Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
3-10-25 Draft Agenda
City of Atlantic Beach Draft Agenda Regular City Commission Meeting Monday, March 10, 2025 - 6:00 p.m. Commission Chamber City Hall, 800 Seminole Road Atlantic Beach, FL 32233 INVOCATION AND PLEDGE TO THE FLAG CALL TO ORDER Page(s) 1. APPROVAL OF MINUTES 2. COURTESY OF FLOOR TO VISITORS PUBLIC COMMENT 3. CITY MANAGER REPORTS 3.A. Accept the 90-Day Calendar (March - May 2025) 90-Day Calendar (March - May 2025) 5 - 8 3.B. Speed Cameras 4. REPORTS AND/OR REQUESTS FROM CITY COMMISSIONERS 5. UNFINISHED BUSINESS FROM PREVIOUS MEETINGS 6. CONSENT AGENDA ALL MATTERS LISTED UNDER THE CONSENT AGENDA ARE CONSIDERED TO BE ROUTINE BY THE CITY COMMISSION AND WILL BE ENACTED BY ONE MOTION IN THE FORM LISTED BELOW. THERE WILL BE NO SEPARATE DISCUSSION OF THESE ITEMS. IF DISCUSSION IS DESIRED, THAT ITEM WILL BE REMOVED FROM THE CONSENT AGENDA AND WILL BE CONSIDERED SEPARATELY. SUPPORTING DOCUMENTATION AND STAFF RECOMMENDATIONS HAVE BEEN PREVIOUSLY SUBMITTED TO THE CITY COMMISSION ON THESE ITEMS. 6.A. Authorize the Decommissioning and Disposal of Police Department Vehicles. Decommission and Disposal of Vehicles 9 - 13 6.B. Approve Resolution No. 25-23 Resolution No. 25-23 15 - 20 7. COMMITTEE REPORTS 8. ACTION ON RESOLUTIONS Page 1 of 141 Regular City Commission - 10 Mar 2025 8.A. RESOLUTION NO. 25-18 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE AGREEMENT FOR THE SARTOGA CIRCLE LIFT STATION SERVICE AREA TESTING, MONITORING, ISNPECTIONS AND REPORT; AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 25-18 21 - 87 8.B. RESOLUTION NO. 25-19 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, APPROVING A TEMPORARY CONSTRUCTION EASEMENT FROM THE SCHOOL BOARD OF DUVAL COUNTY FOR TEMPORARY NON-EXCLUSIVE EASEMENT FOR CONSTRUCTION AND RELATED PURPOSES AT ANCHOR ACADEMY, SUBJECT TO THE TERMS IN THE EASEMENT AGREEMENT; AUTHORIZING THE MAYOR TO EXECUTE THE EASEMENT AGREEMENT; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 25-19 89 - 100 8.C. RESOLUTION NO. 25-20 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A HAZARD MITIGATION GRANT PROGRAM CONTRACT MODIFICATION FOR PARTIAL FUNDING OF THE CONSTRUCTION OF THE AQUATIC GARDENS DRAINAGE PROJECT; AUTHORIZING THE CITY MANAGER TO SUBSEQUENTLY EXECUTE A CONTRACT WITH JAX UTILITIES MANAGEMENT, INC. FOR CONSTRUCTION OF THE PROJECT; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 25-20 101 - 109 8.D. RESOLUTION NO. 25-21 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A DESIGN-BUILD CONTRACT WITH ACON CONSTRUCTION COMPANY FOR THE RENOVATION OF THE MARSH OAKS COMMUNITY CENTER; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 25-21 111 - 118 8.E. RESOLUTION NO. 25-22 A RESOLUTION OF THE CITY OF ATLANTIC BEACH, FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE TASK ORDERS WITH HANSON PROFESSIONAL SERVICES TO COMPLETE DESIGN OF THE CUTLASS DRIVE BOX CULVERT EXPANSION AND DITCH WIDENING PROJECT; AND PROVIDING AN EFFECTIVE DATE. Resolution No. 25-22 119 - 141 9. ACTION ON ORDINANCES 10. MISCELLANEOUS BUSINESS Page 2 of 141 Regular City Commission - 10 Mar 2025 11. CITY ATTORNEY/CITY CLERK REPORTS AND/OR REQUESTS 12. CLOSING COMMENTS BY CITY COMMISSIONERS AND CITY MANAGER 13. ADJOURNMENT This meeting will be live-streamed and videotaped. The video recording will be posted within four business days on the City's website. To access live or recorded videos, visit www.coab.us/live. If any person decides to appeal any decision made by the City Commission with respect to any matter considered at any meeting, such person may need a record of the proceedings, and, for such purpose, may need to ensure that a verbatim record of the