HomeMy WebLinkAbout2024-154A1. Federal Award No.
693JJ32440528
4. Award To
Indian River County
1801 27`h Street
Vero Beach, FL 32960-3365
Unique Entity Id.: FB3SLJJZ38K9
TIN No.: 59-6000674
6. Period of Performance
Effective Date of Award — Twenty-one
(2 1) months
8. Type of Agreement
Grant
10. Procurement Request No.
HSA240320PR
12. Submit Payment Requests To
See Article 5.
14. Description of the Project
Creation of a Safety Action Plan
RECIPIENT
15. Signature of Person Authorized to Sign
Signature Date
Name: Andrew Sobczak
Title: Planning and Development Services Director
Indian River County
2. Effective Date 3. Assistance
See No. 16 Below Listings No.
20.939
5. Sponsoring Office
U.S. Department of Transportation
Federal Highway Administration
Office of Safety
1200 New Jersey Avenue, SE
HSSA-1, Mail Drop E71-117
Washington, DC 20590
7. Total Amount
Federal Share: $160,000.00
Recipient Share: $40,000.00
Other Federal Funds: $0
Other Funds: $0
Total: $200,000.00
9. Authority
Section 24112 of the Infrastructure Investment
and Jobs Act (Pub. L. 117-58, November 15,
2021; also referred to as the "Bipartisan
Infrastructure Law" or "BIL")
11. Federal Funds Obligated
$160,000.00
13. Accounting and Appropriations Data
15X0173E50.0000.055SR10500.5592000000.4
1010.610066
FEDERAL HIGHWAY ADMINISTRATION
16. Signature of Agreement Officer
Signature
Name: Hector Santamaria
Title: Agreement Officer
1of15
Date
U.S. DEPARTMENT OF TRANSPORTATION
GRANT AGREEMENT UNDER THE
FISCAL YEAR 2023 SAFE STREETS AND ROADS FOR ALL GRANT PROGRAM
This agreement is between the United States Department of Transportation's (the "USDOT") Federal Highway
Administration (the "FHWA") and the Indian River County (the "Recipient").
This agreement reflects the selection of the Recipient to receive a Safe Streets and Roads for All ("SS4A") Grant for
the Indian River County Safe Streets For All Action Plan.
The parties therefore agree to the following:
ARTICLE 1
GENERAL TERMS AND CONDITIONS
1.1 General Terms and Conditions.
(a) In this agreement, "General Terms and Conditions" means the content of the document titled "General
Terms and Conditions Under the Fiscal Year 2023 Safe Streets and Roads for All ("SS4A") Grant Program,",
which is available at https://www.transportation.gov/grants/ss4a/grant-agreements under "Fiscal Year 2023."
Articles 7-30 are in the General Terms and Conditions. The General Terms and Conditions are part of this
agreement.
(b) The Recipient acknowledges that it has knowledge of the General Terms and Conditions. Recipient also states
that it is required to comply with all applicable Federal laws and regulations including, but not limited to, the
Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR
part 200); National Environmental Policy Act (NEPA) (42 U.S.C. § 4321 et seq.); and Build America, Buy
America Act (BIL, div. G §§ 70901-27).
(c) The Recipient acknowledges that the General Terms and Conditions impose obligations on the Recipient and
that the Recipient's non-compliance with the General Terms and Conditions may result in remedial action,
termination of the SS4A Grant, disallowing costs incurred for the Project, requiring the Recipient to refund to
the FHWA the SS4A Grant, and reporting the non-compliance in the Federal -government -wide integrity and
performance system.
2 of 15
ARTICLE 2
APPLICATION, PROJECT, AND AWARD
2.1 Application.
Application Title: Indian River County Safe Streets For All Action Plan
Application Date: 07-07-2023
2.2 Award Amount.
SS4A Grant Amount: $160,000.00
2.3 Federal Obligation Information.
Federal Obligation Type: Single
2.4 Budget Period.
Budget Period: See Block 6 of Page I
2.5 Grant Designation.
Designation: Planning and Demonstration
ARTICLE 3
SUMMARY PROJECT INFORMATION
3.1 Summary of Project's Statement of Work.
The purpose of this project is to create a Safety Action Plan for Indian River County to implement safe streets
initiatives to reduce roadways deaths and serious injuries.
The project will be completed in one phase.
