $ 772.50 $ 877.95 $ 926.41 $ 489.44 $ 556.25 $ 586.95 $ 1,261.94 $1,434.19 $1,513.36 (d) 1" (double long) 1 EA. $ 785.89 $ 893.16 $ 942.47 $ 489.44 $ 556.25 $ 586.95 $ 1,275.33 $1,449.41 $1,529.42 (e) 2" (single short) 1 EA. $ 2,279.39 $ 2,590.53 $ 2,733.52 $ 533.12 $ 605.89 $ 639.34 $ 2,812.51 $3,196.42 $3,372.86 (f) 2" (single long) 1 EA. $ 2,315.44 $ 2,631.50 $ 2,776.76 $ 533.12 $ 605.89 $ 639.34 $ 2,848.56 $3,237.39 $3,416.09 (g) 2" (double short) 1 EA. $ 3,926.36 $ 4,462.31 $ 4,708.63 $ 533.12 $ 605.89 $ 639.34 $ 4,459.48 $5,068.20 $5,347.96 (h) 2" (double long) 1 EA. $ 4,169.44 $ 4,738.57 $ 5,000.14 $ 533.12 $ 605.89 $ 639.34 $ 4,702.56 $5,344.46 $5,639.47 A34 Water Services- Horizontally Drilled $ - $ - $0.00 (constructed on existing 6" or smaller water main) $ M S $0.00 (a) 1" (single short) 1 EA. $ 603.58 $ 685.97 $ 723.83 $ 1,307.04 $ 1,485.45 $ 1,567.45 $ 1,910.62 $2,171.42 $2,291.28 (b) 1" (single long) 1 EA. $ 603.58 $ 685.97 $ 723.83 $ 1,307.04 $ 1,485.45 $ 1,567.45 $ 1,910.62 $2,171.42 $2,291.28 (c) 1" (double short) 1 EA. $ 772.50 $ 877.95 $ 926.41 $ 1,307.04 $ 1,485.45 $ 1,567.45 $ 2,079.54 $2,363.40 $2,493.86 (d) 1" (double long) 1 EA. $ 785.89 $ 893.16 $ 942.47 $ 1,307.04 $ 1,485.45 $ 1,567.45 $ 2,092.93 $2,378.61 $2,509.91 (e) 2" (single short) 1 EA. $ 2,279.39 $ 2,590.53 $ 2,733.52 $ 1,480.64 $ 1,682.75 $ 1,775.64 $ 3,760.03 $4,273.27 $4,509.16 (f) 2" (single long) 1 EA. $ 2,315.44 S 2,631.50 S 2,776.76 $ 1,480.64 $ 1,682.75 $ 1,775.64 $ 3,796.08 $4,314.24 $4,552.39 (g) 2"(double short) 1 EA. $ 3,926.36 $ 4,462.31 $ 4,708.63 $ 1,480.64 S 1,682.75 $ 1,775.64 $ 5,407.00 $6,145.06 $6,484.26 (h) 2" (double long) 1 EA. $ 4,169.44 $ 4,738.57 $ 5,000.14 $ 1,480.64 $ 1,682.75 $ 1,775.64 $ 5,650.08 $6,421.32 $6,775.77 4 °f 8 64 Exhibit 1 -Amendment 21CK Contractors 8: Develoomedl Item No. Description Quantity Unit Material Unit Price Bid 1st Extension 23-24 Revised Unit Price Material Installed Unit Price Bid 1st Extension 23-24 Revised Total Unit Price Unit Price (Material + Install Installation) 1st Extension Revised 23-24 total unit Price (Material + Installation) A35 Water Services Additional Footage $ - $ - $0.00 (a) 1" HDPE Water Service i LF. $ 1.99 $ 2.26 $ 2.38 $ 9.78 $ 11.11 $ 11.73 $ 11.77 $13.37 $14.11 (b) 2" HDPE Water Service i LF. $ 7.73 $ 8.78 $ 9.26 $ 9.78 $ SL11 $ 11.73 $ 17.50 $19.89 $20.99 A36 Water Services saddle size adjustments $ - $ - $0.00 (constructed on water main 6" or larger) $ - $ - $0.00 (a) 6" 1 EA. $ 95.79 $ 108.87 $ 114.87 $ 162.40 $ 184.57 $ 194.76 $ 258.19 $293.43 $309.63 (b) 8" 1 EA. $ 109.18 $ 124.08 $ 130.93 $ 162.40 $ 184.57 $ 194.76 $ 271.58 $308.65 $325.69 (c) 10" 1 EA $ 132.87 $ 151.01 $ 159.34 $ 162.40 $ 184.57 $ 194.76 $ 295.27 $335.57 $354.10 (d) 12" 1 EA. $ 154.50 $ 175.59 $ 185.26 $ 162.40 $ 164.57 $ 194.76 $ 316.90 $360.16 $380.04 (e) 16" 1 EA $ 211.15 $ 239.97 $ 253.22 $ 162.40 $ 184.57 $ 194.76 $ 373.55 $424.54 $447.97 A37 Blow -off Assembly 1 EA. $ 745.72 $ 847.51 $ 894.29 $ 162.40 $ 184.57 $ 194.76 $ 908.12 $1,032.08 $1,089.05 A38 Fire Hydrant Assembly (includes tee) $ - $ - $0.00 (constructed with new water main) 1 EA. $ 3,195.06 $ 3,631.19 $ 3,831.63 $ 1,428.00 $ 1,622.92 $ 1,712.51 $ 4,623.06 $5,254.11 $5,544.13 A39 Fire Hydrant Assembly $ - $ - $0.00 (constructed on existing water main) 1 EA $ 4,751.39 $ 5,399.95 $ 5,698.03 $ 1,428.00 $ 1,622.92 $ 1,712.51 $ 6,179.39 $7,022.88 $7,410.54 A40 Bacteriological Sample Point $ - $ - $0.00 (constructed on new water main) 1 EA. $ 164.80 $ 187.30 $ 197.63 $ 293.44 $ 333.49 $ 351.90 $ 458.24 $520.79 $549.54 A41 Bacteriological Sample Point $ - $ - $0.00 (using a water service or fire hydrant) 1 EA. $ 164.80 $ 187.30 $ 197.63 $ 293.44 $ 333.49 $ 351.90 $ 458.24 $520.79 $549.54 A42 2" Manual Air Release Valve 1 EA. $ 4,284.80 $ 4,869.68 $ 5,138.48 $ 651.84 $ 740.82 $ 7BL71 $ 4,936.64 $5,610.49 $5,920.19 A43 2" Automatic Air Release Valve 1 EA. $ 4,605.13 $ 5,233.73 $ 5,522.63 $ 574.56 $ 652.99 $ 689.03 $ 5,179.69 $5,886.72 $6,211.66 A44 Dewatering $ - $0.00 (a) 0'-6' 1 LF. NA $ 18.91 $ 2L49 $ 22.67 $ 18.91 $21.49 $22.67 (b) 6'-12' 1 LF. NA $ 22.16 $ 25.19 $ 26.58 $ 22.16 $25.19 $26.58 (c) 12'-18' 1 LF. NA $ 28.27 $ 32.13 $ 33.90 $ 28.27 $32.13 $33.90 A45 Remove Pressure Pipe $ - $ - $0.00 $0.00 (a) 3" 1 LF. NA $ 7.34 $ 8.34 $ 8.80 $ 7.34 $8.34 $8.80 (b) 4" 1 LF. NA $ 9.78 $ 11.11 $ 11.73 $ 9.78 $11.11 $11.73 (c) 6" 1 LF. NA $ 9.78 $ 1L11 $ 11.73 $ 9.78 $11.11 $11.73 (d) 8" 1 LF. NA $ 9.78 $ 11.11 $ 11.73 $ 9.78 $11.11 $11.73 (e) 10" 1 L.F. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (f) 12" 1 LF. NA $ 15.09 $ 17.15 $ 18.09 $ 15.09 $17.15 $18.09 (g) 16 1 LF. NA $ 17.24 $ 19.59 $ 20.67 $ 17.24 $19.59 $20.67 (h) Cost Credit 1 LF. NA $ 0.10 $ 0.11 $ 0.12 $ 0.10 $0.11 $0.12 A46 Grout and Abandon Pressure Pipe $ $0.00 (a) 3" 1 LF. $ 1.15 $ 1.31 $ 1.38 $ 2.87 $ 3.26 $ 3.44 $ 4.02 $4.57 $4.82 (b) 4" 1 LF. $ 1.15 $ 1.31 $ 1.36 $ 2.87 $ 3.26 $ 3.44 $ 4.02 $4.57 $4.82 (c) 6" 1 LF. $ 2.48 S 2.82 $ 2.98 $ 3.83 $ 4.35 $ 4.59 $ 6.31 $7.17 $7.57 (d) 8" 1 LF. $ 2.98 $ 3.38 $ 3.57 $ 3.83 $ 4.35 $ 4.59 $ 6.81 $7.74 $8.16 (e) 10" 1 LF. $ 3.97 $ 4.51 $ 4.76 $ 4.59 $ 5.22 $ 5.51 $ 8.56 $9.73 $10.26 (f) 12" 1 LF. $ 4.79 $ 5.44 $ 5.74 $ 4.59 $ 5.22 $ 5.51 $ 9.38 $10.66 $11.25 (g) 14" 1 LF. $ 5.62 $ 6.39 $ 6.74 $ 5.75 $ 6.S3 $ 6.89 $ 11.37 $12.92 $13.63 (h) 16" 1 LF. $ 6.45 $ 7.33 $ 7.73 $ 5.75 $ 6.53 $ 6.69 $ 12.19 $13.86 $14.62 (i) 18" 1 LF. $ 7.27 $ 8.26 $ 8.72 $ 5.75 $ 6.53 $ 6.89 $ 13.02 $14.79 $15.61 (j) 20" 1 LF. $ 8.10 $ 9.20 $ 9.71 $ 5.75 $ 6.53 $ 6.89 $ 13.84 $15.73 $16.60 (k) 22" 1 LF. $ 8.93 $ 10.15 $ 10.71 $ 5.75 $ 6.53 $ 6.89 $ 14.68 $16.68 $17.60 (1) 24" 1 LF. $ 9.59 $ 10.90 $ 11.50 $ 7.66 $ 8.71 $ 9.19 $ 17.25 $19.60 $20.69 A47 Remove Sanitary Sewer Main $ $ $0.00 (a) 8" 1 LF. NA $ - $ 9.63 $ 10.95 $ 11.55 $ 9.63 $10.95 $11.55 (b) 10" 1 LF. NA $ - $ 11.01 $ 12.51 $ 13.20 $ 11.01 $12.51 $13.20 (b) 12" 1 LF. NA $ - $ 12.85 $ 14.60 $ 15.41 $ 12.85 $14.60 $15.41 (c) 18" 1 LF. NA $ - $ 19.26 $ 21.89 $ 23.10 $ 19.26 $21.89 $23.10 (d) 24" 1 LF. NA $ - $ 22.01 S 25.01 $ 26.39 $ 22.01 $25.01 $26.39 (e) Cost Credit 1 LF. NA $ - $ 0.10 $ 0.11 $ 0.12 $ 0.10 $0.11 $0.12 A48 Grout and Abandon Sanitary Sewer Main $ - $ - $0.00 1 LF. $ 2.98 $ 3.38 $ 3.57 $ 4.59 $ 5.22 $ 5.51 1 $ 7.57 r $8.601 $9.08 (b) 10" 1 LF. $ 3.97 $ 4.51 $ 4.76 $ 5.11 $ 5.80 $ 6.12 $ 9.07 $10.31 $10.88 (b) 12" 1 LF. $ 4.79 $ 5.44 $ 5.74 $ 5.33 $ 6.06 $ 6.39 $ 10.12 $11.50 $12.14 (c) 18" 1 LF. $ 7.27 $ 8.26 $ 8.72 $ 6.56 $ 7.46 $ 7.87 1 $ 13.84 1 $15.721 $16.59 (d) 24" 1 1 LF. 1$ 9.59 $ 10.90 $ 11.50 $ 11.49 $ 13.06 $ 13.78 1 $ 21.08 1 $23.961 $25.28 5 of 8 65 Exhibit 1- Amendment 21CK Contractors & Develoomentl Item No. Description Quantity Unit Material Unit Price Bid 1st Extension 23-24 Revised Unit Price Material Installed Unit Price Bid 1st Extension 23-24 Revised Total Unit Price Unit Price (Material + Install Installation) 1st Extension Revised 23-24 total unit Price (Material + Installation) A49 Remove Sanitary Sewer Manhole $ - $ - $0.00 (a) 0'-6' 1 EA. $ 316.21 $ 359.37 $ 379.21 $ 848.96 $ 964.84 $ 1,018.10 $ 1,165.17 $1,324.22 $1,397.31 (b) 6'-8' 1 EA. $ 316.21 $ 359.37 $ 379.21 $ 848.96 $ 964.84 $ 1,018.10 $ 1,165.17 $1,324.22 $1,397.31 (c) 8'-10' 1 EA. $ 474.83 $ 539.64 $ 569.43 $ 1,234.24 $ 1,402.71 $ 1,480.14 $ 1,709.07 $1,942.36 $2,049.58 (d) 10'-12' 1 EA. $ 474.83 $ 539.64 $ 569.43 $ 1,281.28 $ 1,456.17 $ 1,536.56 $ 1,756.11 $1,995.82 $2,105.99 (e) 12'-14' 1 EA. $ 592.25 $ 673.09 $ 710.25 $ 1,498.56 $ 1,703.11 $ 1,797.13 $ 2,090.81 $2,376.21 $2,507.37 A50 Outside drop on Manhole $ - $ - $0.00 (a) 6'-8' 1 EA. $ 644.78 S 732.79 $ 773.24 $ 1,105.44 $ 1,256.33 $ 1,325.68 $ 1,750.22 $1,989.13 $2,098.92 (b) 8'-10' 1 EA. $ 747.78 $ 849.85 $ 896.76 $ 1,105.44 $ 1,256.33 S 1,325.68 $ 1,853.22 $2,106.18 $2,222.45 (c) 10'-12' 1 EA. $ 1,056.78 $ 1,201.03 $ 1,267.33 $ 1,284.64 5 1,459.99 $ 1,540.58 $ 2,341.42 $2,661.02 $2,807.91 A51 Relocate Fire Hydrant 1 EA. $ 242.05 $ 275.09 $ 290.27 $ 1,428.00 $ 1,622.92 $ 1,712.51 $ 1,670.05 $1,898.01 $2,002.78 A52 2" Jumper Connection 1 EA. $ 1,478.05 $ 1,679.80 $ 1,772.53 $ 873.60 $ 992.85 S 1,047.65 $ 2,351.65 $2,672.65 $2,820.18 A53 Asbestos Pipe Abatment $ - $ - $0.00 (a) 6" 1 LF. NA $ - $ 73.92 $ 84.01 $ 88.65 $ 73.92 $84.01 $88.65 (b) 8" 1 LF. NA $ - $ 75.04 $ 85.28 $ 89.99 $ 75.04 $85.28 $89.99 (c) 10" 1 LF. NA $ - $ 76.16 $ 86.56 $ 91.33 $ 76.16 $86.56 $91.33 (d) 12" 1 LF. NA $ - $ 77.44 $ 88.01 $ 92.86 $ 77.44 $88.01 $92.86 (e) 16" 1 L.F. NA $ - $ 79.07 $ 89.87 $ 94.83 $ 79.07 $89.87 $94.83 A54 Root Barrier 1 LF. $ 16.53 $ 18.79 $ 19.83 $ 11.20 $ 12.73 $ 13.43 $ 27.73 $31.52 $33.26 A55 Utility Pole Support 1 EA $ 10.30 $ 11.71 $ 12.35 $ 1,484.00 $ 1,686.57 $ 1,779.66 $ 1,494.30 $1,698.27 $1,792.02 A56 Remove and Reinstall Trees 1 EA $ 463.50 $ 526.77 $ 555.85 $ 280.00 $ 318.22 $ 335.79 $ 743.50 $844.99 $891.63 A57 Schedule 40 PVC Casing Pipe $ - $0.00 (a) 4" 1 L.F. NA $ 9.78 $ 11.11 $ 11.73 $ 9.78 $11.11 $11.73 (b) 6" 1 LF. NA $ 9.78 $ 11.11 $ 11.73 $ 9.78 $11.11 $11.73 (c) 8" 1 LF. NA $ 9.78 $ 11.11 $ 11.73 $ 9.78 $11.11 $11.73 (d) 10" 1 LF. NA $ 9.78 $ 11.11 $ 11.73 $ 9.78 $11.11 $11.73 (e) 12" 1 L.F. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (f) 14" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (g) 16" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (h) 18" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (i) 20" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 0) 22" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (k) 24" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 A58 ISteel casing $ - $0.00 (a) 4" 1 LF. NA $ 9.78 $ 11.11 $ 11.73 $ 9.78 $11.11 $11.73 (b) 6" 1 LF. NA $ 9.78 $ 11.11 $ 11.73 $ 9.78 $11.11 $11.73 (c) 8" 1 LF. NA $ 9.78 $ 1L11 $ 11.73 $ 9.78 $11.11 $11.73 (d) 10" 1 LF. NA $ 9.78 $ 11.11 $ 11.73 $ 9.78 $11.11 $11.73 (e) 12" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (f) 14" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (g) 16" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (h) 18" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (1) 20" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 0) 22" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 (k) 24" 1 LF. NA $ 12.06 $ 13.71 $ 14.47 $ 12.06 $13.71 $14.47 0 $0.00 SECTION B - Restoration 0 $0.00 B3 Pavement Repair and Replacement 0 $0.00 a Asphalt Road 1 S.Y. $ 19.57 $ 22.24 $ 23.47 $ 24.64 $ 28.00 $ 29.55 $ 44.21 $50.24 $53.02 b) Asphalt Driveway 1 S.Y. $ 20.60 $ 23.41 $ 24.70 $ 24.64 $ 28.00 $ 29.55 $ 45.24 $51.42 $54.25 (c) Asphalt Millings 1 S.Y. $ 6.18 $ 7.02 $ 7.41 $ 24.64 $ 28.00 $ 29.55 $ 30.82 $35.03 $36.96 d) Asphalt overlay 1 S.V. $ 4.64 $ 5.27 $ 5.56 $ 14.00 $ 15.91 $ 16.79 $ 18.64 $21.18 $22.35 (e) Add. S-3 Asphalt 1 Ton $ 108.15 $ 122.91 $ 129.70 $ 72.80 $ BL74 $ 87.30 $ 180.95 $205.65 $217.00 (f) Cold Mix Asphalt 1 Ton $ 77.25 $ 87.79 $ 92.64 $ 22.40 $ 25.46 $ 26.86 $ 99.65 $113.25 $119.50 (g) Concrete Driveway (6") 1 S.Y. $ 46.35 $ 52.68 $ 55.58 $ 11.20 $ 12.73 $ 13.43 $ 57.55 $65.41 $69.02 (h) Concrete Sidewalk (4") 1 S.V. $ 36.05 $ 40.97 $ 43.23 $ 11.20 $ 12.73 $ 13.43 $ 47.25 $53.70 $56.66 (1) Concrete Curb $ - $ $0.00 1. Curb and Gutter 1 LF. $ 17.51 $ 19.90 $ 21.00 $ 7.84 $ 8.91 $ 9.40 $ 25.35 $28.81 $30.40 2.'D'Curb 1 LF. $ 16.48 $ 18.73 $ 19.76 $ 3.36 $ 3.82 $ 4.03 $ 19.84 $22.55 $23.79 0) Concrete Driveway Paver Block 1 S.V. $ 43.26 $ 49.16 $ 51.88 $ 8.96 $ 10.18 $ 10.75 $ 52.22 $59.35 $62.62 (k) Ume rock Driveway 1 S.V. $ 18.03 $ 20.49 $ 21.62 $ 8.40 $ 9.55 $ 10.07 $ 26.43 $30.03 $31.69 (1) Asphalt sidewalk 1 S.Y. $ 18.54 $ 21.07 $ 22.23 $ 28.00 $ 31.82 $ 33.58 $ 46.54 $52.89 $55.81 B2 Milling Asphalt 1 15 $ 5.85 $ 6.18 $ 16.80 $ 19.09 $ 20.15 $ 21.95 $24.95 $26.32 B3 Coquina Rock Base 1 94 $ 16.97 $ 17.91 $ 8.96 $ 10.18 $ 10.75 $ 23.90 $27.16 $28.66 B4 Flowable Fill $ $ - $0.00 (a) 0 - 4 cy (include short load fees) 1 WC.Y.$ 95 $ 193.15 $ 203.81 $ 22.40 $ 25.46 $ 26.86 $ 192.35 $218.61 $230.67 (b) 4 - 8 cy (include short load fees) 1 65 $ 181.44 $ 191.46 $ 20.16 $ 22.91 $ 24.18 $ 179.81 $204.35 $215.63 (c) > 8cy 1 05 $ 158.03 $ 166.75 $ 17.92 $ 20.37 $ 21.49 $ 156.97 $178.40 $188.24 BS Miscellaneous Materials $ $ - $0,00 (a) Sand 1 21 $ 8.19 $ 8.65 $ 28.00 $ 3LB2 $ 33.58 $ 35.21 $40.02 $42.23 (b) Fill 1 C.V. I $ 5.67 $ 6.44 $ 6.79 $ 39.20 $ 44.55 $ 47.01 $ 44.87 $50.99 $53.80 6 of 66 Exhibit 1- Amendment 2 ICK Contractors & Development) Item No. Description Quantity Unit Material Unit Price Bid 1st Extension 23-24 Revised Unit Price Material Installed Unit Price Bid 1st Extension 23-24 Revised Total Unit Price Unit Price (Material+ Install Installation) 1st Extension Revised 23-24 total unit Price (Material +Installation) (c) #57 Rock 1 C.Y. $ 30.90 $ 35.12 $ 37.06 $ 35.84 $ 40.73 $ 42.98 $ 66.74 $75.85 $80.04 (d) Shell Rock 1 C.Y. $ 28.84 $ 32.78 $ 34.59 $ 35.84 $ 40.73 $ 42.98 $ 64.68 $73.51 $77.57 (e) Suremix Concrete 80p 1 Bag $ 11.02 $ 12.53 $ 13.22 $ 13.44 $ 15.27 $ 16.12 $ 24.46 $27.80 $29.33 B6 ISod Replacement 1 1 $ - $ - $0,00 (a) Bahia 1 S.Y. $ 1.08 $ 1.23 $ 1.30 $ 1.18 $ 1.34 $ 1.41 $ 2.26 $2.57 $2.71 (b) IFloratam 1 S.Y. $ 2.16 $ 2.46 $ 2.59 $ 2.30 $ 2.61 $ 2.75 $ 4.46 $5.07 $5.35 B7 Seed and Mulch 1 S.Y. $ 1.60 $ 1.81 $ 1.91 $ 1.74 $ 1.97 $ 2.08 $ 3.33 $3.79 $4.00 B8 Mailbox Removal and Reinstallation 1 EA $ 10.30 $ 11.71 $ 12.35 $ 140.00 $ 159.11 $ 167.89 $ 150.30 $170.82 $180.24 B9 Sprinkler System Repair per Yard 1 EA $ 103.00 $ 117.06 $ 123.52 $ 140.00 $ 159.11 $ 167.89 $ 243.00 $276.17 $291.41 B10 Handicap Ramp Restoration 1 EA $ 901.25 $ 1,024.27 $ 1,090.81 $ 1,512.00 $ 1,718.39 $ 1,813.24 $ 2,413.25 $2,742.66 $2,894.05 0 $0.00 SECTION C- High Density Polyethylene Piping & Horizontal Directional Boring o $0.00 C1 Hi h Density Polyethylene Pie (HDPE) -Trench 0 $0.00 (a) 2 -inch 1 L.F. $ 1.24 $ 1.40 $ 1.48 $ 7.34 $ 8.34 $ 8.80 $ 8.57 $9.74 $10.28 (b) 4 -inch 1 L.F. $ 4.96 $ 5.64 $ 5.95 $ 8.40 $ 9.55 $ 10.07 $ 13.36 $15.19 $16.03 (c) 6 -inch 1 L.F. $ 9.92 $ 11.27 $ 11.90 $ 9.80 $ 11.14 $ 11.75 $ 19.72 $22.41 $23.65 (d) 8 -inch 1 L.F. $ 14.33 $ 16.26 $ 17.18 $ 10.64 $ 12.09 $ 12.76 $ 24.97 $28.38 $29.94 (e) 12 inch 1 LF. $ 35.27 $ 40.08 $ 42.29 $ 9.80 $ IL14 $ 11.75 $ 45.07 $51.22 $54.05 (f) 16 -inch 1 LF. $ 60.62 $ 613.89 $ 72.69 $ 9.80 $ 11.14 $ 11.75 $ 70.42 $80.03 $84.44 (g) 18 -inch 1 LF. $ 94.78 $ 107.72 $ 113.66 $ 9.80 $ 11.14 $ 11.75 $ 104.58 $118.86 $125.42 (h) 20 -inch 1 LF. $ 99.19 $ 112.73 $ 118.95 $ 9.80 $ 11.14 $ 11.75 $ 108.99 $123.87 $130.70 (i) 24 -inch 1 LF. $ 110.21 $ 125.25 $ 132.17 $ 9.80 $ 11.14 $ 11.75 $ 120.01 $136.39 $143.92 C2 Horizontal Directional Boring (HDPE) -HDD $ $ $0,00 (b) 4 -inch 1 LF. $ 4.96 $ 5.64 $ 5.95 $ 178.08 $ 202.39 $ 213.56 $ 183.04 $208.03 $219.51 t 6 -inch 1 LF. $ 9.92 $ 11.27 $ 11.90 $ 328.16 $ 372.95 $ 393.54 $ 338.08 $384.23 $405.44 (d) 8 -inch 1 LF. $ 14.33 $ 16.28 $ 17.18 $ 338.24 $ 384.41 $ 405.63 $ 352.57 $400.69 $422.81 (e) 12 inch 1 LF. $ 35.27 $ 40.08 $ 42.29 $ 836.64 $ 950.84 $ 1,003.33 $ 871.91 $990.92 $1,045.62 (f) 16 -inch 1 LF. $ 60.62 $ 68.89 $ 72.69 $ 875.84 $ 995.39 $ 1,050.34 $ 936.46 $1,064.25 $1,123.03 (g) 18 -inch 1 LF. $ 94.78 $ 107.72 $ 113.66 $ 898.24 $ 1,020.85 $ 1,077.20 $ 993.02 $1,128.57 $1,190.86 h 20 -inch 1 LF. $ 99.19 $ 112.73 $ 118.95 $ 985.60 $ 1,120.13 $ 1,181.97 $ 1,084.79 $1,232.86 $1,300.92 (i) 24 -inch 1 LF. $ 110.21 $ 125.25 $ 132.17 $ 1,052.80 $ 1,196.51 $ 1,262.55 $ 1,163.01 $1,321.76 $1,394.72 C3 Horizontally Directional Drilled -PVC Drivewa Bores $ $ $0.00 20 -foot length $ $ $0,00 (a) 1 flinch 1 EA. $ 98.88 $ 112.38 $ 118.58 $ 1,083.04 $ 1,230.87 $ 1,298.82 $ 1,181.92 $1,343.25 $1,417.40 b 6 -inch 1 EA. 1 $ 198.79 $ 225.92 $ 238.40 $ 1,618.40 $ 1,839.31 $ 1,940.84 $ 1,817.19 1 $2,065.24 $2,179.24 IN 8 -inch 1 EA. $ 295.61 $ 335.96 $ 354.51 $ 1,898.40 $ 2,157.53 $ 2,276.63 $ 2,194.01 $2,493.49 $2,631.13 d 12 -inch 1 EA. $ 705.55 $ 801.86 $ 846.12 $ 3,186.40 $ 3,621.34 $ 3,821.24 $ 3,891.95 $4,423.20 $4,667.36 40 -foot length $ $ $0.00 (a)4 -inch 1 EA. $ 198.79 $ 225.92 $ 238.40 $ 1,472.80 $ 1,673.84 S 1,766.23 $ 1,671.59 $1,899.76 $2,OD4.63 (b) 6 -inch 1 EA. $ 396.55 $ 450.68 $ 475.56 $ 1,898.40 $ 2,157.53 $ 2,276.63 $ 2,294.95 $2,608.21 $2,752.18 c) 8 -inch 1 EA. $ 590.19 $ 670.75 $ 707.78 $ 2,738.40 $ 3,112.19 $ 3,283.98 $ 3,328.59 $3,782.94 $3,991.76 d) 12 -inch 1 EA. $ 1,411.10 $ 1,603.72 S 1,692.24 $ 6,546.40 $ 7,439.98 $ 7,850.67 $ 7,957.50 $9,043.70 $9,542.91 60 -foot length $ $ $0,00 (a) 1 4 -inch 1 EA. $ 297.67 $ 338.30 $ 356.98 $ 1,864.80 $ 2,119.35 $ 2,236.33 $ 2,162.47 $2,457.65 $2,593.31 (b) 6 -inch 1 I EA. 1 $ 595.34 $ 676.60 $ 713.95 $ 2,850.40 $ 3,239.48 $ 3,438.30 $ 3,445.74 $3,916.08 $4,132.25 c 8 -inch 1 1 EA. 1 $ 885.80 $ 1,006.71 S 1,062.28 $ 5,034.40 $ 5,721.60 $ 6,037.43 $ 5,920.20 $6,728.31 $7,099.71 d) 12 -inch 1 1 EA. 1 $ 2,116.65 $ 2,405.57 S 2,538.36 $ 8,898.40 $ 10,113.03 $ 10,671.27 $ 11,015.05 $12,518.60 $13,209.63 SECTION D: Time and Materials Rates (TO BE USED ON TWA ORDERS ONLY) - o $0.00 Dl Equipment Hourly Rates a $0.00 (a) Trackhoe (specify model) D $0.00 (medium) 1 Hr. NA $ 115.00 $ 130.70 $ 137.91 $ 115.00 1 $130.70 $137.91 (large) 1 Hr. NA $ 115.00 $ 130.70 $ 137.91 $ 115.00 $130.70 $137.91 (b) Combination Backhoe 1 Hr. NA $ 50.00 $ 56.83 $ 59.96 $ 50.00 $56.83 $59.96 (c) Front end Loader 1 Hr. NA $ 105.00 $ 119.33 $ 125.92 $ 105.00 $119.33 $125.92 (d) Grader 1 Hr. NA $ 98.00 $ 111.38 $ 117.53 $ 98.00 $111.38 $117.53 (e) Dump Truck ( 9 C.Y.) 1 Hr. NA $ 45.00 $ 51.14 $ 53.97 $ 45.00 $51.14 $53.97 (f) Tandem Dump Truck (18 C.V.) 1 Hr. NA $ 55.00 $ 62.51 $ 65.96 $ 55.00 $62.51 $65.96 (g) Forklift 1 Hr. NA $ 1.00 $ 1.14 $ 1.20 $ 1.00 $1.14 $1.20 (h) Crew Truck with hand tools 1 Hr. NA $ 25.00 $ 28.41 $ 29.98 $ 25.00 $28.41 $29.98 (i) Trash Pump 3" 1 Hr. NA $ 10.00 $ 11.37 $ 11.99 $ 10.00 $11.37 $11.99 0) Trash Pump 2" 1 Hr. NA $ 1.00 $ 1.14 $ 1.20 $ 1.00 $1.14 $1.20 (k) Walk behind Vibrating Roller 1 Hr. NA $ 10.00 $ 11.37 $ 11.99 $ 10.00 $11.37 $11.99 (1) Rev. Plate Compactor 1 Hr. NA $ 8.00 $ 9.09 $ 9.59 $ 8.00 $9.09 $9.59 (m) Jumping lack 1 Hr. NA $ 1.00 $ 1.14 $ 1.20 $ 1.00 $1.14 $1.20 (n) Cut off saw (14") 1 Hr. NA $ 6.00 $ 6.82 $ 7.20 $ 6.00 $6.82 $7.20 o) Street saw (14") 1 Hr. NA $ 6.00 $ 6.82 $ 7.20 $ 6.00 $6.82 $7.20 Gradall 1 Hr. NA $ 107.00 $ 121.61 $ 128.32 $ 107.00 $121.61 $128.32 (q) Roller 1 Hr. NA $ 10.00 $ 11.37 $ 11.99 S 10.00 $11.37 $11.99 (r) Welding Truck 1 Hr. NA $ 10.00 $ 11.37 $ 11.99 $ 10.00 $11.37 $11.99 (s) Welder 1 Hr. NA $ 7.00 $ 7.96 $ 8.39 $ 7.00 $7.96 $8.39 (t) Cement Mixer 1 Hr. NA $ 3.00 $ 3.41 $ 3.60 $ 3.00 $3.41 $3.60 (u) Box Blade 1 Hr. NA $ 35.00 $ 39.78 $ 41.97 $ 35.00 $39.78 $41.97 (v) Water Truck 1 Hr. NA $ 15.00 $ 17.05 $ 17.99 $ 15.00 $17.05 $17.99 (w) 1000 gpm sump pump 1 Hr. NA $ 7.00 $ 7.96 $ 8.39 $ 7.00 $7.96 $9.39 7 of 8 67 Exhibit 1 -Amendment 21CK Contractors & Development) Item No. Description Quantity Unit Material Unit Price Bid 1st Extension 23-24 Revised Installed Unit Unit Price Price Bid Material 1st Extension 23-24 Revised Total Unit Price Unit Price (Material + Install Installation) 1st Extension Revised23-24 total unit Price (Material +Installation) D2 Crew Hourly Rates $ - $0.00 (a) Crew Man 1 Hr. NA $ 45.00 $ 51.14 $ 53.97 $ 45.00 $51.14 $53.97 (b) Foreman 1 Hr. NA $ 80.00 $ 90.92 $ 95.94 $ 80.00 $90.92 $95.94 (c) Supervisor 1 Hr. NA $ 95.00 $ 107.97 $ 113.93 $ 95.00 $107.97 ',$113.93 (d) 3 man crew, Includes l supervisor 1 Hr. NA $ 215.00 $ 244.35 $ 257.94 $ 215.00 $24435 $257.84 (e) 4 man crew Includes l supervisor 1 Hr. NA $ 260.00 $ 295.49 $ 311.80 $ 260.00 $295.49 $311.80 (f) 5 man am Includes 1 supervlwr 1 Hr. NA $ 305.00 $ 346.63 $ 365.77 $ 305.00 $346.63 $365.77 D3 Overtime Crew Hourly Rates $ - $0.00 (a) Crew Man 1 Hr. NA $ 67.50 $ 76.71 $ 80.95 $ 67.50 $76.71 $80.95 (b) Foreman 1 Hr. NA $ 120.00 $ 136.38 $ 143.91 $ 120.00 $136.38 $143.91 (c) Supervisor 1 Hr. NA $ 135.00 $ 153.43 $ 161.90 $ 135.00 $153.43 $161.90 (d) 3man am Includes 1 supervisor 1 Hr. NA $ 322.50 $ 366.52 $ 386.75 $ 322.50 $366.52 $386.75 (e) 4 man crew Includes 1 supervisor 1 Hr. NA $ 390.00 $ 443.24 $ 467.70 $ 390.00 $443.24 $467.70 (f) 5 man crew Includes i supervisor 1 Hr. NA $ 457.50 $ 519.95 $ 548.65 $ 457.50 $519.95 $548.65 D4 Nightime Crew Hourly Rates $ - $0.00 (a) Crew Man 1 Hr. NA $ 69.00 $ 78.42 $ 82.75 $ 69.00 $78.42 $82.75 (b) Foreman 1 Hr. NA $ 120.00 $ 136.38 $ 143.91 $ 120.00 $136.38 $143.91 (c) Supervisor 1 Hr. NA $ 135.00 $ 153.43 $ 161.90 $ 135.00 $153.43 $161.90 (d) 3 man crew Includes 1 supervisor 1 Hr. NA $ 322.50 $ 366.52 $ 386.75 $ 322.50 $366.52 $386.75 (e) 4 man crew Includes 1 supervisor 1 Hr. NA $ 390.0 $ 443.24 $ 467.70 $ 390.00 $413.24 $467.70 (f) 5 man crew Includes 1 supervisor 1 Hr. NA $ 457.50 $ 519.95 $ 548.65 $ 457.50 $519.95 $548.65 SECTION E: Miscellaneous Materials & Sub -Contractors " El Materials Actual Cost +10% '- E2 I Sub -Contractor Actual Cost +10% Total (CK Contractors and Development): $ 526,624.27 $598,s08.48 $631,546.15 8 of 68 Me 1IM1111 INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: June 12, 2023 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management and Budget FROM: Jennifer Hyde, Purchasing Manager SUBJECT: Approval of Continuing Consulting Engineering Services Rates for Agreements BACKGROUND: On April 18, 2023, the Board authorized staff to enter negotiations with several professional engineering firms interested in providing services under a new continuing agreement. The Board approved the standard agreement, as well as rates for most firms at its May 2, 2023 meeting. Negotiations with the final two firms are complete, and staff is ready to execute agreements with these firms. DISCUSSION.: Individual work orders will be issued under the agreement, most often with a lump sum, not to exceed cost. In order to establish pricing for the agreement, Staff requested standard hourly rates from each firm, which will be effective for the three-year initial term of award. Staff has received acceptable hourly rates from the firms listed in the table below, which will be attached as Exhibit 2 of the appropriate firm's final agreement. The disciplines authorized by firm are also reflected on the table below. Environmental Infrastructure Site/ Civil Utilities CDM Smith, Inc. Kimle -Horn and Associates, Inc. FUNDING: Funding for work orders under the agreements will vary, based on project and department. Individual work orders over $35,000 will be brought before the Board for review and approval. Per Section 105.01, Indian River County Code, the County Administrator may approve work orders for Continuing Consulting Services up to $35,000. A monthly list of work orders approved by the Administrator will be presented to the Board as an informational item. RECOMMENDATION: Staff recommends the Board approve the hourly rates attached for the listed firms, and authorize the Chairman to execute the agreements, after the County Attorney has reviewed and approved as to form and legal sufficiency. Attachment: Exhibit 2 Rate Schedules GSA Smith SCHEDULE OF HOURLY BILLING RATES CATEGORIES PROFESSIONAL SERVICES Senior Officer Senior Technical Expert Officer Associate Principal Senior Professional Professional II Professional I PROFESSIONAL SUPPORT SERVICES Senior Support Services: Staff Support Services FIELD SERVICES Senior Professional Professional PROJECT SUPPORT SERVICES Contract Administrator Document Control Specialist $285 $270 $260 $250 $235 $195 $170 $150 $175 $140 $140 $125 $135 $110 Subconsultants and direct expenses are not included in the hourly billing rates. All subconsultant and other direct project related expenses are subject to a minimum handling/administrative charge of 12 percent. RATES EFFECTIVE THROUGH MAY 30, 2026 70 Kimley)))Horn "EXHIBIT 2" KIMLEY-HORN AND ASSOCIATES, INC. MAY 2023 RFQ NO 2023015 — CONTINUING CONSULTING ENGINEERING SERVICES FOR ENVIRONMENTAL, INFRASTRUCTURE, SITE/ CIVIL AND UTILITIES SERVICES SCHEDULE OF HOURLY RATES Effective May 1, 2023, the fdllowing rates are utilized in calculating invoices for services: Category Rate Principal $300.00 Senior Professional $270.00 Registered Professional $210.00 Professional 2 $160.00 Professional 1 $130.00 Designer $165.00 Senior Support Staff $100.00 Supprt Staff $75 00 o 1. These hourly billing rates will remain effective for the initial duration of this Agreement and may be renegotiated should an additional renewal period be exercised. 2. Internal reimbursable expenses will be charged at 5% of labor billings. 3. External reimbursable expenses will be charged at 15% mark-up, or per the contract. 4. Sub -consultants will be billed pursuant to their respective contract. EXHIBIT 2 2023 Hourly Rates (Rev).DOCX 71 W Indian River County, Florida Memorandum TO: Board of County Commissioners THRU: John A. Titkanich, Jr., County Administrator FROM: Cynthia Stanton, Risk Manager DATE: June 12, 2023 SUBJECT: Auto Liability Settlement for claimant Adele Beecher BRIEF HISTORY OF CLAIMANT AND OF CLAIM: On December 21, 2021, an IRC Animal Control officer was westbound on 49th Street and stopped at the stop sign at the intersection at 58th Avenue. The officer states he did not see claimant's vehicle approaching the intersection southbound on 58th Avenue when he entered the intersection and collided into the front of claimant's vehicle. Claimant's 2012 Nissan Sentra was totaled as a result of the crash. The claimant is a 73 -year-old retired female. MEDICAL TREATMENT: Claimant was taken by IRC ambulance from the scene to Indian River Medical Center. She suffered multiple injuries to her neck, back, ribs, sternum, right knee and shoulder. Claimant had surgery on her right shoulder followed by six months of physical therapy. DAMAGES AND SPECIALS: Claimant was paid $5,195.92 for the total loss of her 2012 Nissan Sentra. Her medical bills total $58,282.72 with a Medicare lien of $14,000. SETTLEMENT DEMAND: Claimant is represented by Attorney Christopher Layman of Layman Law Firm. An initial demand of $200,000 was received in January 2023. Johns Eastern, the TPA for Indian River County had lengthy negotiation discussions with Attorney Layman. A final settlement agreement was reached for $65,000 pending approval by the Board of County Commissioners. FUNDING: The final settlement, in the amount of $65,000, will be paid out of the Self -Insurance Fund/Risk Management/General Liability Insurance account, number 50224619-034530. Account Description I Account Number Amount Self -Insurance Fund/Risk Management/General Liability Insurance 1 50224619-034530 $65,000 72 RECOMMENDATION: The claim was reviewed by the County's Liability Claims Committee on June 8, 2023. The Committee voted unanimously to recommend that the Board of County Commissioners settle the claim for $65,000 as a final settlement of this matter. 73 JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Internal Audit Division 2000 16th Avenue Vero Beach, FL 32960 Telephone: (772) 226-3108 TO: Board of County Commissioners FROM: Edward Halsey, Internal Audit Director THRU: Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller DATE: May 11, 2023 � COMPT fill!, Q 9 V Fq COUNl SUBJECT: Quarterly Tourist Development Tax Report for Quarter Ending 03/31/2023 BACKGROUND Attached to this memorandum is the report of the tourist development tax monies collected in the Clerk's office for quarters ended March 31, 2022 and 2023. RECOMMENDATION Staff recommends that the Board of County Commissioners accept the attached Quarterly Tourist Development Tax Report. 74 tn t - 0 p r N 0 F of o 0 w�,vo O 0000 OM) 000 M y 'O N b 0 � ^O O' W M I59 59169 O O O F O C1 O O N Vl. U. -8 N �00 O N O � n a W In O 10 \O M~ 69 69 59 JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801 271` Street Vero Beach, FL 32960 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, CHIEF DEPUTY OF FINANCE THRU: JEFFREY R. SMITH, COMPTROLLER DATE: May 11, 2023 �COMPr U ?� ti vF l� C:DU�'S SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS May 5, 2023 to May 11, 2023 In compliance with Chapter 136.06, Florida Statutes, all checks and electronic payments issued by the Board of County Commissioners are to be recorded in the Board minutes. Approval is requested for the attached lists of checks and electronic payments, issued by the Comptroller's office, for the time period of May 5, 2023 to May 11, 2023. 76 CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 436190 05/11/2023 ADRON FENCE COMPANY INC 75.00 436191 05/11/2023 RICOH USA INC 32.33 436192 05/11/2023 AT&T WIRELESS 212.83 436193 05/11/2023 AT&T CORP 1,264.82 436194 05/11/2023 FLORIDA DEPT OF TRANSPORTATION 5.70 436195 05/11/2023 VERO BEACH HIGH SCHOOL 439.00 436196 05/11/2023 FLORIDA POWER AND LIGHT 1,396.05 436197 05/11/2023 FLORIDA POWER AND LIGHT 1,964.73 436198 05/11/2023 STATE ATTORNEY 14,471.29 436199 05/11/2023 CITY OF FELLSMERE 192.75 436200 05/11/2023 SUNSHINE STATE ONE CALL OF FL INC 1,667.51 436201 05/11/2023 DAVID GEE 150.00 436202 05/11/2023 MARONDA HOMES INC OF FLORIDA 75.00 436203 05/11/2023 CELICO PARTNERSHIP 1,667.43 436204 05/11/2023 NATIONAL NOTARY ASSOCIATION 106.95 436205 05/11/2023 CALIFORNIA STATE CONTROLLERS OFFICE 82.46 436206 05/11/2023 NAPIER & ROLLIN PLLC 400.00 436207 05/11/2023 CANARX GROUP INC 5,801.70 436208 05/11/2023 GRBK GHO HOMES LLC 7,264.72 436209 05/11/2023 P&A ADMINISTRATIVE SERVICES INC 489.00 436210 05/11/2023 SUPERIOR FENCE & RAIL OF THE TREASURE COAST 75.00 436211 05/11/2023 CERTUS PREMIER MEMORY CARE LIVING 150.00 436212 05/11/2023 VISITING NURSE ASSOCIATION 150.00 436213 05/11/2023 S & G PROPERTY INVESTMENTS CORP 250.00 436214 05/11/2023 VERO BEACH SPANISH CONGREGATION 500.00 436215 05/11/2023 ALS REFUNDS 196.07 436216 05/11/2023 UTIL REFUNDS 225.72 436217 05/11/2023 UTIL REFUNDS 14.43 436218 05/11/2023 UTIL REFUNDS 19.68 436219 05/11/2023 UTIL REFUNDS 30.86 436220 05/11/2023 UTIL REFUNDS 345.00 436221 05/11/2023 UTIL REFUNDS 455.31 436222 05/11/2023 UTIL REFUNDS 87.84 436223 05/11/2023 UTIL REFUNDS 47.82 436224 05/11/2023 UTIL REFUNDS 33.00 436225 05/11/2023 UTIL REFUNDS 339.13 436226 05/11/2023 UTIL REFUNDS 259.71 436227 05/11/2023 UTIL REFUNDS 70.74 436228 05/11/2023 UTIL REFUNDS 88.04 436229 05/11/2023 UTIL REFUNDS 205.87 436230 05/11/2023 UTIL REFUNDS 47.00 436231 05/11/2023 UTIL REFUNDS 89.52 436232 05/11/2023 UTIL REFUNDS 35.29 436233 05/11/2023 UTIL REFUNDS 36.72 436234 05/11/2023 UTIL REFUNDS 69.63 436235 05/11/2023 UTIL REFUNDS 86.10 436236 05/11/2023 UTIL REFUNDS 91.07 436237 05/11/2023 UTIL REFUNDS 56.57 436238 05/11/2023 UTIL REFUNDS 89.23 436239 05/11/2023 UTIL REFUNDS 13.98 436240 05/11/2023 UTIL REFUNDS 25.61 436241 05/11/2023 UTIL REFUNDS 64.03 436242 05/11/2023 UTIL REFUNDS 285.14 436243 05/11/2023 UTIL REFUNDS 31.11 436244 05/11/2023 UTIL REFUNDS 21.00 436245 05/11/2023 UTIL REFUNDS 9.97 436246 05/11/2023 UTIL REFUNDS 163.65 436247 05/11/2023 UTIL REFUNDS 100.00 4A TRANS NBR DATE VENDOR AMOUNT 436248 05/11/2023 UTIL REFUNDS 6.47 436249 05/11/2023 UTIL REFUNDS 142.65 436250 05/11/2023 UTIL REFUNDS 45.94 436251 05/11/2023 UTIL REFUNDS 39.48 436252 05/11/2023 UTIL REFUNDS 28.19 436253 05/11/2023 UTIL REFUNDS 47.92 436254 05/11/2023 UTIL REFUNDS 52.08 436255 05/11/2023 UTIL REFUNDS 48.96 436256 05/11/2023 UTIL REFUNDS 55.74 436257 05/11/2023 UTIL REFUNDS 253.32 436258 05/11/2023 UTIL REFUNDS 92.01 436259 05/11/2023 UTIL REFUNDS 26.03 436260 05/11/2023 UTIL REFUNDS 65.44 436261 05/11/2023 UTIL REFUNDS 54.79 436262 05/11/2023 UTIL REFUNDS 45.35 436263 05/11/2023 UTIL REFUNDS 65.00 436264 05/11/2023 UTIL REFUNDS 14.92 436265 05/11/2023 UTIL REFUNDS 39.38 436266 05/11/2023 UTIL REFUNDS 71.39 436267 05/11/2023 UTIL REFUNDS 5.32 436268 05/11/2023 UTIL REFUNDS 45.91 436269 05/11/2023 UTIL REFUNDS 85.26 436270 05/11/2023 UTIL REFUNDS 51.72 436271 05/11/2023 UTIL REFUNDS 59.53 436272 05/11/2023 UTIL REFUNDS 119.77 436273 05/11/2023 UTIL REFUNDS 76.02 436274 05/11/2023 UTIL REFUNDS 82.86 436275 05/11/2023 UTIL REFUNDS 59.84 436276 05/11/2023 UTIL REFUNDS 48.99 436277 05/11/2023 UTIL REFUNDS 71.05 436278 05/11/2023 UTIL REFUNDS 46.34 436279 05/11/2023 UTIL REFUNDS 82.38 436280 05/11/2023 UTIL REFUNDS 54.03 436281 05/11/2023 UTIL REFUNDS 79.73 436282 05/11/2023 UTIL REFUNDS 37.47 436283 05/11/2023 UTIL REFUNDS 93.51 436284 05/11/2023 UTIL REFUNDS 34.53 436285 05/11/2023 UTIL REFUNDS 15.77 436286 05/11/2023 UTIL REFUNDS 43.83 436287 05/11/2023 UTIL REFUNDS 127.54 436288 05/11/2023 UTIL REFUNDS 133.64 436289 05/11/2023 UTIL REFUNDS 44.58 436290 05/11/2023 UTIL REFUNDS 87.03 436291 05/11/2023 UTIL REFUNDS 62.96 436292 05/11/2023 UTIL REFUNDS 33.30 436293 05/11/2023 UTIL REFUNDS 26.57 436294 05/11/2023 UTIL REFUNDS 47.71 436295 05/11/2023 UTIL REFUNDS 46.50 436296 05/11/2023 UTIL REFUNDS 191.84 436297 05/11/2023 UTIL REFUNDS 81.42 436298 05/11/2023 UTIL REFUNDS 45.94 436299 05/11/2023 UTIL REFUNDS 7.76 436300 05/11/2023 UTIL REFUNDS 78.68 436301 05/11/2023 UTIL REFUNDS 81.73 436302 05/11/2023 UTIL REFUNDS 8.95 436303 05/11/2023 UTIL REFUNDS 82.99 436304 05/11/2023 UTIL REFUNDS 71.18 436305 05/11/2023 UTIL REFUNDS 45.84 436306 05/11/2023 UTIL REFUNDS 32.71 436307 05/11/2023 UTIL REFUNDS 33.99 2 78 TRANS NBR DATE VENDOR AMOUNT 436308 05/11/2023 UTIL REFUNDS 48.61 436309 05/11/2023 UTIL REFUNDS 12.26 436310 05/11/2023 UTIL REFUNDS 26.51 436311 05/11/2023 UTIL REFUNDS 78.68 436312 05/11/2023 UTIL REFUNDS 138.62 436313 05/11/2023 UTIL REFUNDS 38.30 436314 05/11/2023 UTIL REFUNDS 9.44 436315 05/11/2023 CLEMENTS PEST CONTROL 4,900.00 436316 05/11/2023 PORT CONSOLIDATED INC 1,295.01 436317 05/11/2023 COMMUNICATIONS INTERNATIONAL 164.59 436318 05/11/2023 LENGEMANN CORP 357.94 436319 05/11/2023 RANGER CONSTRUCTION IND INC 226.16 436320 05/11/2023 VERO CHEMICAL DISTRIBUTORS INC 460.65 436321 05/11/2023 RICOH USA INC 56.83 436322 05/11/2023 SAFETY PRODUCTS INC 5,211.30 436323 05/11/2023 INDIAN RIVER BATTERY 799.95 436324 05/11/2023 GRAINGER 6,425.82 436325 05/11/2023 KELLY TRACTOR CO 8,580.00 436326 05/11/2023 APPLE INDUSTRIAL SUPPLY CO 559.60 436327 05/11/2023 HACH CO 610.83 436328 05/11/2023 LFI FORT PIERCE INC 1,726.71 436329 05/11/2023 LFI FORT PIERCE INC 3,812.16 436330 05/11/2023 CLIFF BERRY INC 253.85 436331 05/11/2023 AMAZON HOSE & RUBBER COMPANY 227.03 436332 05/11/2023 EXPRESS REEL GRINDING INC 990.00 436333 05/11/2023 DELL MARKETING LP 3,065.00 436334 05/11/2023 MIDWEST TAPE LLC 5,752.27 436335 05/11/2023 PRECISION CONTRACTING SERVICES INC 26,376.00 436336 05/11/2023 CENGAGE LEARNING INC 47.98 436337 05/11/2023 BOYS & GIRLS CLUB OF INDIAN 10,000.00 436338 05/11/2023 PING INC 1,310.37 436339 05/11/2023 ROGER J NICOSIA 880.00 436340 05/11/2023 CITY OF VERO BEACH 952.09 436341 05/11/2023 INDIAN RIVER ALL FAB INC 1,395.70 436342 05/11/2023 HOME DEPOT USA INC 326.32 436343 05/11/2023 AT&T CORP 1,392.57 436344 05/11/2023 LIVINGSTON PAGE 100.00 436345 05/11/2023 JANITORIAL DEPOT OF AMERICA INC 395.91 436346 05/11/2023 TREASURE COAST HOMELESS SERVICES 16,449.20 436347 05/11/2023 ROGER CLEVELAND GOLF INC 1,971.40 436348 05/11/2023 ACUSHNET COMPANY 2,007.24 436349 05/11/2023 ST JOHNS RIVER WATER MGMT DISTRICT 270.00 436350 05/11/2023 WEST PUBLISHING CORPORATION 202.32 436351 05/11/2023 FEDERAL EXPRESS CORP 5.38 436352 05/11/2023 CENTRAL A/C & REFRIGERATION SUPPLY INC 3,390.00 436353 05/11/2023 CALLAWAY GOLF SALES COMPANY 2,284.58 436354 05/11/2023 FLORIDA POWER AND LIGHT 69,051.90 436355 05/11/2023 TAYLOR MADE GOLF CO INC 441.84 436356 05/11/2023 TREASURE COAST SPORTS COMMISSION INC 2,083.33 436357 05/11/2023 GREY HOUSE PUBLISHING 514.05 436358 05/11/2023 GIFFORD COMMUNITY CENTER 3,437.20 436359 05/11/2023 HENRY SMITH 100.00 436360 05/11/2023 ELXSI INC 2,175.72 436361 05/11/2023 PRICEWATERHOUSECOOPERS LLP 22,500.00 436362 05/11/2023 FLORIDA DEPT OF BUSINESS & PROF 300.00 436363 05/11/2023 BRIDGESTONE AMERICAS INC 1,969.54 436364 05/11/2023 PELICAN ISLAND AUDUBON SOCIETY INC 8,532.14 436365 05/11/2023 HULETT ENVIRONMENTAL SERVICES 38.50 436366 05/11/2023 CINTAS CORPORATION NO 2 148.55 436367 05/11/2023 SOUTHERN JANITOR SUPPLY INC 299.23 79 TRANS NBR DATE VENDOR AMOUNT 436368 05/11/2023 OCLC ONLINE COMPUTER LIBRARY CENTER 500.20 436369 05/11/2023 GLOVER OIL COMPANY INC 47,490.89 436370 05/11/2023 GERELCOM INC 37,234.60 436371 05/11/2023 ARDAMAN & ASSOCIATES INC 1,133.00 436372 05/11/2023 CONSOLIDATED ELECTRICAL DISTRIBUTORS INC 2,137.08 436373 05/11/2023 FLORIDA HOUSING COALITION INC 200.00 436374 05/11/2023 REDLANDS CHRISTIAN MIGRANT ASSOC 4,698.75 436375 05/11/2023 TRADEWINDS POWER CORP 1,315.73 436376 05/11/2023 TREASURE COAST FOOD BANK INC 190.99 436377 05/11/2023 NICOLACE MARKETING INC 2,082.80 436378 05/11/2023 OVERDRIVE INC 4,142.68 436379 05/11/2023 ALAN JAY FORD LINCOLN MERCURY INC 33,784.00 436380 05/11/2023 CARDINAL HEALTH 110 INC 28.45 436381 05/11/2023 MUNICIPAL EMERGENCY SERVICES INC 490.89 436382 05/11/2023 BURNETT LIME CO INC 7,569.60 436383 05/11/2023 CHEMTRADE CHEMICALS CORPORTATION 4,694.61 436384 05/11/2023 SYLVIA MILLER 1,443.00 436385 05/11/2023 ANDERSEN ANDRE CONSULTING ENGINEERS INC 3,596.00 436386 05/11/2023 CATHEDRAL CORPORATION 1,380.95 436387 05/11/2023 SITEONE LANDSCAPE SUPPLY HOLDINGS LLC 432.10 436388 05/11/2023 BARSALOU VENTURES LLC 1,330.00 436389 05/11/2023 EASTERN PIPELINE CONSTRUCTION INC 7,100.00 436390 05/11/2023 CDW LLC 5,431.91 436391 05/11/2023 DEBBIE CARSON 125.00 436392 05/11/2023 RHOADES AIR & HEAT 3,607.00 436393 05/11/2023 BETH NOLAN 330.00 436394 05/11/2023 RELX INC 426.40 436395 05/11/2023 CORE & MAIN LP 1,434.60 436396 05/11/2023 WOERNER AGRIBUSINESS LLC 152.00 436397 05/11/2023 BOTTOMS UP BEVERAGE OF FLORIDA LLC 1,504.00 436398 05/11/2023 TRAFFIC SUPPLIES & DISTRIBUTION LLC 11,895.00 436399 05/11/2023 ENGINEERED SERVICES INC 420.00 436400 05/11/2023 VISTA OUTDOOR SALES LLC 868.22 436401 05/11/2023 HINTERLAND GROUP INC 82,789.22 436402 05/11/2023 AMAZON CAPITAL SERVICES INC 2,993.36 436403 05/11/2023 PACE ANALYTICAL SERVICES LLC 102.90 436404 05/11/2023 JORDAN POWER EQUIPMENT CORP 133.97 436405 05/11/2023 LIBERTY TIRE RECYCLING LLC 2,117.00 436406 05/11/2023 PC SOLUTIONS & INTEGRATION INC 7,428.36 436407 05/11/2023 DERECK R PRINCE 225.00 436408 05/11/2023 MULLINAX FORD OF VERO BEACH 1,090.89 436409 05/11/2023 JUDITH A BURLEY 441.50 436410 05/11/2023 SEBASTIAN RIVER ROWING INC 600.00 436411 05/11/2023 DAVID F DELUCA 300.00 436412 05/11/2023 KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 1,335.45 436413 05/11/2023 TREASURE COAST PERCUSSION 150.00 436414 05/11/2023 BLUE GOOSE CONSTRUCTION LLC 3,899.17 436415 05/11/2023 ORCHARD GROVE VENTURE LLC 600.00 436416 05/11/2023 STAPLES INC 430.71 436417 05/11/2023 LOWES COMPANIES INC 1,776.35 436418 05/11/2023 SMI TRADING LLC 149.46 436419 05/11/2023 TOTAL GOLF CART LLC 1,312.14 436420 05/11/2023 KELE INC 95.01 436421 05/11/2023 ROBERT A HUDSON 75.00 436422 05/11/2023 THEODORE SEMI 75.00 436423 05/11/2023 QUADMED INC 66.30 436424 05/11/2023 ESO SOLUTIONS INC 76,814.42 436425 05/11/2023 ATLAS COPCO USA HOLDING INC 1,009.97 436426 05/11/2023 BRITTON INDUSTRIES INC 183.65 436427 05/11/2023 JUNIPER LANDSCAPING OF FLORIDA LLC 3,649.00 4 80 TRANS NBR DATE VENDOR AMOUNT 436428 05/11/2023 HIREQUEST LLC 3,428.27 436429 05/11/2023 PETERBILT STORE SOUTH FLORIDA LLC 817.55 436430 05/11/2023 PETERBILT STORE SOUTH FLORIDA LLC 1,619.65 436431 05/11/2023 A TEAM OF THE TREASURE COAST INC 860.00 436432 05/11/2023 CER SIGNATURE CLEANING LLC 2,000.00 436433 05/11/2023 SCOTT B MCKINLEY 25.00 436434 05/11/2023 WESTERN OILFIELDS SUPPLY COMPANY 2,200.00 436435 05/11/2023 SHRIEVE CHEMICAL CO LLC 4,355.76 436436 05/11/2023 BTAC HOLDING CORP 3,975.49 436437 05/11/2023 FS.COM INC 26.00 436438 05/11/2023 CRYSTAL MCANELLY DIVERS 130.00 436439 05/11/2023 SEVEN ISLES CAPITAL 300.00 436440 05/11/2023 RONALD MARASCO SR 50.00 436441 05/11/2023 JEFFERY HOGUES 2,050.00 436442 05/11/2023 KERNER LLC 4,785.00 436443 05/11/2023 BLUE ARBOR INC 792.68 436444 05/11/2023 TAYLOR NELSON AUXIER 50.00 436445 05/11/2023 SUNCOAST RESEARCH LABS INC 1,515.00 436446 05/11/2023 ISO CLAIMS SERVICES INC 735.10 436447 05/11/2023 DONNA W ROBERTS 120.00 436448 05/11/2023 EMPIRE PIPE & SUPPLY COMPANY INC 4,738.50 436449 05/11/2023 JORDAN PARKER 25.00 436450 05/11/2023 NICOLE ALBANO 300.00 436451 05/11/2023 ARTHUR J MALTY 50.00 436452 05/11/2023 MIKEL KINNEY RUYLE 70.00 436453 05/11/2023 JOHN DIGIACOMO 50.00 436454 05/11/2023 COMMUNICATIONS INTERNATIONAL 29,962.11 436455 05/11/2023 INTERNATIONAL GOLF MAINTENANCE INC 990.00 436456 05/11/2023 KRAUS ASSOCIATES INC 23,475.00 436457 05/11/2023 ANFIELD CONSULTING GROUP INC 10,000.00 436458 05/11/2023 ANDERSEN ANDRE CONSULTING ENGINEERS INC 5,974.00 436459 05/11/2023 GRAY MATTER SYSTEMS LLC 6,517.95 436460 05/11/2023 WEX HEALTH INC 995.00 436461 05/11/2023 KATE PRIEST LCSW LLC 5,000.00 436462 05/11/2023 FLORIDA ASSOCIATION OF COUNTIES INC 400.00 436463 05/11/2023 BRE-CLEARWATER OWNER LLC 179.00 436464 05/11/2023 FLORIDA LIBRARY ASSOCIATION 189.00 436465 05/11/2023 UNIVERSITY OF FLORIDA 550.00 436466 05/11/2023 HIMANSHU MEHTA 119.83 436467 05/11/2023 DAVID SILON 175.00 436468 05/11/2023 VEGA, MIM LUIS 225.02 436469 05/11/2023 BRIAN FREEMAN 93.99 436470 05/11/2023 SUSAN ADAMS 43.97 436471 05/11/2023 SUE FLAK 41.00 436472 05/11/2023 ABOUT PHASE ACADEMY LLC 375.00 436473 05/11/2023 JORDAN MONTEROSSO 45.75 436474 05/11/2023 ROBERT TOBAR 124.16 436475 05/11/2023 SANDRA HEBELER 118.51 436476 05/11/2023 JILL BROWN 133.01 436477 05/11/2023 TIM WRZESINSKI 42.28 436478 05/11/2023 RON T JONES 137.12 Grand Total: 773,548.05 81 RENTAL ASSISTANCE CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 902659 05/11/2023 GRACES LANDING LTD 513.00 902660 05/11/2023 THE PALMS AT VERO BEACH 153.00 902661 05/11/2023 STARWOOD REIT OPERATING PARTNERSHIP LP 630.00 902662 05/11/2023 COLUMBUS METROPOLITAN HOUSING AUTHORITY 2,241.82 Grand Total: 3,537.82 82 ELECTRONIC PAYMENT - VISA CARD TRANS. NBR DATE VENDOR AMOUNT 1020587 05/05/2023 OFFICE DEPOT INC 2,314.22 1020588 05/05/2023 COMCAST 342.60 1020589 05/05/2023 WASTE MANAGEMENT INC OF FLORIDA 1,489.47 1020590 05/08/2023 AT&T CORP 6.87 1020591 05/08/2023 AT&T CORP 5.29 1020592 05/08/2023 OFFICE DEPOT INC 130.22 1020593 05/08/2023 FLORIDA DEPT OF ENVIRONMENTAL PROTECTION 500.00 1020594 05/08/2023 FLORIDA DEPT OF ENVIRONMENTAL PROTECTION 500.00 1020595 05/08/2023 COMCAST 218.45 1020596 05/08/2023 WASTE MANAGEMENT INC OF FLORIDA 615.93 1020597 05/10/2023 AT&T CORP 971.00 1020598 05/10/2023 OFFICE DEPOT INC 1,742.33 1020599 05/11/2023 UNIVERSAL SIGNS & ACCESSORIES 528.00 1020600 05/11/2023 INDIAN RIVER OXYGEN INC 5,126.50 1020601 05/11/2023 RING POWER CORPORATION 13,281.40 1020602 05/11/2023 DEMCOINC 75.99 1020603 05/11/2023 MEEKS PLUMBING INC 296.00 1020604 05/11/2023 IRRIGATION CONSULTANTS UNLIMITED INC 229.83 1020605 05/11/2023 GROVE WELDERS INC 4,202.89 1020606 05/11/2023 AUTO PARTNERS LLC 388.68 1020607 05/11/2023 UNIFIRST CORPORATION 155.69 1020608 05/11/2023 UNIFIRST CORPORATION 3,105.53 1020609 05/11/2023 NEXAIR LLC 57.85 1020610 05/11/2023 EFE INC 1,775.23 1020611 05/11/2023 CARLON INC 489.80 1020612 05/11/2023 WASTE MANAGEMENT INC OF FLORIDA 1,288.53 Grand Total: 39,838.30 83 ELECTRONIC PAYMENTS - WIRE & ACH TRANS NBR DATE VENDOR AMOUNT 10487 05/05/2023 KIMLEY HORN & ASSOC INC 226,835.34 10488 05/05/2023 FIDELITY SECURITY LIFE INSURANCE COMPANY 4,742.02 10489 05/05/2023 APTIM CORP 21,681.36 10490 05/05/2023 APTIM CORP 23,654.40 10491 05/05/2023 ATLAS ORGANICS INDIAN RIVER LLC 300,364.12 10492 05/05/2023 HALLEY ENGINEERING CONTRACTORS INC 319,894.46 10493 05/08/2023 CITY OF SEBASTIAN 32,893.72 10494 05/08/2023 TIMOTHY ROSE CONTRACTING INC 236,343.81 10495 05/08/2023 WRIGHT EXPRESS FSC 31,670.27 10496 05/08/2023 HEALTH ADVOCATE SOLUTIONS INC 3,521.70 10497 05/09/2023 KIMLEY HORN & ASSOC INC 112,314.05 10498 05/09/2023 VEROTOWN LLC 5,000.00 10499 05/10/2023 MUTUAL OF OMAHA 19,706.10 10500 05/10/2023 MUTUAL OF OMAHA 24,847.51 10501 05/11/2023 PUBLIC DEFENDER 11,902.42 10502 05/11/2023 FLORIDA DEPARTMENT OF REVENUE 2,374.52 10503 05/11/2023 FLORIDA DEPARTMENT OF REVENUE 2,264.88 10504 05/11/2023 FLORIDA DEPARTMENT OF REVENUE 35,477.97 10505 05/11/2023 FLORIDA DEPARTMENT OF REVENUE 1,664.31 Grand Total: 1,417,152.96 84 JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801 27`h Street Vero Beach, FL 32960 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, CHIEF DEPUTY OF FINANCE THRU: JEFFREY R. SMITH, COMPTROLLER DATE: May 18, 2023 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS May 12, 2023 to May 18, 2023 In compliance with Chapter 136.06, Florida Statutes, all checks and electronic payments issued by the Board of County Commissioners are to be recorded in the Board minutes. Approval is requested for the attached lists of checks and electronic payments, issued by the Comptroller's office, for the time period of May 12, 2023 to May 18, 2023. 85 CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 436479 05/12/2023 CALIFORNIA STATE DISBURSEMENT UNIT 305.19 436480 05/12/2023 FLORIDA UC FUND 274.02 436481 05/12/2023 AMERITAS 34,848.12 436482 05/12/2023 COMMONWEALTH OF MASSACHUSETTS 154.00 436483 05/12/2023 NORTH DAKOTA CHILD SUPPORT 228.47 436484 05/18/2023 AT&T WIRELESS 172.92 436485 05/18/2023 AT&T WIRELESS 926.99 436486 05/18/2023 AT&T WIRELESS 345.84 436487 05/18/2023 AT&T WIRELESS 296.33 436488 05/18/2023 AT&T WIRELESS 771.33 436489 05/18/2023 AT&T WIRELESS 297.60 436490 05/18/2023 AT&T WIRELESS 147.92 436491 05/18/2023 AT&T WIRELESS 157.28 436492 05/18/2023 AT&T WIRELESS 926.39 436493 05/18/2023 CLERK OF CIRCUIT COURT 259.76 436494 05/18/2023 CLERK OF CIRCUIT COURT 996.00 436495 05/18/2023 AT&T CORP 764.93 436496 05/18/2023 BLUE CROSS & BLUE SHIELD OF FLORIDA INC 7,297.56 436497 05/18/2023 INDIAN RIVER COUNTY UTILITIES 300.00 436498 05/18/2023 BLUE CROSS BLUE SHIELD 506.25 436499 05/18/2023 CELICO PARTNERSHIP 5,183.75 436500 05/18/2023 THE LAW OFFICES OF 2,587.50 436501 05/18/2023 SUNSHINE HEALTH PLAN MEDICAID 84.92 436502 05/18/2023 HIREQUEST LLC 7,151.73 436503 05/18/2023 BLUETARP FINANCIAL INC 51.84 436504 05/18/2023 ALS REFUNDS 44.00 436505 05/18/2023 ALS REFUNDS 25.00 436506 05/18/2023 ALS REFUNDS 104.11 436507 05/18/2023 ALS REFUNDS 209.75 436508 05/18/2023 ALS REFUNDS 26.72 436509 05/18/2023 ALS REFUNDS 44.98 436510 05/18/2023 ALS REFUNDS 460.00 436511 05/18/2023 ALS REFUNDS 118.12 436512 05/18/2023 ALS REFUNDS 201.73 436513 05/18/2023 ALS REFUNDS 100.00 436514 05/18/2023 ALS REFUNDS 24.43 436515 05/18/2023 ALS REFUNDS 5.60 436516 05/18/2023 ALS REFUNDS 587.60 436517 05/18/2023 ALS REFUNDS 693.63 436518 05/18/2023 ALS REFUNDS 190.78 436519 05/18/2023 ALS REFUNDS 136.22 436520 05/18/2023 ALS REFUNDS 107.66 436521 05/18/2023 ALS REFUNDS 9.50 436522 05/18/2023 ALS REFUNDS 104.98 436523 05/18/2023 ALS REFUNDS 6.79 436524 05/18/2023 ALS REFUNDS 7.50 436525 05/18/2023 ALS REFUNDS 54.86 436526 05/18/2023 ALS REFUNDS 115.85 436527 05/18/2023 ALS REFUNDS 212.60 436528 05/18/2023 UTIL REFUNDS 32.88 436529 05/18/2023 UTIL REFUNDS 33.28 436530 05/18/2023 UTIL REFUNDS 82.97 436531 05/18/2023 UTIL REFUNDS 48.72 436532 05/18/2023 UTIL REFUNDS 50.82 436533 05/18/2023 UTIL REFUNDS 28.72 436534 05/18/2023 UTIL REFUNDS 32.04 436535 05/18/2023 UTIL REFUNDS 344.89 436536 05/18/2023 UTIL REFUNDS 38.07 86 TRANS NBR DATE VENDOR AMOUNT 436537 05/18/2023 UTIL REFUNDS 68.12 436538 05/18/2023 UTIL REFUNDS 69.55 436539 05/18/2023 UTIL REFUNDS 141.50 436540 05/18/2023 UTIL REFUNDS 75.68 436541 05/18/2023 UTIL REFUNDS 71.95 436542 05/18/2023 UTIL REFUNDS 51.37 436543 05/18/2023 UTIL REFUNDS 165.48 436544 05/18/2023 UTIL REFUNDS 71.90 436545 05/18/2023 UTIL REFUNDS 48.00 436546 05/18/2023 UTIL REFUNDS 27.67 436547 05/18/2023 UTIL REFUNDS 82.40 436548 05/18/2023 UTIL REFUNDS 52.73 436549 05/18/2023 UTIL REFUNDS 6.03 436550 05/18/2023 UTIL REFUNDS 8.37 436551 05/18/2023 UTIL REFUNDS 24.27 436552 05/18/2023 UTIL REFUNDS 43.76 436553 05/18/2023 UTIL REFUNDS 64.57 436554 05/18/2023 UTIL REFUNDS 93.69 436555 05/18/2023 UTIL REFUNDS 5.79 436556 05/18/2023 UTIL REFUNDS 36.24 436557 05/18/2023 UTIL REFUNDS 115.77 436558 05/18/2023 UTIL REFUNDS 63.04 436559 05/18/2023 UTIL REFUNDS 71.96 436560 05/18/2023 UTIL REFUNDS 9.58 436561 05/18/2023 UTIL REFUNDS 129.26 436562 05/18/2023 UTIL REFUNDS 17.32 436563 05/18/2023 UTIL REFUNDS 71.41 436564 05/18/2023 UTIL REFUNDS 74.76 436565 05/18/2023 UTIL REFUNDS 88.88 436566 05/18/2023 UTIL REFUNDS 62.84 436567 05/18/2023 UTIL REFUNDS 77.12 436568 05/18/2023 UTIL REFUNDS 45.33 436569 05/18/2023 UTIL REFUNDS 84.93 436570 05/18/2023 UTIL REFUNDS 81.20 436571 05/18/2023 UTIL REFUNDS 22.68 436572 05/18/2023 UTIL REFUNDS 79.46 436573 05/18/2023 UTIL REFUNDS 528.09 436574 05/18/2023 UTIL REFUNDS 50.00 436575 05/18/2023 UTIL REFUNDS 179.26 436576 05/18/2023 BARTH CONSTRUCTION INC 80,234.62 436577 05/18/2023 EDLUND DRITENBAS BINKLEYARCHITECTS 4,580.00 436578 05/18/2023 STATE OF FLORIDA DEPT OF COM AFFAIRS 13,061.45 436579 05/18/2023 INTERNATIONAL GOLF MAINTENANCE INC 111,444.25 436580 05/18/2023 GFA INTERNATIONAL INC 1,508.00 436581 05/18/2023 THE TRANSIT GROUP INC 12,058.59 436582 05/18/2023 BOWMAN CONSULTING GROUP LTD 787.50 436583 05/18/2023 J -MAC CLEANING SERVICES INC 5,591.66 436584 05/18/2023 CLEAN SPACE INC 15,995.96 436585 05/18/2023 ALLEN CONCRETE & MASONRY INC 50.00 436586 05/18/2023 OHLA USA INC 70,630.14 436587 05/18/2023 FLORIDA WATER & POLLUTION CONTROL 130.00 436588 05/18/2023 FLORIDA WATER & POLLUTION CONTROL 130.00 436589 05/18/2023 BUILDING OFFICIALS ASSOC OF FLORIDA 549.00 436590 05/18/2023 BUILDING OFFICIALS ASSOC OF FLORIDA 549.00 436591 05/18/2023 BUILDING OFFICIALS ASSOC OF FLORIDA 649.00 436592 05/18/2023 KARI CUNDIFF 75.00 436593 05/18/2023 BRIAN FREEMAN 75.00 436594 05/18/2023 JACQUELINE MEANS 176.52 436595 05/18/2023 DAPHNE DRISKELL 97.46 436596 05/18/2023 MICHAEL STAUDT 608.00 [31A TRANS NBR DATE VENDOR AMOUNT 436597 05/18/2023 ROBERT TOBAR 96.96 436598 05/18/2023 JOSE VEGA 225.02 436599 05/18/2023 REBECA GUERRA 129.50 436600 05/18/2023 ERIN SAWYER 160.00 436601 05/18/2023 HOWARD RICHARDS 118.96 436602 05/18/2023 JOHN TITKANICH 575.00 436603 05/18/2023 CLEMENTS PEST CONTROL 125.00 436604 05/18/2023 PORT CONSOLIDATED INC 791.30 436605 05/18/2023 STURGIS LUMBER & PLYWOOD CO 617.19 436606 05/18/2023 SUNCOAST WELDING SUPPLIES INC 82.89 436607 05/18/2023 COMMUNICATIONS INTERNATIONAL 3,342.00 436608 05/18/2023 SSES INC 568.00 436609 05/18/2023 LENGEMANN CORP 63.50 436610 05/18/2023 RANGER CONSTRUCTION IND INC 905.52 436611 05/18/2023 VERO CHEMICAL DISTRIBUTORS INC 2,129.25 436612 05/18/2023 SAFETY PRODUCTS INC 937.68 436613 05/18/2023 DATA FLOW SYSTEMS INC 109,882.00 436614 05/18/2023 E -Z BREW COFFEE & BOTTLE WATER SVC 58.00 436615 05/18/2023 INDIAN RIVER BATTERY 1,238.75 436616 05/18/2023 GRAINGER 534.26 436617 05/18/2023 KELLY TRACTOR CO 1,779.73 436618 05/18/2023 GRAYBAR ELECTRIC CO INC 289.83 436619 05/18/2023 WILD LAND ENTERPRISES INC 215.40 436620 05/18/2023 HACH CO 3,056.00 436621 05/18/2023 CLIFF BERRY INC 252.75 436622 05/18/2023 SMITH BROTHERS CONTRACTING EQUIP 1,925.38 436623 05/18/2023 BOUND TREE MEDICAL LLC 9,523.56 436624 05/18/2023 EXPRESS REEL GRINDING INC 37,500.00 436625 05/18/2023 TIRESOLES OF BROWARD INC 1,687.24 436626 05/18/2023 ABCO GARAGE DOOR CO INC 256.50 436627 05/18/2023 UTILITY SERVICE CO INC 1,476.00 436628 05/18/2023 BARNEYS PUMP INC 30,910.00 436629 05/18/2023 ODYSSEY MANUFACTURING CO 15,545.25 436630 05/18/2023 K & M ELECTRIC SUPPLY INC 25.69 436631 05/18/2023 GO COASTAL INC 119.25 436632 05/18/2023 CLERK OF CIRCUIT COURT 133.40 436633 05/18/2023 CITY OF VERO BEACH 3,916.45 436634 05/18/2023 INDIAN RIVER ALL FAB INC 245.13 436635 05/18/2023 HOME DEPOT USA INC 758.26 436636 05/18/2023 EBSCO INDUSTRIES INC 16,642.52 436637 05/18/2023 LIVINGSTON PAGE 75.00 436638 05/18/2023 FEDERAL EXPRESS CORP 58.33 436639 05/18/2023 CENTRAL A/C & REFRIGERATION SUPPLY INC 179.47 436640 05/18/2023 TYLER TECHNOLOGIES INC 258,741.04 436641 05/18/2023 COMO OIL COMPANY OF FLORIDA 523.92 436642 05/18/2023 FLORIDA POWER AND LIGHT 21,417.74 436643 05/18/2023 FLORIDA POWER AND LIGHT 7,265.77 436644 05/18/2023 THOMAS S LOWTHER FUNERAL HOME CORP 425.00 436645 05/18/2023 CITY OF FELLSMERE 278.88 436646 05/18/2023 PEACE RIVER ELECTRIC COOP INC 239.58 436647 05/18/2023 NEW HORIZONS OF THE TREASURE COAST 29,379.50 436648 05/18/2023 LANGUAGE LINE SERVICES INC 537.27 436649 05/18/2023 COMPLETE ELECTRIC INC 1,340.00 436650 05/18/2023 FLORIDA DEPT OF ENVIRONMENTAL PROTECTION 11,700.00 436651 05/18/2023 SHERILEE D PARSELL 667.80 436652 05/18/2023 ESRI INC 1,702.00 436653 05/18/2023 HENRY SMITH 75.00 436654 05/18/2023 IRONSIDE PRESS LLC 797.46 436655 05/18/2023 FLORIDA ENGINEERING SOCIETY 210.00 436656 05/18/2023 BRIDGESTONE AMERICAS INC 1,576.20 88 TRANS NBR DATE VENDOR AMOUNT 436657 05/18/2023 VERO BEACH ROOFING INC 9,650.00 436658 05/18/2023 RECHTIEN INTERNATIONAL TRUCKS 27,923.85 436659 05/18/2023 TRANE US INC 53,687.32 436660 05/18/2023 HULETT ENVIRONMENTAL SERVICES 631.50 436661 05/18/2023 ELECTRONIC ACCESS SPECIALIST 305.66 436662 05/18/2023 SYNAGRO-WWT INC 69,361.04 436663 05/18/2023 THE SHERWIN WILLIAMS CO 239.84 436664 05/18/2023 SOUTHERN JANITOR SUPPLY INC 1,297.30 436665 05/18/2023 GLOVER OIL COMPANY INC 69,146.50 436666 05/18/2023 SEBASTIAN RIVER AREA CHAMBER OF COMMERCE 15,487.34 436667 05/18/2023 C W NIELSEN MFG CORP 405.00 436668 05/18/2023 LARRY STEPHENS 150.00 436669 05/18/2023 GERELCOM INC 39,393.80 436670 05/18/2023 CONSOLIDATED ELECTRICAL DISTRIBUTORS INC 74.92 436671 05/18/2023 JOHNNY B SMITH 255.00 436672 05/18/2023 SIMS CRANE & EQUIPMENT CO 1,027.65 436673 05/18/2023 PETER J CASSARA 4,250.00 436674 05/18/2023 DIANE ANGELO 1,000.00 436675 05/18/2023 AFFORDABLE WATER & COFFEE SVC 45.00 436676 05/18/2023 SOUTHEAST SECURE SHREDDING 173.32 436677 05/18/2023 TREASURE COAST FOOD BANK INC 132.13 436678 05/18/2023 DANA SAFETY SUPPLY INC 160.78 436679 05/18/2023 FLEETBOSS GLOBAL POSITIONING SOLUTIONS INC 58.95 436680 05/18/2023 NICOLACE MARKETING INC 6,079.00 436681 05/18/2023 LAKESIDE EQUIPMENT CORPORATION 1,296.00 436682 05/18/2023 HELPING ANIMALS LIVE-OVERCOME 8.00 436683 05/18/2023 BRENNTAG MID-SOUTH INC 13,309.71 436684 05/18/2023 STAT MEDICAL DISPOSAL INC 500.00 436685 05/18/2023 VERO BEACH PARTNERSHIP 400.00 436686 05/18/2023 CARDINAL HEALTH 110 INC 579.12 436687 05/18/2023 MUNICIPAL EMERGENCY SERVICES INC 482.95 436688 05/18/2023 BURNETT LIME CO INC 11,337.80 436689 05/18/2023 BSN SPORTS INC 5,000.00 436690 05/18/2023 CHEMTRADE CHEMICALS CORPORTATION 4,693.93 436691 05/18/2023 COAST TO COAST COMPUTER PRODUCTS INC 499.94 436692 05/18/2023 THE LAW OFFICES OF 3,958.75 436693 05/18/2023 STS MAINTAIN SERVICES INC 10,774.10 436694 05/18/2023 HAWKINS INC 1,575.00 436695 05/18/2023 THE TRANSIT GROUP INC 3,982.44 436696 05/18/2023 CATHEDRAL CORPORATION 876.28 436697 05/18/2023 CDA SOLUTIONS INC 180.00 436698 05/18/2023 SITEONE LANDSCAPE SUPPLY HOLDINGS LLC 1,188.34 436699 05/18/2023 HYDROMAX USA LLC 16,380.00 436700 05/18/2023 BARSALOU VENTURES LLC 1,758.87 436701 05/18/2023 ADVANCE STORES COMPANY INCORPORATED 33.06 436702 05/18/2023 WURTH USA INC 114.70 436703 05/18/2023 FLORIDA EAST COAST HOLDINGS CORP 5,901.00 436704 05/18/2023 EASTERN PIPELINE CONSTRUCTION INC 522.50 436705 05/18/2023 MATHESON TRI-GAS INC 5,200.00 436706 05/18/2023 COLE AUTO SUPPLY INC 1,363.24 436707 05/18/2023 KREMEDY LLC 3,500.00 436708 05/18/2023 RHOADES AIR & HEAT 230.00 436709 05/18/2023 RHOADES AIR & HEAT 9,300.00 436710 05/18/2023 KONICA MINOLTA BUSINESS SOLUTIONS 1,134.31 436711 05/18/2023 CORE & MAIN LP 1,543.00 436712 05/18/2023 WOERNER AGRIBUSINESS LLC 152.00 436713 05/18/2023 DIRECTV GROUP INC 97.14 436714 05/18/2023 HINTERLAND GROUP INC 62,644.33 436715 05/18/2023 SEA COAST AIR CONDITIONING & SHEET METAL INC 169.00 436716 05/18/2023 AMAZON CAPITAL SERVICES INC 3,579.44 4 89 TRANS NBR DATE VENDOR AMOUNT 436717 05/18/2023 PACE ANALYTICAL SERVICES LLC 453.60 436718 05/18/2023 PACE ANALYTICAL SERVICES LLC 226.80 436719 05/18/2023 AMERIGAS PROPANE LP 2,398.53 436720 05/18/2023 JORDAN POWER EQUIPMENT CORP 265.86 436721 05/18/2023 CK CONTRACTORS & DEVELOPMENT LLC 200,335.51 436722 05/18/2023 LIBERTY TIRE RECYCLING LLC 9,018.20 436723 05/18/2023 MULLINAX FORD OF VERO BEACH 7,432.57 436724 05/18/2023 R&S RADIO LLC 400.00 436725 05/18/2023 KRONOS SAASHR INC 99.54 436726 05/18/2023 KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 524.28 436727 05/18/2023 DESK SPINCO INC 1,900.96 436728 05/18/2023 EFLASH NEWSLETTERS LLC 125.00 436729 05/18/2023 REARDONS FAB SHOP 900.00 436730 05/18/2023 BLUE GOOSE CONSTRUCTION LLC 7,719.74 436731 05/18/2023 ORCHARD GROVE VENTURE LLC 800.00 436732 05/18/2023 STAPLES INC 737.90 436733 05/18/2023 LOWES COMPANIES INC 2,011.04 436734 05/18/2023 SPORTS ENGINE INC 55.50 436735 05/18/2023 ROBERT A HUDSON 125.00 436736 05/18/2023 LANE MAC LEAN 2,936.00 436737 05/18/2023 THEODORE SEMI 250.00 436738 05/18/2023 QUADMED INC 379.35 436739 05/18/2023 VERO BEACH LEASED HOUSING ASSOC III LLLP 800.00 436740 05/18/2023 SOUTH FLORIDA EMERGENCY VEHICLES LLC 656.76 436741 05/18/2023 AQUATIC WEED CONTROL INC 145.00 436742 05/18/2023 BRITTON INDUSTRIES INC 325.86 436743 05/18/2023 SAMBERG CONSTRUCTION & DEVELOPMENT LLC 14,850.00 436744 05/18/2023 LAWRENCE F WALLIN 75.00 436745 05/18/2023 HIREQUEST LLC 1,098.30 436746 05/18/2023 PETERBILT STORE SOUTH FLORIDA LLC 1,672.15 436747 05/18/2023 TAKING GROUND LAWN & LANDSCAPE INC 4,575.00 436748 05/18/2023 ENVIRONMENTAL EQUIPMENT SERVICES LLC 11,635.00 436749 05/18/2023 SCOTT B MCKINLEY 25.00 436750 05/18/2023 TAKKT AMERICA HOLDING INC 1,007.54 436751 05/18/2023 GOMEZ BROTHERS CONTRACT SERVICES 540.00 436752 05/18/2023 ORCHID ISLAND CONSTRUCTION LLC 9,426.56 436753 05/18/2023 BTAC HOLDING CORP 5,241.65 436754 05/18/2023 CONSOLIDATED WATER GROUP LLC 12,155.16 436755 05/18/2023 COLLIERS INTERNATIONAL (USA) INC 14,400.00 436756 05/18/2023 SEVEN ISLES CAPITAL 683.00 436757 05/18/2023 OSCEOLA PHARMACY 175.00 436758 05/18/2023 RONALD MARASCO SR 125.00 436759 05/18/2023 MARYLIN RICHARDSON PRYOR 550.00 436760 05/18/2023 TAYLOR NELSON AUXIER 125.00 436761 05/18/2023 ANCHOR MECHANICAL INC 340.00 436762 05/18/2023 COMMUNICATIONS VENTURE CORP 20,659.34 436763 05/18/2023 PREMIER NURSERIES LLC 3,641.36 436764 05/18/2023 XEROX CORPORATION 224.72 436765 05/18/2023 XEROX CORPORATION 731.97 436766 05/18/2023 BLUETARP FINANCIAL INC 293.96 436767 05/18/2023 PRINTFLY CORPORATION 2,284.69 436768 05/18/2023 JORDAN PARKER 70.00 436769 05/18/2023 REBECA GUERRA 75.00 436770 05/18/2023 ARTHUR J MALTY 50.00 436771 05/18/2023 MIKEL KINNEY RUYLE 50.00 436772 05/18/2023 GIS WORKSHOP LLC 7,787.00 436773 05/18/2023 REAL ESTATE ANALYST LLC 33,900.00 436774 05/18/2023 JOHN DIGIACOMO 125.00 436775 05/18/2023 TECHSMITH CORPORATION 53.99 436776 05/18/2023 FIRE-DEX GW LLC 1,613.25 90 TRANS NBR DATE VENDOR AMOUNT Grand Total: 1,843,877.12 91 RENTAL ASSISTANCE CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 902663 05/18/2023 ST FRANCIS MANOR OF VERO BEACH 1,524.00 Grand Total: 1,524.00 92 ELECTRONIC PAYMENT - VISA CARD TRANS. NBR DATE VENDOR AMOUNT 1020613 05/17/2023 AT&T CORP 5,457.20 1020614 05/17/2023 OFFICE DEPOT INC 438.93 1020615 05/17/2023 COMCAST 191.85 1020616 05/17/2023 WASTE MANAGEMENT INC OF FLORIDA 477.75 1020617 05/18/2023 PARKS RENTAL & SALES INC 137.00 1020618 05/18/2023 INDIAN RIVER OXYGEN INC 116.25 1020619 05/18/2023 RING POWER CORPORATION 15,829.27 1020620 05/18/2023 GALLS LLC 2,348.75 1020621 05/18/2023 IRRIGATION CONSULTANTS UNLIMITED INC 1,111.36 1020622 05/18/2023 GROVE WELDERS INC 506.70 1020623 05/18/2023 SPINNAKER VERO INC 711.76 1020624 05/18/2023 AUTO PARTNERS LLC 6,028.17 1020625 05/18/2023 HYDRA SERVICE (S) INC 101,993.35 1020626 05/18/2023 RADWELL INTERNATIONAL INC 180.85 1020627 05/18/2023 UNIFIRST CORPORATION 52.53 1020628 05/18/2023 UNIFIRST CORPORATION 1,514.39 1020629 05/18/2023 ALLIED DIVERSIFIED OF VERO BEACH LLC 100.00 1020630 05/18/2023 NEXAIR LLC 140.48 1020631 05/18/2023 EFE INC 16,399.94 1020632 05/18/2023 TOSHIBA AMERICA BUSINESS SOLUTIONS INC 486.33 1020633 05/18/2023 CARLON INC 168.00 Grand Total: 154,390.86 93 ELECTRONIC PAYMENTS - WIRE & ACH TRANS NBR DATE VENDOR AMOUNT 10506 05/12/2023 IRC FIRE FIGHTERS ASSOC 10,269.18 10507 05/12/2023 TIMOTHY ROSE CONTRACTING INC 445,544.20 10508 05/12/2023 RX BENEFITS INC 283,644.95 10509 05/12/2023 APTIM CORP 3,942.00 10510 05/15/2023 FL SDU 3,330.96 10511 05/15/2023 IRS -PAYROLL TAXES 6,197.42 10512 05/15/2023 IRS -PAYROLL TAXES 538,788.64 10513 05/15/2023 LINCOLN RETIREMENT 97,840.00 10514 05/16/2023 IRC CHAMBER OF COMMERCE 19,110.18 10515 05/16/2023 IRC CHAMBER OF COMMERCE 57,686.31 10516 05/16/2023 IRS -PAYROLL TAXES 150.90 10517 05/18/2023 BLUE CROSS & BLUE SHIELD OF FLORIDA INC 9,464.05 10518 05/18/2023 SCHOOL DISTRICT OF I R COUNTY 75,748.00 10519 05/18/2023 MUTUAL OF OMAHA 2,767.50 Grand Total: 1,554,484.29 94 i1 JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801270' Street Vero Beach, FL 32960 Telephone: (772) 226-1516 TO: Board of County Commissioners FROM: Elissa Nagy, Chief Deputy of Finance THRU: Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller DATE: May 19, 2023 SUBJECT: Quarterly Investment Report for Quarter Ending 3/31/2023 BACKGROUND Attached to this memorandum is the composition of the investment portfolio and investment earnings for the second quarter of fiscal year 2023. This report was reviewed by our investment advisory committee on May 18, 2023. RECOMMENDATION Staff recommends that the Board of County Commissioners accept the attached Quarterly Investment Report. 95 JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801 271' Street Vero Beach, FL 32960 Telephone: (772) 226-1516 Indian River County Investment Advisory Committee Quarterly Investment Report January 1, 2023 through March 31, 2023 INVESTMENT POLICY In accordance with Section 218.415, Florida Statutes, the Board of County Commissioners adopted an Investment Policy to govern the investment of county funds by the Clerk of the Circuit Court & Comptroller. The Policy states the primary objectives of investment activities are to preserve capital and to provide sufficient liquidity to meet the cash flow needs of the county. Investment returns are secondary to the requirements for safety and liquidity. INVESTMENT ADVISORY COMMITTEE An Investment Advisory Committee meets quarterly to review the previous quarter's investment activities, evaluate current and future liquidity needs, and recommend investment strategies. The Committee consists of the County Administrator, or his designee, and a minimum of two qualified citizens with investment or financial management expertise. Kristin Daniels, Budget Director, is the County Administrator's designee. The individuals with investment expertise who have agreed to serve are: David W. Griffis, Founding Principal Vero Beach Global Advisors, Ted Libby, Senior Portfolio Manager with Cypress Capital Group; and Bill Penney, President & CEO of Marine Bank and Trust Company. Also present at the meetings are the Clerk of the Circuit Court & Comptroller, Finance Director, and Internal Audit Director. AUTHORIZED INVESTMENTS As permitted by the Investment Policy, surplus funds were invested only in the following types of investments: Federal Farm Credit Banks bonds and discount notes (FFCB), Federal Home Loan Banks bonds and discount notes (FHLB), Federal Home Loan Mortgage Corporation bonds and discount notes (FHLMC), Federal National Mortgage Association bonds and discount notes (FNMA), Treasury Notes and Bills, Other intergovernmental investment pool authorized pursuant to the Florida Interlocal Cooperation Act as provided in F.S. 163.01, Certificates of Deposit (CDs), Money Market Funds, and Repurchase Agreements. QUARTERLY AVERAGE YIELD The overall average yield for the quarter ended March 31, 2023 was 2.43%. The overall average yield for the quarter ended December 31, 2022 was 1.79%. V i .. INVESTMENT ACTIVITY As of March 31, 2023, the investments portfolio book value was $539,623,274 with a market value of $533,083,234. Of the $539,623,274 portfolio total, $405,470,933 is restricted for the following purposes: $ 146,390,299 Special revenue projects $ 469,705 Debt service $ 89,328,592 Capital projects $ 167,596,590 Business-type activities 1,685,747 Fiduciary funds $ 405,470,933 TOTAL RESTRICTED CASH BY FUND TYPE (PERCENTAGES) 4 Fiduciary Business- 0.4% Type Special .41.3 Revenue 36.1% Debt Service Capital 0.1% Projects 22.1% The weighted average maturity of the treasury and agency investments as of March 31, 2023 is 12 months. Coupon yields on the individual investments ranged from 0.125% to 5.35%. Information on investment activity, total cash flows, interest earnings, and charts providing additional information regarding the investment of surplus funds such as the portfolio composition and maturity distribution are attached. The attached schedules list the portfolio composition and activity for the quarter ending March 31, 2023: Schedule 1 Portfolio sorted by type of debt instrument Schedule 2 Portfolio sorted by maturity date Schedule 3 Portfolio by maturity date bar graph Schedule 4 Portfolio by type pie chart Schedule 5 Investment purchases, calls and maturities for the quarter Schedule 6 Summary of cash flows and balances by month Schedule 7 Interest earnings summary Schedule 8 Allocation of investments by fund types (unrestricted and restricted balances) 97 Schedule 1 Indian River County, Florida Board of County Commissioners Investments By Type March 31, 2023 1 oft 98 03/31/23 Coupon/ Purchase Maturity Yews To Yield To Original Portfolio Investment Type CUSIP Yield Date Date Maturity maturity Par Amount Book Value % FFCB Bullet 3133EMG97 0.140% 07/01/21 05/09/23 0.11 0.225% $ 3,000,000.00 $ 2,995,260.00 FFCB Bullet 3133EMYX4 0.125% 05/10/21 05/10/23 0.11 0.160% $ 3,000,000.00 $ 2,997,900.00 FFCB Callable 3133EMKG6 0.200% 12/15/20 06/15/23 0.21 0.200% $ 3,000,000.00 $ 3,000,000.00 FFCB Bullet 3133EMS37 0.125% 11/16/21 07/14/23 0.29 0.429% $ 3,000,000.00 $ 2,984,940.00 FFCB Callable 3133ELS19 0.300% 12/03/21 09/01/23 0.42 0.503% $ 3,000,000.00 $ 2,989,440.00 FFCB Bullet 3133ENAL4 0.290% 12/03/21 10/12/23 0.53 0.578% $ 3,000,000.00 $ 2,984,070.00 FFCB Callable 3133ENBN9 0.340% 10/20/21 10/20/23 0.56 0.340% $ 3,000,000.00 $ 3,000,000.00 FFCB Callable 3133ENSX4 5.070% 01/11/23 01/11/24 0.78 5.070% $ 3,000,000.00 $ 3,000,000.00 FFCB Bullet 3133ENNJS 1.180% 02/09/22 02/09/24 0.86 1.180% $ 3,000,000.00 $ 3,000,000.00 FFCB Bullet 3133EMRZ7 0.250% 09/14/21 02/26/24 0.91 0.291% $ 3,000,000.00 $ 2,997,000.00 FFCB Callable 3133ENQX1 1.670% 03/08/22 03/08/24 0.94 1.670% $ 3,000,000.00 $ 3,000,000.00 FFCB Callable 3133ENCVO 0.670% 11/02/21 05/02/24 1.09 0.670% $ 3,000,000.00 $ 3,000,000.00 FFCB Bullet 3133ENG20 3.300% 11/07/22 08/15/24 1.38 4.787% $ 3,000,000.00 $ 2,924,910.00 FFCB Bullet 3133EN184 3.375% 03/24/23 08/26/24 1.41 3.957% $ 3,000,000.00 $ 2,976,000.00 FFCB Callable 3133ENQC7 1.940% 03/03/22 09/03/24 1.43 1.940% $ 3,000,000.00 $ 3,000,000.00 FFCB Callable 3133ENS68 4.620% 10/17/22 10/17/24 1.55 4.620% $ 2,000,000.00 $ 2,000,000.00 FFCB Bullet 3133ENCA6 0.700% 10/25/21 10/25/24 1.57 0.700% $ 3,000,000.00 $ 3,000,000.00 $ 50,000,000.00 $ 49,849,520.00 9.24% FHLB Callable 3130AMSP3 0.180% 04/28/21 04/28/23 0.08 0.180% $ 3,000,000.00 $ 3,000,000.00 FHLB Bullet 3130AMRYO 0.125% 07/09/21 06/02/23 0.17 0.183% $ 3,000,000.00 $ 2,996,700.00 FHLB Callable 313OAKL38 0.155% 12/30/20 06/30/23 0.25 0.155% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AN7N4 0.220% 08/10/21 08/10/23 0.36 0.220% $ 3,000,000.00 $ 3,000,000.00 FHLB Bullet 3130A1XDG 0.125% 09/28/21 09/08/23 0.44 0.275% $ 3,000,000.00 $ 2,991,300.00 FHLB Callable 313OAQDWO 0.650% 12/29/21 12/29/23 0.75 0.650% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 313OAQST6 0.750% 12/29/21 12/29/23 0.75 0.750% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130ANFPO 0.350% 08/23/21 02/23/24 0.90 0.350% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130APXNO 0.820% 12/14/21 03/14/24 0.96 0.820% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130ARNK3 2.625% 04/29/22 04/26/24 1.07 2.625% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMV33 0.300% 06/29/21 04/29/24 1.08 0.300% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMMMI 0.375% 06/03/21 06/03/24 1.18 0.375% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMLM2 0.375% 06/07/21 06/07/24 1.19 0.375% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMKX9 0.400% 06/07/21 06/07/24 1.19 0.400% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMKZ4 0.400% 06/10/21 06/10/24 1.20 0.400% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130APYD1 0.900% 12/14/21 06/14/24 1.21 0.900% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMSFO 0.400% 07/01/21 06/28/24 1.25 0.471% $ 3,000,000.00 $ 2,993,700.00 FHLB Callable 313DAMXQO 0.475% 07/12/21 07/12/24 1.28 0.475% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMZ88 0.520% 07/12/21 07/12/24 1.28 0.520% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130APQVO 1.000% 11/16/21 08/16/24 1.38 1.000% $ 31000,000.00 $ 3,000,000.00 FHL8 Callable 3130APBS2 1.000% 11/23/21 08/23/24 1.40 1.000% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130ANVA5 0.500% 09/10/21 09/10/24 1.45 0.500% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130ANRP7 0.500% 09/13/21 09/13/24 1.46 0.500% $ 3,000,000.00 $ 3,000,000.00 FHLB Bullet 3130ATT31 4.500% 11/07/22 10/03/24 1.51 4.817% $ 3,000,000.00 $ 2,982,930.00 FHLB Callable 3130APAA3 0.555% 10/21/21 10/21/24 1.56 0.555% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130ATME4 5.000% 10/27/22 01/27/25 1.83 5.000% $ 2,000,000.00 $ 2,000,000.00 $ 77,000,000.00 $ 76,964,630.00 14.27% FHLMC Bullet 3137EAEQ8 0.375% 11/24/21 04/20/23 0.05 0.398% $ 3,000,000.00 $ 2,999,040.00 FHLMC Callable 3134GXEXH 0.250% 12/02/20 06/01/23 0.17 0.250% $ 3,000,000.00 $ 3,000,000.00 FHLMC Bullet 3137EAES4 0.250% 10/20/21 06/26/23 0.24 0.334% $ 3,000,000.00 $ 2,995,770.00 FHLMC Bullet 3137EAEV7 0.250% 11/22/21 08/24/23 0.40 0.433% $ 3,000,000.00 $ 2,990,400.00 FHLMC Bullet 3137EAEWS 0.250% 09/28/21 09/08/23 0.44 0.276% $ 3,000,000.00 $ 2,998,500.00 FHLMC Bullet 3137EAEY3 0.12S% 11/18/21 10/16/23 0.55 0.505% $ 3,000,000.00 $ 2,978,340.00 FHLMC Callable 3134GW6E3 0.320% 07/06/21 11/02/23 0.59 0.320% $ 3,000,000.00 $ 3,000,000.00 FHLMC Bullet 3137EAEZ8 0.250% 11/24/21 11/06/23 0.60 0.579% $ 3,000,000.00 $ 2,980,890.00 FHLMC Bullet 3137EAEZS 0.250% 10/08/21 11/06/23 0.60 0.286% $ 3,000,000.00 $ 2,997,750.00 FHLMC Callable 3134GXMM3 1.850% 03/22/22 03/22/24 0.98 1.850% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GXPH3 2.020% 03/30/22 03/28/24 0.99 2.020% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GY2E3 5.000% 11/22/22 05/22/24 1.15 5.000% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GXUHS 3.000% 05/27/22 05/24/24 1.15 3.000% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GY3X8 SAW% 11/30/22 08/30/24 1.42 5.104% $ 2,000,000.00 $ 2,000,000.00 FHLMC Callable 3134GXT61 4.000% 09/13/22 09/13/24 1.46 4.000% $ 2,000,000.00 $ 2,000,000.00 FHLMC Callable 3134GYA69 5.000% 12/27/22 D9/27/24 1.50 5.005% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GX3D4 4.S00% 09/30/22 09/30/24 1.50 4.500% $ 2,000,000.00 $ 2,000,000.00 FHLMC Callable 3134006 3.500% 06/30/22 09/30/24 1.50 3.500% $ 2,000,000.00 $ 2,000,000.00 FHLMC Callable 3134GXB8 4.000% 07/18/22 10/18/24 1.55 4.000% $ 2,000,000.00 $ 2,000,000.00 FHLMC Callable 3134GXRCO 3.000% 05/05/22 11/05/24 1.60 3.000% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GXK86 4.000% 08/18/22 11/18/24 1.64 4.000% $ 2,000,000.00 $ 2,000,000.00 FHLMC Callable 3134GYJ29 5.150% 02/17/23 02/14/25 1.88 5.195% $ 3,000,000.00 $ 2,997,450.00 FHLMC Callable 3134GYLEO 5.350% 03/14/23 03/14/25 1.96 5.350% $ 3,000,000.00 $ 3,000,000.00 $ 63,000,000.00 $ 62,938,140.00 11.67% FNMA Bullet 3135GO4Q3 0.250% 11/12/21 05/22/23 0.14 0.375% $ 3,000,000.00 $ 2,994,300.00 FNMA Bullet 3135GO4Q3 0.250% 03/18/22 05/22/23 0.14 1.540% $ 3,000,000.00 $ 2,955,000.00 FNMA Bullet 3135GOSG4 0.250% 09/29/21 07/10/23 0.28 0.250% $ 3,000,000.00 $ 3,000,000.00 FNMA Bullet 3135GOSG4 0.250% 11/22/21 07/10/23 0.28 0.367% $ 3,000,000.00 $ 2,994,300.00 FNMA Callable 3135GOST6 0.350% 11/18/21 08/18/23 0.38 0.488% $ 3,000,000.00 $ 2,992,770.00 FNMA Callable 3136G471-3 0.350% 09/28/21 04/26/24 1.07 0.434% $ 3,000,000.00 $ 2,993,520.00 FNMA Bullet 3135GOX24 1.625% 01/31/23 01/07/25 1.78 4.307% $ 3,000,000.00 $ 2,852,250.00 $ 21,000,000.00 $ 20,782,140.00 3.85% Treasury Note 912828ZH6 0.250% 02/14/22 04/15/23 0.04 1.220% $ 3,000,000.00 $ 2,966,250.00 Treasury Note 912828ZH6 0.250% 12/13/21 04/15/23 0.04 0.445% $ 3,000,000.00 $ 2,992,200.00 Treasury Note 91282CBX8 0.125% 10/26/21 04/30/23 0.08 0.311% $ 3,000,000.00 $ 2,991,600.00 Treasury Note 912828ZP8 0.125% 02/14/22 05/15/23 0.12 1.259% $ 3,000,000.00 $ 2,958,000.00 Treasury Note 912828ZY9 0.125% 05/17/21 07/15/23 0.29 0.169% $ 6,000,000.00 $ S,994,360.00 Treasury Note 912828592 1.250% 02/15/22 07/31/23 0.33 1.392% $ 3,000,000.00 $ 2,993,850.00 1 oft 98 Schedule 1 Indian River County, Florida Board of County Commissioners Investments By Type March 31, 2023 Restricted Cash - Landfill FL CLASS -Landfill Closure & Postclosure Reserves Total Pooled Cash S Equivalents Restricted Cash - Housing Account Total Portfolio Note: See separate investment report for OPEB funds. $ 8,891,116.11 1.65% $ 539,222,736.37 100.00% $401,037.38 $539,623,273.75 2 of 2 99 03/31/23 Coupon/ Purchase Maturity Years To Yield To Original Portfolio Investment Type CUSIP Yield Date Date Maturity Maturity Par Amount Book Value % Treasury Note 91282CCN9 0.125% 11/16/21 07/31/23 0.33 0.451% $ 3,000,000.00 $ 2,983,380.00 Treasury Note 91282CAF8 0.125% 05/26/21 08/15/23 0.38 0.175% $ 6,000,000.00 $ 5,993,400.00 Treasury Note 91282CCU3 0.125% 09/27/21 08/31/23 0.42 0.262% $ 4,000,000.00 $ 3,989,520.00 Treasury Note 91282CAK7 0.125% 05/20/21 09/15/23 0.46 0.181% $ 6,000,000.00 $ 5,992,200.00 Treasury Note 912828726 1.375% 02/15/22 09/30/23 0.50 1.482% $ 3,000,000.00 $ 2,994,843.75 Treasury Note 91282CDA6 0.250% 10/19/21 09/30/23 0.50 0.405% $ 3,000,000.00 $ 2,991,000.00 Treasury Note 91282CAP6 0.125% 08/23/21 10/15/23 0.54 0.250% $ 3,000,000.00 $ 2,991,960.00 Treasury Note 91282CAP6 0.125% 11/16/21 10/15/23 0.54 0.499% $ 3,000,000.00 $ 2,978,700.00 Treasury Note 91282CDD0 0.375% 11/01/21 10/31/23 0.59 0.501% $ 3,000,000.00 $ 2,992,500.00 Treasury Note 91282CAW1 0.250% 09/27/21 11/15/23 0.63 0.306% $ 4,000,000.00 $ 3,995,200.00 Treasury Note 91282CSE0 0.125% 07/09/21 01/15/24 0.79 0.271% $ 3,000,000.00 $ 2,989,050.00 Treasury Note 91282CEIE0 0.125% 11/16/21 01/15/24 0.79 0.596% $ 3,000,000.00 $ 2,969,700.00 Treasury Note 912828529 2.500% 12/13/22 01/31/24 0.84 4.675% $ 3,000,000.00 $ 2,928,699.00 Treasury Note 91282CDV0 0.875% 05/19/22 01/31/24 0.84 2.588% $ 2,000,000.00 $ 1,943,320.00 Treasury Note 91282CDV0 0.875% 03/23/22 01/31/24 0.84 2.158% $ 3,000,000.00 $ 2,930,190.00 Treasury Note 91282CBM2 0.125% 07/09/21 02/15/24 0.88 0.288% $ 3,000,000.00 $ 2,987,343.75 Treasury Note 912828W48 2.125% 03/03/23 02/29/24 0.92 5.194% $ 3,000,000.00 $ 2,912,100.00 Treasury Note 91282CEA5 1.500% 03/23/22 02/29/24 0.92 2.154% $ 3,000,000.00 $ 2,962,968.75 Treasury Note 91282CBRI 0.250% 08/23/21 03/15/24 0.96 0.327% $ 3,000,000.00 $ 2,994,090.00 Treasury Note 91282CBR1 0.250% 10/19/21 03/15/24 0.96 0.547% $ 3,000,000.00 $ 2,978,700.00 Treasury Note 91282CBV2 0.375% 09/27/21 04/15/24 1.04 0.418% $ 4,000,000.00 $ 3,995,640.00 Treasury Note 91282CBV2 0.375% 10/19/21 04/15/24 1.04 0.572% $ 3,000,000.00 $ 2,985,450.00 Treasury Note 91282CEK3 2.500% 12/09/22 04/30/24 1.08 4.596% $ 3,000,000.00 $ 2,916,045.00 Treasury Note 91282CCC3 0.250% 12/03/21 05/15/24 1.13 0.770% $ 3,000,000.00 $ 2,962,170.00 Treasury Note 91282CCC3 0.250% 08/23/21 05/15/24 1.13 0.375% $ 3,000,000.00 $ 2,989,860.00 Treasury Note 912828782 2.000% D4/07/22 05/31/24 1.17 2.552% $ 3,000,000.00 $ 2,965,560.00 Treasury Note 91282CCt3 0.375% 10/08/21 07/15/24 1.29 0.500% $ 3,000,000.00 $ 2,989,710.00 Treasury Note 91282BY87 1.750% 12/13/22 07/31/24 1.34 4.529% $ 3,000,000.00 $ 2,870,100.00 Treasury Note 9128282N9 2.125% 11/30/22 07/31/24 1.34 4.642% $ 3,000,000.00 $ 2,880,000.00 Treasury Note 9128282N9 2.125% 07/19/22 07/31/24 1.34 3.157% $ 2,000,000.00 $ 1,959,660.00 Treasury Note 91282CCf6 0.375% 12/03/21 08/15/24 1.38 0.825% $ 3,000,000.00 $ 2,964,000.00 Treasury Note 9128282U3 1.875% 10/06/22 08/31/24 1.42 4.198% $ 2,000,000.00 $ 1,915,936.00 Treasury Note 9282CFQ9 4.375% 12/01/22 10/31/24 1.59 4.572% $ 3,000,000.00 $ 2,989,170.00 Treasury Note 9128283V0 2.500% 11/18/22 01/31/25 1.84 4.403% $ 3,000,000.00 $ 2,881,350.00 Treasury Note 91282CGG0 4.125% 03/03/23 01/31/25 1.84 4.954% $ 3,000,000.00 $ 2,955,0017.00 Treasury Note 91282CD21 1.500% 11/18/22 02/15/25 1.88 4.413% $ 3,000,000.00 $ 2,815,320.00 Treasury Note 912828207 1.125% 11/30/22 02/28/25 1.92 4.398% $ 3,000,000.00 $ 2,791,875.00 Treasury Note 91282CED9 1.750% 12/01/22 03/15/25 1.96 4.446% $ 3,000,000.00 $ 2,825,859.38 Treasury Note 91282CEH0 2.625% 12/12/22 04/15/25 2.04 4.220% $ 3,000,000.00 $ 2,894,296.88 Treasury Note 9128284M9 2.875% 12/12/22 04/30/25 2.08 4.206% $ 3,000,000.00 $ 2,910,234.38 Treasury Note 91282CEQ0 2.750% 01/31/23 05/15/25 2.13 4.149% $ 3,000,000.00 $ 2,909,220.00 Treasury Note 91282CEU1 2.875% 02/17/23 06/15/25 2.21 4.500% $ 3,000,000.00 $ 2,893,425.00 Treasury Note 912828708 2.750% 03/24/23 06/30/25 2.25 3.825% $ 3,000,000.00 $ 2,930,390.63 Treasury Note 91282CEY3 3.000% 03/24/23 07/15/25 2.29 3.811% $ 3,000,000.00 $ 2,946,562.50 $ 159,000,000.00 $ 156,531,960.02 29.03% Regions Bank Money Market $ 8,198,853.53 1.52% Regions Bank Lockbox Accounts $ 1,074,366.01 0.20% TO Bank Checking Account $ 23,038,991.84 4.27% BankLlnited Money Market $ 24,570,982.31 4.56% Valley National Bank Government Interest Checking $ 19,408,244.93 3.60% Marine Bank Business Money Market $ 5,042,458.37 0.94% Florida Trust Day to Day Fund $ 28,789,943.92 5.34% FL STAR $ 20,575,716.06 3.82% FL CLASS - BOCC Funds $ 32,565,173.27 6.04 Total General Cash 8 Equivalents - Unrestricted $ 530,331,120.26 Restricted Cash - Landfill FL CLASS -Landfill Closure & Postclosure Reserves Total Pooled Cash S Equivalents Restricted Cash - Housing Account Total Portfolio Note: See separate investment report for OPEB funds. $ 8,891,116.11 1.65% $ 539,222,736.37 100.00% $401,037.38 $539,623,273.75 2 of 2 99 100 Schedule 2 Indian River County, Florida Board of County Commissioners Investment By Maturity Date March 31, 2023 03/31/23 Coupon/ Purchase Maturity Years To Yield To Original Investment Type CUSIP Yield Date Date Matu 'H MaturityPar Amount Book Value Mo Cash Flow Treasury Note 912828ZH6 0.250% 12/13/21 04/15/23 0.04 0.445% $ 3,000,000.00 $ 2,992,200.00 Treasury Note 912828ZH6 0.250% 02/14/22 04/15/23 0.04 1.220% $ 3,000,000.00 $ 2,966,250.00 FHLMC Bullet 3137EAEQB 0.375% 11/24/21 04/20/23 0.05 0.398% $ 3,000,000.00 $ 2,999,040.00 FHLB Callable 3130AMSP3 0.180% 04/28/21 04/28/23 0.08 0.180% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 91282CBX8 0.125% 10/26/21 04/30/23 0.08 0.311% $ 3,000,000.00 $ 2,991,600.00 $ 15,000,000.00 FFCB Bullet 3133EMG97 0.140% 07/01/21 05/09/23 0.11 0.225% $ 3,000,000.00 $ 2,995,260.00 FFCB Bullet 3133EMYX4 0.125% 05/10/21 05/10/23 0.11 0.160% $ 3,000,000.00 $ 2,997,900.00 Treasury Note 912828ZP8 0.125% 02/14/22 05/15/23 0.12 1.259% $ 3,000,000.00 $ 2,958,000.00 FNMA Bullet 3135G04Q3 0.250% 03/18/22 05/22/23 0.14 1.540% $ 3,000,000.00 $ 2,955,000.00 FNMA Bullet 3135G04Q3 0.250% 11/12/21 05/22/23 0.14 0.375% $ 3,000,000.00 $ 2,994,300.00 $ 15,ODD,000.00 FHLMC Callable 3134GXEXB 0.250% 12/02/20 06/01/23 0.17 0.250% $ 3,000,000.00 $ 3,000,000.00 FHLB Bullet 3130AMRYO 0.125% 07/09/21 06/02/23 0.17 0.183% $ 3,ODO,000.00 $ 2,996,700.00 FFCB Callable 3133EMKG6 0.200% 12/15/20 06/15/23 0.21 0.200% $ 3,000,000.00 $ 3,000,000.00 FHLMC Bullet 3137EAES4 0.250% 10/20/21 06/26/23 0.24 0.334% $ 3,000,000.00 $ 2,995,770.00 FHLB Callable 313OAKL38 0.155% 12/30/20 06/30/23 0.25 0.155% $ 3,000,000.00 $ 3,000,000.00 $ 15,000,000.00 FNMA Bullet 3135G05G4 0.250% 09/29/21 07/10/23 0.28 0.250% $ 3,000,000.00 $ 3,000,000.00 FNMA Bullet 3135GOSG4 0.250% 11/22/21 07/10/23 0.28 0.367% $ 3,000,000.00 $ 2,994,300.00 FFCB Bullet 3133EMS37 0.125% 11/16/21 07/14/23 0.29 0.429% $ 3,000,000.00 $ 2,984,940.00 Treasury Note 912828ZY9 0.125% 05/17/21 07/15/23 0.29 0.169% $ 6,000,000.00 $ 5,994,360.00 Treasury Note 912828592 1.250% 02/15/22 07/31/23 0.33 1.392% $ 3,000,000.00 $ 2,993,850.00 Treasury Note 91282CCN9 0.125% 11/16/21 07/31/23 0.33 0.451% $ 3,000,000.00 $ 2,983,380.00 $ 21,000,000.00 FHLB Callable 3130AN7N4 0.220% 08/10/21 08/10/23 0.36 0.220% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 91282CAF8 0.125% 05/26/21 08/15/23 0.38 0.175% $ 6,000,000.00 $ 5,993,400.00 FNMA Callable 3135G05T6 0.350% 11/18/21 08/18/23 0.38 0.488% $ 3,000,000.00 $ 2,992,770.00 FHLMC Bullet 3137EAEV7 0.250% 11/22/21 08/24/23 0.40 0.433% $ 3,000,000.00 $ 2,990,400.00 Treasury Note 91282CCU3 0.125% 09/27/21 08/31/23 0.42 0.262% $ 4,000,000.00 $ 3,989,520.00 $ 19,000,000.00 FFCB Callable 3133EL519 0.300% 12/03/21 09/01/23 0.42 0.503% $ 3,000,000.00 $ 2,989,440.00 FHLB Bullet 3130A1XD6 0.125% 09/28/21 09/08/23 0.44 0.275% $ 3,000,000.00 $ 2,991,300.00 FHLMC Bullet 3137EAEWS 0.250% 09/28/21 09/08/23 0.44 0.276% $ 3,000,000.00 $ 2,998,500.00 Treasury Nae 91282CAK7 0.125% 05/20/21 09/15/23 0.46 0.181% $ 6,000,000.00 $ 5,992,200.00 Treasury Note 912828726 1.375% 02/15/22 09/30/23 0.50 1.482% $ 3,000,000.00 $ 2,994,843.75 Treasury Note 91282CDAS 0.250% 10/19/21 09/30/23 0.50 0.405% $ 3,000,000.00 $ 2,991,000.00 $ 21,000,000.00 FFCB Bullet 3133ENAL4 0.290% 12/03/21 10/12/23 0.53 0.578% $ 3,000,000.00 $ 2,984,070.00 Treasury Note 91282CAP6 0.125% 08/23/21 10/15/23 0.54 0.250% $ 3,000,000.00 $ 2,991,960.00 Treasury Note 91282CAP6 0.125% 11/16/21 10/15/23 0.54 0.499% $ 3,000,000.00 $ 2,978,700.00 FHLMC Bullet 3137EAEY1 0.125% 11/18/21 10/16/23 0.55 0.505% $ 3,000,000.00 $ 2,978,340.00 FFCB Callable 3133ENBN9 0.340% 10/20/21 10/20/23 O.S6 0.340% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 91282CDDO 0.375% 11/01/21 10/31/23 0.59 0.501% $ 3,000,000.00 $ 2,992,500.00 $ 18,000,000.00 FHLMC Callable 3134GW6E1 0.320% 07/06/21 11/02/23 0.59 0.32096 $ 3,000,000.00 $ 3,000,000.00 FHLMC Bullet 3137EAEZ8 0.250% 10/08/21 11/06/23 0.60 0.286% $ 3,000,000.00 $ 2,997,750.00 FHLMC Bullet 3137EAEZ8 0.250% 11/24/21 11/06/23 0.60 0.579% $ 3,000,000.00 $ 2,980,890.00 Treasury Note 91282CAW1 0.250% 09/27/21 11/15/23 0.63 0.306% $ 4,000,000.00 $ 3,995,200.00 $ 13,000,000.00 FHLB Callable 313OAQDWO 0.650% 12/29/21 12/29/23 0.75 0.650% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 313OAQ5T6 0.750% 12/29/21 12/29/23 0.75 0.750% $ 3,000,000.00 $ 3,000,000.00 $ 6,000,000.00 FFCB Callable 3133EN5X4 5.070% 01/11/23 01/11/24 0.78 5.070% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 91282CBEO 0.125% 07/09/21 01/15/24 0.79 0.271% $ 3,000,0130.00 $ 2,989,050.00 Treasury Note 91282CBEO 0.125% 11/16/21 01/15/24 0.79 0.596% $ 3,000,000.00 $ 2,969,700.00 Treasury Note 912828529 2.500% 12/13/22 01/31/24 0.84 4.675% $ 3,000,000.00 S 2,928,699.00 Treasury Note 91282CDVO 0.875% 05/19/22 01/31/24 0.84 2.588% $ 2,000,000.00 $ 1,943,320.00 Treasury Note 91282CDVO 0.875% 03/23/22 01/31/24 0.84 2.158% $ 3,000,000.00 $ 2,930,190.00 $ 17,000,000.00 FFCB Bullet 3133ENN15 1.180% 02/09/22 02/09/24 0.86 1.180% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 91282CBM2 0.125% 07/09/21 02/15/24 0.88 0.288% $ 3,000,000.00 $ 2,987,343.75 FHLB Callable 3130ANFPO 0.350% 08/23/21 02/23/24 0.90 0.350% $ 3,000,000.00 $ 3,000,000.00 FFCB Bullet 3133EMRZ7 0.250% 09/14/21 02/26/24 0.91 0.291% $ 3,000,000.00 $ 2,997,000.00 Treasury Note 91282SW48 2.125% 03/03/23 02/29/24 0.92 5.194% $ 3,000,000.00 $ 2,912,100.00 Treasury Note 91282CEAS 1.500% 03/23/22 02/29/24 0.92 2.154% $ 3,000,000.00 $ 2,962,968.75 $ 18,000,000.00 FFCB Callable 3133ENQX1 1.670% 03/08/22 03/08/24 0.94 1.670% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130APXNO 0.820% 12/14/21 03/14/24 0.96 0.820% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 91282CBR1 0.250% 10/19/21 03/15/24 0.96 0.547% $ 3,000,000.00 $ 2,978,700.00 Treasury Note 91282CBR1 0.250% 08/23/21 03/15/24 0.96 0.327% $ 3,000,000.00 $ 2,994,090.00 FHLMC Callable 3134GXMM3 1.850% 03/22/22 03/22/24 0.98 1.850% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GXPH3 2.020% 03/30/22 03/28/24 0.99 2.020% $ 3,000,000.00 $ 3,000,000.00 $ 18,000,ODO.00 Treasury Note 91282CBV2 0.375% 09/27/21 04/15/24 1.04 0.418% $ 4,000,000.00 $ 3,995,640.00 Treasury Note 91282CBV2 0.375% 10/19/21 04/15/24 1.04 0.572% $ 3,000,000.00 $ 2,985,450.00 FNMA Callable 3136G471-1 0.350% 09/28/21 04/26/24 1.07 0.434% $ 3,000,000.00 $ 2,993,520.00 FHLB Callable 3130ARNK3 2.625% 04/29/22 04/26/24 1.07 2.625% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMV33 0.300% 06/29/21 04/29/24 1.08 0.300% $ 3,000,ODO.00 $ 3,000,000.00 Treasury Note 91282CEK3 2.500% 12/09/22 04/30/24 1.08 4.596% $ 3,000,000.00 $ 2,916,045.00 $ 19,000,000.00 FFCB Callable 3133ENCVO 0.670% 11/02/21 05/02/24 1.09 0.670% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 91282CCC3 0.250% 12/03/21 05/15/24 1.13 0.770% $ 3,000,000.00 $ 2,962,170.00 Treasury Note 91282CCC3 0.250% 08/23/21 05/15/24 1.13 0.375% $ 3,000,000.00 $ 2,989,860.00 FHLMC Callable 3134GY2E1 5.000% 11/22/22 05/22/24 1.15 5.000% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GXUKS 3.0013% 05/27/22 05/24/24 1.15 3.000% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 912828XT2 2.000% 04/07/22 05/31/24 1.17 2.552% $ 3,ODO,000.00 $ 2,965,560.00 $ 18,000,000.00 FHLB Callable 3130AMMM1 0.375% 06/03/21 06/03/24 1.18 0.375% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMLM2 0.375% 06/07/21 06/07/24 1.19 0.375% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMKX9 0.400% 06/07/21 06/07/24 1.19 0.400% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMKZ4 0.400% 06/10/21 06/10/24 1.20 0.400% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130APYD1 0.900% 12/14/21 06/14/24 1.21 0.900% $ 3,000,000.00 $ 3,ODO,000.00 FHLB Callable 3130AMSFO 0.400% 07/01/21 06/28/24 1.25 0.471% $ 3,000,000.00 $ 2,993,700.00 $ 18,000,000.00 FHLB Callable 3130AMXQO 0.475% 07/12/21 07/12/24 1.28 0.475% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130AMZBB 0.520% 07/12/21 07/12/24 1.28 0.520% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 91282CCL3 0.375% 10/08/21 07/15/24 1.29 0.500% $ 3,000,000.00 $ 2,989,710.00 Treasury Note 912828Y87 1.750% 12/13/22 07/31/24 1.34 4.529% $ 3,000,000.00 $ 2,870,100.00 Treasury Note 9128282N9 2.125% 11/30/22 07/31/24 1.34 4.642% $ 3,000,000.00 $ 2,880,000.00 1oft 100 2 of 2 101 Schedule 2 Indian River County, Florida Board of County Commissioners Investment By Maturity Date March 31, 2023 03131/23 Coupon/ Purchase Maturity Years To Yield To Original Investment Type CUSIP Yield Date Date Maturity Maturity Par Amount Book Value Mo Cash Flow Treasury Note 9128282N9 2.125% 07/19/22 07/31/24 1.34 3.157% $ 2,000,000.00 $ 1,959,660.00 $ 17,000,000.00 Treasury Note 91282CCT6 0.375% 12/03/21 08/15/24 1.38 0.825% S 3,000,000.00 $ 2,964,000.00 FFCB Bullet 3133ENG20 3.300% 11/07/22 08/15/24 1.38 4.787% $ 3,000,000.00 $ 2,924,910.00 FHLB Callable 3130APQVO 1.000% 11/16/21 08/16/24 1.38 1.000% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130APBS2 1.000% 11/23/21 08/23/24 1.40 1.00096 $ 3,000,000.00 $ 3,000,000.00 FFCB Bullet 3133ENJ84 3.375% 03/24/23 08/26/24 1.41 3.957% $ 3,000,000.00 $ 2,976,000.00 FHLMC Callable 3134GY3X8 5.100% 11/30/22 08/30/24 1.42 5.104% $ 2,000,000.00 $ 2,000,000.00 Treasury Note 9128282U3 1.875% 10/06/22 08/31/24 1.42 4.198% $ 2,000,000.00 $ 1,915,936.00 $ 19,000,000.00 FFCB Callable 3133ENQC7 1.940% 03/03/22 09/03/24 1.43 1.940% $ 3,000,000.00 $ 3,000,000.00 FHLB Callable 3130ANVA5 0.500% 09/10/21 09/10/24 1.45 0.500% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GXT61 4.000% 09/13/22 09/13/24 1.46 4.000% $ 2,ODO,0DO.00 $ 2,000,000.00 FHLB Callable 3130ANRP7 0.500% 09/13/21 09/13/24 1.46 0.500% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GYA69 5.000% 12/27/22 09/27/24 1.50 5.005% $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GX31)4 4.500% 09/30/22 09/30/24 1.50 4.500% $ 2,000,000.00 $ 2,000,000.00 FHLMC Callable 3134GX716 3.500% 06/30/22 09/30/24 1.50 3.500% $ 2,000,000.00 $ 2,000,000.00 $ 18,000,000.00 FHLB Bullet 3130ATr31 4.500% 11/07/22 10/03/24 1.51 4.817% $ 3,000,000.00 $ 2,982,930.00 FFCB Callable 3133ENS68 4.620% 10/17/22 10/17/24 1.55 4.620% $ 2,000,000.00 $ 2,000,000.00 FHLMC Callable 3134GXBS 4.000% 07/18/22 10/18/24 1.55 4.000% $ 2,000,000.00 $ 2,000,000.00 FHLB Callable 3130APAA3 0.555% 10/21/21 10/21/24 1.56 O.SSS% $ 3,000,ODO.00 $ 3,000,000.00 FFCB Bullet 3133ENCA6 0.700% 10/25/21 10/25/24 1.57 0.700% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 9282CFQ9 4.375% 12/01/22 10/31/24 1.59 4.572% $ 3,000,000.00 $ 2,989,170.00 $ 16,000,000.00 FHLMC Callable 3134GXRCO 3.000% 05/05/22 11/05/24 1.60 3.00076 $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 3134GXK86 4.000% 08/18/22 11/18/24 1.64 4.000% $ 2,000,000.00 $ 2,000,000.00 $ 5,000,000.00 FNMA Bullet 3135GOX24 1.625% 01/31/23 01/07/25 1.78 4.307% $ 3,000,000.00 $ 2,852,250.00 FHLB Callable 3130ATME4 5.000% 10/27/22 01/27/25 1.83 5.000% $ 2,000,000.00 $ 2,000,000.00 Treasury Note 91282CGGO 4.125% 03/03/23 01/31/25 1.84 4.954% $ 3,000,000.00 $ 2,955,000.00 Treasury Note 9128283VO 2.500% 11/18/22 01/31/25 1.84 4.403% $ 3,000,000.00 $ 2,881,350.00 $ 11,000,000.00 FHLMC Callable 3134GYJ29 5.150% 02/17/23 02/14/25 1.88 5.195% $ 3,000,000.00 $ 2,997,450.00 Treasury Note 91282CDZ1 1.500% 11/18/22 02/15/25 1.88 4.413% $ 3,000,000.00 $ 2,815,320.00 Treasury Note 912828ZC7 1.125% 11/30/22 02/28/25 1.92 4.398% $ 3,000,000.00 $ 2,791,875.00 $ 9,000,000.00 FHLMC Callable 3134GYLEO 5.350% 03/14/23 03/14/25 1.96 5.350% $ 3,000,000.00 $ 3,000,000.00 Treasury Note 91282CED9 1.750% 12/01/22 03/15/25 1.96 4.446% $ 3,000,000.00 $ 2,825,859.38 $ 6,000,000.00 Treasury Note 91282CEHO 2.625% 12/12/22 04/15/25 2.04 4.22096 $ 3,000,000.00 $ 2,894,296.88 Treasury Note 9128284M9 2.875% 12/12/22 04/30/25 2.08 4.206% $ 3,000,000.00 $ 2,910,234.38 $ 6,000,000.00 Treasury Note 91282CEQO 2.750% 01/31/23 05/15/25 2.13 4.149% $ 3,000,000.00 $ 2,909,220.00 $ 3,000,000.00 Treasury Note 91282CEU1 2.875% 02/17/23 06/15/25 2.21 4.500% $ 3,000,000.00 $ 2,893,425.00 Treasury Note 912828XZB 2.750% 03/24/23 06/30/25 2.25 3.825% $ 3,000,000.00 $ 2,930,390.63 $ 6,000,000.00 Treasury Note 91282CEY3 3.000% 03/24/23 07/15/25 2.29 3.811% $ 3,000,000.00 $ 2,946,562.50 $ 3,000,000.00 Sub Total- General Investments $ 370,000,000.00 $ 367,066,390.02 $ 370,000,000.00 Regions Bank Money Market $8,198,853.53 Regions Lockbox Accounts $1,074,366.01 TO Bank Checking Account $23,038,991.84 BankUnited Money Market $24,570,982.31 Valley Nabonal Bank Government Interest Checking $19,408,244.93 Marine Bank Business Money Market $5,042,458.37 Florida Trust Day to Day Fund $28,789,943.92 FL STAR $20,575,716.06 FL CLASS - BOCC Funds $32,565,173.27 Total General Cash & Equivalents - Unrestricted $ 530,331,120.26 Restricted Cash - Landfill FL CLASS -Landfill Closure & Postclosure Reserves $ 8,891,116.11 Total Pooled Cash & Equivalents $ 539,222,236.37 Restricted Cash - Housing Account $401,037.38 Total Portfolio $ 539,623,273.75 Note: See separate investment report for OPEB funds. 2 of 2 101 FL Trus 5.34% Treasury Schedule 4 Indian River County Portfolio By Type March 31, 2023 FL CLASS 7.69% ik 3.60% k Checking 27% FHLB 14.27% IC 11.67% 103 Schedule 5 Indian River County Investment Purchases and Calls/Maturities Quarter Ending March 31, 2023 PURCHASES: Investment Description Yield to Maturi Purchase Date Call Date Maturity Date Par Amount Book Value FFCB Callable 5.070% 01/11/23 07/11/23 01/11/24 $ 3,000,000.00 $ 3,000,000.00 Treasury Note 4.149% 01/31/23 05/15/25 $ 3,000,000.00 $ 2,909,220.00 FNMA Bullet 4.307% 01/31/23 01/07/25 $ 3,000,000.00 $ 2,852,250.00 FHLMC Callable 5.195% 02/17/23 02/14/24 02/14/25 $ 3,000,000.00 $ 2,997,450.00 Treasury Note 4.500% 02/17/23 06/15/25 $ 3,000,000.00 $ 2,893,425.00 Treasury Note 5.194% 03/03/23 02/15/23 02/29/24 $ 3,000,000.00 $ 2,912,100.00 Treasury Note 4.954% 03/03/23 01/31/25 $ 3,000,000.00 $ 2,955,000.00 FHLMC Callable 5.350% 03/14/23 03/14/24 03/14/25 $ 3,000,000.00 $ 3,000,000.00 FFCB Bullet 3.957% 03/24/23 08/26/24 $ 3,000,000.00 $ 2,976,000.00 Treasury Note 3.825% 03/24/23 06/30/25 $ 3,000,000.00 $ 2,930,390.63 JTreasury Note 3.811% 03/24/23 07/15/25 $ 3,000,000.00 $ 2,946,562.50 11 1 $ 33 000,000.00 $ 32 372 398.13 MATURITIES: Investment Description Yield to Maturi Purchase Date Early Call Date Maturity Date Par Amount Book Value FFCB Bullet 0.308% 11/23/21 01/25/23 $ 3,000,000.00 $ 2,995,500.00 Treasury Note 0.350% 12/13/21 01/31/23 $ 3,000,000.00 $ 2,992,380.00 Treasury Note 0.212% 10/26/21 01/31/23 $ 3,000,000.00 $ 2,996,700.00 FHLMC Callable 5.250% 11/08/22 02/08/23 11/08/24 $ 2,000,000.00 $ 2,000,000.00 FFCB Callable 0.110% 02/10/21 02/10/23 $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 5.400% 11/18/22 02/15/23 11/15/24 $ 3,000,000.00 $ 3,000,000.00 FHLMC Callable 0.200% 11/16/20 02/16/23 $ 3,000,000.00 $ 3,000,000.00 FFCB Bullet 0.156% 03/17/21 02/24/23 $ 3,000,000.00 $ 2,996,760.00 Treasury Note 0.275% 10/29/21 02/28/23 $ 3,000,000.00 $ 2,994,000.00 FFCB Bullet 0.152% 05/07/21 03/09/23 $ 3,000,000.00 $ 2,998,500.00 FFCB Callable 0.140% 03/10/21 03/10/23 $ 3,000,000.00 $ 3,000,000.00 Treasury Note 1.217% 02/15/22 03/15/23 $ 3,000,000.00 $ 2,977,031.25 FHLB Bullet 0.351% 12/03/21 03/17/23 $ 3,000,000.00 $ 2,991,300.00 jTreasury Note 0.368% 11/23/21 03/31/23 3,000,000.00 2 990 160.00 14 41 000 000.00 40 932 331.25 Reconciliation of General Investments Only: Beginning portfolio (12/31/22) $ 375,626,323.14 Total purchased 11 securities $ 32,372,398.13 Total matured 14 securities $ (40,932,331.25 Ending portfolio for quarter 3/31/23 367 066 390.02 10f 1 104 October November December January February March April May June July August September Net cash flow October November December January February March April May June July August September Net cash flow Schedule 6 Indian River County Change in Monthly Cash Flows For All Pooled Cash/Investment Accounts Comparison of Six Fiscal Years March 31, 2023 Fiscal Year 2017-2018 Net Chane Month End Bal* Month End Bal* $ (7,971,324) $ 331,604,874 $ 33,131,597 $ 364,736,471 $ 41,846,074 $ 406,582,545 $ (5,758,898) $ 400,823,647 $ 5,191,358 $ 406,015,005 $ (4,784,411) $ 401,230,594 $ 1,577,951 $ 402,808,545 $ (6,945,787) $ 395,862,758 $ (9,710,169) $ 386,152,589 $ (2,464,004) $ 383,688,585 $ (8,022,779) $ 375,665,806 $ 6,810,637 $ 368,855,169 Fiscal Year 2018-2019 Net Chane Month End Bal* $ (6,577,674) $ 362,277,495 $ 48,128,205 $ 410,405,700 $ 31,350,078 $ 441,755,778 $ (9,877,034) $ 431,878,744 $ 2,964,540 $ 434,843,284 $ (2,750,051) $ 432,093,233 $ (3,802,746) $ 428,290,487 $ (8,379,243) $ 419,911,244 $ (9,758,699) $ 410,152,545 $ (13,728,763) $ 396,423,782 $ (11,767,333) $ 384,656,449 $ 5,342,336 $ 379,314,113 $ 29,278,971 $ 10,458,944 $ 12,246,355 Fiscal Year 2019-2020 Net Change Net Chane Month End Bal* $ (9,260,244) $ 370,053,869 $ 39,158,339 $ 409,212,208 $ 47,023,081 $ 456,235,289 $ (6,941,131) $ 449,294,158 $ (1,465,745) $ 447,828,413 $ (5,997,667) $ 441,830,746 $ (5,331,833) $ 436,498,913 $ (10,937,819) $ 425,561,094 $ (13,546,695) $ 412,014,399 $ (3,248,804) $ 408,765,595 $ (7,041,321) $ 401,724,274 $ 10,163,806 $ 391,560,468 $ 29,278,971 $ 10,458,944 $ 12,246,355 36,762,945 $ 28,286,769 $ 76,072,014 *Schedule represents total assets in 801 fund -including portfolio accounts, FMV adjustments, and cash in bank. Excludes the Section 8 HUD bank account. Source: Balance Sheet for fund 801 (run by month) Schedule does not include OPEB investments - see separate report. 105 Fiscal Year 2020-2021 Net Change Net Chane Month End Bal* $ (8,561,737) $ 382,998,731 $ 39,238,741 $ 422,237,472 $ 57,117,548 $ 479,355,020 $ (6,119,043) $ 473,235,977 $ 12,395,392 $ 485,631,369 $ (12,127,894) $ 473,503,475 $ (9,006,651) $ 464,496,824 $ 295,126 $ 464,791,950 $ (5,748,174) $ 459,043,776 $ (11,764,390) $ 447,279,386 $ (11,517,721) $ 435,761,665 $ 7,438,252 $ 428,323,413 36,762,945 $ 28,286,769 $ 76,072,014 *Schedule represents total assets in 801 fund -including portfolio accounts, FMV adjustments, and cash in bank. Excludes the Section 8 HUD bank account. Source: Balance Sheet for fund 801 (run by month) Schedule does not include OPEB investments - see separate report. 105 Fiscal Year 2021-2022 Net Change Month End Bal* $ 302,966 $ 428,626,379 $ 63,526,149 $ 492,152,528 $ 25,611,495 $ 517,764,023 $ 872,988 $ 518,637,011 $ (7,201,984) $ 511,435,027 $ (17,106,146) $ 494,328,881 $ (11,640,607) $ 482,688,274 $ (5,845,338) $ 476,842,936 $ (9,580,769) $ 467,262,167 $ 6,361,893 $ 473,624,060 $ (5,770,624) $ 467,853,436 $ (11,243,254) $ 456,610,182 36,762,945 $ 28,286,769 $ 76,072,014 *Schedule represents total assets in 801 fund -including portfolio accounts, FMV adjustments, and cash in bank. Excludes the Section 8 HUD bank account. Source: Balance Sheet for fund 801 (run by month) Schedule does not include OPEB investments - see separate report. 105 Fiscal Year 2022-2023 Net Change Month End Bal* $ (11,358,975) $ 445,251,207 $ 81,589,406 $ 526,840,613 $ 23,718,570 $ 550,559,183 $ (3,315,030) $ 547,244,153 $ (5,588,003) $ 541,656,150 $ (8,973,954) $ 532,682,196 36,762,945 $ 28,286,769 $ 76,072,014 *Schedule represents total assets in 801 fund -including portfolio accounts, FMV adjustments, and cash in bank. Excludes the Section 8 HUD bank account. Source: Balance Sheet for fund 801 (run by month) Schedule does not include OPEB investments - see separate report. 105 � XXXXXXXX�XXX XXXXXXXXXXXX XaXXa�X Emy�c ����08$8o8Sd �mwoivmi8t at�tVmmt� 0 y W m O U m O C O6 G C C O C O C O 0 0 .......... d V d< O d m rn E XXbe at XX M n H XXXXXXXXXXXX XXXXXX i @ li N N 14 mmtXa mro.... 0 14 14 14 N 0 0 0 0 0 dbNOl OI� I Q l i a' � 0 0 0 ...lhdd.Ab�N ......... 0 0 0 0 {{y� O 1q� �fp adaa �ap ppb O p y� tri p� pmp E l?1�O(O�lyhWN m� C'1 OYI+I iNO� Om Np O lh N N m NAN N m N a�a{�{yy ONm{y QAVN�000A N N N N------ H N N N N N N M M M N. � aND W N(O W a 2 NOa N N M O d ............ N x000; NWNNNN E XXpXpXXXXXXXXX XXXXXXieXXXX m� .00000000000 N ........... 000000 .01 O1 O1A O C O C G O C O O G G y) m W C W a m m m m m m N N N N N . N N N H N N N N N N N N N N N N N N N N m N N N N N N N N N N N N XXXXXXXXQQXaXaX XXaEXXXXXXpXp�yXy XXXXa°g p E 0000000 OOO��NOf��tO�d Oi NNNNN COOGGC O G O OCC NG fV CmmCCC N MOl a v v .m O m mC aGpp N�q) bNMN tbO r N 0 rO)ACfm Ol�mrb VG r�D N m�mp O)A mm r O)ON brONmbd hdOb NNm m m N 0��00� 2 N O1 Q b b n _ W W NNNNNNNNNNN --------- H M N --—- -w--- NNN NE E mXXXXXXXXXXX XXXXXXXXXXXX `v, XXXXXX 0000.o 000�g �. th ��m'ry mlNcri OlL N W. Q � F ............ O O G C i 0 0 G O.. N N N Ol t h d d d LLm E �p AmOObmmO)mA Nv0N�0�Om� M�thppbop nbN� NOdNbtO�Nm�N� AtOtpp1 �'f�Nmmf N V mmly Ol OlddOlNr thbb rnnrmmam� M m. W th��t0 pp mm C m - W N N M H N N N N N N N N N lrh ............ N N N H N H .... . X X X X X X X X X X X X X de X X X X X X X X X X X X X X X X U IN d rm rO m � mn n nn Nm U f0 OO COG 66 -:-NN —4444 vl m W N M 1+f trh J�� U m E LL C W nb.-d dd COO dlh-m O W bviN --N Oi Oi OiNNN� ------------ dOO W mO th mN pm �NthNN f`�iDNS3Sm NNNNNNNNNNNN -b mm"�Ol N N N N N N � XXX X X X X X X X X X X X X X X X X X e X e e X X X X X _ dOf O) OOmmnn N Nr-.���0000 m0)OO�rAbn�ma 00 r �-� Nd n0 m� N 'NO1A OlN mN bA m N� Z-. m�p m�p pp {{yy �r1 tr1 rtmh ONiNmbO W Ovv 1 A d'mmmmmdddOl nn p p(p m A.nN A AQO)dN NmbmfO m my�yp V N N- O N U � E y E W vldmOi�� QQ m�p NNfh lh M Ol o E 'Eg 'E' gegg XXX N N .......... XXXXXXXXXXXX .NNNNN XXXXXX $mmmmtoo mtoommmm mm8mmmmm�gom SDoSmo C OCC.. CiGOCiG ....CGCG. NNN lV th Ol O)Old ,YO @Eae�i m d1h�Ol thmm umi uri te`Smm�a� mm�Or �mOOPf m�na_�mmai ao��i t°ih bmmblh �miu2mm m m � �� � ��'��'���� �N�� � � Nth O1 w .... H ..... N NNNNN NNNNN. 2� XXXXXXXXXXX XXXXXXXXX{X{�yXpXp1l XX � 000000000000 OOOOOOOOOIONQ {{X�y oXo �dvmElX OA�Ol vlO m tiOCCGCGGGGGG GOCOCCCCGG�� NNNO/ao vi m m E C m t )1 d O m m A t h � NNO)O)N OIN�� N t O m m n N N �mO)b N N N Ommn ...ANA - W NHNNNNHNHNHH X p Xp11 X X X X X X X X X X ............ X X X X X X X X X X X X NNN N M N m X X X X X 0 OO1 0 0 0 0 0 0 0 0 0 0 0 C .......... C 0 0 0 0 0 0 0 0 0 0 m N ............ A N b hN uIO G. N .. N m L m b O.Olm O d'th Qtly N l0 lh Cq --� e- � V!2 m� p 1 pm NR� m m � =W ------------ NNNNNHHH YINNN .NNNNN XtXpmXX XXXmXXXXXX XtX� OX�OX���OX�aXp 0 0 0 � � C C OC C G G G G G G G O�� O O N � M A � GGCGCOOOG «lV m*mXXX�X1A lV NOId V d m � 2 P p m OO m p A p bo N d p np�D O b O m r th m d N 0 0 tOO Ol 0 ty n ^ Y a O m O N N N A N O tV tai th ONDO Q trh N N m E W r r N N cV N fV M fV M Ol Oi N N N N eV � t7 vim � tD vi N O)y Ol m r N NthmAAm C ....... N N N N N. E iXil tXh aXo ntXm0000m XX nnuXi uXio u2'io eee XAue; � i a h N N N N N N N ... ............ ...... M b m Ol m C G G C G G C C C.. l V b d b O Ol N f M t 7< V d jaq OO11 lam dt D�pp pp I�brd VO NcR ��pp NImh C P � m O�DO�i�D�C00 COOCNO W O) Oi m ED 1� t0 1� f0 t0 t0 to IfI N N In v N" h O) � N O1 Q IO�NN N t7 Oi N b m d b n O f m O f m Ea �W M N N N N N N N N N M N N H N N N N N N N N H N N N H N N N X X X X X X X X X X X X X X X X X X X X X X X X X X X X X X C E 0 b m 0 0 0 0 0 0 0 4 0 N N Nl•�N NNNNN� N C G O O G O O C O C G G O O O O O O bb NNO O O m 0 0 b m O G G G O O. G G O . . N N NO O O b lli b N l N t 7 t i Ol M � U r N Nb o N yV b m O) m 1 N t m Q Nth a 0 b M m Oro O m Q b O l N mm A M O d N n b m i 0 N m N O D m m r n I O N d 0 b O) d m � V a 0 m O O l Vv N O r amm O m m m vN i fO i tONNvIY V Y N NNNN��NNfp'N� t�hNN� NCO o m E ~ C W N N H N H H N N N ... NNMNMMMNM M .. ...... m m ombb'ci ���•-.. ti000° o. M � 5.�� 0000 < u eq oocoo000 ��li <u� ...=... Q K m Ntpph a�aama amO ON1N AI�� W A � m Oi N btbOrrN W OEDNN ^aba YIN � N r d m c_EEaiallorn'm m omm N------ mnmm $'��naimo N YN3 tgiN GD �riDm ODdddm c W NNNNNHtl1NNNH- ------------ --- HN O Z O -mi lmi ¢' H o Z o'22 Q M" Q N o Z o� li f U m E 9 Schedule 8 Indian River County Allocation of Pooled Cash and Investments By Fund Types Balance in Funds as of March 31, 2023 General Fund Special Revenue Funds Debt Service Funds Capital Project Fund Solid Waste Fund Golf Course Fund Building Fund Utilities Funds Fleet Fund Insurance Funds Information Technology Fund Fiduciary Fund Total Investments Pooled Investments $ 127,211,263 $ 146,390,299 $ 469,705 $ 89,328,592 $ 40,997,132 $ 3,391,106 $ 6,833,332 $ 73,385,069 $ 239,404 $ 39,719,079 $ 3,031,468 $ 1,685,747 $ 532,682,196 Schedule includes all pooled investments, FMV adjustments, and cash in bank. Excludes Section 8 HUD bank account. Schedule does not include OPEB investments - see separate report. 