proceedings is made, which record shall include the testimony and evidence upon which the appeal is to be based. Any person wishing to speak to the City Commission on any matter at this meeting should submit a request to the City Clerk prior to the meeting. For your convenience, forms for this purpose are available at the entrance to the Commission Chamber. Every effort is made to indicate what action the City Commission is expected to take on each agenda item. However, the City Commission may act upon any agenda subject, regardless of how the matter is stated on the agenda. In accordance with the Americans with Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing special accommodation to participate in this meeting should contact the City Clerk’s Office at (904) 247-5821 or at City Hall, 800 Seminole Road, Atlantic Beach, FL 32233, no later than 5:00 PM on the Thursday prior to the meeting. Page 3 of 141 Page 4 of 141 AGENDA ITEM:90-Day Calendar for the City Commission SUBMITTED BY:Adrianna Walsh,Executive Assistant to the City Manager TODAY’S DATE:February 26,2024 CITY OF ATLANTIC BEACH CITY COMMISSION MEETD‘IG STAFF REPORT RECOMMENDATION:Accept the 90-Day Calendar for March 2025-May 2025 by consensus ATTACHMENT(S):City Commission 90-Day Calendar (March 2025-May 2025) MEETING DATE:March 10,2025 BACKGROUND:The rolling 90-day calendar is routinely revised based on input from City staff and the Commission,and is included in each agenda for consideration by consensus. Please note that the 2025 town hall meetings have been scheduled for: a Saturday,April 5 at Jordan Park 0 Saturday,July 19 at Gail Baker Community Center 0 Saturday,October 18 at the Adele Grage Cultural Center BUDGET:None REVIEWED BY CITY MANAGER: Agenda Item #3.A.10 Mar 2025 Page 5 of 141 152223 92:an ESE :otz?vEa_80983 ES»Acozz?mESE mouseEa~$203 2;» mmomsuu?z :a m .B?onsm bzs?smsm 0mm engage Eu 0 motommeuam ZOHmm—ESOUVHHU _W<QMD.H4W$4935kw/w?szEH.C‘QmSZQMHV/Wm‘nwm?p?>49 ZOH/1 ~5~QZDm 35 zommsmv En N.Ea S «BEE mpg—Emu om 35 as: Eu 0 Haw—Zoumnoo< Q5 :35: En Néam 0“ 6x52 Bow—Emu 25 :33”: En NEE o_ 382 Eogm E 35 €33: En ~.Em2 6x82 E083..— Em:EoEEQ Sn 05280 ?aEBmgom 35 €335 En NLENo— 6th2 Eng» $3-025 Em oouo :owmwm??coEMU vm ENG2%,; EnWm:oumuoumEva om Eu 0 383.502H 0mm Eu3% .3835nova—=00mm 3 Eu 0 .850?amEmBBm Eno?aotém 9 En o Emom“5892035 hmzs??oo Sn 0 855800 83:50 .5thqu .mt< : En N ,.E__M__m£....._.V,_5.7 1—2:?44 5:.9n ... aamagé Sn 86 :05me800 35 OH nemhmwumvé. than?uiowcm uuo) Em m-:ooZ D35 €on Agenda Item #3.A.10 Mar 2025 Page 6 of 141 S€255 “SE macawEa_E295 2:595m52o:Em 2$532 if ESE EEEE 952 82:8EaHE32832:5Guamsewage:Ea YEa 2?an—2:E 3.3 cmQ558:pa 7:3 2ESEwwmswam9 Ego motombxmumm $8.an? 89 9 Sn 9 .880 mEmEmBBm ouEEEoU REED Eco?cohém .aonaobomavg Ea a .Banzm basa?smsm 0mm ZOmmeZEOU MEL— >4n§39<mkw/VDHME“CwQwMDIH.V199MZQFV/.?/‘deb,H .w/«QZOZ V42 Z J m Aoweo2033 EnWm 533qu“23w : Eao .35338::me Emmvnv .B?unsm58.5.00mm 3 En c whomEoEmo?iQ bEsEEoL GSaOégEv Emcob :o?mHEEoU 55 3390025 Em 096 cowmmmEEoU35 mm 3 93m =an Ea o 232 8952 91cm:33”: En N.Em o— Hoxu?z Enchan— hm 95 :03szanEaS “BEE mbgm ON Q5 :85: En Win 3 6x62 mb?b? my 9%@8239 En o 50:00 mbagmcom 25 €336 Ea ”Em E «8:22 Egan Agenda Item #3.A.10 Mar 2025 Page 7 of 141 EoEFE 253 :239EN:E233,2%C222339:23 5925»Em 2Hugo?)U:5 c—if 5922Ex0#6“an utx ll (n(\' r\$2 ZOHmmEZEOU MEMO Em 928 Z gun—woo—m Em oono wmtwomcowm?i C3829 Eu 0 wu?mm5%on Em N 035$me Eton—m EquBowcm ”you >CdeP/ww>49DE.w/HHmdDEF.5qu37492.5 >4.de 3%RC.Q ZOE U320 8050 55 NEE—0Ebun—Etc—:02 88o .BEoszm Eégmsm0% E90 983%8:.0mm Ea2e quEEansw 58550% R Saw .BEU.,_EmEm38m Emanccotém .3 chmméoéc En cob commmmEEoU>5 mm Ea o Enem—EoEQoE>oQ bEzEEoO cm Eu o ouEEEoU 25:30 .cczmobum£t< in 3833/ Eu 