3.2 Project's Estimated Schedule.
Action Plan Schedule
Milestone
Schedule Date
Planned NEPA Completion Date:
1 month after fully executed agreements
Planned Draft Plan Completion Date:
12 months after fully executed agreements
Planned Final Plan Completion Date:
14 months after fully executed agreements
Planned Final Plan Adoption Date:
16 months after fully executed agreements
Planned SS4A Final Report Date:
18 months after fully executed agreements
3of15
3.3 Project's Estimated Costs.
(a) Eligible Project Costs
Eligible Project Costs
SS4A Grant Amount: $160,000.00
Other Federal Funds: $0
State Funds: $0
Local Funds: $40,000.00
In -Kind Match: $0
Other Funds: $0
Total Eligible Project Cost: $200,000.00
(b) Cost Classification Table — Planning and Demonstration Grants with demonstration activities and
Implementation Grants Only — not applicable
(c) Indirect Costs
Indirect costs are allowable under this Agreement in accordance with 2 CFR part 200 and the Recipient's
approved Budget Application. In the event the Recipient's indirect cost rate changes, the Recipient will notify
FHWA of the planned adjustment and provide supporting documentation for such adjustment. This Indirect
Cost provision does not operate to waive the limitations on Federal funding provided in this document. The
Recipient's indirect costs are allowable only insofar as they do not cause the Recipient to exceed the total
obligated funding.
4.1 Recipient Contact(s).
Brian Freeman
MPO Staff Director
Indian River County MPO
1801 27th Street
Vero Beach, FL 32960
772-226-1990
bfreeman@indianriver.gov
ARTICLE 4
RECIPIENT INFORMATION
4 of 15
4.2 Recipient Key Personnel.
Name Title or Position
Brian Freeman 1 MPO Staff Director
Andrew Sobczak I Director
4.3 USDOT Project Contact(s).
Safe Streets and Roads for All Program Manager
Federal Highway Administration
Office of Safety
HSSA-1, Mail Stop: E71-117
1200 New Jersey Avenue, S.E.
Washington, DC 20590
202-366-2822
SS4A.FHWA@dot.gov
and
Agreement Officer (AO)
Federal Highway Administration
Office of Acquisition and Grants Management
HCFA -33, Mail Stop E62-310
1200 New Jersey Avenue, S.E.
Washington, DC 20590
202-493-2402
HCFASS4A(a,dot. og_v
and
Division Administrator — Florida
Agreement Officer's Representative (AOR)
3500 Financial Plaza, Suite 400
Tallahassee, FL 32312
(850)553-2200
florida.fhwa@dot.gov
and
Kevin Burgess
Florida Division Office Lead Point of Contact
Safety Engineer
3500 Financial Plaza, Suite 400
Tallahassee, FL 32312
(850)553-2229
kevin.burgess@dot.gov
Planning and Development Services
Indian River County
5of15
ARTICLE 5
USDOT ADMINISTRATIVE INFORMATION
5.1 Office for Subaward and Contract Authorization.
USDOT Office for Subaward and Contract Authorization: FHWA Office of Acquisition and Grants
Management
SUBAWARDS AND CONTRACTS APPROVAL
Note: See 2 CFR § 200.331, Subrecipient and contractor determinations, for definitions of subrecipient (who is
awarded a subaward) versus contractor (who is awarded a contract).
Note: Recipients with a procurement system deemed approved and accepted by the Government or by the
Agreement Officer (the "AO") are exempt from the requirements of this clause. See 2 CFR 200.317 through
200.327. Note: This clause is only applicable to grants that do not include construction.
In accordance with 2 CFR 200.308(c)(6), unless described in the application and funded in the approved award,
the Recipient must obtain prior written approval from the AO for the subaward, transfer, or contracting out of
any work under this award above the Simplified Acquisition Threshold. This provision does not apply to the
acquisition of supplies, material, equipment, or general support services. Approval will be issued through
written notification from the AO or a formal amendment to the Agreement.
The following subawards and contracts are currently approved under the Agreement by the AO. This list does
not include supplies, material, equipment, or general support services which are exempt from the pre -approval
requirements of this clause.
5.2 Reimbursement Requests
(a) The Recipient may request reimbursement of costs incurred within the budget period of this agreement if
those costs do not exceed the amount of funds obligated and are allowable under the applicable cost
provisions of 2 C.F.R. Part 200, Subpart E. The Recipient shall not request reimbursement more frequently
than monthly.