107 JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801 27t' Street Vero Beach, FL 32960 Telephone: (772) 226-1516 1 � • Gompt U 7J G I 9y pt TO: Board of County Commissioners (acting as Board of Trustees of OPEB Trust) FROM: Elissa Nagy, Chief Deputy of Finance THRU: Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller DATE: May 19, 2023 SUBJECT: Quarterly OPEB Trust Report for Quarter Ending 3/31/2023 Attached please find a summary report consisting of the composition and investment return of the OPEB Trust for the second quarter of fiscal year 2023. These funds are held in trust by our custodian BNY/Mellon. This report was reviewed by our investment advisory committee on May 18, 2023. RECOMMENDATION Staff recommends that the Board of County Commissioners accept the attached Quarterly OPEB Trust Report. 108 .2 C a v LL L L c C a r J m 4 byp ~ EE c c° d� a pb p O O m 0 u1 N e•1 N N V1 m m m N m m XXX e o w m ` I°nQ a IWi1 u -aa o o 7 vii ri vaf m N O p � m N n m J O u a id .•+ eri N o o v r�i HH n m e m 01 v 'o O m m N m mm mOry N q 10 10 l0 IO 10 m o m .+ Vf N m m m .-I 10 m N IO e1 v v O c a Im o .•i e -I o' J m o o Oi a a n �o to v vi vi m R o o m m 40 m I VI N n m N VI aD m m l\/I > N N 10 VI N VI OD N H N N 01 N p N N N m N VT V1 N N VI V} c, n N -I N W -I Off en O Ili N t0 a l0 lmff Vf V m .m m m JT ai m vi to Io v w c v v a In N a Im�m� ~ N N N N N N V} ti 3 .ni ri c•i .+ .o c nt Y s 3 �cy VY N N N N N N m N N N m o m m o n n o m N w o m m N N m n n m m N I m N m N w m - N m O O m m m N N I m a E N N n n of N m m tp O N N O m N ~ ~ cc E 7 cc� M N N N N N N H V O N C d M a s a c ,, m N N N C O v c a`+ E a b 4D n 10 m m 0 m n N m m .-I n OC O y co mm vv o m v t' mnm w m m moon �'. mm .•+ m .•I ry n n Oi N N m DD O ao Oi O O a0 d c a� N N N m VI O O v n rl n m l0 t0 m N K •� ui YJ m N N l0 V1 N m m N N N m C y+ N O t ~ N Vf N Vf N N V} ( fiM Q) V id Q A d R 9 Y rJa v3 d N J A rr C O a v _ pax y ° c x 3 °• E :o -y d o y c e N 6 •A 8 � H C� W O. ° O` E �E 00 IL VE1 d d U € c a vvvv vv vsq�q �Dm LL mm J U m f O a 0 N c c c c X > > > iZ7Y1 c c c X d i'J' > r' > > > Val d v X X X X �ZZrpili 2 0 VI O O Vf Oy VI 0 0 0 a v O .. .Z O N N VI N N T oo N ci 6 V P •' N rj d = « W q V d 9 N C W CC w LL c ER e h O .2 C a v LL L L c C a r J 11 J A A a x ~ EE F C d� a In .°•I ? a m m m c XXX e o w m as d I°nQ a IWi1 u -aa o o 7 vii ri vaf m m .0 L 2 2 L L L L L L L L L CC C C C C C C C C C C C E EEEE EEE EE EEE m m m m m m m m m m m m m XR XXX XXX e XX X X o n. -Iv m VI Vf m n of nmv m 'i N mm m m m N n m o I� id m Iri id .•+ eri N o o v r�i v mn.+nm m vl0Oml0 mm mOry mm q m Io O n t0 v m �O O N r1 .•i e -I m m v 9 c f c c d 3 o a o Q a i E E v v v z O e N LL 0 > > > 9 JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 180127'11 Street Vero Beach, FL 32960 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, CHIEF DEPUTY OF FINANCE THRU: JEFFREY R. SMITH, COMPTROLLER DATE: May 25, 2023 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS May 19, 2023 to May 25, 2023 In compliance with Chapter 136.06, Florida Statutes, all checks and electronic payments issued by the Board of County Commissioners are to be recorded in the Board minutes. Approval is requested for the attached lists of checks and electronic payments, issued by the Comptroller's office, for the time period of May 19, 2023 to May 25, 2023. 110 CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 436777 05/25/2023 AT&T WIRELESS 217.05 436778 05/25/2023 INDIAN RIVER COUNTY HEALTH DEPT 29,527.57 436779 05/25/2023 VICTIM ASSISTANCE PROGRAM 7,460.08 436780 05/25/2023 ROGER J NICOSIA 1,500.00 436781 05/25/2023 CITY OF VERO BEACH 948.77 436782 05/25/2023 CITY OF VERO BEACH 11,987.50 436783 05/25/2023 INDIAN RIVER COUNTY UTILITIES 600.00 436784 05/25/2023 FLORIDA POWER AND LIGHT 9,262.80 436785 05/25/2023 STATE ATTORNEY 9,742.68 436786 05/25/2023 SEBASTIAN RIVER HIGH SCHOOL 450.00 436787 05/25/2023 ST LUCIE COUNTY BOCC 59,533.16 436788 05/25/2023 CELICO PARTNERSHIP 3,812.26 436789 05/25/2023 CHRISTOPHER GRAY 448.88 436790 05/25/2023 DANE MACDONALD 125.00 436791 05/25/2023 FISHER & PHILLIPS LLP 2,035.50 436792 05/25/2023 UNDER THE SUN PROMOTIONS 500.00 436793 05/25/2023 SCHMIDT REAL ESTATE FLORIDA EAST COAST LLC 420.12 436794 05/25/2023 BLUETARP FINANCIAL INC 34.56 436795 05/25/2023 BOYLE APPRAISAL SERVICE INC 1,062.50 436796 05/25/2023 HALL & SONS INC 500.00 436797 05/25/2023 ALS REFUNDS 240.00 436798 05/25/2023 UTIL REFUNDS 19.83 436799 05/25/2023 UTIL REFUNDS 85.74 436800 05/25/2023 UTIL REFUNDS 52.78 436801 05/25/2023 UTIL REFUNDS 193.91 436802 05/25/2023 UTIL REFUNDS 67.45 436803 05/25/2023 UTIL REFUNDS 9.49 436804 05/25/2023 UTIL REFUNDS 97.91 436805 05/25/2023 UTIL REFUNDS 12.03 436806 05/25/2023 UTIL REFUNDS 45.01 436807 05/25/2023 UTIL REFUNDS 62.50 436808 05/25/2023 UTIL REFUNDS 46.55 436809 05/25/2023 UTIL REFUNDS 80.92 436810 05/25/2023 UTIL REFUNDS 55.45 436811 05/25/2023 UTIL REFUNDS 111.02 436812 05/25/2023 UTIL REFUNDS 74.22 436813 05/25/2023 UTIL REFUNDS 63.40 436814 05/25/2023 UTIL REFUNDS 206.62 436815 05/25/2023 UTIL REFUNDS 112.11 436816 05/25/2023 UTIL REFUNDS 7.26 436817 05/25/2023 UTIL REFUNDS 39.36 436818 05/25/2023 UTIL REFUNDS 104.15 436819 05/25/2023 UTIL REFUNDS 69.30 436820 05/25/2023 UTIL REFUNDS 18.70 436821 05/25/2023 UTIL REFUNDS 66.21 436822 05/25/2023 UTIL REFUNDS 34.74 436823 05/25/2023 UTIL REFUNDS 77.78 436824 05/25/2023 UTIL REFUNDS 78.58 436825 05/25/2023 UTIL REFUNDS 42.68 436826 05/25/2023 UTIL REFUNDS 35.60 436827 05/25/2023 UTIL REFUNDS 83.47 436828 05/25/2023 UTIL REFUNDS 78.68 436829 05/25/2023 UTIL REFUNDS 73.27 436830 05/25/2023 UTIL REFUNDS 70.12 436831 05/25/2023 UTIL REFUNDS 44.42 436832 05/25/2023 UTIL REFUNDS 36.13 436833 05/25/2023 UTIL REFUNDS 89.13 436834 05/25/2023 UTIL REFUNDS 55.10 TRANS NBR DATE VENDOR AMOUNT 436835 05/25/2023 UTIL REFUNDS 9.01 436836 05/25/2023 UTIL REFUNDS 230.89 436837 05/25/2023 UTIL REFUNDS 42.35 436838 05/25/2023 UTIL REFUNDS 16.56 436839 05/25/2023 UTIL REFUNDS 76.11 436840 05/25/2023 UTIL REFUNDS 76.84 436841 05/25/2023 UTIL REFUNDS 61.82 436842 05/25/2023 UTIL REFUNDS 24.13 436843 05/25/2023 UTIL REFUNDS 100.00 436844 05/25/2023 UTIL REFUNDS 71.27 436845 05/25/2023 PORT CONSOLIDATED INC 2,402.93 436846 05/25/2023 ROCKWOOD CORPORATION 369.68 436847 05/25/2023 COLE PARMER INSTRUMENT CO 178.49 436848 05/25/2023 COMMUNICATIONS INTERNATIONAL 4,006.00 436849 05/25/2023 TEN-8 FIRE EQUIPMENT INC 816.14 436850 05/25/2023 RANGER CONSTRUCTION IND INC 1,858.56 436851 05/25/2023 VERO CHEMICAL DISTRIBUTORS INC 722.50 436852 05/25/2023 RICOH USA INC 98.38 436853 05/25/2023 SAFETY PRODUCTS INC 375.60 436854 05/25/2023 INDIAN RIVER BATTERY 2,161.00 436855 05/25/2023 GRAINGER 516.67 436856 05/25/2023 KELLY TRACTOR CO 481.15 436857 05/25/2023 KELLY TRACTOR CO 2,843.48 436858 05/25/2023 GENES AUTO GLASS INC 260.00 436859 05/25/2023 VERO MARINE CENTER INC 843.23 436860 05/25/2023 GRAYBAR ELECTRIC CO INC 1,700.14 436861 05/25/2023 HACH CO 5,423.08 436862 05/25/2023 AVERY DENNISON CORPORATION 2,323.36 436863 05/25/2023 NATIONAL FIRE PROTECTION ASSOC 0.00 436864 05/25/2023 BOUND TREE MEDICAL LLC 8,312.05 436865 05/25/2023 EXPRESS REEL GRINDING INC 2,830.00 436866 05/25/2023 TIRESOLES OF BROWARD INC 9,263.26 436867 05/25/2023 CHILDCARE RESOURCES OF IRC INC 42,637.63 436868 05/25/2023 MYRON L COMPANY 891.32 436869 05/25/2023 JOHN C HINTON 475.00 436870 05/25/2023 MIDWEST TAPE LLC 238.60 436871 05/25/2023 ODYSSEY MANUFACTURING CO 24,500.70 436872 05/25/2023 CENGAGE LEARNING INC 904.27 436873 05/25/2023 GO COASTAL INC 19.90 436874 05/25/2023 COMMUNITY ASPHALT CORP 272.00 436875 05/25/2023 WILLIE C REAGAN 850.00 436876 05/25/2023 INDIAN RIVER COUNTY HEALTH DEPT 475.00 436877 05/25/2023 CITY OF VERO BEACH 1,624.95 436878 05/25/2023 INDIAN RIVER ALL FAB INC 1,780.00 436879 05/25/2023 HOME DEPOT USA INC 1,876.92 436880 05/25/2023 LIVINGSTON PAGE 150.00 436881 05/25/2023 JANITORIAL DEPOT OF AMERICA INC 160.68 436882 05/25/2023 TREASURE COAST HOMELESS SERVICES 12,576.03 436883 05/25/2023 BRACKETT FAMILY LIMITED PARTNERSHIP 1,174.00 436884 05/25/2023 HENRY FISCHER & SONS INC 590.00 436885 05/25/2023 ROGER CLEVELAND GOLF INC 107.57 436886 05/25/2023 ACUSHNET COMPANY 1,650.55 436887 05/25/2023 FEDERAL EXPRESS CORP 182.84 436888 05/25/2023 COMO OIL COMPANY OF FLORIDA 688.60 436889 05/25/2023 CALLAWAY GOLF SALES COMPANY 9,860.70 436890 05/25/2023 FLORIDA POWER AND LIGHT 66,444.05 436891 05/25/2023 FLORIDA POWER AND LIGHT 1,116.66 436892 05/25/2023 GLOBAL GOLF SALES INC 92.05 436893 05/25/2023 HIBISCUS CHILDRENS CENTER INC 3,518.20 436894 05/25/2023 COMPLETE ELECTRIC INC 250.00 112 2 TRANS NBR DATE VENDOR AMOUNT 436895 05/25/2023 IRC HEALTHY START COALITION INC 1,666.67 436896 05/25/2023 IRC HEALTHY START COALITION INC 15,458.33 436897 05/25/2023 IRC HEALTHY START COALITION INC 10,018.94 436898 05/25/2023 FLORIDA STATE GOLF ASSOCIATION 552.00 436899 05/25/2023 HENRY SMITH 150.00 436900 05/25/2023 THE FLORIDA BAR 310.00 436901 05/25/2023 CHILDRENS HOME SOCIETY OF FL 3,000.00 436902 05/25/2023 CHILDRENS HOME SOCIETY OF FL 9,695.88 436903 05/25/2023 ELXSI INC 18,975.42 436904 05/25/2023 DAVID SPARKS 808.00 436905 05/25/2023 FORT PIERCE HOUSING AUTHORITY 825.00 436906 05/25/2023 BRIDGESTONE AMERICAS INC 712.98 436907 05/25/2023 THE PALMS AT VERO BEACH 2,919.00 436908 05/25/2023 HULETT ENVIRONMENTAL SERVICES 25.00 436909 05/25/2023 CINTAS CORPORATION NO 2 221.40 436910 05/25/2023 ARTHUR PRUETT 798.00 436911 05/25/2023 FLORIDA DEPT OF JUVENILE JUSTICE 45,718.00 436912 05/25/2023 FLORIDA RURAL LEGAL SERVICES INC 2,970.51 436913 05/25/2023 BRIDGESTONE GOLF INC 2,570.54 436914 05/25/2023 SOUTHERN JANITOR SUPPLY INC 927.90 436915 05/25/2023 MICHAEL JAHOLKOWSKI 554.00 436916 05/25/2023 JACKS COMPLETE TREE SERVICE INC 1,800.00 436917 05/25/2023 GLOVER OIL COMPANY INC 46,687.29 436918 05/25/2023 LARRY STEPHENS 75.00 436919 05/25/2023 CAROLE J MADIGAN 1,500.00 436920 05/25/2023 RICHARD SCHLITT 862.00 436921 05/25/2023 HINKLE & SONS SERVICES INC 150.00 436922 05/25/2023 SUNCOAST REALTY & RENTAL MGMT LLC 872.00 436923 05/25/2023 SUNBELT RENTALS INC 638.09 436924 05/25/2023 PAMELA R CUMMINGS 689.00 436925 05/25/2023 JOHNNY B SMITH 220.00 436926 05/25/2023 GLOBALSTAR USA 221.46 436927 05/25/2023 FISHER & PHILLIPS LLP 5,752.50 436928 05/25/2023 INDIAN RIVER RDA LP 530.00 436929 05/25/2023 CEMEX INC 355.32 436930 05/25/2023 REDLANDS CHRISTIAN MIGRANT ASSOC 7,530.95 436931 05/25/2023 SIMS CRANE & EQUIPMENT CO 12,284.11 436932 05/25/2023 PETER J CASSARA 7,485.00 436933 05/25/2023 ECONOMIC OPPORTUNITIES COUNCIL OF IRC 16,068.12 436934 05/25/2023 NICOLACE MARKETING INC 1,000.00 436935 05/25/2023 OKEECHOBEE PARTNERS LLC 1,050.00 436936 05/25/2023 KELLY COLLINS & GENTRY INC 1,402.50 436937 05/25/2023 OVERDRIVE INC 1,997.47 436938 05/25/2023 MISS INC OF THE TREASURE COAST 1,950.00 436939 05/25/2023 FIVE STAR PROPERTY HOLDING LLC 1,407.00 436940 05/25/2023 PENGUIN RANDOM HOUSE LLC 30.00 436941 05/25/2023 QUICKSERIES PUBLISHING INC 6,300.00 436942 05/25/2023 FLORIDA DESIGN DRILLING CORP 65,435.99 436943 05/25/2023 STS MAINTAIN SERVICES INC 7,331.25 436944 05/25/2023 HAWKINS INC 3,498.00 436945 05/25/2023 AUGUSTUS B FORT JR 939.00 436946 05/25/2023 CATHEDRAL CORPORATION 3,999.57 436947 05/25/2023 H&H SHADOWBROOK LLC 737.00 436948 05/25/2023 GOTTA GO GREEN ENTERPISES INC 190.83 436949 05/25/2023 HYDROMAX USA LLC 22,384.50 436950 05/25/2023 FLORIDA EAST COAST HOLDINGS CORP 10,418.68 436951 05/25/2023 WEDGEWOOD RENTALS LLC 768.00 436952 05/25/2023 MATHESON TRI -GAS INC 9,536.70 436953 05/25/2023 COLE AUTO SUPPLY INC 7,433.82 436954 05/25/2023 RHOADES AIR & HEAT 1,925.00 3 113 TRANS NBR DATE VENDOR AMOUNT 436955 05/25/2023 KONICA MINOLTA BUSINESS SOLUTIONS 337.87 436956 05/25/2023 BETH NOLAN 120.00 436957 05/25/2023 DAY DREAMS UNIFORMS INC 2,104.00 436958 05/25/2023 NKW PIP HOLDINGS I LLC 942.00 436959 05/25/2023 CALVIN GIORDANO & ASSOCIATES INC 27,253.13 436960 05/25/2023 CORE & MAIN LP 23,935.01 436961 05/25/2023 WOERNER AGRIBUSINESS LLC 456.00 436962 05/25/2023 RANDY BETHEL 400.00 436963 05/25/2023 KARL POKRANDT 1,109.00 436964 05/25/2023 TRAFFIC SUPPLIES & DISTRIBUTION LLC 7,835.00 436965 05/25/2023 BRANDON ROUER 3,231.00 436966 05/25/2023 VISTA OUTDOOR SALES LLC 257.80 436967 05/25/2023 HUDSON CONSULTING & MANAGEMENT LLC 1,432.00 436968 05/25/2023 AMAZON CAPITAL SERVICES INC 3,143.96 436969 05/25/2023 PACE ANALYTICAL SERVICES LLC 5,569.24 436970 05/25/2023 AMERIGAS PROPANE LP 197.25 436971 05/25/2023 MISS B'S LEARNING BEES 4,538.92 436972 05/25/2023 JORDAN POWER EQUIPMENT CORP 391.14 436973 05/25/2023 LIFE EXTENSION CLINICS INC 45,060.00 436974 05/25/2023 CK CONTRACTORS & DEVELOPMENT LLC 29,253.19 436975 05/25/2023 DERECK R PRINCE 105.00 436976 05/25/2023 MULLINAX FORD OF VERO BEACH 2,333.07 436977 05/25/2023 JUDITH A BURLEY 242.50 436978 05/25/2023 SHARON P BRENNAN 776.00 436979 05/25/2023 KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 401.92 436980 05/25/2023 KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 332.74 436981 05/25/2023 REARDONS FAB SHOP 1,065.00 436982 05/25/2023 MT CAUSLEY LLC 25,047.00 436983 05/25/2023 A PLUS PROPERTY MANAGEMENT INC 3,094.00 436984 05/25/2023 FERGUSON US HOLDINGS INC 4,412.76 436985 05/25/2023 BLUE GOOSE CONSTRUCTION LLC 3,314.47 436986 05/25/2023 ORCHARD GROVE VENTURE LLC 1,175.00 436987 05/25/2023 STAPLES INC 541.27 436988 05/25/2023 LOWES COMPANIES INC 2,591.02 436989 05/25/2023 MILLENNIUM CREMATORY LLC 425.00 436990 05/25/2023 GOOD SPORTSMAN MARKETING LLC 1,639.37 436991 05/25/2023 TOTAL GOLF CART LLC 516.48 436992 05/25/2023 BREGO PROPERTIES LLC 861.00 436993 05/25/2023 ROBERT A HUDSON 150.00 436994 05/25/2023 SREIT LEXINGTON CLUB LLC 4,443.00 436995 05/25/2023 THEODORE SEMI 270.00 436996 05/25/2023 VERO BEACH LEASED HOUSING ASSOC III LLLP 484.00 436997 05/25/2023 MARLBROS HOLDINGS LLC 1,341.00 436998 05/25/2023 WIPEOUT SERVICES LLC 175.00 436999 05/25/2023 BRITTON INDUSTRIES INC 379.27 437000 05/25/2023 LAWRENCE F WALLIN 100.00 437001 05/25/2023 HIREQUEST LLC 8,833.47 437002 05/25/2023 PETERBILT STORE SOUTH FLORIDA LLC 237.13 437003 05/25/2023 SEUNG KIM 708.00 437004 05/25/2023 NEX-GEN PARTNERS LLC 6,678.00 437005 05/25/2023 CER SIGNATURE CLEANING LLC 3,800.00 437006 05/25/2023 CLEAN SPACE INC 455.00 437007 05/25/2023 EZAS INVESTMENTS LLC 1,300.00 437008 05/25/2023 MICHAEL MILLER 1,361.00 437009 05/25/2023 MARUBENI AMERICA CORPORATION 840.30 437010 05/25/2023 RS REALTY ADVISORS LLC 1,951.00 437011 05/25/2023 SCOTT B MCKINLEY 70.00 437012 05/25/2023 GOMEZ BROTHERS CONTRACT SERVICES 180.00 437013 05/25/2023 WILLIAM J LAHEY 1,900.00 437014 05/25/2023 SONIA SUSAN SOSA 1,383.00 4 114 TRANS NBR DATE VENDOR AMOUNT 437015 05/25/2023 ULTIMATE PROPERTIES & LOGISTICS LLC 1,250.00 437016 05/25/2023 SHRIEVE CHEMICAL CO LLC 8,511.78 437017 05/25/2023 BTAC HOLDING CORP 8,827.79 437018 05/25/2023 CRYSTAL MCANELLY DIVERS 50.00 437019 05/25/2023 LEGENDARY HEADWEAR 1,365.14 437020 05/25/2023 RONALD MARASCO SR 270.00 437021 05/25/2023 TAYLOR NELSON AUXIER 175.00 437022 05/25/2023 KAREN CHENNELL 2,243.00 437023 05/25/2023 JT VERO PROPERTIES LLC 3,348.00 437024 05/25/2023 DOUG FREEMAN 500.00 437025 05/25/2023 PREMIER NURSERIES LLC 6,184.00 437026 05/25/2023 SM REALTY PARTNERS LLC 2,207.00 437027 05/25/2023 XEROX CORPORATION 258.20 437028 05/25/2023 BLUETARP FINANCIAL INC 3,202.61 437029 05/25/2023 IXORIA RE LLC 2,414.00 437030 05/25/2023 AIRVAC INC 10,992.78 437031 05/25/2023 DONNA W ROBERTS 120.00 437032 05/25/2023 HI LIFE PROPERTY MANAGEMENT LLC 1,578.00 437033 05/25/2023 JORDAN PARKER 100.00 437034 05/25/2023 JB JONES JR 721.00 437035 05/25/2023 UNA GRAHAM 1,400.00 437036 05/25/2023 HAR-RO PROPERTIES LLC 1,030.00 437037 05/25/2023 NICOLE ALBANO 120.00 437038 05/25/2023 BARBARA D WHITTAKER 343.85 437039 05/25/2023 JOHN DAVID HAYES 2,600.00 437040 05/25/2023 SUBSTANCE ABUSE COUNCIL OR IRC 12,620.53 437041 05/25/2023 THE OSBORN ENGINEERING COMPANY 3,488.00 437042 05/25/2023 GARY C ALERTE JR 750.00 437043 05/25/2023 ARTHUR J MALTY 125.00 437044 05/25/2023 MIKEL KINNEY RUYLE 200.00 437045 05/25/2023 JOHN DIGIACOMO 125.00 437046 05/25/2023 BALL FABRICS INC 1,342.60 437047 05/25/2023 FIONNA SMITH 5,667.00 437048 05/25/2023 PINES VILLAGE LLC 2,930.65 437049 05/25/2023 PARAGON ELECTRIC OF VERO INC 40,111.95 437050 05/25/2023 ATKINS NORTH AMERICA INC 37,898.40 437051 05/25/2023 INTERNATIONAL GOLF MAINTENANCE INC 111,444.25 437052 05/25/2023 TLC DIVERSIFIED INC 144,245.12 437053 05/25/2023 MASTELLER & MOLER INC 1,352.75 437054 05/25/2023 CENTERLINE UTILITIES INC 245,474.88 437055 05/25/2023 PROCTOR CONSTRUCTION COMPANY LLC 351,155.49 437056 05/25/2023 BOWMAN CONSULTING GROUP LTD 22,875.00 437057 05/25/2023 TETRA TECH INC 32,813.70 437058 05/25/2023 VIRGINIA W RUSSELL FAMILY LIMITED PARTNERSHIP[ 96,417.36 437059 05/25/2023 SPIEZLE ARCHITECTURAL GROUP INC 10,585.00 437060 05/25/2023 GOMEZ & SON FENCE CORP 182,297.84 437061 05/25/2023 FLORIDA RECREATION & PARK ASSOC INC 600.00 437062 05/25/2023 KAREN RACKARD 60.00 437063 05/25/2023 NATIONAL ASSOCIATION OF COUNTIES 600.00 437064 05/25/2023 THE FLORIDA BAR 225.00 437065 05/25/2023 RACHEL IVEY 269.72 437066 05/25/2023 STACY FAULKNER 103.00 437067 05/25/2023 FLORIDA HOUSING COALITION INC 990.00 437068 05/25/2023 LINDA CAGGIANO 79.83 437069 05/25/2023 MICHAEL KING 898.85 437070 05/25/2023 JORDAN MONTEROSSO 2.58 437071 05/25/2023 MASON KOZAC 214.95 437072 05/25/2023 JOSE VEGA 75.00 437073 05/25/2023 FL STATE HORTICULTURAL SOCIETY INC 340.00 437074 05/25/2023 ERIN SAWYER 134.00 5 115 TRANS NBR DATE VENDOR Grand Total: AMOUNT 2,450,651.55 116 RENTAL ASSISTANCE CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 902664 05/25/2023 UNIVERSITY OF SOUTH FLORIDA 650.00 Grand Total: 650.00 117 ELECTRONIC PAYMENT - VISA CARD TRANS. NBR DATE VENDOR AMOUNT 1020634 05/19/2023 OFFICE DEPOT INC 445.42 1020635 05/19/2023 COMCAST 251.35 1020636 05/19/2023 WASTE MANAGEMENT INC OF FLORIDA 3,173.65 1020637 05/25/2023 PARKS RENTAL & SALES INC 80.00 1020638 05/25/2023 INDIAN RIVER OXYGEN INC 88.50 1020639 05/25/2023 RING POWER CORPORATION 1,108.60 1020640 05/25/2023 DEMCOINC 126.41 1020641 05/25/2023 TEAM EQUIPMENT INC 27,971.84 1020642 05/25/2023 MEEKS PLUMBING INC 37,000.07 1020643 05/25/2023 IRRIGATION CONSULTANTS UNLIMITED INC 309.00 1020644 05/25/2023 HILL MANUFACTURING CO INC 1,119.33 1020645 05/25/2023 GROVE WELDERS INC 7,138.97 1020646 05/25/2023 TOTAL TRUCK PARTS INC 640.00 1020647 05/25/2023 PRIDE ENTERPRISES 3,644.53 1020648 05/25/2023 STRYKER SALES CORP 3,495.00 1020649 05/25/2023 AUTO PARTNERS LLC 1,837.31 1020650 05/25/2023 HYDRA SERVICE (S) INC 140,215.00 1020651 05/25/2023 UNIFIRST CORPORATION 687.07 1020652 05/25/2023 NEXAIR LLC 163.93 1020653 05/25/2023 EFE INC 2,038.31 1020654 05/25/2023 TOSHIBA AMERICA BUSINESS SOLUTIONS INC 65.50 1020655 05/25/2023 CARLON INC 737.80 1020656 05/25/2023 AT&T CORP 198.00 1020657 05/25/2023 OFFICE DEPOT INC 804.08 1020658 05/25/2023 COMCAST 99.95 Grand Total: 233,439.62 1 118 ELECTRONIC PAYMENTS - WIRE & ACH TRANS NBR DATE 10520 05/19/2023 10521 05/22/2023 10522 05/23/2023 10523 05/25/2023 10524 05/25/2023 10525 05/25/2023 10526 05/25/2023 Grand Total: VENDOR SAVE ON SP LLC P&A ADMINISTRATIVE SERVICES INC CITY OF SEBASTIAN KIMLEY HORN & ASSOC INC TIMOTHY ROSE CONTRACTING INC RX BENEFITS INC CER SIGNATURE CLEANING LLC AMOUNT 35,694.89 399.00 40,059.99 26,240.41 135,534.84 297,080.84 13,762.87 548,772.84 1 119 JEFFREY R. SMITH, Clerk of Circuit Court & Comptroller Finance Department 1801 271' Street Vero Beach, FL 32960 CPA, CGFO, CGMA TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, CHIEF DEPUTY OF FINANCE THRU: JEFFREY R. SMITH, COMPTROLLER DATE: June 1, 2023 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS May 26, 2023 to June 1, 2023 ''Gouty)" �• ( °oo t �RManC� � rJ� In compliance with Chapter 136.06, Florida Statutes, all checks and electronic payments issued by the Board of County Commissioners are to be recorded in the Board minutes. Approval is requested for the attached lists of checks and electronic payments, issued by the Comptroller's office, for the time period of May 26, 2023 to June 1, 2023. 120 CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 437075 05/26/2023 UNITED WAY OF INDIAN RIVER COUNTY 794.00 437076 05/26/2023 CALIFORNIA STATE DISBURSEMENT UNIT 305.19 437077 05/26/2023 COMMONWEALTH OF MASSACHUSETTS 154.00 437078 05/26/2023 NORTH DAKOTA CHILD SUPPORT 228.47 437079 06/01/2023 ARTHUR J GALLAGHER & CO 3,986,860.12 437080 06/01/2023 SCOTT MCADAM 70.00 437081 06/01/2023 HIMANSHU MEHTA 705.23 437082 06/01/2023 RECYCLE FLORIDA TODAY INC 435.00 437083 06/01/2023 ELIZABETH POWELL 156.06 437084 06/01/2023 RACE TO SAFETY TRAINING LLC 175.00 437085 06/01/2023 DAVID CHECCHI 60.00 437086 06/01/2023 JOHN BIRHANZL 241.75 437087 06/01/2023 JONES & BARTLETT LEARNING LLC 68.92 437088 06/01/2023 MELISSAARNDT 241.75 437089 06/01/2023 ALAN HILL 241.75 437090 06/01/2023 KIMLEY HORN & ASSOC INC 5,670.00 437091 06/01/2023 CLERK OF CIRCUIT COURT 125.00 437092 06/01/2023 INDIAN RIVER COUNTY HEALTH DEPT 3,000.00 437093 06/01/2023 AT&T CORP 6.00 437094 06/01/2023 AT&T CORP 690.00 437095 06/01/2023 AT&T CORP 1,273.52 437096 06/01/2023 INDIAN RIVER COUNTY UTILITIES 300.00 437097 06/01/2023 FLORIDA POWER AND LIGHT 1,826.57 437098 06/01/2023 VETERANS COUNCIL OF I R C 6,746.72 437099 06/01/2023 CELICO PARTNERSHIP 36.07 437100 06/01/2023 TOMMY HAWKINS & SONS 158.00 437101 06/01/2023 CHANGE HEALTHCARE LLC 40,538.80 437102 06/01/2023 STATE OF FLORIDA 19,954.79 437103 06/01/2023 GRBK GHO HOMES LLC 341,188.05 437104 06/01/2023 WITT O'BRIEN'S LLC 232.50 437105 06/01/2023 LOWES COMPANIES INC 109.98 437106 06/01/2023 SUPERIOR FENCE & RAIL OF THE TREASURE COAST 75.00 437107 06/01/2023 RE/MAX CROWN REALTY 150.00 437108 06/01/2023 KAWANDAJONES 250.00 437109 06/01/2023 MARIE BAPTISTE 750.00 437110 06/01/2023 UTIL REFUNDS 379.92 437111 06/01/2023 UTIL REFUNDS 25.00 437112 06/01/2023 UTIL REFUNDS 50.00 437113 06/01/2023 UTIL REFUNDS 74.97 437114 06/01/2023 UTIL REFUNDS 100.00 437115 06/01/2023 UTIL REFUNDS 50.00 437116 06/01/2023 STURGIS LUMBER & PLYWOOD CO 262.63 437117 06/01/2023 TEN -8 FIRE EQUIPMENT INC 5,938.83 437118 06/01/2023 RANGER CONSTRUCTION IND INC 1,248.72 437119 06/01/2023 FISHER SCIENTIFIC COMPANY LLC 155.64 437120 06/01/2023 VERO CHEMICAL DISTRIBUTORS INC 249.10 437121 06/01/2023 PERERS ENTERPRISES INC 6,885.30 437122 06/01/2023 RICOH USA INC 140.84 437123 06/01/2023 KIMLEY HORN & ASSOC INC 3,000.00 437124 06/01/2023 SAFETY PRODUCTS INC 367.90 437125 06/01/2023 DATA FLOW SYSTEMS INC 1,754.00 437126 06/01/2023 PARALEE COMPANY INC 1,367.80 437127 06/01/2023 E -Z BREW COFFEE & BOTTLE WATER SVC 34.00 437128 06/01/2023 INDIAN RIVER BATTERY 814.35 437129 06/01/2023 GRAINGER 966.50 437130 06/01/2023 SAFETY KLEEN SYSTEMS INC 283.75 1 121 TRANS NBR DATE VENDOR AMOUNT 437131 06/01/2023 GAYLORD BROTHERS INC 695.50 437132 06/01/2023 WILD LAND ENTERPRISES INC 37.00 437133 06/01/2023 HACH CO 2,176.15 437134 06/01/2023 AVERY DENNISON CORPORATION 3,295.00 437135 06/01/2023 BOUND TREE MEDICAL LLC 4,369.54 437136 06/01/2023 CHILDCARE RESOURCES OF IRC INC 26,763.27 437137 06/01/2023 DELI: MARKETING LP 893.00 437138 06/01/2023 JOHN C HINTON 720.00 437139 06/01/2023 MIDWEST TAPE LLC 1,393.53 437140 06/01/2023 ODYSSEY MANUFACTURING CO 15,484.35 437141 06/01/2023 HUDSON PUMP & EQUIPMENT 50,847.00 437142 06/01/2023 BAKER DISTRIBUTING CO LLC 58.16 437143 06/01/2023 JIMMYS AIR & REFRIGERATION INC 362.60 437144 06/01/2023 INDIAN RIVER COUNTY HEALTH DEPT 300.00 437145 06/01/2023 INDIAN RIVER COUNTY HEALTH DEPT 300.00 437146 06/01/2023 CITY OF VERO BEACH 1,384.12 437147 06/01/2023 HOME DEPOT USA INC 110.68 437148 06/01/2023 UNITED STATES POSTAL SERVICE 12,000.00 437149 06/01/2023 LIVINGSTON PAGE 150.00 437150 06/01/2023 TREASURE COAST HOMELESS SERVICES 1,087.96 437151 06/01/2023 FEDERAL EXPRESS CORP 25.65 437152 06/01/2023 CENTRAL A/C & REFRIGERATION SUPPLY INC 32.53 437153 06/01/2023 COMO OIL COMPANY OF FLORIDA 700.56 437154 06/01/2023 SIEMENS INDUSTRY INC 1,101.00 437155 06/01/2023 FLORIDA POWER AND LIGHT 213,053.05 437156 06/01/2023 FLORIDA POWER AND LIGHT 41,521.97 437157 06/01/2023 COMPLETE ELECTRIC INC 252.78 437158 06/01/2023 TREASURE COAST SPORTS COMMISSION INC 2,650.00 437159 06/01/2023 BE SAFE SECURITY ALARMS INC 239.70 437160 06/01/2023 ESRI INC 216.99 437161 06/01/2023 HENRY SMITH 150.00 437162 06/01/2023 INTERNATIONAL ASSOCIATION OF 240.00 437163 06/01/2023 RECHTIEN INTERNATIONAL TRUCKS 5,793.19 437164 06/01/2023 THE PALMS AT VERO BEACH 450.00 437165 06/01/2023 NATIONAL ASSOCIATIONS OF COUNTY 550.00 437166 06/01/2023 TRANE US INC 513,716.17 437167 06/01/2023 HULETT ENVIRONMENTAL SERVICES 429.50 437168 06/01/2023 ELECTRONIC ACCESS SPECIALIST 424.42 437169 06/01/2023 POLYDYNE INC 3,749.00 437170 06/01/2023 FASTENAL COMPANY 46.56 437171 06/01/2023 THE SHERWIN WILLIAMS CO 324.74 437172 06/01/2023 SOUTHERN JANITOR SUPPLY INC 3,821.67 437173 06/01/2023 GLOVER OIL COMPANY INC 23,135.77 437174 06/01/2023 C W NIELSEN MFG CORP 4,050.00 437175 06/01/2023 LARRY STEPHENS 150.00 437176 06/01/2023 CONSOLIDATED ELECTRICAL DISTRIBUTORS INC 768.30 437177 06/01/2023 JOHNNY B SMITH 125.00 437178 06/01/2023 DAWN WITHERINGTON 3,100.00 437179 06/01/2023 CEMEX INC 355.32 437180 06/01/2023 PETER J CASSARA 7,710.00 437181 06/01/2023 AAPMVR CORP 1,342.69 437182 06/01/2023 NICOLACE MARKETING INC 5,538.00 437183 06/01/2023 ATLANTIC COASTAL LAND TITLE CO LLC 95.00 437184 06/01/2023 FLORIDA ARMATURE WORKS INC 3,713.10 437185 06/01/2023 FLORIDA COAST EQUIPMENT INC 4,202.67 437186 06/01/2023 OVERDRIVE INC 1,493.01 437187 06/01/2023 ALAN JAY CHEVROLET CADILLAC 28,316.00 437188 06/01/2023 CLEAR VILLAGE INC 32,062.00 437189 06/01/2023 MUNICIPAL EMERGENCY SERVICES INC 6,353.87 2 122 TRANS NBR DATE VENDOR AMOUNT 437190 06/01/2023 BURNETT LIME CO INC 15,120.94 437191 06/01/2023 CHEMTRADE CHEMICALS CORPORTATION 4,693.35 437192 06/01/2023 STS MAINTAIN SERVICES INC 21,602.30 437193 06/01/2023 MICHAEL EDWARD HAMILTON 300.00 437194 06/01/2023 A GREAT FENCE LLC 30,880.00 437195 06/01/2023 SITEONE LANDSCAPE SUPPLY HOLDINGS LLC 323.62 437196 06/01/2023 GOTTA GO GREEN ENTERPISES INC 89.83 437197 06/01/2023 BARSALOU VENTURES LLC 1,046.80 437198 06/01/2023 WURTH USA INC 23.79 437199 06/01/2023 MATHESON TRI-GAS INC 10,517.76 437200 06/01/2023 CANARX GROUP INC 5,209.20 437201 06/01/2023 COLE AUTO SUPPLY INC 3,908.90 437202 06/01/2023 KREMEDY LLC 3,500.00 437203 06/01/2023 BETH NOLAN 150.00 437204 06/01/2023 FLORIDA BULB & BALLAST INC 6,500.30 437205 06/01/2023 CORE & MAIN LP 12,051.17 437206 06/01/2023 WOERNER AGRIBUSINESS LLC 140.00 437207 06/01/2023 BOTTOMS UP BEVERAGE OF FLORIDA LLC 1,632.00 437208 06/01/2023 REXEL USA INC 3,484.52 437209 06/01/2023 DIRECTV GROUP INC 87.99 437210 06/01/2023 IM SOLUTIONS INC 1,070.00 437211 06/01/2023 HINTERLAND GROUP INC 271,814.89 437212 06/01/2023 AMAZON CAPITAL SERVICES INC 7,456.70 437213 06/01/2023 PACE ANALYTICAL SERVICES LLC 453.60 437214 06/01/2023 PACE ANALYTICAL SERVICES LLC 2,059.35 437215 06/01/2023 AIVIERIGAS PROPANE LP 4,239.70 437216 06/01/2023 JORDAN POWER EQUIPMENT CORP 289.76 437217 06/01/2023 ALL SUNCOAST ELECTRIC INC 9,820.90 437218 06/01/2023 LIBERTY TIRE RECYCLING LLC 7,021.60 437219 06/01/2023 MULLINAX FORD OF VERO BEACH 5,183.36 437220 06/01/2023 JUDITH A BURLEY 373.00 437221 06/01/2023 KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 329.63 437222 06/01/2023 DESK SPINCO INC 315.00 437223 06/01/2023 MILTON MAYBERRY ENTERPRISES INC 1,594.00 437224 06/01/2023 FERGUSON US HOLDINGS INC 255.40 437225 06/01/2023 BLUE GOOSE CONSTRUCTION LLC 2,671.69 437226 06/01/2023 STAPLES INC 366.23 437227 06/01/2023 LOWES COMPANIES INC 3,057.87 437228 06/01/2023 SMI TRADING LLC 102.50 437229 06/01/2023 NURSERYMENS SURE GRO CORP 2,211.23 437230 06/01/2023 ROBERT A HUDSON 125.00 437231 06/01/2023 THEODORE SEMI 465.00 437232 06/01/2023 QUADMED INC 8,578.60 437233 06/01/2023 JLA GEOSCIENCES INC 10,372.50 437234 06/01/2023 BRITTON INDUSTRIES INC 164.20 437235 06/01/2023 KMG FENCE LLC 11,750.00 437236 06/01/2023 LAWRENCE F WALLIN 50.00 437237 06/01/2023 HIREQUEST LLC 1,623.92 437238 06/01/2023 PETERBILT STORE SOUTH FLORIDA LLC 450.12 437239 06/01/2023 A TEAM OF THE TREASURE COAST INC 860.00 437240 06/01/2023 CER SIGNATURE CLEANING LLC 7,150.00 437241 06/01/2023 SCOTT B MCKINLEY 300.00 437242 06/01/2023 SHAMROCK ENVIRONMENTAL CORPORATION 4,460.56 437243 06/01/2023 A&B FENCE CO LLC 17,448.00 437244 06/01/2023 GOMEZ BROTHERS CONTRACT SERVICES 360.00 437245 06/01/2023 PIVOTAL UTILITY HOLDINGS INC 45.19 437246 06/01/2023 TK ELEVATOR CORPORATION 16,944.00 437247 06/01/2023 CRYSTAL MCANELLY DIVERS 60.00 437248 06/01/2023 RONALD MARASCO SR 385.00 3 123 TRANS NBR DATE VENDOR AMOUNT 437249 06/01/2023 TAYLOR NELSON AUXIER 50.00 437250 06/01/2023 DE 2018 PLLC 66.00 437251 06/01/2023 XEROX CORPORATION 199.03 437252 06/01/2023 BLUETARP FINANCIAL INC 103.28 437253 06/01/2023 US ECOLOGY TAMPA INC 24,241.28 437254 06/01/2023 DIGITAL DATA SERVICES INC 2,902.50 437255 06/01/2023 FLEETPRIDE INC 867.00 437256 06/01/2023 DJ LOUIE G ENTERTAINMENT 450.00 437257 06/01/2023 JORDAN PARKER 200.00 437258 06/01/2023 MIKEL KINNEY RUYLE 305.00 437259 06/01/2023 JOHN DIGIACOMO 50.00 437260 06/01/2023 LF STAFFING SERVICES INC 2,492.59 437261 06/01/2023 CYNTHIA WOLD 150.00 Grand Total: 6,028,013.21 4 124 RENTAL ASSISTANCE CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 902665 06/01/2023 BREVARD COUNTY HOUSING AUTHORITY 2,219.16 902666 06/01/2023 GRACES LANDING LTD 13,302.00 902667 06/01/2023 BETTY DAVIS SCROGGS 760.00 902668 06/01/2023 CREATIVE CHOICE HOMES XVI LTD 13,387.00 902669 06/01/2023 DAVID YORK 574.00 902670 06/01/2023 ST FRANCIS MANOR OF VERO BEACH 1,570.00 902671 06/01/2023 TREASURE COAST HOMELESS SERVICES 2,231.00 902672 06/01/2023 FLORIDA POWER AND LIGHT 16.00 902673 06/01/2023 INDIAN RIVER COUNTY HOUSING AUTHORITY 3,782.00 902674 06/01/2023 INDIAN RIVER COUNTY HOUSING AUTHORITY 2,732.00 902675 06/01/2023 THE PALMS AT VERO BEACH 18,769.00 902676 06/01/2023 DAVID CONDON 980.00 902677 06/01/2023 HILARY MCIVOR 341.00 902678 06/01/2023 PELICAN ISLES LP 11,157.00 902679 06/01/2023 SUNCOAST REALTY & RENTAL MGMT LLC 621.00 902680 06/01/2023 PAMELA R CUMMINGS 600.00 902681 06/01/2023 ADINAGOLDMAN-WALKER 1,139.00 902682 06/01/2023 INDIAN RIVER RDA LP 2,512.00 902683 06/01/2023 LAZY J LLC 1,977.00 902684 06/01/2023 SAID S MOOBARK 1,715.00 902685 06/01/2023 OSCEOLA COUNTY SECTION 8 1,086.16 902686 06/01/2023 YVONNE KOUTSOFIOS 180.00 902687 06/01/2023 BRIAN E GALLAGHER 722.00 902688 06/01/2023 JOHN T STANLEY 1,534.00 902689 06/01/2023 WEDGEWOOD RENTALS LLC 1,193.00 902690 06/01/2023 COALITION FOR ATTAINABLE HOMES INC 515.00 902691 06/01/2023 MYRIAM MELENDEZ 743.00 902692 06/01/2023 WATSON REALTY GROUP 2,237.00 902693 06/01/2023 SHER LLC 801.00 902694 06/01/2023 SUNQUESTAPRTMENTS LLC 474.00 902695 06/01/2023 ORCHARD GROVE VENTURE LLC 18,955.00 902696 06/01/2023 SREIT LEXINGTON CLUB LLC 32,008.00 902697 06/01/2023 VERO BEACH LEASED HOUSING ASSOC III LLLP 16,380.00 902698 06/01/2023 B4 TC PROPERTIES LLC 983.00 902699 06/01/2023 STREIT RIVER PARK PLACE LLC 20,336.00 902700 06/01/2023 EZAS INVESTMENTS LLC 767.00 902701 06/01/2023 DANIEL I PREUSS 577.00 902702 06/01/2023 STARWOOD REIT OPERATING PARTNERSHIP LP 27,370.00 902703 06/01/2023 STARWOOD REIT OPERATING PARTNERSHIP LP 3,583.00 902704 06/01/2023 JACOURT LLC 3,689.00 902705 06/01/2023 CHRISTINE HARVEY LAWRENCE 660.00 902706 06/01/2023 CENTER LAKE PROPERTY MANAGEMENT LLC 3,887.00 902707 06/01/2023 GRACES LANDING LTD 661.00 902708 06/01/2023 CREATIVE CHOICE HOMES XVI LTD 2,482.00 902709 06/01/2023 FLORIDA POWER AND LIGHT 129.00 902710 06/01/2023 INDIAN RIVER COUNTY HOUSING AUTHORITY 411.00 902711 06/01/2023 PELICAN ISLES LP 657.00 902712 06/01/2023 LAZY J LLC 461.00 902713 06/01/2023 COALITION FOR ATTAINABLE HOMES INC 615.00 902714 06/01/2023 ORCHARD GROVE VENTURE LLC 5,902.00 902715 06/01/2023 SREIT LEXINGTON CLUB LLC 2,658.00 902716 06/01/2023 STARWOOD REIT OPERATING PARTNERSHIP LP 3,684.00 902717 06/01/2023 JACOURT LLC 3,752.00 902718 06/01/2023 FORT PIERCE HOUSING AUTHORITY 4,112.04 902719 06/01/2023 SREIT LEXINGTON CLUB LLC 344.00 Grand Total: 244,932.36 1 125 ELECTRONIC PAYMENT - VISA CARD TRANS. NBR DATE VENDOR AMOUNT 1020659 05/26/2023 WIGINTON CORPORATION 468.75 1020660 05/26/2023 NATIONAL FIRE PROTECTION ASSOC 1,727.50 1020661 05/31/2023 OFFICE DEPOT INC 683.88 1020662 05/31/2023 COMCAST 10.00 1020663 05/31/2023 WASTE MANAGEMENT INC OF FLORIDA 475.52 1020664 06/01/2023 UNIVERSAL SIGNS & ACCESSORIES 710.00 1020665 06/01/2023 DEMCOINC 2,625.33 1020666 06/01/2023 MIKES GARAGE & WRECKER SERVICE INC 185.00 1020667 06/01/2023 GALLS LLC 1,516.66 1020668 06/01/2023 MEEKS PLUMBING INC 148.00 1020669 06/01/2023 IRRIGATION CONSULTANTS UNLIMITED INC 180.26 1020670 06/01/2023 GROVE WELDERS INC 3,149.10 1020671 06/01/2023 WIGINTON CORPORATION 1,542.00 1020672 06/01/2023 PRIDE ENTERPRISES 190.00 1020673 06/01/2023 BARKER ELECTRIC, AIR CONDITIONING 7,953.00 1020674 06/01/2023 STRYKER SALES CORP 2,296.00 1020675 06/01/2023 SPINNAKER VERO INC 510.94 1020676 06/01/2023 AUTO PARTNERS LLC 269.70 1020677 06/01/2023 UNIFIRST CORPORATION 524.03 1020678 06/01/2023 UNIFIRST CORPORATION 2,065.90 1020679 06/01/2023 GUARDIAN ALARM OF FLORIDA LLC 190.00 1020680 06/01/2023 EFE INC 6,399.44 1020681 06/01/2023 TOSHIBA AMERICA BUSINESS SOLUTIONS INC 272.55 1020682 06/01/2023 FIRST HOSPITAL LABORATORIES INC 595.00 1020683 06/01/2023 HD SUPPLY INC 264.95 Grand Total: 34,953.51 1 126 ELECTRONIC PAYMENTS - WIRE & ACH TRANS NBR DATE VENDOR AMOUNT 10527 05/26/2023 KIMLEY HORN & ASSOC INC 3,360.00 10528 05/26/2023 IRC FIRE FIGHTERS ASSOC 10,269.18 10529 05/26/2023 TEAMSTERS LOCAL UNION #769 5,477.00 10530 05/26/2023 FIDELITY SECURITY LIFE INSURANCE COMPANY 41.62 10531 05/26/2023 EDH HOLDINGS LLC 5,307.25 10532 05/26/2023 EDH HOLDINGS LLC 22,112.70 10533 05/30/2023 FL SDU 3,330.96 10534 05/30/2023 IRS -PAYROLL TAXES 560,108.14 10535 05/30/2023 LINCOLN RETIREMENT 92,206.94 10536 05/31/2023 INDIAN RIVER COUNTY SHERIFF 7,926.15 10537 05/31/2023 SENIOR RESOURCE ASSOCIATION 425,456.23 10538 05/31/2023 IRS -PAYROLL TAXES 10.35 10539 06/01/2023 ST LUCIE BATTERY & TIRE CO 1,125.50 10540 06/01/2023 CLERK OF CIRCUIT COURT 115,585.41 10541 06/01/2023 INDIAN RIVER COUNTY SHERIFF 5,367,129.15 10542 06/01/2023 INDIAN RIVER COUNTY SUPERVISOR OF ELECTIONS 119,588.32 Grand Total: 6,739,034.90 1 127 JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 180127' Street Vero Beach, FL 32960 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, CHIEF DEPUTY OF FINANCE THRU: JEFFREY R. SMITH, COMPTROLLER DATE: June 8, 2023 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS June 2, 2023 to June 8, 2023 In compliance with Chapter 136.06, Florida Statutes, all checks and electronic payments issued by the Board of County Commissioners are to be recorded in the Board minutes. Approval is requested for the attached lists of checks and electronic payments, issued by the Comptroller's office, for the time period of June 2, 2023 to June 8, 2023. 128 CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 437262 06/02/2023 REPUBLIC SERVICES INC 555,768.10 437263 06/02/2023 GEOSYNTEC CONSULTANTS INC 29,111.12 437264 06/02/2023 SOUTHERN MANAGEMENT LLC 5,499.10 437265 06/02/2023 KESSLER CONSULTING INC 3,265.00 437266 06/02/2023 TETRA TECH INC 2,070.79 437267 06/02/2023 CONSOR ENGINEERS LLC 117,998.54 437268 06/02/2023 INDIAN RIVER SUSTAINABILITY CENTER LLC 20,657.35 437269 06/02/2023 BULK EXPRESS TRANSPORT INC 34,079.40 437270 06/02/2023 BECKER & POLIAKOFF PA 2,500.00 437271 06/06/2023 RICOH USA INC 29.79 437272 06/06/2023 STEPHEN G NEILL 1,531.25 437273 06/08/2023 UNIVERSITY OF CENTRAL FLORIDA 995.00 437274 06/08/2023 KATHY COPELAND 345.81 437275 06/08/2023 MASON KOZAC 109.00 437276 06/08/2023 AMANDA BREEN 89.00 437277 06/08/2023 JOSEPH TAYLOR 89.00 437278 06/08/2023 COMMUNICATIONS INTERNATIONAL 29,962.11 437279 06/08/2023 MEEKS PLUMBING INC 418,745.50 437280 06/08/2023 EDLUND DRITENBAS BINKLEY ARCHITECTS 1,568.75 437281 06/08/2023 INTERNATIONAL GOLF MAINTENANCE INC 111,444.25 437282 06/08/2023 GEOSYNTEC CONSULTANTS INC 10,719.77 437283 06/08/2023 TLC DIVERSIFIED INC 609,660.37 437284 06/08/2023 ARCADIS U S INC 3,123.00 437285 06/08/2023 MBV ENGINEERING INC 2,828.75 437286 06/08/2023 DIVOSTA HOMES LP 191,333.25 437287 06/08/2023 A THOMAS CONSTRUCTION INC 108,000.00 437288 06/08/2023 PICTOMETRY INTERNATIONAL CORPORATION 124,585.00 437289 06/08/2023 SOUTHERN MANAGEMENT LLC 915.00 437290 06/08/2023 KESSLER CONSULTING INC 2,931.14 437291 06/08/2023 CATHEDRAL CORPORATION 17,700.00 437292 06/08/2023 CONSOR ENGINEERS LLC 33,461.68 437293 06/08/2023 VIRGINIA W RUSSELL FAMILY LIMITED PARTNERSHIP 6,425.76 437294 06/08/2023 CW ROBERTS CONTRACTING INC 1,363,434.09 437295 06/08/2023 AVI-SPL LLC 110,643.44 437296 06/08/2023 SUN PATRICK ARCHITECTURE INC 44,353.95 437297 06/08/2023 COMMANDLINK LLC 3,460.80 437298 06/08/2023 DON HINKLE CONSTRUCTION INC 31,733.45 437299 06/08/2023 ACP FACILITY SERVICES 11,736.91 437300 06/08/2023 WEX HEALTH INC 11,196.60 437301 06/08/2023 KATE PRIEST LCSW LLC 5,000.00 437302 06/08/2023 AT&T WIRELESS 96.30 437303 06/08/2023 AT&T WIRELESS 106.29 437304 06/08/2023 STATE ATTORNEY 11,177.66 437305 06/08/2023 CELICO PARTNERSHIP 5,034.02 437306 06/08/2023 HIMANSHU MEI -ITA 98.75 437307 06/08/2023 STATE OF FL DEPT OF ECONOMIC OPPORTUNITY 7,581.00 437308 06/08/2023 NAPIER & ROLLIN PLLC 127.50 437309 06/08/2023 LOWES COMPANIES INC 144.01 437310 06/08/2023 BLUETARP FINANCIAL INC 232.07 437311 06/08/2023 EDWARD J MCCORMICK PA 13,396.87 437312 06/08/2023 COLIN BROWN 180.00 437313 06/08/2023 SOUTH EAST SPAS INC 1,857.88 437314 06/08/2023 ANGELA LUNA 500.00 437315 06/08/2023 ALS REFUNDS 6.79 437316 06/08/2023 UTIL REFUNDS 57.52 437317 06/08/2023 PORT CONSOLIDATED INC 2,461.56 1 129 TRANS NBR DATE VENDOR AMOUNT 437318 06/08/2023 STURGIS LUMBER & PLYWOOD CO 156.92 437319 06/08/2023 SSES INC 246.54 437320 06/08/2023 TEN -8 FIRE EQUIPMENT INC 11,448.31 437321 06/08/2023 VERO CHEMICAL DISTRIBUTORS INC 539.40 437322 06/08/2023 PERERS ENTERPRISES INC 2,472.29 437323 06/08/2023 RICOH USA INC 141.74 437324 06/08/2023 RICOH USA INC 94.93 437325 06/08/2023 KIMLEY HORN & ASSOC INC 800.00 437326 06/08/2023 SAFETY PRODUCTS INC 796.04 437327 06/08/2023 INDIAN RIVER BATTERY 3,548.45 437328 06/08/2023 GRAINGER 358.75 437329 06/08/2023 KELLY TRACTOR CO 323.28 437330 06/08/2023 WILD LAND ENTERPRISES INC 14.70 437331 06/08/2023 HACH CO 2,250.30 437332 06/08/2023 CLIFF BERRY INC 159.95 437333 06/08/2023 DIVE RESCUE INC 2,700.00 437334 06/08/2023 EXPRESS REEL GRINDING INC 25,460.00 437335 06/08/2023 TIRESOLES OF BROWARD INC 10,629.42 437336 06/08/2023 PETERSEN INDUSTRIES INC 504.04 437337 06/08/2023 ODYSSEY MANUFACTURING CO 5,355.00 437338 06/08/2023 BAKER DISTRIBUTING CO LLC 94.56 437339 06/08/2023 CITY OF VERO BEACH 133.07 437340 06/08/2023 APPLE MACHINE & SUPPLY CO 107.10 437341 06/08/2023 LIVINGSTON PAGE 75.00 437342 06/08/2023 JANITORIAL DEPOT OF AMERICA INC 109.78 437343 06/08/2023 ROGER CLEVELAND GOLF INC 902.62 437344 06/08/2023 ACUSHNET COMPANY 1,520.37 437345 06/08/2023 FEDERAL EXPRESS CORP 37.83 437346 06/08/2023 CENTRAL A/C & REFRIGERATION SUPPLY INC 32.53 437347 06/08/2023 COMO OIL COMPANY OF FLORIDA 40.00 437348 06/08/2023 CALLAWAY GOLF SALES COMPANY 12,679.94 437349 06/08/2023 FLORIDA POWER AND LIGHT 66,954.30 437350 06/08/2023 FLORIDA POWER AND LIGHT 11,415.49 437351 06/08/2023 TAYLOR MADE GOLF CO INC 145.47 437352 06/08/2023 COMPLETE ELECTRIC INC 3,225.00 437353 06/08/2023 TREASURE COAST SPORTS COMMISSION INC 8,952.18 437354 06/08/2023 TROY FAIN INSURANCE INC 111.95 437355 06/08/2023 BE SAFE SECURITY ALARMS INC 239.70 437356 06/08/2023 L WALTON ELECTRIC INC 255.00 437357 06/08/2023 HENRY SMITH 75.00 437358 06/08/2023 JOHN BROWN & SONS INC 3,000.00 437359 06/08/2023 WESTSIDE REPROGRAPHICS OF VERO BEACH INC 138.60 437360 06/08/2023 THE PROFESSIONAL GOLFERS 476.00 437361 06/08/2023 DAVCO ELECTRICAL CONTRACTORS CORP 2,092.00 437362 06/08/2023 INDIAN RIVER COUNTY HOUSING AUTHORITY 400.00 437363 06/08/2023 BRIDGESTONE AMERICAS INC 2,520.20 437364 06/08/2023 RECHTIEN INTERNATIONAL TRUCKS 373.82 437365 06/08/2023 THE AVANTI COMPANY INC 5,861.00 437366 06/08/2023 HULETT ENVIRONMENTAL SERVICES 99.50 437367 06/08/2023 POLYDYNE INC 3,749.00 437368 06/08/2023 BIG BROTHERS AND BIG SISTERS 1,250.00 437369 06/08/2023 BRIDGESTONE GOLF INC 317.38 437370 06/08/2023 SOUTHERN JANITOR SUPPLY INC 1,220.20 437371 06/08/2023 ETR LLC 180.97 437372 06/08/2023 GLOVER OIL COMPANY INC 24,095.50 437373 06/08/2023 LARRY STEPHENS 75.00 437374 06/08/2023 ORCHID ISLAND PROPERTY MGMT II INC 6,174.00 437375 06/08/2023 CONSOLIDATED ELECTRICAL DISTRIBUTORS INC 41.82 437376 06/08/2023 SUNCOAST REALTY & RENTAL MGMT LLC 500.00 2 130 TRANS NBR DATE VENDOR AMOUNT 437377 06/08/2023 JOHNNY B SMITH 75.00 437378 06/08/2023 NANCY C JOHNSON 20,000.00 437379 06/08/2023 AFFORDABLE WATER & COFFEE SVC 37.50 437380 06/08/2023 TREASURE COAST FOOD BANK INC 255.24 437381 06/08/2023 FLEETBOSS GLOBAL POSITIONING SOLUTIONS INC 4,853.15 437382 06/08/2023 NICOLACE MARKETING INC 1,558.80 437383 06/08/2023 SOUTHEAST POWER SYSTEMS OF ORLANDO 758.25 437384 06/08/2023 BRENNTAG MID -SOUTH INC 8,702.51 437385 06/08/2023 MONICA L FOLK 2,100.00 437386 06/08/2023 FLORIDA COAST EQUIPMENT INC 720.07 437387 06/08/2023 JENKINS TRUCKING INC 3,150.00 437388 06/08/2023 CARDINAL HEALTH 110 INC 553.02 437389 06/08/2023 MUNICIPAL EMERGENCY SERVICES INC 230.43 437390 06/08/2023 BURNETT LIME CO INC 11,327.84 437391 06/08/2023 SOUTHERN MANAGEMENT LLC 72,126.00 437392 06/08/2023 MB ENTERPRISES ROOFING & SHEET METAL INC 12,950.00 437393 06/08/2023 SYLVIA MILLER 1,596.00 437394 06/08/2023 HAWKINS INC 2,145.00 437395 06/08/2023 CATHEDRAL CORPORATION 1,190.97 437396 06/08/2023 MILNER SPORTS LLC 195.04 437397 06/08/2023 CDA SOLUTIONS INC 9,516.82 437398 06/08/2023 WILSON SPORTING GOODS CO 185.82 437399 06/08/2023 SITEONE LANDSCAPE SUPPLY HOLDINGS LLC 598.21 437400 06/08/2023 BARSALOU VENTURES LLC 3,080.82 437401 06/08/2023 PTE GOLF LLC 1,413.97 437402 06/08/2023 COLE AUTO SUPPLY INC 6,378.57 437403 06/08/2023 RHOADES AIR & HEAT 260.00 437404 06/08/2023 RHOADES AIR & HEAT 6,720.00 437405 06/08/2023 FLORIDA BULB & BALLAST INC 5,014.60 437406 06/08/2023 NESTLE WATERS NORTH AMERICA 154.48 437407 06/08/2023 JOSEPH ELLIOTT USA LLC 723.28 437408 06/08/2023 ENVIRONMENTAL OPERATING SOLUTION INC 16,891.20 437409 06/08/2023 CORE & MAIN LP 10,077.41 437410 06/08/2023 ENGINEERED SERVICES INC 340.00 437411 06/08/2023 VISTA OUTDOOR SALES LLC 730.11 437412 06/08/2023 AMAZON CAPITAL SERVICES INC 2,452.52 437413 06/08/2023 PACE ANALYTICAL SERVICES LLC 2,115.00 437414 06/08/2023 THE HOPE FOR FAMILIES CENTER INC 3,549.62 437415 06/08/2023 JORDAN POWER EQUIPMENT CORP 95.97 437416 06/08/2023 MULLINAX FORD OF VERO BEACH 1,171.15 437417 06/08/2023 SAFEWARE INC 3,175.00 437418 06/08/2023 DESK SPINCO INC 20.52 437419 06/08/2023 STAPLES INC 820.34 437420 06/08/2023 LOWES COMPANIES INC 10,573.26 437421 06/08/2023 SMI TRADING LLC 61.31 437422 06/08/2023 TAGMARSHAL INTERNATIONAL LIMITED 2,019.20 437423 06/08/2023 TOTAL GOLF CART LLC 42.11 437424 06/08/2023 SPORTS ENGINE INC 92.50 437425 06/08/2023 ROBERT A HUDSON 75.00 437426 06/08/2023 THEODORE SEMI 75.00 437427 06/08/2023 TONY J RODRIGUEZ 2,375.00 437428 06/08/2023 VERO BEACH LEASED HOUSING ASSOC III LLLP 1,000.00 437429 06/08/2023 WIPEOUT SERVICES LLC 175.00 437430 06/08/2023 LAWRENCE F WALLIN 75.00 437431 06/08/2023 HIREQUEST LLC 627.60 437432 06/08/2023 PETERBILT STORE SOUTH FLORIDA LLC 94.41 437433 06/08/2023 CROM LLC 56,145.00 437434 06/08/2023 WESTERN OILFIELDS SUPPLY COMPANY 19,694.20 437435 06/08/2023 GOMEZ BROTHERS CONTRACT SERVICES 180.00 3 131 TRANS NBR DATE VENDOR AMOUNT 437436 06/08/2023 AVI-SPL LLC 6,256.14 437437 06/08/2023 CARMEN ALAGO 450.00 437438 06/08/2023 SHRIEVE CHEMICAL CO LLC 12,807.13 437439 06/08/2023 BTAC HOLDING CORP 10,464.34 437440 06/08/2023 SEVEN ISLES CAPITAL 1,350.00 437441 06/08/2023 COFFEY BROTHERS INC 1,026.27 437442 06/08/2023 RONALD MARASCO SR 145.00 437443 06/08/2023 BLUE ARBOR INC 782.25 437444 06/08/2023 TAYLOR NELSON AUXIER 75.00 437445 06/08/2023 TREASURE COAST SWIMMING 1,500.00 437446 06/08/2023 PAIGE K BROWN 80.00 437447 06/08/2023 ISO CLAIMS SERVICES INC 1,037.30 437448 06/08/2023 DONNA W ROBERTS 60.00 437449 06/08/2023 EMPIRE PIPE & SUPPLY COMPANY INC 8,213.40 437450 06/08/2023 ENTERPRISES OF GVEGAS LLC 2,340.00 437451 06/08/2023 NICOLE ALBANO 60.00 437452 06/08/2023 SUBSTANCE ABUSE COUNCIL OR IRC 12,098.61 437453 06/08/2023 MIKEL KINNEY RUYLE 75.00 437454 06/08/2023 JOHN DIGIACOMO 75.00 437455 06/08/2023 BATES AIR & HEAT LLC 349.28 437456 06/08/2023 LF STAFFING SERVICES INC 2,241.28 437457 06/08/2023 HECTOR VALDIVIEZO 1,000.00 Grand Total: 4,675,632.80 4 132 RENTAL ASSISTANCE CHECKS WRITTEN TRANS NBR DATE VENDOR AMOUNT 902720 06/08/2023 SUNQUEST APRTMENTS LLC 1,088.00 Grand Total: 1,088.00 1 133 ELECTRONIC PAYMENT - VISA CARD TRANS. NBR DATE VENDOR AMOUNT **1020684 06/02/2023 MEEKS PLUMBING INC 0.00 1020685 06/05/2023 AT&T CORP 5.29 1020686 06/05/2023 OFFICE DEPOT INC 2,167.36 1020687 06/05/2023 COMCAST 742.45 1020688 06/05/2023 WASTE MANAGEMENT INC OF FLORIDA 19,378.98 1020689 06/08/2023 INDIAN RIVER OXYGEN INC 906.50 1020690 06/08/2023 RING POWER CORPORATION 488.99 1020691 06/08/2023 MIKES GARAGE & WRECKER SERVICE INC 2,015.00 1020692 06/08/2023 DAVES SPORTING GOODS & TROPHIES 680.00 1020693 06/08/2023 GALLS LLC 433.28 1020694 06/08/2023 IRRIGATION CONSULTANTS UNLIMITED INC 3,213.11 1020695 06/08/2023 GROVE WELDERS INC 1,710.61 1020696 06/08/2023 TOTAL TRUCK PARTS INC 38.52 1020697 06/08/2023 SPINNAKER VERO INC 105.00 1020698 06/08/2023 AUTO PARTNERS LLC 456.00 1020699 06/08/2023 HYDRA SERVICE (S) INC 36,984.00 1020700 06/08/2023 UNIFIRST CORPORATION 656.14 1020701 06/08/2023 GUARDIAN ALARM OF FLORIDA LLC 399.00 1020702 06/08/2023 EFE INC 2,145.10 1020703 06/08/2023 CARLON INC 311.39 1020704 06/08/2023 HD SUPPLY INC 881.64 Grand Total: 73,718.36 ** ELECTRONIC PAYMENT VOIDED. VENDOR WAS ISSUED CHECK. 134 1 ELECTRONIC PAYMENTS - WIRE & ACH TRANS NBR DATE VENDOR AMOUNT 10543 06/02/2023 KIMLEY HORN & ASSOC INC 3,767.91 10544 06/02/2023 AMERICAN FAMILY LIFE ASSURANCE CO 14,281.92 10545 06/02/2023 TIMOTHY ROSE CONTRACTING INC 91,434.64 10546 06/02/2023 TOWN OF INDIAN RIVER SHORES 25,152.40 10547 06/02/2023 TD BANK 14,577.04 10548 06/05/2023 BLUE CROSS & BLUE SHIELD OF FLORIDA INC 37,558.90 10549 06/05/2023 FIDELITY SECURITY LIFE INSURANCE COMPANY 4,725.54 10550 06/05/2023 EDH HOLDINGS LLC 19,407.60 10551 06/05/2023 OPTUMHEALTH FINANCIAL SERVICES 107,141.38 10552 06/06/2023 BENEFLEX INC 882.50 10553 06/06/2023 FL RETIREMENT SYSTEM 991,583.29 10554 06/06/2023 ALLSTATE 95.84 10555 06/07/2023 RX BENEFITS INC 325,638.67 10556 06/08/2023 KIMLEY HORN & ASSOC INC 54,712.81 10557 06/08/2023 MUTUAL OF OMAHA 20,166.88 10558 06/08/2023 MUTUAL OF OMAHA 25,085.12 10559 06/08/2023 HALLEY ENGINEERING CONTRACTORS INC 759,028.44 Grand Total: 2,495,240.88 1 135 P. JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801 27th Street Vero Beach, FL 32960 Telephone: (772) 226-1945 TO: Board of County Commissioners FROM: Elissa Nagy, Chief Deputy of Finance THROUGH: Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller DATE: June 1, 2023 SUBJECT: Dori Slosberg Driver Education Safety Act Indian River County Traffic Education Program Trust Fund Report Cumulative Reporting Through 03/31/23 BACKGROUND On August 20, 2002, the Board of County Commissioners adopted Ordinance Number 2002-026 creating the Indian River County Traffic Education Program Trust Fund (Fund 137). This ordinance authorized a $3 traffic ticket surcharge, which is collected by the Clerk of the Circuit Court & Comptroller. On September 19, 2006, the Board adopted Ordinance 2006-035 to repeal this fine. Subsequently on February 17, 2015, the Board elected to reinstate and increase the driver education fee to $5 under Ordinance Number 2015-003. The new fee was effective March 1, 2015 and is charged on each civil traffic penalty assessed in the County. As noted in the ordinance, these funds shall be used "to fund driver education programs in public and nonpublic schools". Provided is a report of the revenues and expenditures from the inception of the initial $3 fee (October 1, 2002) and includes the new $5 fee commencing in March 2015. As of March 31, 2023, the balance in the Fund is $215,044. The Clerk's office will continue to provide a quarterly report of the traffic education trust activity. RECOMMENDATION Staff recommends that the Board of County Commissioners accept the report. 136 N a) O O) U C Cco (D C Cn O C •' O a) d C p. O r w O LD cn O >w Ltd LO T 0 ~ W (D 7 Z m w m Z co N U 0 H > a`) �H °� a'UF— O W C w LL X W a_ c =1 LL 00 N OO OO d' L L coo co q:T N N N V Ln D? N N (D M O NO O O LO LO (D 00 LC) o N N N N O N � O M LLO M 64 64 N_ IT 00 N O T N M N O 0000 O LO r- O N M 00 00 Nr Cl) 00 N N N V It N N 00 0) M LL p� O T 64 Cl) 00 N p T r- 00 LO LO t` T N N T T M c f� N O O O O O Cl) Cl) O N N m LO LO co 00 C4 T T T C M LL O � T 64 69 � LO 0) 00 00 00 O N Cl) LO N N M 00 O T N N O N LO LO tl- CD N O O O N N �T 'IT f` LO M N N N LO LO N N N O co T O LL O OD T e3 t` CO CD co N Ln tl- 00M N LO D) CD co N 00 O T O 00 00 It It M M (D T O O O N O LO Ln N N N Ln co 'T 31N 00 O T O CN M LL 00 T 64 64 (` — 00 (n m CD CD LO M N LO O O Nr t� N 00 N O T Nr NT � LO co T O O O O LO O 4 d' w O LO N N N CD v CO 00 T O LL O M o p) T Ef3 64 N It O O O CD co N n (0 0 M co rl- T M L() LO O� N N ' N I- O O COD COD M M M M O M T � 69 69 N a) O O) U C C_ C (D C Cn cn co O a) C W c w CO cn O >w W a 2' ~ W m 7 Z m w m Z co r > a`) �H °� a'UF— O W C w LL X W a_ N Z =1 LL Dylan Reingold, County Attorney William K DeBraal, Deputy County Attorney Susan J. Prado, Assistant County Attorney Office of INDIAN MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, Jr., County Administrator FROM: Dylan Reingold - County Attorney DATE: May 19, 2023 CONSENT: 6/20/2023 RIVER COUNTY ATTORNEY RE: Resolution Delegating the Authority to the County Administrator or his Designee to Call Letters of Credit and to Act on Behalf of Indian River County during the Time Frame of July 12, 2023, through and including August 14, 2023 The Indian River County Board of County Commissioners has no regularly scheduled meetings during the time frame of July 12, 2023, through and including August 14, 2023. During this interval, it is necessary and desirable that the Board delegate to the County Administrator, or his designee, the authority to call Letters of Credit that may expire during this time interval. Further, it is necessary and desirable that the Board delegate to the County Administrator, or his designee the authority to execute all other documents necessary for the proper functioning of the County. Funding: There is no expense associated with this item. Requested Action: Authorize the Chairman to sign the Resolution as presented, delegating the authority to call Letters of Credit and delegating full signing authority during the period commencing July 12, 2023, through and including August 14, 2023. Attachment Proposed Resolution C:\Granicus\Legistar5\L5\Temp\d09c5a01-567b-4Off-bed2-2207b50e9f56.doc 138 MAY RESOLUTION NO. 2023- A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, DELEGATING AUTHORITY TO THE COUNTY ADMINISTRATOR OR HIS DESIGNEE, TO CALL LETTERS OF CREDIT AS NECESSARY DURING THE PERIOD COMMENCING JULY 12, 2023, THROUGH AND INCLUDING AUGUST 14, 2023, AND FURTHER DELEGATING TO THE COUNTY ADMINISTRATOR OR HIS DESIGNEE, THE AUTHORITY TO EXECUTE ALL DOCUMENTS NECESSARY FOR THE PROPER FUNCTIONING OF THE COUNTY DURING SUCH PERIOD. WHEREAS, there are no regularly scheduled Indian River County Board of County Commissioner ("Board") meetings during the period commencing July 12, 2023, through and including August 14, 2023; WHEREAS, Section 101.05.1.q of the Indian River County Code of Ordinances allows the Board to authorize the County Administrator, or his designee, to perform other duties on behalf of the Board; WHEREAS, various letters of credit are posted with the County to, among other things, guaranty performance or warranty as well as compliance and restoration of sand mines, and many letters of credit have certain call language requiring a resolution of the Board declaring default or failure to post alternate security; WHEREAS, it is necessary to delegate specific authority to execute resolutions on behalf of the Board to call letters of credit; WHEREAS, it is necessary to delegate additional signing authority, not previously delegated by Florida Statutes, the Indian River County Code of Ordinances, and Indian River County resolutions, to the County Administrator or his designee; and WHEREAS, pursuant to Resolution No. 2022-94 and section 101.10(1) of the Indian River County Code of Ordinances, the Board delegated to the Indian River County Administrator acting as Indian River County Emergency Services District Director, or his designee, the authority: (i) to declare a state of local emergency for Indian River County pursuant to Florida Statutes section 252.38(3)(a)(5)(2021); and (ii) pursuant to any duly issued Executive Order concerning Emergency Management issued by the Governor of the State of Florida declaring that a disaster and/or emergency [as such terms are defined in Florida Statutes section 252.34 (2) and (4) respectively] exists in Indian River County, to issue orders and rules, including, without limitation, the ability to issue Emergency Orders for Indian River County, during the period of the declared emergency, and such delegation in Resolution No. 2022-94 remains in full force and effect; and WHEREAS, pursuant to Resolution No. 2022-93, the Board delegated to the Indian River County Administrator or his designee, the authority to execute resolutions on behalf of the Board to call letters of credit which might expire or otherwise require action to be taken during the period of a declared state of local emergency or declared State of Florida emergency affecting Indian River County, and such delegation in Resolution No. 2022-93 remains in full force and effect. 139 RESOLUTION NO. 2023 - NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that: 1. The County Administrator, or his designee, is hereby delegated the authority to execute resolutions on behalf of the Indian River County Board of County Commissioners ("Board") to call letters of credit which might expire or otherwise require action to be taken during the period commencing July 12, 2023, through and including August 14, 2023. Any resolutions executed by the County Administrator or his designee, to call letters of credit during the period commencing July 12, 2023, through and including August 14, 2023, are to be accompanied by a copy of this Resolution. 2. The County Administrator, or his designee, is hereby authorized to execute all documents necessary for the proper functioning of the County, which may arise during the period commencing July 12, 2023, through and including August 14, 2023, provided that all such documents signed during such interval are brought to the Board for ratification. 3. The Effective Date of this Resolution is June 20, 2023, and this Resolution shall expire without further action of this Board at the close of business on August 14, 2023. This Resolution was moved for adoption by Commissioner , and the motion was seconded by Commissioner , and, upon being put to a vote, the vote was as follows: 2023. Chairman Joseph H. Earman Vice Chairman Susan Adams Commissioner Joseph E. Flescher Commissioner Deryl Loar Commissioner Laura Moss The Chairman thereupon declared this Resolution duly passed and adopted this 20'h day of June, INDIAN RIVER COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS ATTEST: Jeffrey R. Smith, Clerk of Court By: and Comptroller Deputy Clerk Approved as to form and legal sufficiency: By Dylan Reingold, County Attorney Joseph H. Earman, Chairman 140 n INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Assistant County Administrator / Department of General Services Parks and Recreation Date: May 26, 2023 To: The Honorable Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Michael C. Zito, Assistant County Administrator Beth Powell, Director Parks and Recreation From: Joseph Tilton, Recreation Manager Subject: Work Order Number 1— Continuing Engineering Services RFQ 2023015— Victor Hart Sr. Enhancement Complex Restroom and Concession Facility BACKGROUND: On January 17, 2023, the Interim County Administrator, Michael Zito, under his authority, signed Work Order Number 3, pursuant to the Continuing Services Contract Agreement dated April 17, 2018 (renewed and amended on May 18, 2021) RFQ 2018008 for the conceptual design of improvements at the Victor Hart Sr. Community Enhancement Complex in the amount of $3,300. Work included concept planning and a pre -application meeting with the County to discuss proposed park improvements. That Work Order was completed and a concept plan has been provided for formal design services. Due to the expiration of the existing Continuing Services Contract (RFQ 2018008), a new Work Order is proposed utilizing the RFQ 2023015, approved by the Board of County Commissioners on May 2, 2023. This Work Order Number 1 will provide for the design and engineering services necessary for the construction of a restroom and concession facility, and stormwater for improvements outlined in the Capital Improvements associated with the Victor Hart Sr. Enhancement Complex. Engineering services associated with this work order include: Surveying Services, Engineering Design & Preparation of Construction Plans, Minor Site Plan Approval, Permitting Assistance, Bidding Services and Specifications, and Construction Administration Services for the Victor Hart Sr. Enhancement Complex Restroom and Concession Facility. Fees associated with this work order are outlined in the attached Scope of Work. 141 Service Cost Surveying Services $ 3,200 Engineering Design & Preparation of Construction Plans $ 16,420 Minor Site Plan Approval $ 4,160 Additional rounds of responses, hourly NTE (if necessary) $ 2,710 Permitting Assistance $ 8,980 Bidding Services and Specifications $ 7,110 Construction Administration Services $ 7,930 Total $ 50,510 FUNDING: Funding for Work Order Number 1 is budgeted and available in the Park Impact Fees/Victor Hart Sr. Restroom/Concession account, number 10321072-066510-23019, in the amount of $50,510.00. Description Account Number Amount Park Impact Fees/ Victor Hart Sr. 10321072-066510-23019 $50,510.00 Restroom/Concession RECOMMENDATION: Staff respectfully recommends approval of Work Order Number 1, for Victor Hart Sr. Restroom/Concession, Continuing Consulting Engineering Services Agreements (RFQ 2023015), with Masteller & Moler, Inc., authorizing the professional services as outlined in Exhibit A, and request the Board authorize the Chairman to execute Work Order Number 1. ATTACHMENT: Work Order Number 1, Exhibit A, and the Fee Breakdown for Masteller & Moler, Inc. — Continuing Engineering Services RFQ 2023015— Victor Hart Sr. Restroom/Concession, DISTRIBUTION Masteller& Moler Inc. June 20, 2023 Consent Agenda 142 WORK ORDER Victor Hart Sr. Enhancement Complex Restroom and Concession Facility This Work Order Number 1 is entered into as of this _ day of pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and MASTELLER & MOLER, INC. ("Consultant"). The COUNTY has selected the Consultant to perform the professional 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 mutually agreed upon lump sum or maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing, and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit A (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: By: Print Name: Sean C. Green, PE Title: Executive Vice President BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY By: Joseph H. Earman, Chairman BCC Approval Date: Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk By: John A. Titkanich, Jr., County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney 143 MJ MASTELLER & MOLER, INC. M 1 - CIVIL ENGINEERS - EXHIBIT A 165527 1h Street, Ste. 2, Vero Beach, FL 32960 (772) 567-5300 The Indian River County Parks and Recreation Division (IRCPRD) plans to replace the existing restroom building and septic system serving the football field and playground area located at the southeast corner of Victor Hart Park. Under Work Order 3 of the 2018 Agreement, Masteller & Moler, Inc. (MM) performed conceptual planning and submitted for, and attended, an IRCCDD Pre -Application Conference. This Work Order proposes to provide for the engineering design and preparation of construction plans, site planning and project permitting, bidding services, and construction administration and observation services for the Victor Hart Sr. Complex Restroom and Concession Facility project. Scope of Work: Task A — Surveying Services Masteller & Moler, Inc. shall use the services of our survey sub -consultant Masteller, Moler, & Taylor, Inc. to provide a Site Survey for Engineering Utility & Site Design purposes for this project. The proposed restroom building & concession stand (by others) will be located on the northeast corner of the existing football/ soccer field and north of the existing restroom facility. In order to provide water service to the proposed restroom building, the potable water service for the existing restroom building will be extended north approximately 200 lineal feet along the west side of 47th Place, open cutting the existing, unpaved parking lot and terminating on the south side of the proposed facility. The proposed lift station shall be situated north of the proposed restroom facility. The proposed 2" discharge force main will connect to the existing 12" Indian River County Department of Utility Services (IRCDUS) force main located along the southerly boundary of the Parks' property in order to provide wastewater collection and conveyance services for the proposed restroom building. The Site Survey will include location of all visible improvements within the proposed project limits and detailed information as needed along the proposed utility extension(s). Elevations will be based on NAVD 1988 and cross sections will be obtained on an as -needed basis. Base Plans will be generated showing the Site Survey information for use in preparing the Engineering Design Construction Plans. Task B — Engineering Design & Preparation of Construction Plans Masteller & Moler, Inc. shall use the aforementioned Base Plans for design and preparation of Construction Plans for the location and requirements for the new restroom/ concession building, private canned lift station, force main extension and potable water service extension. The Consultant shall prepare plans depicting the demolition of the existing restroom facility and abandonment of the existing septic tank & drain field for the County's / Contractor's use in obtaining the required permitting from the Building and Health Departments. The Consultant shall prepare plans and specifications which shall include requirements for connection of the new utilities to existing systems and requirements for the extension of the existing utilities. Task C — Minor Site Plan Approval A Pre -Application Conference with the Technical Review Committee (TRC) was held on February 27tH 2023 to discuss the Project requirements based on a Conceptual Site Plan that was submitted along Page 1 of 4 144 M J MASTELLER & MOLER, INC. M1 — CIVIL ENGINEERS — 1655 27" Ste. 2, Vero Beach, FL 32960 (772) 567-5300 with the Conference request. Masteller & Moler, Inc. shall utilize the aforementioned design and construction plans for submittal to the County Planning Department to secure Minor Site Plan Approval based on comments provided by TRC Staff at the pre -application conference. The Plans shall include improvements necessary to facilitate Minor Site Plan Approval generally including but not limited to: • Location of the proposed restroom/ concession stand building (building elevations & specifications provided by others); • Location of the proposed utilities extensions; • Location of the proposed private canned Lift Station; • Modification to on-site drainage facilities; • Demolition of existing restroom facility The permit review fee yet to be determined is excluded from this Work Order. Following the submittal, we shall complete any required rounds of responses based on hours expended multiplied by the appropriate job classification rate set forth in Exhibit 1 attached to the Agreement for a fee not to exceed $2,710.00. Task D — Supporting Permits Masteller & Moler, Inc. shall secure the supporting permits / department approvals for the proposed work from the following agencies: • Indian River County Department of Utility Services — Utility Construction Permit (Review fee of $159.14) • Indian River County— Type A SWMS Permit (Review fee of $ 850.00) • Indian River County— Land Clearing / Tree Removal Exemption (No review fee) • Indian River County Fire Prevention — Minor Site Plan Review (Review fee to be determined) • Indian River County Department of Health — Minor Site Plan Review (Review fee to be determined) SJRWMD Letter Modification to ERP No. 4-061-40158-5 (Gifford Youth Center) (Review fee of $ 270.00) FDEP Wastewater General Permit (Review fee of $250.00 included in this Work Order) FDEP Permit application fee(s) only are included; all others are excluded from this Work Order. It is our understanding an FDEP Water General Permit will not be required for the potable water service extension, as such is not included within the above listed Scope & Fees. Indian River County Department of Health demolition and septic system abandonment are excluded from this Work Order. Task E — Bidding Services and Specifications Using IRC standard bid documents, Masteller & Moler Inc. shall prepare Contract Plans and Specifications with Bid Documents to allow the Indian River County Purchasing Department to Page 2 of 4 145 M J MASTELLER & MOLER, INC. M1 —CIVIL ENGINEERS — 1655 27" Ste. 2, Vero Beach, FL 32960 (772) 567-5300 advertise and bid the proposed Site Improvements Project. Additionally, we will provide engineering services during the project's bidding process generally including but not limited to the following: 1. Preparation for and attendance at a mandatory pre-bid meeting and preparation of a letter of response to include in an addendum. 2. Revise and/or amend Contract Plans and Specifications and prepare written addendum / addenda during bidding to reflect any comments and/ or requirements by permitting agencies. 3. Research and responses to bidders' questions to be incorporated into written addenda during the bidding process. 4. Review submitted bids, evaluate for correctness and completion, compile bid comparison by line item for each bidder, contact references (if applicable), and provide Letter of Findings and Recommendation of Contract Award. Task F — Construction Administration and Observation Masteller & Moler, Inc. shall provide engineering services as needed during the construction of the project generally including but not limited to the following: 1. Preparation for and attendance of a mandatory pre -construction meeting; 2. Periodic construction observations as needed; 3. Perform the walkthrough at the end of the construction; 4. Provide a punch list to the Contractor; 5. Review the As -built drawings; 6. Prepare Project Close-out/Certification documents. Deliverables — The ENGINEER shall provide the COUNTY: a. 60% Construction Plans and Preliminary Specifications —1 Hard Copy + PDF b. Final Construction Plans - 2 Sets + PDF C. Bid Documents and Final Specifications necessary for Advertisement and Bidding of the work d. Related digital AutoCAD, DOC, and PDF files TIME SCHEDULE Project shall be completed as follows: Engineering Design & Preparation of Construction Plans (after NTP Receipt) 60 Working Days Submittal of Permit Applications (after NTP Receipt) 80 Working Days Page 3 of 4 146 M J MASTELLER & MOLER, INC. M, ~ CIVIL ENGINEERS FEE SCHEDULE 165527 1h Street, Ste. 2, Vero Beach, FL 32960 (772) 567-5300 The COUNTY agrees to pay, and the ENGINEER agrees to accept a maximum not -to -exceed amount of $50,510.00 for the above-described services rendered based on the following: Task A — Surveying Services $ 3,200.00 Task B — Engineering Design & Preparation of Construction Plans $ 16,420.00 Task C — Minor Site Plan Approval $ 4,160.00 Additional rounds of responses, hourly NTE (if necessary) $ 2,710.00 Task D — Permitting* $ 8,980.00 Task E — Bidding Services and Specifications $ 7,110.00 Task F — Construction Administration Services $ 7,930.00 Project Total $ 50,510.00 * FDEP Wastewater General Permit Approval / permit application fee of $250.00 is included in this Task. All other permit review fees are excluded from this Work Order. File#2226 (2226_VictorHartPk_ExhibitA_23-0524. docx) Page 4 of 4 147 z R. O Y Q W Lb W W LL O W CQC L H cn W F. O O O O OO 000 LO 0 N N LO co CO fn fA to G i 1 a d 00 Nt r -I O O O O O O O o O o 0 0 o O 0 0 0 0 co 0 0 o N O M m tD _ CD V CV 00 I -I r r~ H Cfl 69 64 69 64 69 Vl. O0 O O O0CD O 1 O 0 N 00 7 N 00 V V Of > p C LO M C co N N a C U3 6`3 Ef> 64 69 EA 69 {/t E a 7 o N CD 00 N V N a n 2 0 0 0 O =3 N N O Cfl lc o E v a v a N N fA ER 69 69 EA 69 EA p C N 7 O V � 2 O O O O C S C O O O o o rn co cf Ecc m o a r 0 yq to 69 CA HJ fA ca ❑ a ` U = o It m 00 n m 2 0 0 0 0 0 0 0 0 L c 0 0 0 0 0 0 0 O V 7 00 N t- OD V O 0 V m 00 V t0 r Ln C E C'7 N Cl) N V f0 a r U 69 63 EA 69 69 Efl 69 �q N O N a : O v N co v N 00 N c 2 O 0 0 0 0 0 O o O 0 0 00 0 0 O U) Lo c0 0 0 0 0 0 0 a N0 0 N W V ooc v N O WE m N N — a a r ya w EA 69 EA 69 69 y U to C O N O N U V U .Z Z U) Cn C uj d j C C O N ot5 o CL E U CL O C_ 2 a o E N E N C c O U (U d U a U o N m a� 4 o C C_ (n06 U C O O O) N `p a) n C U ❑ ZI cn m U in m U U ❑ W � Y Y d Y Y Y jp m m I m m m m o h F- 1- H I F- O O O O OO 000 LO 0 N N LO co CO fn fA to G i 1 a d 00 Nt r -I INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Assistant County Administrator/ Department of General Services 'etoA% Parks and Recreation To: The Honorable Board of County Commissioners Through: John Titkanich, County Administrator Michael C. Zito, Assistant County Administrator Beth Powell, Director Parks and Recreation From: Joseph Tilton, Recreation Manager Subject: Work Order Number 2— Continuing Engineering Services REQ 2023015— Intergenerational Recreation Center Dick Bird Park Improvements BACKGROUND: On January, 17, 2023, the Interim County Administrator, Michael Zito, under his authority, signed Work Order Number 4, pursuant to the Continuing Services Contract Agreement dated April 17, 2018 (renewed and amended on May 18, 2021) RFQ 2018008 for the conceptual design of improvements at the Dick Bird Regional Park in the amount of $3,300. Work included concept planning and a pre -application meeting with the County to discuss proposed park improvements. That Work Order was completed and a concept plan has been provided for formal design services. Due to the expiration of the existing Continuing Services Contract (RFQ 2018008), a new Work Order is proposed utilizing the RFQ 2023015, approved by the Board of County Commissioners on May 2, 2023. This Work Order Number 2 will provide for the design and engineering services necessary for the construction of a fitness station, pavilion, walking trail, and stormwater for improvements outlined in the Capital Improvements associated with the Intergenerational Recreation Center Dick Bird Park Improvements. Engineering services associated with this work order include: Surveying Services, Engineering Design & Preparation of Construction Plans, Minor Site Plan Approval, Permitting Assistance, Bidding Services and Specifications, and Construction Administration Services for the Intergenerational Recreation Center Dick Bird Park Improvements. Fees associated with this work order are outlined in the attached Scope of Work. 149 0 Service Cost Surveying Services $ 4,500 Engineering Design & Preparation of Construction Plans $ 19,200 Minor Site Plan Approval $ 4,160 Additional rounds of responses, hourly NTE (if necessary) $ 2,710 Permitting Assistance $ 8,730 Bidding Services and Specifications $ 7,110 Construction Administration Services $ 7,930 Total $ 54,340 FUNDING: Funding for Work Order Number 2 is budgeted and available in the Optional Sales Tax/Parks/iG/Dick Bird Park Improvement account number 31521072-066510-23014, in the amount of $54,340.00. Description Account Number Amount Optional Sales Tax /Parks/iG/Dick Bird Park Improvement 31521072-066510-23014 $54,340.00 RECOMMENDATION: Staff respectfully recommends approval of Work Order Number 2 for Intergenerational Recreation Center Dick Bird Park Improvements, Continuing Consulting Engineering Services Agreements for RFQ 2023015, with Masteller & Moler, Inc., authorizing the professional services as outlined in Exhibit A, and request the Board authorize the Chairman to execute Work Order Number 2. ATTACHMENT: Work Order Number 2, Exhibit A, and the Fee Breakdown for Masteller & Moler, Inc. — Continuing Engineering Services RFQ 2023015— Intergenerational Recreation Center Dick Bird Park Improvements DISTRIBUTION Masteller& Moler Inc. June 20, 2023 Consent A eg nda 150 151 WORK ORDER Intergenerational Recreation Center Dick Bird Park Improvements This Work Order Number 2 is entered into as of this day of , pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and MASTELLER & MOLER, INC. ("Consultant"). The COUNTY has selected the Consultant to perform the professional 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 mutually agreed upon lump sum or maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing, and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit A (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY CONSULTANT: _ By: By: Joseph H. Earman, Chairman Print Name: Sean C. Green, PE BCC Approval Date: Title: Executive Vice President Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk By: John A. Titkanich, Jr., County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney 152 MJ MASTELLER & MOLER, INC. M1 — CIVIL ENGINEERS EXHIBIT A 165527 1h Street, Ste. 2, Vero Beach, FL 32960 (772) 567-5300 The Indian River County Parks and Recreation Division (IRCPRD) plans to add a covered pavilion, exercise equipment pad, and interconnected walk / maintenance vehicle path(s) at the Intergenerational (6) Recreation Center. Under Work Order 4 of the 2018 Agreement, Masteller & Moler, Inc. (MM) performed conceptual planning and submitted for, and attended, an IRCCDD Pre -Application Conference This Work Order proposes to provide for the engineering design and preparation of construction plans, site planning and project permitting, bidding services, and construction administration and observation services for the Intergenerational Recreation Center Improvements project. Scope of Work: Task A — Surveying Services Masteller & Moler, Inc. shall use the services of our survey sub -consultant Masteller, Moler, & Taylor, Inc. to provide a Site Survey and for Engineering Utility & Site Design purposes for this project. The proposed concrete pavilion and fitness pads will be located north of the existing recreational field and west of the existing dry retention area. The proposed, potable water service extension for the drinking fountain will begin south of the existing fire hydrant gate valve along the west side of the existing service drive and thence proceed west the proposed accessible walkway to the proposed drinking fountain location. Masteller & Moler, Inc. shall locate all specimen hardwoods greater than 4" in caliper and all Cabbage palms with 10' or greater of clear trunk within the proposed clearing limits. The Site Survey will include location of all visible improvements within the proposed project limits and detailed information as needed along the proposed utility extension(s). Elevations will be based on NAVD 1988 and cross sections will be obtained on an as -needed basis. Base Plans will be generated showing the Site Survey information for use in preparing the Engineering Design Construction Plans. Task B - Engineering Design & Preparation of Construction Plans Masteller & Moler, Inc. shall use the aforementioned Base Plans for design and preparation of Construction Plans for the location and requirements for the proposed 26' x 26' concrete pavilion pad, 31' x 24' concrete fitness pad, ADA accessible concrete sidewalk, looped concrete walking path, stabilized walking path, drinking fountain (by others) with concrete pad and potable water service extension. Consultant shall prepare plans and specifications which shall include requirements for connection of the new potable water utility to existing system and requirements for the extension of the existing utility. Task C — Minor Site Plan Approval A Pre -Application Conference with the Technical Review Committee (TRC) was held on February 27th, 2023 to discuss the Project requirements based on a Conceptual Site Plan that was submitted along with the Conference request. Masteller & Moler, Inc. shall utilize the aforementioned design and construction plans for submittal to the County Planning Department to secure Minor Site Plan Approval based on comments provided by TRC Staff at the pre -application conference. The Plans shall include improvements necessary to facilitate Minor Site Plan Approval generally including but not limited to: • Location of the proposed concrete pavilion and fitness pads with concrete sidewalk; Page 1 of 3 153 MJ MASTELLER & MOLER INC. 1655 27" Street, Ste. 2, Vero Beach, FL 32960 M-1 — CIVIL ENGINEERS — (772) 567-5300 • Location of proposed ADA compliant path of travel; • Location of the proposed utility service extension; • Location of the proposed stabilized coquina/ shell walking / maintenance paths; • Minor modifications to the existing stormwater management dry retention area; • Location of the existing trees within the limits of the proposed clearing. The permit review fee yet to be determined is excluded from this Work Order. Following the submittal, we shall complete any required additional rounds of responses following the first round based on hours expended multiplied by the appropriate job classification rate set forth in Exhibit 1 attached to the Agreement for a fee not to exceed $2,710.00. Task D — Supporting Permits Masteller & Moler, Inc. shall secure the supporting permits / department approvals for the proposed work from the following agencies: • Indian River County Department of Utility Services — Utility Construction Permit (Review fee of $159.14) • Indian River County Public Works — SWMS Type A Permit (Review fee of $ 850.00) • Indian River County Fire Prevention — Minor Site Plan Review (Review fee to be determined) • Indian River County Department of Health — Minor Site Plan Review (Review fee to be determined) • SJRWMD Letter Modification to ERP No. 4-061-26066-3 (South County Regional Park) (Review fee of $ 270.00) • Indian River County— Land Clearing Permit (Review fee of $120.00) • Indian River County — Tree Removal Permit (Review fee of $200.00) Permit application fees have been included for reference only and are excluded from this Work Order. Task E — Bidding Services and Specifications Using IRC standard bid documents, Masteller & Moler Inc. shall prepare Contract Plans and Specifications with Bid Documents to allow the Indian River County Purchasing Department to advertise and bid the proposed Site Improvements Project. Additionally, we will provide engineering services during the project's bidding process generally including but not limited to the following: 1. Preparation for and attendance at a mandatory pre-bid meeting and preparation of a letter of response to include in an addendum. 2. Revise and/or amend Contract Plans and Specifications and prepare written addendum / addenda during bidding to reflect any comments and/ or requirements by permitting agencies. 3. Research and responses to bidders' questions to be incorporated into written addenda during the bidding process. 4. Review submitted bids, evaluate for correctness and completion, compile bid comparison by line item for each bidder, contact references (if applicable), and provide Letter of Findings and Recommendation of Contract Award. Page 2 of 3 154 M J MASTELLER & MO M1 — CIVIL ENGINEERS — INC. Task F — Construction Administration and Observation 165527 1h Street, Ste. 2, Vero Beach, FL 32960 (772)567-5300 Masteller & Moler, Inc. shall provide engineering services as needed during the construction of the project generally including but not limited to the following: 1. Preparation for and attendance of a mandatory pre -construction meeting; 2. Periodic construction observations as needed; 3. Perform the walkthrough at the end of the construction; 4. Provide a punch list to the Contractor; 5. Review the As -built drawings; 6. Prepare Project Close-out/Certification documents. Deliverables — The ENGINEER shall provide the COUNTY: a. 60% Construction Plans and Preliminary Specifications — 1 Hard Copy + PDF b. Final Construction Plans - 2 Sets + PDF c. Bid Documents and Final Specifications necessary for Advertisement and Bidding of the work d. Related digital AutoCAD, DOC, and PDF files TIME SCHEDULE Project shall be completed as follows: Engineering Design & Preparation of Construction Plans (after NTP Receipt) 60 Working Days Submittal of Permit Applications (after NTP Receipt) 80 Working Days FEE SCHEDULE The COUNTY agrees to pay, and the ENGINEER agrees to accept a maximum not -to -exceed amount of $54,340.00 for the above-described services rendered based on the following: Task A — Surveying Services $ 4,500.00 Task B — Engineering Design & Preparation of Construction Plans $ 19,200.00 Task C — Minor Site Plan Approval* $ 4,160.00 Additional rounds of responses, hourly NTE (if necessary) $ 2,710.00 Task D — Permitting* $ 8,730.00 Task E — Bidding Services and Specifications $ 7,110.00 Task F — Construction Administration Services $ 7,930.00 Project Total $ 54,340.00 * Permit review fees are excluded from this Work Order. File#2302 (2302_iG Pa rkl m p_Echi b itA_23-0525.docx) Page 3 of 3 155 O O 09 0 0 O V Lr M V � C) 0 0 0 0 0 0 0 0 0 0 0 00 A O CD M co � N 1� (� Q) CD O r N 00 f, I- 0) H 69 69 Ef3 64 ffl Gq 403 O O O O O O O O O O O O O O ' O O N 00 00 V V O > O O t!7 M O M N �p E N N i0 V7 Q C H3 EA ER fA EA K3 fA y3 Q 7 O O O N N f� S O O O O O O L C O O O O N N O O E a U Q 4) Vl 6,3 fR EA ff3 fA fi4 b9 p C — N O O 09 0 0 O V Lr M V � IN +_a'41 z , INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Assistant County Administrator / Department of General Services Parks and Recreation Date: May 26, 2023 To: The Honorable Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Michael C. Zito, Assistant County Administrator Beth Powell, Director Parks and Recreation From: Joseph Tilton, Recreation Manager Subject: Work Order Number 3— Continuing Engineering Services RFQ 2023015 West Wabasso Park Improvements BACKGROUND: On January, 24, 2023, the Interim County Administrator, Michael Zito, under his authority, signed Work Order Number 5, pursuant to the Continuing Services Contract Agreement dated April 17, 2018 (renewed and amended on May 18, 2021) RFQ 2018008 for the conceptual design of improvements at the West Wabasso Park in the amount of $3,300. Work included concept planning and a pre -application meeting with the County to discuss proposed park improvements. That Work Order was completed and a concept plan has been provided for formal design services. Due to the expiration of the existing Continuing Services Contract (RFQ 2018008), a new Work Order is proposed utilizing the RFQ 2023015, approved by the Board of County Commissioners on May 2, 2023. This Work Order Number 3 will provide for the design and engineering services necessary for the construction of a walking trail and improved parking as outlined in the Capital Improvements associated with the West Wabasso Park — Walking Path Upgrades, Access Control, Park Enhancements. Engineering services associated with this work order include: Surveying Services, Engineering Design & Preparation of Construction Plans, Minor Site Plan Soils Engineering Services, Approval, Permitting Assistance, Bidding Services and Specifications, and Construction Administration Services. 157 Service Cost Surveying Services $ 7,700 Engineering Design & Preparation of Construction Plans $ 10,760 Minor Site Plan Approval $ 4,160 Additional rounds of responses, hourly NTE (if necessary) $ 2,710 Soils Engineering Services $ 2,300 Permitting Assistance $ 6,700 Bidding Services and Specifications $ 7,110 Construction Administration Services $ 5,680 Total —+$47,120 FUNDING: Funding for Work Order Number 3 is budgeted and available in the Optional Sales Tax/Parks/West Wabasso PK Basketball & Improvement account number 31521072-066510- 22023 in the amount of $47,120.00. Description Account Number Amount Optional Sales Tax/Parks/ West Wabasso PK Basketball & Improvement 31521072-066510-22023 $47,120.00 RECOMMENDATION: Staff respectfully recommends approval of Work Order Number 3, for West Wabasso Park Improvements, Continuing Consulting Engineering Services Agreements (RFQ 2023015) with Masteller & Moler, Inc., authorizing the professional services as outlined in Exhibit A, and request the Board authorize the Chairman to execute Work Order Number 3. ATTACHMENT: Work Order Number 3, Exhibit A, and the Fee Breakdown for Masteller & Moler, Inc. – Continuing Engineering Services RFQ 2023015– West Wabasso Park Improvements DISTRIBUTION Masteller& Moler Inc. June 20, 2023 Consent Agenda 158 WORK ORDER West Wabasso Park Improvements This Work Order Number 3 is entered into as of this _ day of pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and MASTELLER & MOLER, INC. ("Consultant"). The COUNTY has selected the Consultant to perform the professional 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 mutually agreed upon lump sum or maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing, and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit A (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: By: Print Name: Sean C. Green, PE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY By: Joseph H. Earman, Chairman BCC Approval Date: Title: Executive Vice President Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk By: John A. Titkanich, Jr., County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney 159 M J MASTELLER & MOLER, INC. Ml — CIVIL ENGINEERS — EXHIBIT A 165527 th Street, Ste. 2, Vero Beach, FL 32960 (772) 567-5300 The Indian River County Parks and Recreation Division (IRCPRD) plans to modify and improve the existing: crushed shell walking path within and around the West Wabasso Park. Under Work Order 5 of the 2018 Agreement, Masteller & Moler, Inc. (MM) performed conceptual planning and submitted for, and attended, an IRCCD Pre -Application Conference This Work Order proposes to provide for the engineering design and preparation of construction plans, site planning and project permitting, bidding services, and construction administration and observation services for the West Wabasso Park Improvements. Scope of Work: Task A — Surveying Services Masteller & Moler, Inc. shall use the services of our survey sub -consultant Masteller, Moler, & Taylor, Inc. to provide a Site Survey for Engineering Utility & Site Design purposes for this project. The proposed serpentine patterned stabilized walking path internal to the park connecting to the proposed stabilized looped walking path around the exterior of the park. A proposed stabilized parking area in the south east quadrant of the park is to be created to better service park users. Masteller & Moler, Inc. shall locate all specimen hardwoods greater than 4" in caliper and all Cabbage palms with 10' or greater of clear trunk within the proposed clearing limits. The Site Survey will include location of all visible improvements within the proposed project limits. Elevations will be based on NAVD 1988 and cross sections will be obtained on an as -needed basis. Base Plans will be generated showing the Site Survey information for use in preparing the Engineering Design Construction Plans. Task B — Engineering Design & Preparation of Construction Plans Masteller & Moler, Inc. shall use the aforementioned Base Plans for design and preparation of Construction Plans for the location and requirements for the new proposed serpentine patterned r f stabilized walking path internal to the park connecting to the proposed looped stabilized walking path around the exterior of the park. A proposed stabilized parking area in the south east quadrant of the park is intended to be created to better serve park users. Task C — Minor Site Plan Approval A Pre -Application Conference with the Technical Review Committee (TRC) was held on February 27th, 2023 to discuss the Project requirements based on a Conceptual Site Plan that was submitted along with the Conference request. Masteller & Moler, Inc. shall utilize the aforementioned design and construction plans for submittal to the County Planning Department to secure Minor Site Plan Approval based on comments provided by TRC Staff at the pre -application conference. The Plans shall include improvements necessary to facilitate Minor Site Plan Approval generally including but not limited to: • Location of the proposed stabilized walking path; Page 1 of 4 160 MJ MASTELLER & MOLER, INC. 1655 27" St Ste. 2, Vero Beach, FL 32960 MI — CIVIL ENGINEERS — (772) 567-5300 • Location of stormwater management dry retention area; • Location of the existing Trees. The permit review fee yet to be determined is excluded from this Work Order. Following the submittal, we shall complete any required additional rounds of responses following the first round based on hours expended multiplied by the appropriate job classification rate set forth in Exhibit 1 attached to the Agreement for a fee not to exceed $2,710.00. Task D — Soils Engineering Services Masteller & Moler, Inc. shall use the services of our soils engineering sub -consultant KSM Engineering & Testing to provide soil engineering services for the project as follows: • Perform one (1) soil boring to a depth of 20' below grade within the limits of the proposed dry retention area; • Perform one (1) "Usual Open Hole" constant head permeability test up to a depth of 5' below grade within the limits of the proposed dry retention area; o Obtain (1) soil sample for each strata encountered; o Perform laboratory testing and engineering calculations to determine the saturated permeability coefficient "Ksat" value for each sampled stratum; • Obtain (1) sample for each encountered stratum from a depth range of 6' to 20' below grade; o Perform laboratory testing and engineering calculations to determine the saturated permeability coefficient "Ksat" value for each sampled stratum. o Perform (1) Sieve Analysis (includes Fines Content Test) for each sampled stratum (includes sampled stratum from the first 5 feet below grade). o Perform laboratory testing and engineering calculations to determine the Coefficient of Uniformity "Cu", Coefficient of Curvature "Cc" for each stratum, and, if applicable, the fineness module for the soil profile. • Provide a report detailing all findings and conclusions as to the suitability of the subsurface soils per IRC requirements for the project. Task E — Supporting Permits Masteller & Moler, Inc. shall secure the supporting permits for the proposed work from the following agencies: • Indian River County Public Works —Type A SWMS Permit (Review fee of $ 850.00) • SJRWMD 10-2 Self -Certification (Review fee TBD) • Tree Removal Permit (Review fee of $200.00) (If Required) • Land Clearing Permit (Review fee of $120.00) (If Required) Permit application fees are included for reference only and are excluded from this Work Order. Page 2 of 4 161 MJ MASTELLER & MOLER, INC. -M-1 — CIVIL ENGINEERS — Task F — Bidding Services and Specifications 1655 27'h Street, Ste. 2, Vero Beach, FL 32964 (772) 567 Using IRC standard bid documents, Masteller & Moler Inc. shall prepare Contract Plans and Specifications with Bid Documents to allow the Indian River County Purchasing Department to advertise and bid the proposed Site Improvements Project. Additionally, we will provide engineering services during the project's bidding process generally including but not limited to the following: 1. Preparation for and attendance at a mandatory pre-bid meeting and preparation of a letter of response to include in an addendum. 2. Revise and/or amend Contract Plans and Specifications and prepare written addendum / addenda during bidding to reflect any comments and/ or requirements by permitting agencies. 3. Research and responses to bidders' questions to be incorporated into written addenda during the bidding process. 4. Review submitted bids, evaluate for correctness and completion, compile bid comparison by line item for each bidder, contact references (if applicable), and provide Letter of Findings and Recommendation of Contract Award, Task G — Construction Administration and Observation Masteller& Moler, Inc. shall provide engineering services as needed during the construction of the project generally including but not limited to the following: 1. Preparation for and attendance of a mandatory pre -construction meeting; 2. Periodic construction observations as needed; 3. Perform the walkthrough at the end of the construction; 4. Provide a punch list to the Contractor; 5. Review the As -built drawings; 6. Prepare Project Close-out/Certification documents. Deliverables — The ENGINEER shall provide the COUNTY: a. 60% Construction Plans and Preliminary Specifications — 1 Hard Copy + PDF b. Final Construction Plans - 2 Sets + PDF c. Bid Documents and Final Specifications necessary for Advertisement and Bidding of the work d. Related digital AutoCAD, DOC, and PDF files TIME SCHEDULE Project shall be completed as follows: Engineering Design & Preparation of Construction Plans (after NTP Receipt) 60 Working Days Submittal of Permit Applications (after NTP Receipt) 80 Working Days Page 3 of 4 162 MASTELLER & MOLER, INC. CIVIL ENGINEERS FEE SCHEDULE 1655 27" Ste. 2, Vero Beach, FL 32960 (772) 567-5300 The COUNTY agrees to pay, and the ENGINEER agrees to accept a maximum not -to -exceed amount of $47,120.00 for the above-described services rendered based on the following: Task A — Surveying Services $ 7,700.00 Task B — Engineering Design & Preparation of Construction Plans $ 10,760.00 Task C — Minor Site Plan Approval* $ 4,160.00 Additional rounds of responses, hourly NTE (if necessary) $ 2,710.00 Task D — Soils Engineering Services $ 2,300.00 Task E — Permitting* $ 6,700.00 Task F — Bidding Services and Specifications $ 7,110.00 Task G — Construction Administration Services $ 5.680.00 Project Total $ 47,120.00 * Permit review fees are excluded from this Work Order. File#2303 (2303_W WabassoParklmp_ExhibitA_23-0525.docx) Page 4 of 4 163 H r+ C d Z E > 0 O CL a E W G' �G m W a W O LL W � Q F 4 w 00 0 0 0 0 0 0 0 O O 0 0 0 6 0 0 0 0 0 0 Hi (si m P co N 0 O a N CD r- to n � M 69 69 69 (R UT 6s tl! O O O O OC? O ' ci O O) > cO 7 O N O N V O 'IT O V co Ln O �p E — N N LO 0 C E Ef3 (A K) 63. to 613 69 yy Q L O 0 O V N N O h 2 O O O O > (D to `o O M M E cl ai U Q O N f!3 69 fA 6%613,H3 EA {y C N 7 N N O M M 2 O O O O C S0 0 0 i 0 Op E 00 O 0 T E u> m Q f0 6q 69 F» 69 ea 60 E» `q ❑ Q U O N (n m o co 2 0 0 0 0 0 0 0 0 O 7 O O O V r O N M N (+) Oho (D _ (D O O W C E N N N N r (o Q r 6g Ef) 613 60 Vy ER 64 �p N O L d O CO (D O 00 OD co Go 2 0 g o 0 0 0 0 0 0 U) Lo 0 CD O CD 0 O 0� (D N U') (0 N N N0 d' 00 O "1 W O W E N N N 01 a Q C5 CL U C N = N r 2 N N y a) U U N U) N U) C m (� 0 CO O C N 06 O E N C_ U a Q O _ E E u U CD Q C(6 UCD d O (D U Z 4 ° CD C aD 06 a cn U C O O. O O) C ^ c C O Q O C O U) m U H m U U w ti U t. Y Y Y Y Y No Y jp m m m m ( m O 00 0 0 0 0 O O Hi (si vi P i E �x oittu INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Assistant County Administrator / Department of General Services Parks and Recreation Date: June 5, 2023 To: The Honorable Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Michael C. Zito, Assistant County Administrator From: Beth Powell, Director Parks and Recreation Subject: Support Pursuit of a Florida Recreation Development Assistance Program (FRDAP) Grant for the Victor Hart Sr. Enhancement Complex and Gifford Aquatic Center BACKGROUND: The Florida Recreation Development Assistance Program (FRDAP) is a competitive program that provides grants for acquisition or development of land for public outdoor recreation use or to construct or renovate recreational trails. It is administered by the Florida's Department of Environmental Protection (DEP) and has a maximum grant award of $200,000. There are three eligible projects identified in the current Capital Improvement Element (CIE) of the County's Comprehensive Plan that could be leveraged by this matching grant. Additionally, staff propose to budget for a new scoreboard for the Lundy Senior League Field in the FY24/25 operating budget. Elements identified in the CIE include replacement of the existing playground at the Victor Hart Sr. Enhancement Complex, as well as replacement of the water slide, and replacement of the splash pad at the Gifford Aquatic Center. The grant application cycle typically opens in August and staff is preparing now for the application cycle. If awarded and funded by the State, the grant award would be made for Fiscal Year 2024/2025 with a three-year completion date. Staff will host various public meetings and obtain letters of support from existing user groups and civic groups to meet and exceed all grant requirements. Board approval is one of the prerequisites for application to this grant. It demonstrates that there is support not only for pursuing the grant but for completion of the projects once the grant is awarded. If awarded, the County will have three years to complete the projects included in the grant application. The FRDAP grant typically requires a 50% match in funding for consideration. The total cost projected for County funding is $660,000 with FRDAP assistance at $200,000 which will create a County match of 77%. 165 FUNDING: Funding for the projects outlined will include a combination of funding from the 5 -year Capital Improvement Element of the Comprehensive Plan and proposed operating funds through the Parks Division's FY24/25 Budget. Description Account Number Amount Gifford Aquatic Center Slide Replacement 31521072-066390 $200,000 Gifford Aquatic Center Splash Pad Replacement 31521072-066390 $300,000 Victor Hart Sr. Enhancement Complex Playground 31521072-066390 $150,000 Victor Hart Sr. Enhancement Complex Lundy Senior League Score Board 00121072-066390* $10,000 *To be proposed in FY24/25 RECOMMENDATION: Staff respectfully recommends the Board of County Commissioners approve staff's submission of a FRDAP Grant application as outlined above and authorize staff to execute any necessary grant submission documents for the application to the Florida Department of Environmental Protection in an amount of $200,000. ATTACHMENT: Grant Form dated 6-13-23 Approved for June 20, 2023 Agenda 166 GRANT NAME: FRDAP AMOUNT OF GRANT: $200,000 GRANT # DEPARTMENT RECEIVING GRANT: GENERAL SERVICES - PARKS & RECREATION CONTACT PERSON: BETH POWELL TELEPHONE: 226-1785 1. How long is the grant for? 3 YEARS Starting Date: JULY 2024 2. Does the grant require you to fund this function after the grant is over? 3. Does the grant require a match? X If yes, does the grant allow the match to be In -Kind services? 4. Percentage of match to grant 23 % 50:50 REQUIRED, BUT PROPOSING $880,000 5. Grant match amount required R 6. Where are the matching funds coming from (i.e. In -Kind Services; Reserve for Contingency)? SCHEDULED ALLOCATION FROM THE CIE AND $1 OK PROPOSED IN THE PARKS DIVISION OPERATING BUDGET 7. Does the grant cover capital costs or start-up costs? If no, how much do you think will be needed in capital costs or start-up costs: (Attach a detail listing of costs) 8. Are you adding any additional positions utilizing the grant funds? If yes, please list. (If additional space is needed, please attach a schedule.) Yes X No Yes No Yes No X Yes No Yes X No Acct. Description Position Position Position Position Position 011.12 Regular Salaries 011.13 Other Salaries & Wages (PT) 012.11 Social Security 012.12 Retirement — Contributions 012.13 1 Insurance — Life & Health 012.14 Worker's Compensation 012.17 S/Sec. Medicare Matching $ TOTAL 9. What is the total cost of each position including benefits, capital, start-up, auto expense, travel and operating? Salary and Benefits Operating Costs Capital Total Costs 10. What is the estimated cost of the grant to the county over five years? IS 650,000 CAPITAU$10k OPERATING a1s 1-129s9308n.2038++1902-62oa55208n45W96.50W- w-...a......,,.,-.,a.,-.,,,-.�,.,,.-.o.,.,..,.... 1ae7- l -.ns 9.42l.9no9�+.,Wa .nWZ9b3=91-1972- w Signature of Preparer: .991-b995-01.35 VWMO,...�*Wa,«.,.9w Date: 167 Grant Amount Other Match Costs Not Covered Match Total First Year $ $ $ 330,000 CAPITAL $ 330,000 Second Year $ 200,000 $ $ 330,O99CF mR &oPERA-w $ 530,000 Third Year $ $ $ $ Fourth Year $ $ $ $ Fifth Year $ $ $ $ 8so,000 a1s 1-129s9308n.2038++1902-62oa55208n45W96.50W- w-...a......,,.,-.,a.,-.,,,-.�,.,,.-.o.,.,..,.... 1ae7- l -.ns 9.42l.9no9�+.,Wa .nWZ9b3=91-1972- w Signature of Preparer: .991-b995-01.35 VWMO,...�*Wa,«.,.9w Date: 167 06/20/2023 Item 8.Y. (later moved to 12.C.2.) Florida Recreation Development Assistance Program (FRDAP)Grant Victor Hart Sr. Community Enhancement Complex and Gifford Aquatic Center f FRDAP Grant Information ► The Florida Recreation Development Assistance Program (FRDAP) is a competitive program that provides grants for acquisition or development of land for public outdoor recreation use or to construct or renovate recreational trails. It is administered by the Florida's Department of Environmental Protection (DEP) and has a maximum grant award of $200,000.There is a 50% funding match required for this grant award. to. The FRDAP Grant Application Cycle for FY 2024-2025 is August 1, 2023 - August 31, 2023. ► Board approval is a prerequisite for application to this grant. This shows that staff has the support to pursue the grant as well as the support to complete the projects once the grant funding is obtained. ► Once funding is obtained the County will have 3 years to complete the grant funded projects 06/20/2023 Item S.Y. (later moved to 12.C.2.) 