0 Eo>m QC EtoEoZ 9:0M-oo>:: Em cob comm?EEoU36 Gram:ummsmw EmN-Em_: EVEN—2EMELE mm Stan—:ommsmv En.NEE 2 “8:32 EuESm 33m :83”: En ~58 9 “Sta:EBEE Em:@9539 E9 0 twoccu whack/gem 32mm:vmmzm4 EmN-Em@— EVEE mBEEn— *L) 5x- Ir as ifF"!Ch Agenda Item #3.A.10 Mar 2025 Page 8 of 141 AGENDA ITEM:Authorize the decommissioning and disposal of Vehicle No.1727 SUBMITTED BY:Victor Gualillo,Chief of Police CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT RECOMMENDATION:Commission to approve the decommissioning and disposal of the 2017 Ford F150,Vehicle No.1727 ATTACHMENT:Fleet maintenance conditio port TODAY’S DATE:February 21,2025 MEETING DATE:March 10,2025 BACKGROUND:In late November,Animal Control truck No.1727 (a 2017 Ford F150) would no longer move in reverse and was having other major mechanical issues.The City's ?eet maintenance team determined that the truck's frame is cracked,and that the vehicle is not suitable for driving and beyond repair due to extensive rust and frame wear to the vehicle. The vehicle currently has 46282 miles.It is used on the beach,causing extensive damage throughout. Due to this,the Police Department was approved to purchase a new Animal Control truck from Garber Automall,and a 2024 GMC Sierra was purchased. We request that Vehicle No.1727 be approved as surplus and allow ?eet maintenance to decommission the vehicle to be disposed of by auction or donation REVIEWED BY CITY MANAGER: BUDGET:$0 Agenda Item #6.A.10 Mar 2025 Page 9 of 141 ENGINE Ok,for mileage /hours Normal ?uid seepage COMPONENT REMARKSANDIORCONDITIO YEAR:2017 MILEAGE:46282 MAKEIMODEL:Ford /F150 4x4 nouns:5632 DEPARTMENT:Police dept.VEHICLE#;1727 VIN!1FTMF1EF5HFB77431 TYPEOFVEHICLE:Pick up INSPECTIONREPOR TRANSMISSION 0K INSPECTEDBy;Gene Mchale RECOMMENDPURCHASE:NO YES DATE:1/05/2025 RECOMMENDREPLACE:no YES X SUPERVISOR‘SSIGNATURE:Mike Doyle BRAKES BODY ELECTRICAL HYDRAULICS OTHER REQUIRED REPAIRSI COMMENTS Heavy rust Body is fair. Frame has substantial rust damage form use on the beach.no longer safe to operator on road. Normal for milage /hours. SUSPENSION Heavy rust STEERING ESTIMATED COSTTO REPAI Agenda Item #6.A.10 Mar 2025 Page 10 of 141 VIN: YEAR MILEAGE : HOURS: 2FMCU4K368KA82951 2011 Police Department SUV /HYBRI ESTIMATED COMPONENT REMARKSAND/ORCONDITION COST TO REPAI DEPARTMENT:VEHICLE#: TYPEOF VEHICLE: 1131 TRANSMISSI working as it should /electric drive OkELECTRICAL HYDRAULICS OTHER REQUIRED REPAIRSI COMMENTS INSPECTEDBY: DATE: RECOMMENDPURCHASE: RECOMMENDREPLACE: NO NO YES YES Gene Mchale SUPERVISOR‘SSIGNATURE:Mike Doyle I 2/24/2025 SUSPENSIO NSTEERING Rotors rusted 'from siting /3mm front/1mm drum rear Rough,water leaks in unit causing bad mold.entire unit interior coverd in mold.unit not being used.BOD BRAKE Ford Escape Fair/Bad 12 volt battery 67380 ENGIN MAKE/ INSPECTIONREPORT Agenda Item #6.A.10 Mar 2025 Page 11 of 141 tam Department:Police Location:PublicWorks Description of Item Including justification for disposal request: 1727 Ford F150 pickup truck.Mileage is 46,282 and engine hours are 5,632.The vehicle willno longer go into reverse,has additional major mechanical issues,and has a cracked frame.It is heavily rusted from use on the beach and the damage/rust is so severe that it is beyond repair.Itis unsafe to operate further Asset Tag #:Vehicle VIN No.1FTMF1EF5HFB7743 1727DateofRequest:2/21/2025 Serial No. Finance Department Use Only: Date Sent to Commission: Reason for Dis osal Re uest: Not Working & Be 0nd Re air Not Working - Needs Re air Workin -Obsolete Workin -Good Workin -Fair X Form Corn leted B Amound Sold For/Trade In Date Entered into System: Disposition Method: Online Auction/Sold Cannibalized Donated Destro ed Traded In Transferred