(b) The Recipient shall use the DELPHI iSupplier System to submit requests for reimbursement to the payment
office. When requesting reimbursement of costs incurred or credit for cost share incurred, the Recipient
shall electronically submit supporting cost detail with the SF -270 (Request for Advance or Reimbursement)
or SF -271 (Outlay Report and Request for Reimbursement for Construction Programs) to clearly document
all costs incurred.
(c) The Recipient's supporting cost detail shall include a detailed breakout of all costs incurred, including direct
labor, indirect costs, other direct costs, travel, etc., and the Recipient shall identify the Federal share and the
Recipient's share of costs. If the Recipient does not provide sufficient detail in a request for reimbursement,
the Agreement Officer's Representative (the "AOR") may withhold processing that request until the
Recipient provides sufficient detail.
(d) The USDOT shall not reimburse costs unless the AOR reviews and approves the costs to ensure that progress
on this agreement is sufficient to substantiate payment.
(e) In the rare instance the Recipient is unable to receive electronic funds transfers (EFT), payment by EFT
would impose a hardship on the Recipient because of their inability to manage an account at a financial
institution, and/or the Recipient is unable to use the DELPHI iSupplier System to submit their requests for
disbursement, the FHWA may waive the requirement that the Recipient use the DELPHI iSupplier System.
The Recipient shall contact the Division Office Lead Point of Contact for instructions on and requirements
related to pursuing a waiver.
6 of 15
(f) The requirements set forth in these terms and conditions supersede previous financial invoicing
requirements for Recipients.
ARTICLE 6
SPECIAL GRANT TERMS
6.1 SS4A funds must be expended within five years after the grant agreement is executed and DOT
obligates the funds, which is the budget period end date in section 10.3 of the Terms and Conditions
and section 2.4 in this agreement.
6.2. The Recipient demonstrates compliance with civil rights obligations and nondiscrimination laws,
including Titles VI of the Civil Rights Act of 1964, the Americans with Disabilities Act (ADA), and Section
504 of the Rehabilitation Act, and accompanying regulations. Recipients of Federal transportation funding
will also be required to comply fully with regulations and guidance for the ADA, Title VI of the Civil Rights
Act of 1964, Section 504 of the Rehabilitation Act of 1973, and all other civil rights requirements.
6.3 SS4A Funds will be allocated to the Recipient and made available to the Recipient in accordance with
FHWA procedures.
6.4 The Recipient of a Planning and Demonstration Grant acknowledges that the Action Plan will be made
publicly available and agrees that it will publish the final Action Plan on a publicly available website.
6.5 There are no other special grant requirements.
7 of 15
ATTACHMENT A
PERFORMANCE MEASUREMENT INFORMATION
Study Area: Indian River County
Table 1: Performance Measure Table
8 of 15
Measurement
Measure
Category and Description
Frequency and
Reporting
Deadline
Percent of Funds to Underserved
Within 120 days
Equity
Communities: Funding amount (of total
after the end of the
project amount) benefitting underserved
period of
communities, as defined by USDOT
performance
Costs
Project Costs: Quantification of the cost
Within 120 days
of each eligible project carried out using
after the end of the
period of
the grant
performance
Lessons Learned and
Lessons Learned and Recommendations:
Within 120 days
Recommendations
Description of lessons learned and any
after the end of the
recommendations relating to future
Period of
projects or strategies to prevent death and
Performance
serious injury on roads and streets.
8 of 15
ATTACHMENT B
CHANGES FROM APPLICATION
Describe all material differences between the scope, schedule, and budget described in the application and the scope,
schedule, and budget described in Article 3. The purpose of Attachment B is to clearly and accurately document any
differences in scope, schedule, and budget to establish the parties' knowledge and acceptance of those differences.
See Article I 1 for the Statement of Work, Schedule, and Budget Changes. If there are no changes, please insert
"N/A" in Section 3.3 of the table.
Scope: N/A
Schedule: N/A
Budget: N/A
The table below provides a summary comparison of the project budget.