06/20/2023 Item 8.Y. (later moved to 12.C.2.) Projects to be utilized for the grant match funding ► Gifford Aquatic Center Slide Replacement $200,000.00 (CIE funded FY 24-25) 06/20/2023 Item 8.Y. (later moved to 12.C.2.) Completed Projects at Victor Hart Sr Community Enhancement Complex ► Parking Lot Repaving ► Resurfacing of Tennis and Basketball Courts ► Replaced all parking lighting around the Football and Baseball Fields with LED lights ► Removed Guardrail and replaced with single rail wood fencing ► Added New Flag Pole and Solar Light to the Flag Pole at Jackie Robinson Little League Field Current and Future Projects at Victor Hart,Sr. Community Enhancement Complex INDIAN RIVER COUNTY, FLORIDA AGENDAITEM Assistant County Administrator / Department of General Services Date: June 13, 2023 To: The Honorable Board of County Commissioners Thru: John A. Titkanich, Jr., County Administrator Thru: Michael Zito, Assistant County Administrator From: Leigh Anne Uribe, Interim Human Services Managing Director Subject: Annual HUD Grant Renewals for Continuum of Care (CoC) Programs BACKGROUND: 6Ar The U.S. Department of Housing and Urban Development (HUD) offers permanent, supportive housing to persons experiencing homelessness as well as services including health care and mental health counseling. On behalf of Indian River County, grant applications are submitted by Treasure Coast Homeless Services Council, Inc. (TCHSC) for funding of these services. Once awarded, TCHSC administers the grant funds for Continuum of Care (CoC) programs in cooperation with the Human Services Division. Below is a list of nine grants awarded to Indian River County which are renewing in 2023. GRANT NUMBER PROJECT HUD FUNDING Performance Period FL0113L4H092210 CoC Wide TRA Renewal $118,992 09-01-2023 ends 08-31-2024 FL0114L4H092215 ALCOHOPE Renewal $94,992 04-01-2023 ends 03-31-2024 FL0116L4H092215 HMIS Coordinated En $35,400 09-01-2023 ends 08-31-2024 FL0119L4H092215 New CHRONICS $361,344 07-01-2023 ends 06-30-2024 FL0338L4HO92209 CoC Wide TRA TWO $94,992 09-01-2023 ends 08-31-2024 FL036OL4HO92213 Indian River CHRONIC $124,212 06-01-2023 ends 05-31-2024 FL038OL4HO92208 Family Rental Assistance $119,904 09-01-2023 ends 08-31-2024 FL0418L4HO92210 Data Quality $27,840 01-01-2024 ends 12-31-2024 FL044OL4HO92211 New Horizons TWO $144,300 04-01-2023 ends 03-31-2024 TOTAL AWARD $1,121,976 168 Page Two HUD Grant Renewals for Continuum of Care (CoC) Programs June 20, 2023 FUNDING: These grants require NO MATCHING FUNDS from the County and there are no changes from previous years in the method the funds are to be disbursed. RECOMMENDATION: Staff recommends the Board acknowledge the renewal of the nine grants awarded by HUD in the aggregate amount of $1,121,976 and authorize Chairman to execute each individual Continuum of Care Program Grant Agreement. ATTACHMENTS (4): Continuum of Care Program Grant Agreement - FLO113L4H092210 Continuum of Care Program Grant Agreement - FLO114L4H092215 Continuum of Care Program Grant Agreement - FL0116L4H092215 Continuum of Care Program Grant Agreement - FLO119L4H092215 Continuum of Care Program Grant Agreement - FL0338L4HO92209 Continuum of Care Program Grant Agreement - FL036OL4HO92213 Continuum of Care Program Grant Agreement - FL038OL4HO92208 Continuum of Care Program Grant Agreement - FL04181,41-1092210 Continuum of Care Program Grant Agreement - FL044OL41-1092211 DISTRIBUTION: Rayme Knuckles, Treasure Coast Homeless Services Council Elissa Nagy, Finance Director APPROVED AGENDA ITEM June 20.2023 169 "' : U.S. Department of Housing and Urban Development :. Office of Community Planning and Development 400 West Bay Street Suite 1015 Jacksonville, FL 32202 Grant Number: FL0113L411092210 Recipient's Name: Indian River County Board of County Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 6/15/2023 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of County Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2022 (Pub. L. 117-103, approved March 15, 2022); 2. title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $118,992, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. www.hud.gov espanol.hud.gov Page I 170 Grant No. Grant Term Performance Period Total Amount FL0I13L4H092210 12 months 09-01-2023 - 08-31-2024 $118,992 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $118,992 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $0 j. Administrative costs $0 k. Relocation Costs $0 1. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance $0 www.hud.gov espanol.hud.gov Page 2 171 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanol.hud.gov Page 3 172 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e -snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 173 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development F Larry Hayes, Director (Typed Name and Title) June 15, 2023 (Date) RECIPIENT Indian River County Board of County Commissioners (Name of Organization) By: (Signature of Authorized Official) Joseph H. Earman, Chairman (Typed Name and Title of Authorized Official) (Date) Approved by BCC: June 20, 2023 ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: By: John A. Titkanich, Jr., County Administrator www.hud.gov Approved as to form and legal sufficiency: By: Dylan Reingold, County Attorney espanol.hud.gov Page 5 174 Indirect Cost Schedule Agency/Dept./Major Function Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix IV to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 175 U.S. Department of Housing and Urban Development Office of Community Planning and Development 400 West Bay Street Suite 1015 - Jacksonville, FL 32202 Grant Number: FL0114L4H092215 Recipient's Name: Indian River County Board of Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 5/25/2023 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2022 (Pub. L. 117-103, approved March 15, 2022); 2. title N of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $94,992, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. www.hud.gov espanol.hud.gov Page I 176 Grant No. Grant Term Performance Period Total Amount FL01141,4H092215 12 months 04-01-2023 - 03-31-2024 $94,992 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $94,992 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $0 j. Administrative costs $0 k. Relocation Costs $0 1. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance {Stmt} www.hud.gov espanol.hud.gov Page 2 177 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanol.hud.gov Page 3 178 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e-snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 179 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development Larry Hayes, Director (Typed Name and Title) May 25, 2023 (Date) RECIPIENT Indian River County Board of County Commissioners (Name of Organization) By: (Signature of Authorized Official) Joseph H. Earman, Chairman (Typed Name and Title of Authorized Official) (Date) Approved by BCC: June 20, 2023 ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: By: John A. Titkanich Jr., County Administrator www.hud.gov Approved as to form and legal sufficiency: By: Dylan Reingold, County Attorney espanol.hud.gov Page 5 180 Indirect Cost Schedule Agency/Dept./Major Function Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix IV to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 181 U.S. Department of Housing and Urban Development Office of Community Planning and Development 400 West Bay Street Suite 1015 Jacksonville, FL 32202 Grant Number: FL0116L4H092215 Recipient's Name: Indian River County Board of County Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 6/7/2023 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of County Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2022 (Pub. L. 117-103, approved March 15, 2022); 2. title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $35,400, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. www.hud.gov espanol.hud.gov Page 1 182 i Grant No. Grant Term Performance Period Total Amount FL0I 16L4H092215 12 months 09-01-2023 - 08-31-2024 $35,400 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $0 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $35,400 j. Administrative costs $0 k. Relocation Costs $0 1. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance {Stmt} www.hud.gov espanol.hud.gov Page 2 183 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanol.hud.gov Page 3 184 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e -snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 185 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development F Larry Hayes, Director (Typed Name and Title) June 7, 2023 (Date) RECIPIENT Indian River County Board of County Commissioners (Name of Organization) By: (Signature of Authorized Official) Joseph H. Earman. Chairman (Typed Name and Title of Authorized Official) (Date) Approved by BCC: June 20, 2023 ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: By: John A. Titkanich Jr., County Administrator www.hud.gov espanol.hud.gov Approved as to form and legal sufficiency: By: Dylan Reingold, County Attorney Page 5 186 Agency/Dept./Major Function Indirect Cost Schedule Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix IV to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 187 Grant Number: FL0119L411092215 U.S. Department of Rousing and Urban Development Office of Community Planning and Development 400 West Bay Street Suite 1015 Jacksonville, FL 32202 Recipient's Name: Indian River County Board of County Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 6/14/2023 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of County Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2022 (Pub. L. 117-103, approved March 15, 2022); 2. title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $361,344, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. www.hud.gov espanol.hud.gov Page 1 188 Grant No. Grant Term Performance Period Total Amount FL0I 191,4H092215 12 months 07-01-2023 - 06-30-2024 $361,344 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $361,344 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $0 j. Administrative costs $0 k. Relocation Costs $0 1. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance $0 www.hud.gov espanol.hud.gov Page 2 189 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanol.hud.gov Page 3 190 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e -snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 191 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development F Larry Hayes, Director (Typed Name and Title) June 14, 2023 (Date) RECIPIENT Indian River County Board of County Commissioners (Name of Organization) (Signature of Authorized Official) Joseph H. Earman, Chairman (Typed Name and Title of Authorized Official) (Date) Approved by BCC: June 20, 2023 ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: By: John A. Titkanich, Jr., County Administrator Approved as to form and legal sufficiency: By: Dylan Reingold, County Attorney www.hud.gov espanol.hud.gov Page 5 192 Agency/Dept./Major Function Indirect Cost Schedule Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix IV to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 193 U.S. Department of Housing and Urban Development Office of Community Planning and Development 400 West Bay Street Suite 1015 ed Jacksonville, FL 32202 Grant Number: FL0338L411092209 Recipient's Name: Indian River County Board of County Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 6/14/2023 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of County Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2022 (Pub. L. 117-103, approved March 15, 2022); 2. title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $94,992, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. www.hud.gov espanol.hud.gov Page 1 194 Grant No. Grant Term Performance Period Total Amount FL0338L4H092209 12 months 09-01-2023 - 08-31-2024 $94,992 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $94,992 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $0 j. Administrative costs $0 k. Relocation Costs $0 1. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance $0 www.hud.gov espanol.hud.gov Page 2 195 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanol.hud.gov Page 3 196 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e -snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 197 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development F Larry Hayes, Director (Typed Name and Title) June 14, 2023 (Date) RECIPIENT Indian River County Board of County Commissioners (Name of Organization) By: (Signature of Authorized Official) Joseph H. Earman, Chairman (Typed Name and Title of Authorized Official) (Date) Approved by BCC: June 20, 2023 ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: By: John A. Titkanich, Jr., County Administrator www.hud.gov espanol.hud.gov Approved as to form and legal sufficiency: By: Dylan Reingold, County Attorney Page 5 198 Indirect Cost Schedule Agency/Dept./Major Function Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix IV to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 199 c U.S. Department of Housing and Urban Development Office of Community Planning and Development 400 West Bay Street Suite 1015 Jacksonville, FL 32202 Grant Number: FL0360L411092213 Recipient's Name: Indian River County Board of County Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 6/14/2023 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of County Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2022 (Pub. L. 117-103, approved March 15, 2022); 2. title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $124,212, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. www.hud.gov espanol.hud.gov Page 1 200 Grant No. Grant Term Performance Period Total Amount FL036OL4HO92213 12 months 06-01-2023 - 05-31-2024 $124,212 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $124,212 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $0 j. Administrative costs $0 k. Relocation Costs $0 1. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance $0 www.hud.gov espanol.hud.gov Page 2 201 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanol.hud.gov Page 3 202 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e -snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 203 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development Larry Hayes, Director (Typed Name and Title) June 14, 2023 (Date) RECIPIENT Indian River County Board of County Commissioners (Name of Organization) By: (Signature of Authorized Official) Joseph H. Earman, Chairman (Typed Name and Title of Authorized Official) (Date) Approved by BCC: June 20, 2023 ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: By: John A. Titkanich, Jr., County Administrator www.hud.gov espanol.hud.gov Approved as to form and legal sufficiency: By: Dylan Reingold, County Attorney Page 5 204 Indirect Cost Schedule Agency/Dept./Major Function Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix N to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 205 U.S. Department of Housing and Urban Development Office of Community Planning and Development 400 West Bay Street Suite 1015 Jacksonville, FL 32202 Grant Number: FL0380L411092208 Recipient's Name: Indian River County Board of County Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 6/14/2023 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of County Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2022 (Pub. L. 117-103, approved March 15, 2022); 2. title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $119,904, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. www.hud.gov espanol.hud.gov Page 1 206: Grant No. Grant Term Performance Period Total Amount FL0380L4H092208 12 months 09-01-2023 - 08-31-2024 $119,904 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $119,904 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $0 j. Administrative costs $0 k. Relocation Costs $0 1. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance $0 www.hud.gov espanol.hud.gov Page 2 207 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanothud.gov Page 3 208 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e -snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 209 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development Larry Hayes, Director (Typed Name and Title) June 14, 2023 (Date) RECIPIENT Indian River County Board of County Commissioners (Name of Organization) By: (Signature of Authorized Official) Joseph H. Earman, Chairman (Typed Name and Title of Authorized Official) (Date) Approved by BCC: June 20, 2023 ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: Approved as to form and legal sufficiency: By: By: John A. Titkanich, Jr., County Administrator Dylan Reingold, County Attorney www.hud.gov espanol.hud.gov Page 5 210 Agency/Dept./Major Function Indirect Cost Schedule Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix IV to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 211 U.S. Department of Housing and Urban Development Office of Community Planning and Development 400 West Bay Street Suite 1015 Jacksonville, FL 32202 Grant Number: FL0418L411092210 Recipient's Name: Indian River County Board of Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 5/26/2023 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2022 (Pub. L. 117-103, approved March 15, 2022); 2. title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $27,840, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. www.hud.gov espanol.hud.gov Page I 212 Grant No. Grant Term Performance Period Total Amount FL04181,4H092210 12 months 01-01-2024 - 12-31-2024 $27,840 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $0 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $27,840 j. Administrative costs $0 k. Relocation Costs $0 1. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance {Stmt} www.hud.gov espanol.hud.gov Page 2 213 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanol.hud.gov Page 3 214 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e -snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 215 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development I Larry Hayes, Director (Typed Name and Title) June 7, 2023 (Date) RECIPIENT Indian River County Board of County Commissioners (Name of Organization) By: (Signature of Authorized Official) Joseph H. Earman, Chairman (Typed Name and Title of Authorized Official) (Date) Approved by BCC: June 20, 2023 ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: By: John A. Titkanich Jr., County Administrator www.hud.gov espanol.hud.gov Approved as to form and legal sufficiency: By: Dylan Reingold, County Attorney Page 5 216 Agency/Dept./Major Function Indirect Cost Schedule Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix N to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 217 U.S. Department of Housing and Urban Development Office of Community Planning and Development 400 West Bay Street Suite 1015 Jacksonville, FL 32202 Grant Number: FL0440L411092211 Recipient's Name: Indian River County Board of Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 5/25/2023 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2022 (Pub. L. 117-103, approved March 15, 2022); 2. title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $144,300, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. Grant No. Grant Term Performance Period Total Amount FL0440L4H092211 12 months 04-01-2023 - 03-31-2024 $144,300 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $144,300 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $0 j. Administrative costs $0 k. Relocation Costs $0 1. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance {Stmt} www.hud.gov espanol.hud.gov Page 2 219 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanol.hud.gov Page 3 220 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e -snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 221 This agreement is hereby executed on behalf of the parties as follows: UNITED STATES OF AMERICA, Secretary of Housing and Urban Development By: (Date) RECIPIENT Indian River County Board of County Commissioners (Name of Organization) By: (Signature of Authorized Official) Joseph H. Earman, Chairman (Typed Name and Title of Authorized Official) (Date) Approved by BCC: June 20.2023 ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved: By: John A. Titkanich Jr., County Administrator www.hud.gov espanol.hud.gov Approved as to form and legal sufficiency: By: Dylan Reingold, County Attorney Page 5 222 Indirect Cost Schedule Agency/Dept./Major Function Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix IV to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 223 INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Assistant County Administrator / Department of General Services Date: June 14, 2023 To: The Honorable Board of County Commissioners Thru: John A. Titkanich Jr., County Administrator Michael C. Zito, Assistant County Administrator From: Leigh Anne Uribe, Interim Human Services Managing Director Subject: Children's Services Advisory Committee Recommended Program Funding Allocations for Fiscal Year 2023/24 BACKGROUND On April 18, 2023, the County issued a Request for Proposals (RFP) allowing not-for-profit and for-profit organizations, government agencies and individuals, to apply for funding to provide for children's programs/services in Indian River County. This grant program is administered by Indian River County with assistance from the Children's Services Advisory Committee (CSAC) consistent with Ordinance Number 2022-007 and the County's Outside Agency Funding Policy Revisions approved by the Board on August 4, 2022. In response to the RFP, the County received 56 proposals that totaled $3,766,993 in requested funding. This amount was $1,199,217 over the budget allocation for children's programs of $2,567,776 for Fiscal Year 2023-2024 approved by the Board of County Commissioners on April 18, 2023. Over the course of three days from June 8-10, 2023, the CSAC Grant Review Subcommittee (Subcommittee) convened to evaluate each funding proposal and determine the grant awards recommended for funding. The proposal evaluation criteria included: priority of an identified need(s), program viability, measurable outcomes, organizational capacity, and financial health. The Subcommittee's evaluation and discussion resulted in the recommendation of awards to 46 programs and contingency funding for two additional programs if awarded funding becomes available through default, noncompliance, or early termination of an awarded grant program during the fiscal year. On June 12, 2023, the CSAC reviewed and approved the Subcommittee' funding allocations for children's programs as recommended by the Grant Review Subcommittee. A copy of the recommended funding schedule is attached. Copies of all grant applications submitted are on file for review in the Commission Office. FUNDING On March 7, 2023, the Board approved the children's services funding for Fiscal Year 2023-2024 in the amount of $2,773,383. Pursuant to Section 103.27(14) of the County Code, funds shall be used for 224 administrative expenses in an amount not to exceed eight (8) percent of the approved children's services budget. For FY23/24, the total budgeted administrative expenses are $205,607 which include staff salaries and the cost of conducting the Children's Needs Assessment and is within the allowed eight (8) percent or $221,870. The total funding available for children's services program grants proposed and outlined in the recommended funding is $2,567,776. Children's Services 2024 Needs Assessment $50,000 Human Services Program Coordinator 75% FTE plus benefits $64,377 Human Services Managing Director 75% FTE plus benefits *$88,630 EC Impact Software Annual Fee $2,600 Total Administrative Expenses $205,607 FY23-24 Children's Services Programs Grant Funds recommended for funding by CSAC 6/12/23 $2,567,776 *projected (position currently advertised) RECOMMENDATION Staff respectfully recommends that the Board of County Commissioners approve CSAC's funding recommendations for children's programs for FY 2023/24 and authorize the Chairman to execute the 46 program grant agreements after review and approval by the County Attorney for legal sufficiency. Should program funding become available through default, noncompliance, or early termination of an awarded grant program during the fiscal year, staff will bring an item to the Board for approval for a program approved for contingency funding. ATTACHMENTS CSAC Recommended Program Funding FY 2023/24 AGENDA ITEM FOR JUNE 20, 2023 225 CHILDREN'S SERVICES ADVISORY COMMITTEE Attachment -6/20/2023- Children's Services Advisory RECOMMENDED PROGRAM FUNDING FY 2023/24 f�F ca Recommended 3Program Funding Allocations 1 - Helping Hands Summer Program 2 - Children in Centers Total Program Budget V 2,567,776 Requests Over Budget $ 1,199,217 Available to Spend $ - Priorities 1 - Early Childhood Development (Age 0-5) 2 - Quality Remediation and Enrichment Programs 3 - Build Parent Capacity 4 -programs that Address Risky Youth Behavior 226 ,. 2023/24 2023/24 AGENCY PROGRAM , " REQUEST AWARD +/- Pl R t l Pdoritv2 Priori3 Priori 4 Ballet Vero Beach, Inc. Student Matinee Series/Stage to Page _ 20,000 $ 10,000 -50% ,'; _ 10,000 Big Brothers Big Sisters of Indian River County Community -Based Mentoring $ 15,000 $ 15,000 095�;. ;,'^4,'. 7,500 '. , K Big Brothers Big Sisters of Indian River Co ' Passport to Early Literacy 85,000 `'' .. , ,Opp ,. pp - 85 O� .. -. Boys & Girls Clubs of Indian River County - BGC After School & Summer Program " . $ 50,000 $ 40,000 20% let Catholic Charities of the Diocese of Palm eeac)f, �iamaritan Center; 37, ,�. 7,000 Wjox - ., Childcare Resources of Indian River *Children in Centers $ 300,000 $- :. 250,000 -17% 250000.,;b`? Childcare Resources of Indian River Community & Fatuity Servkxs �'<`±i 273,472 $3,478% 114,359; ";;:'.. BB 120;,4. Children's Home Society of Treasure Coast Dodgertown Community Partnership School $ 50,000 $ 37,500 2595 '-;,�, Children's Home Society of Treasure Cf Ufe Choices ' . 60,000 $ ,DOOM Crossover Mission, Inc. Independent Study for High -Risk Student Athletes $ 25,000 $ 15,000 .4095 Crossover IIIIIIIIIIII&IIchng the Future of Crossover Missions _.. 120,000 $ 100,000 7% : - 75,000, Education Foundation of Indian River County, InL STEP into Kindergarten :: `: $ 173,098 $ 173,098, 0% - . 173,0lB�, >;� .r Environmental Learning Center STEAM Explorers Progr -;11,650 $ 11,650 ...:.. 5,825' ., Feed the Lambs Enrichment Program, Inc. . _ : - Feed the Lambs Enrichment Programs - -$: - 13,500 $ 13,500 - 0% 5,000 3 r .500^^ Gifford Youth Achievement Can ter ," After School Education Program (ASFA��`,f',:64,D00 $ _.._._64,000 "p%.; 32,000 Gifford Youth Achievement Center, lite Youth Employability Program (VEP) $ 10,000 $ 7,500 -25% 7,500 Gifford Youth Orchestra- ing for Success 75,000 22,500! x_ 22,500 Guardians For New Futures, hIC, ..:. .Children's Advocacy CerMN $ 50,000 Helping Hands Program of ., .,.:ping Hands School Year .., , 30.000 L , 5,000 5,000 Helping Hands Program of South County . - .:.. � *Helping Hands Summer Program 20,000 ..... Hibiscus Children's Ce M . Sefecare - Parenting Education Home Vlsitati = 35,000 $ jW,000'. 35,000 'f Hope for Families Center Children Enrichment Program $ 41,500 $ 41,500 pX 1�'ti5 f. 13 933 13,834 v'• Indian River County Healthy Start Coalition` -e, Babies and Beyond -. 62,650 $ ,2,6501.` ) x r.' 62,650 Indian River County Healthy Start Coalition .: .: Doula (FKA Doula Services) :: $. 62,650 $ 37,500 :409,5 y ',:: - 37,500 y, �GROW Indian River County Healthy Start Coalition 1lBrprdinated Intake and Referral/PEPWr i 20,000 $:0,000 „ ,;... _ 20,000 Indian River County Healthy Start Coalition - .:. Fatherhood Program - : $. 50,000 $ 15,000 . _70% - .'�_p 15,000 Indian River County Healthy Start Coalition '' by Families IRC ..", . ..... ' 38,000 $ ., „B4O00; ,. 0Lp,0""` Indian River County Healthy Start Coalition Nurse Family Partnership $ 15,000 $ 15,000 0% .5,000 "'w 10,000 ;fes Indian River County Healthy Start Coalition xlts As Teachers •: " ,...,;,..116,450 $ ;6,450 i. it% : SB,t25Si 58,225 Indian River County Healthy Start Coalition - PEACE , $: 10,000 $ 10,000 - 0% y�= 7,500 Junior Achievement of the . j car Achievement for Elemerrtagt" High Schogl ' ' 40, §'s Miss B's Learning Bee's Inc. - Family Engagement Program $ 30,000 Miss B's Learning Bee's 1.� - jest cOAEP '�' -.: 45,000 "",, �"43A 1W 43% 30,000.',;' Miss B's Learning Bee's Inc. Transportation Service $ 10,000 New Horizons of the Treasure Coast, Inc. "-' `.... Student Assistance Program - 45,193"lot OCP Community Outreach, Inc. - Purpose Driven Youth $ 30,000 $ 25,000 dAli; 25 000: Pelican Island Audubon Societyr dubon Advocates Lagoon Science Pro "' -. 25,000 $ },., ,000., 25,000 Redlands Christian Migrant Association - Enhancing Infant and Toddler Care $ 75,500 $ 75,500 0% 75 ,500 . `a�, Redlands Christian Migrant Assoc� phooi Readiness Match (SRMAT) Pro,, 50,000 $ i w ,000., !, S000p W9Z. Safe Families for Children Safe Families for Children -Treasure Coast , _ _j: _ 25,000 $ 25,000 ..- p%: -'. �r 000 Substance Awareness Center of tRC, Inc. Adolescent Substance Use Outpatient Treatment -M, 50,000 $ ;,]W,,000 ` n a, �' '+ ` Substance Awareness Center of IRC, Inc. .. ReDirect$' 100,000 $ 90,000 '.10% Substance Awareness Center of IRC, Inc. - �- l iversaI School Based Prevention <': 80,000 5 00¢ j ` Sunshine Physical Therapy Clinic Sunshine Kids Support Fund $ 25,000 §. 21,450 .lq� 211450'�U°.-a S T, T. Hard Online News Corp.DBA Vero YoungJournalist i. 20 'r "§- ":W -041v+ ' The Learning Alliance Early Learning Prevention Intervention Coady $ 50,000�000;r X, ., The Learning Alliance"'1Vloonshot Academy �w450,000 ` .-, I� . - .. The Learning Alliance - Moonshot Families Early Learning Programs $ 100,000 The Learning Alliance ;� The Moonshot Reading Rocket I 35,000 $ : DDom� 11.66GMAW 11.66/ The Motivational Edge, Inc ' TME -Arts and Academics Unleashed � � $ 75,000 � . � � � � � � . 7 i: ,, , J Treasure Coast Homeless Services Council, Inc. TCHSC, Youth Homeless Commis IM16 : 4 2`. ' '`,v k •,� Tykes&Teens, Inc. IMHCTCM Program A 98,270 4"�•'"�'�' Vero Beach Theatre Guild Theatrical Learning Center `ar;,66,060 $ 20,000;'1 r`r.: 15,000 - 5,000 Willis Sports Association, Inc. WSA-RBI : Fun at Bat $ 33,000 $ 33,000 ex 33,000 s Youth Guidance Donation Fund of Indian River County, Inc. The Mentoring Academy 70,000 $ 70,000}1 30,000 10,000 30,000 Youth Sailing Foundation of Indian River County, Inc. Junior Learn to Sail Program - $: 40,000 $ 40,000 016 30,000 10,000 TOTAL $ 3,766,993 „$... 2,567,776 897,130 818,825 416,496 435,325 • Program recommended for contingency funding: p of Programs 56 46 35% 32% 16% 17% 1 - Helping Hands Summer Program 2 - Children in Centers Total Program Budget V 2,567,776 Requests Over Budget $ 1,199,217 Available to Spend $ - Priorities 1 - Early Childhood Development (Age 0-5) 2 - Quality Remediation and Enrichment Programs 3 - Build Parent Capacity 4 -programs that Address Risky Youth Behavior 226 20, 2023 INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Department of General Services / Parks & Recreation Date: June 8, 2023 To: The Honorable Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Michael C. Zito, Assistant County Administrator Beth Powell, Director Parks and Recreation From: Wendy Swindell, Conservation Lands Manager Subject: Notice of Grant Award from the Indian River Lagoon Council — Small Grants Program — Contract #: 2023SG-07 BACKGROUND: As part of the improvements undertaken at the recently opened Jones' Pier Conservation Area, the small concrete cottage on site has been renovated and re -purposed to accommodate a facility for staff, volunteers, and researchers associated with academic projects and volunteer work. This renovation work was funded, in part, by a 2021 grant from the Indian River Lagoon Council to convert the kitchen area in the cottage into a "wet lab.' For the 2021 grant effort, staff worked with the Indian River State College's Biological Sciences Department students to complete the wet lab conversion, as well as to complete a "Bio Blitz" at Jones' Pier to begin an inventory of biodiversity at this conservation area. Since 2020, staff has been developing working relationships with project partners, scientific organizations, and academic groups with the goal of promoting environmental education and research opportunities at Jones' Pier. New efforts for 2023 include coordination with the Florida Oceanographic Society (FOS) to complete a "living dock" oyster project on the small pier. In addition, staff has coordinated with the biology department at St. Edward's Upper School and the Pelican Island Audubon Society River Kidz Program towards future programming in the summer, and the remainder of 2023. The goals of the 2023 Jones' Pier programming will be: (1) for younger age groups to develop a beginner's field guide for Jones' Pier. The produced take away field pamphlet guide will be housed in a free little library at the trailhead for visitors to reference when walking the trails on site. Students will have an opportunity to complete field work to collect species, use the microscope (age level appropriate) and other resources to prepare a brief description of each species. They will work with an art teacher to create their rendering, and will be credited in the guide (accompanying each species) for their work; and (2) the St. Edward's High School students will be tasked with completing a research study to compare the diversity of species in the Jones' Pier marsh versus the nearby Lagoon. This will involve the capture and identification of fish, macroinvertebrates, and more challenging species, and working with environmental professionals to develop a C:\Granicus\Legistar5\L5\Temp\ab4f916b-3510-4b21-b7ac-eb1d4940e890.doc 227 comprehensive Jones' Pier biodiversity inventory. The goal of their project will be to present a poster at the 2024 Indian River Lagoon Symposium describing their results. Funds for this project would be used to purchase a camera to attach to the microscope purchased in 2022 with IRLC small grant funds, purchase of a 50 -gallon fish tank to hold specimens for identification, a variety of nets and art supplies, field ID guides to assist students in identification, and field pamphlet printing costs. A copy of the Grant Agreement between the Indian River Lagoon Council and the County has been attached. FUNDING Funding for the project in the amount of $1,166.80 of Indian River Lagoon Council funds will be matched by the County in the amount of $1,471.40 for a total project cost of $2,638.20. The Student Field Guide Grant is budgeted and available in the General Fund/Conservation Lands/IRL Council Student Field Guide Grant, number 00121572-035290-23801, in the amount of $2,638.20. Account Name I Account Number Amount General Fund/Conservation Lands/IRL Council Student Field Guide Grant 00121572-035290-23801 $2,639.00 STAFF RECOMMENDATION: Staff respectfully recommends that the Chairman execute the Indian River Lagoon Council 2023 Small Project grant Agreement — Contract #: 2023SG-07 for the Environmental education Programming at the Jones' Pier Conservation Area. ATTACHMENT • IRL Council Small Grants Program Agreement— Contract#:2023 SG -07 APPROVED AGENDA ITEM FOR JUNE 20, 2023 C:\Granicus\Legistar5\L5\Temp\ab4f916b-35104b21-b7ac-ebI d4940e890.doc 228 Contract#: 2023 SG -07 Encumbrance#: GLO1-1648 IRL COUNCIL SMALL GRANTS PROGRAM AGREEMENT THIS AGREEMENT ("Agreement") is entered into between the IRL COUNCIL ("the Council"), whose address is1235 Main Street, Sebastian, Florida 32958, and the INDIAN RIVER COUNTY, whose address is 5500 77th Street Vero Beach, Florida 32967 ("Recipient"). All references to the parties hereto include the parties, their officers, employees, agents, successors, and assigns. The waters of the state of Florida are among its basic resources, and the Council has been authorized by the United States Environmental Protection Agency to be the local sponsor for the Indian River Lagoon National Estuary Program. Pursuant to the IRL Council Interlocal Agreement, the Council is responsible for managing the Indian River Lagoon National Estuary Program. The Council has determined that providing small grant funding to Recipient will benefit the management of the water resources of the Indian River Lagoon. Recipient agrees to perform and complete the activities provided for in the Statement of Work, Attachment A. TERM. The term of this Agreement is from the date upon which the last party has dated and executed the same ("Effective Date") until June 1, 2024 ("Completion Date"). Recipient shall begin the project within six (6) months after the Effective Date and shall complete performance within one (1) year of the effective date or by the completion date, whichever is sooner. DELIVERABLES. Recipient shall fully implement the Project, as described in the Statement of Work, Attachment A. Acceptance of the final payment by Recipient shall constitute a release in full of all claims against the Council arising from or by reason of this Agreement. OWNERSHIP OF DELIVERABLES. Unless otherwise provided herein, the Council does not assert an ownership interest in any of the deliverables under this Agreement. 4. AMOUNT OF FUNDING. The Council shall pay Recipient up to $1,166.80. The Council grant is not subject to modification based upon price escalation during the term of this Agreement. Recipient shall be responsible for payment of all costs necessary to ensure completion of the Project. PAYMENT OF INVOICES. Recipient shall submit one invoice upon successful completion of the Project by one of the following two methods: (1) by mail to the IRL Council, 1235 Main Street, Sebastian, Florida 32958, or (2) by e-mail to kolodnyAirlcouncil.ora. The invoice shall be submitted in detail sufficient for proper pre -audit and post -audit review. INDEMNITY. The Recipient agrees to indemnify, defend and hold the Council, its officers, employees, agents and representatives harmless from and against any and all liability on account of any injuries, damages, omissions, commissions, actions, causes of action, claims, suits, judgments and damages accruing, including court costs and attorney's fees at all levels of trial and appeal, as a result of any negligence, recklessness, or other action or inaction on the part of the Recipient or any officer, director, employee, agent, independent contractor, subcontractor or representative of the Recipient which arises out of (directly or indirectly) or is related to the services provided under this Page 1 229 9 10 Contract#: 2023SG-07 Encumbrance#: GLOl-1648 Agreement. Nothing contained in this provision or elsewhere in the Agreement shall be construed or interpreted as consent by the Council to be sued, nor as a waiver of sovereign immunity beyond the waiver provided in Section 768.28, Florida Statutes. The Recipient shall further indemnify the Council for all costs and penalties the Council incurs related to any failure to offer Patient Protection and Affordable Care Act compliant health care coverage to Recipient -employees performing under this Agreement. INSURANCE. Recipient shall acquire and maintain all insurance required by Attachment B, Insurance Requirements, and shall not commence Work until it has provided Certificates of Insurance to the Council as per Attachment B. Receipt of Certificates of Insurance indicating less coverage than required does not constitute a waiver of the Insurance Requirements. Recipient waives its right of recovery against the Council to the extent permitted by its insurance policies. Recipient's insurance shall be considered primary, and Council insurance shall be considered excess, as may be applicable to Recipient's obligation to provide insurance. FUNDING CONTINGENCY. This Agreement is contingent upon funding availability. Should the Project not be funded, in whole or in part, the Council shall so notify Recipient and this Agreement shall be deemed terminated for convenience five (5) days after receipt of such notice, or within such additional time as the Council may allow. PROJECT MANAGEMENT. The Project Managers listed below shall be responsible for overall coordination and management of the Project. COUNCIL Daniel Kolodny, Project Manager IRL Council 1235 Main Street Sebastian, FL 32958 (772) 216-7148 E-mail: Kolodny(a�irlcouncil.org RECIPIENT Wendy Swindell Indian River County 1590 9t' St. SW Vero Beach, FL 32962 (772) 226-1781 Email: wswindellAircgov.com PROGRESS REPORTS AND PERFORMANCE MONITORING (a) Progress Reports. Recipient shall provide to the Council Project update/status reports as provided in the Statement of Work. (b) Performance Monitoring. The Council shall have the right to inspect the operation of the Project during normal business hours upon reasonable prior notice. Recipient shall make available to the Council any data that is requested pertaining to performance of the Project. 11. TERMINATION. The IRL Council may terminate this Agreement without cause upon 10 days written notice. In such event Recipient shall be compensated for all Work performed in accordance with this Agreement to the effective date of termination. If Recipient materially fails to fulfill its obligations under this Agreement, including any specific milestones established herein, the Council shall provide Recipient written notice of the deficiency and this Agreement shall be terminated upon receipt of said notice. In such event, Recipient shall refund to the Council all funds provided to Recipient pursuant to this Agreement within thirty (30) days of such termination. 12. ASSIGNMENT; SUCCESSORS. Recipient shall not assign this Agreement, or any monies due hereunder, without the Council's prior written consent. No provision of this Agreement shall Page 2 230 Contract#: 2023 SG -07 Encumbrance#: GLO1-1648 create a contractual relationship between the Council and any of Recipient's contractors or subcontractors. The Council and the Recipient each binds itself and its partners, successors, executors, administrators and assigns to the other party and to the partners, successors, executors, administrators and assigns of such other party, in respect to all covenants of this Agreement. 13. INDEPENDENT CONTRACTOR. No relationship of employer or employee is created by this Agreement, it being understood that the Recipient will act hereunder as an independent contractor and none of the Recipient's, officers, directors, employees, independent contractors, representatives or agents performing services for Recipient pursuant to this Agreement shall have any claim against the Council for compensation of any kind under this Agreement. The relationship between the Council and the Recipient is that of independent contractors, and neither shall be considered a joint venturer, partner, employee, agent, representative or other relationship of the other for any purpose expressly or by implication. 14. AUDIT; ACCESS TO RECORDS; REPAYMENT OF FUNDS (a) Maintenance of Records. Recipient shall maintain its books and records such that receipt and expenditure of the grant funds are shown separately from other expenditures in a format that can be easily reviewed. The Council shall have access to and the right to examine any directly pertinent books and other records involving transactions related to this Agreement. In the event of an audit, Recipient shall maintain all required records until the audit is completed and all questions are resolved. (b) Repayment of Funds. Council funding shall be subject to repayment after expiration of this Agreement if, upon audit examination, the Council finds any of the following: (1) Recipient has spent funds for purposes other than as provided for herein; (2) Recipient has failed to perform a continuing obligation of this Agreement; (3) Recipient has received duplicate funds from the Council for the same purpose; and/or (4) Recipient has received more than one hundred percent (100%) contributions through cumulative public agency cost -share funding. 15. CIVIL RIGHTS. Pursuant to Chapter 760, Fla. Stat., Recipient shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin, age, handicap, or marital status. 16. COMMUNICATION AND ACKNOWLEDGEMENT OF FUNDING: As a granting agency, the Council achieves its mission through partnerships with state agencies, local governments, community organizations, and others. The Council requires Recipient to acknowledge the Council when describing this project or program funded in whole or in part with Council funds in any of the following products: (1) press releases, speaking engagements, and other public statements; (2) publications and other documents; (3) websites; (4) visual presentations; (5) resource guides/toolkits; (6) bid solicitations and/or; (7) social media. 17. DIVERSITY. The Council is committed to the opportunity for diversity in the performance of all cost-sharing agreements, and encourages Recipient to make a good faith effort to ensure that women and minority-owned business enterprises (W/MBE) are given the opportunity for maximum participation as contractors. 18. GOVERNING LAW, VENUE, ATTORNEY'S FEES, WAIVER OF RIGHT TO JURY TRIAL; REMEDY. This Agreement shall be construed according to the laws of Florida and shall not be construed more strictly against one party than against the other because it may have been drafted by one of the parties. As used herein, "shall" is always mandatory. In the event of any legal proceedings arising from or related to this Agreement: (1) venue for any state or Page 3 231 Contract#: 2023SG-07 Encumbrance#: GLO1-1648 federal legal proceedings shall be in Indian River County; (2) each party shall bear its own attorney's fees, including appeals; (3) for civil proceedings, the parties hereby consent to trial by the court and WAIVE THE RIGHT TO JURY TRIAL; (4) 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 be in addition to every other remedy given hereunder or now or hereafter existing at 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. 19. INDEPENDENT ENTITIES. The parties to this Agreement, their employees and agents, are independent entities and not employees or agents of each other. Recipient is not a contractor of the Council. The Council is providing grant funding as a cooperating governmental entity to assist Recipient in accomplishing the Project. Recipient is solely responsible for accomplishing the Project and directs the means and methods by which the Project is accomplished. Recipient is solely responsible for compliance with all labor, health insurance, and tax laws pertaining to Recipient, its officers, agents, and employees. 20. INTEREST OF RECIPIENT. Recipient certifies that no officer, agent, or employee of the Council has any material interest, as defined in Chapter 112, Fla. Stat., either directly or indirectly, in the business of Recipient to be conducted hereby, and that no such person shall have any such interest at any time during the term of this Agreement. 21. NON -LOBBYING. Pursuant to Section 216.347, Fla. Stat., as amended, Recipient agrees that funds received from the Council under this Agreement shall not be used for the purpose of lobbying the Legislature or any other state agency. 22. PERNHTS. Recipient shall comply with all applicable federal, state and local laws and regulations in implementing the Project and shall include this requirement in all subcontracts pertaining to the Project. Recipient shall obtain any and all governmental permits necessary to implement the Project. Any activity not properly permitted prior to implementation or completed without proper permits does not comply with this Agreement and shall not be provided grant funding. 23. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO ($35,000) for a period of 36 months following the date of being placed on the convicted vendor list. 24. PUBLIC RECORDS. (a) Records of Recipient that are made or received in the course of performance of the Project may be public records that are subject to the requirements of chapter 119, Fla. Stat. If Recipient receives a public records request, Recipient shall promptly notify the Council's Project Manager. Each party reserves the right to cancel this Agreement for refusal by the other party to allow public access to all documents, papers, letters, or other material related hereto and subject to the provisions of chapter 119, Fla. Stat., as Page 4 232 Contract#: 2023SG-07 Encumbrance#: GLO1-1648 amended. (b) IF RECIPIENT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE RECIPIENT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE COUNCIL'S CUSTODIAN OF PUBLIC RECORDS AT (772) 216-7148, KOLODNY60JIRLCOUNCIL.ORG,1235 MAIN STREET, SEBASTIAN, FLORIDA 32958. (c) Recipient shall keep and maintain public records required by the Council to perform the Project. (d) Upon request from the Council's custodian of public records, Recipient shall provide the Council 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, Fla. Stat. or as otherwise provided by law. (e) Recipient shall ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the Council. (f) Upon completion of the contract, Recipient may transfer, at no cost, to the Council all public records in possession of the Recipient or keep and maintain public records required by the Council to perform the service. If the Recipient transfers all public records to the Council upon completion of the contract, the Recipient shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Recipient keeps and maintains public records upon completion of the contract, the Recipient shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Council, upon request from the Council's custodian of public records, in a format that is compatible with the information technology systems of the Council. 25. ROYALTIES AND PATENTS. Recipient certifies that the Project does not, to the best of its information and belief, infringe on any patent rights. Recipient shall pay all royalties and patent and license fees necessary for performance of the Project and shall defend all suits or claims for infringement of any patent rights and save and hold the Council harmless from loss to the extent allowed by Florida law. 26. E -VERIFY. Pursuant to Section 448.095(5), Florida Statutes, the Recipient shall: (a) Register with and use the E -Verify system to verify the work authorization status of all new employees and require all subcontractors (providing services or receiving funding under this Agreement) to register with and use the E -Verify system to verify the work authorization status of all the subcontractors' new employees; (b) Secure an affidavit from all subcontractors (providing services or receiving funding under this Agreement) stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien; (c) Maintain copies of all subcontractor affidavits for the duration of this Agreement; (d) Comply fully, and ensure all of its subcontractors comply fully, with Section 448.095, Florida Statutes; Page 5 233 Contract#: 2023SG-07 Encumbrance#: GLO1-1648 (e) Be aware that a violation of Section 448.09, Florida Statutes (Unauthorized aliens; employment prohibited) shall be grounds for termination of this Agreement; and (f) Be aware that if the Council terminates this Agreement under Section 448.095(5)(c), Florida Statutes, the Recipient may not be awarded a public contract for at least 1 year after the date on which the Agreement is terminated and will be liable for any additional costs incurred by the Recipient as a result of the termination of the Agreement. 27. SEVERABILITY; SURVIVABILITY; WAIVER (a) If any term or provision of the Agreement, or the application thereof to any person or circumstances shall, to any extent, be held invalid or unenforceable, to remainder of the 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 the Agreement shall be deemed valid and enforceable to the extent permitted by law. (b) Any provision of the Agreement which is of a continuing nature or imposes an obligation which extends beyond the term of the Agreement shall survive its expiration or earlier termination. (c) Failure of either party to enforce or exercise any right(s) under this Agreement shall not be deemed a waiver of either party's right to enforce or exercise said right(s) at any time thereafter. 28. ENTIRETY OF CONTRACTUAL AGREEMENT; AMENDMENT. The Council and the Recipient agree that this Agreement (including all exhibits, attachments, etc.) sets forth the entire contract between the parties, and that there are no promises or understandings other than those stated in these documents. All exhibits and attachments identified in this Agreement are hereby incorporated herein by reference and made a part hereof. None of the provisions, terms and conditions contained in this Agreement may be added to, modified or otherwise altered, except by written instrument executed by the parties hereto. Page 6 234 Contract#: 2023SG-07 Encumbrance#: GLO1-1648 IN WITNESS WHEREOF, the Parties have executed on the day and year written below. This Agreement may be executed in separate counterparts, which shall not affect its validity. IRL COUNCIL INDIAN RIVER COUNTY By: By: Duane E. De Freese, Ph.D., Executive Director Date: APPROVED AS TO FORM Date: Attest: Typed Name and Title Glen J. Torcivia, IRL Council General Counsel Typed Name and Title ATTACHMENTS Attachment A — Statement of Work Attachment B — Insurance Requirements Attachment C — Council Supplemental Instruction Form Page 7 235 Contract#: 2023 SG -07 Encumbrance#: GLO1-1648 ATTACHMENT A - STATEMENT OF WORK I. NAME OF PROJECT: Jones' Pier 2023 Student Field Guide Development Project II. INTRODUCTIONBACKGROUND: Indian River County opened the 16.5 -acre Jones' Pier Conservation Area (JPCA) on May 5, 2023. The JPCA has benefited from assistance from the IRLNEP 2021 Jones' Pier Wet Lab Small Projects Grant which converted the cottage to a research and education building. The current grant will utilize this refurbished area to expand on educating local students on the ecology, diversity, and environmental importance of the IRL. The goals of this project are to create a student -developed field guide and an on-going detailed species inventory list, both specific for Jones' Pier. The produced take away field pamphlet guide will be housed in a free little library at the trailhead for visitors to reference when visiting the site. Students will complete field work to collect species, use the microscope (age level appropriate) and other resources to prepare a brief description of each species. They will be credited in the guide (accompanying each species) for their work. The elementary students are going to be tasked with identifying and drawing the larger birds and mammals for the field guide pamphlet. The high school and college students will conduct biodiversity research projects to identify the fish, macroinvertebrates, and more challenging species, and to develop the comprehensive JPCA inventory. These students will also be tasked with developing a database where this detailed species inventory can be stored, accessed and built upon. The high school students will be presenting a poster of their findings at the Harbor Branch IRL Symposium. III. VALUE PROPOSITION: The environmental education incorporated within this project not only benefits the students by providing a hands-on experience with sampling and monitoring in the Lagoon, but also promotes awareness of current challenges that are on-going relative to Lagoon health. These young adults can carry forward the message of responsible stewardship, and many may decide to choose a career path with an environmental component. IV. LOCATION OF PROJECT: 7770 Jungle Trail - approximately 2 -miles to the south of the intersection of CR 510 and Jungle Trail, in Vero Beach, Florida. V. SCOPE OF WORK (Outputs/Deliverables): • Output 1 (Deliverable) — creation of elementary age student -developed field guide • Output 2 (Deliverable) — completion of student -coordinated biodiversity research projects within the natural areas on site, development of species inventory database, and poster presentation at the IRL Symposium VI. TASK IDENTIFICATION: Recipient shall complete the following tasks: (add or removes tasks as needed) • Task 1. Coordination with Pelican Audubon Society's River Kidz to sample and identify larger birds, mammals, fish, and invertebrates in the salt marsh. • Task 2. Work with local artists to create and print elementary age student developed field guide for Jones' Pier visitors. • Task 3. Partner with Saint Edwards High School and Inwater Research Group to conduct biodiversity research project within Jones' Pier and adjacent IRL. • Task 4. Create species inventory database. Students present poster at Harbor Branch IRL Symposium and onsite presentation to the public. • Task 5. Final Report. IRC will submit a Final Report summarizing the earlier tasks. Page 8 236 Contract#: 2023SG-07 Encumbrance#: GLO1-1648 VII. DELIVERABLES AND T]ME FRAMES: Task 1. Deliverable due in Council office at the four- and six-month intervals following execution Deliverable: Periodic reports on student project progress and preliminary results Task 2. Deliverable due in Council office at the six- and nine-month intervals following execution Deliverable: Update on field guide development and report on progress of biodiversity research project Task 3. Deliverable due in Council office at the nine-month interval following execution Deliverable: Update on field guide development and report on progress of biodiversity research project and database development Task 4. Deliverable due in Council office during the last month of the grant period Deliverable: Student developed field guide and biodiversity results and presentations Task 5. Deliverable due in council office by 6/1/2024 Deliverable: Final Report VIII. BUDGET: Task Task Description IRLNEP Cost Share Cost Share Line Item Funding Funding Funding Amount Amount Source 1 Coordination with $366.80 $341.40 IRC WAS River Kidz 2 Creation of field $800 $700 IRC guide for JP visitors 3 Biodiversity $0 $430 IRC, Saint research Edwards High School 4 Species Inventory $0 $0 N/A Database, Poster at IRL Symposium 5 Final Report $0 $0 N/A Summary Cost $1,166.80 $1,471.40 Project total cost $2,638.20 Page 9 237 Contract#: 2023SG-07 Encumbrance#: GLO1-1648 ITEM IRLNEP MATCH TOTAL SHARE (Source) Microscope adapter mount lens $26.52 $0.00 $26.52 Microscope sensor 4K camera $190.94 $0.00 $190.94 $149.34 $0.00 $149.34 50 gallon open -glass aquarium, with bubbler Memphis net & wire 8' Delta $0.00 $341.40 $341.40 mesh seine net, umbrella net, (IRC, Saint Edwards High minnow and wire catfish fish School) traps Graphic design of field guide $450.00 $450.00 $900.00 pamphlet (contracted staff 60 (IRC) hours @$15/hr) Professional printing of student $250.00 $250.00 $500.00 developed field guide (PRIDE) (IRC) (Qty:1000) Art supplies — sketch paper, $100.00 $0.00 $100.00 paints, colored pencils, sketching pencils Mobile 72x40 dry erase board $250.00 $250.00 (IRC) Macro -invertebrate, bird, $180.00 $180.00 mammal, and plant field ID- (IRC) guides TOTAL: $1,166.80 $1,471.40 $2,638.20 Page 10 238 Contract#: 2023 SG -07 Encumbrance#: GLOl-1648 ATTACHMENT B - INSURANCE REQUIREMENTS Contractor shall acquire and maintain until completion of the Work the insurance coverage listed below, which shall be considered primary coverage, with any Council insurance considered excess coverage. Contractor shall not commence the Work until it has provided Certificates of Insurance to the Council documenting such coverage. The "IRL Council" shall be shown as an additional insured under all policies to the extent of the Council's interests under this Agreement, except workers' compensation and auto liability. The insurance certificate shall include an endorsement requiring ten (10) days prior written notice to the Council before any change or cancellation is made effective. In addition, it shall have the words "endeavor to" and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents, or representatives" stricken from the cancellation clause in the Certificate of Insurance. Any deductibles or self-insured retentions must be declared to and approved by the Council. Contractor is responsible for any deductible or self-insured retention. Insurance is to be placed with insurers having an A.M. Best rating of A -:V or greater. Council receipt of insurance certificates providing less than the required coverage does not waive these insurance requirements. (d) Workers' Compensation Insurance. Workers' compensation and employer's liability coverage, including maritime workers compensation, if applicable, in not less than the minimum limits required by Florida law. If an exemption from workers' compensation is declared, an exemption letter issued by Florida Department of Financial Services, Division of Workers' Compensation, shall be submitted to the Council. (e) General Liability. Commercial General Liability Insurance on an "Occurrence Basis," with limits of liability not less than $300,000 per occurrence and/or aggregate combined single limit, personal injury, bodily injury, and property damage. Coverage shall include: (1) contractual liability, (2) products and completed operations, (3) independent contractors, (4) broad form property damage, and (5) property damage resulting from explosion, collapse or underground (x, c, u) exposures. Extensions shall be added or exclusions deleted to provide the necessary coverage. "Claims made" coverage will be accepted only after verification that "occurrence" coverage is not available. (f) Automobile Liability. Minimum requirements of Florida law. (g) Watercraft Liability if applicable. $100,000 for bodily injury and property damage. Page 11 239 Contract#: 2023SG-07 Encumbrance#: GLO1-1648 ATTACHMENT C -COUNCIL'S SUPPLEMENTAL INSTRUCTIONS (sample) COUNCIL SUPPLEMENTAL INSTRUCTIONS DATE: [DATE] TO: [NAME], Project Manager FROM: [NAME], Project Manager CONTRACT/PURCHASE ORDER NUMBER: [CONTRACT/PO NUMBER] CONTRACT TITLE: [TITLE] The Work shall be carried out in accordance with the following supplemental instruction issued in accordance with the Contract Documents without change in the Contract Sum or Contract Time. Prior to proceeding in accordance with these instructions, indicate your acceptance of these instructions for minor changes to the work as consistent with the Contract Documents and return to the Council's Project Manager. 1. CONTRACTOR'S SUPPLEMENTAL INSTRUCTIONS: 2. DESCRIPTION OF WORK TO BE CHANGED: 3. DESCRIPTION OF SUPPLEMENTAL INSTRUCTION REQUIREMENTS: Contractor's approval: (choose one of the items below): Approved: Date: (It is agreed that these instructions shall not result in a change in the Total Compensation or the Completion Date.) Approved: Date: (Contractor agrees to implement the Supplemental Instructions as requested, but reserves the right to seek a Change Order in accordance with the requirements of the Agreement.) Approved: [NAME], IRL Council Project Manager cc: Contract file Page 12 Date: 240 GRANT NAME: Indian River Lagoon NEP AMOUNT OF GRANT: $1,166.80 GRANT # 2023SG-07 DEPARTMENT RECEIVING GRANT: GENERAL SERVICES - PARKS & RECREATION CONTACT PERSON: Wend/ Swindell TELEPHONE: 226-1781 1. How long is the grant for? 1 Year Starting Date: June 2023 2. Does the grant require you to fund this function after the grant is over? Yes 3. Does the grant require a match? X Yes If yes, does the grant allow the match to be In -Kind services? Yes 4. Percentage of match to grant 50 % 5. Grant match amount required S 1,471.40 match (50% match) 6. Where are the matching funds coming from (i.e. In -Kind Services; Reserve for Contingency)? funded from 00121572 operating budget 7. Does the grant cover capital costs or start-up costs? If no, how much do you think will be needed in capital costs or start-up costs: (Attach a detail listing of costs) 8. Are you adding any additional positions utilizing the grant funds? If yes, please list. (If additional space is needed, please attach a schedule.) X No No No x- non. reqund Yes No Yes X No Acct. Description Position Position Position Position Position 011.12 Regular Salaries 011.13 Other Salaries & Wages (PT) 012.11 Social Security 012.12 Retirement - Contributions 012.13 1 Insurance - Life & Health 012.14 Worker's Compensation 012.17 S/Sec. Medicare Matching $ TOTAL 9. What is the total cost of each position including benefits, capital, start-up, auto expense, travel and operating? Salary and Benefits Operating Costs Capital Total Costs 10. What is the estimated cost of the grant to the county over five years? 42-0 addl funding required 515-21-128693992/-2009111902520655209-1456N6a609a1-'d"OM��6°'"�m.nvm�awvsv�,twwriev+.iwr 1Ab7-M1p8sb9bR8ad2,a8A 1971.1 +�.+�-+a�wwmnw� ameui�x eur+m yrww0aa� r o9in.wintlows.ne129b3a91- SignatureofPreparer: bee6�,.359„7ro7®ntl:n �,.,o^^-;m-^���-p Date: 241 Grant Amount Other Match Costs Not Covered Match Total First Year $1,166.90 $ $1,471.40 $ $2,638.20 Second Year $ $ $ $ Third Year $ $ $ $ Fourth Year $ $ $ $ Fifth Year $ $ $ $ $2,639.20 515-21-128693992/-2009111902520655209-1456N6a609a1-'d"OM��6°'"�m.nvm�awvsv�,twwriev+.iwr 1Ab7-M1p8sb9bR8ad2,a8A 1971.1 +�.+�-+a�wwmnw� ameui�x eur+m yrww0aa� r o9in.wintlows.ne129b3a91- SignatureofPreparer: bee6�,.359„7ro7®ntl:n �,.,o^^-;m-^���-p Date: 241 INDIAN RIVER COUNTY MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, Jr. County Administrator PREPARED BY: Rebeca A. Guerra, AICP, LEED-AP, CPD Chief, Environmental Planning & Code Enforcement Division DATE: June 5, 2023 SUBJECT: Request for Release of a Portion of an Easement at 1150 41 st Avenue It is requested that the Board of County Commissioners formally consider the following information at its regular meeting of June 20, 2023. DESCRIPTION AND CONDITIONS The County has been petitioned by Grace Lutheran Church, owner of 1150 41st Avenue, for release of approximately 3,447 square feet of an existing open space/conservation easement. The purpose of the request is to enable expansion of the existing outdoor play area that is used in association with onsite child care facilities. In order to offset the area being proposed for release, a new open space/conservation easement will be recorded over an approximately 3,467 square foot area in the northeast comer of the property (see attached maps). The request has been reviewed by the Public Works Department, Environmental Planning Division, and the County Surveyor. None of the reviewing entities expressed an objection to the request. Therefore, it is staffs position that the request to release a portion of the easement would have no adverse impact on the subject property or to other properties. RECOMMENDATION Staff recommends that the Board, through adoption of the attached resolution, approve the release of a portion of the open space/conservation easement. 242 Release of Easement at 1150 41 st Avenue Page 2 Attachments: 1. Map Depicting Portion of Easement for Release 2. Map Depicting New Easement Created 3. Proposed Resolution Releasing Portion of Easement ease.bccmemo proj./appl. no. 96100146/86799 243 ..... .. ..... p i p p w.. LEGAL DESCRIPTION: A PORTION OF THE WEST HALF OF THE NORTH 10 ACRES OF THE EAST HALF OF TRACT 12, SECTION 10, TOWNSHIP 33 SOUTH, RANGE 39 EAST, LESS THE SOUTH 1.50 ACRES THEREOF, SM MORE PARTICULAOLY'DESCRIBED AS FOLLOWS, - COMMENCING AT THE NORTHWEST CORNER OF SAID TRALT12, ALSO KING THE NORTHWEST C01111148k OF MALALUKA GARDENS, AS RECORDED IN PLAT BOOK 4; PAGE 10, OF THE PUBLIC KWRDS OF INDIAN RIVER COUNTY THENCE N90*00'00"E ALONG THE NORTH LINE OF SAID TRACT 12 A DISTANCE Of I000.30 FEETTO NORT HEAST CORNER OF THE WEST 1/2 OF THE NORTH 10 ACRES OF THE EAST 1/2 OF TRACT 12; THENCE 500"02'58"W, ALONG THE EAST,LJXEOF THE SAID WEST 1/2 OF THE NORTH 10 ACRES OF THE EAST 1/2 OF TRACT 12, A DISTANCE OF 30.00 FEET TQ THE SOUTH RIGHT OF WAY LINE OF ROSEDALE ROAD (12TH STREET); THENCE S90 -00-00-W ALONG SAID SOUTH RIGHT OF WAY LINF, PARALLEL WITH THE NORTH LINE OF THEVAD TRACT 22, A DISTAKE OF 35.00 FEET TO THE NORTHEAST'ODRNER OF OPEN SPACE/CONSERVATION EASEMENT PARCEL UM LAS DESCRIBED IN OFFICIAL RECORDS BOOK 2154 PAGE 1307 OF THE PUBLIC RECORDS OF INDIAN RIVER C0llt&,,FLORIDA; THENCE S57*30'30"W ALONG THE SOUTHERLY LINE OF SAID EASEMENT, 99.94 FEET; THENCE CONTINUING ALONG SAID EASEMENT N32*29'30"W, 14.50fINT-10 THE POINT OF BEGINNING OF THE HEREIN DESCRIBED PARCEL; THENCE THE FOLLOWING (5) COURSES ALOW THE SOUTHERLY LINE OF SAID EASEMENT, (1) S57 -30'30"W, 58.W FEET, THENCE (2) S32 -29'30"E, 14.50 FEM THENCE (3) S57 -30'30'W, 9.10 FEET; THENCE (4) S32"30'00" E, 8.00 FEET; THENCE (5) S5730'00 -W, 5.63 FEET; THENCE bfPAR7 M. X SAID SOUTHERLY LINE, N30*44,WW, 3.26 FEET; THENCE S59 -16!02-W, 15.50 FEET; THENCE N30 -43'13"W, 16,51 Fwr-, THENCE N01 -03-03-E, 19.87 FEET-, THENCE NI8-24'56-W, 27.05 FEET; THENCE N53'35'23 -E, 27.45 FEET; THENCE N75*57'30"f, 45.93 FEET; THENCE S30 -38-57-E, 27.89 FEET TO THE POINT OF BEGINNING. CONTAINING 3447 SQUARE FEET OR 0.08 ACRES MORE OR LESS. SURVEYORS NOTES: 1.) BEARINGS BASED ON THE ASSUMPTION THAT THE NORTH LINE OF TRACT 12 BEARS N90'00'00"E. LEGEND c 4R - ORB = OFFICIAL RECORDS, ;;(w P.O.B. = POINT OF BEGINNING st, P.04 - POINT OF COMMENCEMENT R/W = RIGHT OF WAY P.B. = PLAT BOOK dt PG. = PAGE w: ....... ...... DAM 4~11111W w : q DRAWING NO.: 22 -340 -CON. ESMT. RELEASE. . PRI7 , 0M0N&-jflJRVEY0R AND. MAPPER IN RESPONSHkE CKAFW-. STEVE 'CARTECHtNE FLORIDA CERTIFICATE NO. 4895 - PREPARED FOR: GRACE LUTHERAN CHURCH CERTIFICATE OF AUTHORIZATION #LB 7545 PREPARED BY INDIAN RIVER SURVEY, INC. J PROFESSIONAL SUMYING AW MAPPING. NOT VAUD Ut4j$S SIGNED AND -SEALED ... .. . ... ... .. . SKETCH 8t DESCRIPTION SHEET 2 OF 2 SECTION 10, TOWNSHIP 33 SOUTH, RANGE 39 EAST NOT VALID WITHOUT THE LEGAL PARCEL 10: 33391000001012000004.0 DESCRIPTION ON SHEET 1 OF 2 (RELEASE OF EASEMENT) THIS IS NOT A SURVEY P.O.C. 60' RIGHT OF WAY NORTHEAST CORNER OF NORTHWEST CORNER OF ROSEDALE ROAD THE WEST 1/2 OF THE TRACT 12 AND (ALSO KNOWN AS 12TH STREET) NORTH 10 ACRES OF THE NORTHWEST CORNER OF EAST 1/2 OF TRACT 12 MALALUKA GARDENS A NORTH LINE OF TRACT 12 4 z N90100 00 E 1000.30' (BASIS OF BEARINGS) -- N90'00'00 "E 298.31' SOUTH RIGHT OF WAY UNE /;g► "1 L15 Q N OPEN SPA CE/CONSERVA71ON L14I. to a I EAORBE2156,Air APC 1307 1 L3 n' L13 L4 m• ''�NORTHEAST CORNER OF L12 L5 OPEN SPACEICONSERVA770M mW I 55�•1� �Q• / Zc�N\ L6 7 EASEMENT ORB 2155, PG 1307 GRAPHIC SCALE 0�3� 060' 1 " = 60' R C, I / `rw"O�• Lll L !6JlItr7N QI�. / 000Q\ L8 L9 SOfJ 3 ' 9'W 30 00' � NJO 44 00"W 326' 2 � � �S3230'00"E L 10 Z976.02"W 1,5.50' L3 28.00' S5730'00"W 01 W I41.37' L4:: S5730'30 "W 58. DP" j S5730'00"W \ 28.00 GRACE LUTHERAN CHURCH S32 '29'30"E 14.50' .413 .. PARCEL ID. LIQ o —\-,,N21 ` 30'00"W 33391000001012000004.0 N533523`'%. 0.+W L7 41.00' 7HE WEST 1/2 OF NORTH 10 L15 �S88'30'00"W ACRES OF THE EAST 1/2 OF 55730 00"W 56,3' TRACT 12 LESS 7HE SOUTH 1.5 I 35.97' ACRES O.R.B. 725, PG. 2477 LINE TABLE LINE TABLE LINE i 0! "ECTIQNI !6JlItr7N LW I blREC170N LEi W L1 SOfJ 3 ' 9'W 30 00' Lt: NJO 44 00"W 326' L2 :S90'00'0"- 35 00' 00 Z976.02"W 1,5.50' L3 N3229 JOV 14.50' 01 N30 43'13"W ; I&W' L4:: S5730'30 "W 58. DP" Lt. lwipf 1? 3'03''"x' 186+1 7' L6 S32 '29'30"E 14.50' .413 .. N1874'56''i 27lki' LIQ S5r3030"W SRi }0' 114 : N533523`'%. 0.+W L7 S3230'00"E 1I.G1if' L15 N?55730"E 43' , L& 55730 00"W 56,3' s i OPEN SPA CE/CONSERVAnON EASEMENT PARCEL NO. 2 ;.' ORB 2156, PG 1307 ol DRAWING NO.: 22 -340 -CON. ESMT. RELEASE THE SOU774 1.5 ACRES OF THE WEST 1/2 PREPARED FOR: GRACE LUTHERAN CHURCH OF NORTH 10 ACRES OF THE EAST 1/2 PREPARED BY: OF TRACT 12 O.R.B. 725 PG 2477 INDIAN RIVER SURVEY, INC. PROFESSIONAL SURVEYING AND MAPPING I SKETCH S. QES'CRlPTl I SECTION 10, TOWNSHIP 33 SOUTH, RANGE: 39 EAST PARCEL ID: 33391000001012000004.0 (OPEN SPACE/CONSERVATION EASEMENT PARCEL NO. 3) LEGAL DESCRIPTION: A PORTION OF THE WEST HALF OF THE NORTH 10 ACRES OF THE EAST HALF OF TRACT 12, SECTION 10, TOWN44i1r3 SOUTH, RANGE 39 EAST, LESS THE SOUTH 1.50 ACRES THEREOF, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS- COMMENCING AT THE NORTHWEST CORNER OF SAID TRACT 12, ALSO BEING THE NORTHWEST CORNER OF MALALUKA GARDENS, AS RECORDED IN PLAT BOOK 4, PAGE 10, OF THE PUBLIC RECORDS OF INDIAN RIVER COUNTYi THENCE s N90000'00"E ALONG THE NORTH LINE OF SAID TRACT 12 A DISTANCE OF 1000.30 FEET TO NORTHEAST CORNER OF THE WEST 1/2 OF THE NORTH 10 ACRES OF THE EAST 1/2 OF TRACT 12; THENCE SOO°02'58"W, ALONG THE -EAST LINE OF THE SAID WEST 1/2 OF THE NORTH 10 ACRES OF THE EAST 1/2 OF TRACT 12, A DISTANCE OF 30.00 FEET TO THE SOUTH RIGHT OF WAY LINE OF ROSEDALE ROAD (12TH STREET) AND THE POINT OF BEGINNING OF THE HEREIN DESCRIBED PARCEL THENCE CONTINUE SOO°02'58"W, ALONG SAID EAST LINE, 168.00 FEET, THENCE N89°57'02"W,:23.00 FEET; j THENCE NW02'58"E, 72.98 FEET; THENCE S89°57'02"E, 7.00 FEET; THENCE N00°02'58"E, 85.00 FEET; THENCE 590'00'OVW, 34.69 FEET TO THE SOUTHERLY LINE OF THE OPEN SPACE/CONSERVATION EASEMENT PARCEL NO.1 AS DESCRIBED IN OFFICIAL RECORDS BOOK 2156, PAGE 1307 OF THE PUBLIC RECCiRDuS CIF INDIAN RIVER COUNTY, FLORIDA, THENCE N57 -30-30-E ALONG THE SOUTHERLY LINE OF SAID EASEMENT A DISTANCE OF M62 FEET TO THE AFOREMENTIONED SOUTH RIGHT OF WAY LINE OF ROSEDALE ROAD (12TH STREET); THENCE N90'00'E VE ALONG SAID i SOUTH RIGHT OF WAY LINE, PARALLEL WITH THE NORTH LINE OF THE SAID TRACT 12, A DISTANCE OF9500 FEET TO ;: THE POINT OF BEGINNING. CONTAINING 3467 SQUARE FEET OR 0.08 ACRES -MORE OR LESS. a a N O } b ^l .0 4i G SURVEYORS NOTES:.: — _ z 1.) BEARING$ MS500N THE ASSUMPTION THAT THE NORTH LINE OF TRACT 12 BEARS N90°00'00"E. x OV h �r►t�rscr,y� LBGEND . C A R.3'L� ORB + SAI;.: RECORDS @DOIC P.O.B. + POW tIF: BEGINNING P.O.c PAINT OF QCT:.: �a a R/W RIGHT OF WAY ; NO. '�9A P.B. + _ _. PCAr BOOK PG. + PACE ''. STA T c VFsss'°... .. ., ♦ 8M' � Duk<•US, o•IxDAx PoVq � ... :: 5t E: enpwm...Aoox 5/ 30. /202I., DRAINING NO{- 22-340—CON., T 3 PROFESSIONA SURVEYOR AND MAPPIMIN RESPONSIBLE PREPARED FOR: GRACE LUTHERAN CHURCH STEVE OARTECHINIE FLORIDA CERTIFICATE NO. 4895 �. . PSEPAII D BY rERTIFIGITE OF AUTHORIZATION #LB 7545 90" Rlil�€R SURVEY IK. � I pots t *k SUR"V� AN$ MAPPINE . ....... .. NO t'.:VAPID UNLFA SIGNED AID . SEALED SKETCH & DESCRIPTION SECTION 10, TOWNSHIP 33 SOUTH, RANGE 39 EAST PARCEL ID: 33391000001012000004.0 (OPEN SPACE/CONSERVATION EASEMENT PARCEL NO. 3) SHEET 2 OF 2 NOT VALID WITHOUT THE LEGAL DESCRIPTION ON SHEET 1 OF 2 THIS IS NOT A SURVEY P. O. C. NORTHWEST CORNER OF 60' RIGHT OF WAY TRACT 12 AND ROSEDALE ROAD N9000100"E': NORTHWEST CORNER OF (ALSO KNOWN AS 12TH STREET) 35.00' MALALUKA GARDENS _ NORTH LINE OF TRACT 12 _ N90170'00 E 1000.30' NORTN£AST CORNER OF 0 2 30.0' (BASIS OF BEARINGS) OPEN SPACEICONSERVA71ON 31 W EASEMENT PARCEL NO. 1 2 a SOUTH RIGHT OF WAY LINE ORB 2156, PG 1307 N90 00'00"E 298.31' N5730'30"E w 11 �e nn^ I 18.62' i J m �¢ 2 En w R n• i i 590'00'00'W a I OPEN SPACE/CONSERVA770N ^ 34.69' . EASEMENT PARCEL NO. 1 ORB 2156, PG 1307 i v N000258"E I 85. DO' E of '\Ad S8957'02 E I ' 1 �. � • \ � J�6 p�5 14%o' 7.00' 3i •\ �• OQC�SE p�2 Lz N0002'58"E z ( 72.98' W \ GRACE LUTHERAN CHURCH I of PARCEL ID. 33391000001012000004.0 I a NORTHEAST CORNER OF THE WEST 1/2 OF THE NORTH 10 ACRES OF THE EAST 1/2 OF TRACT 12 SOO'02'58"W I 30.00' ' - THE WEST 1/2 OF NORTH 10 N8957102"W f � ACRES OF THE EAST 1/2 OF N TRACT 12 LESS THE SOUTH 1,5 23.00' ACRES O.R.B. 725, PG. 2477 W U DRAWING NO 40 -CON- FSMT- 3 PREPARED F R: GRACE LUTHERAN CHURCH PREPARED BY: INDIAN RIVER SURVEY, INC. PROFESSIONAL SURVEYING AND MAPPING W ... z� v U GRAPHIC SCALE 0' 30 60' 111 60' J OPEN SPA CE/CONSERVA77ON / EASEMENT PARCEL NO. 2 ORB 2155 PG 1307 774E SOUTH 1.5 ACRES OF THE WEST 1/2 OF NORTH 10 ACRES OF THE EAST 1/2 OF TRACT 12 O.R.B. 725, PG. 2477 LuC.)0�N oo�Q� tiW Q41W�� o�Jm 0 ytiWtiti 247 RESOLUTION NO. 2023 - A RESOLUTION BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, RELEASING A PORTION OF AN OPEN SPACE / CONSERVATION EASEMENT IN TRACT 12, SECTION 10, TOWNSHIP 33 SOUTH, RANGE 39 EAST, PLAT OF INDIAN RIVER FARMS SUBDIVISION WHEREAS, Indian River County has an interest in the Open Space / Conservation Easement recorded in the Official Records Book 2155, Page 1307 of the Public Records of Indian River County, Florida; and WHEREAS, Grace Lutheran Church of Vero Beach, Inc., the owner of the property, has made an application to Indian River County requesting that the County release a portion of the easement; and WHEREAS, the retention of that portion of the easement, as described below, serves no public purpose so long as it is replaced by a similar sized Open Space / Conservation Easement contained on the same property; NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Indian River County, Florida that: INDIAN RIVER COUNTY DOES HEREBY RELEASE and abandon all right, title, and interest that it may have in the following described portion of the easement: a portion of the west half of the north 10 acres of the east half of Tract 12, Section 10, Township 33 South, Range 39 East, less the South 1.50 acres thereof, being more particularly described as follows: commencing at the northwest corner of said Tract 12, also being the northwest corner of Malaluka Gardens, as recorded in Plat Book 4, Page 10, of the Public Records of Indian River County; thence N90"00'00" E along the north line of said Tract 12 a distance of 1000.30 feet to northeast corner of the west 112 of the north 10 acres of the east 112 of Tract 12; thence S00"02'58"W, along the east line of the said west 112 of the north 10 acres of the east 112 of Tract 12, a distance of 30.00 feet to the south right- of-way line of Rosedale Rd (12th Street); thence S90"00'00"W along said south right-of-way line, parallel with the north line of the said Tract 12, a distance of 35.00 feet to the northeast corner of open space%onservation easement parcel No. I as described in Official Records Book 2155, Page 1307 of the Public Records of Indian River County, Florida; thence S57"30'30"W along the southerly line of said easement, 99.94 feet; thence continuing along said easement N32"29'30"W, 14.50 feet to the point of beginning of the herein described parcel: thence the following(s) courses along the southerly line of said easement, (1) S57"30'30"W, 58.00feet; thence (2) S32"29'30"E, 14.50feet; thence (3)S57"30'30"W, 9.10 feet; thence (4) S32"30'00"E, 8.00 feet; thence (5) S57"30'00"W, 5.63 feet; thence departing said southerly line, N30"44'00"W, 3.26 feet; thence S59"16'02"W, 15.50 feet; thence N30"43'13"W, 16.51 feet; thence N01 "03'03 "E, 19.87 feet; thence N18"2456"W, 27.05 feet; thence N53 "3523 "E, 27.45 feet; thence N75 "57'30"E, 45.93 feet; thence S30"38"57"E, 27.89 feet to the point of beginning, containing 3,447 square feet or 0.08 acres more or less. This release of easement is executed by Indian River County, a political subdivision of the State of Florida, whose mailing address is 1801 27th Street, Vero Beach, Florida 32960. THIS RESOLUTION was moved for adoption by Commissioner , seconded by Commissioner and adopted on the 20th day of June, 2023, by the following vote: 248 RESOLUTION NO. 2023 - Chairman Joseph H. Earman Vice -Chairman Susan Adams Commissioner Joseph E. Flescher Commissioner Laura Moss Commissioner Deryl Loar The Chairman declared the resolution duly passed and adopted this day of , 2023 BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA Joe Earman, Chairman ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk APPROVED AS TO LEGAL FORM: William K. DeBraal Deputy County Attorney Cc: Applicant: GRACE LUTHERAN CHURCH OF VERO BEACH, INC 1150 41ST AVENUE VERO BEACH, FL 32960 249 Consent Item Indian River County, Florida Department of Utility Services Board Memorandum Date: June 20, 2023 To: Indian River County Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services From: Howard G. Richards, PE, Manager - Capital Projects Prepared by: Harrison Youngblood, PE, Utilities Engineer, Utility Services Subject: Approval for 8th Street and 74th Avenue Utility Relocation due to Conflict with Florida Department of Transportation Project Background: Dating back to 2021, the Florida Department of Transportation (FDOT) had relayed that they were planning to replace the 81h Street bridge at 74th Avenue to provide more space for vehicles to pass by one another as they are maneuvering over the bridge. Due to the new bridge being wider to accommodate additional lanes for vehicular traffic, the piles on the south side of the bridge will be in conflict with the current 24" sewer force main that runs along 8th Street and is bored under the canal at 74th Avenue. Upon learning of the conflict, the Indian River County Department of Utility Services (IRCDUS) contracted Masteller and Moler (MM), via Work Order 7, to perform design for relocation of the force main including new directional drill under the canal. The design was completed after multiple rounds of revisions to address the drainage design that FDOT incorporated into the project. During the months prior to the FDOT bid award for the 8th Street bridge, IRCDUS corresponded with the Army Corps of Engineers (ACOE) and the Florida Department of Environmental Protection (FDEP) regarding permit requirements under the State 404 Program, which during the initial phase of design was regulated by the ACOE. Sometime towards the end of 2021, the ACOE transferred the permitting authority for the State 404 Program to FDEP. At the time in which IRCDUS was going through the permitting process, neither ACOE nor FDEP was able to provide a clear answer to who had regulating authority, and whether or not a state -issued permit was required under the program. It wasn't until the project bid had been awarded by FDOT and the pressure from FDOT, that prompted FDEP to assume permitting authority for the State 404 Program. By then, the permitting delays had caused the construction phase of the IRCDUS force main relocation to be behind schedule to meet the timeframe denoted in the original FDOT Utility Work Schedule (UWS). Analysis: All FDEP permits for the relocation of the utility have now been acquired by IRCDUS. One remaining permit required prior to construction is the Indian River Farms Water Control District (IRFWCD) permit for the crossing of the directional bore under the canal at a cost of $250.00. In order for IRCDUS to complete Page 1 of 2 F:\Utilities\00_UTILITY - AGENDA TEMPLATE & GUIDELINES\2023 Agenda Items\062023 BCC Agenda Items\8`h Street & 74th Avenue Utility Relocation 250 relocations of the conflicted utility expeditiously, it was deemed the most economical to procure the material and have a contractor ready to do the work in the window of opportunity to mitigate the utility conflict prior to the FDOT contractor performing the work where the utility is in conflict. IRCDUS requested quotes for the utility relocation work from the two (2) utility labor contractors, CK Contractors & Development and Hinterland Group. Both were awarded this type of work under IRC's RFP 2020039. CK Contractors & Development submitted a quote for the amount of $1,228,155.82 and Hinterland Group declined to quote. Staff has determined that CK Contractors & Development is qualified and responsible to complete the work in the timeframe allotted by the FDOT schedule. The bidding process will take a minimum of 90 days to activate a contractor. IRCDUS also elected to pursue direct purchasing of the material needed for the project through the warehouse contract with Core & Main for the amount of $695,287.90, in which $161,171.00 of the materials are not in the contract. The IRFWCD permit app fee, labor contractor bid, and material price brings the total cost of the 8th Street and 74th Avenue Utility Relocation project to $1,923,693.72. It is in IRCDUS's interest to quickly move forward with the project to avoid any delays associated with FDOT work that could result in claims, liquidated damages, or penalties, as a result of non-compliance with relocating the utility in conflict. Funding: Expenses in the amount of $1,923,693.72 for this project will be recorded in the Utilities operating capital account, number 471-169000-20502. Since this is a Utilities operating capital project, the funds will come from fund balance. Utilities operating funds are derived from water and sewer sales. Description I Account Number Amount Utilities/WIP/8th Street Utility Relocations 1 471-169000-20502 $1,923,693.72 Recommendation: Staff recommends that the Board of County Commissioners authorize IRCDUS to proceed with the 8th Street and 74th Avenue Utility Relocation project based off the bid from CK Contractors & Development, material procurement from Core & Main, and permit application fee from Indian River Farms Water Control District for the total amount of $1,923,693.72, while waiving the requirement for bids for the $161,171.00 non -contract materials, authorize purchase orders to CK Contractors & Development and Core & Main, and authorize the Chairman to execute any related agreement, subject to Legal Department review, on their behalf. Attachments: 1. 8th St Utility Replacement Bid # 2959544 (Core & Main) 2 8th St. Utility Replacement & Relocations Bid (CK Contractors) 3. Section E Back -Up for the CK Contractors Bid Page 2of2 F:\Utilities\00_UTILITy - AGENDA TEMPLATE & GUIDELINES\2023 Agenda Items\062023 BCC Agenda Items\8`h Street & 74`h Avenue Utility Relocation 251 • - &MAIN Bid Proposal for 8TH ST UTILITY REPLACEMENT INDIAN RIVER COUNTY UTIL DEPT STOCK VERO BEACH, FL 32967 Sales Representative Debra Bancroft (M) 772-800-8851 (T) 772-466-5955 (F) 772-466-5954 Debra.Bancroft@coreandmain.com Job 8TH ST UTILITY REPLACEMENT Bid Date: 06/16/2023 12:00 pm Bid #: 2959544 Core & Main 7374 Commercial Circle Ft Pierce, FL 34951 (T) 772-466-5955 06/06/2023 - 12:51 PM Actual taxes may vary Page 1 of 5 252 izm. Bid Proposal for 8TH ST UTILITY REPLACEMENT INDIAN RIVER COUNTY UTIL DEPT Core & Main Bid Date: 06/16/2023 12:00 pm 7374 Commercial Circle Core & Main 2959544 Ft Pierce, FL 34951 Phone: 772-466-5955 Fax: 772-466-5954 Segll. Qty Description Units Price Ext PICe Actual taxes may vary 253 2 P8ge 12 of 5 DUE TO CURRENT SUPPLY CHAIN DISRUPTIONS, MATERIALS ARE SUBJECT. TO PRICING AT TIME .. OF SHIPMENT. MATERIAL AVAILABILITY AND TIMEtJNESS OF SHIPMENTS CANNOT BE GUARANTEED. THIS TERM SUPERSEDES ALL OTHER CONTRACTUAL PROVISIONS. 10:SANITARY FORCEMAIN .20 ITEM 6 30 2 452-2580-24 24X24 SS TAP SLV JCM 25:71-26:x1 OD EA :: 11840.09 23 6 18 40 2 24 F6114 MJ RW TAP.VLV OL AC W BEVEL GEAR _.. EA 27 492.55 54 5:10 - 50 2 461-S VALVE BOX UD DOM 10T :158 NO UD EA: < 123.14 2 6.28 60 2 5-2/4 B&T: SEWER UD W 4".SKIRT #4905 #CUL5LSHVLSK4 USA W . 62.00. 1 4.00 70 2 ROADWAY TRACER BOX GREEN SWR PART#' R814GTP EA 89.00 1 .00 80 2 BRZ DISC F/241' VLV EA 22.00 .00 ... 90:: 2 24 PVC .4024 STARGRIP RESTR 1 . GLAND ONLY EA : 450.22: :::.:. 0.44 100: 2 24 MJ REGULAR ACC SET .GLAND LESS GLAND EA : 100.74 :211.48 110 2 72" CARSONITE MARKER -GREEN EA 56.99 113.98 SUBTOTAL 80 3A6 130: ITEM 7 140 980: : 24 PVC C900 DR18 PIPE G 20' GRN:PC235:.: FT 217.87 213,5 2.60 150 2 10GA COP WIRE STRND GREEN 500' RL 325.93 6 1.86 160: 1 2X1000': DETECTO TAPE -FM .. ... EA.: 34.58 :58 wo.:. 4 FPUA WATERPROOF WIRE CONNECTOR EA: 8.89 5.56 180.:. .. 2 _ . LUBE 1 CIT F/WATE. SWR PIPE EA.. 45.59 1.18 190 SO 24 STAR 1124C PVC RESTRAINER C900 PIPE TO PIPE-PRC1124 EA 1205.45 60 2 2.50 3U8TOTAL 27 .ZB 210 _ ITEM 8 . 220 $20 24" PVC C900 FUSIBLE DR18 GRN FT 291.00 1S4 .00 230 :2 FUSION E P &TECH: EA 2,968.00 S 9$670 240 1 COPPERHEAD 1245G-EHS{500 #12 GREEN EA: 200.00 2 .00 260 2 : 24 MJ 11-:V4 C3S3:P401 IMP EA 3107.56 6,215.12 270 :.4 : 24 PVC 4024 STARGRIP RESTR I GLAND.OKY. EA 450.22 1 $8 280 : _ 4 24 MJ REGULAR ACC SET:. GLAND LESS GLAND EA:. 100.74 2.96 290 2 3M 1404 EMS BALL MARKER -SEWER EA 16.12 2.24 - : SUBTCYM 169 20 300 ITEM 9 . 310 .:: 2 24 MJ 90 C153 P401 IMP., ::.. . ..:: EA::' 4,289.38: :::.8 5p8.76 320' 4 24 PVC 24 STARGRIP RESTR I GLAND ONLY EA : 450.22 .88 330 4 24 MJ REGULAR ACC. SET GLAND LESS GLAND EA :100.74 296 340 2 3M 1404 EMS BALL MARKER -SEWER EA 16.12 .24 SUBTOTAL 4.84 Actual taxes may vary 253 2 P8ge 12 of 5 06/06/2023 -12:51 PM Actual taxes may vary 253 2 P8ge 12 of 5 EOEzm- Bid Proposal for 8TH ST UTILITY REPLACEMENT Bid #: 2959544 Seq# Qty Description Units Price Ext Price 360 370 : _ 2 ITEM 10 _ _. 24 F6100 MJ RW GV OL ON ACC CLOW GATE VALVE W BEVEL GEAR EA 27 277.56 54,55S.12 380 2 461-S VALVE BOX EID:DOM 14T156 :NO LID:: EA ::: 323.14 24$:28 390 2: :5-1/4 UT SEWER:LID W4" SKIRT #4905.:ItCULSLSHVLSK4 USA: EA .: 62.00 12 .00 400 :: 2 ROADWAY TRACER BOX BLUE WATER PART# R614BTP EA 89.04 17$.08 410: 2 BRZ DISC F :24" VLV EA 22.00. 44.00 420 4 24 PVC 4024 STARGRiP:RESTR 1 GLAND ONLY :7 EA 450.22 18 .88 430 4 24 MJ REGULAR ACC SET GLAND LESS GLAND EA 100.74 402.96 440 2 72" CARSONITE MARKER4REEN EA 56199 :: ::11 .98 SUBTOTAL S7 .30 460 ITEM i1 470 IRC ARV FOR FM 480: 1 FS333:26704P7 24X21P SS SAD TRIPLE SS BAND 25.50-26.70 OD EA 540.73 S40.73 490 1 :MERIT V210FP-32.2" 316SS FULL PORT SALL:VALVE .. Ek: 168.33 16 .33 S00 2 2X3 316SS NIPPLE EA . 12.34 2 .68 510. .: 2 2" ARI D-02555 SEWAGE DUAL ARV STAINLESS STEEL . .: EA I 3 798:90 7597:80 VAULT BY (3THERS :... SUBTOTAL 0.331.S4 540 ITEM 12 . 550 RELOCATE ARV 560 1 FS3332670-IP7 24X21P.SS SAD TRIPLE SS,SAND.25:50-26.70 OD . EA ....... 540.73 540.73, 570 1 MERIT V210FP-322° 316SS FULL PORT BALL VALVE EA 168.33 1616:33 580 2: :2X3 316SS NIPPLE EA 12.34 214:68 590. VAULT BY OTHERS . SUBTOTAL 73'3.74 610 REM 13 620: 2 24 STAR 1124C PVC RESTRAINER C900 PIPE TO PIPE-PRC1124 EA 120S.45 2141090 630 2 24 PVC 4024 STARGRIP RESTR I GLAND ONLY EA 450.22 9 .44 640 2: 24 MJ REGULAR ACC SET GLAND LESS GLAND EA 100.74 2 1AS 650 2 24 MJ CAP C153.P401 IMP EA 2j181.82 4,363.64 660 UNESW BY OTHM . 670 4 24 MJ 224.2 C153 P401 IMP EA 3105.17 12,420.68 680 4.. 24 PVC 4024 STARGRIP:RESTR I GLAND.ONLY:: EA 450.22 1800.88 690 4 24 MJ REGULAR ACC SET GLAND LESS GLAND EA :100.74 402.96 SUBTOTAL . ;&.50.98 710 _ WATERMAIN .: 720ITEM 1S 730. 1680 8 PVC C900.DR18 PIPE G 20'.BW PC235 7 FT 27:3145W3.72 .80 740 4 TOGA COP WIRE STRND BLUE 500' PRICE PER ROLL RL 325.93 _ 1 750 2 .. .2X1000' DET TAPE WATER - EA ....... .34.58 .16. 760 8 FPUA WATERPROOF WIRE CONNECTOR: EA - :. 8.89 11.12 770. 3 LUBE .1.QT F/WATE SWR PIPE. . EA - 45.59. .1 6:77 780. 22 8 STAR :1108C PVC RESTRAINER 0900 DI PIPE TO PIPE; -PRC -1108 EA 106:19.: 2,3 6.18 IMP . SUIPOTAL 49.707-.7!; 800 ITEM 16 06/06/2023 - 12:51 PM Eo :M. Bid Proposal for 8TH ST UTILITY REPLACEMENT Bid #: 2959544 Seq# Qty Description Units Price Ext Price 810. . 820 . ..8X8 1 WET TAP :. .:. ..: . FTSS-930-9 8X8 SS TAP SLY SS FLG 9.05-9.30 OD _ _ EA 1300:93 13 .93 ' 830::::. 1 8 F6114: MJ RW TAP VLV OL ACC:: ... EA 1603.69 t 643.69 840 1 : - :461-S VALVE BOX IjUD DOM 107 isk NO LID: EA ::: 123.14 123.14 850 :1 ROADWAY TRACER BOX. BLUE WATER PART# RBI4STP EA ::::89.04 $9.04 860: :. 1 BRZ DISC F.8" VLV LV MARKER :: EA 22.00 22.00 .870 1 8 PVC:4pQ$ STARGRIP RESTR. I GLAND ONLY EA 57.44. 57.44 880 1 8 MJ REGULAR ACC SET GLAND LESS GLAND EA 33.35 Jim 890 1 72" CARSONME MARKER -BLUE EA 56.99 .99 SUBTOTAL 3.286.S8 910 ITEM.17A 920 3 8 MJ 90 CIS 1MREA 185.39 556.17 930: : 6 8:PVC 4008 STARGRIP RESTR 1 GLAND ONLY EA 57:44 344.64 940::.: 6 8 MJ REGULAR ACC SET GLAND LESS GLAND EA 33.35 200.10 950 3 3M 1403 EMS: BALL MARKER -WATER:: EA : 16.12 48.36 SUBTOTAL 1149.27 970. .. ITEM 17B .080 4 8 MJ 45 C153 IMP EA .. 151.53 .12 990 8 8 PVC 4008 STARGRIP RESTR I GLAND ONLY EA 57.44 459.52 1000 8 18.MJ REGULAR ACC SET LIGLAND LESS GLAND EA 33.35. .266.80 1010 1 4 13M 1403. EMS BALL MARKER -WATER EA 16.12. 64.48 SUBTOTAL 1396.92 1030 _ _ ITEM 18 1040 : 1 8 MJ TEE C153 IMP EA 275.70 275.70 1050 3 8 PVC4008 STARGRIP RESTR. I GLAND ONLY EA 57.44. 172.32 1060 3 18 MJ REGULAR ACC SET GLAND LESS GLAND EA :: 33.35 100:05 1070 3 f 3M 1403 EMS SAL.L MARKER -WATER I EA :. 16.12 4$:36 SUBTOTAL 596.43 1090 ITEM 19 1100 1 8X6 MJ RED C153 IMP : EA 110.34 110.34 .1110.: 1 8 PVC:4008 STARGRIP RESTR I GLAND ONLY EA 57.44 57.44 1120: 1 8 MJ REGULAR ACC SET GLAND LESS GLAND EA 33.35 34.35 1130 1 : 3M 1403 EMS SALL MARKER -WATER EA 16.12 16,12 1140 20 6 TJ CL50 PR350 01 PIPE FT - 29.85 597..00 20' LENGTHS '1160: 2 6 3006 D1 STARGRIP RESTRAINT:GLAND ONLY IMPORT SGDP06 :EA 31.04 62.08 1170 4 6 MJ REGULAR ACC SET GLAND LESS GLAND)EA :: . 29.63 118.52 1180 1 6 F6100 MJ RW GV OL ON ACC CLOW GATE VALVE EPDXY COATED EA 713.67 773.67 W STAINLESS STEEL BOLTS & NUTS 1190 1 461-S VALVE BOX IJUD DOM 10T 156 NO UD EA 123.14 123.14 1200 1 5-1/4 S&T WATER UD W 4" SKIRT#4905 USA EA . 62.00 61.00 1210 1 1 ROADWAY TRACER BOX BLUE WATER PART#.R614BTP EA 89.04 89.04 1220. 1 BRZ DISC F.6" VLV VLV MARKER) EA 22.00 22.00 1430. : 1 6X13.MJ ANCH CPLG C153 IMP EA 209.16. 209.16 1240.. 1 5-1 4V0MED.HYD 3.'6"B 6MJ LA EA . 3177.05 3177+05. 1250 1 72" CARSONITE MARKER -BLUE EA 56.99 S6499 . ... SUBTOTAL S 507:90 06/06/2023 - 12:51 PM Page 4 of,5. 255 CORE: i. Bid Proposal for 8TH ST UTILITY REPLACEMENT Bid #: 2959544 Sw Qty Description Units Prke::: whici.:.:::.:. 06/06/2023 - 12:51 PM Actual taxes may vary Page 5 of 5 .1270 ITEM 20 1280 8 F6100 MJ RW GV OL ON L/ACC CLOW GATE VALVE EPDXY 4,9� 4 COATED EA 1,232.22 8.88 W STAINLESS STEEL: BOLTS & NUTS 1290 4 461-S VALVE BOX LID DOM 30T 150 NO LID EA 123.14 492.56 ....1300:: 4 S-1 4 B&T WATER UD W/4" SKIRT #4905 USA EA.: :: 62.00 2 .00 1310 4 ROADWAY TRACER BOX BLUE WATER PART# R6146TP EA 89.04 3g6.16 1320 4: BRZ DISC F 8" VLV LV MARKER EA 22.00: .00 1330 8 8 PVC 4008 STARGRIP RESTR I GLAND EA 57.44 4$215? 1340 8 8 MJ REGULAR ACC SET GLAND LESS GLAND EA 33.35 :246.80 ....1350. 4 72" CARSONITE MARKER-BIJaE EA 56.99 - 247.95 SUBTOTAL: 7 7.88 1370. - _ _ ITEM 21 . 1380 2" JUMP . ASSEM BP 1390 2 FS313-905-IP7 8X21P SS SAD SGL SS BAND 8.63-9:05 OD EA 214.87 -4i9-.74 1400 2 FB1700-7NL 2 BALICORP MIPXFIP NO LEAD EA 236.27 472.54 1410 2 C84 -77 -G -NL 2CPLG MIPXGJCTS NO LEAD EA 73.88 147.76 1420 - 2 #55 2 SS INSERT F CTS PE EA 2.224.44 1430 2 2 PVC S80 MALE ADPT MIPTXH 836-020 EA 13.88 7.76, 1440 7 2 BRASS SQ HD CORED PLUG N 1 NO LEAD EA 14.34 8:68 SUBT�OT/LL 11]10 92 1460 ITEM u 1470 IRC WATER SAMPLE POINT 1480 3 FS313-90S-IP4.8X11P SS SAD SGL SS BAND 843-9.05 OD EA 125.00 0-4 3 5.00 1490- 3 FB110GNL 1 BALLCQRP MIPXGJ CTS FA 67.36 202.08 1500 6 #521'SS INSERT F CTS PE EA 1.76 10.56 1510 100: 1X100' CTS MUNICIPEX PIPE 200 PSI #261076-100 .. ... : FT 1.66. 166.00 100' ROLJS :-1530:. 3 841344WGNL 1 BALL CURB GJXFIP T CTS W/LW N0. LEAD EA.: 96.77 290.31 SUBTOTAL 1".9s 1550 ITEM 2.3 1560. 2 8 MJ CAP C1S31MP ... EA 85.57 :171.14 1570.: 2 8 PKAW8 STARGRIP RESTR 1 GLAND ONLY EA .:: 57.44 114.88 1580 2. 8 MJ REGULAR ACC SET GLAND LESS GLAND EA 33.35: .70 1590 2 3M 1403 EMS BALL MARKER -WATER EA 16.12 32.24 SUBTOTAL 3814.96 Sub Total 695 .90 Tax. 00 OtaA UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY (30) CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LP RESERVES THE RIGHT TO INCREASE PRICES TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD : TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/Olt APPLICABLE STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'S TERMS AND I CONDITIONS OF.SALE, AS MODIFIEp FROM TIME TO TlME,.WHICH:CAN BE FOUND AT; LuL 256 //coreandmain.com/TandC/ 06/06/2023 - 12:51 PM Actual taxes may vary Page 5 of 5 .1270 ITEM 20 1280 8 F6100 MJ RW GV OL ON L/ACC CLOW GATE VALVE EPDXY 4,9� 4 COATED EA 1,232.22 8.88 W STAINLESS STEEL: BOLTS & NUTS 1290 4 461-S VALVE BOX LID DOM 30T 150 NO LID EA 123.14 492.56 ....1300:: 4 S-1 4 B&T WATER UD W/4" SKIRT #4905 USA EA.: :: 62.00 2 .00 1310 4 ROADWAY TRACER BOX BLUE WATER PART# R6146TP EA 89.04 3g6.16 1320 4: BRZ DISC F 8" VLV LV MARKER EA 22.00: .00 1330 8 8 PVC 4008 STARGRIP RESTR I GLAND EA 57.44 4$215? 1340 8 8 MJ REGULAR ACC SET GLAND LESS GLAND EA 33.35 :246.80 ....1350. 4 72" CARSONITE MARKER-BIJaE EA 56.99 - 247.95 SUBTOTAL: 7 7.88 1370. - _ _ ITEM 21 . 1380 2" JUMP . ASSEM BP 1390 2 FS313-905-IP7 8X21P SS SAD SGL SS BAND 8.63-9:05 OD EA 214.87 -4i9-.74 1400 2 FB1700-7NL 2 BALICORP MIPXFIP NO LEAD EA 236.27 472.54 1410 2 C84 -77 -G -NL 2CPLG MIPXGJCTS NO LEAD EA 73.88 147.76 1420 - 2 #55 2 SS INSERT F CTS PE EA 2.224.44 1430 2 2 PVC S80 MALE ADPT MIPTXH 836-020 EA 13.88 7.76, 1440 7 2 BRASS SQ HD CORED PLUG N 1 NO LEAD EA 14.34 8:68 SUBT�OT/LL 11]10 92 1460 ITEM u 1470 IRC WATER SAMPLE POINT 1480 3 FS313-90S-IP4.8X11P SS SAD SGL SS BAND 843-9.05 OD EA 125.00 0-4 3 5.00 1490- 3 FB110GNL 1 BALLCQRP MIPXGJ CTS FA 67.36 202.08 1500 6 #521'SS INSERT F CTS PE EA 1.76 10.56 1510 100: 1X100' CTS MUNICIPEX PIPE 200 PSI #261076-100 .. ... : FT 1.66. 166.00 100' ROLJS :-1530:. 3 841344WGNL 1 BALL CURB GJXFIP T CTS W/LW N0. LEAD EA.: 96.77 290.31 SUBTOTAL 1".9s 1550 ITEM 2.3 1560. 2 8 MJ CAP C1S31MP ... EA 85.57 :171.14 1570.: 2 8 PKAW8 STARGRIP RESTR 1 GLAND ONLY EA .:: 57.44 114.88 1580 2. 8 MJ REGULAR ACC SET GLAND LESS GLAND EA 33.35: .70 1590 2 3M 1403 EMS BALL MARKER -WATER EA 16.12 32.24 SUBTOTAL 3814.96 Sub Total 695 .90 Tax. 00 OtaA UNLESS OTHERWISE SPECIFIED HEREIN, PRICES QUOTED ARE VALID IF ACCEPTED BY CUSTOMER AND PRODUCTS ARE RELEASED BY CUSTOMER FOR MANUFACTURE WITHIN THIRTY (30) CALENDAR DAYS FROM THE DATE OF THIS QUOTATION. CORE & MAIN LP RESERVES THE RIGHT TO INCREASE PRICES TO ADDRESS FACTORS, INCLUDING BUT NOT LIMITED TO, GOVERNMENT REGULATIONS, TARIFFS, TRANSPORTATION, FUEL AND RAW MATERIAL COSTS. DELIVERY WILL COMMENCE BASED UPON MANUFACTURER LEAD : TIMES. ANY MATERIAL DELIVERIES DELAYED BEYOND MANUFACTURER LEAD TIMES MAY BE SUBJECT TO PRICE INCREASES AND/Olt APPLICABLE STORAGE FEES. THIS BID PROPOSAL IS CONTINGENT UPON BUYER'S ACCEPTANCE OF SELLER'S TERMS AND I CONDITIONS OF.SALE, AS MODIFIEp FROM TIME TO TlME,.WHICH:CAN BE FOUND AT; LuL 256 i r Section D - Utility Dla Trackhoe (Medium) 844.00 HR $130.70 $110,310.80 To: Indian River County 844.00 Contact: Chris Hanson $100,714.52 Address: 1800 27th Street 240.00 Phone: $62.51 $15,002.40 Dlh Vero Beach, FL 32960 844.00 Fax: $28.41 $23,978.04 Project Name: 8th Street Utility Replacements/ Relocations Supervisor Bid Number: 23-05012 $107.97 Project Location: Indian River County, Vero Beach, FL D2f Bid Date: 5/19/2023 HR $346.63 $292,555.72 D2a Crew Man (6th Man Of Pipe Crew) 844.00 HR Item # Item Description Estimated Quantity Unit Unit Price Total Price Section A $295.49 $18,320.38 D2d 3 Man Crew Including 1 Foreman (Utility Test Crew) 100.00 Alb Mobilization - Non - Emergency 1.00 EACH $1,704.75 $1,704.75 A2c Temporary Traffic Control - FDOT Roadway 2,500.00 LF $1.31 $3,275.00 Total Price for above Section A Items: $4,979.75 Section B $130.70 $54,632.60 Dlc Front End Loader 418.00 B3 Coquina Rock Base (Material Only) 430.00 CY $16.97 $7,297.10 B6a Sod Replacement - Bahia (Material Only) 8,236.00 SY $1.23 $10,130.28 Crew Truck W/ Hand Tools 418.00 Total Price for above Section B Items: $17,427.38 Section D - Utility Dla Trackhoe (Medium) 844.00 HR $130.70 $110,310.80 Dlc Front End Loader 844.00 HR $119.33 $100,714.52 Dlf Tandem Dump Truck 240.00 HR $62.51 $15,002.40 Dlh Crew Truck W/ Hand Tools 844.00 HR $28.41 $23,978.04 D2c Supervisor 240.00 HR $107.97 $25,912.80 D2f 5 Man Crew Including 1 Foreman (Pipe Crew) 844.00 HR $346.63 $292,555.72 D2a Crew Man (6th Man Of Pipe Crew) 844.00 HR $51.14 $43,162.16 D2e 4 Man Crew Including 1 Foreman (Utility Punch -out) 62.00 HR $295.49 $18,320.38 D2d 3 Man Crew Including 1 Foreman (Utility Test Crew) 100.00 HR $244.35 $24,435.00 Total Price for above Section D - Utility Items: $654,391.82 Section D - Roadwork Dla Trackhoe (Medium) 418.00 HR $130.70 $54,632.60 Dlc Front End Loader 418.00 HR $119.33 $49,879.94 Dld Grader 418.00 HR $111.38 $46,556.84 Dlh Crew Truck W/ Hand Tools 418.00 HR $28.41 $11,875.38 D2c Supervisor 140.00 HR $107.97 $15,115.80 D2e 4 Man Crew Including 1 Foreman 418.00 HR $295.49 $123,514.82 Total Price for above Section D - Roadwork Items: $301,575.38 Section E El Misc. Materials 1.00 LS $50,000.00 $50,000.00 E1 Precast ARV Manholes - USCP 1.00 LS $7,024.34 $7,024.34 El Grout Material - Maschmeyer 1.00 LS $12,728.10 $12,728.10 El Import Hauling - Siboney 1.00 LS $2,802.53 $2,802.53 E2 24" Line Stops / 8" X 8" Tap / 24" X 24" Taps - 1.00 LS $38,786.00 $38,786.00 Rangeline E2 24" FPVC Force Main Directional Bore - K3 Directional 1.00 LS $108,130.00 $108,130.00 E2 Grout Pumping Service - IR's Concrete Pumping, Inc. 1.00 LS $1,933.25 $1,933.25 (Based On Bid Tab Grout CY Quantities - 2 Days) E2 24" Force Main Fusion Services For Directional Bore - 1.00 LS $5,830.00 $5,830.00 Aegion 5/19/2023 11:54:30 AM Page 1 of 2 257 Item # Item Description Estimated Quantity Unit Unit Price Total Price E2 Paving - All County Paving 1.00 LS $22,547.27 $22,547.27 Total Price for above Section E Items: $249,781.49 Notes: • Prices are in accordance with the IRCDUS 2022 Labor RFP 2020039 Valid Until 07/06/23. ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: 5/19/2023 11:54:30 AM Total Bid Price: $1,228,155.82 CONFIRMED: CK Contractors & Development Florida Authorized Signature: l d Estimator: Quentin Middleton 258 Page 2 of 2 Office Address: 1'100 Technology Place, Suite 122 West Palm Beach, Florida 33407 Phoiw: (561) 932-1070 Pax: (561) 228-8918 To: Indian River County Address: 1800 27th Street Vero Beach, FL 32960 Trackhoe (Medium) Contact: Phone: Fax: Chris Hanson Project Name: 8th Street Utility Replacements/Relocations Project Location: Indian River County, Vero Beach, FL D1c Bid Number: Bid Date: 23-05012 5/19/2023 $119.33 $100,714.52 Dlf Tandem Dump Truck Item # Item Description Estimated Quantity Unit Unit Price Total Price Section A Alb Mobilization - Non - Emergency A2c Temporary Traffic Control - FDOT Roadway Section B B3 Coquina Rock Base (Material Only) 86a Sod Replacement - Bahia (Material Only) Section D - Utility 1.00 EACH $1,704.75 $1,704.75 2,500.00 LF $1.31 $3,275.00 Total Price for above Section A Items: $4,979.75 430.00 CY $16,97 $7,297.10 8,236.00 SY $1.23 $10,130.28 Total Price for above Section B Items: $17,427.38 Dla Trackhoe (Medium) 844.00 HR $130.70 $110,310.80 D1c Front End Loader 844.00 HR $119.33 $100,714.52 Dlf Tandem Dump Truck 240.00 HR $62.51 $15,002.40 D1h Crew Truck W/ Hand Tools 844.00 HR $28.41 $23,978.04 D2c Supervisor 240.00 HR $107.97 $25,912.80 D2f 5 Man Crew Including 1 Foreman (Pipe Crew) 844.00 HR $346.63 $292,555.72 D2a Crew Man (6th Man Of Pipe Crew) 844.00 HR $51.14 $43,162.16 D2e 4 Man Crew Including 1 Foreman (Utility Punch -out) 62.00 HR $295.49 $18,320.38 D2d 3 Man Crew Including 1 Foreman (Utility Test Crew) 100.00 HR $244.35 $24,435.00 Total Price for above Section D - Utility Items: $654,391.82 Section D - Roadwork Dla Trackhoe (Medium) 418.00 HR $130.70 $54,632.60 D1c Front End Loader 418.00 HR $119.33 $49,879.94 Did Grader 418.00 HR $111.38 $46,556.84 D1h Crew Truck W/ Hand Tools 418.00 HR $28.41 $11,875.38 D2c Supervisor 140.00 HR $107.97 $15,115.80 D2e 4 Man Crew Including 1 Foreman 418.00 HR $295.49 $123,514.82 Total Price for above Section D - Roadwork Items: $301,575.38 Section E El Misc. Materials 1.00 LS $50,000.00 $50,000.00 El Precast ARV Manholes - USCP 1.00 LS $7,024.34 $7,024.34 El Grout Material - Maschmeyer 1.00 LS $12,728.10 $12,728.10 El Import Hauling - Siboney 1.00 LS $2,802.53 $2,802.53 E2 24" Line Stops / 8" X 8" Tap / 24" X 24" Taps - 1.00 LS $38,786.00 $38,786.00 Rangeline E2 24" FPVC Force Main Directional Bore - K3 Directional 1.00 LS $108,130.00 $108,130.00 E2 Grout Pumping Service - JR's Concrete Pumping, Inc. 1.00 LS $1,933.25 $1,933.25 (Based On Bid Tab Grout CY Quantities - 2 Days) E2 24" Force Main Fusion Services For Directional Bore - 1.00 LS $5,830.00 $5,830.00 Aegion 5/19/2023 11:54:30 AM Page 1 of 2 259 It?m # Item Description Estimated Quantity Unit Unit Price Total Price E2 Paving - All County Paving 1.00 LS $22,547.27 $22,547.27 Total Price for above Section E Items: $249,781.49 Total Bid Price: $1,228,155.82 Notes: • Prices are in accordance with the IRCDUS 2022 Labor RFP 2020039 Valid Until 07/06/23, ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: I 5/19/2023 11:54:30 AM CONFIRMED: CK Contractors & Development Florida Authorized Signature: Estimator: Quentin Middleton Page 2 of 2 260 U.S. concrete Products corporation 1878 N.W. 21 st Street, Pompano Beach, Florida 33069 Tel: (954) 973-0368 Fax: (954) 973-0394 Proposal and Puchase Order No: US16746 To: CK CONTRACTORS & DEV., LLC. CN: CK Date: 4/4/2023 1100 TECHNOLOGY PLACE SUITE #122 Job No: WEST PALM BEACH, FL 33407 Terms : 30 Days Job Description: 8TH STREET UTILITY REPLACEMENT - IRC Bid Date: 4/4/2023 We propose to furnish on the above job. Revised: Quantity Description Unit Price Total 2 5' DIA. F.M. ARV MANHOLE W/USE 324—UT (DOGHOUSE) 2,984 5,968 PRICES CAN CHANGE UP TO DATE OF APPROVED SHOP DRAWINGS. COATING BY OTHER. . LEAD TIME 8 WKS FROM APPROVALS FOR STRUCTURES AND 20 WKS FOR CASTINGS SUBJECT TO MATERIAL SUPPLY. PE STAMPS/CALCS BY OTHER Proposal Total A-5) sales +Ry TERMS AND CONDITIONS OF SALE 5,966 0'/1 7= 34 Any sate of goods is subject to the Limited Warranty and Remedies set forth below and USCP's other General terms and Conditions of Sale. Any contrary provision in any purchase order or other document of customer is rejected. LIMITED WARRANTIES AND REMEDIES USCP warrants that, at the time of delivery, the goods sold will conform to the applicable specifications set forth in the Quotation or other sales document by USCP. USCP, MAKES NO OTHER WARRANTY, EXPRESS OR IMPLIED, AND ALL OTHER WARRANTIES, INCLUDING IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE ARE DISCLAIMED. If the goods fail to conform, at time of delivery, to this limited warranty, Buyer's sole and exclusive remedy and USCP's entire liability will be, at USCP's election, (i) the repair or replacement by USCP within a reasonable time of the non -conforming goods, f.o.b. USCP's plant, or (ii) the refund of the price paid for the non -conforming goods, and in either case only if USCP receives written notice of the defect or non-conformance within 30 days of the date of delivery of the non -conforming goods. USCP WILL NOT BE LIABLE FOR SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES. USCP's liability, whether under contract, in tort or otherwise shall not in any event exceed the price of the goods or portion of such goods on which such liability is based, and Buyer waives any claim for amounts in excess of that amount. The above prices are F.O.B_ job -site and unloaded by your equipment. Sales tax is not included. Prices are predicated on our receiving the entire order as listed above and prices are firm for a period of 30 days. Company: _ Accepted By: Title: Date: Proposal: US16746 8TH STREET UTILITY REPLACEMENT - IRC 0 Purchase Order Acceptance By: U.S. CONCRETE PRODUCTS CORPORATION U.S. Concrete Products Corporation Page 1 of 1 PDF created with pdfFactory Pro trial version www.pciffactory.com. 261 I mm 1142 N'a ler Tower Read take Park, Florida 33403 Dispatch 561-644-9994 Fix $61444-7102 Dude: Apr 24, 2023 Quote N. M00021345_ OiAot=TwmCKMVrRACfORS&DEVELOPMEWLLC Contact all N: Project: 8th9rodUfilityfnprovazrnrs Contac: Qt=ron dfidldon Convect "L Project Addrew. 795 74th Avattte Ctmlaet Telelt: Contact Fax 9: Project 6ty/Sr2ip: Vem Beads, FL 32966 tSIY- Ibn ExmvataW FbvzU. FII tang Ptrnp >2S0 fl U6it Yata� 5161 AO 07V- 3000 P9 Fmo Gmc Qide Y : 5174.00 11 The al—pttoes ac &sc+m fA odic yaas a score m arty arc pout odditiaul dtisay durb Cpl>' & dditaia nude utdv sesm (� athkyzde. Quite %ill apim six (6) mondu aft Lan aedsion dve Iwmul Nomas hoursas 5.00 AM b 5:00 Ph1 htmduy tivu Fridy ad 5:00 AAI to f2.W PM m Samly (Seu d y d.gc .Wy dning tN- limes). All uth tires ae Olt We, to Gmish the abote.ttaral mix deigns aha will — the surd a -Vh tshm tet s*.ai. art n b ftatal and twat in oas[darce wish amend ASTM dandards acl —1,wd par ACI mmnvntdad staadads and pr ni— hta brac,a Con,rae mi—spin ofall gJwY xI hba Daigm prior to job siteddiw In onla tom rely with ACI 31S99 Paagno 5.3, we saquot slut Muclnnyt Conade be itaiudel on the dimbotim list 6r all C—rctc Ins Rryas. It k saaxmnadcd that a Ptotnn —la— bo bdd a the jdnite psi. to site dditey. The pulp— ofthe arming would be to mswa any quatwu sgning retpon6bilian in ssN&Iir ;sad jobsiae rtptaims. All Pmodc Pomp srdscs t ad Qan mica -tut deipvd to be wd a a M..n Grow or Er sue in aay type f,tab P* aal Ind Fm: (pipe aok no dell—ia undt I whit yard) LWk, Fstimaiin8 Fm Firsaaz Chat Florid Sala and Use sac Canty Stmt 1 to2.5 cuNey-ads 3 WASab.Y.0 5 tots. 5 cubic yads fFOR . FTUFD SEf TIME (PFR ADDITIONAL YOUR) Fud SsssF-cFs Suri m Ctctl.�e Othour ddivaie not n clMlirt; Saxby, d HDlidays (4 HMP INNmUnd Satudy D lisay Split Loads (wiihln I mitt troa) Ttst .w—Cootn { . Pa Panel -Minimum 20 IN) Waiting rime Ask )ata SA. PMfasl.ul 61 the dadule Pan Due aanunts will be dsnod 1% par mouth Whneq,pliable Whacappilcsblt MOM Pt Load MOO Por Lad $2000D Per Load 55.00 PorCubic Yard S MW Pa Load 550000 Per If.. S15.1)(IPaCubi<Yad $15D.OD.1h sags P-4 S1.50 pa Minute Twit 1% Disrmnl ifpaid in h!( by the 101h of the rromh by sash or chmk Bon Dote: Fse,Lttion Dttc I: Ad 01 2013 Eaalat ion Aw tt: S$ Escalation Dane 2: Jan 01, 2014 E»alm ion Arrow: SJO Esalation Dnc 3: E—lai iota Atnowt: S Esalmion Dstc4: 17-11 ion Arnouat: S Expiration Dttc 4n 30.2023 Additional 11116 sntion •a• FUEL SURCHARCESUBJECTTO CHANGE " hb"hmeyer Represeatatim Cum.... Representatiss By: Patrick Elm gy. skis#:- Dal c,. Email: PDnrOmischwmenom Dote, This gtntaim is oSad Lx ampsssm uithiD 70 drys. aFn oiidt it is ssdajas Iv amirvtaion by de sdln. This rpaxaim sh91 lamree a mmrn: rdsal< when axcptd bi� tk tuyv ant q+protaf by th sdids ¢alit Jgra;rtxsa. Based upon 66.50 CY of Grout Mix @ $174.00 = 11,571 x 1.1 = $12,728.10 Tuesday, April 18, 2023 Project Name: 8th Street Utility Replacement Proposal #: 130421 Location: 795 74th Avenue Vero Beach, Florida 32966 Latitude: 27.6169698 Longitude: -80.4801614 County: Indian River County Prepared for: CK Contractors & Development, LLC Contact: Michael Smith Tony Contreras - Vice President Cell: (561) 236-4612 Office: (561) 236-4612 Fax: (561) 650-7330 TContreras@siboneycc.com Est. Qty Units Material Description Unit Price N/A Tons I Wild Turkey Estates Of Vero LLC HAUL ONLY 1 $3.95 Import of Base Rock (Trucking Only) 645 Tons @ $3.95 = 2,547.75 x 1.1 = $2,802.53 Prices based on a minimum 9.50 hour workday. ff this proposal is not accepted within thirty (30) days from its date it shall automatically expire. Siboney reserves the right to withdraw this proposal at any time before acceptance. The above price(s) are delivered prices and Include all applicable taxes and are based on the AAA average diesel fuel rate as of the date of this proposal for the state in which the work is to be performed available at www.¢asprices.aaa.com. A fuel surcharge maybe applicable if the price of diesel fuel increases from the date of the proposal to the date(s) the work is performed, and, in such an instance, Siboney and CK Contractors & Development, LLC, "Customer" shall use best efforts to mutually agree on any applicable fuel surcharges. if Siboney and Customer are unable to agree on a fuel surcharge amount, Siboney or Customer may terminate this proposal without liability to either party. Unless otherwise noted on this proposal, the above unit price(s) are based on a minimum of 9.50 hours per day. Delivered materials may be subject to unavailability due to shortages or price increases from material suppliers, and in such an instance, Siboney and Customer shall use best efforts to agree on a remedy. If Siboney and Customer are unable to reach a mutually agreeable remedy, then either party may terminate this proposal and stop any further work without liability to either party. As a condition precedent to Siboney performing any work, Customer must provide Siboney with all Notice to Owner information including any and all applicable payment bonds and applicable contract reference numbers for the project for which the work is to be provided. A copy of a recorded Notice of Commencement shall suffice in lieu of Notice to Owner information. Customer must have truck dispatch to a Siboney representative by no later than 3:30 p.m. the day before any work is to be performed. Customer must ensure safe and adequate loading equipment at the pit/quarry/material source, ensure that trucks are loaded in a safe and timely manner, within legal weight limits, and maintain safe and adequate on-site haul roads to facilitate the dumping of materials at the delivery site. Siboney shall invoice Customer weekly, and Customer agrees to pay Siboney within thirty (30) days from the date of invoice. In the event that Customers account becomes past due, Siboney reserves the right, in its sole discretion, to (1) stop all work until all payments (including any applicable late fees and interest) have been paid, or (2) terminate any and all of its obligations under this proposal and perform no further work without any liability to Customer. Customer agrees to pay interest on all past due balances at the rate of 1.5% per month until paid and agrees to pay all of Siboneys' collection costs incurred to recover any past due balance(s) including, but not limited to, reasonable attorney's fees. Receipt of the material(s) by Customer and Customer's signature on delivery tickets shall be deemed as Customer's approval and acceptance of the material(s), and no credits or adjustments will be made after the tickets are signed by Customer. Siboney's liability on any claim for loss or damagearising out of the work performed shall not exceed the price of the work actually performed by Siboney for Customer with regard to which such claim for loss or damage is made. In light of the COVID-19 pandemic, Siboney, in its sole discretion, reserves the right to suspend or terminate any work to be performed pursuant to this proposal due to any public health/safety issues, or any labor shortages resulting therefrom. This proposal constitutes the sole and entire agreement between the parties with regard to the subject matter hereof and supersedes any and all prior or contemporaneous oral or written agreements between the parties regarding same. No work pursuant to this proposal shall be made until Customer returns a signed copy of this proposal. Facsimiles, copies or other reproductions of this proposal shall have the same effect as an original thereof. Acceptance of Proposal - The terms and conditions of this proposal are hereby accepted. Accepted by (Customer): Owner: Owner Contact: _ Bond Company. Policy Number: Authorized Signature: Print Name: Date: Title: Page 1 of 1 Siboney Contracting Co. 11450 Centrepark Blvd. Ste. 100 1 West Palm Beach, FL 33401 (888) 388-3110 263 - ;R%7nne/ll'l e Group Rangeline Is The Lifeline For Your Pipeline March 7, 2023 CK Contractors & Development Please Return nmiddletonnckcdllc.com Signed Quote Attn: Quentin Middleton To Schedule Phone: (561) 932-1070 Ext. 104 Re: (1) 8" (2) 24" Taps (2) 24" Single Line Stops — 8" Street Utility Replacement — Indian River County, FL Rangeline Tapping Services, Inc. will provide Epoxy Coated Line Stop fittings with Stainless Steel Hardware. unless otherwise snecified and nerfnrm the falinwina- Unit Size Pipe Single Line Stop TOTAL Line Stop Equipment Overnight charges Type Force Main After 7PM on 2"`' Calendar Day (80 PSI or less) "When Equipment is on the Pipe" 2 24" DIP $14,880.00 Each $29,760.00 $1,500.00 Per day, per single line stop Note: Rangeline cannot guarantee a 100% shutdown due to debris, mineral deposits, solids and/or sediments in the pipe. Rangeline will perform the following Wet Taps: Unit Size Pipe Non -Standard Test & Tap TOTAL m.._. 1 c__ -e_- T.T-,-_ 1 8" x 8" PVC W N/A $500.00 $500.00 2 24" x 24" DIP F N/A $2,500.00 Each $5,000.00 Prices are based on the following below: • If the project is cancelled after NON-AIS(standard) materials are ordered, there will be a restocking fee. • When equipment is placed on the pipeline system, whether the linestop is in the main or not, per day charges will apply. • Please allow (7 - 14 days) notice for scheduling after receipt of materials to ensure availability. Projects that require shorter lead times may incur additional charges. • AC/CIP pipe applications contractor must encase each line stop fitting in concrete. • If the type of pipe changes from what we have quoted above, prices and scheduling may vary. Contractor or Municipality is responsible for verifying the type of pipe and it's O.D. • Price includes "Sales Tax" on supplied material. • Rangeline may require a pre -construction meeting prior to scheduling any services. • Normal daytime hours (7:OOAM- 7:00 PM EST) Monday through Friday. Technician(s) will have a $250.00 per hour after hours charge, portal-to-portal. Additional Expenses will be charged at our cost plus 20%. • Rangeline will allow (3) Mobilizations/De-Mobilizations to the jobsite per single line stop and LD Mobilization/De-Mobilization to the jobsite per wet tap. Additional trips will be $1,500.00 per trip. Mobilization charges are applied when the technician leaves the shop or jobsite to start or after completion of the project. • If Rangeline arrives at the jobsite to perform scheduled work that does not get performed, through no fault of Rangeline Tapping Services, an additional trip charge will be charged regardless of the number of Mobilizations allowed for the scheduled work. Rangeline Tapping Services, Inc. Main Office + (800) 346-5971 7256 Westport Place, Suite A 1997 42nd Street NW 3415 Denver Drive 13168 Highway 105 E West Palm Beach, FL 33413 Winter Haven, FL 33881 Denver, NC 28037 Conroe, TX 77306 (561) 683.0910 + (561) 683.0912 (863) 701-7063 • (863) 701-7069 (800) 346-5971 • (910) 262-2941 (936) 445-2171 0 (936) 26419,1 Group Rangeline Is The Lifeline For Your Pipeline • Canceling a scheduled project after the technician(s) have left the shop will result in a Cancellation Fee, please refer to Terms and Conditions #13 (Page 4). This includes weather related cancellations. • Rangeline will allow each Line Stop to be left in place for (2) dav(s) or less. Each additional day will be charged as noted above including weekends. Limited to no more than 14 days from original quoted scope. Any days needed past the 14th additional day will require an approved changed notice before proceeding or equipment will have to be removed on the 14th day. The Change Order must be received by Rangeline prior to the 14u' day. • Stand-by charges will be billed at $150.00 per hour / per technician during normal daytime hours and $250.00 per hour / per technician during afterhours. • Stand-by charges for equipment on the truck from portal-to-portal at $1,500.00/per day. • Pricing includes a standard 15 -minute pressure test of all tapping sleeves and line stop fittings. If the pressure test is required to be longer than 15 minutes, additional charges will be billed at $150.00 per hour. When customer installs material and it does not pass the standard 15 -minute pressure test, all Rangeline labor will be billed at $150.00/hr. • I have read and understand the conditions on which these prices are based upon. (Initials) This is a 4 -page proposal. Please read it in its entirety, then sign and return page 4 prior to scheduling work. Please see the attached pine for the customer's resronsibilitv. Additional charges may be added for ID badges, security check-in or job postponements due to site events. Above costs do not include office expense for extensive contract agreements. Sub -Contract agreements (when required) must be received by Rangeline Tapping Services, Inc. prior to starting work. Rangeline will not be responsible for meeting any requirements stated in a Sub -Contract agreement after the proposed work has begun. Certificates of insurance with contractor as a certificate holder can be provided at no cost. Adding contractor as additional insured cannot be done unless we have a written contract with your company. Coverage required above the limits of our policy is not included. Quotation is valid for 30 days. No retainage allowed. If you have any questions, please feel free to contact our sales team in your region listed below: Atlantic Regional Manager South Florida Sales Representative Mike Mainelli Maxx Moore (407) 314-4878 mike rangeline.com (561) 301-6577 MaxxC@Rangelinexom National & International Sales Greg Foushi (407) 453-1060 greg(d rangelinexom Rangeline Tapping Services, Inc. Main Office • (800) 346-5971 7256 Westport Place, Suite A 1997 42"' Street NW 3415 Denver Drive West Palm Beach, FL 33413 Winter Haven, FL 33881 Denver, NC 28037 (561) 683-0910 - (561) 683.0912 (863) 701-7063 - (863) 701-7069 (800) 346-5971 - (910) 262-2941 13168 Highway 105 E Conroe, TX 77306 (936) 445-2171 - (936) 264-9tOA K3 DIRECTIONAL DRILLING INC. K3DD DRILLING PROPOSAL/ CONTRACT This bid proposal is strictly confidential and meant solely for our prospective client and not to be shared without Os prior written approval. March 13, 2023 CK Contractors & Development 2825 Business Center Blvd, Suite 4-A Melbourne, FL. 32940 Attn: Quentin Middleton Re: 81" Street Utility Replacement, Vero Beach K3 Directional Drilling, Inc. (hereinafter "K3") proposes to provide Horizontal Directional Drilling (HDD) services that include all labor and relevant equipment and tooling for the prices indicated. THE FOLLOWING ARE INCLUDED IN THE ESTIMATE: •.r�.rw.�1�W.. .. . M.N... V( 1't v..V 1 � N.� .�wi\.i+�..i,f 24" FPVC D. Bore 500.00 ' GF $175 00 $87t500.00: Mud Disposal _......._. 22.00 Per , .........;_..._........_ $150.00, $3,300 00 _...._._ Mobilization 1.00 15 $7,500.00 $7,500.00: TOTAL $98,300.00 • FPVC fusion & handlin b others g Y • K3 to supply rollers. • K3 to rent FPVC pullhead. • GC to supply dump site OR responsible for dump fees. • No pressure testing. • All MOT by others. • Material not included. • No retainage will be held from K3 by the owner or general contractor. • Bonding available at 2.5% of total invoiced contract amount. Contractor Initials Page 1 of 3 Subcontractor Initials 266 DIRECTIONAL --� DRILLING INC_ ADDITIONAL COSTS: A. Additional mobilization and demobilization to the site for any reason will be based on size of the HDD spread per move each way (see below). B. This proposal does not include any stand-by time due to delay or suspension of operations for any reason not created by K3, its subs or its suppliers including, but not limited to, waiting on Owner or General Contractor to complete any portion of their work or change in the site conditions. Our standby rate for our HDD Spread is dependent on HDD spread (see below). If K3 loses the hole, and K3 must re -drill, it shall be treated as a new bore hole and K3 will be paid the contract price for the additional work. Standby/Remobilization Rates: [ j D10x15 spread @ $350 per hr. up to five hours, or $2,800 per shift. Demob/Remob @ $1,800 [ j D23x30 Spread @ $450 per hr. up to five hours, or $3,600 per shift. Demob/Remob @ $2,500 [ ] D40x55 Spread @ $775 per hr. up to five hours, or $6,200 per shift. Demob/Remob @ $5,000 [✓J D100x140 Spread @ $1,315 per hr. up to five hours, or $10,500 per shift. Demob/Remob @ $7,500 [ ] D220x300 Spread @ $1,725 per hr. up to five hours, or $13,800 per shift. Demob/Remob @ $10,000 GENERAL CONDITIONS & PRICING ASSUMPTIONS: A. Prices include drill and pull HDD installation of the product pipe. B. Post bore profiles. C. K3 will be responsible for hauling off excess bentonite to contractor supplied dump site. GC is responsible for any dump fees at the supplied dump site. The dump site must be located with 10 miles of job site. If dump site is more than 10 miles, then additional charges apply. D. GC will be responsible for acquiring all drilling water for HDD operations at the project. K3 will transport water if not available at site. E. Our price assumes that site conditions are conducive to horizontal directional drilling and that no obstacles such as caverns, fissures, or any unknown objects such as but not limited to concrete slabs, rebar, steel pilings and timber, will be encountered underground, or any situation resulting in the loss of returns or loss of drilling fluids (slurry), or anything resulting in the redesign of the HDD crossing. If such conditions exist, K3 reserves the right to cease operations and/or renegotiate at an equitable adjustment with the Owner or General Contractor. If unable to negotiate, our standby rate plus mobilization charges will be enforced until such time that operations can resume. F. All efforts will be made to prevent inadvertent returns (IR). If an IR occurs, K3 will assist with clean-up services, provided the IR occurs in an area accessible by semi -truck. If IR area is inaccessible, clean-up will be billed on a time and material bases. G. Pricing is based on 10 hour shifts up to 6 days per week and does not include costs for Inspections. Contractor Initials Page 2 of 3 Subcontractor Initials 267 K3 DIRECTIONAL --- DRILLING INC. - — EXCLUSIONS FROM HDD SCOPE (to be provided by others at no cost to K3 Directional Drilling, Inc.): A. GC will ensure ample access to the project right-of-way and HDD drill pad. GC is responsible to protect sidewalk, curb, and roadway to allow K3 to access drill pad, work area and receiving pit. Any damages by K3 accessing these areas shall be repaired by GC at no cost to K3. B. GC is responsible for the location of utilities or structures not located by the local one call utility locating service. C. Quote does not include hazardous waste or non -hazardous contaminated soils boring. If these conditions are discovered, clean-up will be billed on a time and material bases. If operations are stopped the standby rates will apply. D. All restoration of K3 work areas is to be completed by the Owner or GC at no cost to K3. E. Permits, licenses and written permission from governmental authorities and private landowners to perform work. F. All MOT/safety signage as necessary on water/land as per the D.O.T. and flagmen, if required. G. GC to provide any noise mitigation requirements. H. K3 will not be held responsible for costs incurred to the GC or Owner for re -drill operations including, but not limited to Liquidated Damages. Terms: A. Proposal does not include any, use tax, sales tax, occupational tax, or any other taxes. B. This quotation is subject to mutually agreeable contract terms and conditions and will not be acknowledged without this proposal added as an attachment. �. xJowo NO or iu SULILUIILI auorb cause dy aaniages w anyuung W1e m use PtHOI mance of iu C01ILT aCL worK, cne contractor or the owner shall notify K3 (Lewis Krantz) in writing within 5 calendar days that said damages have occurred. Should K3 not be notified in 5 calendar days of said damages occurrence, the contractor or the owner shall assume all liability and costs of repairs. K3 shall then be given 48 hours to proceed with cure of said damages after being notified in writing. D. Bore Logs provided upon payment to K3. E. Quote is good for 30 days and is contingent upon rig availability. F. No retainage will be held from K3 by the owner or general contractor. G. Net 30 days. Bills not paid in 30 days can be subject to 1.5 % per month (18% per year) service charge. GC: K3 Directional Drilling, Inc. By: By: Printed Name: Printed Name: Title: Title: Date: Date: Witness: Witness: Printed Name: Printed Name: Contractor Initials Page 3of3 Subcontractor Initials 268 R'S_CONCRETE PUMPING. INC. 5290 Fan Palm Avenue Cocoa, FL 32927 321639 8702 jrconcretel@bellsouth.net Bid date: 04/04/23 Company: CK Development Job location: Vero Job description: Concrete pumping - Fees: $500.00 for the first truck pumped. $ 15.00 per yard for additional trucks. 2 mobs @ 500 =1000 66.5 CY - 16 CY = 50.5 CY @ 15.00 = 757.50 Grand Total = 1757.50 x 1.1 = 1,933.25 *A slury mix pumps better than mixes with sand. We have found the amount of sand in the non-excavatable mixes are extremely high. - VVI kilt lFl Ultl�l •L'Al.d Vdl.d U1C GWI(.1 CLtl-. *Total Ce ientitlous needs to be over 615 lbs.'per yard and the majority of this CAN NOT BE SLAG. I was just informed in your area, FLYASH is not available and SLAG is commonly used as the core element. Second mobilization If the job is not completed in one day, a second mobilization would be required on a scheduled date for the same fee of $500.00 for the first truck pumped and $15.00 per yard for additional trucks. Kind Regards, Kellie Bardo Co-owner JR's Concrete Pumping, Inc. M% prj� AEGION Stronger. Safer. Infrastructure.. Underground Solutions-, Sales Contact: Prepared for: Robert Tatum Bidding Contractors Phone Number: (941) 320-2440 Email: RTatum@aegion.com Opportunity Number: Proposal Created by: HM Date Prepared: 4/4/2023 Firm Proposal Proposal Number: P23-0439 13135 Danielson Street, Suite 201, Poway, CA 92064 Tel: (858) 679-9551 Fax: (858) 679-9555 www.undergroundsolutions.com 270 AEGiON' s i stronger. Safer. Infrastructure: Date Prepared: 4/4/2023 To: Bidding Contractors Attn: Project Estimator IS Underground Solutions Ref: 8th Street Utility Replacement - Vero Beach, FL Proposal No. P23-0439 To Whom It May Concern, 13135 Danielson Street, Suite 201 Poway, CA 92064 Tel: (858) 679-9551 Fax: (858) 679-9555 www.undergroundsolutions.com Underground Solutions, Inc. (UGS) is pleased to provide the following Firm Proposal for Fusible PVC® fusion services for the 8th Street Utility Replacement project. Pricing for fusion services is detailed in the following section. Fusible C-9000 pipe meets all AWWA C900 requirements. FPVC® pressure pipe is tested in accordance with AWWA C900, and is NSF -61 certified when used for potable water. In evaluating Fusible PVC% pipe for this project, we would like to call your attention to the following total installed cost advantages associated with using Fusible PVC® pipe: Smaller Bore Hole: Fusible PVC® pipe will require a smaller bore -hole diameter than other pipe systems. A smaller bore -hole diameter means that there will be less back reaming, less drilling mud, and less spoil disposal. Safe Pulling Allowance: Fusible PVC® pipe has a safe pulling allowance that is significantly greater than that of most other pipe systems, and does not depend on pull -in duration. Lower Material Weight: Fusible PVC® pipe will have a lower overall material weight than other pipe systems. This means that drilling equipment costs may be lower to install Fusible PVC® pipe. Standard Fittings: Fusible PVCO pipe utilizes standard mechanical joint fittings. No special fittings or equipment are required for connections. As a result, Fusible PVC® pipe is easy to connect to and maintain. Immediate Fusible PVC@ pipe may be reconnected to a system immediately after installation, with no "relaxation time" Reconnections: required. Thank you for considering UGS. Please do not hesitate to contact us for any additional information or with any questions or clarifications. Sincerely, "Rolvert TAtam 'Underground Solutions, Inc, does business in California, Florida and Texas as UGS, Inc. 271 A AEGIO N* ;,G unde,gl-o.rnd Solutions Order Summary Stronger. Safer. Infrastructure.' ; Date Prepared: 4/4/2023 Prepared For. Bidding Contractors Project Reference: 8th Street Utility Replacement Proposal No.: P23-0439 Prepared By: Robert Tatum Project Site: Vero Beach, FL PRODUCTS AND SERVICES: D scription Unit Est- Cty.* Unit Cost Total Cost $ 1 Fusion Services for 18"-30" Pipe (T-900 Machine & tabor) Per Day 2 $2,650 TBD 2 Mobilization/Demobilization Event to the Site Per Event 1 Included Included 'Total number of billed fusion days will be based on actual time on-site. This is for fusing 520' of 24" DRIB pipe. SCOPE OF WORK:fv— x '� Equipment/Services Provided by Underground Solutions, Inc., d/b/a UGS, Inc. in California ("UGS" or "Seller"): pt CX � !t/ ✓ j J 1 Fusion machine with inserts. 2 Fusion Services are estimated at 2 consecutive 10 -hour work days. The actual duration of fusion services may vary based on site conditions and contractor , support, and will be charged at the daily rate listed above for actual days on-site. 3 Mobilization/demobilization event to the site. 4 " Pull -head rental rates and terms are defiled below. 5 Per diem expenses have been included in the Daily Rate. 6 Minimum charge will be one 10 -hour day. Any work performed in excess of ten (10) hours per day will be charged an additional $108.00 per hour. 7 Any work performed on holidays or Sundays will be charged an additional $144.00 per hour. Equipment/Services Provided by Buyer: 1 All labor, equipment, and material required to unload and stage pipe and fusion equipment at site (and restage as necessary). 2 All labor, equipment, and materials for loading and unloading pipe onto the fusion machine, positioning fused pipe, pipe reconnections, pipe ballasting, pipe handling, required testing, and pipe installation. 3 Any additional labor, equipment, and materials required to fuse based on actual weather conditions (contact UGS for guidance). 4 Pipe rollers required for installation and any intermediate fusion (contact UGS for guidance). 5 All excavation, traffic control, permits, bonds, repairs, etc. nil..�tlt�l...,a♦4..:..1.-;a-i..-i..A..C....1/....41... lt.,,,,.1 ...............AR...If...itl_G'.......r..�.r..�/_.f 7 All temporary bypass piping. y v 8 Installation hardware and equipment for fittings, valves or additional accessories not identified in UGS Scope of Work. PULL -HEAD TERMS: A pull -head is available for rental or purchase from UGS via the following link: http://www.ugsproducts com. Actual freight costs will be added to the final pull -head rental charge following return of the pull -head to UGS. For pull -head purchases, a freight cost to the shipping destination will be added to the final purchase amount Typical lead time for l- is 7-10. t t of order. Pul4keads.sWvout of Warrendale, PA. 24" Pull -head Included ful8 $522 632 PAYMENT TERMS: 100% of each purchase price component shown above, net 30 days after completion of such component PROPOSAL VALIDITY: Price quoted is valid for 30 business days from the date of this Proposal. FUSION SCHEDULE: To be negotiated. UGS will take reasonable action to meet Buyers's installation schedule. Buyer must provide 30 business days notice to UGS prior to the start date for fusion services (see Section 3 of Supplemental Terms and Conditions Fusion Services). REMOBILIZATION TERMS: Additional mobilization events will be charged at the following rates. ="�Fc= TAXES: The Purchase Price does not include any sales or similar taxes, which are the Buyers responsibility (see Section 5 of ServicesTerms 6 Conditions). This Proposal is subject to the Terms and Conditions at http;//aegion.com/-/media/Aegion2017/Files/Terms/Underground%20Solutions%2OFusion%2OServicc%2OTerms.pdf, which form an integral part of this Proposal. Such Terms and Conditions will govern any transaction resulting from this Proposal. Any contract resulting from this Proposal is made subject to prior acceptance by UGS at Its offices in Poway, California. All orders are subject to prior credit approval— Buyer's signature indicates acceptance of the UGS Order Summary and Terms and Conditions_ Buyer's Authorized Signature Date Print Name & Title Print Company Name 11 Tax Exempt (must provide Tax Exempt Certificate with order) Taxable 0 State Registered Wholesaler 272 AEGI0N underground Solutions- Stronger. Safer. Infrastructure.' , Product and Installation Guide for Fusible PVC® Pipe Recommended handling and installation practices for Fusible PVC@ pipe are straightforward and well within current construction practice in terms of required equipment, appurtenances, procedures, and labor skillset. For operators and installers accustomed to working with PVC pipe, Fusible PVC@ pipe will only require adjustment to the longer lengths of pipe (including both delivered and assembled pipe) and the proper way to handle and install the product. For operators and installers accustomed to working with high density polyethylene (HDPE) pipe, Fusible PVC@ pipe is joined in a similar method, however, UGS has developed a Product and Installation Guide, which covers the following topics: • Shipping and Receiving • Thermal Butt Fusion • Fusible PVC® Pipe Connections • Testing and Disinfection • Tapping Fusible PVC® Pipe • Puiiing rarameters • Cutting Fusible PVC® Pipe • Horizontal Directional Drilling • Sliplining • Pipe Bursting • Direct Bury • Special Considerations Proper handling and installation of Fusible PVC@ pipe in accordance with the Product and Installation Guide will preserve your warranty protection. UGS will provide a copy of the Product and Installation Guide upon the acceptance of your order in accordance with the terms of the Proposal. In the meantime, contact your UGS representative if you have any questions or concerns regarding the proper handling and use of Fusible PVC® pipe products. 273 S"' 1180 SW 10TH STREET DELRAY BEACH, FL 33444 561-588-0949 WWW.ALLCOUNTYPAVING.COM To: Address: CK Contractors & Development, LLC 1100 Technology Place, Suite 122 West Palm Beach, FL 33407 Contact: Phone: Fax: (561) 932-1070 Project Name: Project Location: 8th St Utility 8th St, Indian River, FL Bid Number: Bid Date: 23-041801 4/1812023 Item # Item Description Estimated Quantity Unit Unit Price Total Price 00 Mobilization Included 1.00 LS $0.00 $0.00 (1) For Milling (1) For Resurfacing 01 1" Asphalt Milling 122.00 SY $65.56 $7,998,32 02 Asphalt Overlay 1" Type SP -9.5 TLC 360.00 SY $34.72 $12,499.20 Total Bid Price: $20,497.52 Notes: • Ait Prices are subject to change based on market conditions. • Bid items are based on take -off quantities and specifications provided by the customer. • Each mobilization shall consist of at least 5,000 square yards or an additional mobilization fee will be billed at $6,500.00 each mob plus unit costing. • Overage & leveling tonnage of Asphalt based on MixfType to be billed in addition to contract amount at respective rates. • This specific proposal does not indude any task or work item that is not specifically noted, valued, and described in this proposal. • EXCLUDES: Permitting, Maintenance of Traffic, Prime Coat, Sand Protection over Brick Pavers, Layout, QC Testing, As-Builts, Engineering, and Manhole Risers. • OPTIONAL Prime Coat & Sand if required will be billed accordingly and added to above contract amount. Payment Terms: PAYMENTS TO BE MADE AS FOLLOWS: Payments due as work progresses. We agree to pay the total sum or balance in full upon completion of this project. E**Per telephone convo w/ Tony Dixson, Smith and Griffin on 4/28/23 E* also includes the edge restoration (approx. 250-300 sy 2" thick) since it will still be covered under their minimum price ACCEPTED: The above prices, specifications and conditions are satisfactory and are hereby accepted. Buyer: Signature: Date of Acceptance: CONFIRMED: All County Paving Authorized Signature: Estimator: Tony Dixson Page 1 of 1 274 Consent Item vAE Indian River County, Florida Department of Utility Services Board Memorandum Date: June 8, 2023 To: Indian River County Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services From: Howard G. Richards, PE, Manager, Capital Projects Prepared by: Robert J. Tobar, EI, Utility Design Engineer Subject: Amendment No. 1 to Centerline, Inc. for West Wabasso Septic to Sewer Phase 3B Project Background: The Indian River County Department of Utility Services (IRCDUS) is undertaking a multi -phase Septic to Sewer (S2S) Program to convert residential and commercial properties on septic systems to connect with the IRCDUS sewer network. The current phase of the S2S Program comprises the West Wabasso Phase 3 S2S project, which originally included all the work associated with 58th Court, 59th Avenue, and 61St Drive. Grants from Saint Johns River Water Management District (SJRWMD) and Florida Department of Environmental Protection (FDEP) were obtained for the entire project. Both grants imposed strict deadlines for completion of the project. Due to difficulties with location (siting) for a new lift station for 6152 Drive, the project was divided into two phases, Phase 3A (61st Dr.) and Phase 3B (58th Ct. & 59th Ave), to mitigate the ensuing schedule delays. Dividing Phase 3 enabled IRCDUS to move forward with construction of Phase 3B while working out the lift station siting needs for Phase 3A. On September 13, 2022, the Board of County Commissioners (BCC) awarded Bid 2022050 West Wabasso S2S Phase 3B to Centerline, Inc. (Centerline), the lowest responsive, responsible bidder. West Wabasso S2S Phase 3B is currently under construction, and Phase 3A is approaching completion of design and permitting. Discussion: A competitive solicitation has already been awarded for West Wabasso S2S Phase 3B that received two (2) qualified respondents. West Wabasso S2S Phases 3A and 3B are under the same multiple grants, deadlines of completion, and scope of work. Due to delays caused by the siting of the lift station for Phase 3A, there is now very limited time to meet the schedule deadline imposed by the SJRWMD grant. IRCDUS has deemed that it is most expeditious to amend the Centerline contract to incorporate the construction of Phase 3A. Page 1 of 2 275 Consent Item Centerline has agreed to extend the Phase 3B bid prices if the attached Amendment No.1 is executed "within a few weeks" (implying the end of June 2023), as referenced in the attached email correspondence. Construction costs for West Wabasso Phase 3B and Phase 3A are $1,403,350.48 and $1,012,526.77, respectively, increasing the total Centerline contract value to $2,415,877.25 upon execution of Amendment No. 1. To help ensure that IRCDUS meets the grant completion deadline of March 29, 2024, staff would like to execute Amendment No. 1, adding sewer and appurtenances for West Wabasso S2S Phase 3A to the existing West Wabasso S2S Phase 3B contract. Funding: Funds for this project are derived from two (2) grants that are being used to fund West Wabasso S2S Phases 3A and 3B construction costs: 1) Saint Johns River Water Management District (SJRWMD) grant up to $1,250,000.00 for 77% of eligible costs, and; 2) Florida Department of Environmental Protection (FDEP) grant up to $1,568,492.00 on a 50% matched basis, which will come from the Impact Fee/WIP/West Wabasso Sewer Phase 3 account, number 472-169000-21512. Funding Source Account Name Account Amount Number SJRWMD Water Management District Grant Impact Fee/WIP/West 472-169000- $1,012,526.77 Florida Department of Wabasso Sewer Phase 3 21512 Environmental Protection Grant Recommendation: Staff recommends the Board of County Commissioners approve Amendment No. 1 to Centerline, Inc. in the amount of $1,012,526.77, to add both Phase 3A and 3B construction costs under one agreement, and authorize the Chairman to execute it, after review and approval of the required amendment to the public construction bond. Attachments: • Amendment No 1 • West Wabasso S2S Phase 3A email correspondence Page 2 of 2 276 FIRST AMENDMENT TO WEST WABASSO SEPTIC TO SEWER PHASE 3B AGREEMENT THIS FIRST AMENDMENT TO WEST WABASSO SEPTIC TO SEWER PHASE 3B AGREEMENT ("First Amendment") is entered into as of the _ day of June, 2023 by and between Indian River County, a political subdivision of the State of Florida, hereinafter referred to as the "OWNER", and Centerline, Inc., hereinafter referred to as "CONTRACTOR". RECITALS WHEREAS, on September 13, 2022, OWNER and CONTRACTOR entered into the West Wabasso Septic to Sewer Phase 3B Agreement "Agreement" for constructing a new gravity sanitary sewer system to serve the West Wabasso areas generally along 58th Court and 59th Avenue south of CR 510; and WHEREAS, OWNER and CONTRACTOR, due to time restraints under existing grants, desire to amend the Agreement to include construction of a new gravity sanitary sewer system to serve the West Wabasso areas generally along 61" Drive, north of CR 510 under the same price schedule, excluding mobilization, demobilization and MOT, and the same timeline as set forth in the Agreement. 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. Article 1 WORK amended. Article 1 WORK of the Agreement is hereby amended to add the following: Construction of a new gravity sanitary sewer system to serve the West Wabasso areas generally along 61St Drive, north of CR 510. The project will include approximately 150 LF of roadway extension, 1,134 LF of gravity sewer main, 1,260 LF of sanitary force main, five manholes; a lift station and related valves, fittings, laterals, services, and restoration of trenches and roadway. Owner has assigned West Wabasso Phase 3A — Project ID (PID) 21.21.512A. 3. CONTRACT TIMES. The Work described in Section 2 above, will be performed under the same Contract Times terms as set forth in the Agreement, except that times for Substantial Completion shall be 61 days to 270 days and times for Final Completion shall be 271 days to 300 days with the times determined by the issuance of the Notice to Proceed for the work set forth in this First Amendment. 4. CONTRACT PRICE. The Contract Price for the work described in Section above will be in the amount of $1,012,526.77. Page I of 3 277 5. All other provisions of the Agreement shall remain in full force and effect and those terms will apply to the work described in Section 2 above. IN WITNESS WHEREOF, OWNER and CONTRACTOR have executed this First Amendment this _ day of June, 2023. OWNER: INDIAN RIVER COUNTY By: Joseph H. Earman, Chairman By: John A. Titkanich, Jr., County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY: Bv: Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller Attest: Clerk of Court and Comptroller (SEAL) Designated Representative: Name: Robert Tobar Title: Utilities Design Engineer Contact Info: (772) 226-1801 rtobar@ircgov.com Page 2 of 3 CONTRACTOR: CENTERLINE, Inc. By: Centerline, Inc. (CORPORATE SEAL) Attest Address for giving notices: License No. (Where applicable) Agent for service of process: Designated Representative: Name: Title: Address: Phone: _ Facsimile: 278 Page 3 of 3 (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) 279 Heather Alexander From: John Boyer <jboyer@bowman.com> Sent: Tuesday, May 23, 2023 12:07 PM To: Sean Lieske Cc: Harrison Youngblood; Robert Tobar, Jennifer Hyde; Howard Richards Subject: West Wabasso S2S Phase 3A - Bid Plans CAUTION: This message is from an external source. Please use caution when opening attachments or clicking links. Sean, Per the thread below, it may be possible to move forward with West Wabasso S2S 3A by issuing a change order to Centerline for their 3B contract. The CO would add time and increase unit quantities; unit prices would remain as per the 3B contract. Centerline would then extend their construction operation into the 61`t Drive work area. This would save staff the time and expense of putting the project out on the street. Let me know how you'd like to proceed. JOHN M. BOYER, P.E. BOWMAN- Melbourne, Florida Direct: (321) 608-0966 Mobile: (321) 288-2108 From: Spencer Weiner <Spencer@centerlineinc.com> Sent: Tuesday, May 23, 202311:56 AM To: John Boyer <jboyer@bowman.com> Subject: [EXTERNAL] RE: West Wabasso S2S Phase 3A - Bid Plans John — Centerline can honor the unit prices that were bid for Wabbasso 3B if the project is awarded in the next few weeks. Without going out and getting new quotes from every single supplier (which could take weeks), it would be tough to hold pricing for a substantial length of time. When are you expecting to have conversations with IRCDUS? IL CENTERLINE SPENCER WEINER Project Manager 239.247.4882 2180 SW Poma Dr Palm City, FL 34990 Spencer@Centerlineinc.com From: John Boyer <jbover@bowman.com> Sent: Thursday, May 18, 2023 12:03 PM To: Spencer Weiner <Spencer@centerlineinc.com> Subject: West Wabasso S2S Phase 3A - Bid Plans Spencer Attached are the bid plans and bid tab for IRCDUS' West Wabasso S2S Ph 3A. I'm providing this for your review and comment—the attachments should be considered "draft." I expect the County to put this on the street in the next few weeks. As an alternative, since Centerline still has an active project with Phase 3B the County could piggy -back this project onto the active Phase 3B project. That decision has not been made. Call with questions! Thanks, John M. Boyer, P.E. Chief Engineer BOWMAN CONSULTING GROUP 4450 W. Eau Gallie Blvd Suite 144, Melbourne, FL 32934 Direct: (321) 608-0966 Mobile: (321) 288-2108 lbover@bowman.com I bowman.com 280 Consent Item 'A r Indian River County, Florida Department of Utility Services Board Memorandum Date: June 13, 2023 To: Indian River County Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services From: Howard Richards, P.E., Manager, Capital Projects Prepared By: Michael Loveday, Wastewater Superintendent Subject: Budget Amendment for Online Phosphorus Analyzers Background/Analysis: Indian River County Department of Utility Services (IRCDUS) owns and operates the West Regional Wastewater Treatment Facility (WRWWTF). Florida Statute, Section 403.086, requires facilities that discharge into the Indian River Lagoon meet Advanced Waste Treatment (AWT) standards beginning July 1, 2025. AWT is defined as a nutrient reduction process that "contains not more, on a permitted annual average basis, than the following concentrations": 1.Biochemical Oxygen Demand (CBODS) - 5mg/I 2.Suspended Solids - 5mg/I 3.Total Nitrogen, expressed as N - 3mg/I 4.Total Phosphorus, expressed as P - 1mg/I In December of 2022, the Florida Department of Environmental Protection (FDEP) issued the WRWWTF a new operating permit. As anticipated, the new permit required increased limitations on the concentrations of the nutrients, nitrogen and phosphorus. In order to demonstrate the plant is able to meet the reduction requirements, continuous online monitoring of the specified nutrients (nitrogen and phosphorus) will be necessary. The WRWWTF currently has a continuous online monitoring analyzer for nitrogen, but lacks an online analyzer for phosphorus. Upon request, IRCDUS received the attached quotation from Hach Company, dated April 12, 2023, for two (2) continuous online phosphorus monitoring analyzers in the amount of $78,570.35. In order to properly integrate the phosphorus analyzers into the WRWWTF system and allow adequate time for process adaptation and system troubleshooting, IRCDUS believe it is our best interest to add these analyzers to the facility operations proactively by installing the analyzers as soon as possible. 281 To meet the more stringent FDEP operating permit compliance requirements for phosphorus, IRCDUS is requesting a budget amendment for unbudgeted capital items for the continuous online phosphorus monitoring analyzer. The analyzers will allow WRWWTF operations staff to monitor levels of phosphorus at various stages of the treatment system. With the data provided by the phosphorus analyzers, staff will be able to make changes proactively to help maintain FDEP operating permit compliance. The rationale behind purchasing the equipment now is to allow time for a robust set of concerns including equipment lead time, process integration, system adjustment and the troubleshooting of any issues that may arise. This will allow IRCDUS to have the treatment system process adjustments ready before new regulations are imposed. Funding: Expenses in the amount of $78,570.35 for this purchase will be recorded in the Utilities/Other Equipment account, number 471-166002. Since this is a Utilities operating capital purchase, the funds will come from fund balance. Utilities operating funds are derived from water and sewer sales. ACCOUNT NAME ACCOUNT NUMBER AMOUNT Utilities/Other Equipment 471-166002 $78,570.35 Recommendation: Staff recommends that the Board of County Commissioners (BCC) approve the budget amendment for the purchase of two (2) continuous online phosphorus monitoring analyzers in the total amount of $78,570.35. Attachments: • Hach Company Quotation dated April 12, 2023 282 Quote Number:1009015SOv4 Use quote number at time of order to ensure that you receive prices quoted Quote Date: 04/12/23 INDIAN RIVER COUNTY UTILITIES ACCOUNTS PAYABLE 180127TH ST BLDG A VERO BEACH, FL 32960-3388 Name: Bill Dailey Phone: 772-480-6275 Email: bdailey@ircgov.com Customer Account Number: 037967 Quote Expiration: 07/14/23 Sales Contact: Hector Tarraza Email: htarraza@hach.com Phone: 787-231-2661 Quotation Hach PO Box 608 Loveland, CO 80539-0608 Phone: (800) 227-4224 Email: quotes@hach.com Website: www.hach.com Page 1 Freight: Ground Prepay and Add FCA: Hach's facility ALL LEAD TIMES ARE ESTIMATED AND NOT GUARANTEED. All purchases of Hach Company products and/or services are expressly and without limitation subject to Hach Company's Terns & Conditions of Sale ("Hach TCS"), incorporated herein by reference and published on Hach Company's website at www.hach.com/terms. Hach TCS are contained directly and/or by reference in Hach's offer, order acknowledgment, and invoice documents. The first of the following acts constitutes an acceptance of Hach's offer and not a counteroffer and creates a contract of sale "Contract" in accordance with the Hach TCS: (i) Buyer's issuance of a purchase order document against Hach's offer; ([[) acknowledgement of Buyer's order by Hach; or (iii) commencement of any performance by Hach pursuant to Buyers order. Provisions contained in Buyers purchase documents (including electronic commerce interfaces) that materially alter, add to or subtract from the provisions of the Hach TCS are not part of the Contract Due to International regulations, a U.S. Department of Commerce Export License may be required. Hach reserves the right to approve specific shipping agents. Wooden boxes suitable for ocean shipment are extra. Specify final destination to ensure proper documentation and packing suitable for International transport. In addition, Hach may require : 1). A statement of intended end-use; 2).Certification that the intended end-use does not relate to proliferation of weapons of mass destruction (prohibited nuclear end use, chemical / biological weapons, missile technology); and 3). Certification that the goods will not be diverted contrary to U.S. and/or applicable laws in force in Buyer's jurisdiction. ORDERTERMS: Terms are Subject to Credit Review In order for Hach to process the order as quickly as possible, please provide the following information Complete Billing address. • Complete Shipping address. • Part numbers and quantities of items being ordered. Please reference the quotation number on your purchase order If the order is over $25,000 Hach will also require the following additional information. Pricing • Purchase Order Number • Freight terns and [NCO term FOB Origin or FCA Shipping Point • Required delivery date • Vendor name should specify "Hach Company" with the Loveland address: o Hach, PO Box 389, Loveland, CO 80539 • Credit terms of payment. Default payment terms are Net 30. • Indicate if order needs to ship complete or I it can ship partial. • Tax status • Special invoicing instructions Sales tax is not included on quote. Applicable sales tax will be added to the invoice based on the U.S. destination, 'rf applicable provide a resale/exemption certificate. Shipments will be prepaid and added to invoices unless otherwise specified. Equipment quoted operates with standard U.S. supply voltage. Hach standard terms and conditions apply to all sales. Additional terms and conditions apply to orders for service partnerships. Prices do not include delivery of product. Reference attached Freight Charge Schedule and Collect Handling Fees. Standard lead time is 30 days. This Quote is good for a one time purchase Virtual and/or on-site training must be scheduled/completed within 30 days of order, or the price will be subject to change. Sales Contact: Name: Hector Tarraza Title: Regional Sales Manager - Central Florida Phone: 787-231-2661 Email: htarraza@hach.com Page 2 HACH COMPANY 1 5600 Lindbergh Drive 1 PO Box 389 f Loveland, Colorado W539 1 P 970.659.30% j f 970,669.29U t haciftcom TERMS & CONDITIONS OF SALE FOR HACH COMPANY PRODUCTS AND SERVICES This document sets forth the Terms & Conditions of Sale for goods manufactured and/or supplied, and services provided, by Hach Company of Loveland, Colorado ("Hach") and sold to the original purchaser thereof ("Buyer"). Unless otherwise specifically stated herein, the term "Hach" includes only Hach Company and none of its affiliates. Unless otherwise specifically stated in a previously -executed written purchase agreement signed by authorized representatives of Hach and Buyer, these Terms & Conditions of Sale establish the rights, obligations and remedies of Hach and Buyer which apply to this offer and any resulting order or contract for the sale of Hoch's goods and/or services ("Products"). 1. APPLICABLE TERMS & CONDITIONS: These Terms & Conditions of Sale are contained directly and/or by reference in Hach's offer, order acknowledgment, and invoice documents. The first of the following acts constitutes an acceptance of Hach's offer and not a counteroffer and creates a contract of sale ("Contract") in accordance with these Terms & Conditions: (i) Buyer's issuance of a purchase order document against Hach's offer; (ii) acknowledgement of Buyer's order by Hach; or (iii) commencement of any performance by Hach pursuant to Buyer's order. Provisions contained in Buyer's purchase documents (including electronic commerce interfaces) that materially alter, add to or subtract from the provisions of these Terms & Conditions of Sale are not a part of the Contract. 2. CANCELLATION: Buyer may cancel goods orders subject to fair charges for Hach's expenses including handling, inspection, restocking, freight and invoicing charges as applicable, provided that Buyer returns such goods to Hach at Buyer's expense within thity (30) days of delivery and in the same condition as received. Buyer may cancel service orders on ninety (90) day's prior written notice and refunds will be prorated based on the duration of the service plan. Inspections and re -instatement fees may apply upon cancellation or expiration of service programs. Seller may cancel all or part of any order prior to delivery without liability if the order includes any Products that Seller determines may not comply with export, safety, local certification, or other applicable compliance requirements. 3. DELIVERY: Delivery will be accomplished FCA Hach's facility located in Ames, Iowa or Loveland, Colorado, United States (Incoterms 2010). Legal title and risk of loss or damage pass to Buyer upon transfer to the first carrier. Hach will use commercially reasonable efforts to deliver the Products ordered herein within the time specified on the face of this Contract or, if no time is specified, within Hach's normal lead-time necessary for Hach to deriver the Products sold hereunder. Upon prior agreement with Buyer and for an additional charge, Hach will deliver the Products on an expedited basis. Standard service delivery hours are 8 am - 5 pm Monday through Friday, excluding holidays. 4. INSPECTION: Buyer will promptly inspect and accept any Products delivered pursuant to this Contract after receipt of such Products. In the event the Products do not conform to any applicable specifications, Buyer will promptly notify Hach of such nonconformance in writing. Hach will have a reasonable opportunity to repair or replace the nonconforming product at its option. Buyer will be deemed to have accepted any Products delivered hereunder and to have waived any such nonconformance in the event such a written notification is not received by Hach within thirty (30) days of delivery. 5. PRICES & ORDER SIZES: All prices are in U.S. dollars and are based on delivery as stated above. Prices do not include any charges for services such as insurance; brokerage fees; sales, use, inventory or excise taxes; import or export duties; special financing fees; VAT, income or royalty taxes imposed outside the U.S.; consular fees; special permits or licenses; or other charges imposed upon the production, sale, distribution, or delivery of Products. Buyer will either pay any and all such charges or provide Hach with acceptable exemption certificates, which obligation survives performance under this Contract. Hach reserves the right to establish minimum order sizes and will advise Buyer accordingly. 6. PAYMENTS: All payments must be made in U.S. dollars. For Internet orders, the purchase price is due at the time and manner set forth at www.hach.com. Invoices for all other orders are due and payable NET 30 DAYS from date of the invoice without regard to delays for inspection or transportation, with payments to be made by check to Hach at the above address or by wire transfer to the account stated on the front of Hach's invoice, or for customers with no established credit, Hach may require cash or credit card payment in advance of delivery. In the event payments are not made or not made in a timely manner, Hach may, in addition to all other remedies provided at law, either: (a) declare Buyer's performance in breach and terminate this Contract for default; (b) withhold future shipments until delinquent payments are made; (c) deliver future shipments on a cash -with - order or cash -in -advance basis even after the delinquency is cured; (d) charge interest on the delinquency at a rate of 1-1/2% (one and one half percent) per month orthe maximum rate permitted by law, if lower, for each month or part thereof of delinquency in payment plus applicable storage charges and/or inventory carrying charges; (e) repossess the Products for which payment has not been made; (f) recover all costs of collection including reasonable attorney's fees; or (g) combine any of the above rights and remedies as is practicable and permitted by law. Buyer is prohibited from setting off any and all monies owed under this from any other sums, whether liquidated or not, that are or may be due Buyer, which arise out of a different transaction with Hach or any of its affiliates. Should Buyer's financial responsibility become unsatisfactory to Hach in its reasonable discretion; Hach may require cash payment or other security. If Buyer fails to meet these requirements, Hach may treat such failure as reasonable grounds for repudiation of this Contract, in which case reasonable cancellation charges shall be due Hach. Buyer grants Hach a security interest in the Products to secure payment in full, which payment releases the security interest but only if such payments could not be considered an avoidable transfer under the U.S. Bankruptcy Code or other applicable laws. Buyer's insolvency, bankruptcy, assignment for the benefit of creditors, or dissolution or termination of the existence of Buyer, constitutes a default under this Contract and affords Hach all the remedies of a secured party under the U.C.C., as well as the remedies stated above for late payment or non-payment. See U2Q for further wire transfer requirements. 7. LIMITED WARRANTY: Hach warrants that Products sold hereunderwilibe free from defects in material and workmanship and will, when used in accordance with the manufacturer's operating and maintenance instructions, conform to any express written warranty pertaining to the specific goods purchased, which for most Hach instruments is for a period of twelve (12) months from delivery. Hach warrants that services furnished hereunder will be free from defects in workmanship for a period of ninety (90) days from the completion of the services. Parts provided by Hach in the performance of services may be new or refurbished parts functioning equivalent to new parts. Any non-functioning parts that are repaired by Hach shall become the property of Hach. No warranties are extended to consumable items such as, without limitation, reagents, batteries, mercury cells, and light bulbs. All other guarantees, warranties, conditions and representations, either express or Implied, whether arising under any statute, law, commercial usage or otherwise, Including implied warranties of merchantability and fitness for a particular purpose, are hereby excluded. The sole remedy for Products not meeting this Limited Warranty is replacement, credit or refund of the purchase price. This remedy will not be deemed to have fated of its essential purpose so long as Hach is willing to provide such replacement, credit or refund. 8. INDEMNIFICATION: Indemnification applies to a party and to such party's successors -in -interest, assignees, affiliates, directors, officers, and employees ("Indemnified Parties"). Hach is responsible for and will defend, indemnify and hold harmless the Buyer Indemnified Parties against all losses, claims, expenses or damages which may result from accident, injury, damage, or death due to Hach's breach of the Limited Warranty. Buyer is responsible for and will defend, indemnify and hold harmless the Hach Indemnified Parties against all losses, claims, expenses or damages which may result from accident, injury, damage, or death due to negligence, misuse or misapplication of any goods or services, violations of law, or the breach of any provision of this Contract by the Buyer, its affiliates, or those employed by, controlled by or in privity with them. Buyer's workers' compensation immunity, if any, does not preclude or limit its indemnification obligations. 9. PATENT PROTECTION: Subject to all limitations of liability provided herein, Hach will, with respect to any Products of Hach's design or manufacture, indemnify Buyer from any and all damages and costs as finally determined by a court of competent jurisdiction in any suit for infringement of any U.S. patent (or European patent for Products that Hach sells to Buyer for end use in a member state of the E.U.) that has issued as of the delivery date, solely by reason of the sale or normal use of any Products sold to Buyer hereunder and from reasonable expenses incurred by Buyer in defense of such suit if Hach does not undertake the defense thereof, provided that Buyer promptly notifies TERMS AND CONDITIONS OF SALE FOR HACHO PRODUCTS Hach of such suit and offers Hach either (i) full and exclusive control of the defense of such suit when Products of Hach only are involved, or (ii) the right to participate in the defense of such suit when products other than those of Hach are also involved. Hach's warranty as to use patents only applies to infringement arising solely out of the inherent operation of the Products according to their applications as envisioned by Hach's specifications. In case the Products are in such suit held to constitute infringement and the use of the Products is enjoined, Hach will, at its own expense and at its option, either procure for Buyer the right to continue using such Products or replace them with non -infringing products, or modify them so they become non -infringing, or remove the Products and refund the purchase price (prorated for depreciation) and the transportation costs thereof. The foregoing states the entire liability of Hach for patent infringement by the Products. Further, to the some extent as set forth in Hach's above obligation to Buyer, Buyer agrees to defend, indemnify and hold harmless Hach for patent infringement related to (x) any goods manufactured to the Buyer's design, (y) services provided in accordance with the Buyer's instructions, or (z) Hach's Products when used in combination with any other devices, parts or software not provided by Hach hereunder. 10. TRADEMARKS AND OTHER LABELS: Buyer agrees not to remove or alter any indicia of manufacturing origin or patent numbers contained on orwithin the Products, including without limitation the serial numbers or trademarks on nameplates or cast, molded or machined components. 11. SOFTWARE AND DATA. All licenses to Hach's separately -provided software products are subject to the separate software license agreement(s) accompanying the software media and/or included as an Appendix to these Terms & Conditions of Sale. Except to the extent such express licenses conflict with the remainder of this paragraph, the following also applies relative to Hach's software: Hach grants Buyer only a personal, non-exclusive license to access and use the software provided by Hach with Products purchased hereunder solely as necessary for Buyer to enjoy the benefit of the Products. A portion of the software may contain or consist of open source software, which Buyer may use under the terms and conditions of the specific license under which the open source software is distributed. Buyer agrees that it will be bound by all such license agreements. Title to software remains with the applicable licensor(s). In connection with Buyer's use of Products, Hach may obtain, receive, or collect data or information, including data produced by the Products. In such cases, Buyer grants Hach a non-exclusive, worldwide, royalty -free, perpetual, non -revocable license to use, compile, distribute, display, store, process, reproduce, or create derivative works of such data, or to aggregate such data for use in an anonymous manner, solely to facilitate marketing, sales and R&D activities of Hach and its affiliates. 12. PROPRIETARY INFORMATION; PRIVACY: "Proprietary Information" means any information, technical data or know-how in whatever form, whether documented, contained in machine readable or physical components, mask works or artwork, or otherwise, which Hach considers proprietary, including but not limited to service and maintenance manuals. Buyer and its customers, employees and agents will keep confidential all such Proprietary Information obtained directly or indirectly from Hach and will not transfer or disclose it without Hach's prior written consent, or use it for the manufacture, procurement, servicing or calibration of Products or any similar products, or cause such products to be manufactured, serviced orcalibrated by or procured from any other source, or reproduce or otherwise appropriate it. All such Proprietary Information remains Hach's property. No right or license is granted to Buyer or its customers, employees or agents, expressly or by implication, with respect to the Proprietary Information or any patent right or other proprietary right of Hach, except for the limited use licenses implied by law. Hach will manage Customer's information and personal data in accordance with its Privacy Policy, located at htto://www.hach.com/pnvacvoolicy. 13. CHANGES AND ADDITIONAL CHARGES: Hach reserves the right to make design changes or improvements to any products of the same general class as Products being delivered hereunder without liability or obligation to incorporate such changes or improvements to Products ordered by Buyer unless agreed upon in writing before the Products' delivery date. Services which must be performed as a result of any of the following conditions are subject to additional charges for labor, travel and parts: (a) equipment alterations not authorized in writing by Hach; (b) damage resulting from improper use or handling, accident, neglect, power surge, or operation in an environment or manner in which the instrument is not designed to operate or is not in accordance with Hach's operating manuals; (c) the use of parts or accessories not provided by Hach; (d) damage resulting from acts of war, terrorism or nature; (e) services outside standard business hours; (f) site v. 2022-11-07 prework not complete per proposal; or (g) any repairs required to ensure equipment meets manufacturer's specifications upon activation of a service agreement. 14. SITE ACCESS / PREPARATION / WORKER SAFETY / ENVIRONMENTAL COMPLIANCE: In connection with services provided by Hach, Buyer agrees to permit prompt access to equipment. Buyer assumes full responsibility to back- up or otherwise protect its data against loss, damage or destruction before services are performed. Buyer is the operator and in full control of its premises, including those areas where Hach employees or contractors are performing service, repair and maintenance activities. Buyer will ensure that all necessary measures are taken for safety and security of working conditions, sites and installations during the performance of services. Buyer is the generator of any resulting wastes, including without limitation hazardous wastes. Buyer is solely responsible to arrange for the disposal of any wastes at its own expense. Buyer will, at its own expense, provide Hach employees and contractors working on Buyer's premises with all information and training required under applicable safety compliance regulations and Buyer's policies. If the instrument to be serviced is in a Confined Space, as that term is defined under OSHA regulations, Buyer is solely responsible to make it available to be serviced in an unconfined space. Hach service technicians will not work in Confined Spaces. In the event that a Buyer requires Hach employees or contractors to attend safety or compliance training programs provided by Buyer, Buyer will pay Hach the standard hourly rate and expense reimbursement for such training attended. The attendance at or completion of such training does not create or expand any warranty or obligation of Hach and does not serve to alter, amend, limit or supersede any part of this Contract. 15. LIMITATIONS ON USE: Buyer will not use any Products for any purpose other than those identified in Hach's catalogs and literature as intended uses. Unless Hach has advised the Buyer in writing, in no event will Buyer use any Products in drugs, food additives, food or cosmetics, or medical applications for humans or animals. In no event will Buyer use in any application any Product that requires FDA 510(k) clearance unless and only to the extent the Product has such clearance. Buyer will not sell, transfer, export or re-export any Hach Products or technology for use in activities which involve the design, development, production, use or stockpiling of nuclear, chemical or biological weapons or missiles, nor use Hach Products or technology in any facility which engages in activities relating to such weapons. Unless the "ship - to" address is in California, U.S.A., the Products are not intended for sale in California and may lack markings required by California Proposition 65; accordingly, unless Buyer has ordered Products specifying a California ship -to address, Buyer will not sell or deliver any Hach Products for use in California. Any warranty granted by Hach is void if any goods covered by such warranty are used for any purpose not permitted hereunder. 16. EXPORT AND IMPORT LICENSES AND COMPLIANCE WITH LAWS: Unless otherwise specified in this Contract, Buyer is responsible for obtaining any required export or import licenses. Buyer will comply with all laws and regulations applicable to the installation or use of all Products, including applicable import and export control laws and regulations of the U.S., E.U. and any other country having proper jurisdiction, and will obtain all necessary export licenses in connection with any subsequent export, re-export, transfer and use of all Products and technology delivered hereunder. Buyer will comply with all local, national, and other laws of all jurisdictions globally relating to anti -corruption, bribery, extortion, kickbacks, or similar matters which are applicable to Buyer's business activities in connection with this Contract, including but not limited to the U.S. Foreign Corrupt Practices Act of 1977, as amended (the "FCPA"). Buyer agrees that no payment of money or provision of anything of value will be offered, promised, paid or transferred, directly or indirectly, by any person or entity, to any government official, government employee, or employee of any company owned in part by a government, political party, political party official, or candidate for any government office or political party office to induce such organizations or persons to use their authority or influence to obtain or retain an improper business advantage for Buyer or for Hach, or which otherwise constitute or have the purpose or effect of public or commercial bribery, acceptance of or acquiescence in extortion, kickbacks or other unlawful or improper means of obtaining business or any improper advantage, with respect to any of Buyer's activities related to this Contract. Hach asks Buyer to "Speak Up!" if aware of any violation of law, regulation or our Standards of Conduct ("SOC") in relation to this Contract. See htto://donaher.com/intearity-0nd-compliance and www.donahednteadtv.com for a copy of the SOC and for access to our Helpline portal. 17. RELATIONSHIP OF PARTIES: Buyer is not an agent or representative of Hach and will not present itself as such under any circumstances unless and to Confidential - Company Proprietary 2 286 TERMS AND CONDITIONS OF SALE FOR HACH@ PRODUCTS the extent it has been formally screened by Hach's compliance department and received a separate duly -authorized letter from Hach setting forth the scope and limitations of such authorization. 18. FORCE MAJEURE: Hach is excused from performance of its obligations under this Contract to the extent caused by acts or omissions that are beyond its control of, including but not limited to Government embargoes, blockages, seizures or freeze of assets, delays or refusals to grant an export or import license or the suspension or revocation thereof, or any other acts of any Government; fires, floods, severe weather conditions, or any other acts of God; quarantines; labor strikes or lockouts; riots; strife; insurrections; civil disobedience or acts of criminals or terrorists; war; material shortages or delays in deliveries to Hach by third parties. In the event of the existence of any force majeure circumstances, the period of time for delivery, payment terms and payments under any letters of credit will be extended for a period of time equal to the period of delay. If the force majeure circumstances extend for six months, Hach may, at its option, terminate this Contract without penalty and without being deemed in default or in breach thereof. 19. NON ASSIGNMENT AND WAIVER: Buyer will not transfer or assign this Contract or any rights or interests hereunder without Hach's prior written consent. Failure of either party to insist upon strict performance of any provision of this Contract, or to exercise any right or privilege contained herein, or the waiver of any breach of the terms or conditions of this Contract will not be construed as thereafter waiving any such terms, conditions, rights, or privileges, and the same will continue and remain in force and effect as if no waiver had occurred. 20. FUNDS TRANSFERS (PAYMENTS): Buyer and Hach both recognize that there is a risk of banking fraud when individuals impersonating a business demand payment under new banking or mailing instructions. To avoid this risk, Buyer must verbally confirm any new or changed bank transfer or mailing instructions by calling Hach at +1-970-663-1377 and speaking with Hach's Credit Manager before mailing or transferring any monies using the new instructions. Both parties agree that they will not institute mailing or bank transfer instruction changes and require immediate payment under the new instructions but will instead provide a ten (10) day grace period to verify any payment instruction changes before any new or outstanding payments are due using the new instructions. 21. LIMITATION OF LIABILITY: None of the Hach Indemnified Parties will be liable to any Buyer indemnified Parties under any circumstances for any special, treble, incidental or consequential damages, Including without limitation, damage to or loss of property other than for the Products purchased hereunder, damages Incurred in installation, repair or replacement; lost profits, revenue or opportunity; loss of use; losses resulting from or related to downtime of the products or inaccurate measurements or reporting; the cost of substitute products; or claims of any Buyer Indemnified Parties' customers for such damages, howsoever caused, and whether based on warranty, contract, and/or tort (Including negligence, strict liability or otherwise). The total liability of the Hach Indemnified Parties arising out of the performance or nonperformance hereunder or Hach's obligations in connection with the design, manufacture, sale, delivery, and/or use of Products will in no circumstance exceed in the aggregate a sum equal to twice the amount actually paid to Hach for Products delivered hereunder. 22. APPLICABLE LAW AND DISPUTE RESOLUTION: The construction, interpretation and performance hereof and all transactions hereunder shall be governed by the laws of the State of Colorado, without regard to its principles or laws regarding conflicts of laws. If any provision of this Contract violates any Federal, State or local statutes or regulations of any countries having jurisdiction of this transaction, or is illegal for any reason, said provision shall be self -deleting without affecting the validity of the remaining provisions. Unless otherwise specifically agreed upon in writing between Hach and Buyer, any dispute relating to this Contract which is not resolved by the parties shall be adjudicated in order of preference by a court of competent jurisdiction (i) in the State of Colorado, U.S.A. if Buyer has minimum contacts with Colorado and the U.S., (ii) elsewhere in the U.S. if Buyer has minimum contacts with the U.S. but not Colorado, or (iii) in a neutral location if Buyer does not have minimum contacts with the United States. 23. ENTIRE AGREEMENT, TERM & MODIFICATION: These Terms & Conditions of Sale constitute the entire agreement between the parties and supersede any prior agreements or representations, whether oral or written. Upon thirty (30) days prior written notice, Hach may, in its sole discretion, elect to terminate any order for the sale of Products and provide a pro -rated refund for any pre -payment of undelivered Products. No change to or modification of these Terms & Conditions shall be binding upon Hach unless in a written instrument specifically referencing that it is amending these Terms & Conditions of Sale and signed by an authorized representative of Hach. Hach rejects any additional or inconsistent Terms & Conditions of Sale offered by Buyer at any time, whether or not such terms or conditions materially alter the Terms & Conditions herein and irrespective of Hach's acceptance of Buyer's order for the described goods and services. 24. APPENDICES: If checked, the following Appendices are attached hereto and incorporated by reference into these Terms & Conditions of Sale: ❑ CLAROS SOFTWARE AS A SERVICE SUBSCRIPTION AGREEMENT Confidential - Company Proprietary v. 2022-11-07 3 207 Quotation Addendum HACH COMPANY Headquarters P.O. Box 389 5600 Lindbergh Drive Loveland, CO 80539-0389 Purchase Orders PO Box 608 Loveland, CO 80539-0608 WebSite: www.hach.com ADVANTAGES OF WORKING WITH HACH U.S.A. Pick&Shier'w Phone: 800-227-4224 Fax: 970-669-2932 E -Mail: orders@hach.com application support quotes@hach.com ✓ Convenience of one purchase orderforthe tech help@hach.com Export Phone: 970-669-3050 Fax: 970-461-3939 Email: intl@hach.com Remittance 2207 Collections Center Drive Chicago, IL 60693 Wire Transfers Bank of America 231 S. LaSalle St. Chicago, IL 60604 Account: 8765602385 Routing (ABA): 071000039 Hach Service Pick&Shier'w Technical Support Protect yourin vestment & peace of mind Pick&Ship'~ Program offers abetterwayto Providespost-sale instrumentation and ✓ A global partnerwho understands your keep yoursupplies in stock application support needs ✓ Convenience of one purchase orderforthe ✓ Hach's highlyskilled Technical ✓ Delivers timely, high-quality service you entire year Support staff is dedicated to helping can trust ✓ Flexibilityto change, cancel orcreate new you resolve technical issues before, ✓ Provides team of unique experts to help orders during and afterthe sale. you maximize instrument uptime ✓ Savings from locking in prices & thus ✓ Available via phone, e-mail, or live ✓ Ensure data integrity avoiding price surges and rush charges online chat at Hach.com! ✓ Maintain operational stability ✓ Peace of mind with automatic, reliable ✓ Fast access to answers at ✓ Reduce compliance risk shipmentsjust as you need them https://support.hach.com .............................................................................................i...................................... $150.00-$349.99 $50.22 ✓ Toll-free phone: 800-227-4224 $272.91 $169.07 ✓ E-mail: techhelp@hach.com www.hach.com/service-contracts www.Hach.com/pickandship www.Hach.com ADVANTAGES OF SIMPLIFIED SHIPPING AND HANDLING Safe & FastEielivery Save Time- Less Hassle Save Money ✓ Receive tracking numbers on your order ✓ No need to setup deliveries fororders orto ✓ No additional invoice to process - acknowledgement schedule pickup save on time and administrative costs ✓ Hach will assist with claims 'if an orderis ✓ Hach ships orderas product is available, at ✓ Only pay shipping once, even if lost or damaged in shipment no additional charge, when simplified multiple shipments are required Merchandise Ordered shipping and handling is used. Mainland USA ( ) STANDARD SIMPLIFIED SHIPPING AND HANDLING CHARGES t, 2 $ 4 Pricing Effective 4/11/2020 Standard Second Day Next Day Second Day Next Day Total Price of Surface Delivery Delivery Delivery Delivery Merchandise Ordered Mainland USA ( ) Mainland USA ( ) ' (Mainland USA) (Alaska &Hawaii) ' (Alaska &Hawaii) $0.00 -$49.99 $17.99 $44.99 € $83.90 $72.21 $137.27 t......................................... $50.00-$149.99 $28.59 ................................................................................ $84.27 $159.00 i................................................................................:......................................... ......................................... $120.84 $229.73 .............................................................................................i...................................... $150.00-$349.99 $50.22 $133.98 $272.91 $169.07 $329.04 ..............................................................................................c.......................................i..............3........7........................$............................? $350.00 -$649.99 .............................................................................................. $69.95 $182.91 i............................................................................................................................................................... $363.75 5 $228.65 ......................................... $442.76 $650.00-$949.99 $88.16 $191.13 i......................................i $399.98 $236.66 $446.10 :........................................ .................................................... $950.00-$1,999.99 .......................................... $110.91 $235.85 ....................................... $498.69 ......................................... $280.67 . $543.06 .............................................................................................................................................................................................................................................................. $2,000.00-$3,999.99 $128.04 $250.64 $513.44 $291.54 $554.54 ......................................................................................................................................i................................................................................:......................................... $4,000.00-$5,999.99 ......................................................................................... $148.44 $260.33 i....................................... $538.23 i................................................................................ $292.89 $570.53 i.......................................... $6,000.00-$7,999.99 $175.40 $296.40 $612.84 :....................................... $323.07 $622.86 .................................................... $8,000.00-$9,999.99 ....... .... ....................................................................... $200.15 $336.83 $658.19 ................... ..................... .:....................................... $360.41 .. $683.52 Over$10,000 2.5% of Net 4.5% of Net 7% of Net 4.5% of Net 7% of Net OrderValue Order Value OrderValue OrderValue OrderValue Collect 4 Handling Fee Effective 4/11/2020 $13.47 ..................................... $13.85 ..................................... $14.72 ..................................... $15.48 .............. ..........I............ $16.04 ..................................... $17.52 ..................................... $20.22 ..................................... $24.90 ..................................... $29.04 ..................................... $33.51 $51.84 1 Shipping & Handling charges shown are only applicable to orders billing and shipping to U.S. destinations. Shipping & Handling charges will be prepaid and added to invoice. Shipping & Handling for the Pick&Ship Program is charged on each shipment release and is based on the total price of each shipment release. Shipping & Handling charges are subject to change without notice. 2 Additional Shipping & Handling charges will be applied to orders containing bulky and/or especially heavy orders. Refrigerated and all weather Samplers do not qualifyfor simplified Shipping & Handling charges, and are considered heavy products. Dissolved Oxygen Sensors can be damaged ifexposed to temps below freezing, causing sensor failure. Must be shipped over night or 2nd day air during the cold weather months. 3 Orders shipping to Alaska or Hawaii: Additional Shipping & Handling charges may be applied at time of order processing. Second Day and Next Day delivery is not available to all destinations. 4 Hach Company will assess a collect handling fee on orders with collect shipping terms. This handling fee covers the additional costs that Hach Company incurs from processing and managing collect shipments. Due to variations in component characteristics, regulatory transportation requirements and/or associated shipping and handling costs, individual kitcomponents may or may not be packaged together in a single carton at time of final packaging and shipping. SALES TAX Sales Tax is not included in the attached quotation. Applicable sales and usagetaxes will be added to your invoice, atthe time of order, based on U.S. destination of goods, unless a valid resale/exemption certificate for destination state is provided to the above address orfax number, attention of the Tax Dept. 288 100 i 5 0. Undbergla-bdw ;' PO of 389 j Loveland. Colorado 10539 j P97040.$050 ` PA%0fifilini n .ij lean The Sole Authorized Manufacturer and Direct Distributor Letter May 16, 2023 Customer Name: INDIAN RIVER COUNTY UTILITIES Customer Address: 1801 27TH ST BLDG A Customer City, State & Zip: Vero Beach, FL 32960-3388 Customer Account Number: 037967 RE: SOLE SOURCE LETTER — Hach Brand Instruments Hach Brand Products — Instruments and Chemistry: Brands to include, but not limited to: Other Hach Brands Evita, GLI, Hach, Homeland Security Technologies, OPS Systems, Orbisphere, Polymetron, Sigma, Anatel, Dr. Lange, Environmental Test Strips, HIAC, Hydrolab, IQ Scientific Instruments, Lachat Instruments, Leica Microsystems, Marsh-McBirney, Met One OTT, Hydrometry, Radiometer Analytical, Sea -Bird Electronics, WET Labs, Hach WIMSTM, CLAROS Collect, Mobile Sensor Management 6159600 Phosphax sc Phosphate Analyzer, Outdoor, 0.05-15.0 mg/L PO4-P, One Channel Continuous Sample, 115-230V. 5739000 Filtrax sample filtration system, 10 m heated hose, 115 Vac. LXV525.99AA1551 SC4500 Controller, Claros-enabled, 5x mA Output, 2 digital Sensors, 100-240 VAC, without power cord. LXZ524.99.00005 SC4x00 UV Protection Screen with Sunroof. LZY286 Stand mounting kit (1.7 m) for SC analyzer and SC controller. LZY714.99.43050 Filtrax Pole mounting hardware, 10 cm bracket, SS pole with opening 2 m. Thank you for your interest in Hach Company products. This letter is to advise that Hach Company is the sole source manufacturer for all Hach branded instrumentation and chemistry. This excludes all resell items, such as glassware, measuring spoons, brushes, and other general lab accessories. Any software or firmware additions or alterations must be purchased directly from Hach Company. This letter is to confirm that Hach Company is the sole authorized manufacturer and direct distributor of the item(s) listed above. Thank you for your interest in Hach Company Products. If we can be of further assistance, please contact us at 800-227-4224. Thank you. Hector Tarraza Regional Sales Manager Hach Company E/l Consent Item Indian River County, Florida Department of Utility Services Board Memorandum Date: June 8, 2023 To: Indian River County Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services From: Howard G. Richards, PE, Manager - Capital Projects Prepared by Robert J. Tobar, EI, Utility Design Engineer Subject: Final Payment to Masteller & Moler, Inc. for Work Order No. 10, North Sebastian Water and Sewer Project Phase 2 — Construction Phase Services Descriptions and Conditions: On May 18, 2021, Indian River County (IRC) Board of County Commissioners (BCC) approved Work Order No. 10 to Masteller & Moler, Inc. (MM) in the amount of $184,545.00 for construction phase services. Under Work Order No. 10, MM provided design, permitting, and bidding services to the project. On June 15, 2021, the BCC approved Amendment 1 to Work Order No. 10 - private property research and design of private water and sewer infrastructure for approximately 200 parcels, increasing Work Order No. 10 by $159,885.00. On August 16, 2022, the BCC approved Amendment 2 to Work Order No. 10 - revise contract plans search of private property design and update quantities, increasing Work Order No. 10 by $5,180.00. Amendments No. 1 and No. 2 increased Work Order No. 10 to a grand total of $349,610.00. Analysis: MM has satisfactorily completed all of the tasks described in the scope of work for a total invoice amount of $349,610.00, which includes a final invoice amount of $1,796.30. Funding: Funds, in the amount of $1,796.30, are budgeted and available in the ARP Fund/Constr Prg/Sebastian Phase II Water & Sew account, number 13821936-066510-17513. Description Account Number Amount ARP Fund/Constr Prg/Sebastian Phase II Water & Sew 13821936-066510-17513 $1,796.30 F:\Utilities\UTILITY - Engineering\Projects - Utility Construction Permits\IRC - North Sebastian S2S (M&M)\Agenda Items\Phase II\Final Pay to M&M 290 Consent Item Recommendation: Staff recommends that the Board approve final payment of Work Order No. 10 with Masteller & Moler, Inc., in the amount of $1,796.30 to provide construction phase services including research and design of private water and sewer infrastructure, and authorize the chair to execute the same. Upon adequate completion of the work set forth in the work order, staff is directed to make final payment and release any retainage to Masteller & Moler, Inc., after review and approval by the Purchasing Manager and the County Attorneys Office. Attachments: 1. Work Order No. 10 Final Invoice F:\Utilities\UTILITY - Engineering\Projects - Utility Construction Permits\IRC - North Sebastian S2S (M&M)\Agenda Items\Phase II\Final Pay to M&M 291 Masteller & Moler, Inc. 165527 1h Street, Suite 2 #n.lvtM a./. Vero Beach, FL 32960 (772) 567-5300 Proj Name: WO#10 No. Co. Sewer & Water System - Phase2 Proj Code: 1422-211) IRC Utility Department 1801 27th Street Vero Beach FL 32960 Invoice # 1422-2LD-16 Date: April 30, 2023 Professional Engineering Services For the Billing Period From March 1. 2023 to April 30. 2023 Description of Work Performed Contract Value % Complete Amount Earned To Date Previous Amount Billed Current Amount Due Task 1 - Pre -Construction Mtg/Walk Thru $6,805.00 100.00% $6,805.00 $6,805.00 $0.00 Task 2 - Review Critical Path Maint. Of Traffic $1,550.00 100.00% $1,550.00 $1,550.00 $0.00 Task 3 - Shop Drawings Review $8,920.00 100.00% $8,920.00 $8,920.00 $0.00 Task 4 - Periodic Progress Meetings $5,320.00 100.00% $5,320.00 $5,320.00 $0.00 Task 5 - Address Issue Change Order $16,530.00 100.00% $16,530.00 $16,199.40 $330.60 Task 6 - Pay Request Reviews $5,560.00 400.00% $5,560.00 $5,448.80 $111.20 Task 7 - Construction Observations $123,150.00 100.00% $123,150.00 $123,150.00 $0.00 Task 8 - As -Built Review $9,600.00 100.00% $9,600.00 $9,600.00 $0.00 Task 9 - Walkthru/Initial Punchlist $2,820.00 100.00% $2,820.00 $2,538.00 $282.00 Task 10 - Project Close-out $4,290.00 100.00% $4,290.00 $3,217.50 $1,072.50 Subtotal $184,545.001 100.00% $184,545.00 $182,748.70 $1,796.30 Total LUMP SUM _ $1,796.30 Total Invoice: $1,796.30 Invoice History: 07/31/2021 Invoice Number 1422-2LD-1 $14,763.60 01/31/2022 Invoice Number 1422-2LD-2 $22,145.40 02/28/2022 Invoice Number 1422-2LD-3 $22,136.56 03/31/2022 Invoice Number 1422-2LD-4 $6,212.13 04/30/2022 Invoice Number 1422-2LD-5 $1,717.61 05/31/2022 Invoice Number 1422-2LD-6 $8,025.40 06/30/2022 Invoice Number 1422-2LD-7 $26,179.30 07/31/2022 Invoice Number 1422-2LD-8 $14,923.50 08/31/2022 Invoice Number 1422-2LD-9 $24,366.00 09/30/2022 Invoice Number 1422-2LD-10 $10,952.00 10/31/2022 Invoice Number 1422-2LD-11 $9,928.00 11/30/2022 Invoice Number 1422-2LD-12 $12,114.30 12/31/2022 Invoice Number 1422-2LD-13 $1,767.00 1/31/2023 Invoice Number 1422-2LD-14 $1,767.00 02/28/2023 Invoice Number 1422-2LD-15 $5,750.90 Total Previous Invoices: P.O. #: _ ACCT. #: ACCT. #: DIVISION SUPERVISOR: UTIL. FINANCE: DEPT. LEAD: _ $182,748.70 292 INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator THROUGH: Richard B. Szpyrka, P.E., Public Works Director PREPARED BY: Eric Charest, Natural Resources Manager Ia SUBJECT: FDEP Grant Agreement 231112 (Indian River County 2022 Hurricane Ian and Nicole Recovery Project) DATE: June 6, 2023 DESCRIPTION AND CONDITIONS Much of the State of Florida's shoreline sustained beach and dune erosion from Hurricane Ian (category 4 storm in late September 2022) and Hurricane Nicole (category 1 storm in November 2022). Based on significant erosional damage, on December 16, 2022 Governor Ron DeSantis signed into law Senate Bill 4A, which allocated $100 million dollars to support beach nourishment projects within 16 counties most impacted by the hurricanes, of which Indian River County was identified. With information submitted by Indian River County, the Florida Department of Environmental Protection's (FDEP) Office of Resilience and Coastal Protection issued the Hurricanes Ian and Nicole Recovery Plan for Florida's Beach and Dune System (December 9, 2022) which was used as the basis for allocating the funding approved by the Governor's office. Laws of Florida Chapter 2022-272 Senate Bill 4A, authorized the FDEP to waive match requirements for local governments and provided non-recurring funds for damages related to Hurricane Ian and Hurricane Nicole for beach erosion projects as identified in Section 161.101 (22) Florida Statutes (F.S.). The FDEP has granted $4,080,388.00 to the beaches within Indian River County. As beach management Sectors 1 and 2 within the County are managed by the Sebastian Inlet District (SID) under a Memorandum of Understanding, the funds associated with Sectors 1 and 2 ($334,696.59) have been assigned to SID under a separate grant. Indian River County has been allocated $3,745,691.41 of the available funding under Local Government Funding Request Grant (LGFR) 231112 to be used for Hurricane Ian and Hurricane Nicole beach erosion projects consistent with the FDEP's recovery plan identified above. The attached agreement commits the FDEP to providing up to $3,745,691.41 of State funding to cover non-federal Project costs for the specific projects identified in the Grant. It should be noted; this Grant is based on reimbursement and the County would be responsible for the up -front costs associated with construction. Reimbursement would take place at a later date once all of the County's costs are deemed eligible per the Grant standards. The County continues to work with representatives from the Florida Division of Emergency Management (FDEM) and the Federal Emergency Management Act (FEMA), to secure Federal funding for these projects, and the federal share shall not affect the cost sharing percentage of the non-federal share. 293 Page 2 FDEP Grant 231112 June 20, 2023 BCC Agenda Item Eligible costs for which the grant can be used are included in the LGFR 231R2 Grant Work Plan and include work performed and costs incurred associated with the placement of fill material. The agreement identifies Indian River County as the Local Sponsor, Natural Resources Manager, Eric Charest, as the Project Manager, and 231R2 identifies a project completion timeline requiring all deliverables received by the FDEP by 6/30/2025 with an expiration date for the grant of 12/31/2025. Task # Eligible Project DEP Cost Federal Estimated DEP Cost Share Local Cost Total Task Share (%) project Costs Share 1.1 Construction — o 100% $0.00 $1,288,727.40 $0.00 $1,288,727.40 Sector 3 Beach 1.2 Construction — o 100% $0.00 $1,152,520.43 $0.00 $1,152,520.43 Sector 4 Dunes 1.3 Construction — o 100% $0.00 $429,575.80 $0.00 $429,575.80 Sector 5 Beach 1.4 Construction — 100% $0.00 $874,867.78 $0.00 $874,867.78 Sector 7 Beach Total $0.00 $3,745,691.41 $0.00 $3,745,691.41 Should any of the Sectors identified in the Grant move forward with beach or dune construction related activities, such as those identified in the Grant Work plan, the costs above and beyond the Grant funding per Sector would come from potential FEMA Project Worksheets, the County's Beach Restoration Fund or the County's Optional Sales Tax Fund. FUNDING As the local match funding has been waived under Senate Bill 4A, County funding is not required to accept the grant funds. RECOMMENDATION Staff recommends the Board approve FDEP Grant Agreement No. 231R2 for up to $3,745,691.41 and authorize the Chairman to sign the Agreement on behalf of the County. Following Board approval, the County will transmit the partially executed Agreement to the State for final signatures. Upon receipt of the fully executed original FDEP Grant Agreement 231R2 from the State, staff will transmit to the Clerk to the Board of County Commissioners for filing. ATTACHMENTS 1. FDEP Grant Agreement 231R2 2. Indian River County Grant Form No. 231R2 3. FDEP Hurricane Ian and Nicole Recovery Plan PROVED AGENDA ITEM FOR: JUNE 20. 2023 294 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Standard Grant Agreement This Agreement is entered into between the Parties named below, pursuant to Section 215.971, Florida Statutes: 1. Project Title (Project): Agreement Number: Indian River County 2022 Hurricane Ian and Nicole Recovery Project 23I112 2. Parties State of Florida Department of Environmental Protection, 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 (Department) Grantee Name: Indian River County Entity Type: Local Government Grantee Address: 1801 27th Street, Building A, Vero Beach, FL 32960 FEID: 59-60000674 (Grantee) 3. Agreement Begin Date: Date of Expiration: 09/28/2022 12/31/2025 4. Project Number: Project Location(s): Indian River County (If different from Agreement Number) Project Description: The project consists of construction. Total Amount of Funding + Grantee Match, if any: $ 3,745,691.41 6. Department's Grant Manager Grantee's Grant Manager Name: Tony Figueroa-Vivenez Name: Eric Charest or successor Address: Beach Management Funding Assistance 2600 Blair Stone Road, MS #3601 Tallahassee, Florida 32399 Phone: 850-245-7693 Address: Indian River or successor Public Works 1801 27th Street, Building A Vero Beach, FL 32960 Phone: 772-226-1569 Email: Tonv.Fi$ueroaVivenezAFloridaDEP.gov Email: echarest(a,ircgov.com 7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby incorporated by reference: [i] Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements 2 Attachment 2: Special Terms and Conditions 0 Attachment 3: Grant Work Plan [i] Attachment 4: Public Records Requirements 2 Attachment 5: Special Audit Requirements ❑ Attachment 6: Program -Specific Requirements ❑ Attachment 7: Grant Award Terms (Federal) *Copy available at https:Hfacts.fldfs.com, in accordance with §215.985, F.S. ❑ Attachment 8: Federal Regulations and Terms (Federal) ❑ Additional Attachments (if necessary): El Exhibit A: Progress Report Form ❑ Exhibit B: Property Reporting Form 0 Exhibit C: Payment Request Summary Form ❑ Exhibit D: Quality Assurance Requirements ❑ Exhibit E: Advance Payment Terms and Interest Earned Memo ❑ Exhibit F: Common Carrier or Contracted Carrier Attestation Form PUR1808 DEP Agreement No. 23I112 Rev. 10/25/22 295 5. Total Amount of Funding: $ 3,745,691.41 Funding Source? Award #s or Line Item Appropriations: Amount per Source(s): 2 State ❑Federal Laws of Florida Chapter 2022-272 SB4-A $ 3,745,691.41 ❑ State ❑Federal ❑ Grantee Match Total Amount of Funding + Grantee Match, if any: $ 3,745,691.41 6. Department's Grant Manager Grantee's Grant Manager Name: Tony Figueroa-Vivenez Name: Eric Charest or successor Address: Beach Management Funding Assistance 2600 Blair Stone Road, MS #3601 Tallahassee, Florida 32399 Phone: 850-245-7693 Address: Indian River or successor Public Works 1801 27th Street, Building A Vero Beach, FL 32960 Phone: 772-226-1569 Email: Tonv.Fi$ueroaVivenezAFloridaDEP.gov Email: echarest(a,ircgov.com 7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby incorporated by reference: [i] Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements 2 Attachment 2: Special Terms and Conditions 0 Attachment 3: Grant Work Plan [i] Attachment 4: Public Records Requirements 2 Attachment 5: Special Audit Requirements ❑ Attachment 6: Program -Specific Requirements ❑ Attachment 7: Grant Award Terms (Federal) *Copy available at https:Hfacts.fldfs.com, in accordance with §215.985, F.S. ❑ Attachment 8: Federal Regulations and Terms (Federal) ❑ Additional Attachments (if necessary): El Exhibit A: Progress Report Form ❑ Exhibit B: Property Reporting Form 0 Exhibit C: Payment Request Summary Form ❑ Exhibit D: Quality Assurance Requirements ❑ Exhibit E: Advance Payment Terms and Interest Earned Memo ❑ Exhibit F: Common Carrier or Contracted Carrier Attestation Form PUR1808 DEP Agreement No. 23I112 Rev. 10/25/22 295 ❑ Additional Exhibits (if necessary): 8. The following information applies to Federal Grants only and is identified in accordance with 2 CFR 200.331(a)(1): Federal Award Identification Numbers F Federal Award Date to Department: Total Federal Funds Obligated by this Agreement: Federal Awarding Agency: Award R&D? ❑ Yes ❑N/A IN WITNESS WHEREOF, this Agreement shall be effective on the date indicated by the Agreement Begin Date above or the last date signed below, whichever is later. Indian River County Grantee Name By (Authorized Signature) Print Name and Title of Person Signing GRANTEE Date Signed State of Florida Department of Environmental Protection DEPARTMENT By Secretary or Designee Print Name and Title of Person Signing 0 Additional signatures attached on separate page. DEP Agreement No. 23182 Date Signed Rev. 10/25/22 296 ORCP Additional Signatures DEP Grant Manager DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 297 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation of the Agreement is as follows: i. Standard Grant Agreement ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee's match requirements; (3) a change in the expiration date of the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2) the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. Attachment 1 1 of 12 Rev. 10/3/2022 298 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Invoice reduction If Grantee does not meet a deadline for any deliverable, the Department with reduce the invoice by 1% for each day the deadline is missed, unless an extension is approved in writing by the Department. c. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies in the CAP. All CAPS must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to the Department's Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval of a CAP as specified above may result in Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to Attachment 1 2of12 Rev. 10/3/2022 299 require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with Section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: https://www.myfloridacfo.com/Division/AA/Manuals/documents/ReferenceGuideforStateExpenditures.pdf. e. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre -audit and post -audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. f. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. g. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. h. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. i. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: www.myfloridacfo.com/Division/AA/Vendors/default.htm. j. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: Attachment 1 3of12 Rev. 10/3/2022 300 a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in Chapters 273 and/or 274, F.S., and Chapter 691-72, Florida Administrative Code (F.A.C.) and/or Chapter 691-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with Section 112.061, F.S. e. Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costing $5,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specific approval of Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f. Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Department shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Attachment 1 4of12 Rev. 10/3/2022 301 Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30) days. 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. If Grantee fails to perform the requested work, or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee of the failure to perform that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframe stated in Department's notice, the retainage will be forfeited to Department. c. No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage. e. Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. 13. Termination. a. Termination for Convenience. When it is in the State's best interest, Department may, at its sole discretion, terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for work to be paid under this Agreement within thirty (30) days of the effective date of termination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. Attachment 1 5of12 Rev. 10/3/2022 302 b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department. The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits. d. Continuation of Prepaid Services. If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have been paid for but not rendered. e. Transition of Services Upon Termination, Expiration, or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding; c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to any other entities as required by this Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30 -day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 11 of the United States Code; ii. The making by Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property; and/or Attachment 1 6of12 Rev. 10/3/2022 303 iv. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. Attachment 1 7of12 Rev. 10/3/2022 304 d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to Sections 287.133, 287.134, and 287.137 F.S., the following restrictions apply to persons placed on the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list: i. Public Entity Crime. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. iii. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any contract to provide any good or services to a public entity; may not submit a bid, proposal, or reply on any contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with a public entity; and may not transact new business with a public entity. iv. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or antitrust violator vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. Attachment 1 8of12 Rev. 10/3/2022 305 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Build America, Buy America Act (BABA). Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: a. All iron and steel used in the project are produced in the United States --this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. All manufactured products used in the project are produced in the United States -this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and c. All construction materials are manufactured in the United States -this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. c. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions then they shall become inoperative. 26. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to Section 216.347, F. S., except that pursuant to the requirements of Section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with Sections 11.062 and 216.347, F.S. 27. Record Keeping. Attachment 1 9of12 Rev. 10/3/2022 306 The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of. (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http:Hdos.myflorida.com/librya-archives/records-mana eg ment/general-records-schedules. 28. Audits. a. Inspector General. The Grantee understands its duty, pursuant to Section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub-grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub-grantees and/or subcontractors, respectively. b. Physical Access and Ins en ction. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS-A2-NS) that can be found under the "Links/Forms" section appearing at the following website: httns:\\apps. fldfs.com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program-by-program or a project-by-project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of Attachment 1 10 of 12 Rev. 10/3/2022 307 money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 29. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 30. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 31. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 32. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 33. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 34. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third - party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 35. Severability. Attachment 1 11 of 12 Rev. 10/3/2022 308 If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 36. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 37. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 38. Compensation Report. If this Agreement is a sole -source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. Total compensation shall include salary, bonuses, cashed -in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real -property gifts, and any other payout. The Grantee must also inform the Department of any changes in total executive compensation between the annual reports. All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee. 39. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1 12 of 12 Rev. 10/3/2022 309 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Terms and Conditions AGREEMENT NO. 231112 ATTACHMENT 2 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is Indian River County 2022 Hurricane Ian and Nicole Recovery Project. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement is the same as the term of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category ❑ ❑ Salaries/Wages Overhead/Indirect/Geneml and Administrative Costs: ❑ ❑ a. Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, N/A. N ❑ Contractual (Subcontractors) ❑ ❑ Travel, in accordance with Section 112, F.S. ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements See Attachment 3, Grant Work Plan. 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Attachment 2 1 of 2 Rev. 10/11/2022 310 Agreement. Grantee shall provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Comprehensive General Liability Insurance. The Grantee shall provide adequate comprehensive general liability insurance coverage and hold such liability insurance at all times during the Agreement. The minimum limits shall be $200,000 for each person and $300,000 per occurrence. b. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable $200,000/300,000 Hired and Non -owned Automobile Liability Coverage c. Workers' Compensation. The Grantee shall comply with the workers' compensation requirements of Chapter 440, F.S. d. Other Insurance. None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Common Carrier. Applicable to contracts with a common carrier — firm/person/corporation that as a regular business transports people or commodities from place to place. If applicable, Contractor must also fill out and return PUR 1808 before contract execution] If Contractor is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. b. Applicable to solicitations for a common carrier — Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808 15. Additional Terms. None. Attachment 2 2 of 2 Rev. 10/11/2022 311 ATTACHMENT 3 GRANT WORK PLAN PROJECT TITLE: Indian River County 2022 Hurricane Ian and Nicole Recovery Project PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R20 and R86, as well as R97 and R108 along the Atlantic Ocean in Indian River County, Florida. Specific project locations include the Sector 3 Beach Project (R-20 to R-55), the Sector 4 Dunes Project (R-55 to R-70), Sector 5 Beach Project (R-70 to R-86), and the Sector 7 Beach Project (R-97 to R-108). PROJECT BACKGROUND: The project shoreline sustained beach and dune erosion from Hurricane Ian (category 4 storm in late September 2022) and Hurricane Nicole (category 1 storm in November 2022). Laws of Florida Chapter 2022-272 S134 -A authorized the Department of Environmental Protection to waive or reduce match requirements for certain local governments and provided non-recurring funds for damages related to Hurricane Ian and Hurricane Nicole for beach erosion projects as identified in Section 161.101(22), Florida Statute (F.S.). PROJECT DESCRIPTION: The project consists of beach and dune restoration consistent with the recovery plan to address impacts of Hurricane Ian and Nicole. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $3,745,691.41 for this Project or up to 100 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 62B-36, Florida Administrative Code (F.A.C.). Duplication of federal funds are not permitted under this agreement. The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, F.S. Pursuant to Sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: hUs:Hfloridadep.izov/sites/default/files/PhysicalMonitoringStandards.pdf DEP Agreement No. 23182, Attachment 3, Page 1 of 4 312 One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. Acronyms: DEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code F.S. — Florida Statutes TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1.1: Construction — Sector 3 Beach Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida -registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by Local Sponsor must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 1.2: Construction — Sector 4 Dunes Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization DEP Agreement No. 231112, Attachment 3, Page 2 of 4 313 measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida -registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by Local Sponsor must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 13: Construction — Sector 5 Beach Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida -registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by Local Sponsor must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 1.4: Construction — Sector 7 Beach Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental DEP Agreement No. 23182, Attachment 3, Page 3 of 4 314 surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida -registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by Local Sponsor must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task State Federal Task Start Deliverable Task Title Budget Category Cost Estimated No. Task # Eligible Project Tasks Date Due Date DEP Local Total $3,745,691.40 09/28/2022 Share Project $3,745,691.40 (%) Costs 1.1 Construction - Sector 3 Beach 100.000/0 $0.00 $1,288,727.40 $0.00 $1,288,727.40 1.2 Construction - Sector 4 Dunes 100.000/0 $0.00 $1,152,520.43 $0.00 $1,152,520.43 1.3 Construction - Sector 5 Beach 100.000/0 $0.00 $429,575.80 $0.00 $429,575.80 1.4 Construction - Sector 7 Beach 100.00% $0.00 $874,867.78 $0.00 $874,867.78 TOTAL PROJECT COSTS $0.00 $3,745,691.41 $0.00 $3,745,691.41 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task Budget Task Start Deliverable Task Title Budget Category No. Amount Date Due Date I Construction Contractual Services $3,745,691.40 09/28/2022 6/30/2025 Total: $3,745,691.40 DEP Agreement No. 231R2, Attachment 3, Page 4 of 4 315 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4 1. Public Records. a. If the Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department in its performance of services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution or section 119.07(1), F.S. b. The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If Grantee is a "contractor" as defined in section 119.0701(1)(a), F.S., the following provisions apply and the contractor shall: a. Keep and maintain Public Records required by Department to perform the service. b. Upon request, provide Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to penalties under section 119. 10, F.S. d. Ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the Public Records to Department. e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all Public Records to Department upon completion of the contract, the contractor shall destroy any duplicate Public Records that are exempt or confidential and exempt from Public Records disclosure requirements. If the contractor keeps and maintains Public Records upon completion of the contract, the contractor shall meet all applicable requirements for retaining Public Records. All Public Records stored electronically must be provided to Department, upon request from Department's custodian of Public Records, in a format specified by Department as compatible with the information technology systems of Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public. servicesAfloridadep.gov Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Attachment 4 1ofl Rev. 4/27/2018 316 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Audit Requirements (State and Federal Financial Assistance) Attachment 5 The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the 'Department", 'DEP", 7DEP" or "Grantor", or other name in the agreement) to the recipient (which may be referred to as the "Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by DEP Department staff, limited scope audits as defined by 2 CFR 200.425, or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General, FARObr: PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 CFR §200.330 A recipient that expends $750,000 or more in Federal awards in its fiscal year, must have a single or program - specific audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department of Environmental Protection. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2 CFR 200.502-503. An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part. 2. For the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR 200.508-512. A recipient that expends less than $750,000 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F -Audit Requirements. If the recipient expends less than $750,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR 200, Subpart F -Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other federal entities. 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at https:Hsam.gov/content/assistance-listings. Attachment 5 1 of 6 BGS -DEP 55-215 revised 11/8/2022 317 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, F.S.; Rule Chapter 69I-5, F.A.C., State Financial Assistance; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this form lists the state financial assistance awarded tnrough the Department of Environmental Protection by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part H, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal year ending June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at hM://www.leg.state.fl.us/Welcome/index.cfin, State of Florida's website at http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/and the Auditor General's Website at htt://www.myflorida.com/audgen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBNHSSION Copies of reporting packages for audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and required by PART I of this form shall be submitted, when required by 2 CFR 200.512, by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 CFR 200.36 and 200.512 A. The Federal Audit Clearinghouse designated in 2 CFR §200.501(a) (the number of copies required by 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Attachment 5 2 of 6 BGS -DEP 55-215 revised 11/8/2022 318 By Mail: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at hq://harvester.census.gov/facweb/ 2. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the fcllowing addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSineleAuditAa dep.state.fl.us B. The Auditor General's Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General's website (hgp:Hflauditor.gov/) provides instructions for filing an electronic copy of a financial reporting package. 3. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAuditAdep. state. fl.us 4. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. Attachment 5 3 of 6 BGS -DEP 55-215 revised 11/8/2022 319 Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with 2 CFR 200, Subpart F -Audit Requirements, or Chapters 10.550 (local governmental entities) and 10.650 (non and for-profit organizations), Rules of the Auditor General, should indicate the date and the reporting package was delivered to the recipient correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. Attachment 5 4of6 BGS -DEP 55-215 revised 11/8/2022 320 2 .. .0 10 0 I 0 0 w y w ,V . r a O Ri� �a Y 4M LC U ¢ U ¢� w Q Eli O 69 O 69 Q � Q b "d w w a W H a H R, � A A y o r y U U •C 0 .V .Vi U s O d 0 {.� go � Az Az a' C a; U 06 u a U i (U_y.� Y d r d i�1 w W v]ww d w V]ww PC b � wa d wa �I 0 a w � Qwa" wa; w 10 0 I ro N M w y w w Q Eli Q a •� � R, y .V .Vi O U U (U_y.� Y d W i�1 w W v]ww w V]ww wa wa ro N M N N M 0 A 0 w v k ky R, VI lj� oo � a V] i0 � a ?y{ C c Of G y O U a"U w o as 0 w Imm Uw a O\ 6� tt 3° r744 r a N O 7. O 04 v W w � b U c�c 0�1 O w F w w w b ,gab tl � � O ❑�.b •O 'Z3 U w M N bp � o wv y w O �? za 0 0 p, O U 0 G d b C cn � a Y a 72 40, � fl _-ts q+� a by°.�' O � O N }y,, V (% w q • y y � ,v � N Q YCL i. N • � •� d N Q° V H a° U H 0 w A A U cn U rA a w O a O w w 0 3 w U a .p F. U C a a~i M a rz U z M U A A U U a M Lir 0 N 0, N d 0 a x � � 6� � a a a� a w w • d d y� A tv. P x�od O O �ooa Awa x O �a bo wa Co moa Ou N N M 0 A 0 w v k ky R, VI lj� oo V] i0 ?y{ C c Of G y O a�U a"U O Ua O ti 'v; U as Imm Uw a O\ O tt 3° r744 r a N O 7. O 04 v N U c�c 0�1 O w F 04bq b ,gab tl � � O ❑�.b •O 'Z3 U w M N bp � o wv y w O �? za p, O U 0 G d b C cn � Y a 72 40, � t U N d _-ts q+� a by°.�' O � O N }y,, O (% w q • y y � ,v � N Q YCL i. N • � A Q° V U a° U 0 vi obc U cn U rA a w w w 0 3 w y a .p U C a a~i M a y rz U z M U a M N N 0 a w o a a� a tv. O O as x O �a bo Co moa Ou N N M a� d ��b A w v k ky R, ?y{ C �O Of G y O O Ua O ti 'v; U as Imm Uw a 3° r744 r a O 7. O 04 v U c�c 0�1 O w F 04bq ,gab tl � � O ❑�.b •O 'Z3 U w M N bp � o wv y w O �? za p, O U 0 G b C cn � Y 72 40, t U N d _-ts q+� a by°.�' O +�. O }y,, w q • y y � ,v � N N M EXHIBIT A FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM QUARTERLY PROJECT PROGRESS REPORT Name of Project: Indian Inver County 2022 Hurricane Ian and Nicole Recovery Project Local Sponsor: Indian River county DEP Agreement Number: 23M Report Year: Report Period (select one): F-JQl:Jan—Mar31 ❑ Q2: Apr — Jun 30 ❑ Q3: Jul — Sep 30 ❑ Q4: Oct — Dec 31 For each task, include the following information: Describe the work performed during the reporting period (including percent of task completed to date), problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. (Use additional pages, if needed). Task 1: Task 2: Task 3: Task 4: DEP Agreement No. 23182, Exhibit A, Page 1 of 1 323 EXHIBIT C FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT PART 1— PAYMENT SUMMARY Name of Project: Indian River County 2022 Hurricane Ian and Nicole Recoveiy Project Local Sponsor: Indian River Countv DEP Agreement Number: 23182 Remittance Mailing Address: Billing Number: Billing Type: ❑ Interim Billing Costs Incurred This Payment Request; Federal Share* State Share *if applicable, check box below ❑ FEMA ❑ USACE Cost Summary: State Funds Obligated T Less Advance Pay Less Previous Payment Less Previous Retained Less This Payment Less This Retainage N State Funds Remaining ❑ Final Billing DEP Agreement No. 23182, Exhibit C, Page 1 of 6 Local Share Total Local Funds Obligated Less Advance Pay Q Less Previous Credits Less This Credit 0 Local Funds Remaining N 324 r i a 0 W �,d I M, F N M o o U e y y o O W Q v e w° a 0 O z On a 2 d b b e d A 'C b0 � > m Pr U xi h .o TO o 0 ° A 0 a „ O q F v p O p H v a ' - g1 W ,� aqi % a,Pd. ad o a 3a ¢ cca z •-+ q p .M -i die 3tisk�vb����`QLa•�'Aaa r T O, z o w y —, •G d > 0 '0W - u O '9 W �' m m !,2. a �' M N wp��o' 5a'�H�"d O d�--uu O oc •� a 0 `A3 1 � .cf� � ���A m J.' W O'wze �Sa3�N�•y � a as"v w o C, o av�� S Al °' O ti y v fio� d Y O O b � d = ewa6 M de ACS d 0 .' O v �d Y � a v z d m� v Fz L d'e a � �z u y •'o a C A o -r Y u p 8 0 �e �z M, F N M o U W e w° a 0 O z H 2 d b b e d A 'C b0 � > m +� ° U xi h .o TO 0 ° A 0 a O q F v p O p H v a ' - g1 W ,� aqi % a,Pd. ad o a ¢ cca z •-+ q p .M -i c 3tisk�vb����`QLa•�'Aaa r T O, z o w y —, •G d > 0 '0W - u O '9 W �' m m !,2. a �' M N wp��o' 5a'�H�"d O d�--uu O oc •� a 0 `A3 1 � .cf� � ���A m J.' W O'wze �Sa3�N�•y � w FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT PART 3 — INVOICE REPORT Name of Project: Indian River County 2022 Hurricane Ian and Nicole Recovery Project Local Sponsor: Indian River County DEP Agreement Number: 23IR2 Billing Number: Billing Period: (Describe progress accomplished during the billing period, including statement(s) regarding percent of task completed to date.). NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan. The following format should be followed: Task 1: Progress for this invoice billing period: Identify any delays or problems encountered: DEP Agreement No. 231R2, Exhibit C, Page 3 of 6 326 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT PART 4 — CERITIFICATION OF DISBURSEMENT REQUEST Name of Project: Indian River County 2022 Hurricane Ian and Nicole Recovery Project Local Sponsor: Indian River Countv DEP Agreement Number: 23IR2 Billing Number: Certification: I certify that this billing is correct and is based upon actual obligations of record by the Local Sponsor; that payment from the State Government has not been received; that the work and/or services are in accordance with the Department of Environmental Protection, Beach Management Funding Assistance Program's approved Project Agreement including any amendments thereto; and that progress of the work and/or services are satisfactory and are consistent with the amount billed. The disbursement amount requested on Page 1 of this form is for allowable costs for the project described in the Attachment 3, Grant Work Plan. I certify that the purchases noted were used in accomplishing the project; and that invoices, check vouchers, copies of checks, and other purchasing documentation are maintained as required to support the cost reported above and are available for audit upon request. Name of Project Administrator Name of Project Financial Officer Signature of Project Administrator Signature of Project Financial Officer nate Date DEP Agreement No. 23IR2, Exhibit C, Page 4 of 6 327 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT PART 5 — COMPLETION CERTIFICATION Name of Project: Indian River County 2022 Hurricane Ian and Nicole Recovery Project Local Sponsor: Indian River County DEP Agreement Number: 23182 Task Completion ❑ (List Tasks) Agreement Completion ❑ *I hereby certify that the above mentioned project task(s) has been completed in accordance with the Project Agreement, including any amendments thereto, between the DEPARTMENT and LOCAL SPONSOR, and all funds expended for the project were expended pursuant to this Agreement. All unused funds and interest accrued on any unused portion of advanced funds which have not been remitted to the DEPARTMENT, have been returned to the DEPARTMENT, or will be returned to fae DEPARTMENT within sixty (60) days of the completion of construction portion of this PROJECT. Unused funds advanced to the United States Army Corps of Engineers through LOCAL SPONSORS will be due sixty (60) days after the final federal accounting has been completed. Name of Project Manager Signature of Project Manager Date DEP Agreement No. 23IR2, Exhibit C, Page 5 of 6 328 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT PART 6 — ENGINEER'S CERTIFICATION OF PAYMENT REQUEST ONLY SUBMIT IF CONSTRUCTION IS PART OF THE REIMBURSEMENT REQUEST being the Professional Engineer retained by (name of Professional Engineer) , and responsible for overseeing construction of the Project (name of Grantee) described in the Agreement and do hereby certify that for DEP Agreement No. and Payment Request No. 1. All permits and approvals required for the construction, which is underway, have been obtained. 2. Payment is in accordance with construction contract provisions. 3. Construction up to the point of this payment request is in compliance with the approved plans and permits. 4. Equipment, materials, labor, and services represented by the construction invoices have been satisfactorily purchased or received and applied to the project in accordance with construction contract documents filed with and previously approved by the Department of Environmental Protection. DEP Agreement No. 23182, Exhibit C, Page 6 of 6 Professional Engineer (Physical Signature Required) Firm or Affiliation (Date) (P.E. Number) 329 GRANT NAME: FDEP Indian River County 2022 Hurricane Ian and Nicole Recz)very Project GRANT # 231112 AMOUNT OF GRANT: $3,745,691.41 DEPARTMENT RECEIVING GRANT: Public Works/Coastal Engineering CONTACT PERSON: Eric Charest TELEPHONE: ext. 1569 1. How long is the grant for? December 31, 2025 2. Does the grant require you to fund this function after the grant is over? 3. Does the grant require a match? If yes, does the grant allow the match to be In -Kind services? 4. Percentage of match to grant 0 % Expected Starting Date: November 1, 2023 YES NO X 5. Grant match amount required $3,745,691.41 6. Where are the matching funds coming from (i.e. In -Kind Services; Reserve for Contingency)? N/A 7. Does the grant cover capital costs or start-up costs? Yes If no, how much do you think will be needed in capital costs or start-up costs: $ (Attach a detail listing of costs) 8. Are you adding any additional positions utilizing the grant funds? If yes, please list. (If additional space is needed, please attach a schedule.) 00 X No Acct. Description Position Position Position Position Position 011.12 Regular Salaries 011.13 Other Salaries & Wages (PT) 012.11 Social Security 012.12 Retirement — Contributions 012.13 Insurance — Life & Health 012.14 Worker's Compensation 012.17 S/Sec. Medicare Matching $ TOTAL 9. What is the total cost of each position including benefits, capital, start-up, auto expense, travel and operating? Salary and Benefits Operating Costs Capital Total Costs 10. What is the estimated cost of the grant to the county over five years? $ Signature of Preparer: Date: 330 Grant Amount Other Match Costs Not Covered Match Total First Year $ $ $ $ Second Year $ $ $ $ Third Year $ $ $ $ Fourth Year $ $ $ $ Fifth Year $ $ $ $ Signature of Preparer: Date: 330 Hurricanes Ian and Nicole Recovery Flan for Florida's Beach and Dune System Florida Department of Environmental Protection Office of Resilience and Coastal Protection December 9, 2022 331 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Table of Contents I. Introduction Overview Summary of Assessments Hurricane Ian Hurricane Nicole Summary of Recovery Activities and Methods II. Beach and Dune Recovery Strategies Gulf Coast Beaches Manatee County Sarasota County Charlotte County Lee County Collier County Atlantic Coast Beaches Nassau County Duval County St. Johns County Hagler County Volusia County Brevard County Indian River County St. Lucie County Martin County Palm Beach County Broward County III. Summary Page 2 of 21 332 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 I. Introduction Overview This Hurricanes Ian and Nicole Recovery Plan for Florida's Beach and Dune System (Recovery Plan or Plan) is considered by the Florida Department of Environmental Protection (DEP) to be a preliminary planning document for funding needs. Estimates contained in the Plan are based on in some cases limited information provided by local governments, their coastal engineering consultants, the Federal Emergency Management Administration (FEMA), the United States Army Corps of Engineers (USACE), and DEP staff. As surveys or new information is obtained, this Plan may be updated to include such information. Additionally, it is important that this Plan be flexible to allow project funding to be adjusted based on new information and conditions that exist at the time the work will be contracted. Detailed planning and engineering tasks will be conducted for each project to formulate the most cost- effective design. During the 2022 hurricane season, the State of Florida was impacted by two hurricanes: major Hurricane Ian, and Hurricane Nicole. Hurricane Ian made landfall on September 28, 2022, at approximately 3:00 pm Eastern Daylight Time, at Cayo Costa, Lee County, in southwest Florida as a strong Category 4 hurricane on the Saffir-Simpson hurricane intensity scale. Ian came ashore with maximum sustained winds of 150 mph, which was the fifth -strongest measured hurricane to strike the United States. Ian had a storm surge on Estero Island and southern Sanibel Island in excess of +13 feet NAVD, which approximated a 100 -year return interval storm event. High water marks were measured between +12 to +18 feet in southern Lee County revealing the devastating effects of the storm waves above the storm surge. Hurricane Ian made landfall very near the same location as Category 4 Hurricane Charley in 2004. Following landfall, Ian crossed Florida on a northeasterly tract with hurricane force winds and extreme rainfall, which exceeded 21 inches near Orlando in Orange County. After reaching the Atlantic coast as a tropical storm and exiting Florida at Cape Canaveral, Ian strengthened to a Category 1 hurricane on September 30 and battered the northeast coast of Florida before turning northwestward and making landfall in South Carolina. Hurricane Nicole formed as a subtropical cyclone on November 7, from a non -tropical area of low pressure near the Greater Antilles and transitioned into a tropical cyclone the next day. Nicole made landfall on November 9, on Great Abaco and on Grand Bahama in the Bahamas, where it strengthened into a Category 1 hurricane. On November 10, it made landfall in Florida, south of Vero Beach. Nicole then traversed the peninsula of Florida before emerging in the Gulf of Mexico and making landfall in Cedar Key as a low-end tropical storm. Nicole became only the third November hurricane on record to make landfall in Florida, along with the 1935 Yankee hurricane and Hurricane Kate in 1985. Nicole crossed the same region in Florida devastated six weeks earlier by Hurricane Ian and was the first hurricane to make landfall on Florida's east coast since Katrina in 2005. Despite being relatively weak, Nicole's large size produced widespread heavy rainfall and strong winds across Florida, knocking out power and inflicting damage in many areas. Additionally, days of strong onshore wind flow onto the east coast of Florida produced severe beach erosion, especially in St. Johns, Volusia, Flagler, and Brevard counties. Page 3 of 21 333 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 The recovery of the beach and dune system is vital for providing protection to upland development (including infrastructure) to restore economic opportunities for local governments and for restoring habitat of threatened and endangered species. Summary of Assessments Hurricane Ian DEP hurricane damage assessment teams conducted the detailed damage assessments for the following counties: Collier, Lee, Charlotte, Sarasota, St. Johns, Flagler, and Volusia. DEP employed Camera Copters, Inc., to fly oblique aerial videography along the southwest Florida coast between Anclote Key and Cape Romano. This data was particularly useful in evaluating the beach conditions throughout southwest Florida as well as developing the damage assessments for the inaccessible islands of Cayo Costa, North Captiva Island, Captiva Island, Sanibel Island, Lovers Key, and Keewaydin Island. DEP staff assisted in sand loss assessments of both federal and non-federal beach restoration and nourishment projects within impacted areas and included the counties of: Pinellas, Manatee, Sarasota, Charlotte, Lee, Collier, Palm Bead, Martin, St. Lucie, Indian River, Brevard, Flagler, St. Johns, and Duval. Additional data, information, and assistance was provided to DEP staff by various local governments and their consultants. Post -storm vertical aerial photography provided by the National Oceanic and Atmospheric Administration (NOAA) also greatly assisted the damage assessments of inaccessible islands for this report. Hurricane Nicole DEP hurricane damage assessment teams conducted the detailed damage assessments for the following counties: Duval, St. Johns, Flagler, and Volusia. Following Hurricane Nicole, DEP's Office of Resilience and Coastal Protection requested through the State's Emergency Operations Center to have the Civil Air Patrol fly the east coast of Florida to capture oblique aerial photography points of the coastal damages. This data was used to develop the damage assessments for Brevard through Martin counties. DEP staff assisted in sand loss assessments of both federal and non-federal beach restoration and nourishment projects within impacted areas and included the counties o£ Duval, St. Johns, Flagler, Brevard, Indian River, Martin, and Palm Beach counties. Additional data and information on beach conditions was provided to DEP staff by various local governments and their consultants. Summary of Recovery Activities and Methods This Plan focuses only on the beach and dune systems in Manatee, Sarasota, Charlotte, Lee, Collier, Broward, Palm Beach, Martin, St. Lucie, Indian River, Brevard, Volusia, Flagler, St. Johns, Duval, and Nassau counties that had moderate to major beach erosion. The report is organized by separating the Gulf of Mexico and Atlantic coastlines, then by county, then by project or project area. This Plan does not include replacement cost estimates associated with any upland structures, roads, piers, bridges, or coastal armoring. The Plan works to coordinate recovery efforts with long-term maintenance strategies, using both regular program appropriations and emergency funding assistance provided by federal, state, and local sources to achieve the most efficient recovery of impacted beaches and dunes. For the purposes of this Plan, non-federal dollars are identified funds that would be requested for implementing this Recovery Plan via a special appropriation. Non-federal dollars Page 4 of 21 334 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 are comprised of the cost share on a given project born by the State of Florida [either by Florida Department of Emergency Management (DEM) or DEP] and the local sponsor of the project. Below are overviews of regular and post storm funding opportunities. DEP Funding opportunities for management of Florida's critically eroded beaches is administered by the Beach Management Funding_ Assistance (BMFA) Program. The program provides and manages grants to local governments (up to 75 percent of project costs) for planning and implementing beach and inlet management projects on the Gulf of Mexico, Atlantic Ocean or Straits of Florida. The Recovery Plan takes into account the strategies of the DEP Strategic Beach Management Plan (SBMP), which is designed to identify long-term management strategies of the state's critically eroded beaches. Management activities conducted by local governments that are consistent with strategies identified in the SBMP are eligible for funding opportunities through the Local Government Funding Request (LGFR) process. The BMFA Program accepts funding requests on an annual basis from local governments and municipalities for beach and inlet management projects. This Plan identifies funds needed in addition to those already allocated in agreements with local governments through the LGFR process. FEMA FEMA administers a public assistance program to state and local governments to assist with storm recovery activities. A final cost determination is not available at this writing. For the purposes of this Plan, the assumed cost -share for projects receiving FEMA assistance is 75% FEMA, 25% state (DEM) and local. FEMA offers funding assistance under two program areas. A detailed guide to these programs can be found in the Public Assistance Program and Policy Guide. Category B: Emergency Protective Measures can provide a small volume of sand to prevent flooding to developed upland properties. To qualify, a property (public or private development) must be threatened by a 5 -year return interval storm event. Properties are evaluated on a case-by-case basis, with qualifying properties eligible to receive funding to construct a small berm or dune feature. Category G: Permanent Work is intended to assist with the repair of public facilities. Qualifying non -federally authorized beach projects are eligible for replacement of the sand that was lost as a result of the storm. USACE The Shore Protection Program works directly with local governments to construct beach restoration projects for the primary purpose of protecting upland developed properties. After detailed feasibility studies, projects are individually authorized by Congress for construction and long-term maintenance. Authorized projects usually have an authorization period of fifty years, during which time periodic beach nourishment is conducted to maintain the designed storm protection values. Under the program, the federal government can fund the majority of the total project costs. The remaining non-federal cost is the responsibility of the local sponsor and the state of Florida as cost-sharing partners. As a result of storm impacts, an authorized constructed project is eligible for Flood Control and Coastal Emergency (FCCE) funds to rebuild the project. Page 5 of 21 335 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 II. Beach and Dune Recovery Strategies The beach and dune recovery recommendations in this Plan include volumetric loss determinations and replacement cost estimates that are based on the best available information and strategies. DEP staff corresponded with federal, state, and local agencies involved with storm recovery activities. Cost estimates were developed with the assistance of local sponsors and through supporting documentation provided by engineering consultants. These recommendations were developed as a guide to develop a recovery plan, and if implemented, accelerate the natural recovery of impacted beach and dune systems. Each proposed activity is presented by county with a listing of DEP Reference (R) monuments or specific project names and locations to identify project boundaries along the impacted shoreline. The storm recovery funds indicated are required in addition to any funding currently appropriated via the BMFA Program or requested in the LGFR process. Gulf Coast Beaches Manatee County Manatee County Shore Protection Project, R-12 to R36 The Manatee County Shore Protection Project is a federally authorized project and is therefore eligible for FCCE recovery funds should significant impacts be realized by a storm event. Based on initial assessments the Project did not receive significant erosion due to either Hurricanes Ian or Nicole. Recommend continued nourishment under normal management plan. No non-federal dollars needed outside of normal management programs. Coquina Beach Nourishment Project, R-33 to R41+305 The Coquina Beach Nourishment Project is managed by Manatee County. Based on pre/post beach width measurements and visual estimates of beach erosion, it is estimated there was approximately 2.5 cy per linear foot of sand lost along project area due to combined effects of Hurricane Ian and Hurricane Nicole, resulting in an estimated 19,500 cy of storm erosion (2.5 cy/ft * 7,800 ft = 19,500 cy). Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $2,517,350. Project may be FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $629,337.50. North End Longboat Key, R42 to R-67 The north end of Longboat Key is comprehensively managed by the Town of Longboat Key in coordination with Manatee County. Based on initial assessments the Project did not receive significant erosion due to either Hurricanes Ian or Nicole. Recommend continued nourishment under normal management plan. No non-federal dollars needed outside of normal management programs. Sarasota County Longboat Key Nourishment, R-1 to R-29 The Longboat Key Nourishment Project is comprehensively managed by the Town of Longboat Key in coordination with Manatee County and Sarasota. County. Based on initial Page 6 of 21 336 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 assessments, the Project did not receive significant erosion due to either Hurricanes Ian or Nicole. Recommend continued nourishment under normal management plan. No non-federal dollars needed outside of normal management programs. Lido Key Storm Damage Reduction Project, R-35 to R-44 The Lido Key Storm Damage Reduction Project is a federally authorized project and is therefore eligible for FCCE recovery funds should significant impacts be realized by a storm event. Based on initial assessments, the project did not receive significant erosion due to either Hurricanes Ian or Nicole. Recommend continued nourishment under normal management plan. No non-federal dollars needed outside of normal management programs. South Siesta Key Beach Nourishment Project, R-64 to R-77 The South Siesta Key Beach Nourishment Project is managed by Sarasota County. Based on pre/post beach width measurements and visual estimates of beach erosion, it is estimated there was approximately 17,856 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost to replace lost volume is $1,678,464. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $419,616.00. Venice Beach, Sarasota County Shore Protection Project, R-116 to R-133 The Venice Beach Nourishment Project is a federally authorized shore protection project managed by the USACE and the City of Venice. The project is federally authorized and is eligible for FCCE recovery funds. Based on initial assessments the project will likely qualify for FCCE funds as a result of impacts from Hurricane Ian. Recommend nourishment because of storm induced erosion. Project cost should be 100% covered under FCCE. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA, LGFR. No non-federal dollars needed outside of normal management programs. Manasota Key Beach Restoration and Nourishment, R-173.4 Sarasota County to R-15.3 Charlotte County The Manasota Key Beach Restoration and Nourishment Project is managed jointly by Sarasota County and Charlotte County. Based on pre/post beach width measurements and visual estimates of beach erosion, it is estimated there was approximately 36,400 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole in the Sarasota County portion of the project. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $3,421,600.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $855,400.00 Charlotte County Manasota Key Beach Restoration and Nourishment, R-173.4 Sarasota County to R-15.3 Charlotte County Page 7 of 21 337 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 The Manasota Key Beach Restoration and Nourishment Project is managed jointly by Sarasota County and Charlotte County. Based on pre/post beach width measurements and visual estimates of beach erosion, it is estimated there was approximately 67,920 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole in the Charlotte County portion of the project. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $6,384,480.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $1,596,120.00 Charlotte County -Stump Pass -Knight Island, R-9 to R-40.5 The Charlotte County, Stump Pass -Knight Island Nourishment Project is managed by Charlotte County. The project utilizes Stump Pass as a source of sand for nourishment on Manasota Key (Stump Pass State Park), Knight Island, and Don Pedro Island. Based on pre and post storm surveys it is estimated that the gross losses of all beaches in the project area is 174,138 cubic yards. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost of $4,440,519.00. Project is FEMA assistance eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $1,110,129.75. Lee County Gasparilla Island Shore Protection Project, R-10.5 to 24.5 The Gasparilla Island Shore Protection Project is a federally authorized project managed by the USACE and Lee County. As the project is federally authorized it is eligible for FCCE recovery funds. Based on initial assessments the project will likely qualify for FCCE funds based on impacts resulting from Hurricane Ian. Recommend nourishment as a result of storm induced erosion. Project cost should be 100% covered under FCCE. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Gasparilla Island State Park Nourishment Project, R-24 to R-26.5 The Gasparilla Island State Park Nourishment Project is managed by the Florida Park Service. The project is historically constructed in conjunction with the Gasparilla Island Shore Protection Project to save on dredge mobilization costs. The project has funding available for nourishment should the Gasparilla Island Shore Protection Project qualify for FCCE construction funding. No non-federal dollars needed outside of ongoing management programs. Captiva Island, Lee County Shore Protection Project, R-83 to R-109 The Captiva Island, Lee County Shore Protection Project is a federally authorized project but managed by the Captiva Erosion Prevention District (CEPD). The project was last nourished in 2021/22, under the CEPD. Currently, there are uncertainties whether the project will remain federally designated and therefore may not qualify for FCCE funds. Further, because the project is still technically federally authorized it is likely not eligible for FEMA recovery funds. Therefore, DEP is proposing to anticipate 100% non-federal funds for nourishment of Captiva Island following the impacts of Hurricane Ian. Based on initial surveys, it is estimated that project losses due to Hurricane Ian and Nicole are about 427,200 cubic yards of sand. Page 8 of 21 338 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $13,243,200.00. Project is not FEMA Category G eligible. 100% state/local share is $13,243,200.00. Sanibel North End Nourishment, R-110 to R-122 The North end of Sanibel Island is authorized for sand placement under the Captiva Island, Lee County Shore Protection Project's permit and under the Blind Pass Maintenance Dredging permit, but only to a southern terminus of R-118. Permit modifications may be necessary to authorize placement of sand to R-122 Based on initial surveys it is estimated that this area of shoreline lost approximately 212,000 cubic yards of sand due to Hurricane Ian and Nicole. The project may be FEMA Category B eligible, but no determination has been made to date. Recommend nourishment of the beach and dune system using sand obtained from Blind Pass Channel. Anticipated available volume is 120,000 cubic yards. Expected construction costs for nourishment is $3,180,000. Because of federal cost share uncertainties, recommend non-federal funds be provided for 100% of anticipated construction costs of $3,180,000. Sanibel Island, R-122 to R-173.5 There are no engineered beaches on this segment of Sanibel Island eligible for FEMA Category G recovery. It is unclear if any reaches of shoreline will be eligible for FEMA Category B emergency sand placement. To assist Sanibel Island in restoring the beach and dune system, recommend non-federal funding for sand placement densities using a calculation of six (6) cubic yards per foot of shoreline from R-122 to R-173.5. This would equate to approximately 51,500 linear feet of shoreline and total 309,000 cubic yards of sand. Based on project and regional comparisons, it is estimated that cost per cubic yard of sand could be $77 per cubic yard. Sand placement location and densities can vary based on areas of greatest need between R- 122 and R-173.5. Given this, it is recommended that the City of Sanibel or Lee County be provided a total of $23,793,000.00 in non-federal dollars to restore the beach and dune systems of the island. Estero Island Beach Restoration and Nourishment Project, R-174 to R-198 and R-203 toR- 207 The Estero Island Beach Restoration and Nourishment Project is managed by the City of Ft. Meyers Beach. Based on pre/post beach surveys, it is estimated there was approximately 221,000 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole in the project area. Based on FEMA estimates, only 146,251 cubic yards of sand will be funded under Category G or B. There remains a deficit of 74,170 cubic yards. Prior to Hurricane Ian this project was anticipated for construction in spring of 2023 and remains on schedule. Recommend nourishment as scheduled and fund additional losses not funded under FEMA as 100% state share. Based on anticipated construction costs, 74,170 cubic yards of sand will equate to approximately $1,891,335.00. Lovers Key and Bonita Beach, Beach Nourishment Projects, R-214.5 to R-220.5 and R- 226.5 to R-230 Lee County is the local sponsor for both beach fill segments. The county has a Management Agreement with DEP to maintain the beach on the Lovers Key State Park, and an Page 9 of 21 339 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Interlocal Agreement with the City of Bonita Springs to maintain Bonita Beach. Based on pre and post storm surveys the losses resulting from Hurricanes Ian and Nicole is estimated at 52,600 cubic yards of sand. It is estimated that FEMA will fund 12,200 cubic yards of the total losses, which leaves 40,400 cubic yards remaining to be funded. Prior to Hurricane Ian this project was anticipated for construction in summer of 2023 and remains on schedule. Recommend nourishment as scheduled and fund additional losses not funded under FEMA as 100% state share. Based on anticipated construction costs, 40,400 cubic yards of sand will equate to approximately $1,104,132.00 South Bonita Beach, R-230 to R-239.25 This is a stretch of previously unmanaged beach and contains no engineered beaches eligible for FEMA Category G funding. The City of Bonita Beach is seeking assistance in restoring dune losses on this section of beach. Recommend dune restoration from R-230 to R-239.25, using six (6) cubic yards per foot of shoreline. This totals 55,500 cubic yards of sand. Based on project cost comparisons this would equate to $4,495,500.00. Due to uncertainties in federal funding, recommend 100% state share of $4,495,500.00. Collier County Barefoot Beach, R-1 to R-9 This is a stretch of previously unmanaged beach and contains no engineered beaches eligible for FEMA Category G funding. Collier County is seeking assistance in restoring dune losses on this section of beach. Recommend dune restoration from R-1 to R-9, using six (6) cubic yards per foot of shoreline. This totals 54,000 cubic yards of sand. Based on project cost comparisons this would equate to $ $1,972,620.00. Due to uncertainties in federal funding, recommend 100% state share of $1,972,620.00. Vanderbilt Beach, R-23 to R-30.5 Vanderbilt Beach is managed by Collier County and is incorporated in the greater Collier County Nourishment Project. Based on pre and post storm surveys it is estimated this segment of beach lost 2,021 cubic yards of sand. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $111,821.93. Project is FEMA assistance eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $27,955.48. Pelican Bay, R-30.5 to R-36 The Pelican Bay segment of Collier County is managed by Collier County and is incorporated in part in the greater Collier County Nourishment Project. Based on pre and post storm surveys it is estimated this segment of beach lost 19,253 cubic yards of sand and has areas in need of protective dunes. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $703,312.09. Project is FEMA assistance eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $175,828.02. Page 10 of 21 340 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Park Shore, R-43.5 to R-54.5 Park Shore Beach is managed by Collier County and is incorporated in the greater Collier County Nourishment Project. Based on pre and post storm surveys it is estimated this segment of beach lost 8,382 cubic yards of sand. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $463,776.06. Project is FEMA assistance eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $115,944.02. Naples, R-58 to R-79 This segment of shoreline is managed by Collier County and is incorporated in the greater Collier County Nourishment Project. Based on pre and post storm surveys it is estimated this segment of beach lost 31,696 cubic yards of sand. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $1,753,739.68. Project is FEMA assistance eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $438,434.92. South Naples, R-79 to R-89 This is a stretch of previously unmanaged beach and contains no engineered beaches eligible for FEMA Category G funding. Collier County is seeking assistance in restoring dune losses on this section of beach. Recommend dune restoration from R-79 to R-89, using six (6) cubic yards per foot of shoreline. This totals 60,000 cubic yards of sand. Based on project cost comparisons this would equate to $2,191,800.00. Due to uncertainties in federal funding recommend 100% state share of $2,191,800.00. South Marco Island Beach Nourishment Project, R-144 to G4 The South Marco Island Beach Nourishment Project is managed by Collier County and is eligible for FEMA Category G funding. Based on pre and post storm surveys it is estimated this segment of beach lost 7,254 cubic yards of sand. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $401,363.82. FEMA non-federal cost share based on FEMA 75% and 25% state/local share is $100,340.96. Atlantic Coast Beaches Nassau County Nassau County Shore Protection Project, R-12 to R-34 The Nassau County Shore Protection Project is a federally authorized project managed by the USACE. As the project is federally authorized it is eligible for FCCE recovery funds. Based on initial assessments it is uncertain if the project will qualify for FCCE funds based on impacts resulting from Hurricane Ian and/or Nicole. Recommend nourishment due to storm induced erosion. Project cost should be 100% covered under FCCE. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Page 11 of 21 341 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Middle Amelia Island, R-34 to R-59 This is a stretch of previously unmanaged beach and contains no engineered beaches eligible for FEMA Category G funding. Nassau County is seeking assistance in restoring dune losses on this section of beach. Recommend dune restoration from R-34 to R-59. Based on a dune nourishment volume of approximately 72,000 cubic yards, constructions costs are estimated at $4,680,000.00. Project is likely FEMA Category B eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $1,170,000.00. South Amelia Island Beach Nourishment Project, R-59 to R-79 The South Amelia Island Beach Nourishment Project is managed by the South Amelia Island Shore Stabilization Association, Nassau County Board of County Commissioners, and by the Florida Park Service. Based on pre and post beach width measurements and visual estimates of beach erosion, it is estimated there was approximately 243,600cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $2,923,200.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $730,800.00 Duval County Duval County Shore Protection Project, R-31 to R-80 The Duval County Shore Protection Project is a federally authorized project managed by the USACE and the City of Jacksonville. However, the historically managed dunes from R-39 to R-80 are managed by the City of Jacksonville and are not a part of the federal authorization. As the beach berm portion of the project is federally authorized it is eligible for FCCE recovery funds. Based on initial assessments the project will likely qualify for FCCE funds as a result of impacts resulting from Hurricane Ian and/or Nicole. Based on pre and post storm surveys of the dune system it is estimated that 239,800 cubic yards of sand was lost due to hurricanes Ian and Nicole. Recommend beach and dune nourishment because of storm induced erosion. Beach berm project cost should be 100% covered under FCCE. Recommend funds for coverage of nourishing non-federal dunes. Estimated construction cost of the restoring the dune losses is $8,632,800.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 90% and 10% state/local share is $863,280.00. St. Johns County St. Johns County Dunes Project, R-1 to R46.4, R-67 to R-76, R-117 to R-122.37, R-151 to R-193.65, and R-197 to R-198.35 The St. Johns County dune segments are areas recently restored under FEMA Category B funds following severe beach and dune erosion by Hurricanes Matthew and Irma. Estimated losses from Hurricanes Ian and Nicole are 638,166 cubic yards of sand. Based on an average cost per cubic yard of sand at $50, the restoration of losses due to Hurricanes Ian and Nicole will be approximately $31,908,300.00. Page 12 of 21 342 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Recommend dune nourishment to restore volumes lost due to storms. Project is FEMA Category B eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $7,977,075.00. South Ponte Vedra Beach Restoration Project, R-76 to R-103.5 The South Ponte Vedra Beach Restoration project was initially constructed by St. Johns County in 2021/22. Based on pre and post beach surveys, it is estimated there was approximately 171,199 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $6,163,164.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $1,540,791.00. South Ponte Vedra and Vilano Beach Coastal Storm Risk Management Project, R-102.5 to R-117.5 The South Ponte Vedra and Vilano Beach Coastal Storm Risk Management Project is a federally authorized project managed by the USACE. As the project is federally authorized it is eligible for FCCE recovery funds. However, the project was already anticipated for construction in 2023 under FCCE funds. Recommend proceeding with nourishment. No non-federal dollars needed outside of normal management programs. St. Johns County Shore Protection Project, R-136.3 to R-150,6 Project is a federally authorized project managed by the USACE. As the project is federally authorized it is eligible for FCCE recovery funds. However, the project was already anticipated for construction in 2023 under FCCE funds. Recommend proceeding with nourishment. No non-federal dollars needed outside of normal management programs. Summer Haven Dune and Beach Nourishment, R-200 to R-209 This area is authorized for sand placement under several permits or projects. This stretch of shoreline should be eligible for FEMA funds. However, due to numerous breaches of the beach and dune system during storm events, most recently during Hurricane Nicole, activities are ongoing at this location. Furthermore, there are several studies either in process now, or will be conducted soon, that will evaluate options for better managemen� of this beach. No non-federal dollars needed outside of normal management programs or existing appropriations at this time. Flagler County North Flagler County Dunes, R-2.3 to R-11.8, R-15.9 to 24.3, and R47.9 to R-65 The North Flagler County Dune Project is managed by Flagler County. Based on pre and post storm surveys, it is estimated there was approximately 564,570 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend dune nourishment to restore volumes lost due to storms. Estimated construction cost is $39,519,900.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $9,879,975.00. Flagler County- Remaining Unconstructed Beaches Page 13 of 21 343 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 There are no other engineered beaches in Flagler County eligible for FEMA Category G recovery. Flagler County holds a Joint Coastal Permit for beach restoration and nourishment between R-64.5 and R-80 (North Reach) and R-94 to R-101 (South Reach). However, this project has not been constructed to date. The USACE holds a Joint Coastal Permit for beach restoration and nourishment from R-80 to R-94. This project has not been constructed to date. It is unclear if any reaches of shoreline will be eligible for FEMA Category B emergency sand placement. In order to assist Flagler County in restoring the beach and dune system, recommend non-federal funding for sand placement densities using a calculation of six (6) cubic yards per foot of shoreline covering the entire county, less above identified dune project. This would equate to approximately 60,000 linear feet of shoreline and total 360,000 cubic yards of sand. Based on project and regional comparisons, it is estimated that cost per cubic yard of sand could be $70 per cubic yard. Sand placement location and densities can vary based on areas of greatest need within the county. Given this, it is recommended that Flagler County be provided $25,200,000.00 in non-federal dollars to restore the beach and dune systems of the County outside of the North County Dunes Project. Volusia County There are no engineered beaches in Volusia County eligPDle for FEMA Category G recovery. It is unclear if any reaches of shoreline will be eligible for FEMA Category B emergency sand placement. In order to assist Volusia County in restoring the beach and dune system, recommend non-federal funding for sand placement densities using a calculation of six (6) cubic yards per foot of shoreline covering the entire county, less state and federal property. This would equate to approximately 185,000 linear feet of shoreline and total 1,110,000 cubic yards of sand. Based on project and regional comparisons, it is estimated that cost per cubic yard of sand could be $70 per cubic yard. Sand placement location and densities can vary based on areas of greatest need within the county. Given this, it is recommended that Volusia County be provided a total of $77,700,000.00 in non-federal dollars to restore the beach and dune systems of the County. It is anticipated that initially a portion of the total $77.7 million should be used for dune placement where needed and able. Additional funds upfront should be applied to conducting a study, design, and permitting of a full-scale beach restoration project. 40% of $77.7 million = $31,080,000. Phase 1 would fund initial dune placement activities above mean high water in areas of greatest need, and initiate design and permitting of a full-scale beach restoration project. Phase 2 would fund the beach restoration project. 60% of $77.7 million= $46,620,000 Brevard County Brevard County North Reach Beach Nourishment, R-1 to R-54.5 The Brevard County North Reach Beach Nourishment Project is managed by the USACE and Brevard County. As the project is federally authorized it is eligible for FCCE recovery funds. Based on initial assessments the project will likely qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment because of storm induced erosion. Project cost should be 100% covered under FCCE. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Page 14 of 21 344 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Brevard County Mid Reach Beach Nourishment, R-75.4 to R-118.3 The Brevard County Mid Reach Beach Nourishment Project is managed by the USACE and Brevard County. As the project is federally authorized it is eligible for FCCE recovery funds. Based on initial assessments the project will likely qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment due to storm induced erosion. Project cost should be 100% covered under FCCE. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Brevard County South Reach Beach Nourishment, R-118.3 to R-141 The Brevard County South Reach Beach Nourishment Project is managed by the USACE and Brevard County. As the project is federally authorized it is eligible for FCCE recovery funds. Based on initial assessments the project will likely qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment because of storm induced erosion. Project cost should be 100% covered under FCCE. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Brevard County Dunes- South Beaches, R-141 to R-213 The Brevard County Dunes- South Beaches Project is managed by Brevard. Based on pre and post storm beach surveys, it is estimated there was approximately 381,610 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend dune nourishment to restore volumes lost due to storms. Estimated construction cost is $26,712,700.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $6,678,175.00 Indian River County Sectors 1 and 2 Beach, R-3.5 to R-17 The Sebastian Inlet District manages Sectors 1 and 2 beaches. Based on pre and post storm beach surveys, it is estimated there was approximately 60,000 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to Storms. Estimated construction cost is $2,760,000.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $690,000.00. Sector 3 Beach, R-20 to R-55 Indian River County manages Sector 3 beaches. Based on pre and post storm beach surveys, it is estimated there was approximately 246,000 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Page 15 of 21 345 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $10,627,200.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $2,656,800.00. Sector 4 Dunes, R-55 to R-70 This is a stretch of previously unmanaged beach and contains no engineered beaches eligible for FEMA Category G funding. Indian River County is seeking assistance in restoring dune losses on this section of beach. Recommend dune restoration from R-55 to R-70. Based on a dune nourishment volume of approximately 220,000 cubic yards, constructions costs are estimated at $9,504,000.00. Project is likely FEMA Category B eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $2,376,000.00. Sector 5 beach, R-70 to R-86 Indian River County manages Sector 5 beaches. Based on pre and post storm beach surveys, it is estimated there was approximately 82,000 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $3,542,400.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $885,600.00. Sector 7 Beach, R-97 to R-108 Indian River County manages Sector 7 beaches. Based on pre and post storm beach surveys, it is estimated there was approximately 167,000 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $7,214,400.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $1,803,600.00. St. Lucie County Ft. Pierce Shore Protection Project, R-34 to R-41 The Ft. Pierce Shore Protection Project is managed by the USACE and St. Lucie County. The project is federally authorized and is eligible for FCCE recovery funds. Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment due to storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the BMFA program, LGFR. No non- federal dollars needed outside of normal management programs. St. Lucie South Beach Nourishment, R-98 to R-116 The St. Lucie South Beach Nourishment Project is managed by the USACE and St. Lucie County. The project is federally authorized and is eligible for FCCE recovery funds. Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Page 16 of 21 346 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Recommend nourishment because of storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Martin County Martin County Shore Protection Project, R-1 to R-25 The project is federally authorized and is eligible for FCCE recovery funds. Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment due to storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. MacArthur Dune Project, R-27 to R-34 This is a stretch of previously constructed but unmanaged beach and does not qualify as and engineered beach eligible for FEMA Category G funding. Martin County is seeking assistance in restoring dune losses on this section of beach under FEMA Category B funds. Recommend dune restoration from R-27 to R-34. Based on a dune nourishment volume of approximately 66,000 cubic yards, constructions costs are estimated at $2,153,580.00. Project is likely FEMA Category B eligible. FEMA eligible non-federal cost share based on FEMA', 5% and 25% state/local share is $538,395.00. Bathtub Beach and Sailfish Point Beach Nourishment Project, R-34.3 to R-40 The Bathtub Beach and Sailfish Point Beach Nourishment Project is managed by Martin County. Based on pre and post storm beach surveys, it is estimated there was approximately 53,920 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $3,281,571.20. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $820,392.80. Jupiter Island Beach Nourishment Project, R-73 to R-127.4 The Jupiter Island Beach Nourishment Project is managed by the Town of Jupiter Island. Based on pre and post storm beach surveys, it is estimated there was approximately 240,826 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost is $6,076,039.98. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $1,519,010.00. Palm Beach County Coral Cove Dune Nourishment, R-1 to R-7.5 The Coral Cove Dune Nourishment Project is managed by Palm Beach County. Based on pre and post storm beach surveys, it is estimated there was approximately 42,160 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Page 17 of 21 347 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Recommend dune nourishment to restore volumes lost due to storms. Estimated construction cost is $2,523,276.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $630,819.00. Jupiter Carlin Beach Nourishment Project, R-13 to R-19 The Jupiter Carlin Project is managed by the USACE and Palm Beach County. The project is federally authorized and is eligible for FCCE recovery funds. Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment because of storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. South Jupiter Dune Project, R-19 to R-26 The South Jupiter Dune Nourishment Project is managed by Palm Beach County. Based on pre and post storm beach surveys, it is estimated there was approximately 22,076 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend dune nourishment to restore volumes lost due to storms. Estimated construction cost is $1,363,413.76. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $340,853.44. Juno Beach Nourishment Project, R-26 to R-38 The Juno Beach Nourishment Project is managed by Palm Beach County. Based on pre and post storm beach surveys, it is estimated there was approximately 142,222 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost to restore volume lost is $2,844,440.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $711,110.00. Singer Island Dune Project, R-60.5 to R-65.7 The Singer Island Dune Nourishment Project is managed by Palm Beach County. Based on pre and post storm beach surveys, it is estimated there was approximately 18,926 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend dune nourishment to restore volumes lost due to storms. Estimated construction cost is $1,208,046.58. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $302,011.65. Reach 2 Dune Project, R-80.35 to R-82.2 The Reach 2 Dune Nourishment Project is managed by the Town of Palm Beach. Based on pre and post storm beach surveys, it is estimated there was approximately 15,000 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend dune nourishment to restore volumes lost due to storms. Estimated construction cost is $900,000.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $225,000.00. Page 18 of 21 348 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Mid -Town Beach Nourishment Project, R-89 to R-94 and R-95 to R-102 The Mid -Town Beach Nourishment Project is managed by the USACE and the Town of Palm Beach. The project is federally authorized and is eligible for FCCE recovery funds. Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment due to storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Reach 7, Phipps Ocean Park Nourishment, R-116 to R-127.5 The Phipps Ocean Park Nourishment Project is managed by the Town of Palm Beach. Based on pre and post storm beach surveys, it is estimated there was approximately 78,000 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost to restore volume lost is $1,560,000.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $390,000.00. Reach 9, South Palm Beach Dune Nourishment, R-134 to R-138 The Reach 9 Dune Nourishment Project is managed by the Towns of Palm Beach and South Palm Beach. Based on pre and post storm beach surveys, it is estimated there was approximately 20,000 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend dune nourishment to restore volumes lost due to storms. Estimated construction cost is $1,276,600.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $319,150.00. Ocean Ridge Shore Protection Project, R-153.2 to R-159 The Ocean Ridge Shore Protection Project is managed by the USACE and Palm Beach County. The project is federally authorized and is eligible for FCCE recovery funds. Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment as a result of storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Delray Beach Nourishment Project, R-175.3 to R-188 The Delray Beach Nourishment Project is managed by the USACE and the City of Delray Beach. The project is federally authorized and is eligible for FCCE recovery funds. Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment because of storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. North Boca Raton Beach Nourishment Project, R-205 to R-212.2 The North Boca Raton Beach Nourishment Project is managed by the USACE and the City of Boca Raton. The project is federally authorized and is eligible for FCCE recovery funds. Page 19 of 21 349 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment because of storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Central Boca Raton Beach Nourishment Project, R-216 to R-223 The Central Boca Raton Beach Nourishment Project is managed by the City of Boca Raton. Based on pre and post storm beach surveys, it is estimated there was approximately 46,170 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost to restore volume lost is $2,308,500.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $577,125.00. South Boca Raton Beach Nourishment Project, R-223.3 to R-227.9 The South Boca Raton Beach Nourishment Project is managed by the City of Boca Raton. Based on pre and post storm beach surveys, it is estimated there was approximately 61,452 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost to restore volume lost is $3,072,600.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $768,150.00. Broward County Deerfield and Hillsboro Beach Nourishment Proiect, R-5 to R-12.4 The Deerfield and Hillsboro Beach Nourishment Project is managed cooperatively by the City of Deerfield Beach and the Town of Hillsboro Beach. Based on pre and post storm beach surveys, it is estimated there was approximately 60,100 cubic yards of sand lost to the combination of Hurricanes Ian and Nicole. Recommend nourishment to restore volumes lost due to storms. Estimated construction cost to restore volume lost is $4,026,700.00. Project is FEMA Category G eligible. FEMA eligible non-federal cost share based on FEMA 75% and 25% state/local share is $1,006,675.00. Broward County Segment II, R-25 to R-41.3, R-51 to 53, and R-53 to R-72 The Broward County Segment II Nourishment Project is managed by the USACE and Broward County. The project is federally authorized and is eligible for FCCE recovery funds. Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment because of storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BMFA program, LGFR. No non-federal dollars needed outside of normal management programs. Broward County Segment III, R-85.7 to R-92, R-98.3 to R-128 The Broward County Segment III Nourishment Project is managed by the USACE and Broward County. The project is federally authorized and is eligible for FCCE recovery funds. Page 20 of 21 350 Hurricanes Ian and Nicole Recovery Plan, December 9, 2022 Based on initial assessments it is uncertain if the project will qualify for FCCE funds as a result of impacts from Hurricane Ian and/or Nicole. Recommend nourishment because of storm induced erosion as needed. Any project related costs on the local sponsor are eligible for cost share with the DEP through the BWA program, LGFR. No non-federal dollars needed outside of normal management programs. III. Summary In total, non-federal funds requested through this Recovery Plan totals $205,471,198.53. Areas without historical engineered and or managed beaches comprise approximately 68% of the total funds. For beaches without prior engineered or managed beaches identified in this plan, initial restoration of the dune or beach should be on a phased approach. Dunes should be restored as an initial restorative and protective measure, and with as minimal regulatory authorizations as necessary. However, a more long-term management strategy should be identified. Detailed planning and engineering tasks may be needed for each new project area to formulate the most cost-effective design, construction, and future management strategies. Existing projects make up the majority of projects requesting recovery funds through the Plan but make up only approximately 32% of the total funds requested. These projects are considered construction ready. Of the 70 areas identified in the Plan, 22 are federally authorized shore protection projects and are eligible for FCCE. To date of this writing, the list of these projects qualifying for FCCE funds is not available. The funds in the is Recovery Plan are requested outside of normal management programs. Page 21 of 21 351 In INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Assistant County Administrator / SANDRIDGE GOLF .. Date: June 12, 2023 To: The Honorable Board of County Commissioners Thru: John A. Titkanich, Jr., County Administrator Michael C. Zito, Assistant County Administrator From: Bela Nagy, Golf Professional Subject: Additional Service No. 3, for Additional Civil Engineering Services Sandridge Golf Club - New Clubhouse DESCRIPTION AND CONDITIONS: On October 1, 2021, Indian River County and Sandridge Golf Club entered into an agreement with Sun Patrick Architecture, Inc., DBA Sparcdesign for professional services for the Sandridge Golf Club Clubhouse through RFQ 2021020. Sparcdesign has submitted an additional service request #3 for additional scope of work to complete the Civil Engineering Design for requirements to Sprinkler the new clubhouse. It was discovered that the existing domestic water supply feeding the site was insufficient in size to meet the county requirements to serve the building's domestic water supply and the Sprinkler system. After the design was complete for a new 12" main on 58th Avenue, the County asked the design team to look at bringing the water main from a new location from 77th Street. Sparcdesign has proposed to perform this work as an additional service utilizing the terms outlined in the Agreement for Professional Services for Sandridge Clubhouse Architectural Design Services — RFQ2021020-Master Plan Study Phase dated October 1, 2021. The cost for Potable Water Extension Main Re -Design and Permitting is $10,175.00 and the cost for responses to Request for Additional Information will be performed for a "Not to Exceed" fee of $6,600.00. The General Conditions of the contract state "without invalidating the Agreement and without notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Written Amendment, a Change Order, or a Work Change Directive." There are no prohibitions in Florida Statute or the Purchasing Manual for a work order at this level of cost. Pagetwo C:\Granicus\Legistar5\L5\Temp\4134ce98-042e4593-860f-7f6a72b20535.doc 352 i Additional Service No. 3, Additional Civil Engineering Services Sandridge Golf Club New Clubhouse FUNDING: Funding for this Additional Service #3 is available in Account No. 418-169000-21018/Sandridge Golf Club New Clubhouse in the amount of $16,775.00. Descri tion Account Number Amount Sandrid e Clubhouse /Event Sp ace 418-169000-21018 $16,775.00 RECOMMENDATION: Staff recommends approving Additional Service No. 3 authorizing the $16,775.00 increase to the contract with Sparcdesign and authorizing the Chairman to sign the Additional Service #3 on behalf of the Board. The new total contract price will be $453,535.00 ATTACHMENTS: • Sandridge Clubhouse Architectural Design Services RFQ 2021020 — Master Plan Study Phase Executed Agreement • Additional Service #1, Master planning hourly not to exceed overage • Additional Service #2, Additional Civil Engineering Services request • Additional Service #3, Additional Civil Engineering Services request C:\Granicus\Legistar5\L5\Templet 134ce98-042e-4593-860f-7f6a72b20535.doc 353 AGREEMENT FOR PROFESSIONAL SERVICES for Sandridge Clubhouse Architectural Desiqn Services — RFQ 2021020 — Master Plan Study Phase THISAGREEMENT for PROFESSIONAL SERVICES ("Agreement"), entered;nto as of this 14 -0 -day of September, 2021 by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida, a chose address is 1801 27t'' Street, Vero Beach Ft. 32960 ("COUNTY"), and SUN PATRICiARCHITECTURE, INC, DBA sparcdesign ("Consultant"): ; BACKGROUND RECITALS: In accordance with the Consultants' Competitive Negotiations Acte Section 28?.ti Florida Statutes, the COUNTY solicited, evaluated and developed ranking' of firms to provide Sandridge Clubhouse Architectural Desigr Services ("Project"), based on statement of qualifications received in response ta; Request for Qualifications 20121020. B. As a result of its response, the County has selected Consultant to provide certain professional services relating to Sandridge Clubhouse Architectural Design Master Pian Study Phase Services ("Services") as more fully set forth in the Proposal for Mater Plan Study, attached as "Exhibit A" to this Agreement and made a part hereof by reference. , The Consultant is willing and able to perform the Services for the COUNTY on the terms and conditions set forth below; and t). The COUNTY and the Consultant wish 11i enter into his Agreemerrtt for the Consultant's Services for the Project. NOW THEREFORE, inrecognition and consideration of the above Recitals, which are not merely prefatory, but are incorporated by reference as though fully set forth herein and form part of the consideration, terms WW conditions of this Agreement, and in accordance with the mutual covenants herein contained and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged. the parties agree as follows: 1. GENERAL. 1.1 The Background Recitals are true and correct and form a material part of this Agreement. 1.2 All professional services provided by the Consultant for the COUNTY shall be as identified in Exhibit A. The parties agree that the not to exceed services rates in Section III. Payment and Compensation of Exhibit A are the basis to be used for billing purposes and that Consultant's compensation is the total lump sum as set fcrth in paragraph 5.1. Consultant's services will be performed in a timely, efficient, cost effective manner. In the performance of professional services, the Consultant will use that degree of care and skill ordinarily exercised by other similar professionals in the field under similar conditions in similar localities. The Consultant will use due care in performing its services and will have due regard for acceptable architectural design standards and principles. Consultant's standard of care shall not be 1 354 altered by `'te application, interpretatiof, or constructizan, c any other provision of this Agreement. 1.3 Additional services which would increase, decrease bt which are otherwise outside the scope of Services or level of effort contemplated by the Exhibits shall Services for which the Consultant must obtain the prior written approval of the COUNTY as provided by this Agreement. All terms for the performance of such Services must be agreed upon in a written document prior to any deviation from the terms of the Agreement, and when properly authorized and executed by both the Consultant and the COUNTY shall become an amendment to the Agreement. 2. COUNTY OBLIGATIONS. 2.1 The COUNTY will provide the Consultant with a copy of any preliminary data or reports available as required in connection with the work to be performed under this Agreement, together with all available drawings, surveys, right-of-way maps, and other documents in the possession of the COUNTY pertinent to the Project and as otherwise provided in Exhibit A. The Consultant is responsible for bringing to the COUNTY's attention, for the 1NTY's resolution, material inconsistencies or errors in such data that are made known to the Consultant, but Consultant is not responsible for discovering errors, omissions, or inconsistencies in the drawings or data provided. 2.2 The COUNTY shall arrange for access to, and make provisions for the Consultant to enter upon, public and private property (wrere required) as necessary for the Consultant to perform its Services, upon the timely written request of Consultant to COUNTY. 2.3 The COUNTY shall promptly execute all permit applications necessary to the Project. 2A The COUNTY shall examine any and all reports, sketches, proposals and other documents presented by the Consultant, and render, in writing, decisions pertaining thereto within a reasonable time. 2.5 Approval by the COUNTY of any of the Consultant's work, including but not limited to written reportsi or any work products of any nature whatsoever furnished hereunder, shall not in any Way relieve the Consultant of responsibility for the technical accuracy and adequacy of the work. Neither the COUNTY's review, approval or acceptance of, or payment for, any of the Services furnished under this Agreement shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement. The Consultant shall be and remain liable in accordance with all applicable laws for all damages to the COUNTY caused by the negligent performance by the Consultant of any of the Services furrished under this Agreement. 2.6 The COUNTY reserves the Managers for the specific Services in Manager shalt,: (a) act as the COUNTY' hereunder; transmit instructions to an right to appoint one or more County Project connection with this Agreement. The Project s agent with respect to the Services rendered d receive information from the Consultant; (c) 2 355 communicate the COUNTY'S policies and decisions to the Consultand- regarding the Services; and *determine, initially, whether the Consultant is fulfilOng its duties, responsibilities, and obligations hereunder. 7 The COUNTY shall give prompt writtertce to the Consultant whenever the �COUNI( observes or otherwise becomes aware of ar*►development that affects the timing or delivery=of the Consultant's Services. If the Consultant has been delayed in completing its Services through no fault or negligence of either the Consultant or any sub- consultant, and, as a result, will be unable i p perform fully and satisfactorily under the provisions of this Agreement, then the Consultant shall promptly notify the Project Manager. In the COUNTY's sole discretion, and upon the submission to the COUNTY of evidence of the causes of the delay, this Agreement shall be modified in writing, subject to the COUNTY'S rights to change, terminate, or stop any or all of the Services at any time in accordance with this Agreement. Z8 The Consultant shall not be considered in default for a failure to perform if such failure arises out of causes reasonably beyond the Consultant's control and through no fault or negligence of the Consultant. The parties acknowledge that adverse weather conditions, acts of God, or other unforeseen circumstances of a similar nature, may necessitate modifications to this Agreement. If such conditions and circumstances do in fact occur, then the COUNTY and Consultant shall mutually agree, in writing, to the modifications to be made to this Agreement. 3.1 The Consultant agrees to perform all necessary Services as outlined Ir Exhibit A, in connection with the assigned Project(s) as set forth it this Agreement. 32 The Consultant agrees to complete the Project in a timely manner and within a mutually agreed upon schedule, as may be modified from time to time. . a 3.3 The Consultant will maintain an adequate staff of qualified personnel and assign them to work on the project as necessary to complete the agreed Upon scope of services. 3.4 The Consultant will comply with all present and future federal, state, and local laws, rules, regulations, policies, codes, and guidelines applicable to the Services performed under this Agreement. 3.5 The Consultant, as a part of the consideration hereof, does hereby covenant mid' agree that: (1)`th connection with the furnishing of Services to the COUNTY hereunder, ho person shall be excluded fr`,participation in, denied the benefits of,, or otherwise subjected' to discrimination in regard to the services to be performed bye Consultant under this Agreement on the grounds of such person's race, color, creed, national origin, religion,. physical disability, age or sex; and (2) the Consultant shall comply with all existing requirements concerning discrimination imposed by any and all applicabe local, state, and federal rules,.: regulations, or guidelines, as such pules, regulations, or guidelines may be from time to time 3 356 amended. 3.6 Tho Consultant shall, during the entire term of this Agreement, procure and keep infull force, effec4 and good standing any and all necessary licenses, registrations, certificates, permits, and anyrand all cher authorizationitft are required by local, state, or federal law, in order for the Consultant to, ,render its Services as described in this Agreement. The tOnsultant shall also requiresub-consultants to comply by contract with the provisions of this section. 3.7 The Consultant will cooperate dully with the COIN in cater phases of the work may be properlyscheduled ond coordinated. 3.8 The Consultant will cooperate and coordinate with other it NTY consultants, as directed by the C LINTY. 3.9 The Consultant shall report the status of the Services under 40AAgreement to County Project Manager upon request and hold all related work open to the review the County Project Manager (' his authorized agent at any time, upon reasonable request. 3.10 All documents, reports, field books, survey notes and information, and other data developed by4he Consultant for the purpose qf t#ft Agreement, are and shall remain the :property of the COUNTY. The foregoing itemi will . eated, maintained, updated, and provided in the format specified by the County. Wherall work contemplated under this Agreement is complete, all of the above data shall be delivered to the County Project Manager.- 3.11 The Consultant will confer with the COUNTY during the project(s) for ohich this Consultant has provided Services, and the Consultant will make corrections: to Consultant's Work Product, based on the Scope of Services Defined in Exhibit additional cost to the CONI', within thirty (30) calendar days of notice by th&COU or upon a determination of the Consultant that corrections are needed, whichever event a first occur. 312 The Consultant agrees to maintain complete and accurate books and records ("Books"', In accordance with sound accounting principles and standards for all Services, costs, and expenditures under this. Agreement: The Books shall identify the Services rendered during each month of the Agreement °tend the date em# type of each Project -related expense. The COUNT'S Shall have the right, at any reasoh able time and through any of its designated agents or representatives, to inspect and audit the Books for the purpose of verifying the accuracyf any invoice. Tie CONSULTANT shall retain the Books, and make them available to the COUNTY as specified above, until the later of three 3) years after the date of termination of this Agreement, or such longer time if required any federaly state, or other governmental law, regulation, or grant requirement. 143 "Me Consultant shall rant assign or transfer any work under this Agreement without the prior written consent of the COUNTY. However, the Consultant is permitted t retain sub -consultants to perform work under ,Agreement. When applicable and upon receipt of such consent from the COUNTY, ° Consultant shall cause the names of tho 357 professional subconsultant fir=reports esponsible tote major portions of each separate specialty of the work to be inserted on or other data. &114 AN ODeuments, prepared by the Consultant pursuant to this Agreement are related exclusivelikWhe Settees described herein and are lot intended or repre to be suitable for reuse: tFte GOf? , thers on any other projeat Reuse of any cuments prepared by the Consultant 10,0rohibited and shall be a the~ +OUNTY's Iisk. The Consultant shall not be held liable for any modifications madO, to the documents ljr others, 3.1-5 Consultant is registered with and will use ti* Department dkonellaft Security's S-Verify s st y fy y www.e-'rify.gov) to confirm the employment eligibility of ail newly," employees�'f�e duration of this agreement, as required by Section 448.095, E.$. Consultant is also responsible for obtaining proal E-verify registration and utilization for all subconsultants. 4. TERM: TIME FOR COMPLETION. 4.1 The time for completion of the Project shall be defined in'"044 5. COMPENSATION. I ThoCOUNTY shall pay Cdonsultant a mutually agreed professional fee of TWENTY THOUSAND DOL to be paid'javrionthly installments or on a deliverable basis; all as set forth in Exhibit A. Invoices shall be submitted to the County Project Manager, In detail sufficient for proper prepayment and post payment audit. Upon submittal of a proper invoice the County Project Manager will determine if the tasks or portions thereoft'tave been satisfactorily completed. Upon a determination of satisfactory completion, the County Project Manager will authorize payment*be made. All payments for services shall be made to the CONSULTANTS , NTY in accordance with the Florida Prompt Payment Act, as may be amended° ` to time (Section 218.70, Florida Statutes, et seq.) 6.1.1 " Consultant acknowledges and agrees thatil, will not be reimbursed for travel within the State of Florida, except for standard government" mileage rags for the Architect's employees and consultants, associated with its Services tuft 0ft Project: 5.11.2 The COUNTY shall make direct payment of all permit fees .p aid to regulatory ry agenoWIN approvals directly attributable to the Services under the Project. These permit rw.tnclude those permits required for any construction contractor. 62 The COUNTY may at any time notify the Pnsultant of requested changes 16 the Services, and thereupon the COUNTY'-a*'ser rinsultant shall execute a mutually agreeable amendment to this Agreement. 5.3 The COUNTY shall ttave the sole right to or eliminate, in whole or'in part, ail matin of the Services under'EExhibit A at any time ' any reason, upon written potice to the Consultant specifying the nature and extent. reduction.. 4n such ever, the 3�8 'Consultant shall be paid 'for the Services already ; remaining to be done and not reduced or eliminate: laft in fthis Agreement. firmed and also- ►,f the Services Upon submission o(Invoices, as set 5.4 The COUNTY "' and forlr►'reason, direct the Consu suspend Service ,Whole o Oder this Agreement. _ h direction shall be in and shall specify . stopped .Tim Consultant sp e� -� triad' duel which Services shat shall resume its Services upon the date specified, or upon other date as the COUNTY riay thereafter specify in writing. Where the COUNT "has suspended the services under this Agreement for a period in excess of six (6) months, compensation of Consultant for such suspended Services may subject to modification. The period during which the Services are stopped by the 06111)0" shall be added ft the of performance of this Agreement. 6. ADDITIONAL WORK. 6.1 ff, services in addition to the Services provided'hereunder are required or desired bythe County in connection with the Project, the icOUNI-4 may, at the sole option of the COUNTY: separately obtain same outside of this Agreement; or request the Consultant to provide, either directly by the Consultant.i F:1_3 sub -consultant, such additional services by a written amendment to this Agreement. 7. INSURANCE AND INDEMNIFIQ'N. 7.1 The Consultant shag not commence work d# this Agreement until it has obtained all insurance required under this Agreement and such insurance has been approved by the County's Risk Manager. 1.2, Consultant's insurance coverage shall be prim 7.3 All required insurance policies shad be placed with insurers licensed to do business in Florida and vAth.a Bust's rating of A Vgeor better. 7A The insurance policies procured shall be occurrence forms, not claims made polio the exceptionof professional liability. 7:5A certificate of insurance shall be provides;( #o the County's Risk Manager for review and oval, ten (10) days prior to commencement of any work under this Agreement. 7 hiCOUNTY shall be named as an additional insured on commercial general liability policy. 7.6 The insurance companies selected shall send written verification to the County Risk Manager that they WN. -provide 30 days prior written notice to the , tsk Manager of its intent to cancel or, modify any required policies of insurance. 7.7 Consultant shallinclude all sub-consultan insu ced under fptcies or shah famish separate certificates and endorsements for each tub -consultant AM coverages for sub -consultants shall be subject to all of the requirements stated herein, s 359 7.8 Consultant agrees that it now carries Md will continue carry during the performance of this Agreement, at its own expense, the applicable '�surance policies indicated below, with limits not less than those specified. Any insurance orb "claims made" basis shall be maintained for at least 3 years after completion of the Services. A. Worker's Compensation — Statutory F.�mployer's Liability - X1,000,000 per occurrence V, Commercial Generig and Contractual Liability — �i4 00,000 per occurrence DL Automobile Liability -$1,000,000 per occurrence ,. Umbrella Liability - }0,000 aggregate (in excess of ;, . and D-, P. Professional Liabilitf - $4,000,000 per claim/aggregate. 7.9 The Consultant shall indemnify and hold harmless the f0jt'Y, and its officers and employees; from liabilities, damages, losses, and costs, including, not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. 8. TERMINATION. 8,1 This Agreement may be terminated: )by the COUNTVr6V*Vymmn, upon thirty (30days' prior written notice to the Consultant; or (b) by the Consultant, W any reason, upon thirty (30) days' prior written notice to the COUNTY or (c) by the mutual Agreement of the parties; or (d) as may otherwise be provided below. in the event of the termination of this Agreement, any liability of one party to the other arising out of any Services rendered, or for any act or event occurring prior to the termination, shall not be terminated or released. 8.2 In the event of termination by the COUNTY, the COUNTY#hall be obligated to pay the Consultant for those portions of completed work previously authorized under this Agreement. Such payment shall be determined on the basis of the percentage 0 work performed by the Consultant, up to the time of termination. In the event of such termination,., the COUNTY may, without penalty or other obligation to the Consultant, elect to employ other persons to perform the same or similar services. 