Entered By: Date: Date: Date: Date: Date: Date: Current Book Value Approved:Denied: Cmdr Tiffan La son City of Atlantic Beach Captial Asset Disposal Request Form Agenda Item #6.A.10 Mar 2025 Page 12 of 141 IDKOID Department:Police Location:Public Works Description of Item Including justification for disposal request: 1131 Ford Escape SUV.Mileage is 67,380.Vehicle is 14 years old and is having significant mechanical and body issues.It's an electrical hybrid vehicle and battery system is going bad.italso has significant rust and leaks into the passenger compartment,which has resulted in extensive mold. Vehicle is recommended for decommissioning by Fleet Services.Itwas a police patrol vehicle that was transitioned into a police volunteer vehicle several years ago. Asset Tag #:Vehicle VIN No.1FMCU4K363KA8295 1131DateofRequest:2/24/2025 Serial No. Finance Department Use Only: Date Sent to Commission: Not Working & Be ond Re air Not Working - Needs Re air Workin -Obsolete Workin -Good Workin -Fair Reason for Dis osal Re uest:Form Com Ieted B : Amound Sold For/Trade In Date Entered into System: Disposition Method: Online Auction/Sold Cannibalized Donated Destro ed Traded In Transferred Entered By: Date: Date: Date: Date: Date: Date: Current Book Value Approved:Denied: Cmdr Tiffan La son City of Atlantic Beach Captial Asset Disposal Request Form Agenda Item #6.A.10 Mar 2025 Page 13 of 141 Page 14 of 141 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM:Resolution No.25-23 authorizing the City Manager to execute a change order with ACON Construction Company for the replacement of the dune walkover at Ahem Street. SUBMITTED BY:Steve Swann,PE,City Engineer TODAY’S DATE:February 27,2025 MEETING DATE:March 10,2025 BACKGROUND:ACON Construction Company is currently rehabilitating and expanding the Atlantic Beach Lifeguard Station under a design-build with the City.As part of the overall project, the existing dilapidateddunewalkoverwill be replaced with a new American with Disabilities Act (ADA)compliant walkover that will be six feet wide and extend to the front of the adjacent sand dunes at Ahem Street. The dune walkover replacement was not included in the initial design—buildcontract because of unknowns relating to the latest beach renourishment and dune replacement project and uncertainty where the new dune walkover would be located.After completion of beach renourishment and the design of the new lifeguard station,City staff surveyed the area and developed a design for a replacement walkover. Staff also applied for and obtained a Coastal Construction Control Line permit from the Florida Department of Environmental Protection for the demolition of the existing dune walkover and construction of the new ADA compliant walkover.Concurrently,staff appliedfor and received a $60,000 grant through the Florida Department of Environmental Protection’s Coastal Partnership Initiative (CPI)program.ACON Construction Company submitted a change order request in the amount of $125,366.50 to demolish the existing dune walkover and construct the new dune walkover. The CPI grant will cover almost 50%of the project cost. Staff recommends that the City Commission authorize the City Manager to a contract amendmentwith ACON Construction Company in the amount of $125,366.50 for the demolition of the existing dune walkover at Ahem Street and construction of a new ADA compliant walkover. BUDGET:$125,366.50 RECOMMENDATION:Commission review and vote on Resolution No.25-23 ATTACHMENTS:Proposed Resolution No.25—23 Exhibit A ACON Cons c on Company Change Order Request REVIEWED BY CITY MANAGER: Agenda Item #6.B.10 Mar 2025 Page 15 of 141 Exhibit A ACON Construction C0.,Inc.AVAVAVAVAVAVAVAV 