Fund Source
Application
$ %
Section 3.3
$ %
Previously Incurred Costs
(Non -Eligible Project Costs)
y
e
N/A
N/A
Federal Funds
Non -Federal Funds
N/A
N/A
Total Previously Incurred Costs
N/A
N/A
N/A
Future Eligible Project Costs_
N/A
SS4AFunds
Other Federal Funds
N/A
N/A
Non -Federal Funds
N/A
N/A
Total Future Eligible Project
Costs
N/A
N/A
Total Project Costs
N/A
N/A
9 of 15
ATTACHMENT C
RACIAL EQUITY AND BARRIERS TO OPPORTUNITY
1. Efforts to Improve Racial Equity and Reduce Barriers to Opportunity.
The Recipient states that rows marked with "X" in the following table align with the application:
2. Supporting Narrative.
Indian River County has created and enforced policies and procedures that ensure equity is considered
with all proposed transportation improvements and programs. The MPO recently completed a
Community Characteristics Report of 24 geographic sub -areas of Indian River County based on 2020
Census and American Community Survey data. The Community Characteristics Report is useful in
identifying disadvantaged communities within Indian River County, such as the unincorporated
community of Gifford which has a population that is 75% African-American, the highest concentrations
of poverty in Indian River County (38% of residents are below the poverty level), and the lowest median
household income ($21,876) within the county. Because Gifford is a community with a significant
population that is transportation disadvantaged, Indian River County has implemented public transit
services (fare free) and developed a Gifford Neighborhood Plan with extensive community participation
that identifies needed transportation and other infrastructure improvements.
10 of 15
A racial equity impact analysis has been completed for the Project. (Identify a
report on that analysis or, if no report was produced, describe the analysis and
its results in the supporting narrative below.)
The Recipient or a project partner has adopted an equity and inclusion
program/plan or has otherwise instituted equity -focused policies related to
project procurement, material sourcing, construction, inspection, hiring, or
other activities designed to ensure racial equity in the overall delivery and
implementation of the Project. (Idents the relevant programs, plans, or
policies in the supporting narrative below.)
The Project includes physical -barrier -mitigating land bridges, caps, lids, linear
parks, and multimodal mobility investments that either redress past barriers to
opportunity or that proactively create new connections and opportunities for
underserved communities that are underserved by transportation. (Identify the
relevant investments in the supporting narrative below.)
The Project includes new or improved walking, biking, and rolling access for
x
individuals with disabilities, especially access that reverses the disproportional
impacts of crashes on people of color and mitigates neighborhood bifurcation.
(Idents the new or improved access in the supporting narrative below)
The Project includes new or improved freight access to underserved
communities to increase access to goods and job opportunities for those
underserved communities. (Idents the new or improved access in the
supporting narrative below.)
The Recipient has taken other actions related to the Project to improve racial
x
equity and reduce barriers to opportunity, as described in the supporting
narrative below.
The Recipient has not yet taken actions related to the Project to improve racial
equity and reduce barriers to opportunity but intends to take relevant actions
described in the supporting narrative below.
The Recipient has not taken actions related to the Project to improve racial
equity and reduce barriers to opportunity and will not take those actions under
this award.
2. Supporting Narrative.
Indian River County has created and enforced policies and procedures that ensure equity is considered
with all proposed transportation improvements and programs. The MPO recently completed a
Community Characteristics Report of 24 geographic sub -areas of Indian River County based on 2020
Census and American Community Survey data. The Community Characteristics Report is useful in
identifying disadvantaged communities within Indian River County, such as the unincorporated
community of Gifford which has a population that is 75% African-American, the highest concentrations
of poverty in Indian River County (38% of residents are below the poverty level), and the lowest median
household income ($21,876) within the county. Because Gifford is a community with a significant
population that is transportation disadvantaged, Indian River County has implemented public transit
services (fare free) and developed a Gifford Neighborhood Plan with extensive community participation
that identifies needed transportation and other infrastructure improvements.
10 of 15
The Project will identify sidewalks, shared use paths, bike lanes, and public transit amenities needed to
improve access within Indian River County communities like Gifford (75% African-American
population). In particular, the Project will examine the Martin Luther King Blvd. (45th Street) corridor
in Gifford and recommend access improvements for that corridor.
11 of 15
ATTACHMENT D
CLIMATE CHANGE AND ENVIRONMENTAL JUSTICE IMPACTS
1. Consideration of Climate Change and Environmental Justice Impacts.
The Recipient states that rows marked with "X" in the following table align with the application:
12 of 15
The Project directly supports a Local/Regional/State Climate Action Plan that
results in lower greenhouse gas emissions. (Identify the plan in the supporting
narrative below.)
The Project directly supports a Local/Regional/State Equitable Development
Plan that results in lower greenhouse gas emissions. (Idents the plan in the
supporting narrative below.)
The Project directly supports a Local/Regional/State Energy Baseline Study
that results in lower greenhouse gas emissions. (Identify the plan in the
supporting narrative below.)
The Recipient or a project partner used environmental justice tools, such as the
EJScreen, to minimize adverse impacts of the Project on environmental justice
communities. (Identify the tool(s) in the supporting narrative below.)