8.3 In addition to the termination rights set forth ht 9.1; the obligation to provide services ;under this Agreement may be terminated by either party upon seven 7 days prior written notice in the event of substantial failure by the other party to perform lin,accordance with the terms of this Agreement through no fault of the terminating party. 8.4 110 the event that the Consultant merges with another company, becomes a subsidiary"of; dr makes any other substantial change in structure, the COUNTY reserves the right to terminate this Agreement in accordance with its terms. $,5 In the event Q# termination of this Agreement, the Consultanl�` agrees to surrender any and all documents prepared by the ConsLItant for the COUNTY cIiWnnection with this Agreement, 7 [c1S11 8.6 The COUNTY may terminate this Agreemeht for refusal by the Consultant to allow public access to all documents, papers, letters, or other material subject to the , ovisions -of Chapter IT9 Florida Statutes and made or received by the Consulta t :;rn tonjunctiort with this Agreement_ i 8.7 11W COUNTY may terminate this Agreement ] } Consultant submits an intended false invoice to the COUNTY. 8.8 TERMINATION IN R ARDS TO 287.436: Consultant certifies that it and those related entities of Consultant as defined'' by Florida law are not on the Scrutinized Companies that Boycott Israel List, created pursuantto s. 215.4725 of the Florida Statutes, and are not engaged in a boycottbf Israel. hrilddition, R this agreement is,�forgoods or services of one million dollars or more,Consultant Certifies Neat it and those related entities .4 Consultant as defined by -Florida law are not an 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. .1 COUNTY may terminate this Contract if Consultant is found to Have submitted a false certification as provided `ander 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 U..q er.been engaged in business operations in Cuba or Syria, as defined by section 287.1351 Florida Statutes, 8.8.2COUNTY may terminate this Contract if Consultant, 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 2%.4725, Florida Statutes. 9. TRUTH -IN -NEGOTIATION CERTIFICATE:• CONTINGENCY FEES. 9.1 Execution of this Agreement by the Consultant shall act as the execution of a truth -in -negotiation certificate certifying that the wage rates and costs used to determine the compensation provided for in this Agreement are accurate, complete and current as of the date of the Agreement. The original contract price and any additions thereto will be adjusted` to exclude any significant sums by which the COUNTY determines the contract price was increased due to inaccurate, incomplete, or noncurrentwage rates and other factual unit costs. All such contract adjustments must be made within 1, ,,,year following the end of the contract. COUNTY has the authority and right to audit Consultant's records under this: provision' The COUNTY does not hereby waive any other right it may have pursuant to Section 287.1 ¢ Rorida Statutes, as it may be from time- to -time amended. 9: Pursuant to, the Consultants' Competitive Negotiations Act, section 287.055,the Consultant warrants that it has not employed or retained any company or person other than a bona fide employee working solely for the Consultant to eolicit or secure this Agreement and that it has not paid or agreed to pay any company or person- ;ether than a bona fide employee working solely for the Consultant any fee, commission, percentage fee, gifts or any other considerations, contingent upon or resulting from the award or making of fI . 361 I f 'this contract. For breach of violation of this provision, the COUNTY shad have the rf-ht to terminate this Agreement without liability and, at its discretion, to deduct from the contract price, for otherwise recover, #a full amount of such fee, commission, percentage, gift, or consideration. 10.1 Independent Contractor. It is specifically understood and acknowledged by, parties hereto that the Consultant or employees or subconsultants of the Consultant are in no way to be considered employees of the COUNTY, but are independent contractors .performing solely under the terms of the Agreement and not otherwise. W2 Merger. Modification. This Agreement incorporates and includes all prior and contemporaneous negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, ;or understandings of any nature whatsoever concerning the subjectimatter of the Agreementl"that are not contained in this document. Accordingly, it is agreed that no deviation from the terms hereof shall tie predicated upon any prior or contemporaneous representations & agreements, whether oral or written. No alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing and signed by the Consultant and the COU, NTY; 10.3 Governing Law, Venue. This Agreement, including all attachments hereto, shall be construed according to the laws of the State of Florida Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Agreement shall be in Indian River County, Florida, or, in the event of federal jurisdiction, in the United States District Court. for the Southern District of Florida. The prevailing party in any lawsuit arising out of or related to this Agreement shall be entitled to recover its reasonable attorney's fees and costs, including fees and costs through appeal. The parties expressly and voluntarily waive any and all rights to trial by juicy in connection with any, litigation arising out of or related to this Agreement. 10.4 Remedies; No Waiver. All remedies provided in this Agreement shall be deemed cumulative and additional, and not in lieu or exclusive of each other or of any other remedy available to either party, at lawo'ti1 equity. Each right, power and remedy of the parties provided for in this Agreement shall be OUMulative and concurrent and shall be io addition to every other right, power or remedy provided for in this Agreement or, now or hereafter existing at law or in equity or by statute or otherwise. The failure of either party to insist upon compliance by the other party with any obligation, or exercise any remedy, does not waive the ri to saR ie tie event of a continuing or subsequent delinquency or default. A party's waver 'of' one or tnore defaults does not constitute a waiver of any other delinquency or default: if any legal action or other proceeding is brought for the enforcement of Agreement or because of an alleged dispute,breach, default or misrepresentation k1i connection with any provisions of this Agreement, each party shall bear its ocosts. 10.5 Severability. If any term or provision of -this Agreement or the application thrf to any person or circumstance shall, to any extent, be held invalid or unenforceable for lllitie 9 _. 362 remainder of thus A§MOIrftnt, tliftthe application of such term or provision to persons or circumstances other than those Wto which it is held invalid or unenforceable shall not be affected, and s►Yery other term an4 ,'provision of this Agreement shall be duet# valid and enforceable to extent permitted 'fti:6 baiability of Funds. The obfiga#ions of the , under this Agreement are subject 111b the availability of funds lawfully appropriated fQ0 its purpose by the Board , Commissioners of Indian River County, 1t3 -,T No Pled ne of Credit, The onsultarl pledge the make it a guarantorbf p2tjfrite t or surety for any debt, obligations* Un or any form of indebtedness. 10.4 Public Records. -# public agency subject to Chapter 'tom Florida Statutes. The Consultant shall t~lorida's Puolia Records Law. Specifically, the Consultant shall 10.8.1 , es lnaintail public records required l perform the service. flrt 2 request from the COUNTY's Custodian df Public Records, provide theOMM,with a copy of the requested records or allay the records,46- Ib inspected or, . ;within a reasonable time at a cost that does W exceed the cost provided in ChMpAW 119 or as otherwise provided by law, 10.8.3 Ensure that public records that are Ixempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration ofthe contract term and following completion of the contract if the Consultant does not transfer the records to the COUNTY. A4 Ippon completion of the contract, transfer, at no cost, to the COUNTY all public records in possession of the Consultant or keep and maintain public records required by the COUNTY to perform the service. If the Consultant transfers all public records to the COUNTY upon completion of the contract, the Consultant shall destroy,any duplicate public records that are exempt or confidential and exemo from public: records disclosure requirements. If the Consultant keeps and maintains ;public records._;upon completion- of the contract, the Consultant shall meet all applicable requirements. for retaining public records. AN records stored; electrorfcally mom; provided to the COUNTY, upon request from the Custodian of PuMc Records, in 0 format that is compatible with the information technology systems of the lNTY. IF - TAT HAS NS R-0 ARDII APPLI 'T'� : WTER- "MOM „ CONSULTAMM WMT TO T I"* 100""W1 +off '� .. . HIM (7-72) 226-1424 Jo 30 12ub11crecordsWrcgov.com Indian River County Office of the County Attorney 1801 27th Street V+o Beach, FL 32980 10.9 Notices: Any notice, request, demand, consent, approval, or other communication required or permitted by this Agreement shall be given or made in writing and shall be served, as elected by the party giving such notice, by any of the following methods: Hand delivery to the other party; Delivery by commercial overnight courier service; i } Mailed by registered or certified mail (postage prepaid), return receipt requested to addresses of the parties shown below: lri Indian River County Attn: Bela Nagy, Direr of Golf Sandridge Golf Club 15300 73rd Street `Vero Beadle Ft 32967 `Email: bnagy(c-)-ircgo ; 1Sun Patrick Architecture, Inc. 'bBA, sparcdesign Attn: Sean Patrick Sukhu 3021 Jupiter Park Circle Suite 102 Jupiter, FL 33458 Email: sean()sparcdesian.us 1Q;I0 Surviv I. Except as otherwise expressly _„gl p p y provided herein, each obligation in this Agreement "to be performed by Consultant shall survive the termination or expiration of this Agreement. Notices shall be effective when received at the address as specified above. Email transmission is acceptable notice effective when -=received, provided, however, tE'�email transmissions received after 5:00 ;pry,gr on weekends or holidays, will be deemed received on the next dayrthat is not a weekend day or a holiday. The original of the notice must additionally be mailed. Either party may change its address, for the purposes of this section, bywritten notice to the other party given in accordance with the provisions of this section. 1'Q --AI Construction. Tlf* adings of the sections of this Agreement are for the moose of convenience orty, And shall not be deemed to expand, limit, w modify the provisions contained in such Sections. All pronouns and any variations thereof shall be deemed to refer to the masculine, feminine or neuter, singular or plural, as the identity of the party or parties may require. The parties hereby acknowledge and agree that each was properly represented by counsel and this Agreement was negotiated and drafted at arm's- length so that the judicial rule of construction to the effect that a legal document shall be construed against the draftsperson shall be inapplicable to this Agreement -,-.Proposal for Master Plan Study 13 366 L Master Plan Study Facilities a. New Clubhouse b. Expanded Paved Parking ,= qm" Food and beverage service It. "-*o** iWc services Itaitase ii -»I Ydesign-4*wette/programming: (Part of Phase 1 was included in the RFQ response to RFQ 2021020) i. Kick off charette - sparcdesign will schedule a one -day working session with the design committee and staff to kick off the master plan process. This will include a round table discussion to review the current planning ideas on the different facilities to be studied, interviewing appropriate staff, photographing, and doing some preliminary overlay sketches and concepts distilled from the meetings., Other goals will be to begin developing programmatic requirements for each of the facilities to be studied. We will also discuss overall project goals and outline a project schedule. We will discuss delivery methods and materials the county requires for presenting to the Sandridge Design Committee. b. Phase 11- Programming and masterplan solutions (Part of Phase II was included in the RFQ response to RFQ 2021020) , . i. Programming - Following the team's initial kick off-, sparcdesign will create a running meeting agenda and begin to formalize the project schedule and prograns requirements for each facility. Refined programmirxj,fer each project ill include the following 1. Identify each project/facility type and gather relevant programmatic information for each existing space 2. Establish goals and objectives specific to each project type/space 3. Discuss Strategies for implementing goals and objectives based on strategic planning cmd,,master plan sketches. 4. Discuss overall project budget , 5. Program Document summarizing;information gathered from Phase 1-2. Master Plan solutions- Once the program for the master plan is developed sparcdesign will proceed with developing refined master plan sketch solutions. We will study to int existing site plan and develop solutions to integrate the master plan;program. TI -is will include studies on how the proposed facilities will Impla ct the existing property. A site analysis of the different opportunities gttd constraints available. A parking analysis will also be included stuclyinq#iC current and future parking counts affected by the master plan study. `oaring this phase we will translate the program requirements for thefacility improvements into conceptual floor plans to inform the building sites �Md placement onsite. We will include up to (t) options for the site and floor plan studies in the base fee. During this phase we will also utilize concept photos of similar types of projects to help summarize the club's goals in a visual manner. .p a rc es �:1� 369: ar .3- p:: design Phase 111 - Schedule and Budget Verification f,. Based on the Phase 11 outcomes, sparcdesign along war the Chun s leadership use the Tient approved solutions to create a conceptual Masterpice dufiCr; .. document implementation through ±nstruction. We will also produce a conceptual budget based on the Opp oved solutions and historical construction cost data. The information timet this phase will be integrated into the program document noted in RAM ll. d. Phase IV - Presentation Package i. With information developed from Phase 1, II and III sparcdesign will produce presentation materials in order to communicate the ideas gathered for the master plan study. n Study materials . program document as noted in Phase II and III above -iii, Conceptual site plan Conceptual floor plan Conceptual Elevation study-. 4 3D conceptual renderings are avabble ati quest as an additional service. (See paragraph Ill.e) #k esentation (Optional) included in the base services. Available at request for Board Iresen#rty: Wolneetings, focus groups, etc. Will be billed hourly as requested -Schematic Design —1ponstruction AdmIni*aHon (TBD) la 000*ded In MasterVan service, f1lose VI, Schematic Design through construction Administrrltion services wd be defined in a separate proposal once the master plan phase is approved and the final scope of services for Jhe project is defined. See paragraph IIJ.iii for estimated professional fees -Schematic Design through Construction Administration Phase. ii, Professional and consulting services to be included under the Phase VI agreement: j. Architectural +. Structural Engineering "eating, Ventilating and Air Conditioning (HVAC) Engineering iltbing Engineering ` trical Engineering b. LJOWscape Arch iteGturBl.Pi�. . 7 ineerin OeooDesign P. (141c.Ir+eo Design Consulting 10. ACrou!Mcal Design Consulting 370. ).ire III. Payment and Compensatk a. The owner shall pay the Architect an initial payment of ($2,500) as a minimum payment under this agreement. The initial payment shall be credited to the final invotee. b. Basic Services as outlined in paragraphr,`11 above, as authorized in writing by the client, for the hourly fee, Not to Exceed listed below, plus reimbursable expenses. i. Phase I - Services Not to exceed $2,000.00 ii. Phase Il.i - Services Not to exceed $2,000.00 iii. Phase Ilii -Services Not to exceed $15,000.00 iv. Phase III - Services Not to exceed $1,000.00 V. Phase IV - Services Not to exceed $5,000.00 vie, Ftmpe V - Services See Estimate worksheet $0.00 Total 25,000.00 c. Reimbursable Expense i. Additional costs and expenses (i.e., large format drawing copies, color prints, courier's/delivery, and mileage) will be billed at a multiplier of 1.1 times the amounts expended by the Architect, the Architect's employees, and consultants in the interest of the project. d. Additional Services #; The following are not part of Basic Services but can be added to the Scope of for additional services at the client's request. . Arty services not included in the Se of Services, Paragraph II. Preparation of agency submittals and attendance at hearings/meetings required for government approvals 3. Conceptual 3d renderings (estimated cost $2,500.00 per vie4 4. Virtual walk-thru conceptual videos 5. Preparation and printing presentation booklets/large format prints. Additional services hourly rates, Principal $225/hour, Project Manager X185/hour, CAD drafter $90/hour and clerical $65/hour. OIL For.consultant additional service% as authorized by the Client, I tpensation shall bet mputed ouo, Q;tpultiple of 1.1 times the amount billed to the Architect for such services. 1Y; 4mhbrMV146lhs a. PURSUANT'tkr RCNITE RESPONSIBLE PRS: FMIHICIE PROFESSIONAL SERVII IT AGREES T spa e1i - :. , 372 e6q0ftraowledges that design and construction projects are proniib changes in the scope of work for a variety of reasons and that a contingence: be budgeted 10 cowdance with the standarc*,afcare normally associated a projG#;+Sif ttds implexity.q location. In order Wr Owner to obtain a benefit of a fee which Is *t lesser allowance for funding .risk, The Owner agrees to limit the Architect IiabNity arising from professional acts errs;grtd omissions such that the total lioblity Authorization to provide the above services: Sinc rely, Sean PSukhu, Partner Owner Signature and date August 8,2022 The Owner: Bela Nagy, Director of Golf, PGA c/o Indian River County Purchasing Division 1800 2711, Street Vero Beach, Florida 32960 The Architect: Sun Patrick Architecture, Inc. DBA: sparcdesign 3021 Jupiter Park Circle, Suite 102 Jupiter, FL 33458 RE: Sandridge Golf Club New Clubhouse sparcdesign project 2021.159 Additional Service #2, Additional Civil Engineering Services Dear Mr. Nagy: We are submitting this additional service request for additional scope of work to complete the Civil Engineering Design for the New Clubhouse. The additional scope of work arose as a result of coordination with County Engineering for requirements to Sprinkler the new clubhouse. It was discovered that the existing domestic water supply feeding the site was insufficient size to meet the county requirements to serve the building's domestic water supply and the Sprinkler system. As a result, a new water supply service will need to be designed leading from the main supply on 58th avenue to the site. The tasks are outlined below for the design of the new system. Task F: Potable Water Extension Main Design Task G: Permitting Task H: Responses to Request for Additional Information We propose to perform this work as an additional service utilizing the terms outlined in the Agreement for Professional Services for Sandridge Clubhouse Architectural Design Services - RFQ2021020-Master Plan Study Phase dated October 1, 2021. We propose to perform Task 'F' and 'G' work for a fixed fee of eleven thousand two hundred twenty dollars ($11,220). We propose to perform Task 'H' work for a "Not to Exceed" fee of six thousand six hundred dollars ($6,600). Feel free to contact me with any comments or questions you have. Acceptance of this proposal may be indicated by signing, dating, and returning (1) copy of this letter. APPROVED AS TO Sincerely, LEG L. £. lot, San khu,Parfner •r,�t +••UNT F = N Attest: Jeffrey R. Smith, Clerk of Cr/ Circuit Court and Comptroller Client Signature and date Peter D. 0'Br an, Chairman ��'�''�._ •'� nn a name and title a, -� o`` Deputy Clerk 3021: Jupiter Park Circle Suite 102: lupittbi' Florida :5.61.203.7539.: vVWW-,s aredesj P n.us :.: May 11,2023 The Owner: Bela Nagy, Director of Golf, PGA c/o Indian River County Purchasing Division 1800 27th Street Vero Beach, Florida 32960 The Architect: Sun Patrick Architecture, Inc. DBA: sparcdesign 3021 Jupiter Park Circle, Suite 102 Jupiter, FL 33458 RE: Sandridge Golf Club New Clubhouse sparcdesign project 2021.159 Additional Service #3, Additional Civil Engineering Services - water main re -design Dear Mr. Nagy: We are submitting this additional service request for additional scope of work to complete the Civil Engineering Design for the New Clubhouse. The additional scope of work arose as a result of coordination with County Engineering for requirements to bring a new water service to the clubhouse. After the design was complete for a new 12" main on 58Th avenue, the county asked the design team to look at bringing the water main in from a new location to avoid cutting the road on 58th avenue. Task I: Potable Water Extension Main Re -Design Task J: Permitting Task K: Responses to Request for Additional Information We propose to perform this work as an additional service utilizing the terms outlined in the Agreement for Professional Services for Sandridge Clubhouse Architectural Design Services - RFQ2021020-Master Plan Study Phase dated October 1, 2021. We propose to perform Task'I' and 'J' work for a fixed fee of eleven thousand two hundred twenty dollars ($10,175). We propose to perform Task 'K' work for a "Not to Exceed" fee of six thousand six hundred dollars ($6,600). Feel free to contact me with any comments or questions you have. Acceptance of this proposal may be indicated by signing, dating, and returning (1) copy of this letter. Sincerely, San khu, Partner qA Sheriff Eric Flowers 1** * Indian• Office f June 13, 2023 The Honorable Joe Earman Indian River Board of County Commissioners 180127th Street Vero Beach, FL 32960-3388 Re: Forfeiture Trust Fund Dear Chairman Earman: Florida Statute 932.7055, the Florida Contraband Forfeiture Act, provides that proceeds and interest earned from the forfeiture of real or personal property shall be used for providing additional equipment and may not be used to meet normal operating expenses of the law enforcement agency. These funds are the direct result of our deputies' diligent law enforcement efforts and are derived mainly from drug related offenses. None of the funds are derived from county tax dollars. Additionally, the statute requires that no less than 25% of forfeiture proceeds within a fiscal year must be expended or donated to support the operation of any drug treatment, drug abuse education, drug prevention, crime prevention, safe neighborhood, or school resource officer programs. The law enforcement agency has the discretion to determine which progam(s) will receive the designated proceeds. Pursuant to the above statute, I am requesting that $215,034 from our Law Enforcement Trust Fund be used to purchase equipment and support the programs and agencies listed below: $204,534 to be used for the purchase of equipment and protection for both Law Enforcement and Corrections, as well as life-saving supplies for the Indian River County public. $1,000 will go to the Executive Roundtable of Indian River County, Inc. Their mission is to identify solutions that will protect and enhance the lives of Indian River County children, individuals, families, and seniors. $1,000 will go to Treasure Coast Crime Stoppers to help solve crimes. Approximately 22% of all tips result in arrests. Currently, many leads are being investigated. $1,000 will go to A Child is Missing to support their high-speed telephone alert system. This alert system is initiated within Indian River County when a child is reported missing. $1,000 will go to the Mental Health Collaborative. Their mission is to establish a continuation of care for mental health. Their goal is to increase access, decrease duplication and facilitate community wide support of mental health issues. 377 $1,000 will be used to support the annual Florida Missing Children's Day ceremony. This statewide ceremony honors police officers and civilians that have assisted in missing children cases and raises statewide awareness to help prevent abduction and sexual exploitation. $1,000 will go to Childcare Resources of Indian River County. Their mission is to ensure the availability and affordability of high-quality early childhood and family support programs for children of income eligible working families in Indian River County. $1,000 will go to the Pastoral Association of Indian River County. The Pastoral Association works within the community to provide guidance to address community issues. It has a relationship with the Sheriff's Office as well as clergy within the community. $1,000 will go to SafeSpace. They provide emergency shelter and outreach services to victims of intimate partner violence and have had a longstanding relationship with the Sheriff's Office and their victim advocates. $1,000 will go to Suncoast Mental Health. They provide mental and behavioral health services to at -risk children, adults and families with limited resources in their local community. $500 will go to the Florida Agricultural Crimes Intelligence. Their mission is to promote and facilitate the exchange of agricultural related intelligence to law enforcement officers specializing in agriculture crime investigations in the State of Florida. $500 will go to the Florida Crime Prevention Association. Their mission is to provide up-to-date training and networking opportunities with other agencies in an effort to enhance the crime prevention profession in the State of Florida $500 will go to the Florida FBI National Academy Associates.. It is a non-profit, international organization of 17,000 senior law enforcement professionals dedicated to providing communities, states, countries, and profession with the highest degree of law enforcement expertise, training, education and information Please place this item under Constitutional Officers for the June 20, 2023 board agenda. If you have any questions or require additional information, please contact me at 978-6404. Thank you for your consideration. Sincerely, Eric Flowers Sheriff EF:ac 4055 41st Avenue • Vero Beach, FL 32960 • (772) 569-6700 • www.iresheriff.org . � 09 378 /09) PUBLIC HEARING INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, Jr.; County Administrator PREPARED BY: Chris Balter; Chief, Long Range Planning DATE: May 15, 2023 RE: Theta Capital Partners, LLC. request to Rezone Approximately ±10.37 Acres from CL, Limited Commercial District to CG, General Commercial District (RZON2023020007-94181) [Quasi -Judicial] It is requested that the following information be given formal consideration by the Indian River County Board of County Commissioners at its regular meeting on June 20, 2023. DESCRIPTION AND CONDITIONS The applicant requests to rezone ±10.37 acres located south of and adjacent to 71' Street, north of and adjacent to 69'x' Street, from CL, Limited Commercial District to CG, General Commercial District. The purpose of this request is to secure the zoning necessary to develop site with uses permitted in the CG zoning district. The subject site is depicted in (Attachment 1). Existing Land Use Pattern This portion of the county consists of a mixture of commercial, industrial, residential uses, and vacant land. The subject properties are currently zoned CL, Limited Commercial District. To the north of the subject properties is vacant commercial land, to the west is developed industrial land, to the south and east is developed commercial land. Zoning District Differences In terms of permitted uses, there are both similarities and differences between the existing CL district and the proposed CG district (see Attachment 4). The respective zoning districts' purpose statements best illustrate the differences between the zoning districts. These purpose statements, found in the County's Land Development Regulations (LDRs), are as follows: CL: Limited Commercial District: The CL, Limited Commerzial district is intended to provide areas for the development of restricted commercial activities. The CL district is intended to accommodate the convenience retail and. service needs of area residents, while minimizing the impact of such activities on any nearby residential areas. CG: General Commercial District. The CG, General Commercial district, is intended to provide areas for the development of general retail sales and selected service activities. The CG district 379 PUBLIC HEARING is not intended to provide for heavy commercial activities, such as commercial service uses, heavy repair services nor industrial uses. Analysis The following analysis is per Chapter 902: Administrative Mechanisms, Section 902.12(3) which states that all proposed amendments shall be submitted to the Planning and Zoning Commission, which shall consider such proposals in accordance with items (a) through (k) of Section 902.12(3). Item A - Whether or not the proposed amendment is in conflict with any applicable portion of the land development regulations. Staff cannot identify any conflicts with the proposed rezoning and any of the land development regulations. Item B - Whether or not the proposed amendment is consistent with all elements of the Indian River County Comprehensive Plan. The goals, objectives, and policies are the most important parts of the comprehensive plan. Policies are statements in the plan that identify the actions that the County will take in order to direct the community's development. As courses of action committed to by the County, policies provide the basis for all County land development decisions. While all comprehensive plan policies are important, some have more applicability than others in reviewing rezoning requests. Of particular applicability for this request are Future Land Use Element Policies 1. 17, 1.18, and 1.43. Future Land Use Element Policies 1.17 and 1.18 Future Land Use Element Policy 1.17 states that all commercial/industrial uses must be located within the County's Urban Service Area. Future Land Use Element Policy 1.18 states that the commercial/industrial land use designation allows uses, subject to applicable zoning district regulations, that include business and personal services, retail, office, and storage/warehousing uses. Since the subject property is located within the County's Urban Service Area and the requested CG district is intended for uses permitted within the commercial/industrial land use designation, the request is consistent with Future Land Use Element Policies 1.17 and 1.18. Future Land Use Element Policy 1.43 Future Land Use Element Policy 1.43 provides criteria that the Board of County Commissioners may use to determine whether or not a proposed zoning district is appropriate for a particular site. Below are tables listing the specific rezoning criteria from Policy 1.43, the CG zoning district, and staff determinations of how the criteria have been met. 2 380 PUBLIC HEARING Table 1 SUBJECT PROPERTY #1 Proposed General Commercial (CG) Zoning District Review Criteria Meets Comments Criteria? 1. Along arterial roads and major Yes U.S. Highway 1 is a principal arterial road. intersections 2. Separated from residential Yes The closest residential development is separated from development the subject site by U.S. Highway 1 and CL zoned property. 3. Separated from industrial areas Yes Industrial zoned property is located to the west across Old Dixie Highway and the FEC Railroad tracks. 4. Near retail and office areas Yes Many of the commercially zoned properties in this area are or will be developed for retail and/or office uses. Item C - Whether or not the proposed amendment is consistent with existing and proposed land uses. The proposed amendment for the subject properties is designated C/I, Commercial/Industrial on the Future Land Use Map. Since CG zoning is allowed in the C/I designation, the proposed zoning district is consistent with the Future Land Use Map designation. The properties surrounding the subject sites consist primarily of residential uses, commercial uses, and vacant sites. Item D - Whether or not the proposed amendment is in compliance with the adopted county thoroughfare plan. The subject properties abut U.S. Highway 1 and Old Dixie Highway. U.S. Highway 1 is classified as a Principal Arterial road and Old Dixie Highway is classified as a Major Collector on the future roadway thoroughfare plan map. There are currently no planned road improvements for either roadway. Item E - Whether or not the proposed amendment would generate traffic which would decrease the service levels on roadways below the level adopted in the comprehensive plan. The proposed rezoning request's Traffic Impact Analysis (TIA) was reviewed and approved by Traffic Engineering Division staff. That analysis showed that all roadway segments within the area of influence would operate at an acceptable level of service with the most intense use of the property under the proposed zoning district. Item F - Whether or not there have been changed conditions which would warrant an amendment. The applicant states that "due to changes in the economy and employment practices and retail business services, the typical CL, Limited Commercial uses are not favorable for development." The applicant believes the additional uses permitted in the CG, General Commercial District that are not permitted in the CL, Limited Commercial District are uses that have not been affected by the recent economic trends, which are: Drive-thru restaurants, storage facilities, automotive sales, 381 PUBLIC HEARING storage, and repair, production and distribution facilities, animal boarding, building materials and garden supplies, automotive rentals, and landscape services. Staff can agree that economic changes have taken place. Item G - Whether or not the proposed amendment would decrease the level of service established in the comprehensive plan for sanitary sewer, potable water, solid waste, drainage, and recreation. Based upon the analysis conducted by staff it has been determined that all concurrency -mandated facilities, including, stormwater management, solid waste, water, wastewater, and recreation have adequate capacity to accommodate the most intense use of the subject property under the proposed rezoning. Per Indian River County Land Development Regulations, the Applicant may be required to pay connection and other customary fees, and comply with other routine administrative procedures. If approved, rezoning does not guarantee any vested rights to receive water and wastewater treatment service. As with all development, a more detailed concurrency review will be conducted during the development approval process. As per section 910.07 of the County's LDRs, conditional concurrency review examines the available capacity of each facility with respect to a proposed project. Since rezoning requests are not development projects, County regulations call for the concurrency review to be based upon the most intense use of the subject property allowed within the requested zoning district. For commercial rezoning requests, the most intense use of a property varies with the zoning district. In the case of CL zoned property, the most intense use (according to County LDRs) is retail commercial with 10,000 square feet of gross floor area per acre. For the CG rezoning request, the most intense use is retail commercial with 10,000 square feet of gross floor area per acre. The site information used for the concurrency analysis is as follows: 1. Size of Area to be Rezoned: 2. Existing Zoning District: 3. Proposed Zoning District: 4. Most Intense Use of Subject Property Under Existing Zoning District: 5. Most Intense Use of Subject Property Under Proposed Zoning District: ± 10.37 acres CL, Limited Commercial District CG, General Commercial District 103,700 square feet of retail commercial 103,700 square feet of retail commercial Item H - Whether or not the proposed amendment would result in significant adverse impacts on the natural environment. The subject properties proposed to be rezoned from CL to CG currently the sites are all vacant land. Since the subject properties contain no land designated by the State of Florida or the U.S. Federal Government as environmentally sensitive or protected land, such as wetlands or sensitive 4 382 PUBLIC HEARING uplands, rezoning the site is anticipated to have no adverse impacts on environmental quality. When development is proposed for the subject site, a more detailed environmental analysis based on the site-specific development proposal will be conducted. Item I - Whether or not the proposed amendment would result in an orderly and logical development pattern, specifically identifying any negative effects on such pattern. The proposed amendment is consistent with the comprehensive plan and the surrounding land uses and will provide for a logical and orderly pattern of uses. Item J - Whether or not the proposed amendment would be in conflict with the public interest, and is in harmony with the purpose and interest of the land development regulations. Staff has not identified any detrimental effect to the public welfare, and believes the request is in harmony with the purpose and intent of the land development regulations. Item K - Any other matters that may be deemed appropriate by the planning and zoning commission or the board of county commissioners in review and consideration of the proposed amendment such as police protection, fire protection, and emergency medical services. Based upon the analysis conducted by staff, it has been determined that all concurrency -mandated facilities, including police protection, fire protection, and emergency medical services have adequate capacity to accommodate the most intense use of the subject property under the proposed rezoning. PLANNING & ZONING COMMISSION At its regular meeting on May 25, 2023 the Indian River County Planning and Zoning Commission voted 5-0 to recommend that the Board of County Commissioners approve the request to rezone the subject properties from CL to CG. CONCLUSION The requested CG zoning district is compatible with the surrounding area, is consistent with the goals, objectives, and policies of the Comprehensive Plan and is consistent with the County LDRs. Located in an area deemed suitable for commercial uses, including CG district uses, the subject property meets all applicable criteria to be rezoned to CG. For those reasons, staff supports the request. RECOMMENDATION Based on the analysis, staff and the PZC recommend that the Board of County Commissioners approve this request to rezone the subject properties from CL to CG. 383 PUBLIC HEARING ATTACHMENTS 1. Zoning Map 2. Future Land Use Map 3. Rezoning Application 4. Table of Uses for Commercial Zoning Districts 5. Future Land Use to Zoning District comparison table (Source: County LDRs) n 384 Q- J N J J C LL = (6 N d C _ cc J cc V 0� m 0 ch LO Ln0 a +, it h �J r CL Ono J I \ " a.I 7 , N J J Q- J N J J C LL = (6 N d C _ cc J cc V 0� m 0 ch LO Ln0 APPLICATION FORM REZONING REQUEST (RZON) INDIAN RIVER COUNTY Each application must be complete when submitted and must include all required attachments. An incomplete application will not be processed and will be returned to the applicant. Assigned Project Number: RZON - Current Owner Applicant (Contract Purchaser Agent Name: Theta Capital Partners LLC Theta Capital Partners LLC Schulke, Bittle & Stoddard, LLC Complete Mailing Address: 1175 19th St Vero Beach, FL 32960 1175 1 9th St Vero Beach, FL 32960 7717 Indian River Boulevartl State 201 Yero Beach. Florltla 32960 Phone #: (including area code 904-571-0701 904-571-0701 772-770-9622 Fax #: (including area code) n/a n/a 772-770-9496 E -Mail: ericcolbytaylor@gmail.com ericcolbytaylor@gmail.com jschulke@sbsengineers.com Contact Person: Eric Taylor Eric Taylor Joseph Schulke Si nature of Owner or Agent: Property Information Site Address: 6955, 7045 & 7085 US Hwy 1 Vero Beach, Florida 32960 Site Tax Parcel I.D. #s: , and Subdivision Name, Unit Number, Block and Lot Number (if applicable) Existing Zoning District: CL Existing Land Use Designation: C/) "R Zon ng District: CG Total(gross) Acreage of Parcel: 10.37 acres Acreage net to be Rezoned: 10.37 acre's Existing Use on Site: UNDEVELOPED Proposed Use on Site: UNDETERMINED THE APPLICANT MUST ATTEND A PRE -APPLICATION CONFERENCE WITH LONG-RANGE PLANNING SECTION STAFF PRIOR TO APPLYING IN ORDER TO RESOLVE OR AVOID PROBLEMS CONNECTED WITH THE REZONING REQUEST. Attachment 3 I 387 REZONING APPLICATION CHECKLIST Please attach the following items to this application. Do not ignore any of the items. Indicate "N/A" if an item is not applicable. ITEMS A licant's Checklist Staff Checklist 1. Fee: $3,000.00 Included 2. Completed Rezoning Application Form front page) Included. 3. Letter of Authorization from Current Owner(s) OR Current Owner is Applicant A letter of authorization is included. 4. Verified statement (separate letter) naming every See title policy. individual or entity having legal or equitable ownership in the property. 5. One 1 Copy of the current Owner's Deed Included. 6. A Current Owner's Title Policy A current owners title OR A Certificate of Title from a Title Company policy is included. OR An attorney's written opinion evidencing fee ownership of the property. 7. A justification of change statement and detailed See cover letter. intended use 8. One (1) SEALED boundary survey of the area to be Included. rezoned. The boundary survey shall include, but not be limited to the following: q a legal description of the land to be rezoned q the size of the land to be rezoned q the public road right-of-way width of adjacent roads; and q a north arrow 9. Electronic version (MS Word is preferable) of the Included. legal description 10. Provide a digital map file of the boundary Survey An AutoCAD (.dwg) of a provided in Item 8 above in either AutoCAD (.dwg) digital map file of the or Esri Shape file (.shp) format. boundary is provided. 11. Copy of Approved Concurrency Certificate Copy of filed application for OR Copy of filed application for Concurrency concurrency certificate, Certificate, including traffic study, if applicable including traffic study NOTE: ITEMS 2-6 MUST INDICATE THE SAME OWNERSHIP OF THE SUBJECT PROPERTY. Revised: September 19, 2022 FACommunity Development\APPLICATIONS\Comp. Plan and Rezoning applications\rezoningrequestform - Updated 2021.docx 2 Attachment 3 388 Indian River County Future Land Use Map Amendment/Rezoning Authorization Form TO: Planning Division Indian River County 1801 271' Street Vero Beach, FL 32960 FROM: Theta Capital Partners LLC (Property Owner) 1175 19th StraPt Vero Baarh, Florida 32960 Property Tax I.D. # Property Address: 32390300000500000015.0. 32390300000500000016.0, 32390300000500000017.0 7045 & 7085 US Hwy 1 Vero Beach, Florida 32967 The undersigned is hereby authorized to act as agent and/or make application to Indian River County for the above referenced property for the following applications (please mark the appropriate box): q Future Land Use Amendment q Rezoning Eric Taylor R jra Owners Name (Print) Date Owners Signature STATE OF FLORIDA COUNTY OF INDIAN RIVER The foregoing instrument was acknowledged before me by means of ill: physical presence or 3::I online notarization, this 3 1 day of Sd>A.,..» , 20 23 by IFr-re 7"e„0 Personally know W OR produced identification ):::( (SEAL) Attachment 3 NOTARY PUBLIC: Sign: Printed Name: -►H., At Ge,M.«•�-. Commission Number: H 320 i W Commission Expiration: BRIAN UGGOWAN 3 yibptz°� E)(PIRES: Oet W 11, 2028 389 Indian River County Land Development Regulations TABLE OF USES from Section 911.10. - Commercial districts (4) Uses. Uses in the commercial districts are classified as permitted uses, administrative permit uses, and special exception uses. Site plan review shall be required for the construction, alteration and use of all structures and buildings except single-family dwellings. Commercial uses and activities shall be contained within an enclosed area unless otherwise specifically allowed herein or unless allowed as an accessory or temporary use approved by the community development director. i District w Oc �Q , cN CL CG cH'� Agriculture Agricultural Production Horticultural and landscape plants and P P specialties Kennels and animal boarding - A:III ` c i Page 1 Attachment 4 390 P. A A - P Page 2 Attachment 4 391 Page 3 Attachment 4 392 Page 4 Attachment 4 393 Page 5 Attachment 4 394 WN �Jc v� IN x ER �x CL CG Nondurable goods - 3 Recycling center (including vegetation debris mulching) Retail Trade Convenience stores P P Building materials and garden supplies u- E A Paint, glass and wallpaper stores P P Hardware stores P P Retail nurseries and garden supplies P P Model mobile home display A Mobile home trailer sales - - General Merchandise A P Department stores Variety stores A P Flea market R - - Auction facilities, unenclosed - - Auction facilities, enclosed - P f f # P €g P i Used merchandise (including pawn shops) Food Stores i Page 6 Attachment 4 395 Page 7 Attachment 4 396 MED iL- Furrilture and home furnishing rnishing stores 09 P A P P P P P P P P S P S Page 8 Attachment 4 397 Gift stores Book and card store Catalogue.and mail order house Fuel Dealers: I Food and Kindred Products Fruit and vegetable packing houses - I A 1 Fruit and vegetable juice extraction ----------- - - - Community Services Educational Services i It Educational centers including primary and A A secondary schools {f Colleges and universities A ----------- P j P { A _ _. _ _ --- __Libraries P ------------- { P 1 Libraries Vocational, technical and business Institutional E Individual and family services f P P Job training services P P r 3 Child care and adult care ( P P -----------} Homes for aged, including nursing homes ( S S and rest homes Page 9 Attachment 4 398 District RO OCR MED CN CL CG CH' Residential treatment center S S Place of worship P P Group homes (residential centers) S S Adult congregate living facility (21+ . residents) S S Cultural and Civic.Facilities y. P _. P Civic and social membership organizations P P Public Administration Government administrative buildings P P Courts P " P Emergency services P P Industrial m Printing and publishing - Machine shops - Chemicals and Plastics , ---__.__ Rubber and plastic footwear 3 Hose, belts, gaskets packing j. - - Assembly production (not including manufacturing) - - 8 Transportation and communication 9 Page 10 Attachment 4 _ 399 Page 11 Attachment 4 400 Page 12 Attachment 4 401 P = Permitted use A = Administrative permit use S = Special exception use 'No industrial use shall be permitted in the CH district unless public sewer service is provided to the subject property. Z The requirements of subsection 917.06(l 1), of the Accessory Uses and Structures Chapter, shall apply to towers less than 70'. 3 Standards for unpaved vehicle storage lots are found in subsection 954.08(6). 4 Uses, such as limousine services, construction offices, and contractors trades offices shall be considered general office uses if the following conditions are met: • All types of vehicles [reference 911.15(3)(a)) kept on site shall be limited to those types of vehicles allowed in residential areas, except that commercial vehicles completely screened from adjacent streets and properties shall be allowed to be kept on site. All commercial vehicles allowed to be kept on site shall be parked in designated paved spaces. • The number of vehicles used for business purposes and that meet the above condition and that are kept on site shall be limited to twenty-five (25) percent of the number of parking spaces required for the office use. • Except for vehicle parking, all uses shall be conducted within an office building. 5 For wireless commercial facilities regulations, see subsection 971.44(5), Section 4 use table. Page 13 Attachment 4 402 RELATIONSHIP OF THE ZONING DISTRICTS WITH THE FUTURE LAND USE MAP DESIGNATIONS Zoning C-1 District v<. s A-1 A-3 P P RFD 1 RS -1 P T . P P P �s RS -3 :p : p. T T P. p RS- RT -6p p T p p RM RM -4 p p RM- n" M a. RM 8..` P P P: P RM -1D H-6 P.. :P P P..:: . PRO p p p p p Attachment 5 404 ORDINANCE NO. 2023 - AN ORDINANCE OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE ZONING ORDINANCE AND THE ACCOMPANYING ZONING MAP FOR APPROXIMATELY ±10.37 ACRES LOCATED SOUTH OF AND ADJACENT TO 71' STREET, NORTH OF AND ADJACENT TO 69TH STREET, EAST OF AND ADJACENT TO OLD DIXIE HIGHWAY, AND WEST OF AND ADJACENT TO U.S. HIGHWAY 1, FROM CL, LIMITED COMMERCIAL DISTRICT, TO CG, GENERAL COMMERCIAL DISTRICT; AND PROVIDING CODIFICATION, SEVERABILITY, AND EFFECTIVE DATE. WHEREAS, the Planning and Zoning Commission, sitting as the local planning agency on such matters, held a public hearing and subsequently made a recommendation regarding this rezoning request; and WHEREAS, the Board of County Commissioners of Indian River County, Florida, did publish and send its Notice of Intent to rezone the hereinafter described property; and WHEREAS, the Board of County Commissioners held a public hearing pursuant to this rezoning request, at which parties in interest and citizens were heard; and WHEREAS, the Board of County Commissioners determined that this rezoning is in conformance with the Comprehensive Plan of Indian River County. NOW, THEREFORE, BE IT ORDAINED by the Board of County Commissioners of Indian River County, Florida, that the zoning of the following described property situated in Indian River County, Florida, to -wit: PARCEL 1 THE NORTH 10 ACRES OF THE SE 1/4 OF THE SW 1/4, EAST OF STATE ROAD 4 AND WEST OF NEW U.S. HIGHWAY NO. 1, SECTION 3, TOWNSHIP 32 SOUTH, RANGE 39 EAST, INDIAN RIVER COUNTY, FLORIDA. PARCEL 2 THAT PORTION OF THE SOUTH 1/2 OF THE NORTH 1/2 OF THE SE 1/4 OF THE SW 1/4 LYING EAST OF THE F.E.C. RAILROAD, LESS PORTION LYING EAST OF NEW U.S. HIGHWAY NO. 1, AS IN OFFICIAL RECORDS BOOK 102, PAGE 341, PUBLIC RECORDS OF INDIAN RIVER COUNTY, FLORIDA, LYING IN SECTION 3, TOWNSHIP 32 SOUTH, RANGE 39 EAST, INDIAN RIVER COUNTY, FLORIDA. PARCEL 3 Attachme 405 ORDINANCE NO. 2023 - THE NORTH 450 FEET OF THE EAST 1/2 OF THE SOUTH 1/2 OF THE SE 1/4 OF THE SW 1/4, EAST OF THE RAILROAD RIGHT OF WAY AND WEST OF THE WEST RIGHT.OF WAY LINE FOR NEW U.S. HIGHWAY NO. 1, SECTION 3, TOWNSHIP 32 SOUTH, RANGE 39 EAST, SAID LAND LYING AND BEING IN INDIAN RIVER COUNTY, FLORIDA. TOGETHER WITH THE FOLLOWING DESCRIBED PROPERTY: ALL THAT PART OF THE NORTH 1/2 OF THE SOUTHEAST 1/4 OF THE SOUTHWEST 1/4 OF SECTION 3, TOWNSHIP 32 SOUTH, RANGE 39 EAST, INDIAN RIVER COUNTY, FLORIDA, LYING WEST OF THE U.S. HIGHWAY NO. 1/STATE ROAD NO. 5 RIGHT OF WAY (120 FEET), LYING EAST OF THE OLD DIXIE HIGHWAY RIGHT OF WAY (66 FEET), SOUTH OF THE NORTH 10 ACRES OF THE SOUTHEAST 1/4 OF THE SOUTHWEST 1/4 AND NORTH OF THE SOUTH 1/2 OF THE NORTH 1/2 OF THE SOUTHEAST 1/4 OF THE SOUTHWEST 1/4 OF SAID SECTION 3, BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHEAST CORNER OF THE SOUTHEAST 1/4 OF THE SOUTHWEST 1/4 OF SECTION 3, TOWNSHIP 32 SOUTH, RANGE 39 EAST, INDIAN RIVER COUNTY, FLORIDA, RUN SOUTH 00°18'48" WEST ALONG THE EAST LINE OF SAID SOUTHEAST 1/4 OF THE SOUTHWEST 1/4 OF SECTION 3 A DISTANCE OF 330.35 FEET TO THE INTERSECTION WITH THE SOUTH LINE OF THE NORTH 10 ACRES OF THE SOUTHEAST 1/4 OF THE SOUTHWEST 1/4 OF SAID SECTION 3; THENCE RUN NORTH 89°30'44" WEST, ALONG SAID SOUTH LINE A DISTANCE OF 336.95 FEET TO THE INTERSECTION WITH THE WEST RIGHT OF WAY LINE OF U.S. HIGHWAY NO. 1 (120 FOOT RIGHT OF WAY) ALSO BEING THE POINT OF BEGINNING OF THE HEREIN DESCRIBED PARCEL OF LAND; FROM THE POINT OF BEGINNING RUN SOUTH 16049'33" EAST ALONG SAID WESTERLY RIGHT OF WAY LINE A DISTANCE OF 2.14 FEET TO THE INTERSECTION WITH THE NORTH LINE OF THE SOUTH 1/2 OF THE NORTH 1/2 OF THE SOUTHEAST 1/4 OF THE SOUTHWEST 1/4 OF SAID SECTION 3; THENCE RUN NORTH 89°28'54" WEST ALONG SAID NORTH LINE A DISTANCE OF 415.65 FEET TO THE INTERSECTION WITH THE EASTERLY- RIGHT OF WAY LINE OF OLD DIXIE HIGHWAY (66 FOOT RIGHT OF WAY); THENCE RUN NORTH 15°22'46" WEST ALONG SAID EASTERLY RIGHT OF WAY LINE A DISTANCE OF 1.90 FEET TO THE INTERSECTION WITH THE AFOREMENTIONED SOUTH LINE OF THE NORTH 10 ACRES OF THE SOUTHEAST 1/4 OF THE SOUTHWEST 1/4 OF SECTION 3; THENCE RUN SOUTH 89030'44" EAST ALONG SAID SOUTH LINE A DISTANCE OF 415.53 FEET TO THE POINT OF BEGINNING. is changed from CL, Limited Commercial District to CG, General Commercial District. All with the meaning and intent and as set forth and described in said Land Development Regulations. This ordinance shall become effective upon filing with the Department of State. Attachment 5 ORDINANCE NO. 2023 - Approved and adopted by the Board of County Commissioners of Indian River County, Florida, on this 20'h day of June, 2023. This ordinance was advertised in the Press -Journal on the 4th day of June 2023, for a public hearing to be held on the 20th day of June, 2023 at which time it was moved for adoption by Commissioner , seconded by , and adopted by the following vote: Joseph H. Earman, Chairman Susan Adams, Vice Chairman Joseph E. Flescher, Commissioner Deryl Loar, Commissioner Laura Moss, Commissioner BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY Joseph H. Earman, Chairman ATTEST BY: Jeffrey Smith, Clerk Of Circuit Court and Comptroller This ordinance was filed with the Department of State on the following date: APPROVED AS TO FORM AND LEGAL SUFFICIENCY William K. DeBraal, Deputy County Attorney APPROVED AS TO PLANNING MATTERS Andrew Sobczak; Interim Community Development Director Attachment �� 4 Indian River Press Journal 1801 U.S. 1, Vero Beach, FL 32960 AFFIDAVIT OF PUBLICATION INDIAN RIVER CO PLANNING 1801 27TH ST VERO BEACH, FL 32960 ATTN STATE OF WISCONSIN COUNTY OF BROWN Before the undersigned authority personally appeared; who on oath says that he or she is the Legal Coordinator of the Indian River Press Journal, published in Indian River County, Florida: that the attached copy of advertisement, being a PUBLIC NOTICE was published on publicly accessible, website of Indian River County, Florida, or In a newspaper by print in the issues of, on: 6/4/2023 Affiant further says that the website or newspaper complies with all legal requirements for publication in chapter 50, Florida Statutes. Subscribed and sworn to before me, by the legal clerk, who is personally known tome, on June 4, 2023: otary+$fate. unty wn My commission expires Publication Cost: $315.00 Ad No: GC11068574 Customer No: 463755 PO#: THETA CAPITAL BCC NANCY HEYRMAN Notary Public State of Wisconsin U- aD -,23 10"4-J JUN 1 ?0 ?3 INDIAN RIVER COUNTY COMMUNITY DEVELOPMEW # of Affidavitsl 401 1 -dO -,,�3 MAI BEFORE THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY NOTICE OF REZONING - PUBLIC HEARING The Board of County Commissioners of Indian River County, Florida, will consider the adoption of a county ordinance rezoning land within the unincorporated portion of Indian River County. A public hearing at which parties in interest and citizens shall have an opportunity to be heard, will be held on Tuesday, June 20, 2023, at 9:00 a.m. in the County Commission Chambers of the County Administration Building, Building A, located at 1801 27th Street, Vero Beach, Florida. The proposed ordinance to rezone the subject property Is entitled: AN ORDINANCE OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE ZONING ORDINANCE AND THE ACCOMPANYING ZONING MAP FOR APPROXIMATELY t10.37 --ACRES LOCATED - SOUTH OF AND ADJACENT TO 7161 STREET, NORTH OF AND ADJACENT TO 697" STREET, EAST OF AND ADJACENT TO OLD DIXIE HIGHWAY, AND WEST OF AND ADJACENT TO U.S. HIGHWAY 1, FROM CL, LIMITED COMMERCIAL DISTRICT, TO CG, GENERAL COMMERCIAL DISTRICT, AND PROVIDING CODIFICATION, SEVERABILITY, AND EFFECTIVE DATE. The rezoning application may be inspected by the public at the Community Development Department of the County Administration Building A, located at 1801 27th Street, Vero Beach, Florida, between the hours of 8:30 a.m. and 5:00 p.m. on weekdays. For more information, contact Chris Baiter at (772) 226-1250. The Board of County Commissioners may adopt another zoning district, other than the district requested, provided that the adopted zoning district is consistent with the county's comprehensive pian. Anyone who may wish to appeal any decision that 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 is based. Anyone who needs a special accommodation for this meeting must contact the County's Americans with Disabilities Act Coordinator at (772) 226-1223, at least 48 hours in advance of the meeting. Indian River County Planning and Zoning Commission By: -s- Joseph H. Earman, Chairman = A 06/20/2023 Item 10.A.1. Indian River County Board of County Commissioners June 20., 2023 Theta Capital Partners, ILC. Rezoning Request Purpose • Secure the zoning necessary to develop the parcels with uses that are allowed under the CG zoning district at a density consistent with the allowed density of its comprehensive plan land use designation (which is C/1). 06/20/2023 Item 10.A.1. PZC Action *On May 25, 2023, PZC recommended that BCC approve the request (5-0) CL Zoning • CL district allows uses such as banks, beauty shops, general and professional offices, and grocery stores. 06/20/2023 Item 10.A.1. CG Zoning • CG district allows uses such as banks & credit unions, various office uses, various health and medical uses, laundromats, beauty shops, general auto repair, car washes, health and fitness centers, veterinary clinics, kennels & animal boarding, used vehicle sales, boat sales and rental, business services, and personal services. C/I Future Land Use Designation The Commercial/Industrial Future Land Use Designation is intended to provide areas for the development of industrial and commercial uses. • Located in areas with suitable levels of service and infrastructure for urban scale development. • Located along major transportation routes and separated from residential areas. 46� " 3 RSA 06/20/2023 Item 10.A.1. RS -3 Future land Use Map F - - Theta Capital Partners, LLC +(-10.37 Acres CL to CG i L-2 j Q ` ur 1 -- _ "-" 69TH ST (M WINTER 40' - 4 06/20/2023 Item 10.A.1. Criteria Analyzed •Concurrency • Consistency with the Comprehensive Plan •Consistency with County Land Development Regulations • Environmental impact •Compatibility with surrounding uses Concurrency' Check for sufficient capacity for certain facilities • Transportation • Water • Wastewater • Solid Waste • Stormwater Management A detailed concurrency review will be done at the time of project development 06/20/2023 Item 10.A.1. Most Intense Use Most Intense Use with Existing Zoning • 103,700 square feet of retail commercial Most Intense Use with Proposed Zoning • 103,700 square feet of retail commercial Consistency with the Comprehensive Plan Future Land Use Objective 1 V • Promotes a compact and energy efficient land use pattern Future Land Use Policies 1.17 ✓ • Within USA (Urban Service Area), near Urban Center Future Land Use Policy 1.18 • This request would encourage the development of Commercial / Industrial in Commercial / Industrial areas Future Land Use Policy 1.43 \'f • For the subject properties CG is appropriate given the locational criteria of FLUE Policy 1.43 SOI 6 06/20/2023 Item 10.A.1. Future Land Use Policy 1.43 Table 1 SUBJECT PROPERTY 41 Proposed General Commercial (CG) Zoning District Review Criteria Meets Comments Criteria? 1. Along arterial roads and major Yes U.S. Highway 1 is a principal arterial road. intersections 2. Separated from residential Yes The closest residential development is separated development from the subject site by U.S. Highway 1 and CL zoned property. 3. Separated from industrial areas Yes Industrial zoned property is located to the west across Old Dixie Highway and the FEC Railroad tracks. 4. Near retail and office areas Yes Many of the commercially zoned properties in this area are or will be developed for retail and/or office uses. Consistency with County Land Development Regulations Rezoning request is consistent with all applicable sections of the County Land Development Regulations(LDRs), including Section 902.12(3) standards of review. Jul 7 06/20/2023 Item 10.A.1. Environmental Impacts • Currently contains vacant land that is vegetated. Rezoning the property is anticipated to have no adverse impacts to the environment. A detailed analysis on potential environmental impacts resulting from development will be conducted during the development review phase Conclusion Requested CG District is: • Compatible with surrounding uses • Consistent with the comprehensive plan and Land Development Regulations • Meets Concurrency test • Meets Criteria to be Rezoned • No additional environmental impacts • Staff supports request 107- 8 06/20/2023 Item 10.A.1. w Recommendation Staff recommends that the BCC approve the rezoning request from Cl to CG Randi Wardlow From: Dylan Reingold <dreingold@ircgov.com> Sent: Tuesday, June 20, 2023 3:52 PM To: Randi Wardlow Subject: FW: [External] 06/20/2023 BCC Agenda Attachments: Retreat at Citrus Ridge Rezoning TIA_S&S.pdf; Retreat at Citrus Ridge Rezoning Traffic Impact Executive Summary.pdf; Cover Letter.pdf; theta.pdf These are the emails that I sent and received with regard to Items 10A1 and 10A2 on today's Agenda. I quoted from the attachment, Retreat at Citrus Ridge Rezoning Traffic Impact Executive Summary.pdf, and from the attachment, theta.pdf. Thank you! From: Chris Balter Sent: Monday, June 19, 2023 2:12 PM To: Laura Moss <Imoss@ircgov.com> Cc: John Titkanich <ititkanich@ircgov.com>; Andrew Sobczak <asobczak@ircgov.com> Subject: RE: 06/20/2023 BCC Agenda Good Afternoon Laura, Item 10.A.1 is Attachments 3 and 4 Item 10.A.2 is Attachments 1 and 2 Please let me know if you have any questions. coat,O�v4ci, -Baffe'v Christopher Baiter Chief of Long Range Planning Indian River County 1801 27th Street Vero Beach, FL 32960-3365 772-226-1250 To see a world in a grain of sand And a heaven in a wild flower, Hold infinity in the palm of your hand, And eternity in an hour. -William Blake - 1 ga7-/0 JOSEPH W. SCHULKE, P.E. SCHULKE, :BITT._ 1'ODDARQ L•�.•C JODAH B. BITTLE, P.E. . . . ., WILLIAM R STODDARD, Ph.D., P.E. CML :& STRUCTURAL WEFP1W LAND PLANNING *94MONWNTAL PLWA+IMA(G . February 1, 2023 Ryan Sweeney, Chief Indian River County Planning Department 1801 27th Street, Building A Vero Beach, FL 32960 Subject: Theta Capital Partners, LLC 6955, 7045 & 7085 US Hwy 1 Rezoning request and justification statement Dear Mr. Sweeney: Enclosed for your review and approval, please find the following items relating to the above referenced project: • Completed Rezoning Request (RZON) application ($3,000.00) • Concurrency Determination application ($150.00) • An electronic copy of the legal description of the property in Word format will be emailed to the appropriate County Staff • State of Florida Division of Corporations information regarding Theta Capital Partners, LLC • Title Insurance Policy • Warranty Deed • Signed and sealed copy of the survey (a CAD file will be emailed to the appropriate Couhty Staff) • Check in the amount of $3,150.00 • At our preapplication with staff, Mr. Balter was not certain whether a traffic study was warranted. It has been our experience in past applications that changes in zoning from CL to CG do not warrant the need for a traffic study, since the common uses permitted in either district are the most intense traffic generations when compared to all other permitted uses. Consequently, the traffic impacts are similar, and a traffic impact analysis is not needed or required. Justification Statement: 4n November 2",._202, we met with -tai€ discuss ths.:possibie rezoning. of this site to tH or CG. Christopher Balter indicated that the site is surrounded by more intense zoning districts W staff could support a zoning change to either district, or split with both districts. (The site is surrounded by CH to the East and South, IG to the West, and CG to the North). The applicant desires to change the zoning district to CG. The current zoning of CL only permits office uses and some limited retail uses and excludes uses such as drive-thru restaurants construction/ trades uses; storage or warehousing; boat, RV, and automotive repair/storage, and sale; and does not allow many other retail uses. Due to changes in the economy and employment practices and retail business services, the typical C.L. uses are not favorable for development and business opportunities. For example: 1717 INDIAN RIVER BLVD., SUITE 201, VERO BEACH, FLORIDA 32960 TEL 772 / 770-9622 FAx 772 / 770-9496 EMAIL info@sbsengineers.com - Economic factors and the COVID epidemic have created a new employee work reality - office employees commonly work remotely (from home). The Vero/IRC market already has a glut of office space, and this new reality in the workplace has created even less need for office space - Technology (internet/cell phones) and the COVID epidemic have created a new retail business model where everything from meals, groceries, home furnishings and supplies can be delivered to your front door. Traditional retail business space is in less demand The applicant believes the additional uses permitted in the CG district that are not permitted in the CL district are often uses that are not affected, or less affected by these trends, such as: - Drive-thru restaurants - Storage facilities - Automotive sales, storage, and repair - Production and distribution facilities - Animal boarding - Building materials and garden supplies - Automotive rentals - Landscape services Consequently, due to changes in the economy, employment practices, and retail business services, the new zoning district is necessary in order to develop this site at the highest and best use. If you have any questions or require additional information, please do not hesitate to conta-otomy office. Sincere) , chulke, P.E. c : 'heta Capital Partners, LLC I D A-1 Chris Balter From: Rich Szpyrka Sent: Thursday, April 20, 2023 5:04 PM To: Chris Baiter; 'Joseph Schulke' Cc: Andrew Sobczak; Rebeca Guerra; Erik Ferguson; Ryan Sweeney; Kirstin Leiendecker; Eric Taylor Subject: RE: Section 911.10 - Commercial Districts Chris, Public Works has excepted the email below from Mr. Schulke as sufficient information to proceed with the rezoning. Please move this forward to P&Z. When the project is submitted for site plan, we will evaluate the TIA based on the intensity of the proposed use at that time. Regards, Richard B. Szpyrka, P.E. Public Works Director Indian River County 1801 27th Street Vero Beach, F132960 (772) 226-1234 Email: rszpyrkanircgov.com From: Chris Baiter Sent: Thursday, April 20, 2023 4:38 PM To: 'Joseph Schulke' <jschulke@sbsengineers.com> Cc: Andrew Sobczak <asobczak@ircgov.com>; Rebeca Guerra <rguerra@ircgov.com>; Erik Ferguson <eferguson@ircgov.com>; Rich Szpyrka <rszpyrka@ircgov.com>; Ryan Sweeney <rsweeney@ircgov.com>; Kirstin Leiendecker <kleiendecker@ircgov.com>; Eric Taylor <ericcolbytaylor@gmail.com> Subject: RE: Section 911.10 - Commercial Districts Mr. Schulke, Until I receive an approval from our Traffic Department I cannot schedule the Planning and Zoning meeting. ( 444,,�q�a4eni 2�affPiL Christopher Balter Chief of Long Range Planning Indian River County 1801 27th Street Vero Beach, FL 32960-3365 772-226-1243 To see a world in a grain of sand And a heaven in a wild flower, 46 � ✓ 4 Hold infinity in the palm of your hand, And eternity in an hour. -William Blake - From: Joseph Schulke <Ischulke sbsengineers.com> Sent: Thursday, April 20, 2023 4:14 PM To: Chris Balter <cbalter@ircgov.com> Cc: Andrew Sobczak <asobczak@ircgov.com>; Rebeca Guerra <rguerra@ircgov.com>; Erik Ferguson <eferguson@ircgov.com>; Rich Szpyrka <rszpyrka@ircgov.com>; Ryan Sweeney <rsweenev@ircgov.com>; Kirstin Leiendecker <kleiendecker@ircgov.com>; Eric Taylor <ericcolbytaylor@gmail.com> Subject: RE: Section 911.10 - Commercial Districts CAUTION: This message is from an external source. Please use caution when opening attachments or clicking links. Hello Chris, ?? On Monday we responded to staff concerns and I believe we have adequately addressed Rich???s comment ??? that is, we have provided clear documentation that IRC does direct us to assume the CL and CG utilize the same traffic rates. Please let me know when this project will be heard at PZ. ?? Thanks ?? Best regards, Joseph W. Schulke, P.E., LEED AP Schulke, Bittle & Stoddard LLC 1717 Indian River Boulevard, Ste. 201 Vero Beach, Florida?? 32960 (772) 770-9622 phone (772) 770-9496 fax www.sbsen.gineers.com 99 Connect with us...?????? PLEASE NOTE: SCHULKE, BITTLE & STODDARD LLC is providing CAD files to the owner, contractor and/or surveyor for its convenience only. Only the signed and sealed drawings shall be considered to have pertinent information for the construction of this project. Your reliance on the attached electronic file(s) is at your sole risk, since electronic files can be corrupted, edited, or may have additional data within the files that is not pertinent to the final design as reflected in the signed and sealed drawings. SCHULKE, BITTLE & STODDARD LLC makes no representations??or warranties, either express or implied, as to its suitability for any specific purpose. While we believe this drawing file to be accurate??at the time of retrieval, this media and its contents can be easily altered or corrupted either purposely or inadvertently through any??number of sources.?? For this reason, SCHULKE, BITTLE & STODDARD LLC, its managers??and or employees shall be indemnified and held harmless from any and all liability that may arise or result from the use of this information??by your firm, employees, agents or sub -contractors. Any use of the file provided herein constitutes acceptance of the provisions stated herein. The information contained in this email is privileged and confidential??and intended for the addressee only. If you are not the intended recipient, you are asked to respect that confidentiality and not disclose, copy or make??use of its contents. If received in error you are asked to destroy this email and contact the sender immediately. Your assistance is appreciated. From: Joseph Schulke <Ischulke sbsengineers.com> Sent: Monday, April 17, 2023 5:42 PM To: 'Chris Balter' <cbalter@ircgov.com>;'Rich Szpyrka' <rszpyrka@indianriver.gov> Cc: 'Andrew Sobczak' <asobczak@ircgov.com>;'Rebeca Guerra' <rguerra@ircgov.com>;'Erik Ferguson' <eferguson@ircgov.com>;'Ryan Sweeney' <rsweenev@ircgov.com>;'kleiendecker@ircgov.com' <kleiendecker@ircgov.com>; 'Eric Taylor' <ericcolbytaylor@gmail.com> Subject: Section 911.10 - Commercial Districts 441-15 Uma PUBLIC HEARING INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, Jr.; County Administrator PREPARED BY: Chris Balter; Chief, Long Range Planning DATE: May 16, 2023 RE: Retreat at Citrus Ridge, LLC. request to Rezone Approximately ±51.78 Acres from A-1, Agricultural -1 District (up to 1 unit/5 acres) to RM -6, Multiple -Family Residential District (up to 6 units/1 acre) (RZON2006070074-94118) [Quasi -Judicial] It is requested that the following information be given formal consideration by the Indian River County Board of County Commissioners at its regular meeting on June 20, 2023. DESCRIPTION AND CONDITIONS The applicant requests to rezone ±51.78 acres located south of and adjacent to 16th Street, north of and adjacent to 12th Street, and approximately 460' east of 98th Ave from A-1, Agricultural -1 District (up to 1 unit/5 acres) to RM -6, Multiple -Family Residential District (up to 6 units/1 acre). The purpose of this request is to secure the zoning necessary to develop the site with future uses permitted in the RM -6 zoning district. The subject site is depicted in (Attachment 1). Note: The current A-1 zoning designation of the subject parcel are considered remnant "holding zones" within the Urban Service Area (USA) until the property owner, based on market conditions, requests a rezoning consistent with the property's land use designation. The purpose of this request is to secure the zoning necessary to develop the property with uses appropriate in the USA and permitted in the requested zoning district. Existing Land Use Pattern This portion of the county consists of a mixture of commercial, industrial, multi -family residential uses, and undeveloped land. The subject property is currently zoned A-1, Agricultural -1 District. To the north of the subject property is undeveloped agricultural land, to the west is developed industrial land, and to the south and east is undeveloped multi -family land. Zoning District Differences In terms of permitted uses, there are both similarities and differences between the existing A-1 district and the proposed RM -6 (see Attachments 4 and 5). The respective zoning districts' purpose statements best illustrate the differences between the zoning districts. These purpose statements, found in the County's Land Development Regulations (LDRs), are as follows: 408 PUBLIC HEARING A-1: Agricultural -1 District: The A-1, agricultural district, is intended to provide areas suitable for agriculture, silviculture, and the conservation and management of open space, vegetative cover, natural systems, aquifer recharge areas, wildlife areas, and scenic areas. These districts are also intended to provide opportunities for residential uses at very low densities to promote housing opportunities in the county. These districts are further intended to permit activities that require non -urban locations and do not detrimentally impact lands devoted to rural and agricultural activities. RM -6, Multiple -Family Residential District. The RM -6, Multiple -Family Residential District is intended to provide areas for the development of multi -family residential units and ensure adequate public facilities to meet the needs of residents, as well as provide a varied and diverse housing supply. Analysis The following analysis is per Chapter 902: Administrative Mechanisms, Section 902.12(3) which states that all proposed amendments shall be submitted to the Planning and Zoning Commission, which shall consider such proposals in accordance with items (a) through (k) of Section 902.12(3). Item A - Whether or not the proposed amendment is in conflict with any applicable portion of the land development regulations. Staff cannot identify any conflicts with the proposed rezoning and any of the land development regulations. Item B - Whether or not the proposed amendment is consistent with all elements of the Indian River County Comprehensive Plan. The goals, objectives, and policies are the most important parts of the comprehensive plan. Policies are statements in the plan that identify the actions which the county will take in order to direct the community's development. As courses of action committed to by the county, policies provide the basis for all county land development decisions. While all comprehensive plan policies are important, some have more applicability than others in reviewing rezoning requests. Of particular applicability for this request are the following objectives and policies: Future Land Use Element Objective 1 Future Land Use Element Objective 1 states that the county will have a compact land use pattern, which reduces urban sprawl. By allowing the site to be developed in a manner that is consistent with the site's land use designation, the request allows a more compact land use pattern within the urban service area and reduces the chances that urban sprawl will occur. For these reasons, the request is consistent with Future Land Use Element Objective 1. Future Land Use Element Policy 1.13 Future Land Use Element Policy 1.13 states that the M-1, Medium -Density Residential -1, land use designation is intended for residential uses with densities up to 8 units/acre. In addition, Future Land Use Element Policy 1.13 states that these residential uses must be located within the urban service area. 2 409 PUBLIC HEARING Since the subject property is located within an area designated as M-1 on the county's Future Land Use Map, is located within the county's urban service area, and the proposed zoning district would permit residential uses no greater than 6 units/acre, the proposed request is consistent with Policy 1.13. Future Land Use Element Policy 1.43 Future Land Use Element Policy 1.43 provides criteria that the Board of County Commissioners may use to determine whether or not a proposed zoning district is appropriate for a particular site. Below is a table listing the specific rezoning criteria from Policy 1.43 for multiple zoning districts and staff determinations of how the criteria are met. Table 1 Proposed Residential Multiple amil RM -6 Zonin g District Review Criteria Meets Comments Criteria? 1. Adjacent to other multiple -family areas Yes The subject site proposed to be rezoned is adjacent to multiple ily districts to the south and east. 2. Adjacent to employment centers No The subject site proposed to be rezoned is not adjacent to an employment center, however, the subject site is within close proximity to the regional mall, State Road 60, and Indian River State College 3. Along Arterial and collector roads, No The subject site proposed to be rezoned is not along a particularly to buffer single family areas collector road, but the single-family areas that are around in the area are off a major collector and have sufficient buffering. 4. Adjacent to commercial uses, Yes The subject site proposed to be rezoned is adjacent to particularly to buffer single family areas. commercial uses to the northeast. 5. Not abutting single family areas on all Yes The subject site proposed to be rezoned is not abutting sides single family areas on any side. Future Land Use Element Objective 2 In unincorporated Indian River County, all residential development greater than 0.2 units/acre, and all non -agriculture related commercial/industrial uses will be located within the Urban Service Area, which contains the infrastructure and services needed to accommodate such development. Future Land Use Element Policy 2.2 Future Land Use Element Policy 2.2 states that the county shall encourage and direct growth into the urban service area through zoning and LDRs. Since the proposed rezoning would allow and encourage more development on the subject property and the subject property is within the urban service area, the request implements Future Land Use Element Policy 2.2. Item C - Whether or not the proposed amendment is consistent with existing and proposed land uses. 410 PUBLIC HEARING The proposed amendment for the subject property is designated M-1, Medium Density Residential on the Future Land Use Map. Since RM -6 zoning is allowed in the M-1 designation, the proposed zoning district is consistent with the Future Land Use Map designation. The properties surrounding the subject site consists primarily of multi -family residential uses, commercial uses, and industrial uses. Item D - Whether or not the proposed amendment is in compliance with the adopted county thoroughfare plan. The subject property abuts 16th Street and 12th Street, which are presently platted, but not yet constructed. If a project develops the developer will be required to build out their portion of 16th Street and 12th Street. Item E - Whether or not the proposed amendment would generate traffic which would decrease the service levels on roadways below the level adopted in the comprehensive plan. The objectives of the Comprehensive Plan's Transportation Element are to provide a safe, balanced, efficient transportation system that maintains roadway level of service and adequately serves the needs of the community As part of the concurrency review process, the applicant has submitted a Traffic Impact Analysis (TIA). A TIA reports the number of peak hour/peak season/peak direction trips that would be generated by the most intense use of the subject property under the proposed zoning district, and assigns those trips on the county's thoroughfare roadway network within the project's area of influence. That area of influence consists of roadway segments that receive eight (8) or more peak season/peak hour/peak direction project trips for a two-lane roadway or fifteen (15) or more peak season/peak hour/peak direction project trips for a four -lane (or wider) roadway. Item F - Whether or not there have been changed conditions which would warrant an amendment. The applicant states that "the current zoning is a holding district for until such time as an appropriate use of the property is proposed. The property is surrounded by multi -family and the rezoning would be consistent with the surrounding zoning." The applicant also states that this project will provide needed rental housing for the community. Staff can agree that there is a need for additional rental housing in the community; as well as that the current A-1 zoning is a holding zoning until the property owner, based on market conditions requests a rezoning consistent with the property's land use designation. Item G - Whether or not the proposed amendment would decrease the level of service established in the comprehensive plan for sanitary sewer, potable water, solid waste, drainage, and recreation. Based upon the analysis conducted by staff it has been determined that all concurrency -mandated facilities, including stormwater management, solid waste, potable water, wastewater, and recreation have adequate capacity to accommodate the most intense use of the subject property under the proposed rezoning. Per Indian River County Land Development Regulations, the Applicant may be required to pay connection and other customary fees, and comply with other routine administrative procedures. If approved, rezoning does not guarantee any vested rights to receive water and wastewater treatment service. As with all development, a more detailed concurrency review will be conducted during the development approval process. 4 411 PUBLIC HEARING As per section 910.07 of the County's LDRs, conditional concurrency review examines the available capacity of each facility with respect to a proposed project. Since rezoning requests are not development projects, County regulations call for the concurrency review to be based upon the most intense use of the subject property allowed within the requested zoning district. For residential rezoning requests, the most intense use (according to the County's LDRs) is the maximum number of units that could be built on the site, given the size of the property and the maximum density under the proposed zoning. The site information used for the concurrency analysis is as follows: 1. Size of Area to be Rezoned: 2. Existing Zoning District: 3. Proposed Zoning District: 4. Most Intense Use of Subject Property Under Existing Zoning District: 5. Most Intense Use of Subject Property Under Proposed Zoning District: ± 51.78 acres A-1, Agricultural -1 District (up to 1 unit/5acres) RM -6, Multiple -Family Residential District (up to 6 units/acre) 10 Single -Family Units 310 Multiple -Family Units Item H - Whether or not the proposed amendment would result in significant adverse impacts on the natural environment. The subject property proposed to be rezoned from A-1 to RM -6 is currently undeveloped land. Since the subject property contains no land designated by the State of Florida or the U.S. Federal Government as environmentally sensitive or protected land, such as wetlands or sensitive uplands, rezoning the site is anticipated to have no adverse impacts on environmental quality. When development is proposed for the subject site, a more detailed environmental analysis based on the site-specific development proposal will be conducted. Item I - Whether or not the proposed amendment would result in an orderly and logical development pattern, specifically identifying any negative effects on such pattern. The proposed amendment is consistent with the comprehensive plan and the surrounding land uses and will provide for a logical and orderly pattern of uses. Item J - Whether or not the proposed amendment would be in conflict with the public interest, and is in harmony with the purpose and interest of the land development regulations. Staff has not identified any detrimental effect to the public welfare, and believes the request is in harmony with the purpose and intent of the land development regulations. Item K - Any other matters that may be deemed appropriate by the planning and zoning commission or the board of county commissioners in review and consideration of the proposed amendment such as police protection, fire protection, and emergency medical services. 5 412 PUBLIC HEARING Based upon the analysis conducted by staff, it has been determined that all concurrency -mandated facilities, including police protection, fire protection, and emergency medical services have adequate capacity to accommodate the most intense use of the subject property under the proposed rezoning. PLANNING & ZONING COMMISSION At its regular meeting on May 25, 2023 the Indian River County Planning and Zoning Commission voted 5-0 to recommend that the Board of County Commissioners approve the request to rezone the subject properties from A-1 to RM -6. CONCLUSION Based on the analysis, staff has determined that the requested zoning district is compatible with surrounding areas, is consistent with the comprehensive plan, meets all concurrency criteria, will have no negative impacts on environmental quality, and meets all applicable rezoning criteria. Most importantly, the subject property is located in an area deemed suited for medium -density multiple -family residential uses. For these reasons, staff supports the request. RECOMMENDATION Based on the analysis, staff and the PZC recommend that the Board of County Commissioners approve this request to rezone the subject property from A-1 to RM -6. ATTACHMENTS 1. Zoning Map 2. Future Land Use Map 3. Rezoning Application 4. Table of Uses for Agricultural Zoning Districts 5. Table of Uses for Multiple -Family Residential Zoning Districts 6 413 'W W V W N t9 M Z V N W w O M N Z a6 O LL Wco APPLICATION FORM REZONING REQUEST (RZON) INDIAN RIVER COUNTY Each application must be complete when submitted and must include all required attachments. An incomplete application. will not be processed and will be returned to the applicant. 1 t t. 416 Attachment 3 Please attach the following it+e<ma to appy, Do.. not ignore any of the items. Indicate "MA" H an item is not . .cattle. w 1: peer $31,092 Aafttim :. ,. )dorm aboat. `:3: Letter of Authorization from Current vner(s Cunt Owner is di v`erif'ied statement (separate letter) namimg every . individual or entity having legal or equitable in the x S. One 1, , of ttbuevener's Ik;es - 4... . 6. A Current Owner Se PORI OR A Certificate of Title from a Title: Company OR An attorney's written opinion evidencing fee owners ' of the. 7. A. justification of change stiteit.and intended use R. One(J)HAM boundary survey of the area to be rezoned. The boundary survey shall include, but not be limited to the following: o a legal description of the land to be rezoned o the size of the land to be rezoned o the public road right-of-way width of adjacent roads; and • a north arrow 9. Electrozric version (MS Word is preferable) 'of the desEton 10. Provide a digital map file of the boundary Suivey provided in Item 8 above in either AutoCAD (.dwg) or Esri Shape file (shp) format. 11. Copy of Approved Concurrency Cerifxcatc Olt Copy of filed application for Concarnvacy inclu, ,& tmffie v_. if MWAtm NOTE: ITEMS 2-6 MUST INDICATE THE SAME OWNERSHIP OF TIME SM ECT - PROPERTY. Revised: Septentb a 19, M2 F:\Community Development\APPLICATIONS\Comp, Plan and Rezoning applications\rezoningrequestform - Updated 202 Ldocx 2 417 Attachment 3 Indian,ilii*er Cpitny Putvrre I.nn4 Uae..Map-AnienftuWRrz*ufft Atitho.�iizatxo» Fo�efin AttacHMent 3 Indian River County Land Development Regulations TABLE OF USES from Section 911.06. - Agricultural and rural districts. (4) Uses. Uses in the agricultural and rural districts are classified as permitted uses, administrative permit uses and special exception uses. Site plan review shall be required for the construction, alteration and use of all structures and buildings except single -family dwellings and permitted agricultural uses. No residential development in agriculturally designated areas shall occur unless such development is approved as a planned development and meets the requirements of section 911.14; the following activities shall be exempt from this requirement: (a) Construction of a single -family dwelling unit on a tract or parcel existing on October 1, 1990. (b) Division of a tract or parcel into two (2) lots, each meeting or exceeding the minimum lot size of the agricultural zoning district and meeting the lot split criteria of section 913.06(3); any subsequent split of such property shall require approval in accordance with subdivision ordinance Chapter 913 requirements or planned development requirements. (c) Division of a tract into parcels of at least forty (40) acres in size. (d) Division of a tract via a subdivision plat or affidavit of exemption approved in accordance with subdivision ordinance Chapter 913 requirements. District Us A-1 -2-- A-3 RFD RS- i Agricultural General farming P p... - Dairy farming A ::.. A Livestock and poultry raising p:. P - Stables (noncommercial) P P : A A Stable (commercial) p :: p Sludge spreading A. A - Tree farms P P - Kennel and animal boarding places Commercial A: A -. Section 911.06. - Agricultural and rural districts Atttachiii@nt 4 420 District , Use . A-3 RFD`r Noncommercial P P P A Fruit and vegetable juice extractions and packing A:. A houses i Small animal specialty farms qr A ::: A Tenant dwelling S S - Residential migrant housing facility S S:.:. . Nursery and greenhouses Noncommercial A P P A Commercial (cultivation, wholesaling, and off- site landscaping services allowed; no retail sales P P P - - allowed on-site) jj Agricultural businesses, excluding wholesaling and S S S - - i processing i s Agricultural industries S S Fish farms and water dependent plant and/or animal production A A - Agricultural research facilities - A A. - Aquaculture A A A A.. Fruit spreading (subject to subsection 917.06(15)) I P P Residential I Accessory single-family dwelling unit A A- A A.,:: 2 Section 911.06. - Agricultural and rural districts p Attachment 4 421 Single-family dwelling Mobile homes Accessory housing for nightwatchman Guest cottage or servant's quarters Single-family docks and private observation/fishing piers on vacant lots Bed and breakfast Institutional Child or adult care facilities P A A = A. A - A A A A A - A ::: A A Foster care facilities P. :Cemeteries S Places of Worship - A . Group home (level l) A. Group home (level II and 111) S Community Service Emergency services P: Educational centers, including primary and S: secondary schools Correctional institutions S P P P S S S A :: A A A A A S P P P S S. S 5 3 Section 911.06. - Agricultural and rural districts District " Cultural and civic facilities S S S Sq. Governmental administrative building T S iTwS S S Colleges and universities S -.. - S Civic and social membership organizations (M-1 and M-2 areas only) Recreation S Country clubs A A S S Golf courses - t A A. S A Public parks and playgrounds A A. A S Major sports and recreation areas and facilities S Dude ranch S S - S 5:.::. �S Retreats and camps S Commercial hunting and fishing lodges S S Off-road vehicle tracts (commercial and S S - noncommercial Commercial - Fruit and vegetable stands A A - - Veterinary clinic or animal hospital A .: A Driving ranges S s 4 Section 911.06. - Agricultural and rural districts Attachment 4 423 Fruit, vegetable and nursery retail sales S S - - Transportation and Utilities Airports and airstrips - S S S Communications towers (wireless facilities A.2: 1 z JS 2 A/S.2. :. A 2 including cell towers) Communications towers (non -wireless facilities including N and radio broadcast towers) Amateur radio (accessory use) Less than 80 feet P P P P:: 80 feet or taller (see 971.44(4) for special criteria) S $ S S Commercial Up to 70 feet: Camouflaged P p..:: P P :: Non -camouflaged P 70 feet to 150 feet: Camouflaged A A A k.: Monopole minimum oft users : - A A - Not camouflaged and not monopole - A/S' A/S'` - Over 150 feet: Section 911.06. - Agricultural and rural districts AMint 4 424:. P - Permitted use A - Administrative permit use S - Special exception use *See 971.44(4) to determine whether the administrative permit or special exception use process applies. I The requirements of subsection 917.06(l 1), of the Accessory Uses and Structures Chapter, shall apply to towers. 'For wireless commercial facilities regulations, see subsection 971.44(5), Section 4 use table. 6 Section 911.06. - Agricultural and rural districts Attachment 4 425 Indian River County Land Development Regulations TABLE OF USES from Section 911.08. - Multiple -family residential districts. (4) Uses. Uses in the multiple -family districts are classified as permitted uses, administrative permit uses, and special exception uses. Site plan review shall be required for the construction, alteration and use of all structures and buildings except single-family dwellings. 1 Section 911.08. - Multiple -family residential districts Attachment 5 426 District Uses RM -3 RM -4 RM -6 RM -8 RM -10 Agricultural Noncommercial nurseries and greenhouses A A A A A Noncommercial stables A A A A A Residential Accessory single-family dwelling unit A A A A A Small lot single-family subdivision - - A A A Single-family dwellings P P P P P SF dwelling (attached) P P P P P Duplex P P P P P Multifamily dwellings P P P P P Single-family docks and private observation/fishing piers on vacant lots A A A A A Bed and breakfasts S S S A A Residential resort - - S S S Guest cottage and servant's quarters A A A A A Small-scale Traditional Neighborhood Design (TND) A A A A A Institutional Child or adult care facilities S S S A A Foster care facilities P P P P P 1 Section 911.08. - Multiple -family residential districts Attachment 5 426 Group home (level 1) A A A P P Adult congregate living facility (8 residents maximum) A A A P P Group home (level II & 111) S S S A A Adult congregate living facility (20 residents maximum) S S S A A Group homes (residential centers) S S S S S Adult congregate living facility (21+ residents) S S S S S Residential treatment centers - - - S S Total care facilities - - - S S Places of worship A A A A A Cemeteries S S S S S Community Service Cultural and civic facilities - - S S Emergency services P P P P P Schools, primary and secondary S S S S S Colleges and universities S S S S S Libraries S S S S S Community centers S S S A A Government administrative buildings S S S S S Civic and social membership organizations - - S S Recreation Beach clubs S S S S S Country clubs S S S S S Golf courses S S S S S 2 Section 911.08. - Multiple -family residential districts Attachment 5 427 Public parks and playgrounds A A A A A Tennis facilities S S S S S Yacht clubs S S S S S Health and fitness clubs S S A A A Public/private docks S S S S S Utility Communications towers (wireless facilities including cell towers) Al Al Al Al Al Communications towers (non -wireless facilities including TV and radio broadcast towers) Amateur radio (accessory use) Less than 80 feet P P P P P 80 feet or taller (see 971.44(4) for special criteria) S S S S S Commercial Up to 70 feet: Camouflaged P P P P P Non -camouflaged - - - - - 70 feet to 150 feet: Camouflaged A A A A A Monopole (minimum of 2 users) - - - - - Not camouflaged and not monopole - - - - - Over 150 feet: All tower types (see 971.44(1) for special criteria) - - - - Limited public and private utilities S S S S S Section 911.08. - Multiple -family residential districts Attachment 5 428 Public and private utilities heavy I-T-7s S I S S P - Permitted use A - Administrative permit use S - Special exception use Section 911.08. - Multiple -family residential districts Attachment 5 429 ORDINANCE NO. 2023 - AN ORDINANCE OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE ZONING ORDINANCE AND THE ACCOMPANYING ZONING MAP FOR APPROXIMATELY ±51.78 ACRES LOCATED SOUTH OF AND ADJACENT TO 16TH STREET AND NORTH OF AND ADJACENT TO 12TH STREET, FROM A-1, AGRICULTURAL -1 DISTRICT, TO RM -6, MULTIPLE -FAMILY RESIDENTIAL DISTRICT; AND PROVIDING CODIFICATION, SEVERABILITY, AND EFFECTIVE DATE. WHEREAS, the Planning and Zoning Commission, sitting as the local planning agency on such matters, held a public hearing and subsequently made a recommendation regarding this rezoning request; and WHEREAS, the Board of County Commissioners of Indian River County, Florida, did publish and send its Notice of Intent to rezone the hereinafter described property; and WHEREAS, the Board of County Commissioners held a public hearing pursuant to this rezoning request, at which parties in interest and citizens were heard; and WHEREAS, the Board of County Commissioners determined that this rezoning is in conformance with the Comprehensive Plan of Indian River County. NOW, THEREFORE, BE IT ORDAINED by the Board of County Commissioners of Indian River County, Florida, that the zoning of the following described property situated in Indian River County, Florida, to -wit: TRACTS 4 AND 5, LESS THE WEST 460 FEET THEREOF, SECTION 10, TOWNSHIP 33 SOUTH, RANGE 38 EAST, ACCORDING TO THE GENERAL PLAT OF INDIAN RIVER FARMS SUBDIVISION AS RECORDED IN PLAT BOOK 2, PAGE 25, OF THE PUBLIC RECORDS OF ST. LUCIE COUNTY, NOW INDIAN RIVER COUNTY, FLORIDA. is changed from A-1, Agricultural -1 District (up to 1 unit/5 acres) to RM -6, Multiple -Family Residential District (up to 6 units/1 acre). All with the meaning and intent and as set forth and described in said Land Development Regulations. This ordinance shall become effective upon filing with the Department of State. Attachment 0 ORDINANCE NO. 2023 - Approved and adopted by the Board of County Commissioners of Indian River County, Florida, on this 20th day of June, 2023. This ordinance was advertised in the Press -Journal on the 4th day of June 2023, for a public hearing to be held on the 20th day of June, 2023 at which time it was moved for adoption by Commissioner , seconded by , and adopted by the following vote: Joseph H. Earman, Chairman Susan Adams, Vice Chairman Joseph E. Flescher, Commissioner Deryl Loar, Commissioner Laura Moss, Commissioner BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY I: Joseph H. Earman, Chairman ATTEST BY: Jeffrey Smith, Clerk Of Circuit Court and Comptroller This ordinance was filed with the Department of State on the following date: APPROVED AS TO FORM AND LEGAL SUFFICIENCY William K. DeBraal, Deputy County Attorney APPROVED AS TO PLANNING MATTERS Andrew Sobczak; Interim Community Development Director Attachment +easutre.00— p►ers =r PARTOF'iHE"lISFiTa<7DA1tt+lEiWORK Indian River Press Journal 1801 U.S. 1, Vero Beach, FL 32950 AFFIDAVIT OF PUBLICATION INDIAN RIVER CO PLANNING 1801 27TH ST VERO BEACH, FL 32960 ATTN STATE OF WISCONSIN _COUNTY OF BROWN Before the undersigned authority personally appeared, who on oath says that he or she is the Legal Coordinator of the Indian River Press Journal, published in Indian River County, Florida: that the attached copy of advertisement, being a PUBLIC NOTICE was published on publicly accessible, website of Indian River County, Florida, or in a newspaper by print in the issues of, on: 6/4(2023 Affiant further says that the website or newspaper complies with all legal requirements for publication in chapter 50, Florida Statutes. Subscribed and sworn to before me, by the legal clerk, who is personally k aomgi to me, on June 4, 2023: Notary, Sta7 Coua /& Brown My commission expires NANCY H Pubs MAN Notafy State of Wisconsin Publication Cost: $315.00 Ad No: GC11068572 Customer No: 463755 PO #: RETREAT AT CITRUS RIDGE # ofAffidavitsl 0- � BEFORE THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY NOTICE OF REZONING - PUBLIC HEARING The Board of County Commissioners of Indian River County, Florida, will consider the adoption of a county ordinance rezoning land within the unincorporated portion of Indian River County. A public hearing at which parties in interest and citizens shall have an opportunity to be heard, will be held on Tuesday, June 20, 2023, at 9:00 a.m. in the County Commission Chambers of the County Administration Building, Building A, located at 1801 27th Street, Vero Beach, Florida. The proposed ordinance to rezone the subject property is entitled: AN ORDINANCE OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE ZONING ORDINANCE AND THE ACCOMPANYING `-ZONING- `NCAP- FOR— -APPROXIMATELY--- - t5i.78 ACRES LOCATED SOUTH OF AND ADJACENT TO 16TH STREET AND NORTH OF AND ADJACENT TO 12TH STREET, FROM A-1, AGRICULTURAL -1 DISTRICT, TO RM -6, MULTIPLE -FAMILY RESIDENTIAL DISTRICT, AND PROVIDING CODIFICATION, SEVERABILITY, AND EFFECTIVE DATE. The rezoning application may be inspected by the public at the Community Development Department of the County Administration Building A, located at 1801 27th Street, Vero Beach, Florida, between the hours of 8:30 a.m. and 5:00 p.m. on weekdays. For more information, contact Chris Balter at (772) 226-1250. The Board of County Commissioners may adopt another zoning district, other than the district requested, provided that the adopted zoning district is consistent with the county's comprehensive plan. Anyone who may wish to appeal any decision that 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 is based. Anyone who needs a special accommodation for this meeting must contact the County's Americans with Disabilities Act Coordinator at (772) 226-1223, at least 48 hours in advance of the meeting. Indian River County Planning and Zoning Commission By: -s- Joseph H. Earman, Chairman raac�,ocesn-o, A. 2 06/20/2023 Item 10.A.2. Indian River County Board of County Commissioners June 20, 2023 Retreat at Citrus Ridge, LLC. Rezoning Request Purpose • Secure the zoning necessary to develop the parcel with uses that are allowed under the RM -6 zoning district at a density consistent with the allowed density of its comprehensive plan land use designation (which is M-1). 431. 