3653RegentBoulevard.Suite401.Jacksonville,Florida32224-Telephone(904)565-9060Fax(904)565-9080 Feb 27,2025 City of Atlantic Beach (COAB) 800 Seminole Road Atlantic Beach,FL 32233 Attention:Mr.Steve Swann,P.E. City Engineer Reference:Lifeguard Station Project Beach Walkover Adder COJ DBContract #71629—22 "Piggyback” Mr.Swarm, We are pleased to provide this proposal for the work on the subject project under the guidelines of the referenced contract. The scope of this project phase is to provide the build the walkover at the end of Ahern Street per the permit provided by COAB and the proposal provided by Hayward Construction as attached.We have included a contingency to be utilized by ACON as needed per the base contract.While the contract contingency can be 15%,budget constraint does not accommodate that amount so the $3500.00 contingency is suf?cient if no major issues arise. Our Guaranteed Maximum Price (GMP)for the project scope as stated is $125,366.50. The Guaranteed Completion Date (GCD)willbe 120 days from receiving an NTP. Breakdowns follow this letter.Please contact me if you have any questions or need further information. ’._. FrankAnderson Construction Manager Sincerely, Agenda Item #6.B.10 Mar 2025 Page 16 of 141 Project Management Supervision Administration Hatward Construction per Proposai Bond Adder LimitedContingency per Base Contract (Budget Restrained) Hrs Hrs Hrs Al Al L5 12 24 10 $110.00 $75.00 $75.00 $107,250.00 $2,000.00 $3,500.00 $1,320.00 $1,800.00 $750.00 $107,250.00 $2,000.00 $3,500.00 Subtotal DBFee LS $8,746.50 $116,620.00 $8,746.50 Agenda Item #6.B.10 Mar 2025 Page 17 of 141 HAYWARD CONSTRUCTIQN Gnnup,Lu: 12058 San Jose Boulevard #303 Jacksonville FL 32223 CGC1531691 Office (904)886-7122 Fax (904)8864992 E-mail:haywardconstruct@bellsouth.net PROPOSAL February 25,2025 Proposal Submitted to:ACON/Attn:Frank Anderson Work to be performed at following address:Ahearn Street,Atlantic Beach,Fl.32233 Phone #:904-813-4065 E-mail: We hereby propose to furnish all the materials and perform the labor necessary for the completion of: >Demo existing dune walkover and haul to dumpster. )>Construct one new dune walkover,per provided plans as follows: a 6’wide x 106.5'long with a handrail down both sides. Material 5 eci?cations: o 6"tip x 8”butt x 16'long wood piles with 8’embedment. o 2 x 10 SYPPTpile cap thru bolted with 34”SS hex bolts..2 x 8 SVD PT stringers nailed in place with 3 14"SSrings shank nails and H2.6 hurricane clips. 0 Pilestreated at 2.5#CCA o 1 V2”Aluminum grabrail last 30'towards water. Structural signed and sealed drawings included. Total Price for above:$107,250 Payment Intervals:30%down payment when project commences Progress payments willbe requested on balance W Note to Customers:***The proposalprovided Is based upon current costs and amilabllity of materials.We may experience increases in mterial costs that are beyond our control.We willaddress this with youprior to beginningyour project if it is necessary. “Excludes any sod,surveys,as builts,electrical,plumbing,permitting and/orengineering fees” “Prices subject to change due to engineering requirements and/orunforeseen site conditions“ “Although every effort will be taken to prevent any damages when accessing the worksite; HCGis not responsible for any damage to landscape/sod,irrigation, utilities and/orexisting concrete/asphalt or pavers** Page 1 of 2 SCFEWS. 