The Project supports a modal shift in freight or passenger movement to reduce
x
emissions or reduce induced travel demand. (Describe that shift in the
supporting narrative below.)
The Project utilizes demand management strategies to reduce congestion,
induced travel demand, and greenhouse gas emissions. (Describe those
strategies in the supporting narrative below.)
The Project incorporates electrification infrastructure, zero -emission vehicle
infrastructure, or both. (Describe the incorporated infrastructure in the
supporting narrative below.)
The Project supports the installation of electric vehicle charging stations.
(Describe that support in the supporting narrative below)
The Project promotes energy efficiency. (Describe how in the supporting
narrative below.)
The Project serves the renewable energy supply chain. (Describe how in the
supporting narrative below.)
x
The Project improves disaster preparedness and resiliency (Describe how in the
supporting narrative below.)
The Project avoids adverse environmental impacts to air or water quality,
wetlands, and endangered species, such as through reduction in Clean Air Act
criteria pollutants and greenhouse gases, improved stormwater management, or
improved habitat connectivity. (Describe how in the supporting narrative
below.)
The Project repairs existing dilapidated or idle infrastructure that is currently
causing environmental harm. (Describe that infrastructure in the supporting
narrative below.)
The Project supports or incorporates the construction of energy- and location -
efficient buildings. (Describe how in the supporting narrative below.)
The Project includes recycling of materials, use of materials known to reduce
or reverse carbon emissions, or both. (Describe the materials in the supporting
narrative below.)
12 of 15
Supporting Narrative.
Located along the Atlantic coast of Florida, Indian River County is vulnerable to natural disasters, such
as hurricanes, as well as impacts from climate change such as sea level rise. To address the County's
need for resiliency and protection of the natural environment, the County has prepared a Resiliency
Study, a Lagoon Management Plan, a Beach Preservation Plan, a Manatee Protection Plan, a Sea Turtle
Habitat Conservation Plan, and others. In addition, the MPO's Long Range Transportation Plan
considers the impacts of climate change and the need for resilient transportation systems. All
improvements recommended by the project will be resilient.
The Project will support a modal shift in passenger movement by promoting alternative modes of travel,
such as public transportation (fare -free) and bicycle and pedestrian facilities within Indian River County,
and particularly in the unincorporated community of Gifford, a disadvantaged community with a
minority -majority population (75% African-American) and the highest concentrations of poverty within
Indian River County (38% of residents are below the poverty level).
13 of 15
The Recipient has taken other actions to consider climate change and
x
environmental justice impacts of the Project, as described in the supporting
narrative below.
The Recipient has not yet taken actions to consider climate change and
environmental justice impacts of the Project but will take relevant actions
described in the supporting narrative below.
The Recipient has not taken actions to consider climate change and
environmental justice impacts of the Project and will not take those actions
under this award.
Supporting Narrative.
Located along the Atlantic coast of Florida, Indian River County is vulnerable to natural disasters, such
as hurricanes, as well as impacts from climate change such as sea level rise. To address the County's
need for resiliency and protection of the natural environment, the County has prepared a Resiliency
Study, a Lagoon Management Plan, a Beach Preservation Plan, a Manatee Protection Plan, a Sea Turtle
Habitat Conservation Plan, and others. In addition, the MPO's Long Range Transportation Plan
considers the impacts of climate change and the need for resilient transportation systems. All
improvements recommended by the project will be resilient.
The Project will support a modal shift in passenger movement by promoting alternative modes of travel,
such as public transportation (fare -free) and bicycle and pedestrian facilities within Indian River County,
and particularly in the unincorporated community of Gifford, a disadvantaged community with a
minority -majority population (75% African-American) and the highest concentrations of poverty within
Indian River County (38% of residents are below the poverty level).
13 of 15
ATTACHMENT E
LABOR AND WORKFORCE
1. Efforts to Support Good -Paying Jobs and Strong Labor Standards
The Recipient states that rows marked with "X" in the following table align with the application:
14 of 15
The Recipient demonstrate, to the full extent possible consistent with the law, an
x
effort to create good -paying jobs with the free and fair choice to join a union and
incorporation of high labor standards. (Identify the relevant agreements and
describe the scope of activities they cover in the supporting narrative below.)
The Recipient or a project partner has adopted the use of local and economic
hiring preferences in the overall delivery and implementation of the Project.
(Describe the relevant provisions in the supporting narrative below.)