1 06/20/2023 Item 10.A.2. PZC Action •On May 25, 2023, PZC recommended that BCC approve the request (5-0) A-1 Zoning • A-1 district within the Urban Service Area (U.S.A.) serves as a "holding zone" until the property owner, based on market conditions, requests a zoning consistent with the property's land use designation. 4,31. 2 06/20/2023 Item 10.A.2. RM -6 Zoning • RM -6 district (Residential Multi -Family, up to 6 units per acre) is intended to provide areas for the development of multi -family residential units and to meet the needs of residents, as well as provide a varied and diverse housing supply. M-1 Future Land Use Designation The Medium Density Residential designations are M-1 (up to 8 units/acre) and M-2 (up to 10 units/acre). Located in areas with services and infrastructure, these designations allow the highest residential densities in the county. Located along major transportation routes, near shopping, employment, and service centers. These land use designations do not preclude the development of single-family residences. 43t" 3 431 , 4 06/20/2023 Item 10.A.2. Criteria Analyzed •Concurrency •Consistency with the Comprehensive Plan •Consistency with County land Development Regulations • Environmental impact •Compatibility with surrounding uses Concurrency Check for sufficient capacity for certain facilities • Transportation ✓ • Water ✓ • Wastewater ✓ • Solid Waste ✓ • Stormwater Management ✓ A detailed concurrency review will be done at the time of project development �1 5 06/20/2023 Item 10.A.2. Consistency with the Comprehensive Plan Future Land Use Objective 1 V/ • Promotes a compact and energy efficient land use pattern Future Land Use Policies 1.13 & 1.14 / • Within USA (Urban Service Area) & consistent with M-1 Future Land Use Future Land Use Policy 1.43 • Adjacent to multi -family, along collector road, does not abut single family Future Land Use Objective 2 • Located within USA, which contains the necessary infrastructure/services Future Land Use Policy 2.2 • Encourages & directs growth into the USA Consistency with the Comprehensive Plan Transportation Element Policy 8.1 V/ • Promotes infill development & encourages higher intensity uses near major corridor Housing Element Objective 2 • Provides adequate sites to accommodate current and anticipated housing demand for all income groups and groups with special housing needs Housing Element Policy 1.9 • Supports housing development near major employment centers �3 - 6 06/20/2023 Item 10.A.2. Consistency with County Land Development Regulations Rezoning request is consistent with all applicable sections of the County Land Development Regulations(LDRs), including Section 902.12(3) standards of review. Environmental Impacts • Currently contains vacant land that is vegetated. Rezoning the property is anticipated to have no adverse impacts to the environment. A detailed analysis on potential environmental impacts resulting from development will be conducted during the development review phase �/ - 7 06/20/2023 Item 10.A.2. Conclusion Requested RM -6 is: • Compatible with existing uses to the west, north and potential future uses to the east • Consistent with the comprehensive plan and Land Development Regulations • Meets Criteria to be Rezoned • No additional environmental impacts •Staff supports request Recommendation Staff recommends that the BCC approve the rezoning request from A-1 to RM -6 0, 8 1 b +-2-- RETREAT 2 RETREAT AT CITRUS RIDGE REZONING REZONING TRAFFIC IMPACT ANALYSIS EXECUTIVE SUMMARY May 2023 1. Note that this Traffic Impact Executive Summary was prepared based on information found in the project's Rezoning Traffic Impact Analysis dated May 2023. 2. Location: • Generally located north of 12th Street, east of 981h Avenue in Indian River County, Florida. 3. Size: • The development program includes the following: • 311 single-family dwelling units 4. External Trip Generation: • Net New Daily Trips = 2,734 vehicular trips • Net New A.M. Peak -Hour Trips = 199 vehicular trips • Net New P.M. Peak -Hour Trips = 277 vehicular trips 5. Area of Influence Boundaries: • SR 60 from 100th Avenue to 10th Avenue • SR 60 from 10th Avenue to US 1 (EB Only) • 98th Avenue from 8th Street to SR 60 • 90th Avenue from SR 60 to 81h Street (SB only) 6. Study Intersections: • SR 60 & 98th Avenue 7. Trip Distribution: • See Appendix of the Rezoning Traffic Impact Analysis dated May 2023 8. Internal Capture: • Not applicable 9. Pass -by Capture: • No applicable 10. A.M. Peak Hour Directional % (ingress/egress): • Single -Family Detached Housing - 25% in / 75% out 11. P.M. Peak Hour Directional % (ingress/egress): • Single -Family Detached Housing- 63% in / 37% out 12. Significant Dates • TMC at SR 60 & 98th Avenue performed on November 16, 2022 13. Traffic Count Factors Applied: • Peak Season Conversion Factor for November 16, 2022 = 1.10 Page 1 of 2 KAORL_TPTO\142911005_Reheat at Citms Ridge\06_DocumenflRemning TLA\ReUW at Citm Ridge Retuning Traffic impact Executive Sunwary.doc 14. Off -Site Improvements (SR 60 & 98th Avenue): • An exclusive northbound right turn lane • An additional westbound left turn lane • An additional southbound receiving lane • Protected phasing for both the eastbound and westbound left turn movements • Permissive -overlap phasing for the northbound right turn movement 15. Roadway Capacities (IRC Link Sheets): • SR 60 from 1001' Avenue to 1-95 (EB & WB) = 1,960 hourly veh • SR 60 from 1-95 to 82nd Avenue (EB & WB) = 2,680 hourly veh • SR 60 from 82nd Avenue to 66th Avenue (EB & WB) = 2,940 hourly veh • SR 60 from 66th Avenue to 58th Avenue (EB & WB) = 2,940 hourly veh • SR 60 from 58th Avenue to 43rd Avenue (EB & WB) = 2,940 hourly veh • SR 60 from 43rd Avenue to 27th Avenue (EB & WB) = 2,940 hourly veh • SR 60 from 27th Avenue to 20i1 Avenue (EB & WB) = 2,940 hourly veh • SR 60 from 20th Avenue to Old Dixie Highway (EB & WB) = 3,396 hourly veh • SR 60 from Old Dixie Highway to 10th Avenue (EB & WB) = 3,396 hourly veh • SR 60 from 10th Avenue to US 1 (EB) = 3,396 hourly veh • 98th Avenue from 8th Street to 12th Street (NB & SB) = 880 hourly veh • 98' Avenue from 121h Street to 16th Street (NB & SB) = 880 hourly veh • 981h Avenue from 16th Street to SR 60 (NB & SB) = 880 hourly veh • 90th Avenue from SR 60 to 81h Street (SB) = 634 hourly veh Page 2 of 2 KAORL_TPTO\142911005—Retreat at Citrus Ridge\06Documem,\Remning TIA\ReUeat at Citrus Ridge Rezoning Ttz6c Impact Executive Sonunmry.doc 431-110 Retreat at Citrus Ridge Indian River County, FL Rezoning Transportation Impact An May 2023 Revised May 2023 Kimley»>Horn (oAz REZONING TRAFFIC IMPACT ANALYSIS Retreat at Citrus Ridge Indian River County, FL Prepared for: TRIMCOR Construction of Florida, LLC Prepared by: Kimley-Horn and Associates, Inc. May 2023 Revised May 2023 ©Kimley-Horn and Associates, Inc. 2023 — a?s . pmbr US, np D :U. -Ab .nderMemeM- g, -US, ..TS II•alea.memarinpQklmky- = c.�a raD Datte:a: 2D23 23.05.72 71:57:34-0/'00 Alex Memering, P.E. PE #91501 1.0 INTRODUCTION...........................................................................................................................1 2.0 PROJECT TRAFFIC.....................................................................................................................3 2.1 Trip Generation..........................................................................................................................3 2.2 Trip Distribution and Trip Assignment.........................................................................................4 3.0 AREA OF INFLUENCE.................................................................................................................4 4.0 COMMITTED TRANSPORTATION IMPROVEMENTS..................................................................4 5.0 INTERSECTION ANALYSIS.........................................................................................................6 6.0 SITE ACCESS..............................................................................................................................8 7.0 CONCLUSION..............................................................................................................................8 Table 1: Trip Generation Summary ..........................................................................................................3 Table 2: Intersection Analysis..................................................................................................................6 Figure 1: Project Location Map...............................................................................................................2 Figure 2: Project Trip Distribution and Project Trip Assignment...............................................................5 Figure 3: AM & PM Peak Hour Intersection Volumes...............................................................................7 Retreat at Citrus Ridge I Rezoning Traffic Impact Analysis May 20231 Kimley-Horn and Associates, Inc. Appendix A: Property Survey Appendix B: Excerpts from ITE Trip Generation Manual Appendix C: Greater Treasure Coast Regional Planning Model (GTCRPM) Model Plots Appendix D: Links Maintenance Report and Area of Influence Analysis Appendix E: Turning Movement Counts Appendix F: FDOT's Florida Traffic Online Data Appendix G: Signal Timings Appendix H: Intersection Volume Development Worksheets and Vested Traffic Appendix I: Synchro Output Reports Retreat at Citrus Ridge I Rezoning Traffic Impact Analysis May 20231 Kimley-Horn and Associates, Inc. The intent of this rezoning traffic impact analysis is to identify the potential traffic impact, if any, associated with the proposed rezoning of a ±51.8 -acre property generally located north of 1211 Street, east of 98th Avenue in Indian River County, Florida. The traffic study for this development will follow the requirements defined in the Indian River County LDC Section 952.07. The property is currently zoned as Agriculture -1 (A-1) and will be rezoned to a Multiple -Family Residential District (RM -6) based upon Indian River County zoning standards. Based upon Indian River County Land Development Code (LDC) Section 910.08(2), the property's maximum intensity for rezoning is RM -6 (Maximum number of SF or MF units allowed per acre x Total Property Acres). Indian River County LDC Sec. 911.08(7) allows up to 6 dwelling units (DUs) per acre for RM -6 zoning. Therefore, the ±51.8 -acre parcel will yield ±311 single family DUs. According to the Indian River LDC Sec 911.06(6), current zoning (A-1) allows for 0.2 DU per acre, which would yield approximately 11 single family DUs. Figure 1 depicts the location of the parcel. The property survey is provided within Appendix A. In accordance with Indian River County Land Development Regulations, a traffic impact analysis is required to document the external traffic impacts of this proposed rezoning. The objectives of this report are as follows: To adequately assess the traffic impacts associated with the proposed project and identify the level of off-site access and traffic control improvements required. To provide public agencies a comprehensive study which evaluates and documents the traffic impacts and off-site improvements, where warranted. To provide a technically sound basis to identify impacts and related mitigation requirements in response to off-site traffic impacts. Retreat at Citrus Ridge I Rezoning Traffic Impact Analysis May 20231 Kimley-Horn and Associates, Inc. s The anticipated traffic impacts associated with the proposed development were derived using a process of trip generation, distribution, and assignment in accordance with the requirements of the Indian River County LDC. A projection of new trips associated with the proposed development was performed. The volume of traffic generated by a site is dependent on the intended land use and size of the development. Trip generation can be defined as an estimate of the number of trips generated by a specific building or land use. These trips represent the volume of new traffic added to the roadway network. The estimate of new trips associated with the project was developed using the equations contained in the Institute of Transportation Engineers (ITE) Trip Generation Manual, 11"' Edition and the Indian River County LDC. The trip generation characteristics for the existing and proposed zoning designations were calculated based on the ITE land use code for Single -Family Detached Housing [ITE 210]. The projected number of total net new Daily trips, AM peak hour trips, and PM peak hour trips are detailed in Table 1. Excerpts from the ITE Trip Generation Manual, 11"' Edition are provided within Appendix B. Table 1: Trip Generation Summary ANI Retreat at Citrus Ridge I Rezoning Traffic Impact Analysis May 20231 Kimley-Horn and Associates, Inc. Peak tour of Adjacent PNr Ha rl�d#snE ' i Land UseIntensity i}ait ps Stni Sa't�e, Existing Zoning -AG 1 Single -Family Detached Housing 11 DU 132 10 3 7 12 8 4 subtotal 132 10 3 7 12 8 4 MOMk n`,. �» M f•�v` S kn " I OngWFedlytJetilC W Nwising $11 DU 2JW X4 52 157 289 182 107 subtotal 2, M; 200 52 157 289 182 107 Nate 1: Trip Generation was calculated using the dafsti0ll► nEISVIO ONO A ORR W 11 EfM0011 SIrd9 PSm KY Detached Housbn OTE 2101 Daily LnM = 0.92`Ln(X)+2.68: (X Is Number of Dwelling Units) AM Peak Hour of Adjacent street Ln(T) = 0.91 `Ln(X)W.12, (X Is Number of Dwelling Units), (25% In/ 75% out) PM Peak Hour of Generator Ln(T) = 0.94"(X)+0.27; (X Is N umber of Dwelling Units). (63% Int 37% gut) Retreat at Citrus Ridge I Rezoning Traffic Impact Analysis May 20231 Kimley-Horn and Associates, Inc. 711" .. •OWN The distribution and assignment of project trips was derived through a gravity model [Greater Treasure Coast Regional Planning Model (GTCRPM)] based on the transportation planning modeling programs contained in the Florida Standard Urban Transportation Modeling Structure (FSUTMS). The GTCRPM program was employed to provide an objective distribution and assignment of project trips onto the roadway network. The GTCRPM model output is provided in Appendix C. Figure 2 displays the project trip distribution and assignment for the proposed development. In accordance with Indian River County Land Development Code 952.07(18-19), an Area of Influence was determined for the project. This Area of Influence includes all thoroughfare network links impacted by eight (8) or more project peak season/peak hour/peak direction trips for a two-lane roadway or fifteen (15) or more project peak season/peak hour/peak direction trips for a four -lane (or wider) roadway [952.07(9)(d)(1)]. Based on these standards, the following roadway segments will be included within the project's Area of Influence: • SR 60 from 100' Avenue to 10th Avenue • SR 60 from 10th Avenue to US 1 (EB Only) • 981h Avenue from 8th Street to SR 60 • 90th Avenue from SR 60 to 8th Street The Links Maintenance Report is provided within the Appendix D. The intersection of SR 60 & 98th Avenue was evaluated as it is the closest signalized intersection to the property. Project traffic volumes from the FPL and Venetian Grove developments were included within the area of influence roadway analysis for 98th Avenue from 8th Street to SR 60 and the AM & PM peak hour intersection analysis of SR 60 & 98th Avenue as requested by Indian River County staff. The project traffic from these developments are included within Appendix H. Based on a review of the Indian River County Capital Improvements Element, Indian River County Metropolitan Planning Organization (MPO) Transportation Improvement Plan (TIP), Indian River County MPO 2045 Long Range Transportation Plan, and FDOT's 5 -Year Work Program, no construction funded improvements were identified within the study area of the proposed development. Retreat at Citrus Ridge I Rezoning Traffic Impact Analysis May 20231 Kimley-Horn and Associates, Inc. The intersection analysis was performed using Synchro (v11) software, which implements procedures described in the Highway Capacity Manual, 61h Edition. Vehicle turning movement counts were collected at the study intersection during both the AM and PM peak hours on Wednesday, November 16, 2022 which are included in Appendix E. A peak season factor was applied to estimate existing traffic volumes based on the FDOT Florida Traffic Online (FTO) data for Indian River County included in Appendix F. Signal timings data provided by Indian River County are included in Appendix G. The study intersections were analyzed during existing (2023) and total traffic (2023) conditions. Total traffic volumes were developed by adding anticipated project trips to existing volumes. Vested traffic from the Indian River Service Center (FPL) and Venetian Grove were included within the background growth and excerpts from these projects are included in Appendix H. Vested traffic from the latest Indian River County Links Maintenance Report, provided in Appendix D, were also included in the total traffic volumes. Intersection development worksheets and Synchro output reports for the study intersection is provided within Appendix H and Appendix I, respectively. Figure 3 illustrates turning movement volumes at the study area intersection during the AM and PM peak hour timeframes, respectively. The results of the intersection analysis is presented in Table 2. As shown in Table 2, the study intersection operates with acceptable overall LOS and delay during existing traffic conditions during the AM and PM peak hour. During AM and PM peak hour total traffic conditions, the intersection of SR 60 & 981h Avenue is expected to operate with a LOS F and excessive delay primarily due to the failing northbound and westbound approaches (PM peak hour only). With the implementation of the following improvements to the study intersection of SR 60 & 9811 Avenue, the intersection is anticipated to operate with acceptable LOS and delay during the AM and PM peak hours under total traffic conditions: • An exclusive northbound right turn lane • An additional westbound left turn lane • An additional southbound receiving lane • Protected phasing for both the eastbound and westbound left turn movements • Permissive -overlap phasing for the northbound right turn movement Table 2: Intersection Analysis Retreat at Citrus Ridge I Rezoning Traffic Impact Analysis May 20231 Kimley-Horn and Associates, Inc. Existing Traffic Total Traffic Total Traffic Conditions Intersection Conditions Conditions (With Improvements) LOS Delay' LOS Delay' LOS Delay' (AM/PM) (AM/PM) (AM/PM) (AM/PM) (AM/PM) (AM/PM) SR 60 & 98th Avenue A/A 8.1/8.8 F/F 152.5/391.0 D/D 35.9/35.4 Notes: Delay is represented as seconds per vehicle. 2Total Traffic Conditions represent existing volumes plus projecttrips. Retreat at Citrus Ridge I Rezoning Traffic Impact Analysis May 20231 Kimley-Horn and Associates, Inc. Analysis of the site access is not required at this time because this is a proposed rezoning and not a site plan application. A proposed rezoning of a ±51.8 -acre property generally located north of 12'h Street, east of 98th Avenue in Indian River County, Florida. The property is currently zoned as Agriculture -1 (A-1) and will be rezoned to a Multiple -Family Residential District (RM -6) based upon Indian River County zoning standards. The development program for the rezoning traffic analysis includes ±311 single family dwelling units based on the intensities defined within Indian River County Land Development Code (LDC) Section 910.08(2). An analysis of the traffic impacts associated with the proposed project was performed in accordance with Indian River County Land Development Regulations. The results of this analysis indicate that roadway segments within the project's Area of Influence are anticipated to operate within their capacities with the addition of project traffic. The intersection of SR 60 & 981h Avenue was evaluated as it is the nearest intersection to the project's location. The study intersection operates with acceptable overall LOS and delay during existing AM and PM peak hour conditions. During the AM and PM peak hour total traffic conditions, the intersection is expected to operate with a LOS F and excessive delay. With the implementation of the following improvements, SR 60 & 981h Avenue is anticipated to operate with acceptable LOS and delay during the AM and PM peak hour total traffic conditions: • An exclusive northbound right turn lane • An additional westbound left turn lane • An additional southbound receiving lane • Protected phasing for both the eastbound and westbound left turn movements • Permissive -overlap phasing for the northbound right turn movement The proposed rezoning satisfies the Indian River County traffic concurrency standards and requirements set forth by Indian River County for evaluating proposed development impacts. Retreat at Citrus Ridge I Rezoning Traffic Impact Analysis May 20231 Kimley-Horn and Associates, Inc. mi I Property Survey I �a�� ��p � a.� mrrnwametgw�t.c Excerpts from ITE Trip Generation Manual Single -Family Detached Housing (210) Vehicle Trip Ends vs: Dwelling Units On a: Weekday Setting/Location: General Urban/Suburban Number of Studies: 174 Avg. Num. of Dwelling Units: 246 Directional Distribution: 50% entering, 50% exiting fenicie Trip veneration per Dwelling unit Average Rate Range of Rates ndsrd'04vistion 9.43 4.45-22.61 x.13 Data Plot and Equation Trip Gen Manual, 11th Edition • Institute of Transportation Engineers Single -Family Detached Housing (210) Vehicle Trip Ends vs: Dwelling Units On a: Weekday, Peak Hour of Adjacent Street Traffic, One Hour Between 7 and 9 a.m. Setting/Location: General Urban/Suburban Number of Studies: 192 Avg. Num. of Dwelling Units: 226 Directional Distribution: 25% entering, 75% exiting ......... ......................... ._ .. ..._................ ........_ ...................._ ..._._ _�_.........._........._...._................................................ _.......................... ...._...._.. _-- Vehicle Trip veneration per Dwelling unit Average Rate Range of Rates ar>slsird aeviatton A.700:27 -- 2.27+ Data Plot and Equation N C Lu a n 1,000 500 X W 0 ter--..._ .... _.._.._...__..._._ __ ____.,_..._...__. ...... _.... .... ..... ...... _....... _ __..._.._.._.._....._...._.......... _...__...... _.... _... _.__..._...__.i 0 500 1,000 1,500 2,000 2,500 3,000 X = Number of Dwelling Units X Study Site Fitted Curve - - - Average Rate Fitted Curve Equation: Ln(T) = 0.91 Ln(X) + 0,12 R'= 0.90 Trip Gen Manual, 11th Edition • Institute of Transportation Engineers X'' N C Lu a n 1,000 500 X W 0 ter--..._ .... _.._.._...__..._._ __ ____.,_..._...__. ...... _.... .... ..... ...... _....... _ __..._.._.._.._....._...._.......... _...__...... _.... _... _.__..._...__.i 0 500 1,000 1,500 2,000 2,500 3,000 X = Number of Dwelling Units X Study Site Fitted Curve - - - Average Rate Fitted Curve Equation: Ln(T) = 0.91 Ln(X) + 0,12 R'= 0.90 Trip Gen Manual, 11th Edition • Institute of Transportation Engineers Single -Family Detached Housing (210) Vehicle Trip Ends vs: Dwelling Units On a: Weekday, Peak Hour of Adjacent Street Traffic, One Hour Between 4 and 6 p.m. Setting/Location: General Urban/Suburban Number of Studies: 208 Avg. Num. of Dwelling Units: 248 Directional Distribution: 63% entering, 37% exiting (ehicle Trip Generation per Dwelling Unit Average Rate Range of Rates mrd iivistiOn 0.94 0.35-2.98 Data Plot and Equation 2,500 2,000 N C W a i 1,500 I- 1,000 500 0 X = Number of Dwelling Units X Study Site Fitted Curve - - Average Rate Fitted Curve Equation: Ln(T) = 0.94 Ln(X) + 0,27 Rz= 0.92 Trip Gen Manual, 11th Edition • Institute of Transportation Engineers Single -Family Detached Housing (210) Vehicle Trip Ends vs: Dwelling Units On a: Weekday Setting/Location: General Urban/Suburban Number of Studies: 174 Avg. Num. of Dwelling Units: 246 Directional Distribution: 50% entering, 50% exiting Vehicle Trip Generation per Dwelling Unit Average Rate Range of Rates Standard Deviation 15,000 N C W .2- 10,000 10,000 5,000 x 2933 2 11 00 500 1,000 1,500 2,000 X = Number of Dwelling Units X Study Site Fitted Curve Fitted Curve Equation: Ln(T) = 0.92 Ln(X) + 2.68 2,500 3,000 Average Rate R'= 0.95 Trip Gen Manual, 11th Edition 9 Institute of Transportation Engineers Single -Family Detached Housing (210) Vehicle Trip Ends vs: Dwelling Units On a: Weekday, Peak Hour of Adjacent Street Traffic, One Hour Between 7 and 9 a.m. Setting/Location: General Urban/Suburban Number of Studies: 192 Avg. Num. of Dwelling Units: 226 Directional Distribution: 25% entering, 75% exiting . Vehicle Trip Generation per Dwelling Unit Average Rate Range of Rates Standard Deviation 0.70 0.27-2.27 0.24 Data Plot and Equation 2,000 1,500 H 1,000 500 11RU X- 2 11 00 500 1,000 1,500 X = Number of Dwelling Units X Study Site Fitted Curve Fitted Curve Equation: Ln(T) = 0.91 Ln(X) + 0.12 F1 2,000 2,500 3,000 Average Rate R'= 0.90 Trip Gen Manual, 11th Edition 9 Institute of Transportation Engineers Single -Family Detached Housing (210) Vehicle Trip Ends vs: Dwelling Units On a: Weekday, Peak Hour of Adjacent Street Traffic, One Hour Between 4 and 6 p.m. Setting/Location: General Urban/Suburban Number of Studies: 208 Avg. Num. of Dwelling Units: 248 Directional Distribution: 63% entering, 37% exiting -- -- -- .......... ..... _........ .............. Vehicle Trip Generation per Dwelling Unit Average Rate Range of Rates Standard Deviation 500 1 2 X* 2 X 09111 0 500 1,000 1,500 2,000 X = Number of Dwelling Units X Study Site Fitted Curve Fitted Curve Equation: Ln(T) = 0.94 Ln(X) + 0.27 2,500 Average Rate R'= 0.92 Trip Gen Manual, 11th Edition 0 Institute of Transportation Engineers 3,000 1 Greater Treasure Coast Regional Planning Model (GTCRPM) Model Plots _ e o y'i 1 • O a: Ia ! O p. ° 4 IaQ e0 10 • o er- �t' A. % , R O m .y' N; CR612 .. ..... 0 4 O r 0 : i. 00 p o a Q a 4 .. ,._ 00 0 044. 0 0. 0ti, 0 a, ..-� fo r p CIM ''• O �... ..m y ^4 O e0 SR SEX. 1 1 296 7A '�ST 1,;. S. o ' O '.,,•O _- t;op w 16th St_ej9•- Joe go th St 0 j 0� n:o :,m a "• 0 m o 00 Go a a/ l0 Q e • o '` i y: ROADWAY NETWORK � t� CENTF+ OW CONNECTORS 01 o PROJECT ZONE AGumum 0 6 j MODEL RUN - KETAT AT,CWWDGE i; TRAFFIC OWrffl UT tXN (P9. ME,NTA i/�9/2ty� CRUD Licensed to Kimley--Horn and Associates, Inc.` At 9] Link Maintenance Report and Area of Influence Analysis Indian River Countv - Links Maintenance Report R,-h—;,:i m Februw y2623 R. .r rr iCSRi4� : ��:"; QFC S.R. 6D//82ND AVE//66TH AVENOW iFF �tidS!MMiF 10mlm imM NIM mmR� i mmmONSTO omM 'fr-P O-�WM©��01 ��~'l �..� MINEM.����� atesWI ��I � Lf�NWVI E�fs©�i1Qi� iEFf7� i1kLr�i1[xF�i�©�i1[ � �MPMNINONI:W � �a�� Zf�MFi[!i�©���l Mmmm�1ti� � mMiIM. �NIM Mom. mmmmmi OmM Mul-mmmorE MOO MIO- IS .��INOWE ONNFEowl-IMNIM mlff�� 98th Avenue Roadway Segment Analysis PROJECT TRAFFIC IMPACT CALCULATIONS Existing Venetian Grove Vested Project Traffic Project Traffic Project Total %of Link# -nk Description �'--'' c Capacity vnhn Trine Trine ancciann nr near Traffir Demand I anaci 3360N 198TH AVENUE 8TH STREET 12TH STREET 880 113 279 0 100% IN 174 566 64.3% 33605 98TH AVENUE 8TH STREET 12TH STREET 120 475 0 100% OUT 103 698 79.3% 3370N 98TH AVENUE 12TH STREET 16TH STREET 880 156 279 3 100% IN 174 612 69.6% 33705 98TH AVENUE 12TH STREET 16TH STRRET 880 122 475 0 100% OUT 103 700 79.6°k 3380N 98TH AVENUE//16TH STREET//SR 60 880 93 279 112 100% IN 174 658 74.8% 33805 98TH AVENUE 16TH STREET SR 60 880 123 1 475 28 100% I OUT 103 729 82.9% Turning Movement Counts Judi= mve% ieou fg guwk &wuwfangowaon 1801 27th Street Vero Beach FL 32960-3365 Location: SR 60 @ 98th Avenue Counted By: H. Payne Weather: Clear/Clear Day of Week: Wednesday r:rminc Prin+arl_ I Inchiffarl - Rank 1 File Name : SR 60 @ 98th Avenue Site Code : 22000119 Start Date : 11/16/2022 Page No : 1 — BREAK '** 16:15 0 98th Avenue 6 7 SR 60 148 47 98th Avenue 25 0 SR 60 26 0 140 3 From North 387 16:30 From East 0 12 From South 13 126 From West 189 29 Start Time Right I Thru I Left I App. Total Right I Thru I Left I App. Total Right I Thru I Left I App. Total Right I Thru I Left I App. Total Int. Total 11:00 2 0 6 8 4 75 11 90 19 0 1 20 1 86 0 87 205 11:15 3 2 9 14 8 80 16 104 22 1 0 23 0 101 1 102 243 11:30 1 0 12 13 12 86 15 113 36 0 2 38 2 94 3 99 263 11:45 4 1 19 24 17 81 27 125 22 0 0 22 2 102 1 105 276 Total 10 3 46 59 41 322 69 432 99 1 3 103 5 383 5 393 987 — BREAK '** 16:15 0 1 6 7 16 148 47 211 25 0 1 26 0 140 3 143 387 16:30 2 0 12 14 13 126 50 189 29 1 0 30 1 124 9 134 367 16:45 2 2 18 22 22 135 59 216 33 0 0 33 2 122 11 135 406 Total 4 3 36 43 51 409 156 616 87 1 1 89 3 386 23 4121 1160 17:00 0 0 24 24 23 151 58 232 27 0 1 28 0 149 12 161 445 Grand Total 14 6 106 126 115 882 283 1280 213 2 5 220 8 918 40 966 2592 Apprch % 11.1 4.8 84.1 9 68.9 22.1 96.8 0.9 2.3 0.8 95 4.1 Total % 0.5 0.2 4.1 4.9 4.4 34 10.9 49.4 8.2 0.1 0.2 8.5 0.3 35.4 1.5 37.3 Unshifted 14 6 106 126 115 882 283 1280 213 2 5 220 8 918 40 966 2592 % Unshifted 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 100 Bank 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 % Bank 1 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Jud iacn mo" Gaunt* J wyk Okdd i fL 1801 27th Street Vero Beach FL 32960-3365 Location: SR 60 @ 98th Avenue Counted By: H. Payne Weather: Clear/Clear Day of Week: Wednesday Out In Total 157 126 283 0 0 0 5 3 14 6 106 0 0 0 14 6 106 Right TI Le, ft North 11/16/2022 11:00 11/16/2022 17:00 Unshifted Bank 1 4� T r Left Thru Ri ht 5 2 213 0 0 0 5 2 13 2977 220 5 17 297 220 517 Out In Total File Name : SR 60 @ 98th Avenue �1�ID 0 w o : 22000119 Start Date �o0=� Page No :2 J m 0 0 0 r N N N WOW C-0001 j � V ' O V 0) LLF IE 0 0 00 0 O L Out In Total 157 126 283 0 0 0 5 3 14 6 106 0 0 0 14 6 106 Right TI Le, ft North 11/16/2022 11:00 11/16/2022 17:00 Unshifted Bank 1 4� T r Left Thru Ri ht 5 2 213 0 0 0 5 2 13 2977 220 5 17 297 220 517 Out In Total File Name : SR 60 @ 98th Avenue Site Code : 22000119 Start Date : 11/16/2022 Page No :2 UO --cnocn —2 m �w N O N m 0 0 0 r N N N WOW j j � J f dim iraom eountg Jup r !1)Ud6ion 1801 27th Street Vero Beach FL 32960-3365 Location: SR 60 @ 98th Avenue Counted By: H. Payne Weather: Clear/Clear Day of Week: Wednesday File Name : SR 60 @ 98th Avenue Site Code : 22000119 Start Date : 11/16/2022 Page No :3 veaK Hour Analysis From 11:UU to 11:45 - F eaK 1 Ot 1 1'f....I . .. i... C..i:... ---i- 0....i.... - 4 4 n Int. Total 11:00 98th Avenue From North SR 60 From East 98th Avenue SR 60 From South From West Start Time Right I Thru I Left I App. Total Right I Thru I Left I App. Total Right I Thru I Left I App. Total Right I Thru ILeft App. Total veaK Hour Analysis From 11:UU to 11:45 - F eaK 1 Ot 1 1'f....I . .. i... C..i:... ---i- 0....i.... - 4 4 n Int. Total 11:00 2 0 6 8 4 75 11 90 19 0 1 20 1 86 0 87 205 11:15 3 2 9 14 8 80 16 104 22 1 0 23 0 101 1 102 243 11:30 1 0 12 13 12 86 15 113 36 0 2 38 2 94 3 99 263 11:45 4 1 19 24 17 81 27 125 22 0 0 22 2 102 1 105 276 Total Volume 10 3 46 59 41 322 69 432 99 1 3 103 5 383 5 393 987 % App. Total 16.9 5.1 78 9.5 74.5 16 96.1 1 2.9 1.3 97.5 1.3 PHF .625 .375 .605 .615 .603 .936 .639 .864 .688 .250 .375 .678 .625 .939 .417 .936 .894 98th Avenue Out In Total 47 1 106 101 31 46 Right Thru Left Peak Hour Data �6 N O � F�c North a °D cn c M 2 Peak Hour Begins at 11:0 —� m U) F' 2 ro o N L Unshifted M Bank 1 O o— 41 I Left Thru Ri ht L-31 1 1 991 77 103 F 180 Out In Total Judian J ue* G unt* Jwyk&j&min#Jftd im 1801 27th Street Vero Beach FL 32960-3365 Location: SR 60 @ 98th Avenue Counted By: H. Payne Weather: Clear/Clear Day of Week: Wednesday File Name : SR 60 @ 98th Avenue Site Code : 22000119 Start Date : 11/16/2022 Page No : 4 98th Avenue SR 60 98th Avenue SR 60 From North I From East From South From West Start Time I Rioht IThru Left I App, Total I Rioht I Thru I Left I App, Total I Riaht I Thru I Left I App. Total I Right I Thru I Left I App. Total I Int. Total Peak Hour Analysis From 16:15 to 17:00 - Peak 1 of 1 Pank I-Ini it fnr Pnfira Intarearfinn Ranine of IA -1 ri 16:15 0 1 6 7 16 148 47 211 25 0 1 26 0 140 3 143 387 16:30 2 0 12 14 13 126 50 189 29 1 0 30 1 124 9 134 367 16:45 2 2 18 22 22 135 59 216 33 0 0 33 2 122 11 135 406 17:00 0 0 24 24 23 151 58 232 27 0 1 28 0 149 12 161 445 Total Volume 4 3 60 67 74 560 214 848 114 1 2 117 3 535 35 573 1605 % App. Total6 4.5 89.6 8.7 66 25.2 97.4 0.9 1.7 0.5 93.4 6.1 PHF .500 .375 .625 .698 .804 .927 .907 .914T 864 .250 .500 .886 r .375 .898 .729 .890 .902 98th Avenue Out In Total I 110 F-31 7-71 4 3 60 Right TI Left L. Peak Hour Data -amZ r -. North a M c Ln r Peak Hour Begins at 16:1 �� m v> F- 2 w o -o M t Unshifted N Bank 1 o O *1 T r Left Thru Ri ht 2 1 1 114 220 117 337 Out In Total FDOT's Florida Traffic Online Data 2022 PEAK SEASON FACTOR CATEGORY REPORT - REPORT TYPE: ALL CATEGORY: 8802 WEST- W OF I95 MOCF: 0.92 WEEK DATES SF PSCF -------------------------------------------------------------------------------- -------------------------------------------------------------------------------- 1 01/01/2022 - 01/01/2022 0.99 1.08 2 01/02/2022 - 01/08/2022 1.00 1.09 3 01/09/2022 - 01/15/2022 1.01 1.10 4 01/16/2022 - 01/22/2022 0.98 1.07 * 5 01/23/2022 - 01/29/2022 0.96 1.04 * 6 01/30/2022 - 02/05/2022 0.93 1.01 * 7 02/06/2022 - 02/12/2022 0.91 0.99 * 8 02/13/2022 - 02/19/2022 0.88 0.96 * 9 02/20/2022 - 02/26/2022 0.88 0.96 *10 02/27/2022 - 03/05/2022 0.88 0.96 *11 03/06/2022 - 03/12/2022 0.88 0.96 *12 03/13/2022 - 03/19/2022 0.88 0.96 *13 03/20/2022 - 03/26/2022 0.90 0.98 *14 03/27/2022 - 04/02/2022 0.92 1.00 *15 04/03/2022 - 04/09/2022 0.94 1.02 *16 04/10/2022 - 04/16/2022 0.96 1.04 *17 04/17/2022 - 04/23/2022 0.98 1.07 18 04/24/2022 - 04/30/2022 0.99 1.08 19 05/01/2022 - 05/07/2022 1.00 1.09 20 05/08/2022 - 05/14/2022 1.01 1.10 21 05/15/2022 - 05/21/2022 1.03 1.12 22 05/22/2022 - 05/28/2022 1.04 1.13 23 05/29/2022 - 06/04/2022 1.05 1.14 24 06/05/2022 - 06/11/2022 1.07 1.16 25 06/12/2022 - 06/18/2022 1.08 1.17 26 06/19/2022 - 06/25/2022 1.09 1.18 27 06/26/2022 - 07/02/2022 1.10 1.20 28 07/03/2022 - 07/09/2022 1.11 1.21 29 07/10/2022 - 07/16/2022 1.12 1.22 30 07/17/2022 - 07/23/2022 1.11 1.21 31 07/24/2022 - 07/30/2022 1.10 1.20 32 07/31/2022 - 08/06/2022 1.09 1.18 33 08/07/2022 - 08/13/2022 1.08 1.17 34 08/14/2022 - 08/20/2022 1.07 1.16 35 08/21/2022 - 08/27/2022 1.08 1.17 36 08/28/2022 - 09/03/2022 1.08 1.17 37 09/04/2022 - 09/10/2022 1.09 1.18 38 09/11/2022 - 09/17/2022 1.09 1.18 39 09/18/2022 - 09/24/2022 1.06 1.15 40 09/25/2022 - 10/01/2022 1.04 1.13 41 10/02/2022 - 10/08/2022 1.01 1.10 42 10/09/2022 - 10/15/2022 0.98 1.07 43 10/16/2022 - 10/22/2022 0.99 1.08 44 10/23/2022 - 10/29/2022 0.99 1.08 45 10/30/2022 - 11/05/2022 1.00 1.09 46 11/06/2022 - 11/12/2022 1.00 1.09 47 11/13/2022 - 11/19/2022 1.01 1.10; 48 11/20/2022 - 11/26/2022 1.00 1.09 49 11/27/2022 - 12/03/2022 1.00 1.09 50 12/04/2022 - 12/10/2022 1.00 1.09 51 12/11/2022 - 12/17/2022 0.99 1.08 52 12/18/2022 - 12/24/2022 1.00 1.09 53 12/25/2022 - 12/31/2022 1.01 1.10 M!s0I,4&11mftlwolQll 23 -FEB -2023 09:11:22 830UPD 4 8802 PKSEASON.TXT PPE DX G Signal Timings Indian River County Traffic Engineering Traffic Signal Timing Sheet wwo Intersection Number: 137 Intersection Name: SR 60 & 98 AVE SecFIaOT yell Controller Type: ASC 2 Date: 04/13/20 • SPECIAL FUNCTION, START PHASE DUAL ENTRY INT+ DETECT OUT OF INTO PASS SWITCHJ FLASH FLASH 2-6 YES YES NO 2-6 4-8 PRE-EMPTIONGREEN TRCK C JTRCK C MIN YELL E] TIMING BEFORE GREEN YELL I DWELL AFTER PHASE TIMING 11 SPECIAL FUNCTION, START PHASE DUAL ENTRY INT+ DETECT OUT OF INTO PASS SWITCHJ FLASH FLASH 2-6 YES YES NO 2-6 4-8 REMOVED NIGHT FLASH 2/11/20 Season pm System Cycle 0 Free Cycle 90.5 SYC GIS TIMING BY: J.ANKENY n»:Z•jVLJZj SR60@98AVE.xls Page 1 of 1 1/30/2023 'Al• .• _ , i_ Intersection Volume Development Worksheets and Vested Trips INTERSECTION VOLUME DEVELOPMENT SR 60 & 98th Avenue 98`h Avenue 98'' Avenue SR 60 SR 60 PM PEAK HOUR Northbound Southbound Eastbound Westbound „." Left Thru Right Left Thru Right Left Thru : Right Left Thru Right Counted on 11/16/2022 3 1 99 46 3 10 5 383 5 69 1 322 41 Peak Seasonal Factor 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 2023 Existing Volumes 3 1 109 51 3 11 6 421 6 76 354 45 FPL Project Trips 2 0 26 0 0 0 0 0 9 106 0 0 Venetian Grove Project Trips 4 0 1 430 0 1 0 0 0 0 1 1 140 0 0 77777 7777 7777, Vested Trips (by approach) 112 0 45 110 Existing Turn Proportions Project Traffic % Assignment 2% 97% 98% 4% 6% 6% 93% 1% 2% 1 98% 9% Vested Trips Project Traffic Direction OUT 109 OUT 0 0 3 42 0 IN IN 9 Project Traffic 3 147 1 48 Project Traffic % Assignment 2% 77 1 2% Total Trafficl 12 1 712 51 3 11 6 421 17 370 1 354 1 45 98th Avenue 98th Avenue SR 60 SR 60 PM PEAK HOUR Northbound Southbound Eastbound Westbound Left Thru Right Left Thru Right Left Thru Right Left„ Thru Right Counted on 11/16/2022 2 1 114 60 3 4 35 535 3 214 560 74 Peak Seasonal Factor 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 1.10 2023 Existing Volumes 2 1 125 66 3 4 39 589 3 235 616 81 FPL Project Trips 9 0 103 0 0 0 0 0 2 26 0 0 Venetian Grove Project Trips 3 0 1 276 0 1 0 0 1 0 0 1 5 470 1 0 0 77777 7777 7777, Vested Trips (by approach) 112 0 45 110 Existing Turn Proportions 2% 1% 97% 90% 4% 6% 6% 93% 1% 25% 66% 9% Vested Trips 2 1 109 0 0 0 3 42 0 28 73 9 Project Traffic % Assignment 2% 98% 1 1 2% 98% Project Traffic Direction OUT OUT IN IN Project Traffic 2 101 3 171 Total Traffic 18 2 714 66 3 4 1 42 1 631 1 13 930 1 689 90 FPL & Venetian Grove Vested Traffic INTERSECTION VOLUME DEVELOPMENT SR 60 @ 98th Avenue PM PEAK HOUR Left Northbound Thru Right Left Southboun Thru I Right Left Eastbound Thru Right Left Westbound Thru Right Counted on 12/4/2019 6 0 151 39 2 2 8 367 9 188 326 27 Peak Season Factor 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 1.08 Annual Growth Rate 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 2021 Peak Season Volumes 6 0 171 44 2 2 9 416 11 213 370 30 Annual Growth Rate 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 2.5% 1 2.5% 2.5% 1 2.5% 2.5% 2029 Background Growth 1 0 36 9 0 0 2 86 2 44 77 6 Vested Trips (by approach) 0 0 43 110 Existing Turn Proportions 4% 0% 96% 91% 5% 41% 2% 96% 2% 35% 60% 5% Vested Trips 0 0 0 0 0 0 1 41 1 39 66 6 FPL Pro.ec4raffic 9 103 2 26 Project Traffic % Assignment 1% 98% 1% 98% Project Traffic Direction OUT OUT IN IN Proiect Traffic 3 276 5 470 2029 Background Traffic 1 16 0 31053 2 2 12 543 16 322 513 42 2029 Total Traffic 19 0 586 53 2 2 12 543 21 792 513 42 Notes: 1) Intersection turning movement counts were applied 2 -years of growth in order to calculate 2021 peak season traffic volumes. F.AIAUSIV Synchro Output Reports Lanes, Volumes, Timings Existing AM Peak Hour 1: 98th Avenue & SR 60 Retreat at Citrus Ridge n agn n 01M n ➢Rn Kimley-Horn Synchro 11 Report May 2023 HCM 6th Signalized Intersection Summary Existing AM Peak Hour 1: 98th Avenue & SR 60 Retreat at Citrus Ridge Lane Con&ratiorts► a Future veNh 8 421 8 78 45 3 1 109 1�3 � 11 1, 0 0 Ped -Bike Adj(A_pbT 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 .00 1.00 1.00 Work Zane On Approach Noo No NO N rk 8701870 1870 Ad' Flow Rate, v"7 473 7 85 398 51 3 1 122 57 3 12 0.89 0.89- "VA"9' 0.89 0.89 0.89 0.89 0.89 tj , Percent HOW Veh, % 2 2 2 2 2 2 2 2 2 2 2 2 111m,4 4 202 Anive On Green 0.49 0.49 0.49 0.49 0;49 0.49 0.13 0.13 0.13 0.13 0.13 0.13 8 33 1537 1 SOMME',:. Gr Volume v , vehlh 7 473 7 85 398 51 126 0 0 60 0 12 1585 15$ ;' QServe s,s 0.2 3.2 0.1 2.5 g.6 0.7 02 0.0 0.0 0.0 0.0 0.3 ` NEWRIMM3.1 0.0,M'.0 n`0. Prop In Lane 1.00 1.00 1.00 1.00 0.02 0.97 0.95 1.00 299 0 Q r: WC RdooQ 0.01 0.27 0.01 0.15 023 0.07 0.42 0.00 0.00 0.18 0.00 0.06 1059 0 0 X74 HCM Platoon Ratio 1.00 1.00 1.00 1.00 1 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 0.00 0.00 Uniform , sAreh 6.8 6.1 5.4 7.8 6.0 5.5 16.7 0.0 0.0 18.0 0.0 15.5 1.3 0.0 0.0 fi InIdd Q d3 ,slveh 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0 0 0.0 0.0 0.0 MM 0..�,. 0:$ -,..., 2 '' ,.17 0.0 D.0 �0.0» 0.2JEWSM HCM 6th LOS A ' HCM 6th computational engine requires equal clearance times for the phases orOssN Rte bertbr. Kimley-Horn Synchro 11 Report May 2023 Lanes, Volumes, Timings Total Traffic AM Peak Hour 1: 98th Avenue & SR 60 4 Retreat at Citrus Ridge 50 25 Frt 0.850 0.850 0.867 Natural Cvcle: 90 — Volume exceeds capacity, queue is theor '69 shown is maximum after two c # 95th percentile volume exceeds capacity, Queue shown is maximum after two cycle Kimley-Hom Synchro 11 Report May 2023 HCM 6th Signalized Intersection Summary Total Traffic AM Peak Hour 1: 98th Avenue & SR 60 Retreat at Citrus Ridge Lane On Percent 0 712 51 3 11 7 473 19 416 398 51 13 1 800 57 3 12 Arrive On Green 0.55 0.55 0.55 0.55 0.55 0.55 0.28 0.2$ 0.28 0.28 0.28 0.28 Grp Volu , vehlh 7 473 19 416 398 51 814 0 60 0 12 1 a� iiH, D 0 Serve _s , s 0.3 6.2 0.5 39.8 5.1 1.3 9.3 0.0 0.0 0.0 0.0 0.5 Prop In Lane 1.00 1.00 1.00 1.00 0.02 0.98 0.95 1.00 45if' 0 0 )RC Raboog 0.01 0.24 0.02 0.81 0.20 0.06 1.77 0.00 0.00 0.37 0.00 0.03 4561' ` 0 0 HCM Platoon Ratio 1.00 1.00 1.00 1.00 1.00 1.00 " 100 1.00 1.00 1.00 1.00 1.00 1x00 ,, 1.00i 0.00 Uniform , sNeh 11.7 10.5 9.3 22.5 10.3 9.4 33.3 0.0 0.0 26.8 0.0 23.5 " 357.0 0.0 0,0 Initial Q d3 ,sNeh 0.0 0.0 0.0 0.0 0.00.0 0 0 00 0.0 0.0 0.0 0.7 86.4 0.0 0.0 X0.0 Uns . Movement sNeh 9.5 3K 0 0.0 LnGrp LOS B B A C 6 A F A A C A C Approach Delay, sNeh 10.6 20.8 390.3 29.5 HCM 6th LOS F HCM 6th computational engine requires equal clearance rimes for the phases aossing Bre barrier. Kimley-Horn Synchro 11 Report May 2023 Lanes, Volumes, Timings Total Traffic (with Improvements) AM Peak Hour 1: 98th Avenue & SR 60 Retreat at Citrus Ridge --I --► --* #' "- - 4N 540 560 580 0 50 25 t r' 1* l •/ SBL SBC::' B1 0 11 Fit Min Min 0.850 6.2 0.1 0.850 6.2 0.1 0.850 0 0 0.850 0 0 0 0 0 0.956 Satd.Flow of 1770 3539 1583 3433 3539 1583 0 1781 1583 0 1779 1583 Said. Flow LmjM 1770 3539 1583 3433 3539 1583 0 1300 1583 0 1354 1563 Yes Satd. Flow RTOR A'a 198 129 45 65 192 Link Distance 1254 1990 710 746 " 108 LaneGmt Flow h 7 473 19 416 398 51 0 14 800 0 " 80 12 erm a Prot _... NA Perm Perm NA pm+ov Pernt Protected Phases 1 6 5 2 4 5 .8 4 Detects Phase 1 6 6 5 2 2 4 4 5 8 8 8 Minimum Inklel Total Split (s) Total C an Queue Turn B 5.0 20.0 7 None Min 31.0 19.1 31.0 19.1 40.0 39.7 39.7 23.0 39.7 39.7 39.7 �K 5.5 3.7 3.7 3.7 3.7 3.7 3.7 an nn nn nn nn n None Min Min 1 21.5 6.2 0.1 1 21.5 6.2 0.1 540 540 550 580 0 0 0 0 0 0 0 0 0 0 0 0 25.1 72.1 26.1 72.1 0 0 29.6 Natural Cycle: 75 NOW NOWRA, 6, OW,`, # 95th percentile volume exceeds caacri4!, a be or. ;Queue shown is maximum after two cycles::. Kimley-Horn Synchro 11 Report May 2023 HCM 6th Signalized Intersection Summary Total Traffic (with Improvements) AM Peak Hour 1: 98th Avenue & SR 60 * Retreat at Citrus Ridge Work Zone .On A roach No NO No No Adi Flow Rate.vehlh 7 473 19 416 396 51 13 1 800 57 3 12 Percent Gr Volum v , velvb 7 473 19416 398 51 14 0 0 0.0 0.0 0.0 m� 1. 0.5 Q Serve _s , a 0.3 10.1 0.8 10.0 6.8 1.8 0.0 36.7 LnGrD LOS E C C D 8 8 D Prop In Lane 1.00 1.00 1.00 1.00 0.93 1332 59 V/C Ratio00 0.44 0.57 0.05 0.80 0.30 0.09 0.17 Uniform Dela d , slveh 42 4 29 2 25.6 35.2 18.9 17 4 35.4 Initial d3 Slush 0.0 0.0 0 0 0.0 0.0 0.0 0.0 Ned ,.,w. 0.4 7.3 0.5 '1;1 O:fi Unsi Movement Det , sNeh �O 25.7 40.t 36.7 LnGrD LOS E C C D 8 8 D Max Q HCM 6th LOS D HCM 6th computational engine requires equal clearance times for the pheses fhb buff. 0 800 80 0 12 31.8 0.0 0.0 0.4 Kimley-Horn Synchro 11 Report May 2023 Lanes, Volumes, Timings Existing PM Peak Hour 1: 98th Avenue & SR 60 Retreat at Citrus Ridge 6 2 Detector Phase 6 6 6 2 2 2 4 4 8 8 8 Minimum Initials 20.0 20.0 20.0 26.0 20.0 20.0 6.0 6.0 6.0 6.0 6.0 Total Salit (s) 57.5 57.5 57.5 57.5 57.5 57.5 33.0 33.0\ 33.0 33.0 33.0 None Control D 7.0 7.0 0.0 14.4 7.1 L6 8.7 Total Delay 7.0 7.0 0.0 14.4 7.1 1.8 8.7 " Queue~Lenath 95th (11) 21 99 0 143 104 15 47 Kimley-Horn Synchro 11 Report May 2023 HCM 6th Signalized Intersection Summary Existing PM Peak Hour 1: 98th Avenue & SR 60 Retreat at Citrus Ridge } FBT,,.:' 'EBR WBI. W NBL NBT NBR SBA" Lane Confluratlons t t t r <' At Traffic Volu°r 39 589 3 235 69 .,,, x.25 66 Future Volume vehm 39 589 3 235 616 81 2 1 125 H 3 4 Initial';; Vit," 0 0 0 0', , 0 0 Ped Bike Ad1(A_pbT 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Parking 6 s,'#It " � 1.00 , , 1.00 1.00 1.00 1.0 1 Work Zone On Approach No No .:.• No No , Ad. .. g370 1870 1870 1870 `';; ". Adj Flow Rate, vehlh 43 654 3 261 684 90 2 1 139 73 3 4 10 F 0.90 09i Percent Hag Veh, % 2 2 2 2 ' 2 2 2 2 2 2 2 2 Arrive On Green 0.58 0.58 0.58 0.58 0.58 0.58 0.13 0.13 0.13 0.13 0.13 0.13 �. .1585 777 3554 1585 8 25 1554 1350 Nam Gr Volum vehlh 654 3 261 684 90 142 0 0 76 0 4 _43 : � 1777 1585 ,.,1'588 0 0 1427 'tt Q Seroe g_s , s 1.9 5.1 0.0 14 1 5.4 1.4 0.0 0.0 0.0 0.0 0.0 0.1 MOM51 5.4 w1.00 1.4 4.6 0.0 0.0 2.4 00 Pro In Lane 1.00 1.00 1.00 0.01 0.98 0.96 1.00 th 466 2055 =`55. 917 280 0 0 322 VIC Ratio) 0.09 0.32 0.00 0.51 0 10 0.51 0.00 0.00 0.24 0.00 0.02 710 , 3299 'M0.33 147; tiA, ' ; 1472 804 0 0 742 0 7 HCM PW" Ratio 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00t _y , 1,.00 1.00 0.00 0.00 1,00 ,1 1£' Uniform Det slveh 7.8 5.9 4.8 10.8 5.9 5.1 22 2 0 0 0 0 21.3 0.0 20.3 ill:. , ,. s_...x. 0.1 0.0 .; 0.1 2.0 0.0 0.0 0.5 Initial Q Delay d3 ,9 4sh 0 0 0.0 0.0 0.0 0.0 • 0.0 0.0 0 0 0.0 0.0 0.0 0.0 @.$Ck # a' 1.7 0.0 2. 0.4 2.9 0.0 0.0 1.5 0.0'" Unsi . Movement Delay, sNeh .0 4.8 LnGm LOS 'A A A B A A C A A C A C shreh 6.1 17.5 24.2 21.7 s 7.5 •8 7.5 '8 HCM 6th LOS A * HCM 6th computational engine requires equal clearance times for the phases croeft the barrier. Kimley-Horn Synehro 11 Report May 2023 Lanes, Volumes, Timings Total Traffic PM Peak Hour 1: 98th Avenue & SR 60 Retreat at Citrus Ridge 4 f Lane Group .EBL EB'f.__ .EBR VJBI Pd BR NBI. NBAWtWME�l:: Lane Configurations �` f { i' c.. ----- Future Volume (vph 42 631 13 889 90 18 2' 714 3 4 1900 19„ Stole l ih ft 540 540 560 560 0 0 0 0 0 Taoer Lenath (M 50 50 25 25 Satd. Flow (RTOR) 60 100 208 54 Cvcle Length: 90.5 Natural — Volume exceeds capacity, aueue is tlieoretic* WOW # 95th percentile volume exceeds Kimley-Hom Synchro 11 Report May 2023 HCM 6th Signalized Intersection Summary Total Traffic PM Peak Hour 1: 98th Avenue & SR 60 Retreat at Citrus Ridge Ped4fte 1.00 1.00 1.00 0.28 OfRNMA T104 1,90.0 Work Zone On AQ roach No NO �`Sak,Flow�yettt . Adj Flow Rate, vehlh 47 701 14 1033 766 0 Y`v0V..W Percent H Veh, % 2 2 2 2 2 p3'v;` 3.4 25.0 Arrive On Green 0.55 0.55 0.55 0.55 0.55 Gro Vdurr91v1. vehm 47 701 14 1033 766 1 In Lane 1 1.00 .1.00 1.00 No l+lp', 0.55 0.28 0.28 0.28 0.28 02& 0.28 100 815 9 1. 0 0 78 0" 4 2.7 3.4 25.0 0.0 0.0 0.0 0.0 0.0 0.0 0.2 1.00 0.02 0.97 0.96 1.00 %76 317 0 0.11 2.57 0.00 0.00 0.47 0.00 0.01 X76 317 0 0 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 0:0 .., 9.7 32.0 0.0 0.0 31.3 DO' 23.8 X0:1 717.4 0.0 0.0 0.0 1.4 0.0 113.1 0.0 0.0 0.0 0.0 0.0 0.0 "'amp 0.0 HCM 6th computational engine requires equal clearance tunes for ft phases gOaei 'ft barrier. Kimley-Horn 3ynchro 11 Report May 2023 Lanes, Volumes, Timings Total Traffic (with Improvements) PM Peak Hour 1: 98th Avenue & SIR 60 Retreat at Citrus Ridge EBL EBT EBIRI Aka WBR NBL NBT SWMO Length (R) 540 540 560 560 0 200 0 AWN 50 50 25 25 WOO Frt 0.850 0.00 0,850 NINEM MR BPI 91�� Satd. Flow (arot) 1770 3539 1583 3433 3539 1583 0 1783 1583 0 Satd. Flow (RTOR) 198 129 54 Link Distance (ft) 1254 1990 710 'Wri OMMUMEM N Lane Groul Flow (yo) 47 E '701 14 1033 765 100 0 22 793 0 &I Wm ftlected Pham 1 6 5 2 4 5 Detedor Pham 1 6 6 5 2 2 -4 4 5 Minimum Initials 5.0 20.0 20 5.0 20.0 20.0 6.0 6.0 5.0 Total Split (S) Yellow Time (8) EMOR 12.4 3.7 30.0 5.5 III," 30.0 5.5 35.0 U 52.6 5.5 52.6 6.5 26.5 WNSW� 3.7 25.5 3.7 36.0 3.7 Lead/Lag Lead Lag Lag Load Lag Loa Load a 0 1583 4 6.0 N 25.5 # 95th percentile volume exceeds capacity, queue may be kxVer. Queue shown is maximum after two cyclesn,; Kimley-Horn Synchm 11 Rept May 2023 HCM 6th Signalized Intersection Summary Total Traffic (with Improvements) PIVI Peak Hour 1: 98th Avenue & SIR 60 Retreat at Citrus Ridge Ped-Ske A01(A-pbT) 1.00 1.00 1 1.00 1.00 0.12 1.00 1.00 0.04 0 1.00 1.00 1.00 1.00 1.00T'no 1.00 HCM Platoon Ratio 1.00 1.00 1.00 1 40 5 0.0 2.4 U 19.8 20.6 434 0.0 0.0 28.1 0T'9,jM0jj= Uniform Del siveh 41.6 32.1 lro� : I 00 24.3 0.0 0.0 0.0 W1.00 1.00 ";'`� Work Zone On Appord U No ,I NO No No 870 1§2jimmom Adj Flow RaK veW 47 701 14 1033 766 100 20 2 793 73 3 4 pg� 96 6.90' 0 0.90 090 1�11� Percent Heavy Veh. % 2 2 2 2 2 2 2 2 2 2 2 2 Arrive On Grow 0.04 0.23 0.23 O.M32 0. 2 0.52 0.20 0.20 0.20 M 0.20 0.20 0.20 Gro Volume(v). veh/h 47 701 14 1033 786 100 22 0 M 76 0 4 Prop In Lane 1.00 1.00 1 0.95 , WNMMVIW��"' 1.00 0.12 Ix V/C Ratio0.68 0.85 0.04 0 0.01 1 1.00 1.00 1.00 1.00 1.00T'no 1.00 HCM Platoon Ratio 1.00 1.00 1.00 1 40 5 0.0 2.4 U 19.8 20.6 434 0.0 0.0 28.1 0T'9,jM0jj= Uniform Del siveh 41.6 32.1 lro� : 26.0 2 00 24.3 0.0 0.0 0.0 0.1 -An Initial Q DelayQd3gIrl 1"0.0 0.0 U T ,I 1.00 0.91 1-00 0.95 , WNMMVIW��"' 1.00 0.12 0.27 0.00 0.95 0,92 0.00 10 0.01 1 1.00 1.00 1.00 1.00 1.00T'no 1.00 1.00 1.00 1.00 '0.00 1.00 1.'0 10 8 [0.1 40 5 0.0 2.4 U 19.8 20.6 434 0.0 0.0 28.1 0T'9,jM0jj= 0.0 5 0.0 0.0 0.9 0.0 00 24.3 0.0 0.0 0.0 0.0 0.1 w.HCM 6th computational engine requires equal clearance times for the phases crossing the barrier. Kimley-Horn Synchro 11 Report May 2023 '431 ---ftjD Public Hearin Indian River County 'A o tf P rp Interoffice Memorandum Office of Management & Budget To: Members of the Board of County Commissioners Through: John A. Titkanich, Jr. County Administrator From: Kristin Daniels Director, Office of Management & Budget Date: June 13, 2023 Subject: Miscellaneous Budget Amendment 05 Description and Conditions In accordance with Florida Statue 129.06(2)(f), this public hearing was advertised on Friday, June 16, 2023 for the purpose of hearing comments from the public regarding the changes to the County's FY 2022-2023 budget to reflect actual cash balance dollars being allocated as follows: 1. On June 7, 2016, the Board of County Commissioners approved a Local Jobs Grant for Tocqueville Asset Management LP. The third payment to Tocqueville in the amount of $47,349.17 and payment to the State of Florida in the amount of $13,898.50 for the company's Qualified Target Industry Tax Refund has been processed. Exhibit "A" appropriates $61,248 from General Fund/Cash Forward -Oct 1St 2. Funds for several project need to be rolled into Fiscal year 2022-2023. Exhibit "A" appropriates funding of $41,942 from General Fund/Cash Forward -Oct 18t and $1,000 from CDBG/Cash Forward -Oct 1st 3. On April 18, 2023, the Board of County Commissioners approved the purchase of a Motor Grader for the Road & Bridge Division. Exhibit "A" appropriates $315,501 from Transportation Fund/Cash Forward -Oct 111 4. Changes to the capital asset threshold policy resulted in accounting entries needed to record expenditures. Exhibit "A" appropriates funding of $17,815 from SWDD/Cash Forward -Oct 1St $34,784 from Sandridge/Cash Forward -Oct 1st, $11,699 Building Dept/Cash Forward -Oct 1St $1,187,216 from Utilities/Cash Forward -Oct 1St , $2,874 from Fleet/Cash Forward -Oct 1St, and $184,145 from Information Technology/Cash Forward -Oct 11t 5. Several departments incurred expenses during/after Hurricane Ian and Hurricane Nicole. Exhibit "A" appropriates Cash Forward -Oct 1St from the following funds: General Fund $30,259, MSTU Fund $6,081, Transportation Fund $5,004, Emergency Services $178,850, Beach Restoration Fund $77,325, SWDD $218,331, Sandridge $30,880, Utilities $822,577, Self -Insurance $18,266 and Information Technology $2,500. The damage inventory has been submitted to the Federal Emergency Management Agency (FEMA) for reimbursement upon validation. ro. A 3. iz) A-3 Members of the Board of County Commissioners June 13, 2023 Page 2 The County Administrator has performed an initial assessment of departmental needs and has determined the following items/services need to be implemented. Salary study for Human Resources- $100,000, document imaging for Public Works permits/large format documents $450,000, document imaging for Community Development permits/large format documents $565,000 and document imaging for Utility construction permits $150,000, Parks Department to purchase 2 replacement vehicles $84,532, Human Services build out office and furniture $30,000, Gifford pool to purchase pool filter motor and pool lift $25,917 and Utilities rate study $150,000, Exhibit "A" appropriates $214,532 from General Fund/Cash Forward -Oct 1St $590,917 from MSTU/Cash Forward -Oct 1St, $450,000 from Transportation Fund/Cash Forward -Oct 1St and $300,000 from Utilities Fund/Cash Forward -Oct 1St 7. Electric expenses are above the budgeted amount in the Walker's Glen Streetlight District Fund. Exhibit "A" appropriates $120 from Walker's Glen Streetlighting Fund/Cash Forward - Oct 1 St 8. The unbudgeted payout expense due to the resignation of the County Administrator is $111,631. Exhibit "A" appropriates funding of this expense from General Fund/Cash Forward - Oct 1 St. Staff Recommendation Staff recommends that after the public hearing, the Board of County Commissioners approve the budget resolution amending the fiscal year 2022-2023 budget. 4.52 - a .28- Ia A- 3 RESOLUTION NO. 2023- A RESOLUTION OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE FISCAL YEAR 2022-2023 BUDGET. WHEREAS, certain appropriation and expenditure amendments to the adopted Fiscal Year 2022-2023 Budget are to be made by resolution pursuant to section 129.06(2), Florida Statutes; and WHEREAS, the Board of County Commissioners of Indian River County desires to amend the fiscal year 2022-2023 budget, as more specifically set forth in Exhibit "A" attached hereto and by this reference made a part hereof, NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that the Fiscal Year 2022-2023 Budget be and hereby is amended as set forth in Exhibit "A" upon adoption of this Resolution. This Resolution was moved for adoption by , and the motion was seconded by Commissioner and, upon being put to a vote, the vote was as follows: Chairman Joseph H. Earman Vice Chairman Susan Adams Commissioner Joseph E. Flescher Commissioner Deryl Loar Commissioner Laura Moss Commissioner The Chairman thereupon declared this Resolution duly passed and adopted this day of , 2023. Attest: Jeffrey R. Smith Clerk of Court and Comptroller Deputy Clerk INDIAN RIVER COUNTY, FLORIDA Board of County Commissioners I:yj APPROVED AS TO FORM AND LEGAL SUFFICIENCY COUNTY ATTORNEY ,24, 4�2C Resolution No. 2023 - Exhibit "A" Kristin Daniels, Budget Director Budget Amendment 05 1 of4 —12 - 432, D Type Fund/ Department/Account Name Account Number Increase Decrease Revenue General Fund/Cash Forward -Oct 1st 001039-389040 $61,248 $0 1. Expense General Fund/Agencies/Local Jobs Grant Tocqueville 00111015-088032 $61,248 $0 Revenue General Fund/Cash Forward -Oct 1st 001039-389040 $41,942 $0 CDBG Fund /Cash Forward -Oct 1st 129039-389040 $1,000 $0 2 General Fund/North County Library/Other Operating Supplies/Annex Proceeds 00111271-035290-18801 $33,784 $0 Expense General Fund/Office of Mgmt & Budget/ Other Professional Services/Hurricane Dorian 00122913-033190-19028 $8,158 $0 CDBG/Closing Funds -Homes for Sale/NSP Grant 12913854-088052-09128 $1,000 $0 3. Revenue Transportation Fund/Cash Forward -Oct 1st 111039-389040 $315,501 $0 Expense Transportation/Road & Bridge/Heavy Equipment Wheel Track 11121441-066430 $315,501 $0 SWDD/Cash Forward -Oct 1st 411039-389040 $17,815 $0 Sandridge/Cash Forward -Oct 1st 418039-389040 $34,784 $0 Revenue Building Department/Cash Forward -Oct 1st 441039-389040 $11,699 $0 Utilities/Cash Forward -Oct 1st 471039-389040 $1,187,216 $0 Fleet/Cash Forward -Oct 1st 501039-389040 $2,874 $0 Information Technology/Cash Forward -Oct 1st 505039-389040 $184,145 $0 SWDD/Landfill/Loss on Assets 41121734-036620 $16,520 $0 SWDD/CC & Recycling/Loss on Assets 41125534-036620 $1,295 $0 Sandridge/Golf Maintenance/Loss on Assets 41822172-036620 $14,751 $0 4 Sandridge/Admin/Clubhouse/Loss on Assets 41823672-036620 $20,033 $0 Building Department/Loss on Assets 44123324-036620 $11,699 $0 Utilities/WW Treatment/Loss on Assets 47121836-036620 $118,453 $0 Expense Utilities/Water Production/Loss on Assets 47121936-036620 $136,353 $0 Utilities/General & Engineering/Loss on Assets 47123536-036620 $28,213 $0 Utilities/Sludge/Loss on Assets 47125736-036620 $3,073 $0 Utilities/Customer Service/Loss on Assets 47126536-036620 $41,082 $0 Utilities/WW Collection/Loss on Assets 47126836-036620 $99,522 $0 Utilities/Water Distribution/Loss on Assets 47126936-036620 $120,542 $0 1 of4 —12 - 432, D Resolution No. 2023 - Exhibit W' Kristin Daniels, Budget Director Budget Amendment 05 2 of 4 .-4- 432 Type Fund/ Department/Account Name Account Number Increase Decrease Utilities/Water Distribution/Meter Replacements 47126936-044699-18530 $626,118 $0 Utilities/Osprey Marsh/Loss on Assets 47128236-036620 $1,545 $0 Utilities/Water Distribution/Attractive Items 47126936-059100 $3,137 $0 Utilities/Spoonbill Marsh/Loss on Assets 47129236-036620 $4,180 $0 Utilities/Spoonbill Marsh/Attractive Items 47129236-059100 $4,998 $0 4. Expense Fleet/Vehicle Maintenance/Loss on Assets 50124291-036620 $2,874 $0 Information Technology/GIS Dept/Loss on 50510319-036620 $11,959 $0 Assets Information Technology/Information 50524113-036620 $136,536 $0 Systems/Loss on Assets Information Technology/Information 50524113-059200 $35,650 $0 Systems/Attractive Items-Laptops/Tablets General Fund/Cash Forward -Oct 1st 001039-389040 $30,259 $0 MSTU/Cash Forward -Oct 1st 004039-389040 $6,081 $0 Transportation Fund/Cash Forward -Oct 1st 111039-389040 $5,004 $0 Emergency Services/Cash Forward -Oct 1st 114039-389040 $178,850 $0 Beach Restoration Fund/Cash Forward -Oct 1st 128039-389040 $77,325 $0 Revenue SWDD/Cash Forward -Oct 1st 411039-389040 $218,331 $0 Sandridge/Cash Forward -Oct 1st 418039-389040 $30,880 $0 Utilities/Cash Forward -Oct 1st 471039-389040 $822,577 $0 Self Insurance/Cash Forward -Oct 1st 502039-389040 $18,266 $0 Information Technology/Cash Forward -Oct 1st 505039-389040 $2,500 $0 5. General Fund/Comm-Emergency Svcs/Other 00110719-033490-22601 $188 $0 Contractual Services -Hurricane Ian General Fund/Comm-Emergency Svcs/Other 00110719-033490-23007 $6,681 $0 Contractual Services -Hurricane Nicole General Fund/Comm-Emergency Svcs/Fuel & 00110719-035210-23007 $1,857 $0 Lubricants -Hurricane Nicole General Fund/Human Resources/Overtime 00120313-011140 $2,708 $0 General Fund/Emergency Managements/Other 00120825-035290-23007 $3,989 $0 Expense Operating Supplies -Hurricane Nicole General Fund/Parks/Other Professional 00121072-033190-23007 $8,240 $0 Services -Hurricane Nicole General Fund/Parks/Overtime 00121072-011140 $4,096 $0 General Fund/Purchasing/Overtime 00121613-011140 $1,300 $0 2 of 4 .-4- 432 Resolution No. 2023 - Exhibit "A" Kristin Daniels, Budget Director Budget Amendment 05 3 of 4 ezr 452 F Type Fund/ Department/Account Name Account Number Increase Decrease General Fund/Office of Mgmt & 00122913-011140 $1,200 $0 Budget/Overtime MSTU/Ocean Parks/Overtime 00411672-011140 $6,081 $0 Transportation Fund/Road & Bridge/Other 11121441-035290-23007 $5,004 $0 Operating Supplies -Hurricane Nicole Emergency Services/Fire Rescue/Overtime 11412022-011140 $178,850 $0 Beach Restoration/Other Professional Services 12814472-033190-23007 $77,325 $0 Hurricane Nicole SWDD/Landfill/Other Contractual Services- 41121734-033490-22601 $216,074 $0 Hurricane Ian SWDD/Landfill/Overtime 41121734-011140 $2,257 $0 5. Expense Sandridge/Golf Maintenance/Other Contractual 41822172-033490-23007 $30,880 $0 Services -Hurricane Nicole Utilities/Spoonbill/Other Professional Services- 47129236-033190-22601 $36,814 $0 Hurricane Ian Utilities/Spoonbill/Other Professional 47129236-033190-23007 $785,763 $0 Services/Hurricane Nicole Self Insurance/Risk Management/Other 50224619-033490-22601 $18,266 $0 Contractual Services -Hurricane Ian Information Technology/Information Systems/ 50524113-011140 $2,500 $0 Overtime General Fund/Cash Forward -Oct 1st 001039-389040 $214,532 $0 MSTU/Cash Forward -Oct 1st 004039-389040 $590,917 $0 Revenue Transportation Fund/Cash Forward -Oct 1st 111039-389040 $450,000 $0 Utilities/Cash Forward -Oct 1st 471039-389040 $300,000 $0 General Fund/Human Resources/Other 00120313-033190 $100,000 $0 Professional Services General Fund/Parks/Automotive 00121072-066420 $84,532 $0 General Fund/Human Services/Other 00121164-035290 $25,000 $0 Operating Supplies 6 General Fund/Human Services/Office Furniture 00121164-066410 $5,000 $0 & Equipment MSTU/GAC/Maintenance-Other Equipment 00410572-034690 $16,067 $0 Expense MSTU/GAC/Other Machinery & Equipment 00410572-066490 $9,850 $0 MSTU/County Planning/Other Contractual 00420515-033490 $465,000 $0 Services MSTU/Env Planning/Other Contractual 00420724-033490 $100,000 $0 Services Transportation/Public Works/Other Contractual 11124319-033490 $450,000 $0 Services Utilities/General & Engineering/Other 47123536-033490 $150,000 $0 Professional Services Utilities/General & Engineering/Other 47123536-033190 $150,000 $0 Contractual Services 3 of 4 ezr 452 F Resolution No. 2023 - Exhibit "A" Kristin Daniels, Budget Director Budget Amendment 05 4 of 4 432 Type Fund/ Department/Account Name Account Number Increase Decrease 7. Revenue st Walker's Glen Streetlights/Cash Forward -Oct 196039-389040 $120 $0 Expense Walker's Glen Streetlights/Electric Services 19628041-034310 $120 $0 Revenue General Fund/Cash Forward -Oct 1st 001039-389040 $111,631 $0 General Fund/County Administrator/Salaries 00120112-011120 $87,873 $0 8 Expense General Fund/County Administrator/Social Security 00120112-012110 $5,076 $0 General Fund/County Administrator/Retirement 00120112-012120 $17,408 $0 General Fund/County Administrator/Medicare 00120112-012170 $1,274 $0 4 of 4 432 Advertise in TC Palm on Friday, June 16, 2023 NOTICE OF PUBLIC HEARING SUPPLEMENTING FISCAL YEAR 2022-2023 INDIAN RIVER COUNTY, FL BUDGET NOTICE IS HEREBY GIVIEN that the Board of County Commissioners of Indian River County, Florida, will hold a public hearing on June 20, 2023, beginning at 9:00 am, or as soon thereafter as the item may be heard, in the Commission Chambers at the Indian River County Administration Building A, 1801 27th Street, Vero Beach, Florida, for the purpose of hearing comments from the public regarding the changes to the County's FY 2022-2023 budget; to reflect actual cash balance forward dollars from prior fiscal year. General Fund Rollover Fund/Unbudgeted Expenses $459,612 MSTU Fund Unbudgeted Expenditures 596,998 Transportation Fund Unbudgeted Expenditures 770,505 Emergency Services District Hurricane Expenses 178,850 Beach Restoration Fund Hurricane Expenses 77,325 CDBG Funds Rollover Funds 1,000 Walker's Glen Streetlighting Dist. Increase in Expenses 120 Solid Waste Disposal District Hurricane Expenses 236,146 Sandridge Golf Course Change in Capital Asset Threshold 65,664 Building Department Change in Capital Asset Threshold 11,699 Utilities Change in Capital Asset Threshold Hurricane Expenses 2,309,793 Fleet Change in Capital Asset Threshold 2,874 Self -Insurance Fund Hurricane Expenses 18,266 Information Technology Change in Capital Asset Threshold 186,645 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 testimony and evidence upon which the appeal is based. Anyone who needs a special accommodation for this meeting must contact the County's Americans with Disabilities Act (ADA) Coordinator at 772-226-1223 at least 48 hours in advance of the meeting. 432,9 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 Jeff & Caroline Alter, Dave Ritter, Diane Beck, John & NAME OF INDIVIDUAL OR ORGANIZATION: Sherry Shipley, Carey & Tiffin ie Hen rey 8046 140th Street, 8065 142nd Street, 8046 ADDRESS: 141st Street, 8080 142nd Street, Sebastian, FL PHONE: SUBJECT MATTER FOR DISCUSSION: 305-281-0406 (Caroline Alter) Public storm drain system corroding property IS A DIGITAL/ELECTRONIC PRESENTATION PLANNED? YES l NO Indian River County has taken pictures of broken pipes. WHAT RESOLUTION ARE YOU REQUESTING OF THE COMMISSION? Would like to have the Commissioners see them. ARE PUBLIC FUNDS OR ACTIVITIES REQUIRED? [��] YES 1:1 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 INTERIM COUNTY ADMINISTRATOR: Michael Zito MEETING DATE: 06/20/2023 432 �tvER Office of the o� INDIAN RIVER COUNTY ADMINISTRATOR �oRXo John A. Titkanich, Jr., ICMA-CM, AICP, County Administrator Michael C. Zito, Assistant County Administrator MEMORANDUM TO: Members of the Board of County Commissioners FROM: John A. Titkanich, County Administrator DATE: June 14, 2023 SUBJECT: Deputy County Administrator's Employment Agreement RArwr.R01Ilun Michael Zito has served as Assistant County Administrator since February of 2005. His employment agreement with the County Administrator has been renewed annually for 17 consecutive years. Prior to his tenure as Assistant County Administrator, Michael served as Assistant County Attorney and as General Counsel to the Indian River County Sheriff's Office. ANAI VCIC The form of the Employment Agreement presented is identical to prior years with the exceptions of changing the title to Deputy County Administrator and extending a 3 -year term consistent with the duration of the County Administrator's Employment Agreement. It also reflects a 2.5% merit increase retroactive to June 2, 2023 with any merit or anniversary increases subject to the discretion of the County Administrator. RECOMMENDATION The County Administrator recommends the Board of County Commissioners approve the attached Employment Agreement with the Deputy County Administrator and authorize the County Administrator to sign the Agreement. ATTACHMENT Proposed Deputy County Administrator's Employment Agreement 433 DEPUTY COUNTY ADMINISTRATOR EMPLOYMENT AGREEMENT This Agreement is made this 20th day of June, 2023 by and between John A. Titkanich, Jr., in his capacity as County Administrator for Indian River County, Florida, (hereafter "ADMINISTRATOR") and Michael C. Zito (hereafter "DEPUTY"). SECTION 1. EMPLOYMENT ADMINISTRATOR hereby employs DEPUTY as an employee of Indian River County, Florida ("County") as Deputy County Administrator for a period of three -years commencing on the effective date of June 2nd, 2023. SECTION 2. DEPUTY'S DUTIES DEPUTY shall devote full time and attention to his duties on behalf of County. DEPUTY shall not engage in compensated work except as an employee of County, unless authorized by ADMINISTRATOR to do so. ADMINISTRATOR shall determine the specific duties to be assigned to DEPUTY. DEPUTY shall perform such duties in a diligent, competent and professional manner to the reasonable satisfaction of ADMINISTRATOR. SECTION 3. ETHICS OF DEPUTY DEPUTY shall abide by and perform all assigned duties in accordance with the ethical standards set forth in State law and County ordinances, regulations and policies. SECTION 4. ANNUAL COMPENSATION Upon the effective date of this Agreement, DEPUTY shall be paid an annual salary $186,322.41 ("Salary"), payable in 26 bi-weekly installments of $7,166.25, as adjusted for required deductions. DEPUTY'S salary shall be increased by any general wage increase granted other County employees for the duration of this Agreement. Additionally, DEPUTY shall be eligible to receive an Anniversary increase in years two and three of this Agreement subject to the sole discretion of the County Administrator. DEPUTY shall receive a car allowance in an amount equivalent to that granted to other County employees receiving car allowances. DEPUTY shall be deemed to be an exempt employee for the purposes of the Fair Labor Standards Act. SECTION 5. INDIAN RIVER COUNTY ADMINISTRATIVE M A N U A L Except as set forth herein, DEPUTY shall be subject to and entitled to the same rights, responsibilities and benefits as other exempt County employees, as set forth in the Indian River County Administrative Manual, as applied from time to time (Manual"); provided, however, that DEPUTY shall not be subject to Policy AM -807.1 (Disciplinary Procedure) and Policy AM -807.2 (Offenses/ Disciplinary Pattern). 434 In exchange for giving up the rights set forth in Policy AM -807.1 and Policy AM -807.2, DEPUTY shall be entitled to severance rights as set forth in Section 10 below. SECTION 6. ADDITIONAL BENEFITS In addition, County shall pay for DEPUTY'S continuing legal education, as necessary to maintain membership in The Florida Bar and deemed relevant or appropriate by ADMINISTRATOR. The term "continuing legal education" includes program fees, travel, lodging, and per diem expenses. County shall pay DEPUTY'S Florida Bar dues, relevant Florida Bar section fees, and Indian River County Bar Association dues. DEPUTY shall be available by cell phone; County shall pay a cell phone stipend of $85.00 per month to DEPUTY. DEPUTY shall accrue vacation leave at the same rate as all other full-time county employees hired prior to October 1, 2011. DEPUTY shall be included in the Senior Management Class of the Florida Retirement System. SECTION 7. NATURE OF EMPLOYMENT DEPUTY acquires no property rights in employment as described in Policy AM - 807.01, but has only the contractual rights set forth or incorporated by reference in this employment agreement. SECTION 8. TERM This employment agreement, c o m m e n c i n g J u n e 2, 2 0 2 3 i s for th ree- years from the effective date written above and shall be retroactively applied. The agreement is not continuing in nature and must be renewed upon its natural expiration basis. ADMINISTRATOR and DEPUTY shall meet and attempt in good faith to resolve all renewal issues no later than 30 days prior to completion of the agreement term; provided, however, that failure to do so shall not result in an extension or renewal of this agreement. SECTION 9. TERMINATION This agreement may be terminated with or without cause by either party upon 60 days written notice delivered to the other party. At ADMINISTRATOR'S option, County may pay 60 days Salary in lieu of notice. SECTION 10. SEVERANCE In the event that ADMINISTRATOR either (i) terminates this agreement without cause, or (ii) fails without cause to renew this agreement on terms equally favorable to DEPUTY, County shall pay DEPUTY a severance amount equal to 1 month of Salary for each completed 2 years of employment, capped at 4 months of Salary, less required deductions. For the purposes of his agreement, the term "cause" shall mean any of the following: (i) material breach of this contract, (ii) serious breach of a County policy or ordinance, (iii) violation of any state or federal law reflecting a serious lack of honesty, character, or 2 435 integrity, or (iv) any other serious misconduct adversely impacting the County or its operations or reputation. In the event that a determination of cause depends solely on the outcome of pending disciplinary, criminal or other such proceedings, County may defer its decision on whether to pay severance until completion of such proceedings. Regardless of whether a termination or failure to renew is with or without cause, DEPUTY shall be paid accrued sick leave in accordance with the Manual; provided, however, that DEPUTY was employed under a prior employment agreement which provided that DEPUTY would be paid "in full' for accrued sick leave. DEPUTY shall be paid in full for sick leave which accrued during the period of time that DEPUTY worked under the prior employment agreement up to a maximum of 308 hours. DEPUTY shall be paid accrued vacation leave in accordance with the Manual in effect at the time of termination or failure to renew. IN WITNESS WHEREOF, the parties have caused this agreement to be duly executed at Vero Beach, Florida, as of the date set forth below. COUNTY ADMINISTRATOR John A. Titkanich, Jr. DEPUTY COUNTY ADMINISTRATOR Michael C. Zito Approved as to legal form and sufficiency: Dylan Reingold, County Attorney 3 Date: Date: 436 UB County Administrator's Matters June 20, 2023 �VFl?, Office of the a: INDIAN RIVER COUNTY * * ADMINISTRATOR John A. Titkanich, Jr., County Administrator Michael C. Zito, Assistant County Administrator MEMORANDUM TO: Members of the Board of County Commissioners FROM: John Titkanich, Jr., County Administrator DATE: June 14, 2023 SUBJECT: Vacation Rental Code Enforcement Fines Background & Discussion The County has received concerns regarding the impact of vacation rentals on the surrounding and neighboring residential properties. Section 911.15 (9), Indian River County Code provides licensure and use regulations and sections 911.15(4) and 912.17(2), Indian River County Code governs parking for vacation rentals. Generally, the County Code contains requirements related to use, parking, noise, occupancy, and fire safety. Vacation rentals located within a residential neighborhood may impact the quality of life of the neighborhood. In recent months there has been heightened interest regarding the impacts and the sufficiency of code enforcement fines imposed for violations of vacation rental regulations. Chapter 162, Florida Statues, provides counties the power to enforce codes and impose administrative fines. Section 162.09 (2)(a), Florida Statutes, provides for limitations for fines imposed, which shall not exceed $250 per day for a first violation and shall not exceed $500 per day for a repeat violation. However, sub -section (2)(d) provides counties having a population of 50,000 or greater, based on a supermajority vote of the Board of County Commissioners, to impose fines at higher amounts. First violation fines may be imposed at an amount not to exceed $1,000 per day and $5,000 per day violation for a repeat violation, and up to $15,000 per violation in certain circumstances. The County currently imposes these levels of fines for (1) a commercial event at a residence, and (2) an illegal connection to the public water supply. 437 County Administrator's Matters June 20, 2023 In response to the rising concerns and potential deleterious impacts imposed on the community, the Board of County Commissioners could amend Section 103.03 of the County Code to add the violation of the County's vacation rental local regulations to those violations subject to the higher level of fines imposed. Staff Recommendation Direct the County Attorney to prepare an Ordinance amending Section 103.03, Indian River County Code to include vacation rental local regulations, and advertise the item for a Public Hearing. 438 /1201 DEPARTMENTAL MATTERS INDIAN RIVER COUNTY MEMORANDUM To: The Honorable Board of County Commissioners Through: John Titkanich, County Administrator From: Suzanne Boyll, Human Resources Director Date: June 13, 2023 Subject: Group Insurance Recommendations for Plan Year 2023/2024 BACKGROUND Indian River County offers a comprehensive group insurance program for our employees and eligible dependents consisting of: Pharmacy (Worksite Benefits) Health Advocacy & EAP Florida Blue Renewal agreement through 2026. Moving to BCBS National Alliance Platform on 10/1/23 ject to a renewal. • Core Advocacy: Increase of $0.05 to $1.25 PEPM 439 The Property Appraiser, Tax Collector, Clerk of Courts, and the Supervisor of Elections participate in the group benefits offered to the Board of County Commissioners (BOCC) employees. The Sheriff's Office also participates in many of the same benefits; however, they offer different dental, vision and voluntary worksite benefits through different carriers. The group benefit plan is an essential part of the employee benefit package and important to recruitment and retention efforts. The County has engaged the services of a professional benefits consultant, Lockton Companies, to review plan experience and provide recommendations to maintain a benefits package that is: ✓ Affordable ✓ Competitive ✓ Sustainable In an effort to attract and retain employees, below are the recommendations for the plan year beginning October 1, 2023 through September 30, 2024. Medical & Pharmacy Plan Performance The County publishes the health fund performance each quarter with the distribution of the County Connection newsletter. Most recent plan performance indicates that claims experience for the medical and pharmacy benefit is within budgeted premiums. No additional funding is projected for the FY2023/24 plan year. Fiscal Year End Fund Balance History September 30, 2018 September 30, 2019 September 30, 2020 September 30, 2021* September 30, 2022** $13,148,724 $12,197,911 $12,807,209 $15,003,116 $19,873,421 Fund Balance Change Through 2nd Quarter FY 22/23 September 30, 2022 March 31, 2023 Inc./Dec. %Inc./Dec. $19,873,421 $21,210,991 $1,337,571 6.73% We continue to offer two plans — Premier Gold and Premier Silver plan. The monthly premiums are: Single Gold $810.00 $700.00 $110.00 Family Gold $1,505.00 $1,105.00 $400.00 Single Silver $715.00 $700.00 $15.00 Family Silver $1,312.50 $1,105.00 $207.50 Medical ASO As approved by the BOCC at the May 16, 2023 meeting, the administrative services for the medical plan will transition to BCBS National Alliance effective October 1, 2023. No action is required. Pharmacy 440 The current Pharmacy Benefits Administrator is RXBenefits and the Pharmacy Benefit Manager (PBM) is Express Scripts. Lockton has completed an analysis for the upcoming plan year and the results are noted below: Ingredient Cost Dispensing Fees Total Prescriptic Cost Rebate Credit Projected S Projected S ,909,797 1$7,932,799 $8,237,195 $8,237,195 ;$7,973,557 1$8,020,061 ------ ------------------------------- -- --- - - - - --- - ; -- - - -- }------- - 3,002 $23,002 $59,148 $59,148 $13,206 '$22,010 ,932,799 $7,955,801 $8,296,343 $8,296,343 $7,986,763 $8,042,071 _._--�-------- ---------- -------- --------- ---+----- ---------- --------- --- .--- ----- r--------------------------- ,354,864 $4,354,8643,848,785 $3,848,785 $4,264,192 '$4,001,447 Estimated 1 1$1,192,528 Member Share 31,308,698 Carve -Out Fee $0.00 ! Admin Fee 1$47,104 Projected Savings; Projected Savings! 1-$846,621 j-$846,621 14121,634 -12.2% IB 1,303,625 '1$1,359,425 1$1,359,425 31,308,698 1$1,317,761 0.00• I$ I$0 47,104 $0 . !$0 1$47,104 1$47,104 $743,716 $743.716: .:1411116,561 -$425;552 Not- • This comparative analysis is provided for directional purposes • This analysis is proprietary and confidential to Lockton/Excelsior • Redistribution without consent is prohibited • Average Wholesale Price is trended forward 1 -year for purposes of this analysis • The above estimations are repriced acoording to the component discounts, dispensing fees and rebates tied to each respective vendors pricing documents Based on this information, the best pricing and rebates are available under our current contract with Express Scripts (ESI). Therefore, staff is recommending that we remain with Express Scripts as our Pharmacy Benefit Manager (PBM) through RXBenefits. Dental Insurance Dental insurance is currently optional coverage and premiums are 100% employee paid for BOCC employees. Two plans are offered, the Low Plan and High Plan. Under the current plan year, the Property Appraiser and Clerk of Courts plans had a higher out of network reimbursement rate of Usual and Customary Reimbursement (UCR) vs. Maximum Allowable Cost (MAC). As a result, their plan experience was much higher than the other agencies and they were facing a 27% rate increase as a result. For the entire group, the initial rate increase for the group would have been 5%; however, Lockton was able to negotiate a rate pass with a two-year rate guarantee if the Property Appraiser and Clerk of Courts plans changed from UCR to MAC. The Property Appraiser and Clerk 441 of Courts have agreed to the change from UCR to MAC out of network reimbursement. Therefore, there is no rate increase and a two-year rate guarantee. Currently, the Property Appraiser, Tax Collector, Clerk of Courts and Supervisor of Elections fund the employee only coverage under the dental plan. For BOCC employees, staff is recommending that the BOCC fund 100% of employee only coverage under the Low Plan ($22.44 per month). This annual estimated budgetary impact for 100% funding of employee coverage under the Low Plan is $259,664. The employer funding would reduce the cost to employees who elect dependent coverage by $22.44 per month as noted below in the EE Monthly amount and will assist the BOCC with recruitment and retention by providing all full-time employees with dental coverage. Employee Employee + Spouse EmpI _e + Child_ Employee + Family $31.56 $22-44�M $9.12 $4.56 $65.28 $22.44 $42.84 $21.42 ;P/o.7L + PCX- r iaoso 4cox-F $112.52 1 $$2-2.44 $90.08 $45.04 $46.32 1 $22.44 1 ,rt.ic �cc�w $78A8 _ $22A4 Dental Insurance Self -Funding Lockton also performed an analysis to evaluate self -funding the dental plans with Ameritas serving as the third -party administrator (TPA). Based on this analysis, there is an overall projected savings of $86K. This savings would allow the County to have a financial cushion to mitigate future rate increases under the dental program. The County would assume the risk if claims and administrative expenses exceeded premiums collected; however, the risk is capped at the annual plan maximum benefit of either $1,000 (low plan) or $1,500 (high plan) per insured. The plan administrative fee paid to Ameritas would be $4 per enrolled employee per month (PEPM) at an estimated annual cost of $46,272 (assuming 100% employer funding for single coverage Low Plan). Staff is recommending that we self -fund the dental insurance program. $0.00: $0.00 Monthly Premium $23.88 $11.94 Employee $32.28 $16.14 $0.00 $56.04 $28.02 $5.24 Vision Insurance The vision insurance is offered through Eyemed and we have a rate hold through 2025. Staff is recommending that the BOCC fund 100% of BOCC emolovee oniv coverage under the plan. The estimated annual budgeted impact to the BOCC is $60,655. This would also reduce the cost to employees who elect dependent coverage by $5.24 per month as noted below in the EE Monthly amount and assist the BOCC with recruitment and retention by providing all full-time employees with vision insurance. BOCC Monthly Premium ER Monthly EE Monthly Employee $5.24 $5.24 $0.00 Employee + Spouse $9.96 $5.24 $4.72 Employee + Child $10.50 $5.24 $5.26 Employee + Family $15.42 $5.24 $10.18 Health Advocacy This health advocacy benefit is offered through our Employee Assistance Program vendor, Health Advocate, at a rate of $1.20 per member per month (PMPM). The renewal rate effective October 442 1, 2023 is an additional $.05 for a monthly premium of $1.25 PMPM. Staff is recommending we continue with the Health Advocacy benefit at the rate of $1.25 per member per month. Elective/Planned Surgery with Surgery Plus This elective/planned surgery benefit was approved by the BOCC in May 2021 with a July 1, 2021 implementation date. Under our agreement with SurgeryPlus, the per employee per month fee is increasing effective October 1, 2023 from $3.25 to $4.25. No action is required. Flexible Spending Accounts P&A Group provides flexible spending account administration at a cost of $3 per participant per month. We are in a multi-year agreement through September 30, 2026. There are no changes and no action is required. Employee Assistance Program This program is provided through Health Advocate. There is a slight rate increase of $.08 per employee per month. The new monthly premium effective October 1, 2023 is $1.73 per employee per month (up from $1.65 PEPM). The program is well utilized by employees and there are no changes recommended at this time. Staff is recommending that we continue offering the Employee Assistance Program with Health Advocate at the rate of $1.73 per employee per month. Diabetes Management Program The diabetes management program is administered by Kannact. We have a rate hold through 2023 and we have not received renewal information. Staff will evaluate the renewal when received and make a recommendation. There are no recommended changes at this time. Basic Life & AD&D/Voluntary Life/ Short Term Disability (STD)/Long Term Disability (LTD)/Critical Illness & Accident Mutual of Omaha (MOO) is our provider for life insurance, short term disability (STD), long term disability (LTD). Our current rate agreement is through September 30, 2025. Currently, the BOCC provides basic life insurance benefits of 1x annual salary up to a maximum of $200,000. All other benefits are 100% employee paid. Option to Provide Employer Paid LTD Benefit - Currently, the long-term disability (LTD) benefit premiums are 100% employee paid. Two plans are available and offer either a 90 day or 180 -day elimination period and provide disability benefits through normal social security retirement age (NSSRA). In an effort to improve the benefits offered to our employees and remain competitive, staff is recommending that the BOCC pay 100% of LTD premiums for an LTD plan that provides two (2) years of disability benefits as a core benefit. The two-year benefit would have a 90 -day elimination period. Employees can elect to buy additional coverage to continue to receive disability benefits through NSSRA at a reduced rate from their current LTD premiums. The combination of the core LTD benefit and the buyup coverage would equal or exceed the current LTD benefits at an overall reduced premium for employees. Under this benefit, there would be no medical underwriting required and policies would be guaranteed issue Staff is recommending the BOCC pay 100% of the LTD premiums for a two-year disability benefit with a 90 -day elimination period and offer employees the option to elect buyup coverage to continue disability benefits through normal social security retirement age. Providing the employer paid LTD benefit and the optional employee buyup plan would he',j savings of over $155,000 to employee paid premiums and would provide all full-time employees with longterm disability benefits (LTD). The estimated budgetary impact to provide employer paid LTD benefit is approximately $169,216. Critical Illness and Accident Insurance The Critical Illness and Accident Insurance policies are also offered through Mutual of Omaha (MOO) have a rate hold through September 30, 2024. No action is required. Supporting Employee Wellness The County is proceeding with the employee clinic. Everside Health is in the process of securing the lease for the clinic and is actively recruiting for a clinic provider. Staff will be providing updated information as it becomes available. FUNDING The total funding impact on the Fiscal Year 2023/2024 Budget based on the Board's 964 full-time employees is as follows: Dental Low Plan Employee Coverage $259,663 Vision Employee Coverage $ 60,655 Long Term Disability Coverage $169,216 Total Cost for Additional Benefits $489,534 Self -Insuring Dental Program 46,272 Total Additional FY 23/24 Costs $535,806 The additional costs for the Dental, Vision and LTD benefits will be included in each department's Insurance account, number 012130, for a total cost of $489,534 for the Board's 964 full-time employees. The Self -Insuring Dental Admin fees are a total estimated fiscal year cost of $46,272 and will be budgeted in the Employee Health Insurance Fund/Health Insurance/Ameritas Dental Admin Fees account, number 50412719-034596. The cost of the employee dental coverage and admin fess will be offset by the Dental Insurance Premiums being paid directly to the BOCC instead of Ameritas. These amounts are subject to change pending the Constitutional's acceptance to opt -in. RECOMMENDATION Staff recommends and respectfully requests the Board of County Commissioners approve staff's recommendation for the plan year beginning October 1, 2023 through September 30, 2024 to continue our group medical plan with no increase in premiums and no change in benefits; to continue our pharmacy benefits with Express Scripts through RXBenefits; to renew our dental insurance program with no increase in premiums; to transition to the self -funding of our dental program with Ameritas serving as our third party administrator (TPA) at a rate of $4 per member per month; to provide 100% employer funding for employee dental (low plan) providing all full- time employees with dental insurance and reducing employee dependent premiums; to provide 100% employer funding for employee vision insurance providing all full-time employees with vision insurance and reducing employee dependent premiums; to provide employee long-term disability (LTD) benefits with a 90 day elimination period for all full-time eligible employees; to authorize staff to take the necessary actions in support of implementing the approved actions and authorizing the Board Chair to execute necessary documents after review and approval by the County Attorney for legal sufficiency. 444 Our Group Benefit Off-eri.n(g''s ■ Medical &Pharmacy in Health Advocacy ■ Dental Ern* oyee Assistance ■ Vision ■ Elective Surgery ■ Life/ Disability (SurgeryPlus) ■ Critical Illness & Accident Diabetes Management ■ Flexible Spending ver� 0 Accounts • �� h t fan Resor �a, -40 — 1 Medical and Pharmacy Plan Performance Plan financial performance through March 2023 reflects a 12 month loss ratio of 87.3% for both the Silver and Gold plans.:- The Health Fund Balance as of March 31, 2023 is $21,210,991. No additional increase in funding is recommended.- Itiverc0 y 'dn Res04`� SurgeryPlus Savings Summary through April 3012023 Indian River Count 771720-21 through 4/30/2023 Months Active: 22 Total Managed Carrier Spend: $1,745,798* Procedural spend/claims through SurgeryPlus: $583,652 Procedure total: 42 Total SurgeryPlus PEPM fees: $99,324 Procedure Savings: $1,023,434 Total avoided complications savings: $162,423 Total Procedural Savings: $1,185,856 *Average reimbursement for procedures based on SurgeryPlus historical carrier claims database for procedures. Lockton has reviewed the data and is in agreement that the program is providing a good cost savings to our medical plan. 40, 2- O.D.1 Current Employer Paid Benefits BOCC Employer Paid Premiums Silver Plan Single 98% $700 monthly (employee pays 2% - $15 monthly) Silver Plan Family 84% $1,105 monthly (employee pays 16% - $207.50 monthly) Gold Plan Single 86% $700 monthly (employee pays 14%- $110 monthly) Gold Plan Family 73% $1,105 monthly (employee pays 27% - $400 monthly) Employee Assistance 100% $1.65 monthly— increasing to $1.73 monthly Health Advocacy 100% $1.20 monthly — increasing to $1.25 monthly Basic Life Insurance 100% $15 per month (based on $60,000 salary) Ix annual salary $.25 per $1,000 coverage limit of $200,000 Ttivere )r h man ResO t Staff Recommendations for Additional Employer Paid Benefits Dental Low Plan Employee Coverage Vision Employee Coverage Long Term Disability Insurance (based on $60K annual salary) Total Monthly Investment $22.44 per month per employee $ 5.24 per month per employee 13.00 per month per employee $40.68 per month per employee �VaverC+ y S fan Reso`� 40 ` 3 12-,D.1. Staff Recommendation to Self Fund Dental Plan ■ Better management of the dental plan performance and funding requirements for an employer paid benefit ■ $4 per employee per month administrative fee (PEPM) and remaining premiums would be held in the insurance fund for payment of claims. ■ Assist in mitigating future rate increases and retain funds during years of good performance ■ BOCC would assume the risk; however, that risk is limited to either $1,000 or $1,500 maximum annual benefit (per insured on either Low or High Plan) Funding 0/2/23 er y t n Reso`� The total funding impact on the Fiscal Year 2023/2024 Budget based on the Board's 964 full-time employees is as follows: Dental Low Plan Employee Coverage $259,663 Vision Employee Coverage $ 60,655 Long Term Disability Coverage $169,216 Total Cost for Additional Benefits $489,534 Pgiverc maIt Reso`} 6, Questions? 12D1 (012-v/23 ZLivepq • y ti Q� h Resor' � 77¢' y ),')a1 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator Richard B. Szpyrka, P.E., Public Works Director FROM: Kirstin Leiendecker, P.E., Assistant Public Works Director SUBJECT: Award of Bid No. 2023016 66th Avenue from 69th Street to CR-510/85th Street IRC -15056, FDOT FM 436379-2-54-01 DATE: May 12, 2023 DESCRIPTION AND CONDITIONS On June 17, 2022, the Board of County Commissioners entered into an Agreement with the Florida Department of Transportation to provide the County with financial assistance under Financial Management (FM) No. for 436379-2-54-01 CEI and Construction of 66th Avenue from 69th Street to CR -510/85'h Street through its Transportation Regional Incentive Program (TRIP) with an estimated cost of the project of $15,708,271.04. The FDOT TRIP grant amount approved was for $7,000,000.00 with the County's estimated cost share to be $8,708,271.04. There were several revisions needed to the plans due to the permitting process with the Sebastian River Water Improvement District which added additional drainage structures to the project. Further, the Liberty Park Development project required revisions to the original plans. The final engineer's estimate shortly before bidding was $19,477,922.50, which is $3,769,651.46 above the original estimate. A bid opening for the 66th Avenue Roadway Widening from 69th Street to CR-510/85th Street project was held on April 5, 2023 and three (3) bids were received and opened. A detailed bid tabulation is on file and available for viewing in the Public Works Engineering Division. Bid totals are as follows: COMPANY BID Timothy Rose Contracting, Inc., Vero Beach, FL $19,478,967.53 Guettler Brothers Construction LLC., Fort Pierce, FL $20,782,629.00 Ranger Construction, Fort Pierce, FL $23,762,432.00 Staff completed a detailed comparison of the bids received and the estimated costs for the project, and found the lowest bid submitted to be feasible. FDOT has concurred that Timothy Rose Contracting, Inc. is considered to be the lowest, responsive, responsible bidder for the project with a bid totaling $19,478,967.53, which is $1,045.03 above the Engineer's Cost Estimate and $3,770,696.49 above the original FDOT estimate for the project. Timothy Rose Contracting, Inc. has completed various projects for the County in a satisfactory manner. C:\Gran icus\Legistar5\LS\Temp\c6d42f90-d4a7-43cd-b8da-6656498c3blug PAGE Award of Bid No. 2023016 IRC -1505B - 66th Avenue from 6911 Street to CR -510/851" Street FDOT FM 436379-2-54-01 For June 20, 2023 BCC Meeting FUNDING Per the TRIP grant agreement, the County must fund the project and then request reimbursement of the grant share from FDOT to a maximum amount of $7,000,000.00 of the total cost for the project. Funding for the project is budgeted in the Capital Improvement Element over the next two years. Account Name Account Number Amount Traffic Impact Fees/District 1 Roads/Construction Progress/66th Ave/69th St — 10215141-066510-16009 $2,077,099 85th St Traffic Impact Fees/District 1 Roads/Construction Progress/66t' Ave/69th St — 10415141-066510-16009 $5,024,484 85th St Optional Sales Tax/66th Ave/69th St — 851h St 31521441-066510-16009 $12,377,385 RECOMMENDATION Staff recommends the Board approve award to the lowest responsive and responsible bidder, Timothy Rose Contracting, Inc. for $19,478,967.53. Staff further recommends the Board approve the sample agreement and authorize the Chairman to execute said agreement after review and approval of both the agreement and required Public Construction Bond by the County Attorney as to form and legal sufficiency, and the receipt and approval of required insurance by the Risk Manager. ATTACH M F NTS Sample Agreement AGENDA ITEM FOR JUNE 20, 2023 Page 2 of 2 C:\G ran icus\Legistar5\LS\Temp\c6d42f90-d4a7-43cd-b8da-6656498 c3bq,5.d 6 SECTION 00520 Agreement (Public Works) TABLE OF CONTENTS Title ARTICLE 1- WORK.................................................................. ARTICLE 2 - THE PROJECT ...................................................... ARTICLE 3 - ENGINEER .............................................. "',........ ARTICLE 4 - CONTRACT TIMES ................................... .. ARTICLE 5 - CONTRACT PRICE .............................: ....... ARTICLE 6 - PAYMENT PROCEDURES ....... ...... ARTICLE 7 - INDEMNIFICATION ....................... ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS.. ARTICLE 9 - CONTRACT DOCUMENTS ....,..... ARTICLE 10 - MISCELLANEOUS ............. ....... Page ' ........................................2 ......2 ............2 ............3 .......................................................5 LEFT BLANK INTENTIONALLY] ...........7 447 SECTION 00520 Agreement (Public Works) 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 OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 - WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: The proposed improvements will include widening and reconstruction of the existing roadway to a 4 -lane divided roadway section within the project limits. Curb and gutter and a raised median will be provided. An 8 -foot -wide concrete sidewalk will be specified on the west side of the roadway. Also included will be stormwater drainage improvements, pavement markings, traffic signals and landscape and irrigation improvements. This is an FDOT Transportation Regional Incentive Program (TRIP) funded project, FM No. 436379-2-54-01. ARTICLE 2 - THE PROJECT 2.01 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: 66TH AVENUE FROM 69TH STREET TO CR-510/85TH STREET County Project Number: IRC -1505B FM Number: 436379-2-54-01 Bid Number: 2023016 Project Address: 66' Avenue, Vero Beach, FL 32967 ARTICLE 3 - ENGINEER 3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence 448 A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment A. The Work will be substantially completed on or before the 540th calendar day after the date when the Contract Times commence to run as provided in paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with paragraph 14.07 of the General Conditions on or before the 570th calendar day after the date when the Contract Times commence to run. ************************************************************************************************************ 4.03 Liquidated Damages A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. Liquidated damages will commence for this portion of work. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $4,698.00 for each calendar day that expires after the time specified in paragraph 4.02 for Substantial Completion until the Work is substantially complete. After Substantial Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER $4,698.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for final payment. ARTICLE 5 - CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents, an amount in current funds equal to the sum of the amounts determined pursuant to paragraph 5.01.A and summarized in paragraph 5.01.B, below: A. For ail Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. B. THE CONTRACT SUM subject to additions and deductions provided in the Contract: Numerical Amount: $ Written Amount: ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments M A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 6.02 Progress Payments. A. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain five percent (5%) of the payment amounts due to the CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. 6.03 Pay Requests. A. Each request for a progress payment shall be submitted on the application provided by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Public Construction Bond. ARTICLE 7 - INDEMNIFICATION 7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract. 450 7.02 "To the fullest extent permitted by law, the Recipient's contractor/consultant shall indemnify and hold harmless the Recipient and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor or consultant and persons employed or utilized by the contractor or consultant in the performance of this Agreement." ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. CONTRACTOR has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions and (2) reports and drawings of a Hazardous Environmental Condition, if any, at the Site which have been identified in the Supplementary Conditions as provided in paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site which may affect cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. 451 H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. Contractor is registered with and will use the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining proof of E -Verify registration for all subcontractors. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520``=1 to 00520-10, inclusive); 2. Notice to Proceed (page 00550-1); 3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive); 4. Sample Certificate of Liability Insurance (page 00620-1); 5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive); r Certificate of Substantial Completion (pages 00630-1 to 00630-2, inclusive); 7. Contractor's Final Certification of the Work (pages 00632-1 to 00632-2, inclusive); 8. Professional Surveyor & Mapper's Certification as to Elevations and Locations of the Work (page 00634-1); 9. General Conditions (pages 00700-1 to 00700-37, inclusive); 10. Supplementary Conditions (pages 00800-1 to 00800-12, inclusive); 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 12. Drawings consisting of a ROADWAY CONTRACT PLANS with Sheets numbered 001 through 167, SIGNING AND MARKING CONTRACT PLANS with Sheets numbered S- 1 through S-17, SIGNALIZATION CONTRACT PLANS with Sheets numbered T-1 452 through T-10 and LANDSCAPE/ IRRIGATION CONTRACT PLANS with Sheets numbered LD -1 through LD -41, inclusive, with each sheet bearing the following general title: 66"' Avenue from 69th Street to SR -510/ 8511 Street; 13. Addenda (if applicable ); 14. Appendices to this Agreement (enumerated as follows): Appendix A — Permits Appendix B — Indian River County Fertilizer Ordinances Appendix C — Indian River County Traffic Engineering Special Conditions for Right of Way Construction Appendix D — Roadway Soil Survey "66th Avenue Roadway Widening, 500 feet North of 57th Street to Barber Street, Indian River County, Florida" April 25, 2007 15. CONTRACTOR'S BID (pages 00310-1 to 00310-12, inclusive); 16. Bid Bond (page 00430-1 17. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 18. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); 19. Qualifications Questionnaire (page 00456-1 to 00456-2, inclusive); 20. List of Subcontractors (page 00458-1) 21. Certification Regarding Prohibition Against Contracting with Scrutinized Companies (page 00460-1); 22. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments; b) Work Change Directives; c) Change Order(s); ARTICLE 10 - MISCELLANEOUS 10.01 Terms A. Terms used in this Agreement will have the meanings indicated in the General Conditions. 453 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Venue A. This Contract shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Contract shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 10.06 `&lic Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor 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 contractor does not transfer the records to the County. 