12* fanderson acconcci.com Agenda Item #6.B.10 Mar 2025 Page 18 of 141 HAYWARD BDNSTRuchN Gnnup,LLB ACONIATTN:Frank Anderson February 26,2025 Ahearn Street Atl.Bch.Dune Walkover Pro osal —Pa e 2 of 2 Prices are based upon sand bottom,in the event there are adverse conditions,such as limerock,coquina.concrete, etc.,an additional charge will be required.Materials and workmanship installed or performed by Hayward Construction shall be guaranteed under normal conditions for a period of one year from the date of installation; excluding accidents and/orActs of God.The above work will be performed in accordance with the drawings and/ orspeci?cations submitted by the owner for the above project and compieted in a timely and professional manner. Should any of the work not be performed or supervised by Hayward Construction Group,we cannot be held responsible for any damage and/ormalfunction. Any alteration or deviation from the above speci?cations involving additional costs,wili be executed only upon written agreement from both parties,and willbecome an extra charge over and above the estimate.Ailagreements are contingent upon strikes,accidents and/ordelays beyond our control.Owner will carry ?re,tornado/ stormdamageandotherinsurancenecessaryforthejoblistedabove.Worker’s Compensation and General Liabilit yInsurancefortheaboveestimatewillbecarriedbyHaywardConstructionGroup. *************$********************************************* ACCEPTANCEOFPROPOSAL The above estimate,specifications and conditions are satisfactory and are hereby accepted.The signing of this proposai authorizes Hayward Construction Group to commence work as speci?ed above. Date:Signature: Agenda Item #6.B.10 Mar 2025 Page 19 of 141 RESOLUTION NO.25-23 A RESOLUTION OF THE CITY OF ATLANTIC BEACH,FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A CHANGE ORDER WITH ACON CONSTRUCTION COMPANY FOR THE REPLACEMENT OF THE DUNE WALKOVER AT AHERN STREET;AND PROVIDING AN EFFECTIVE DATE. WHEREAS,the City awarded ACON Construction Company a design-build contract to rehabilitate and expand the Atlantic Beach Lifeguard Station;and WHEREAS,the existing dune walkover is in poor condition and will be replaced with an American with Disabilities Act (ADA)compliant dune walkover to aid in access to the beach;and WHEREAS,the City received a matching grant for construction of the dune walkover in the amount of $60,000 through the Florida Department of Environmental Protection’s Coastal Partnership Initiative program;and WHEREAS,staff completedthe design of the new walkover and obtained a Coastal Construction Control Line permit from the Florida Department of Environmental Protection for the construction of the new dune walkover;and WHEREAS,the received a change order request from ACON Construction Company for $125,366.50 to demolish the existing dune walkover and construct the new dune walkover as described in Exhibit A attached hereto and made a part hereof. NOW,THEREFORE,be it resolved by the City Commission of the City of Atlantic Beach as follows: SECTION 1.The City Commission hereby authorizes the City Manager to execute a contract modi?cation with ACON Construction Company for demolition of the existing dune walkover at Ahem Street and construction of a new ADA compliant dune walkover and such other documents as may be necessary to effectuate the purpose of this Resolution. SECTION 2.This Resolution shall be effective immediately upon adoption. ADOPTED at a regular meeting of the City Commission of the City of Atlantic Beach,Florida, 10thday of March 2025. Attest: Donna L.Bartle,City Clerk Approved as to form and correctness: Curtis Ford,Mayor Jason Gabriel,City Attorney Agenda Item #6.B.10 Mar 2025 Page 20 of 141 AGENDA ITEM:Resolution No.25-18 authorizing the agreement for Saratoga Circle lift station service area testing,monitoring,inspections and report. SUBMITTED BY:Troy Stephens,Public Utilities Director TODAY’S DATE:February 26,2025 MEETING DATE:March 10,2025 BACKGROUND:The Public Utilities Department