The Recipient or a project partner has adopted the use of registered
apprenticeships in the overall delivery and implementation of the Project.
(Describe the use of registered apprenticeship in the supporting narrative
below.)
The Recipient or a project partner will provide training and placement
programs for underrepresented workers in the overall delivery and
implementation of the Project. (Describe the training programs in the
supporting narrative below.)
The Recipient or a project partner will support free and fair choice to join a
union in the overall delivery and implementation of the Project by investing in
workforce development services offered by labor-management training
partnerships or setting expectations for contractors to develop labor-management
training programs. (Describe the workforce development services offered by
labor-management training partnerships in the supporting narrative below.)
The Recipient or a project partner will provide supportive services and cash
assistance to address systemic barriers to employment to be able to participate
and thrive in training and employment, including childcare, emergency cash
assistance for items such as tools, work clothing, application fees and other
costs of apprenticeship or required pre-employment training, transportation and
travel to training and work sites, and services aimed at helping to retain
underrepresented groups like mentoring, support groups, and peer networking.
(Describe the supportive services and/or cash assistance provided to trainees
and employees in the supporting narrative below.)
The Recipient or a project partner has documented agreements or ordinances in
place to hire from certain workforce programs that serve underrepresented
groups. (Idents the relevant agreements and describe the scope of activities
they cover in the supporting narrative below)
14 of 15
2. Supporting Narrative.
As adopted in many policies and procedures, Indian River County has created a work environment for
good paying jobs and equal opportunity. The County's Equal Employment Opportunity Program was
first adopted in 1989 and has been updated in the years following. The County workforce includes both
union and non-union employees. Employees are provided a free and fair choice to join a union.
Employees who join a union are covered by collective bargaining agreements, which are with Teamsters,
Local Union No. 769 (effective October 1, 2022) and the International Association of Fire Fighters Local
2201 (also effective October 1, 2022). In recent years, a competitive employment market has created
challenges in County hiring. As a result, the County has updated many of its employee benefits and has
also initiated a Compensation Study to review County pay practices.
15 of 15
The Recipient or a project partner participates in a State/Regional/Local
comprehensive plan to promote equal opportunity, including removing barriers
to hire and preventing harassment on work sites, and that plan demonstrates
action to create an inclusive environment with a commitment to equal
opportunity, including:
a. affirmative efforts to remove barriers to equal employment
opportunity above and beyond complying with Federal law;
b. proactive partnerships with the U.S. Department of Labor's Office
of Federal Contract Compliance Programs to promote compliance
with EO 11246 Equal Employment Opportunity requirements and
meet the requirements as outlined in the Notice of Funding
Opportunity to make good faith efforts to meet the goals of 6.9
x
percent of construction project hours being performed by women
and goals that vary based on geography for construction work hours
and for work being performed by people of color;
c. no discriminatory use of criminal background screens and
affirmative steps to recruit and include those with former justice
involvement, in accordance with the Fair Chance Act and equal
opportunity requirements;
d. efforts to prevent harassment based on race, color, religion, sex,
sexual orientation, gender identity, and national origin;
e. training on anti -harassment and third -party reporting procedures
covering employees and contractors; and
f. maintaining robust anti -retaliation measures covering employees
and contractors.
(Describe the equal opportunityplan in the supporting narrative below)
The Recipient has taken other actions related to the Project to create good -
x
paying jobs with the free and fair choice to join a union and incorporate strong
labor standards. (Describe those actions in the supporting narrative below)
The Recipient has not yet taken actions related to the Project to create good -
paying jobs with the free and fair choice to join a union and incorporate strong
labor standards but, before beginning construction of the project, will take
relevant actions described in the supporting narrative below.
The Recipient has not taken actions related to the Project to improving good -
paying jobs and strong labor standards and will not take those actions under
this award.
2. Supporting Narrative.
As adopted in many policies and procedures, Indian River County has created a work environment for
good paying jobs and equal opportunity. The County's Equal Employment Opportunity Program was
first adopted in 1989 and has been updated in the years following. The County workforce includes both
union and non-union employees. Employees are provided a free and fair choice to join a union.
Employees who join a union are covered by collective bargaining agreements, which are with Teamsters,
Local Union No. 769 (effective October 1, 2022) and the International Association of Fire Fighters Local
2201 (also effective October 1, 2022). In recent years, a competitive employment market has created
challenges in County hiring. As a result, the County has updated many of its employee benefits and has
also initiated a Compensation Study to review County pay practices.
15 of 15