454 (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All 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 CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publ icrecords(W-ircgov.com Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 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 day of 20 (the date the Contract is approved by the Indian River County Board of County Commissioners, which is the Effective Date of the Agreement). OWNER: INDIAN RIVER COUNTY By: Joseph H. Earman, Chairman By: John A. Titkanich, Jr. County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller Attest: Deputy Clerk (SEAL) Designated Representative: Name: Richard B. Szpyrka, P.E. Title: Public Works Director 1801 27th Street Vero Beach, Florida 32960 (772) 226-1379 Facsimile: (772) 226-1371 CONTRACTOR: By: (Contractor) (CORPORATE SEAL) Attest Address for giving notices: License No. (Where applicable) Agent for service of process: Designated Representative: Name: Title: Address: Phone: Facsimile: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) * * END OF SECTION * * 456 INDIAN RIVER COUNTY, FLORIDA AitA&Lak?1I0I111M TO: Board of County Commissioners THROUGH: John Titkanich, Jr. County Administrator THROUGH: Richard B. Szpyrka, P.E., Public Works Director FROM: Eric Charest, Natural Resources Manager SUBJECT: Sector 7 Beach and Dune Restoration Project Update DATE: June 6, 2023 DESCRIPTION AND CONDITIONS The Indian River County Sector 7 Beach and Dune Restoration Project (Project), initially scheduled to be constructed during the November 2020 through April 2021 beach construction time period, has been postponed at the direction of the Board of County Commissioners (BCC) three (3) times over the past three (3) consecutive beach construction seasons (November to April 2020, 2021 and 2022). These postponements have been discussed in public forums and agreed to based on a lack of sufficient easements having been obtained to make the Project viable and constructible (July 14, 2020 BCC meeting in which a 90% easement acceptance target was set to provide for a successful project). Due to an apparent stalemate at obtaining the easements necessary for construction activities to take place, and with the desire to construct the permitted Sector 7 Beach and Dune Restoration Project, on January 31, 2023 the BCC approved the use of a revised easement agreement and directed staff to circulate the revised easement packet to the 27 property owners within Sector 7 that had either denied or not responded to repeated attempts to execute an easement agreement. With personal outreach from the Commission, the revised easements were distributed with an initial date requested of the property owners to return an executed easement on or before March 17, 2023. This date was set in order to allow for pre -construction activities to take place during the spring and summer 2023, allowing for construction to begin in November 2023. On March 7, 2023, the Sector 7 Beach and Dune Restoration Project was again brought before the BCC at a regularly scheduled Commission meeting, with discussions taking place on recommendations that were made by the Indian River County Beach and Shore Preservation Advisory Committee (BSPAC) at their February 27, 2023 meeting. The BSPAC Committee recommendation to adjust the Sector 7 northern project boundary approximately 2,000 feet to the south to exclude properties in which easements had not been obtained was not supported by the BCC. Staff instead was directed to continue with the project as designed and permitted and to continue pursuing the remaining easements. Staff indicated an extension could be made to the requested March 17th return date, and offered an April 1, 2023 return date instead. The April 1, 2023 date would still allow for construction activities to begin in November 2023 should adequate easements be obtained. As of the requested return date of April 1, 2023, the County had received one (1) additional easement which had been obtained utilizing the revised easement agreement language. Since the number of easements remained below the established threshold, pre -construction monitoring was not brought 457 Sector 7 Beach and Dune Restoration Easement Update June 20, 2023 BCC Meeting before the BCC for approval, in accordance with direction received at the previous BCC meeting. On May 2, 2023, staff brought the Sector 7 Beach and Dune Restoration Project back before the BCC to provide an update and seek direction moving forward. Staff presented four (4) options to the BCC for consideration, including one (1) recommendation provided bythe BSPAC which had received an update on the Project at their regularly scheduled April 17, 2023 meeting. Options were discussed, with the BCC supporting the BSPAC Amended Option 3, which directed staff to: "Determine the current project to not be constructible at all based on lack of sufficient stakeholder support in signing the original or revised easements and beach access not being available. Per BSPAC recommendation, the BCC should direct Staff to pursue, study, examine what an alternative project could be that could be designed and built that was feasible. This approach may require that both FEMA funding and the FDEP Grant funds be surrendered by the County, and any future projects that may be sought would be subject to being funded solely by the County should no additional funding sources be found. In addition, this may impact Insurance funds already received for Sector 7 losses incurred under Hurricanes Matthew and Irma which may need to be reallocated to the Sector 3 and 5 projects, with potential refunds to FEMA on insurance receivables should they not be allowed to be used to off -set Sector 7 costs incurred to date or future costs from a redesigned project." The BCC voted 3 to 2 to support the BSPAC Amended Option 3, with the caveat that a local stakeholder be afforded an additional 30 days to secure the easements necessary to allow for construction to take place in the November 2024 - April 2025 construction season. In addition to the time extension allowed to obtain easements, Staff was also directed to begin to seek extensions to the available funding in order to allow for the possibility of another one (1) year delay in construction. As the end of the approved 30 -day extension had passed on June 2, 2023, Staff has not received any additional easements, and therefore the Project remains at the current percentage of having obtained 67% of the required easements. The County has spent approximately $700,000 on permitting, monitoring and design work associated with the Sector 7 Beach and Dune Restoration Project to date. Insurance revenues associated with Hurricane Matthew damage to Sector 7 in the amount of $1,372,843.91 have been received by the County which exceeds the costs incurred to date, therefore the County cannot seek any additional reimbursements for the Sector 7 Project costs. Additional funding currently available for the project includes $307,538.00 from the Florida Department of Environmental Protection (FDEP) and $4,253,226.05 from the Federal Emergency Management Agency (FEMA). BCC approval is being sought in order for staff to notify the agencies of the current project cancellation, and to request the available FDEP funds be redistributed to the remaining beaches within the County. As previously stated, there is no guarantee that these requests will be accepted by the funding agencies, and furthermore, the insurance proceeds received for Sector 7 may need to be able to be reallocated, impacting future FEMA proceeds that are currently under review, but as the BCC directed staff to consider the Project as canceled, these appear to be the next steps. 458 Sector 7 Beach and Dune Restoration Easement Update June 20, 2023 BCC Meeting FUNDING There may be impacts of reallocating the insurance revenues received for Sector 7 ($1,372,843.91) to the other Sectors. The fees associated with the Project costs to date have been paid, therefore no additional funds are anticipated. RECOMMENDATION In accordance with the BCC approval of the BSPAC Amended Option 3 at the May 2, 2023 Commission meeting, and with the 30 -day easement extension having lapsed, Staff is now requesting approval from the BCC to cancel the current Sector 7 Beach and Dune Restoration Project and seek reallocation of any funds to other Sectors. APPROVED AGENDA ITEM FOR JUNE 20, 2023 459 1a G3 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator THROUGH: Richard B. Szpyrka, P. E., Public Works Director THROUGH: Eric Charest, Natural Resources Manager FROM: Melissa Meisenburg, Lagoon Plan Environmental Specialist SUBJECT: Indian River County Lagoon Management Plan Project List DATE: June 7, 2023 BACKGROUND On April 4, 2023, Coastal Division staff presented the Indian River County Lagoon Management Plan (LMP) outline to the Board of County Commissioners (Board) for approval. Although the outline was approved unanimously by the Board, concerns were raised regarding the lack of County prioritized projects that could target potential grant funds being made available under the Florida Legislature's Indian River Lagoon Protection Program (Program). The Program allocates at least $100 million annually for priority projects to improve water quality in the Indian River Lagoon (IRL). Staff were directed to move forward working with Tetra Tech in the Plan Development Phase, while simultaneously compiling an updated list of prioritized projects for the County intended to benefit the IRL. DESCRIPTIONS AND CONDITIONS Coastal Division staff have been working with Tetra Tech to compile an updated project list from the Coastal and Stormwater Divisions, Conservation Lands, Utilities, and Community Development. Tetra Tech contacted IRC department staff on April 17, 2023, to request a comprehensive list of projects. A submission deadline for the internal list of projects was set for May 5, 2023. While working on the prioritized project list staff, along with representatives from Tetra Tech, met with the County Administrator on April 27, 2023, to review and refine the project timeline for the development of the County's LMP. This expedited timeline identified today's June 20, 2023, Board meeting for the presentation of the project list to the Board, with the draft LMP targeted for the July 11, 2023, Board meeting. Included with this agenda item is Tetra Tech's workorder proposal for Public Outreach associated with the LMP development. Staff is requesting the Board approve Tetra Tech's Proposal to Indian River County for Development of an Indian River Lagoon Management Plan — Public Outreach which identifies activities Tetra Tech would be undertaking on behalf of the County to gather input and feedback on the draft LMP. Under the proposed workorder, Tetra 460 Page 2 Indian River Lagoon Management Plan Project List June 20, 2023 BCC Meeting Tech would meet individually with each Commissioner to solicit comments on the draft LMP, and then host Public Workshops in July and August where additional feedback would be received. The final version of the LMP, incorporating items from both the one-on-one Commissioner meetings, as well as those received through the public comment and workshops, is anticipated to be presented to the Board on September 26, 2023 for consideration. In order to finalize the County's prioritized project list for this agenda, each Department involved has provided conceptual, planned and operational project information that focuses on addressing one to many of the 19 key factors affecting the IRL identified in the approved LMP outline. The project list is sorted by Department and then by status. Project descriptions are presented along with associated costs and anticipated benefits to the IRL. Project status is classified as operational, under construction, designed, and conceptual. On May 26, 2023, Coastal Division staff met with Tetra Tech to review the updated project list and close any gaps in the projects. The resulting list is intended to be used to prioritize projects and as a tool to seek funding. This list, and subsequent revisions and updates to it, will be an integral part of the County's LMP. FUNDING Funding for professional water resource engineering support services is budgeted and available in the Indian River Lagoon/Other Professional Services, Account No. 00128337-033190. Account Name IAccount No. Amount Indian River Lagoon/Other Professional Services 100128337-033190 $68,956.02 RECOMMENDATION The LMP project list is being presented to the Board in order to highlight many of the County's existing projects, as well as provide a list of the County's anticipated future efforts aimed at improving the health of the IRL. The County's LMP project list is also to be considered as a prioritized list of current and potential projects for funding requests. In addition, staff is requesting the Board authorize the Tetra Tech Public Outreach Workorder in the amount of $68,956.02 for professional water resource engineering support services associated with supporting County staff's development of the Indian River Lagoon Management plan. Staff also recommends that the Board authorize the Chairman to execute the Public Outreach Workorder. ATTACHMENTS 1. Indian River County LMP project list 2. Tetra Tech Public Outreach Workorder 3. Tetra Tech Workorder execution form 461 y C 20 Q a a a a a Q ¢ a ❑ ¢ ¢ az z z z z z z z z m z z a � y >a E c m a a a a ¢ Q a a ¢ ❑ °�° a ¢ EF • 'o a z z z z z z z z z z z o� z = Q Q Q Q Q Q Q Q a ❑ a a c c a z Z Z Z z z z z z m z z Z 4) » ^ tLU z m y a m Q Q Q Q Q Q Q Q a❑ Q a lV H o. T z z z z z z z z z m Z z O. 0O Q Z ¢ z Q z Q Z Q z Q Z Q z Q z Q z Q Z Q Z Q Z U Q 9 m EElvJS a 'o m06o �i om o m m m m m m mwUN O y O ❑ ❑ ❑ ❑ U U U O O O j Y d c N y 0 U o❑ U = U ❑ O U L C` 0 21.L-• c «) c y O d d C V C; d C N m y a) a E C m m d y >' w a) L d m m v= 3 y c Q m m C E m 0 -� 'Lg Z - N N m o� a° � L° y .D Z m d a « E y m c m o K: 4) m U y -s "x Ea o y 3 c=i � > ` m a c tic � v, d� E m 0 y c r.m L m m'oYo N m e m = 0 m o am E o o d o va c E v o c o >�'� rn m° v t c m° e rnE aEv c:5 Ol c m C m m> E u 3> d c y 3 C o a m v m 2 m p Q L ma $ x m _ m c 3 l0 E y m m m p l0 ° V 2 m m c ° rn o v, L 0 = m o)w y d a C > m c- C m H m �. Q C m r y m m o y = C 8 Z yc m a L; m O e L V° (p C> C a 'O C 21 m •ip m y C ° m G 'O O ❑ y C $ m C 0 L $ L F C C O) L c U m �,+ m N? Q y t0 o N Y E m C c p Y .D L m (n N c ' m [x� Q O' O U d p 9 y L 'O 3 y y yn� a1 ° C L :� « m "L' >� m d d 3 m $ m= O U �c3�E� y N la !� oE> m mm m m L o~Qct 'M y y C ° a2ys m V U`°v.2> - L-. C d y N C '.'r, m y X C Y ° c 'O w E y d a (A '� y C m 0= O' m C C y �` rn m c = C C m ~ pp m E 3 >. a; m> L L m O C C m o c 1 d=_ an d m o c oN�aa m m m 4) a m rn —° c E '—� ED a �� m m 22 L c d o E' m m o !e E a = c z o a) � N 0' m U E y vi m? d CL C _ N m L m y x O 'C c° om .2 O m F y L c v m D C 0> a o 2 e (CDDU m C E U� O) E 0 0 C d 'O y m O 0 A . y m y 2 L L c m c v .°' > .° a m c y c m y C C y -O U E m m m C U Y c 0 w c C ami 'O y C = m m E d m c o s E c�1 o m y o m o c 2 E o o o > > m m d a� d c a> 2- c d ° m d 02 c = N` m y 2 0 n` p .4 c —�° m m y .p m U is of m C d m E n !c m m 0 O> u m = N .L. Y c a o = m u U C y y L c ip O d d d L « 0° d a ..% v v d C C Z C 'o y C r L 3 - E 4) N o co m N O m C C C a) 'O12 c p 3 rn = c= E o m E m m _° rn •Y E Y� c LD oa U o c a) � w 4« � °o a' c E c m m v� E E� m m c� Fc L m ��; m v m o U m d S •c ' °� N rn _ s c m c v m 3 m 4 s m° J m e U a d c° n r� .o c m .N o m m'a N L c m y E v d m g N E y c y m o o E y t >' rn a 2 41 fE > m N u 'O C m ° E S L y= O Q m c O m$ 7 C Y O U m m a) c W m y m E ,c E L y m -p .O G a V C _ m J m m a m Q7 m G N c c m o d o a o 'c m y E Y 3 Y rn L m m L ai E E aai a? d E v F> x L .4 m m ra o c a g c rn 4) ,Q 0° E E 'O 'O E a m •m a2) Om c 3� c a i, v 'r� c a ,6 L O L m .g rn« d m a Co m m C > O o c m c c m t E O y m Z N n m m c _° w Y m O) C N O a) C C y o m a 3 O a i m a) w g c m m O Z U y y m y C y m N m= Y d co U C NC m y C m O O m 0> U C a m 3 m m C y C O F' a C y m U > N y m m m L E L m w '° C y 0 y c m U c m E° F E m m N a �' rn a 'c m `o C v C '.°o m E° m E L m Ln 'm Zo m T m o o E m ct v m c rn U N E o 0 v 4 a U c .Q 3 c s m d o E m v d t m m$ Y N c m m 0 c o y c Z.6� m c N Q m m E m E° L m c m to rn y cam m=Q b o E E m m r=axi y u2 s m n t mEJc E 'R ` d 2i �.tj — '� m o rn rn f c c cinc S? ()(D y .4 ¢ m m r o y 'c )n m 3) a m h L _= u r o c� c m o m m o Q Z c a• m d y �� x tp = c .52 m~ $ ai U n v c 3 c °- a O y o x O m 2 C m >. G y m m la C O C C m a a' C m E n m V {p N y N C L y E m a moa) a Z y Lm— N a) U y J L m y l0 �. m V C C C 0 a) y .�- d > d y y C U y G O O m V C .L-. Y y Z m O` aD C d .0 .Q 4 L ... m y! v m O= m e y m E 3 N 'o y O m C m 0 L = V m C m m y y L m a) N m A p m d y `.' E c m m U E �O O C z o C y y E a) U m y 12 w E O L m m 01 w d j C >� L y U a. Y y m❑ C d m $ fO m> ` �Q o a> m LL m L c o m; U m rn to U . y C 'p C m r m c d y C O 3` +ai m °' V = �+ _= O >� N 'm0 m p c N n m y m vo o a E a 120 � oH ny amC UE s� y C=y L CLE N "'E mC m O LL U '�iLoAO4) � °i y E¢ xm= «m - E- c m2mYa m a0 Lnt N ID °V y a Y Fc y Q 1 y rn d a) c c N > m -p CcZ= d N p C = L2y CL` `"Lo m d Zm NO a_Nmo E E N r LD E a c 0 Nm m mVT ma s IL V j Na m m 0 C V ° ~cda mC J EC ' Ew y U J U o a 0 =m y O cmyC c O E «m ]I -D 0C.Qmm ey i2ycs cy m eJ eJy mmyC .'D mm °_)__ m c .( V •m me U 5) •Vd J tm C w w w w w w U U U N d' w N 2 0 � C Q Q Q Q Q Q ❑ La n z Z z Z z Z m N � O y � a � N > a t c Q Q Q Q Q Q ❑ In E-6 m o T O z z z z z z c Z d t r � c = Q Q Q Q Q Q ❑ 7 V c c p a Z Z Z Z Z Z m 2 m 0) U O Z m m N H n T Z Z z z z z m 0 Z Z Z Z Z Z m U Q m E 76 W U m m m m m m m cc ° m 4 n E m - °m 07 U 2 C A d j y m c D (,� > 'm U U U U O N.� U o U v U c_ V m oc m« c o m o d o v o .Lm-. > O E cLm.. n d 'o r 0 c rn y a cc N m m aci fmn o c g L P m m« y° nSc.o.� m o m m °m�� g m. Em oEZ c m c� v am H P mo m a> c E E o .4• p U o c p g m m 4❑ N j as Em>>o° E a c> c c c, iii m rn m$ d y���'m3 E E>> y d a��°m3 �o >o«� m nP E°o« o ro- ou) c°m43E mai aoiL m a. -a am c •« m � � di c 2 c m o m N i f0 p! w o m G m N C L 3 > `m P Q E m N 4 m V C m y Q C E E y A. m« m m m m C N« 'O .Lm.„_ o c o c m E C o m J L 3 t 06 w o Y m :O m O C y v Q .� d Z C 0 m E m D m= N_ L C « 3 Q m C U O ° C (•O0 G a p C V O m N m A w N .O ° C 'O m lC0 C :C � n 0 G. C m d m W d C E •m ° 3 d a v v o C Y m -O N > m. >mm C € C C> y C L Lm z Y �F C E 'C P� � 7,« O °m m C L '° C C lg E m ° y O N m m L O m ° LL O1 C m C m m 0 y rn v r m O P m N m p a L (n Z m C m mp C m 4 .� d m 9 L m L m m ,r -C O c E m o f v 'L W m m w '2 N U o E d n m m m m; m o P n m E v p y aci d o E o c E m° aoi L o m Y m C] y C m E P t m« « d W .+ m m C E m E n m V m« 2' m Y a 21 o •� C 3 O J C y i N allocE' ymom « mL$c and °ao 0o«c°Emm dccmLmc :d °am m 4) a -ID c P fo c m ° Cm d po.z c � U m m o o m mv� N d oc E d m m c m .. m ° 9 L o= O N E x Lm. c 12 I, a- m « r m U o P m m a «� �+ p E c y o o m a E m ° L E P' E rn o. P m" �� y C L a C L o- W 7 p m � C� `-� m E� c �•- Q� a>i� car c�a ° N N t« Y 3 mrm��Lm or m'sr �o m m N pp p ❑ N m C �2 m p .c m° y « m m d 6 O t c m p U C C L o m d y >. m E m o I'D E m a 3 V> E" m m N V d a m m e c m v E m m w i Z m d d a o c o U 0) m P n Z v 3 ° o c y: m° m p c m L c> � a E E o v c v > m a m 'w m m P o c u� c c. m o m o ; E a n� 1 m« rn« N c m m 4 m o E m y m e 5 c d y m c t m r `o m- V -° m c8 v m e C N d aci o m m c =« o r c C F T L m m m o) m E E p 3« 3 L L C O m m m o n o C o c m m ❑ m L° m a O C m L dj N m m m O m 0 U N C_ L '"• a a a p y m m o •- m m L n E E c w p E c c p t m L y cg .4 O h� C C m m 0 L o m a m �p Ol m C m �1 p O N P U m o w > n« m N c m c mO m E Q v i� o 'm m° m« N h C y c� v m m y m c o E >° U a c E H m c o' E m t c•°� N H m m c m o. c m Q L p m n ao o « v r o v P Lm. ° o �e N N E °O N je c c L° C V E- .Z m m m m m 3 c V O rmr m m d c4 E> P Ham a « c N m m L E X o (O/I C p m E c K N m m m p� E m �1 O V 'm0 O co m m C X~ L« >p y Q 12 m m U O) m m C° C m .� r m m C P m C c m m m y m F m P m $� a s L� g 'C 7 m m n E Qm m 'O m N C C 3 E c p y mo o N d L h> c �� m� c m m m tm .- N C P a 3 E o om Ctm 'm c E'a m C V o C C p- m �, ro am c L r E O P° p m C .- v m ary - L d m C n� m N J- E cym9Lma m m ef t� F L >. « Mn o m N m m4) w L C N O) C H C C L C O m m Q mPdmmc m EE Elm EEo. 41; i �m�°`ma -E 4 MmmP oN > Hd«�Emm m U m C L ��m N m p -O U m p mmm.on2«m m O U o o c N tai°mMEmm p 8 `r° m a y «« vcmmyEc 3 o m 'L' p m m G N m m r c °' ° E P: o o d m a .�- E C m �p O o- m f Y c E U E E o a E O m m- L N o m m h r o m "P a' 3 a O m r N o> .2� E c m R o m m U >` « O c `y c d° _LD C .4 fO m aP«m o 0 o m$ O v m PE c E E E m o r NLmco P L I- n m m°mPm c 3 E I v � ' c .42c�42 oNy m m ZLn m N°m N N°°° y m Y y 2 c E m m E m m E.L.. -1.8 m o°�1 o m ILl G Q o 'x m m o o E m P m. m Y d E it c« Z c m m Z` m C c C j O C ❑ p C - m m •y d N E Em C y Z d o m m 0 C E o o c 2 m H O m« w m- �+ w m A m d C �' j m U `m m o « f0 C m Y° UJ c m y U o V m c m N E •� m m x o y> o •- a .$ E e o@ E m c; m m m ,y « rn 9 E o 'p m m o P- m o m� E c �Lm 'c m No _rte ` m n n u m m o m .4 « O 4) m P r 49 �= m a m E c 'o co a c a °i 9« d E p a°' m E L m o Eom m c m EL o w O O m .o m LD E m N O cm dlm C C L N m Q > C o Cc Q C Q m e m y o ii E .4 4 m y S _ c t c .4 m m M 4 m m v m m d c m ` M E fq O m o o y m CN c N'� E y (n C wo 'oU N aU C P oL) N Q a C m O - C .4 O O O C .4 d m m N m m m N it m m N mr m m m N m m m N m2 m m fO N c m m m m C J C J C J c J C C J G U U U U U0 YO u) 1 M �O O: IV 2 cm Q M Q N mmF ZZ NT D r L O-, m a U9 I� V F F F C]❑0 F L EL 0 o a y z `n o rn Z m ? m Z Z m m vni E F ami pa T ° F M F r m Z Q � 0 M V a V m Ln Q O ❑ m ❑ m Q Q ❑ ❑ m 7 c a z c+i N Z H H Z Z H c Z .12vi f» v� v Z cr V i 100 N O 100 ❑ ❑ C ❑ ❑m t`7 ❑ N gym-• 7 d T Z V N � N 06 Z CO m F F c) Lo m F Z z 1- F �° m r- F a N J O C O Q Q Z N tND O O O O N O O o Q Z O O O l0 O to 04 V C ID N Q Q Z Z ❑ co F O O O 00 N N V cc V E» » 44 f» y� to 9 O E m E Q o rn 0 o o 0 00 N 1 0 o 0 0 0 0 0 00 0 0 0 C 0 0 C 0 0 0 0 o 0❑ ❑ 0 c 0 0 c 0 o0 0 CL W U to Z M N b9 00 cri N O to V 49 00 (A M m m fA 69 N C C � m c n m O O O O O O U U U U U U U U U U O a= o H O U o❑ U � � U ❑ U C OOl C O) w ( C(pp ° U y an d m N m y y 3 y y C E 2 m O O d �? m C m d E C? > CoW C .. `� - L Ln 4 Q m p 2 m T LL m V 2 c m rn o m c 2 O �pO L m o m n CM m E J E m J E o C m U m y= 2 os o y { yp C E 2` �i m m N m m O m E C ° C y j 'O U O l0 y m tl1 m m 'E �' a O c U c m m c c y U .t m c n oO m v O c m IM 2 c E C m m m ,� m .L.. LL S m cc E O n m C L m m n a o° o U c '� .� a m an d -O N O y m c_ .O E M.0 n 42 m am m m 'm m m d y m C € m C.1 O L1 C C L N N w d y m Y m_ c m c .� m` 2' .D Op _ C 4 m ((pp U m 0 y m m U O m C C m O m O C O y r �a U m` y?2 m m O o CO m o O E Q `"O O m m m C J 0- y D L C E m L 3 Q m L O .. O G d O Y y > 1E a c m B D L° a Y L 'U "O y '_ m L p) C $ O P L C z c y c m m y J c C n w m o rn m m C C m c c U'a- ` 6 m E C E� T o cm c J m '0m ' o c o r E$$ m j ami r :5 d m c o w 10 p m m n c d E `" 2 v c u N m O a` Ocl C -Lo m L '-m-o=❑ 'O 0 7 c N L C C m E m E o m �0 H m m d •m-• an d d C :� o C >O > ofvoi C y .2 m :: m m cF o m o r m �m N c m U Q C N t: .0 'O ay m a U oo m U A d`o m m a C E� o A E d o A m m 3 _a m 3 c m m G a� m y Y S p a V m .4 E o N C Z m m d Y m N c C La cp 2 3 (mn m m m m 0) E Y L L 3 m U J Q m m€ rn c m d m m a c m ro 3 3 y m v $'YZc H m e zo c 'a �= Y E m S coC m• E L-° mo_ > m y mD o L n c3� d s m 'v_ > 2 m a Y c dao '9m fn C C 7 U m V= m C> m m€ $" Cy� O O C O oc o o J m c�ea N m L° 0� > t� C N p m c > `ky m e m° > m �' c c m 'O _ .m+ O y p m > L O n y O m p rE N m L E$ C m y mei y j 'Y a C m C .� m U y 0 n o ° N y C m m n E Q d 'F- C C >, C m a P m C 3 a C C m J �p c m m y Q U c m p c V O$ m O a {0 Ti m y m m U c p m x E E m c m o a E O x a= Q m w C U d 3 n _m C Q O) m C °- O ~ •° O c U O ° V N x n° m y C .� m C U p m c a o m 2 ry U p 2 p >> E m M m C Q N Q o m 21, y m U -O J w U U m m A Lm n ? L. C m In,C~ E G L m_ E i n o :C LD O y m G m y 3 r; -0-00 C o N C N c o U ~ .c o o ° A° C m o ro m E Z C E E g m ❑ p 'o c ti vo" m 'C ° L �, E o c° y' � m m y U m o c D y y .� m C° ° ami m m a rn o v m 3 O m `Q� m a C O ° O E °> m m O y m m L m Ql a E o E n C C m C C n m d y o ro a m V m m 4 v ° E y C 0 C m m m C m { y{pp p m L X ° p m y r C m E O L c ro w C m W L Q 3 m a °' 2 y m m m O Q L m c_ m 3 aoi a r c 0 o� E C U .N UC y (n O �O c a o O .y.. 0 2 o n m N - o� V y oz O $ 3% C U C F 3 am «� m m 0 ?i m :� E m o° s m y v .-. Q. m m O fa W v C n ° G n � m y p L -m L En clic T C o m 0 - oM E H o c m 2L g La _ F03 '2 o d- ��cop m o ro mo 3 2vU (D -M E L min 3 m na e m a 3 Ynm i. E N '4 m U o4 C }g _y U N 2 N m m m m N v m °' w >>> m m nmf G m y m ((>pp O F x O € ym y m m E w m«: -O m 3 E° F m c a m E C Q y m 2 c q l0 n >> m m m m y o E E Q 3 m O y L o a n c o J> 3 d E m e L °o O d v T m Co y m m m m `m y m o N m 5 o `o m n° m o°° m 3 c dmtE o m cL a E °m E m E e'a°co a>- d n o y r m H F E = m rn rop oCQ O r j N c U Q y L m f� O m m S V U m y> O Y y d y V m m m ara p m p �>, N m ( Cp m 3 U c m C Cp Q O U 0 o N o 3 'c m a Lm, c E o A m CO C Q d U 0 t d (Up n m F m o d d o c y m 3 o Y y c L C y o m y c E O o m 0 S 3p w m m m ° E C T •c y d ° a E 4) a C N .L�+ c �m0o 3 o d ' N o y E m p r m N c E N N m r ova d o m Q w cm d E m c m m e € y c m c (n Qc U o ro `o A m E E c y d c 0 y o r m $moo - Qm 2e Tim mmy o m cp COG3G .� U Q 2 O ID 2 mC2 W >rnE Q 0 am m LM O U ' C anf m •O m CC3 . Oj m F O IM O O u 0 IU m m o m •c 3 2 m m c M E m n m m .m m m H m« v n' U P N C U .m.. N m (�p > .L+ E y V m y O m -p > m y x V C C C Lrn d o w bm ma �' � my 'm a m me d� � � rn o'cmE���..ow> U) U),Pvirn2 o 00 m a rp.4 z � m e IL 3 m �n ¢ m L rn m 0 m c ami U o o To E r t c Z d O w w 3 m � c O a c m ao C m t O U a y C m Z U C O O C J = m O F n O m U z U U co 7-E o m m m m m m m m m m m m m m m m m m m m m m m m m ma 0 0 € ❑ u> (nw in V) n in V) U) U in in m w � IV w 0 w 2 co .0 = c a a Lq Q Q 2) a Qaaa a Q a Q a Q Q Q Q L a r z z o z z Q z z Z z z z z z z z z z z z O O of EA N H3 > # L IL y a �"? O N Q Q Q Q Q Q Q Q Q Q Q Q Q Q O O N E� O >, a Z Z Z Z Z Z Z z Z Z Z Z Z z z Z Z z C H p (ND rn m Q z (DQ Z cc J m O (NO r au (00 O eo ^ l00 m M O fD �° O M N c a in �r ~ i» i» # 2 aci o OJ U O > Z ❑ D) O a0 N ❑ ONOO O r N O N O M a V a o) M of N O @ N M m Z N Z N m F � M OrM r 0 r C N V 1n M H a N a0 M M O V r N .- w N a) M O O V O o° � O O O Q Q Q Q Q Q Q Q Q Q Q QQ Q Q Q Q Q Q Q 0 O Z Z Z Z Z Z Z Z Z z Z Z z Z z Z Z z z Z U Q r v of E m o o ❑ O o0 OO 0 O 00 m �`! p p t0 Q) m r `r' m M o N � m M r w U C o m F u-, O o r ,° �p m H m H r oD O o v a cn M M co .9 <» r O) en M m of r M o M M co r c° (`N') M p� m f0 v N r �p V v � o c w a a « Q? y o o O O z) D z) U U U U U U U U U U U U U U U y 0 Uo p U _ U ❑ O U E 0 C N C U N O Z5 E N N N T O ° c E U r a s E m o N m O C 'a fn N d J O m a1 J N C c O C p aJ L c O a1 'O z «n�F -- E E m'm a) U m c c y a) O c E 0 >C N > O a O n y a1 C y c O m y E d o O m y E a) al '3 T o ami on c `^ c E a E c x a '^o o E c Q m u w E o - a m o d a o d d m a r 3 m y y y w 'cc F -O° w 'o ca d a .° y y y y E y E E E N y o m d z 2 az ° y Q y r m E E E E o o E E E E o o E o E E o E o E o E o E E ° E E o E E E E ° o d 3 V W L 3 h y y Q O C E° a m -O O y T N « 3 L L -q L L L L L L L L N L V) L L p r O .a aI "« m Z y <`' p m- m O �a m= m y Toi '� a1 w a E E N N O O r M O N E E c o z.o° m d y a o �Er dew co_ c ��w 0 " 2 0 m� > jn nU o 0 n 0 m 0 0 n 0 n cn 0 � 0 n 0 ❑L°. a°i t Z6 aci m a z a3i a o z aci o .j N m 0 0 0 0 n �- dv a m u E D m Y ,E m d d m n ani U aai U m aa) (n ani n ani d J) (1)y 'w m > E '- -m N Lu ac mw�°aEnU�� Lu ~ El)(n o y d m tii U m y N ° N 3- U O '- M w d° ° y d° U n y m C° o C E D O W O - y« f0 a) m 2 aJ C al N n N a) a] A a G m m O C19N O) E m o y a c, 'o o z y o z Q1 m a1 N a a) n ° N> d ° -E N> o o y axi m aci C y aci °'« N a3i m m E y 1 m E O m E Y O v f0 0 u)a) O) u)`' M O) V) N C T C C y E E 2 oo Q oa E> C cF^ 3 L a a7 a) y m L y X y >' O C d o m > o ` m o o L 2 F m $D m U E m a U F y > LEn Y = O M O C C L N C ° O .� d N N m al y0 3 of m y d y Z Z= aI c U O U ai N Q C L O E a y— L d N w V E C o 0 L v)y L u)L C C C C Q y m ai y y L° j J y y J N C N L a °- y N 3 w J m w J ,°U_ o n .� y' a1 N O E J O z l` O y C H L AR ❑ J a1 Z >; Z ` U m > a) 3 D N Y L a1 ` L�_ ` al a7 (n Lo N (n O a7 'C L c� ❑ N a] co Q yU Q r� dU U� o00 o E mm d 2 m o 2i Zo S S Q Z C al E y m y m y N o y a yy Q) o y a y N m o° y W' m y a y d y o m m m y o y o m 7 U 7 S S 7 S'555 5 O O: y a 20 ¢ Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q 6 Q r a� 0' n z z z z z z z z z z z z z z z z z z z z z o O y LL �N O O > a c `m Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q m E 'o a z z z z z z z z z z z z z z z z z z z z z o O y z j m N V m N N O O N O V r (O M O M V O m a0 c+D O a r O] N N r M M CO � � NN NM � � cA b9 fR b9 EA F' m U 6NR 69 b9 cA fA M- fn cfl cR fA O J d Z n O m u N M � m r r O L m O V O r 00 M a P m m O] IwD m W 8. M O M D. T 4 f0 O ON O N (MO N N M co RI ~ m J �O Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q Q O O O o0 G o Z Z Z Z z Z Z Z Z Z Z Z z z Z z z z z z Z Q a a YI n W m U m a0 a0 In m a0 m V u� O N m O O m r m V In N O r DD M (o a N N OJ 10 � V In (O N O r a � m O r � Imo O o � r (o p m M o �"� O N o r r (° a0 o M M o (O V m r m N D m N o O O O M 0 O O O M cA cA i» eA cA » Lo b�9 Ci .6 v� t» v) 6s f9 cA (» a co J a= N Nj Q U U U U U U U U U U U U U U U U U U U U U U U O U o U = U p O U E � o a � E2 m O a v J al 2 C v N J a) T J O U y Y o C J ° U m 0 N d E O L N N m d E E O O L L ° o o L N N m m E E O O L L N o o d o o L L y � E ° L N d o L N o o L y m E ° L N ° o L N (D � d E o ° L L N E o L N m E ° L N m E o L o L N m E O L N m E O L o DD L u t N O rn L o 4 (o N O of N N O N N M V N al r V N O o (O m O a) r al O aI C j E a co (n (n ° (n n n a m V7 (n v)a Ul o (n m (n U d (n m � d (n m (n U N a c d c ° - U U _ - ° U U - g g U a c 0 o o 0 0 0 0 u v ani (n ) fn (n (n (n fn (n (n (n ani U) o. (n y a fn ( 'n fn a ani (n a y fn y (0 o `n m c U J NN J O L a 'o n ° c U J VI J ° L n N O L QL � C O Z O 4 a c m C 2 C Z C N C O w Q L a) S 'O a N= C 7 a LL m L m� to L m > C > O >` C C �7 m U L Q mM (0 L 01N o L mM (a L _ m- t0 L Off- m L _ m Z€ Z J E r Z U N N N N Z N N L W m Z d y (n m Z a) U- (n t0 S O « V S O .- D U > O N U Z L 2 2 0 2 0 2 m 2 N �- 2 m U LL O V H a o fD LL LL ~ J a s d C C C C a1 a U a .a j C E C �� 'E C E C a' C c >2 •-- C O > C O EL .O a J L C A a7 O J d' C J N m � J N � i y .tea � Ya �" a C J � J a) � a1 .- z) N� .� � D c0 N� N� - N H >. O Q O O ��LL Ln`mwu) mmco ` ~ a°O�m m 3���mm m m mrm�m� rn ��LL L O Y> ` c > a in in in � m in o on ca n cn (n _ U x of G 4f E y d N N d m N m N N d m N N d d N d N d N d N N a N N an d N d N m N a N d N m N m N U1 m � - - - - - - - - - - - - - - - - p OTETRATECH June 1, 2023 Eric Charest Indian River County Department of Public Works 1801 27th Street Vero Beach, FL 32960-3388 Email: echarestAirc ov.com Subject: Proposal to Indian River County for Development of an Indian River Lagoon Management Plan — Public Outreach Dear Mr. Charest: Tetra Tech, Inc. (Tetra Tech) is pleased to provide Indian River County (IRC) with this proposal for services to carry forward the development of a comprehensive Indian River Lagoon (IRL) Management Plan and assist IRC by providing outreach services. BACKGROUND IRC is located along the IRL, which is one of the nation's most ecologically diverse estuaries and an important ecosystem in the state of Florida. The local governments and state agencies have been working together to restore this system, which is impaired by excessive nutrient inputs that are causing algal blooms and low dissolved oxygen conditions. IRC has been collecting data on its portion of the IRL and providing regular updates to the County Commission on research areas since 2019. Based on the information provided, the Commission asked IRC staff to begin preparing a Lagoon Management Plan. Tetra Tech has been working with IRC to develop the Lagoon Management Plan since 2018. In 2019, IRC hired an IRL Plan Environmental Specialist, and this position has taken the lead on preparing the plan with support from Tetra Tech. As part of plan development, IRC would like to include opportunities for public workshops and meetings with specific interest groups to gather input and feedback on the Lagoon Management Plan. SCOPE OF WORK Task 1: One -on -One Meetings with Commissioners Tetra Tech will work collaboratively with IRC staff during plan development to prepare presentations to each of the five County Commissioners on a one-on-one basis to update them on the progress with IRC's IRL Management Plan and to identify areas, topics, and projects that each commissioner would like to include (or exclude as the case may be) to the Plan. One meeting will be held with each commissioner. Tetra Tech will prepare an agenda, facilitate each Tetra Tech, Inc. 1353 N Courtenay Pkwy, Suite S, Merritt Island, FL 32953 Tel 321.636.6470 Fax 321.636.6473 www.tetritech.com 467 Mr. Eric Charest June 1, 2023 Page 2 of 4 meeting, take notes, and log comments from each commissioner. These meetings will be held in- person at the IRC office in a single day to minimize travel time and costs. Tetra Tech will assist IRC staff to ensure that the commissioners' comments are included in the draft Lagoon Management Plan. Task 2: Facilitation and Support for Two Public Workshops Tetra Tech will work collaboratively with IRC staff during plan development to prepare for two public workshops. At least one of these workshops will be held in the evening hours. Tetra Tech will assist in preparing a presentation summarizing the draft Lagoon Management Plan. The workshops will seek input for data gaps, projects, and topics for the draft plan. Tetra Tech will prepare an agenda, facilitate each meeting, take notes, and log comments. In addition, Tetra Tech can assist with providing online tools to allow for virtual participation in the workshops if IRC desires. The public comment and review period for the draft Lagoon Management Plan will be open for 30 days during which time Tetra Tech will work with IRC staff to gather additional comments. All comments received will be tracked in an Excel document that notes the commenter, location in draft plan, and comment. Tetra Tech will work with IRC to provide a response to each comment, which will include noting how the plan was revised, if applicable. Task 3: Meetings with Specific Interest Groups Tetra Tech will also support IRC staff in 6 to 8 meetings with specific interest groups in the County. These meetings will be held with individual groups to discuss the draft Lagoon Management Plan and obtain input. IRC staff will identify the key interest groups to meet with, such environmental organizations and homeowner's associations, and provide contacts for each group. Tetra Tech will work with IRC staff to set up these meetings, facilitate each meeting, take notes, and log comments received. Tetra Tech will participate in half of these meetings in-person and half of the meetings virtually. PROJECT SCHEDULE The approximate duration noted for each task is based on our current understanding and best estimates of time required to perform the basic services and may be subject to change upon agreement between IRC and Tetra Tech. Task Timeline' Notice to Proceed TP June 20, 2023 Meetings with IRC Commissioners July 2023 Public Workshops August 2023 Meetings with Specific Interest Groups August — September 2023 ASSUMPTIONS Tetra Tech's scope of services and project costs were developed with the following assumptions: TETRA TECH 468 Mr. Eric Charest June 1, 2023 Page 3 of 4 • Tetra Tech shall be entitled to rely upon any information, data and documentation concerning the project provided to it by IRC or other parties or that is generally available, as well as any statements and representations made by IRC concerning the project or the services. In relying on such information, Tetra Tech shall have no obligation to investigate or independently verify the accuracy or completeness of such information. • No field sampling, analysis, or design services will be conducted by Tetra Tech. • Services are limited to only items included in the Scope, and any items not included in the scope shall be considered additional services subject to additional compensation and a time extension. • In recognition of the relative risks and benefits of the project to both the Client and Tetra Tech, the risks have been allocated. The Client agrees to limit the liability of Tetra Tech for all claims related to the Project the contract value of $68,956.02 PROJECT COST The estimated costs are based on our current understanding of the project requirements and best estimates of level of effort required to perform the basic services and may be subject to change upon agreement between IRC and Tetra Tech. Our Time and Materials price proposal includes labor hours and travel costs in the amount of $68,956.02, as outlined in Table 1. Tetra Tech will invoice IRC each month for services rendered during the previous calendar month based on work completed for each task. Tetra Tech shall be paid for all invoices within 30 days of an approved submittal. PERIOD OF PERFORMANCE Tetra Tech anticipates commencing project activities upon receipt of a task order authorization from IRC. This project is anticipated to be completed by September 30, 2023. Tetra Tech looks forward to providing these additional services in support of the Lagoon Management Plan. We are available to discuss our approach with you in detail at your convenience. Should you have any questions regarding this proposal, please contact me at (321) 961-5627. Sincerely, Matthew D. Shelton Project Manager Cc: Marcy Frick, Tetra Tech Erin Lincoln, Tetra Tech TETRA TECH 469 O O O O O Op O O W O a` ? 8 7 a O �Np O� N �D M US a �} N y � � � 6 QV} y !9 M Hf &3 d! V! f9 (H A F 0 0 0 00 M� c. M D o °o °o °o °o °o °o °o "R u C 000 v -. y o 0 9 o O 8 'D 'D 'd N N °8 Q` N a (g o0 O O, N N N y a•• .r N of iH w i4 N &f &t &! H df A D9 L c CM a0 o •' c v y O C. w O o o o 0 0 0 N 1, p, N mC0 v N N O � CL %R c� � � M v •i M h ~ M M � G o o O O O O O O p p o o o o 0 O N N N M a N o Go M Go t�M+1 uN9 N 09 W 4F, OD d O � m �e ur 4t vs &t vt vi ss 4& 'n or *& rn d � c -9 oo oo oo oo c N,6� av s 5 C N N C Y bo OBD uj m M cG W u Q O m Go— � zo 1:6 M � dp C dJ � b ld 9t .O dql F StLL FA ep O FW�i�w D4 WORK ORDER 01 This Work Order Number 01 is entered into as of this _ day of pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Tetra Tech, 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 mutually agreed upon lump sum or maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing, and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit A (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY 0 Print Name: Title: 0 Joseph H. Earman, Chairman BCC Approval Date: Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: By: Deputy Clerk John A. Titkanich, Jr., County Administrator Approved as to form and legal sufficiency: Dylan T. Reingold, County Attorney 471 06/20/2023 Item 12.H.1. 06/20/2023 Item 12.1-1.1. 06/20/2023 Item 12.1-1.1. 06/20/2023 Item 12.H.1. Dylan Reingold, County Attorney William K. DeBraal, Deputy County Attorney Susan J. Prado, Assistant County Attorney 13A County Attorneys Matters - B. C.C . 6.20.23 O ICe of INDIAN RIVER COUNTY MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, Jr., County Administrator FROM: Dylan Reingold, County Attorney DATE: June 7, 2023 SUBJECT: Monitoring of Committees BACKGROUND. ATTORNEY On September 13, 2011, the Indian River County Board of County Commissioners ("Board") approved Resolution 2011-72, which appointed the County Attorney as the monitor of committee terms for various committees established by the Board. Except for the Public Safety Council for Criminal Justice, Mental Health, and Substance Abuse, the County Attorney's Office does not serve as the staff for any of the committees. And except for the regulatory commissions and boards, as set forth in section 103.03 of the Indian River County Code of Ordinances, the County Attorney's Office does not regularly attend the committee meetings. These committees are in reality staffed by the Commission Office staff. The Commission Office staff generally prepares the notices for the meetings, emails committee members on attendance and takes minutes of the meetings. On November 22, 2022, the Board voted to increase the number of commissioner assistants from three full time to five full time assistants. Thus, the County Attorney's Office respectfully requests that the Board authorize the County Attorney's Office to draft a resolution delegating the monitoring of the committee terms to the Commission Office staff. RECOMMENDATION. The County Attorney recommends that the Board authorize the County Attorney's Office to draft a resolution delegating the monitoring of the committee terms to the Commission Office staff. C: IGrmiic-V g&s 59.51T.WlB .Sa2s85".54-6691-066ab0ab4b90.doc 472 138 Departmental Item Indian River County, Florida Department of Utility Services Board Memorandum Date: June 20, 2023 To: Indian River County Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services Prepared By: Bryan Beavers, Utility Finance Manager Subject: Resolution to Adopt Water, Sewer, and Reclaimed Water Rates, Fees, and Other Charges Effective October 1, 2023 Background: Over the last few years, the Board of County Commissioners (BCC) of Indian River County (IRC) has approved the IRC Department of Utility Services (IRCDUS) annual rate increases based upon changes in the Consumer Price Index (CPI) for all urban consumers on April of the previous year. These CPI -based rate increases were capped at a 3.0% increase pursuant to a recommendation in the last Comprehensive Utility Rate Study dated September 27, 2018, approved by the BCC on November 6, 2018, and effective March 1, 2019. Analysis: Since 2021, the United States economy has experienced higher than average inflation as measured by the US Bureau of Labor Statistics (BLS). The most common measure of inflation published by the BLS is the CPI. Another BLS measure is a regionalized rate for the South Region of the United States called the Consumer Price Index for all Urban Consumers for the South (CPI -South). Below is a table reflecting three years of the CPI, CPI -South, and the approved IRCDUS rate increase implemented. Description 2021 2022 2023 April CPI % Annual Change 4.2% 8.3% 4.9% April CPI -South % Annual Change 4.4% 8.8% 5.5% IRC Utility Services Rate Increase 3.0% 3.0% 5.5% (proposed) Past IRCDUS rate increases have not kept pace with expense increases as measured by the CPI and CPI - South since 2021. This is creating financial pressure on IRCDUS and is beginning to impact the financial sustainability of the department's operations and maintenance (O&M). Staff recommends that the BCC utilize the CPI -South measure for the Fiscal Year 2023/2024 rate increase. Additionally, staff recommends waiving the 3.0% cap that historically has been placed on past rate increases. This results in a 473 Departmental Item recommended rate increase of 5.5% for all IRCDUS rates except the utility deposits, water and sewer connection fees, meter installation fees, and impact fees. The estimated incremental change in operational revenue from this recommended rate increase is approximately $2,100,000 for Fiscal Year 23/24. If approved by the BCC, the effective date of the rate increase will be October 1, 2023. Recommendation: Staff recommends the Board of County Commissioners vote to approve the resolution as drafted, thereby adopting the rate increase of 5.5% for all Indian River County Department of Utility Services rates except the utility deposits, water and sewer connection fees, meter installation fees, and impact fees, to go into effect October 1, 2023. Attachments: • Attachment A— Proposed IRCDUS Schedule of Rates, Fees, and Other Charges • Attachment B— Proposed Resolution • Attachment C— Comparison of Existing vs. New Rates 474 ATTACHMENT A INDIAN RIVER COUNTY 0 L*7 AOR i Department of Utility Services Schedule of Water and Sewer Rates, Fees, and Other Charges As Adopted by Rate Resolution 2023 -XXX Effective October 1, 2023 475 SCHEDULE OF WATER AND SEWER RATES, FEES, AND OTHER CHARGES Water Service Availability Charge: Single -Family and Commercial (per ERU) $ 9.94 Manufactured Home and Multi -Family 0.85 (per ERU) $ 8.45 Volumetric Charge- Water: 0— 4,000 gallons per month per connection — per 1,000 gallons $ 2.50 4,001— 7,000 gallons per month per connection — per 1,000 gallons $ 2.92 7,001-12,000 gallons per month per connection — per 1,000 gallons $ 5.63 12,001 and over gallons per month per connection — per 1,000 gallons $ 11.09 Sewer Service Availability Charge: Single -Family and Commercial (per ERU) $ 17.73 Manufactured Home and Multi -Family 0.85 (per ERU) $ 15.07 Volumetric Charge- Sewer: 0 —12,000 gallons per month per connection — per 1,000 gallons $ 3.25 12,001 gallons (billed water flow) per 1,000 gallons $ 4.87 Volumetric Charge for Mobile Home or Manufactured Home: $ 9.75 To be used only for sewer only accounts already established as of January 1, 2013 and new accounts after January 1, 2013 only if County water is unavailable Volumetric charge for single family homes under 3,500 square feet: $ 22.76 To be used only for sewer only accounts already established as of January 1, 2013 and new accounts after January 1, 2013 only if County water is unavailable Volumetric charge for single family homes over 3,500 square feet: $ 39.01 To be used only for sewer only accounts already established as of January 1, 2013 and new accounts after January 1, 2013 only if County water is unavailable Excess sewage strength charge: Sewage charge X Ratio of total dissolved solids or biochemical oxygen demand in milligrams per liter/ 250 476 Bulk Sewer Billing charge — per account per month $ 1.47 Service availability charge — per ERU $ 15.24 Volumetric charge — per 1,000 gallons water meter basis $ 2.99 Volumetric charge —per 1,000 gallons sewer meter basis $ 3.39 Excess volume surcharge—greater than 7,600 gallons per month — per ERU* $ 5.06 *Surcharge for bulk users will apply to flow exceeding total capacity reserved by bulk user in all meters Excess sewage strength charge Sewage charge X Ratio of total dissolved solids or biochemical oxygen demand in milligrams per liter/ 250 Inflow & Infiltration (M) I&I per thousand gallons up to 12,000 (per ERU) $ 6.50 I&I per thousand gallons over 12,000 (per ERU) $ 19.06 Non -pressurized Reclaimed Water Per 1,000 gallons $ 0.24 Sludge and SeptaRe Charge per 1,000 gallons (a) $ 71.14 Charge per wet ton (b) $ 17.05 One-time dump fee for recreational vehicle —per dump $ 11.35 (a) Recommended rates assume domestic sludge with solids concentration of between .5 and 2.0% (b) Costs incurred by County to sample, monitor and/or test wastes to verify solids concentrations, metals, content, etc., or additional costs incurred to handle or dispose of wastes with high metal concentrations or other non-domestic waste characteristics should be recovered from the users discharging the wastes, in addition to the above charges based on formulas available in the Department of Utility Services. 477 Other Rates, Fees, and Charees Deposits— Except hydrant meter $ 50.00 Required upon opening, transferring or reconnecting service — per ERU Deposits — per hydrant meter $ 345.00 Charge for returned check As per Florida Statute section 832.08 New Account fee (due opening or re -opening an account) $ 28.41 Issuance of duplicate bill $ 1.71 Meter removal fee $ 85.23 Water service connection — 5/8" to 1.5" meter $ 2,785.00 Water service connection — larger than 1.5" meter Cost plus overhead Sewer service connection — single family $2,895.00 Sewer service connection — commercial Cost plus overhead Unauthorized use of fire hydrants -per occurrence $ 130.69 Unauthorized use of fire hydrants volumetric charge - Indian River County Department of Utility Services (IRCDUS) shall be the sole determinant of usage as per County code Fire Protection (per month) $ 17.23 Meter installation - 5/8" $ 130.00 Meter installation -1" $ 250.00 Meter installation - 1.5" $ 500.00 Meter installation - 2"and larger Cost plus overhead Meter installation — hydrant meter Cost plus overhead Line extension fees - water Cost plus overhead Line extension fees — sewer Cost plus overhead Water service disconnection determined by IRCDUS/includes reconnect $ 85.23 478 Customer requested disconnect $ 85.23 Customer requested reconnect $ 85.23 Inspection fee — during inspector's regular hours $ 85.23 Inspection fee — after hours — only in unique circumstances Cost plus overhead Service call — during hours $ 85.23 Service call — after hours $ 107.96 Delinquency Charge $2.00 plus 1.5% per month Meter test 5/8" and 1" — on site $ 85.23 Meter test 5/8" and 1" — off site Cost plus overhead Meter test 1.5" and larger Cost plus overhead Damage repair Cost plus overhead Line location Cost plus overhead Other and extraordinary services Cost plus overhead Utility master plan revision by requested changes to the IRC Comprehensive Plan shall be paid by the applicant requesting the change Cost plus overhead Site plan review $ 167.89 Impact Fees Water — per ERU $ 1300.00 (Water treatment $686.41/water transmission $633.61) Sewer— per ERU $ 2,796.00 (Wastewater treatment $1,675.41/wastewater transmission $1,163.65) Ekk ATTACHMENT B RESOLUTION 2023- A RESOLUTION OF THE INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS ESTABLISHING REVISED INDIAN RIVER COUNTY DEPARTMENT OF UTILITY SERVICES (IRCDUS) RATE SCHEDULE WHEREAS, the Indian River County Board of County Commissioners ("Board") has the authority to establish rates and fees pursuant to Florida Statutes Chapter 125; and WHEREAS, the Board desires to modify the IRCDUS rates, fees and charges where appropriate. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA THAT: 1. The Indian River County Board of County Commissioners adopts the attached Indian River County Department of Utility Services rate schedule (see Exhibit "A"). 2. The effective date of the fees contained in the Indian River County Department of Utility Services fee schedule is October 1, 2023. The foregoing resolution was moved for adoption by Commissioner , and seconded by Commissioner , and, upon being put to a vote, the vote was as follows: Chairman Joseph H. Earman Vice -Chairman Susan Adams Commissioner Joseph E. Flescher Commissioner Daryl Loar Commissioner Laura Moss The Chairman thereupon declared the resolution duly passed and adopted this 20th day of June, 2023. ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Approved as to form and legal sufficiency: LM Dylan Reingold, County Attorney BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA Joseph H. Earman, Chairman 480 Description Service Availability - Water ATTACHMENT C Comparison of Existing vs. New Rates Service Availability, Water Singe Family & Commercial Service Availability, Water Manufactured Home and Multi -family Volumetric Water 0-4,000 gallons per ERU per thousand gallons 4,001-7,000 gallons per ERU per thousand gallons 7,001-12,000 gallons per ERU per thousand gallons 12,001 and over gallons per ERU per thousand gallons Service Availability - Sewer Service Availability, Sewer Singe Family & Commercial Service Availability, Sewer Manufactured Home and Multi -family Volumetric Sewer 0-12,000 gallons per ERU per thousand gallons 12,001 and over per ERU per thousand gallons Volumetric charge for Mobile Home or Manufactured Home -to be used for sewer accounts already established as of January 1, 2013 and new accounts after January 1, 2013 only if County water is unavailable Volumetric charge for Single family homes under 3,500 square feet -to be used for sewer accounts already established as of January 1, 2013 and new accounts after January 1, 2013 only if County water is unavailable Volumetric charge for Single family homes over 3,500 square feet -to be used for sewer accounts already established as of January 1, 2013 and new accounts after January 1, 2013 only if County water is unavailable Excess Sewer Charge Current Rate $9.42 $8.01 $2.37 $2.77 $5.34 $10.51 $16.81 $14.28 $3.08 $4.62 $9.24 $21.57 $36.98 Sewer charge x Ratio of total dissolved solids or biochemical oxygen demand in milligrams per liter/250 Rate with 5.5% increase $9.94 $8.45 $2.50 $2.92 $5.63 $11.09 $17.73 $15.07 $3.25 $4.87 $9.75 $22.76 $39.01 Sewer charge x Ratio of total dissolved solids or biochemical oxygen demand in milligrams per liter/250 Page 1 of 5 481 Description Bulk Sewer ATTACHMENT C Comparison of Existing vs. New Rates Billing charge — per account per month Service Availability -per ERU Volumetric charge — per 1,000 gallons water meter basis Volumetric charge —per 1,000 gallons sewer meter basis Excess volume surcharge -greater than 7,600 gallons per month -per ERU* *Surcharge for bulk users will apply to flow exceeding total capacity reserved by bulk user in all meters Excess Sewer Charge Inflow & Infiltration (I&I) I&I per thousand gallons up to 12,000 (per ERU) I&I per thousand gallons over 12,000 (per ERU) Non -pressurized Reclaimed Water Per 1,000 gallons Sludge and Septage Charge per 1,000 gallons (a) Charge per wet ton (b) One-time dump fee for recreational vehicle —per dump (a) Recommended rates assume domestic sludge with solids concentration of between .5 and 2.0% (b) Costs incurred by County to sample, monitor and/or test wastes to verify solids concentrations, metals, content, etc., or additional costs incurred to handle or dispose of wastes with high metal concentrations or other non-domestic waste characteristics should be recovered from the users discharging the wastes, in addition to the above charges based on formulas available in the Department of Utility Services. Current Rate $1.39 $14.45 $2.83 $3.21 $4.80 Sewer charge x Ratio of total dissolved solids or biochemical oxygen demand in milligrams per liter/250 $6.16 $18.07 $0.23 $67.43 $16.16 $10.76 Rate with 5.5% increase $1.47 $15.24 $2.99 $3.39 $5.06 Sewer charge x Ratio of total dissolved solids or biochemical oxygen demand in milligrams per liter/250 $6.50 $19.06 $0.24 $71.14 $17.05 $11.35 Page 2 of 5 482 ATTACHMENT C Comparison of Existing vs. New Rates Description Current Rate Rate with 5.5% increase Other Rates, Fees, and Charges Deposits — Except hydrant meter $50.00 $50.00 Required upon opening, transferring or reconnecting service — per ERU Deposits — per hydrant meter Charge for returned check New Account fee (due opening or re -opening an account) Issuance of duplicate bill Meter removal fee Water service connection — 5/8" to 1.5" meter Water service connection — larger than 1.5" meter Sewer service connection — single family Sewer service connection — commercial Unauthorized use of fire hydrants -per occurrence Unauthorized use of fire hydrants volumetric charge - Indian River County Department of Utility Services (IRCDUS) shall be the sole determinant of usage as per County code Fire Protection - per month Meter installation - 5/8" Meter installation -1" Meter installation - 1.5" $345.00 $345.00 As per Florida Statute As per Florida Statute section 832.08 section 832.08 $26.93 $28.41 $1.62 $1.71 $80.79 $85.23 $2,785.00 $2,785.00 Cost plus overhead Cost plus overhead $2,895.00 $2,895.00 Cost plus overhead Cost plus overhead $123.88 $130.69 $16.33 $17.23 $130.00 $130.00 $250.00 $250.00 $500.00 $500.00 Page 3 of 5 483 ATTACHMENT C Comparison of Existing vs. New Rates Description Current Rate Rate with 5.5% increase Meter installation - 2"and larger Cost plus overhead Cost plus overhead Meter installation - hydrant meter Line extension fees - water Line extension fees — sewer Water service disconnection determined by IRCDUS/includes reconnect Customer requested disconnect Customer requested disconnect Customer requested reconnect Inspection fee — during inspector's regular hours Inspection fee —after hours - only in unique circumstances Service call - during hours Service call — after hours Delinquency Charge Meter test 5/8" and 1" — on site Meter test 5/8" and 1" — off site Meter test 1.5" and larger Damage repair Cost plus overhead Cost plus overhead Cost plus overhead Cost plus overhead Cost plus overhead Cost plus overhead $80.79 $85.23 $80.79 $85.23 $80.79 $85.23 $80.79 $85.23 Cost plus overhead Cost plus overhead $80.79 $85.23 $102.33 $107.96 $2.00 plus 1.5% per $2.00 plus 1.5% per month month $80.79 $85.23 Cost plus overhead Cost plus overhead Cost plus overhead Cost plus overhead Cost plus overhead Cost plus overhead Page 4 of 5 484 ATTACHMENT C Comparison of Existing vs. New Rates Description Current Rate Line location Other and extraordinary services Rate with 5.5% increase Cost plus overhead Cost plus overhead Cost plus overhead Cost plus overhead Utility master plan revision by requested changes to the IRC Comprehensive Plan shall be paid by the applicant requesting the change Cost plus overhead Cost plus overhead Site plan review $159.14 $167.89 Impact Fees Water— per ERU (Water treatment $676.00/water transmission $624.00) $1,300.00 $1,300.00 Sewer — per ERU $2,796.00 $2,796.00 (Wastewater treatment $1,650.00/wastewater transmission $1,146.00) Page 5 of 5 485 Dylan Reingold, County Attorney William K. DeBraal, Deputy County Attorney Susan J. Prado, Assistant County Attorney 13e, Attorney's Matters - B.C.C. 6.20.23 Oce of INDIAN RIVER COUNTY ATTORNEY MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, Jr., County Administrator FROM: Dylan Reingold, County Attorney DATE: June 12, 2023 SUBJECT: County Attorney Position As you are aware on June 7, 2023, I announced that I will be stepping down from the County Attorney position at the end of July or in early August. I am bringing this agenda item to begin the discussion of finding a new County Attorney for Indian River County. For the Board's consideration, I am highlighting various options for filling the County Attorney position. Each of these options has various costs and timeframes. Promotion of Mr. DeBraal Bill DeBraal has been working for the County Attorney's Office for almost 20 years and has served as the Deputy County Attorney for almost 16 years. I am not sure what Mr. DeBraal's wishes are, but the Board could certainly consider promoting Mr. DeBraal to the County Attorney position. I will note that Mr. DeBraal has completed one year in DROP. Open Search Managed by Human Resources The Board could choose to do an open search managed by the Human Resources Department. In 2013, the Human Resources Department conducted the search. Notices were posted in the Press Journal, the Florida Association of Counties webpage and in the Florida Bar News, which is how I discovered the opening. The cost for this search would be limited to staff time and any applicable advertising costs. Applications would be screened by Human Resources for minimum qualification and referred to the Board for consideration. During the 2013 search, the Board sought an attorney with an active membership in the Florida Bar, with at least ten years' experience as a practicing attorney with at least five years of local government law experience. 486 Open Search with Assistance from Florida Association of County Attorneys The Florida Association of County Attorney's (FACA) provides a recruitment service for counties seeking a new County Attorney. The position would be posted and advertised by County Human Resources staff, based on FACA's recommendations. FACA will then convene a panel of volunteer County Attorney's to vet the applicant pool and provide a recommended short list to the Board. The cost of this service would be $5,000, plus advertising expenses. Open Search Utilizing Recruitment Firm The Board could choose to utilize the services of a recruitment firm to assist in this process. It is anticipated that the cost of a recruitment firm would be similar to the cost of the recruitment firm for the recent County Administrator search. The recruitment firms manage the entire process, assisting in identifying an organization's requirements, reaching out to potential candidates, utilizing established networks to communicate the opportunity, screening applications, conducting initial assessments, identifying top candidates, and providing guidance through the interview and selection process. The Board used this process in its search for the new County Administrator, however as the new County Attorney should be a member of the Florida Bar, the Board would want to consider a firm with a strong focus on Florida recruitment. Other Considerations In any of the options outlined above, it would also be important for the Board to determine the traits and characteristics that would be sought for the next County Attorney as the process moves forward. A discussion of the opportunities and challenges facing the County would be helpful, as would a general range of compensation that the Board would provide for this position going forward. Recommendation The County Attorney recommends that the Board have a discussion regarding how best to fill the position of County Attorney and provide direction to staff. C. IG,-i—U g.-51L51TrnWld,102J52<62M279-91c1-2a608J750c05.dx 487 J% June 20, 2023 ITEM 14.A.1 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: June 14, 2023 SUBJECT: Building Dedication FROM: Joseph H. Earman Chairman Discussion Item: would like to request discussion regarding a building dedication. 488 0 SWDD Item Indian River County, Florida Solid Waste Disposal District (SWDD) Board Memorandum Date: June 7, 2023 To: The Solid Waste Disposal District Board of County Commissioners Through: John Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services Prepared By: Himanshu H. Mehta, PE, Managing Director, SWDD Subject: Award of Bid for Class 1 Landfill Segment 3 Cell 3 Site Preparation Project (Bid #2023040) Descriptions and Conditions: The Indian River County (IRC) Solid Waste Disposal District (SWDD) requested the solicitation of bids for the Phase 1 construction of Cell 3 of Segment 3 Expansion of the Class 1 Landfill (hereafter referred to as the Project) at the IRC Landfill. SWDD utilized Geosyntec to provide the initial Phase 1 design, permitting, and bidding assistance for this Project in accordance with the approved Work Order No. 18 dated November 22, 2022, in the amount of $171,304.71. The Phase 1 Project is limited to 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. As a bid alternative, the Project included site preparation for the subgrade of Cell 4. Bid Results: Advertising Date: March 31, 2023 Bid Opening Date: May 5, 2023 Demandstar Broadcast to: 465 Subscribers Specifications/Plans Downloaded by: 27 Plan Holders Replies: 3 Vendors Bidder Location Base Bid Optional Bid Total Bid (CELL 3) (CELL 4) Deerfield Beach, $5,843,434 $8,198,754 Ryan Incorporated Southern Florida (Corrected to $2,355,320 (Corrected to $5,848,249.10) $8,203,569.10) Comanco Environmental Plant City, Florida $6,141,000 $2,833,300 $8,974,300 Corporation Thalle Construction Company, Inc. Hillsborough,North $10,585,750 $4,277,750 $14,863,500 Carolina SWDD Agenda - Bid Award for Class 1 Landfill Segment 3 Cell 3 Site Preperation Project (Bid No. 2023040) 4"e 1 of 3 SWDD Item Analysis: This Project provides the site preparation activities only which primarily consists of bringing in fill materials (dirt) and compacting it in lifts to create the proper footprint to later install an engineered liner system. ENGINEERS ESTIMATES: On February 28, 2023, Geosyntec provided a 100 Percent Opinion of Probable Construction Cost for the project in the range of $3,844,603 to $4,812,155 for Cell 3 and $2,823,940 to $3,529,925 for Cell 4, or a total range of $6,668,543 to $8,342,080 for both Cell 3 and Cell 4, as included in Attachment 1. Geosyntec provided this estimate based on the material prices obtained from recognized suppliers as well as a review of recent bids, and included a 15% contingency for the Cell 3 base bid. ENGINEER'S BID EVALUATION: On May 5, 2023, the IRC Purchasing Division provided a summary of the bid tabulation confirming that each of the bidders was responsive in submitting all of the required information in the bid documents. On May 17, 2023, Geosyntec provided the evaluation of bids for this project, as summarized below and included in Attachment 2. Geosyntec also found each of the bidders responsive and performed a positive reference check on the apparent low bidder. Geosyntec recommends that the construction contract be awarded to the "lowest, responsive, responsible bidder", Ryan Incorporated Southern (Ryan), for the Project, IRC Bid No. 2023040. Geosyntec recommends award of the contract for Base Bid Items 1-7 in the amount of $5,085,434 with a contingency of 15 percent of the base bid items in the amount of $762,815.10 for a total award of $5,848,249.10. All contingency amounts will require approval on a case-by-case basis for inclusion in the project. The total allocated funding for both Phase 1 and Phase 2 for Cell 3 Segment 3 is approximately $10,625,000, which consists of $1,050,000 for engineering and $9,575,000 for construction. Upon award for Phase 1 construction for $5,848,249.10, there will be $3,726,750.90 available for Phase 2 construction. Geosyntec is currently preparing the bid documents for the Phase 2 — construction of Cell 3 of Segment 3 Expansion of the Class 1 Landfill project. Their preliminary cost estimate is approximately $600,000 per SWDD Agenda - Bid Award for Class 1 Landfill Segment 3 Cell 3 Site Preperation Project (Bid No. 2023040) 4"e 2 of 3 Grand Total Grand Total Grand Total Bidder Base Bid Contingency Base Bid Item Nos. 1-7 Optional Bid Grand Total Items No. 1-7 (15%) plus Items No. 8-10 Item Nos. 1-10 (CELL 3) (CELL 4) Contingency Engineer's Estimate $4,941,958 $741,294 $5,683,252 $2,274,250 $7,957,501.70 Ryan Incorporated $5,085,434 $762,815.10* $5,848,249.10* $2,355,320 $8,203,569.10 Southern Comanco Environmental $5,340,000 $762,815 $6,141,000 $2,833,300 $8,974,300.00 Corporation Thalle Construction $9205,000 $1,380,750 $10,585,750 $4,277,750 $14,863,500.00 Company, Inc. * Geosyntec has corrected the minor mathematical error by Ryan in calculating the 15% contingency. Geosyntec also found each of the bidders responsive and performed a positive reference check on the apparent low bidder. Geosyntec recommends that the construction contract be awarded to the "lowest, responsive, responsible bidder", Ryan Incorporated Southern (Ryan), for the Project, IRC Bid No. 2023040. Geosyntec recommends award of the contract for Base Bid Items 1-7 in the amount of $5,085,434 with a contingency of 15 percent of the base bid items in the amount of $762,815.10 for a total award of $5,848,249.10. All contingency amounts will require approval on a case-by-case basis for inclusion in the project. The total allocated funding for both Phase 1 and Phase 2 for Cell 3 Segment 3 is approximately $10,625,000, which consists of $1,050,000 for engineering and $9,575,000 for construction. Upon award for Phase 1 construction for $5,848,249.10, there will be $3,726,750.90 available for Phase 2 construction. Geosyntec is currently preparing the bid documents for the Phase 2 — construction of Cell 3 of Segment 3 Expansion of the Class 1 Landfill project. Their preliminary cost estimate is approximately $600,000 per SWDD Agenda - Bid Award for Class 1 Landfill Segment 3 Cell 3 Site Preperation Project (Bid No. 2023040) 4"e 2 of 3 SWDD Item acre, or a total of $6,324,000, for a 10.54 -acre Cell 3. If the actual cost is this or higher, then the $3,726,750.90 available will not be sufficient and a budget amendment will be required. As noted above, there was an optional bid requested and received for Phase 1— Cell 4 preparations with the intent that if funding was available then it would make economic sense to complete both at the same time. In order to allow more time to analyze our funding options, Ryan has agreed to allow SWDD 80 days from notice to proceed of Cell 3 work to authorize the optional Cell 4 work. Staff will return at a future board meeting for determination of Cell 4 work. Funding: Funding of $5,848,249 for Cell 3 project will be recorded in the operating SWDD/WIP/Cell 3 Landfill Expansion capital account, number 411-169000-22034. Since this is an operating capital project, the funds will come from fund balance. Operating funds are derived from SWDD assessments and user fees. Description Account Number Amount SWDD/WIP/Cell 3 Landfill Expansion 411-169000-22034 $5,848,249.10 Recommendation: Staff recommends that its Board approve the following: a) Approve award of Bid No. 2023040 to Ryan Incorporated Southern of Deerfield Beach, Florida, as the lowest, responsive, responsible bidder for the Phase 1 construction of Cell 3 Segment 3 Expansion of the Class 1 Landfill project for a grand total in the amount of $5,848,249.10. So long as there are no changes in the dollar amount under this award, upon adequate completion of the work set forth in the Agreement, staff is directed to make final payment and release any retainage to Ryan Incorporated Southern after review and approval by the Purchasing Manager and the County Attorney's Office. b) Approve and authorize the Chairman to execute the sample agreement, as presented, pending receipt of the required bonds, insurance, and evidence of enrollment in e -verify, and final approval by the County Attorney as to form and legal sufficiency. Attachments: 1. Geosyntec Evaluation of Bids 2. Sample Agreement SWDD Agenda - Bid Award for Class 1 Landfill Segment 3 Cell 3 Site Preperation Project (Bid No. 2023040) 4 W 3 of 3 Geosynte& consultants Mr. Himanshu Mehta, P.E. Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue Southwest Vero Beach, Florida 32968 1200 Riveiplace Blvd., Suite 710 Jacksonville, Florida 32207 Pa 904-858-1818 www.geosyntcc.com 17 May 2023 Subject: Bid Evaluation Phase 1 - Cell 3 Site Preparation for Class 1 Landfill Segment 3 Expansion Indian River County Landfill Facility Vero Beach, Florida Dear Mr. Mehta: Geosyntec Consultants, Inc. (Geosyntec) prepared this letter to provide Indian River County (IRC) Solid Waste Disposal District (SWDD) the results of an evaluation of the contractor bids for the Phase 1 construction of Cell 3 of Segment 3 Expansion of the Class 1 Landfill (hereafter referred to as the Project) at the IRC Landfill (IRCL) facility located in Vero Beach, Florida. The bid evaluation is a step in the procurement process undertaken by the SWDD to select the most cost-effective contractor for the Project, and was requested by Mr. Himanshu Mehta, P.E., Managing Director of SWDD. The remainder of this letter presents: (i) project background; (ii) bid process; (iii) summary and evaluation of bids; and (iv) recommendations. PROJECT BACKGROUND On 22 November 2022, the SWDD Board authorized Geosyntec through Work Order No. 18 for engineering services for the procurement of a construction contract and development of Engineer's Cost Estimate (ECE) for the Project. The Phase 1 construction project is for the 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. The scope of work for the construction contract also includes 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. Geosyntec subsequently completed the preparation of the bid documents for the procurement process and the advertisement for the bids which was published in the Treasure Coast FL9363-03VL23031 Bid evaluation for Cell 3 Segment 3 Site Preparation 492 Mr. Himanshu Mehta, P.E. 17 May 2023 Page 2 Newspapers (Indian River Press Journal and tcpahn.com) on 31 March 2023. Geosyntec also prepared the ECE for the overall Project for use in comparing the bids received from contractors. BID PROCESS A mandatory pre-bid meeting was held at the IRC facility on 12 April 2023 at 11:30 a.m. which was attended by eleven potential bidders or contractors. Geosyntec provided assistance by describing the scope of work and details of the construction project, answered questions that were raised by the attendees, and accompanied them on a tour of the construction area. Geosyntec also provided technical support to SWDD during the bid process by issuing addenda in response to bidder's questions. A total of two addenda were issued during the process. On 5 May2023 the following three general contractors submitted their bids for the Project: • Comanco Environmental Corporation (Comanco) of Plant City, Florida; • Ryan Incorporated Southern (Ryan) of Deerfield Beach, Florida; and • Thalle Construction Co, Inc. (Thalle) of Hillsborough, North Carolina. It should be noted that the three firms listed above are well known general contractors for landfill and other earthwork construction projects in Florida and the Southeast USA. In particular, Comanco completed Phase 2 Cell 1 of Segment 3 Expansion construction project in 2012-2013; while Thalle completed Cell 2 of Segment 3 Expansion and closure construction project in 2018- 2020. Geosyntec has also worked with most of these firms on similar projects in Florida and the Southeast USA. SUMMARY AND EVALUATION OF BIDS SWDD and the Purchasing Department initially reviewed the three bids for completeness and accuracy and requested Geosyntec to review the three bids and provide a recommendation to SWDD on the cost proposals. Once again, the three bids that were reviewed came from Comanco, Ryan, and Thalle. Our evaluation presented herein is based solely on the copies of the completed bid forms received from SWDD. Geosyntec utilized the bidder's completed forms to prepare the Summary of Bids table presented in Attachment A. The table shows that the total for the Base bids are: (i) $6,141,000.00 for Comanco; (ii) $5,848,249.00 for Ryan (note that Ryan's total was corrected for a typo); and (iii) $10,585,750.00 for Thalle. Note that the Base Bid includes a 15% contingency. When the Optional Bid for Cell 4 Site Preparation is added then the total (Base + Optional) bids are (i) $8,974,300.00 for Comanco; (ii) $8,203,569.10 for Ryan; and (iii) $14,863,500.00 for Thalle. These totals include the 15% contingency from the Base Bid. FL9363-03UL23031 Bid evaluation for Cell 3 Segment 3 Site Preparation 493 Mr. Himanshu Mehta, P.E. 17 May 2023 Page 3 Therefore, the lowest bid is from Ryan in the amount of $5,848,249.00 for the Base Bid and $8,203,569.10 for the Total (Base + Optional) Bid. A more detailed analysis of the three bids relative to the ECE of $5,683,252.00 for the Base Bid and $7,957,501.70 for the Total (Base + Optional) Bid is also presented in Attachment A. In general, the unit costs from two of three bidders significantly resembled the ECE with a small exceedance (3% for Ryan and 8 to 13% for Comanco). Significant or more than 30% exceedances were only observed in the following bid items: mobilization, site preparation and geotextile separator. As for Thalle, the unit rates were significantly high when compared to both Geosyntec ECE and the two other bids submitted hereby. Although the ECE was exceeded by less than 15% for Ryan's and Comanco's bids, the above differences between the Contractors' bids and the ECE reflect the "Uncertainties in Cost Estimation" for any construction projects in general. Off-site fill material unit costs were based on estimates provided by other contractors with the assumption that the materials would be readily available in close proximity to the site (e.g., the borrow pit across the site west of I-95). It appears that these materials may not be available there and the bidders have included fuel costs in their bids. Similarly, the geotextile separator rolls and stabilizer material are also sensitive to fuel prices. It should also be noted the 15% contingency adds $762,815.00 to the bids submitted by Ryan. This contingency amount may not be utilized completely during construction. RECOMMENDATIONS Based on the review and evaluation presented above, Geosyntec recommends Ryan as the top bidder with lowest total cost to undertake construction activities required for the Site Preparation for Cell 3 of Segment 3 Expansion. SWDD may decide not to exercise the Optional Bid. In that case, the exceedance for the total cost without the contingency would be $143,476.00, which can be funded by the contingency amount estimated by Geosyntec ($741,294.00) in the ECE. FL9363-03UL23031 Bid evaluation for Cell 3 Segment 3 Site Preparation 494 Mr. Himanshu Mehta, P.E. 17 May 2023 Page 4 CLOSURE Geosyntec appreciates the opportunity to provide services to Indian River County. If you have any questions regarding this correspondence, please feel free to contact either of the undersigned at 904-450-4259. Sincerely, Ritaja Ray, Ph.D. Senior Staff Professional Kwasi Badu-Tweneboah, Ph.D., P.E. Senior Principal FL9363-03UL23031 Bid evaluation for Cell 3 Segment 3 Site Preparation 495 ATTACHMENT A SUMMARY OF BIDS TABLE 496 � Y u e e ° o O M O n D N m c O V3 00 a t2+7 y .: � a g o � 0000 �n o 00 0 00 0 V3 69 1� 00 Vi O V] Vf N Vi 69 y � yj y� � Y O Y o o M 0 V 0 ? 0 Iii Q ■ O O O _O V N O O '� V 00 N N � p h epi �° U F fA 69.. Vi � ds f.9 N O W yy f.9 Vi f�i9 K 6Nr9 N pp N O O O 0 0 O O Cl! A U m Vi A � 69 � b9 69 69 N9 � 69 a Y C Zz J A f~J G LL F M H Z O o `,°000. o orn o 00 c !o og o a N J W 6 O S o NNM.�. Na ZO Z W U F 6Y f+i 69 .� vi sN9 c9 V h sv N N c9 h N H OD N ~ D N U cO C nn TO «„ oovoio 00 0 0�.0 00 0 M N � IA � W aA¢ 6'f vi ss ss yi «n zv o3z� o D o Q W Ln m $ O O O O m 0 0 O O 8 N N N p N Z= w 7 � � O N, z9 a Q F 69 vi fH � fA � vi Vi � f� 69 vi N iNA iNN U w' u oo oM o 0 0 � Vi Vi � •� Y Y a Q r tiN� r N 0 7 r � rn C� m O A 7° � N .-•� N H F oa 3 ���� v v Voi Vo •5raa ,�, ° n ba rFi, Z U � � o O > aY E Y V] y by U'i < zo ° =Z M •off OQ .i.-% y Y w wcn U �" �� tl ��•°�' �� � �� >_y � o�� v . se's � c43c3 U 4 a• ooh' � � b0 a"�c C � C a ° 3 a waWo Hs.5 v - g �I d s z U t0 O Oq F � id U ro 5 � x SECTION 00530 EJCDC STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT ("Agreement" or "Contract") dated the day of in the year 20_ by and between Indian River County Solid Waste Disposal District, a dependent special district of Indian River County, which is apolitical subdivision in the State of Florida (hereinafter called OWNER) and (Hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 WORK CONTRACTOR as an independent contractor and not as an employee shall furnish and complete all of the necessary labor, material, and equipment to perform the work as specified or indicated in the Contract Documents. The work is generally described as follows: Site preparation for Cell 3(including 50 ft into future Cell 4) subgrade prior to construction of the liner system, perimeter access roads areas and perimeter ditch around Cell 3 & future Cell 4. General requirements of the work to be performed at the Indian River County Landfill, Phase 1 Cell 3 site preparation shall include the items listed below. 1. Surveying for earthwork staking for Cell 3 as shown on the construction drawing - 4A and for establishment of control points for all perimeter drainage ditches and perimeter access roads. All surveying shall be done in accordance with the Technical Specifications. The Owner will provide surveying for as -built record drawings and for measurement and payment purposes. Contractor shall provide its own surveying necessary to execute the Work described in the Contract Documents. 2. Clearing, grubbing, and stripping of the designated Cell 3(including 50 ft into future Cell 4) as shown on the Construction drawings(4A), perimeter access road areas, and drainage ditches. 3. Installation of all sediment and erosion control measures, as described in the Technical Specifications and Construction Drawings. 4. Use of appropriate dust control measures during earthwork operations. 5. Furnish materials for general fill, structural fill, and stabilized base material that meets the requirements of the Technical Specifications. Stockpiling in designated areas and maintenance of stockpiles shall be the responsibility of the Contractor. 6. All earthwork related to the construction of Cell 3, perimeter drainage ditch and perimeter access road as shown on the Construction Drawings and meeting the requirements of the Technical Specifications. 00530-1 499 7. Future Cell 4 subgrade preparation will be an option to perform at Owner's discretion. However, Bidders can quote for estimated quantities in the BID form Optional BID section, for future Cell 4 site preparation. ARTICLE 2 ENGINEER The project has been designed by Geosyntec Consultants, Inc., hereinafter called ENGINEER, and who is to act as OWNER'S representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the work in accordance with the Contract Documents. ARTICLE 3 CONTRACT TIME 3.1 The CONTRACTOR shall be substantially completed with the following timeframe (a) Within 30 calendar days from effective date of Notice to Proceed, Contractor shall complete the following tasks: 1. Obtain all necessary permits. 2. Receive approved shop drawings for all materials and equipment to be utilized in the job. 3. Perform all photographic recording and documentation of conditions prior to construction. 4. Locate all existing utilities in the area of work. 5. Submit and secure approval of shop drawings. 6. Mobilize all labor, equipment, and materials. Earthwork may begin 10 days after NTP. 7. Deliver and store all equipment and materials to the job site. 8. Notify all utilities and other affected parties prior to initiating construction. (b) From 30 calendar days to 120 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: 1. Substantially complete the Work described in these Contract Documents. 2. Correct all deficiencies noted by Engineer. Completion of all tasks outlined above (i.e., Subparagraphs a) and b) constitutes Substantial Completion. (c) From 120 calendar days to 150 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: 1. Clean up project area. 2. Remove all equipment and material from project site. 3. Perform contract closeout procedures. (d) If authorized under executed change order no later than 8o days from notice to proceed, Cell 4 work will be completed within an additional 120 days of substantial completion of Cell 3. 00530-2 500 3.2 Completion of all tasks outlined above (i.e., Subparagraphs a, b, c, and d) constitute Final Completion. 3.3 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the work is not completed within the times specified in Paragraphs 3.1 and 3.2 above, plus any extensions thereof allowed in accordance with Article 11 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER four -hundred and fifty dollars ($450.00) for each day that expires after the time specified in Paragraph 3.1 for Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER four -hundred and fifty dollars ($450.00) for each day that expires after the time specified in Paragraph 3.2 for completion and readiness for final payment. 3.3.1 The CONTRACTOR and OWNER agree that OWNER is authorized to deduct all or any portion of the above -stated liquidated damages due to the Owner from payments due to the Contractor; or, in the alternative, all or any portion of the above -stated liquidated damages may be collected from the Contractor or its Surety or Sureties. These provisions for liquidated damages shall not prevent the OWNER, in case of the CONTRACTOR's default, from terminating the Contractor's right to proceed as provided in this AGREEMENT. 3.3.2 In addition to the above -stated liquidated damages, the CONTRACTOR shall be responsible for reimbursing OWNER to third party consultants in administering the Project beyond the Substantial Completion date specified in this Agreement, or beyond an approved extension of time granted to CONTRACTOR, whichever date is later. ARTICLE 4 CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for completion of the work in accordance with the Contract Documents in current funds in the amount of $ ARTICLE 5 PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 5.1 The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain five percent (5%) of the payment amounts due to the CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. 00530-3 501 5.2 Pay Requests. Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR's certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. 5.3 Paragraphs 5.1 and 5.2 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 5.4 ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the work is ready for final inspection and acceptance, the ENGINEER will promptly make such inspection and when the ENGINEER finds the work acceptable under the terms of the Contract and the Contract fully performed, the ENGINEER will promptly issue a final completion certificate stating that the work provided for in this Contract has been completed, and acceptance by the OWNER under the terms and the conditions thereof is recommended and the entire balance found to be due the CONTRACTOR, will be paid to the CONTRACTOR by the OWNER following County Commission approval of the final Contract payment. 5.5 Acceptance of Final Payment as Release. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final, or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Payment and Perfo ce B ARTICLE 6 INTEREST Not Applicable. ARTICLE 7 CONT O PRESENTATIONS In order to in R to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. 7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 5.03 of the General Conditions, and accepts the determination set forth in Paragraph SC - 4.02 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 00530-4 502 7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the work as CONTRACTOR considers necessary for the performance of furnishing of the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 5.03 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said underground facilities are or will be required by CONTRACTOR in order to perform and furnish the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 5.05 of the General Conditions. 7.5 CONTRACTOR has correlated - the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR 7.7 Contractor is registered with and will use the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining proof of E -Verify registration for all subcontractors. ARTICLE 8 CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the work consist of the following: 8.1 This Agreement (Section 00530). 8.2 Public Construction Bond (Sections 00610). 8.3 Notice of Award and Notice to Proceed (examples in Section 00800). 8.4 General Conditions (Section 00700). 8.5 Supplementary Conditions (Section 00800). 8.6 Specifications bearing the title "Phase 1 - Cell 3 Site Preparation Class 1 Landfill - Segment 3 Expansion" as listed in the table of contents hereof. 8.7 Drawings, inclusive with each sheet bearing the following general title "Phase 1 - Cell 3 Site PreFaration Class 1 Landfill - Segment 3 ExFan ion. 00530-5 503 8.8 Addenda numbers 1 to 2, inclusive. 8.9 CONTRACTOR'S Bid (Section 00300). 8.10 The following, which may be delivered or issued after the effective date of the Agreement and are not attached hereto: All written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Paragraphs 3.04 of the General Conditions. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraphs 11.01 of the General Conditions. ARTICLE 9 MISCELLANEOUS 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2 It is agreed that the CONTRACTOR shall not assign, transfer, convey, or otherwise dispose of the contract or its right, title, or interest in or to the same or any part thereof, or allow legal action to be brought in its name for the benefit of others, without previous consent of the OWNER and concurred to by the sureties. Any attempted assignment shall be void and may, at the option of the OWNER be deemed an event of default hereunder. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the OWNER who may be a party hereto. 9.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 9.4 The CONTRACTOR shall be properly licensed to practice its trade or trades which are involved in the completion of this Agreement and the work thereunder. 9.5 This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this agreement shall be in Indian River County, Florida, or, in the event of federal jurisdiction, in the United States District Court for the Southern District of Florida. 9.6 CONTRACTOR agrees to indemnify and hold harmless the OWNER, together with its agents, engineers, employees, elected officers and representatives, from liabilities, damages, losses, and costs, including but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the work under this Agreement. This indemnification and hold harmless provision shall survive the termination or expiration of this Agreement. The indemnification is limited to $5 million per occurrence. 9.7 Pledge of Credit. The CONTRACTOR shall not pledge the OWNER'S credit or make it a guarantor of payment or surety for any Agreement, debt, obligation, judgment, lien or any 00530-6 504 form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation of indebtedness that would impair its ability to fulfill the terms of this Agreement. 9.8. Counterparts. This Agreement may be executed in one or more counterparts, but all such counterparts, when duly executed, shall constitute one and the same Agreement. 9.9. Public Records. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor 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 contractor 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 Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor -shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All 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. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecordsAJrci!ov.com Indian River County Office of the County Attorney 180127th Street Vero Beach, FL 32960 (5) Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. 00530-7 505 IN WITNESS WHEREOF, OWNER AND CONTRACTOR have signed this Agreement the day and year first written above. OWNER INDIAN RIVER COUNTY Joseph H. Earman, Chairman By: John A. Titkanich, Jr., County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of Court and Comptroller Attest: Cl By: (Contractor) (CORPORATE SEAL) Attest Address for giving notices: License No. (Where applicable) (SEAL) Agent for service of process: Designated Representative: Himanshu Mehta, Managing Director 1* Solid Waste Disposal District Designated Representative: Name: Title: Address: Phone: (If CONTRACTOR is a corporation or a partnership, attach evidence of authority to sign.) *END OF SECTION* 00530-8 506 SWDD Item Indian River County, Florida Solid Waste Disposal District (SWDD) Board Memorandum Date: June 7, 2023 To: The Solid Waste Disposal District Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services Prepared By: Himanshu H. Mehta, PE, Managing Director, SWDD Subject: Request for Approval of a Pilot Test by the Indian River Sustainability Center, LLC Descriptions and Conditions: Staff received the attached letter from the Indian River Sustainaiblity Center, LLC, (IRSC) to perform a pilot test of an advanced filtration and purfication system on the landfill leachate. Analysis: Per the attached pilot test plan, IRSC plans to perform a pilot test for approximately three (3) months and will not interfere with the Leachate Evaporation Plant. In principal, the pilot test is pretreating the leachate through a filtration process. The equipment will be set up to take the leachate before it goes into the evaporator, put it through the filtration process, and then return the leachate back into the tank for utlitmate processing by the evaporator.The filtration media will either be placed in the Class 1 landfill or will be shipped back with the pilot test equipment. The laboratory testing by IRSC will help determine the disposal methodology. All costs associated with the pilot test will be covered by IRSC. There will be some electrical and water usage which will tracked and reimbursed by IRSC. The pilot test will be performed by trained IRSC personnel, and IRSC will fully be responsible for all associated permits and risks. Funding: No funding is required for this project. Recommendation: Staff recommends that its Board approve the pilot test request by the Indian River Sustainability Center, LLC. Attachments: 1. IRSC Pilot Test Letter SWDD Agenda - IRSC Pilot Test Approval 5"e 1 of 1 I N D I A N R I V E R -NZ 43 Broad Street, Unit B403 Sustainability Center Hudson, MAoi749 June 7, 2023 TO: Himanshu Mehta, PE., Solid Waste Director - IRC Ron Jones., BSCE, A.M. ASCE. - Assistant Managing Director FROM: Ram Natarajan, PE., Indian River Sustainability Center (IRSC) CC: Craig Clerkin, Rick Boughner & David Howard - Heartland WaterTOChhology, Inc. Alain Castro - Proximo Energy SUBJECT: IRSC Leachate Evaporation Project — Continued Project Research and Development with Heartland Evaporation Process at IRC Landfill Indian River Sustainability Center, LLC ("IRSC") appreciates the opportunity to provide Leachate Management Services at Indian River County's (the "District") Landfill and we are eager to continue our mutually beneficial collaboration in serving your residents. As part of IRSC's commitment to continuous improvement of its leachate management solutions, IRSC has been conducting ongoing research and development around innovative technologies we could add to our solution set. As part of this effort, we recently informed you of our intention to conduct pilot testing at IRSC's Evaporation Plant of a technology that we believe will enable even better treatment outcomes at the Evaporation Plant and elsewhere, while minimizing the environmental impact of Leachate. This location presents an ideal environment for us to comprehensively investigate and gain deeper insights into specific leachate parameters. While we believe this initiative is in conformance with the terms of both our Wastewater Treatment Agreement and the Site Access Agreement, given our desire to work collaboratively with the District, we felt it was appropriate to ensure you were aware of this initiative as well as comfortable with this activity we plan to conduct at the Evaporation Plant. Here's an overview of this pilot project: • Once the District confirms its comfort with our plan to test this technology, we anticipate that the testing period will run approximately three months. We commit to you that the pilot will not in any way interfere with the first priority of our Evaporation Plant — that is, to treat the District's leachate in accordance with the terms of the Wastewater Treatment Agreement. • Our team of process experts will collaborate closely with both IRSC operators and IRC's staff to ensure the seamless integration of the piloting technology into our existing leachate treatment facility. As the pilot technology will serve as a pretreatment to the existing evaporator system, we . .... 508 INDIAN 1174-0 s sustainabliftImOr �2 plan to discharge the leachate treated by the pilot unit back into the existing leachate holding tank, to then be further processed by our Evaporation System. • Filter media utilized within the pilot unit will be disposed of safely upon the completion of the pilot study using District approved waste disposal methods or shipped back alongside the pilot unit. • All costs associated with conducting the pilot study will be borne by IRSC, including the procurement of necessary supplies. Please note, the pilot study will require a standard 120 -volt electrical supply for its operations and we estimate that approximately 200 gallons per day of water will be utilized for various processes during the pilot study. Of course, we will reimburse the District for the cost of utilities associated with the pilot study if required. • As always, our process and operations team will prioritize safety throughout the duration of the pilot study and ensure that all activity complies with applicable laws and regulations including permits. • Finally, consistent with the terms of our Wastewater Treatment Agreement and the Site License Agreement, IRSC assumes full responsibility for any risks associated with the pilot study. We greatly value our current collaboration and ourjoint pursuit of more sustainable and environmentally conscious leachate management practices. Thank you for your attention and support in facilitating this pilot testing. Should you have any questions or concerns, please feel free to contact Rick Boughner, Craig Clerkin, or me. 509 ISg3 Indian River County, Florida Solid Waste Disposal District Board Memorandum Date: June 9, 2023 To: The Solid Waste Disposal District Board of Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services Prepared By: Himanshu H. Mehta, PE, Managing Director, Solid Waste Disposal District Subject: Update on SWDD Rate Study Descriptions and Conditions: On April 4, 2023, the Indian River County (IRC) Solid Waste Disposal District (SWDD) Board of Commissioners were presented with the Solid Waste Rate Study prepared by Kessler Consulting, Inc. (KCI). Per KCI and staff recommendations, the SWDD Board approved new tipping fees starting October 1, 2023, as well as implementing the proposed change in Waste Generation Units (WGU) by 50%; with the remaining 50% change being implemented October 1, 2027. As SWDD staff began working with the IRC Property Appraiser's office on the WGU changes and in preparing the Fiscal Year (FY) 2023/24 budget request, it became evident that one of the key assumptions utilized by KCI in the rate study model was incorrect. Specifically, the available fund balance KCI had programmed into the model for FY21/22. Therefore, the purpose of this agenda item is to provide an update on the SWDD Rate Study, and the associated impacts to our future capital projects and SWDD budget request for Fy23/24. Analysis: Staff and KCI worked both with the IRC Clerk of Court's Comptroller Division and the IRC Office of Management and Budget to update the rate study model with the correct fund balance for FY21/22 of $20,626,273 million, which represents the unrestricted cash balance available. KCI had utilized both the net investment in capital assets and unrestricted fund balance of $52,753,032 million, which does not represent available funds for use. As such, available funds for use in the model were incorrectly projected. In addition, the rate study model has been updated to properly capture the restricted closure funds and the associated closure projects. Also, depreciation expenses were removed from the rate study model as these are non-cash expenditures. Per County Policy, SWDD has to maintain the following required fund balances: Emergency and Disaster Relief Reserve — A balance equal to 5% of budgeted operating expenditures for the current fiscal year for the purpose of responding to natural and man-made emergencies. SWDD Agenda - Update on SWDD Rate Study 2 Page 1 of 2 510 • Budget Stabilization Reserve — A balance of no less than 5% of budgeted operating expenditures for the current fiscal year for the purposes of budget stabilization. Unassigned Fund Balance — The County will maintain the goal of 20% of the budgeted annual operating expenditures for the current year. Overall, the absolute minimum fund balance is 20% with the total fund balance goal of 30%. There are two significant impacts that have resulted due to this update: 1) Over the 10 -year projected span, the updated rate study model did require certain capital projects to be pushed out until the available fund balance was above the minimum 30% fund balance policy. However, there were some exceptions that occur in FY26 (27%), FY29 (22%) and FY30 (22%) which are above the absolute minimum balance of 20%; and 2) the residential and commercial assessments for FY23/24 are recommended to be increased by 2.4% and 15.42%, respectively. The above is summarized in the attached updated tables provided by Kessler Consulting, Inc. Funding: This agenda provides an update to the SWDD rate study and is not requesting any funding. Recommendation: This agenda provides an update to the Solid Waste Disposal District rate study and is not requesting Board action at this time. Attachments: i. SWDD Rate Study Updated Tables SWDD Agenda - Update on SWDD Rate Study 2 Page 2 of 2 511 M N O N � u aJ eo C c N N C i C R U U N M d � Y H a(+ M � 10 M a +� a m M CL 0 0 o c M N O N � u aJ eo C c N N C i C R U U N M d � Y H a(+ M � 10 M a +� a m M CL O; 01 . 00 w 0 Lo ro 0 0 0 O m vi o O ;o 0 LM Ili L! mow, O O O L!1 N rl 0 0 0 0 0 0 illO O O LA N a 4 vi - 0 O O o O Ln Ln N r-1 C1 iA. LT 4A W M -wE E r QLn -i weid W U O 01 Y 0 (D �^ � LO pp �. oe U- U u U U OCL J Z, Z W U w N Y D. m N o kj a~i m m a aW+ E 7 m 1- W F t+ a H d O u° r Q °3° °�' 3 � °>' a ma 01 t v m E a ,a�+ a O m M N W N a GJ u f0 1� Cp O j i G LO 3 'a u � o c E �o 'O f0 C C C > '� d C E cu m 0 O cc 'O �i CL a) -moi ,� U 0v 3 m C N N �^ O 7 y O m LO d d v N N ' n P4 L 4D u H E O f6 �o 0 C O ti LL _� y �0 m '' � x tOo O �'^ G r 0 .IN N CU > LC ,� � a+ it v T C Y a u 49 a' :: o o a, �, 90 O; 01 . 00 w 0 Lo ro 0 0 0 O m vi o O ;o 0 LM Ili L! mow, O O O L!1 N rl 0 0 0 0 0 0 illO O O LA N a 4 vi - 0 O O o O Ln Ln N r-1 C1 iA. LT 4A W M -wE E r QLn -i weid W U O 01 Y 0 (D �^ � LO pp �. oe U- U u U U OCL J Z, Z W U w N Y D. m N o kj a~i m m a 0 an. Oft N Ol 10 �/} v I- M �O V r 4 •• O l0P ; N 00 00 V ,0. „► 0 0� O O of o n Lo rn 0o r O OR �- mt.0 Lr! 00 0, Io o Vl o Ll1 ;T? to_ �• O° Ln N I . Qq). O� . F.. Ll� r, -z Q1 W4 a% Lfi Lfi rn !� V %o N, cam am v} �n e4 v� N N ` , 4Ar N c � C � {o. i ta C w M) N 44 p ". M C 011 vei i}(n Im Ln vim-} V1. N C O O O O i V O O O O V1 N 10 Ln lj� O f� M Q�1 Ln Y r4 In m � ' o�pp � 7 tf)- +ii LA coo V! vl- A^ N J2 O cu M +n m 0) OC m .a a d +r a eo M CL W D N N t H H a+ H V1 O H C 3 3 V O N u � fA .a n N M O 3 ca ca 0tJ N = f0 s OG cc .. 0) 01 - rn v~i N txa Go C i U u c c c (Oj Y 10 10 c e .G d c� W .. oC Q:- �' ac OC C O O 3 3 3: W ad+ 0) u 1 Vo u y .� i m w m o°1c c 1= co cc c s H 4w c 4' �i C C V 40 c 4W C 4- c 'O a X X MLLJ is TO `- OJ d OJ ; 'y 41 OJ OJ y UJ Eq E ', d 4) inin m 19 O O i+ O N yyE� y�N�'. yEN� 'O 10 LL ro LL O ,� C N h u`�f ! p L vii C a rq a� a u o 1 a: a�a 0 M Gl tic m a N w .-1 O N n 0 m N w O N O O O Q O Q O 9 N O N N O O M Q l0 Q H n n 0p N T ®~ N N T N n fll V1 Q O ffl D] to n N Q N N Q N fA N O VI n O N O of OI 40 T V Q T {C Q 0 N N N N Q N It G 10+1 >T Y. O N fpfl N Q N N N fell � m 1Nfl N N fA O t0 Q O W n N VI n 0 0 0 .i O N A 00 D T l0 N f0 N l0 On fO O N let T o O N O CO O O N N N Q N N Q b a N n N N w m> N � .o lu N Q O lfl N O a0 vi b N Q N a ao ttl n ao fA n tD tD n of .y a0 v N a N a fJt 0 N 0 ` n N� G N N N N N N N g m n N o a N n a o n O o a tO Yl n CO 0 m Vl T o 0 N N o n N N o n N N In 10 m m fy -t IR O ei Q O fA T N a0 N O n A n l0 Ot flt u1 .-i n � Q v1 N OI Y QN T .� `� NT N 1 N N T N N N N N N N N N 0 M Gl tic m a N