is working to reduce the in?ow and in?ltration into the City’s aging sewer system.Storrnwater runoff and groundwater are entering the sewer system through cracks,broken laterals and offset pipe joints,and this is resulting in higher ?ows and the need for treatment at the wastewater treatment plant.Testing in the Pahn Avenue lift station service area, which was identi?ed as one of the worst areas in the city for in?ow and in?ltration,has been completed and ?ndings reported . The next area for completionwill be the Saratoga Circle service area.Staff received a proposal to perform smoke testing in the sewer system to identify the areas where stormwater can directly enter the sewer system,to perform nighttime ?ow monitoring to identity groundwater in?ltration,perform manhole inspectionsto identity any defects,and to provide a report of the ?ndings with recommendationsand cost estimates,just as with the Palm Avenue Lift Station service area.The 2/5/2025 proposal from USSI,LLC, piggybacks the Tohopekaliga Water Authority Contract Agreement IFB-20-076 that is good through May 2025.The proposal includes the above—mentionedtesting,monitoring,inspections and report for $32,091.61. BUDGET:Adequate funds are available in the Public UtilitiesFund Account No.410-5506—535-6300.Project No.PU2505. RECOMlVIENDATION:Approve the agreement with USSI,LLC for Saratoga Circle lift station service area testing,monitoring,inspections and report in the amount of $32,091 .61,and authorizethe City Manager to execute the agreement and associatedpurchase order. ATTACHMENTS: 1.Resolution No.25-18 2.Proposal from USSI,LLC 3.TOHO Water Piggyback Contract 4.Saratoga Circle Sewer Mains Map REVIEWED BY CITY MANAGER: CITY OF ATLANTIC BEACH CITY COMMISSION STAFF REPORT Agenda Item #8.A.10 Mar 2025 Page 21 of 141 Jason R.Gabriel,City Attorney Resolution No.25-18 Donna L.Bartle,City Clerk Curtis Ford,Mayor RESOLUTION NO.25-18 A RESOLUTION OF THE CITY OF ATLANTIC BEACH,FLORIDA, AUTHORIZING THE AGREEMENT FOR THE SARTOGA CIRCLE LIFT STATION SERVICE AREA TESTING,MONITORING,ISNPECTION S AND REPORT;AUTHORIZING THE CITY MANAGER TO EXECUTE CONTRACTS AND PURCHASE ORDERS IN ACCORDANCE WITH AND AS NECESSARY TO EFFECTUATE THE PROVISIONS OF THIS RESOLUTION;AND PROVIDING AN EFFECTIVE DATE. WHEREAS,the Public Utilities Department is having lift station service areas throughout the city tested for in?ow and in?ltration in the aging sewer system;and WHEREAS,the Palm Avenue lift station area has already been completed and reports and ?ndings for corrective actions are being implemented;and WHEREAS,the next lift station service area with a high in?ow and in?ltration problem is ready to be tested;and WHEREAS,the company,USSI,LLC,retumed a proposal to the Public Utilities Department in the amount of$32,091.61;and WHEREAS,the proposal piggybacks off of the Tohopekaliga Water Authority Contract Agreement IFB-20-076. NOW THEREFORE,be it resolved by the City Commission of the City of Atlantic Beach as follows: Section 1.The City Commission hereby appropriates funds from City’s Public Utilities Fund 410—5506-535-6300 for Project PU2505 in the amount of $32,091.61 Section 2.The City Commission hereby authorizes the City Manager to execute contracts and purchase orders in accordance with and as necessary to effectuate the provisions of this Resolution. Section 3.This Resolution shall take effect immediately upon its passage and adoption. PASSED AND ADOPTED by the City of Atlantic Beach,this 10th day of March,2025. Approved as to form and correctness: Page 1 of 1 Attest: Agenda Item #8.A.10 Mar 2025 Page 22 of 141 USSI,LLC 752 Commerce Drive Suite 15 Venice,FL 34292 US (888)645-9570 dion@ussiusa.com ADDRESS City of AtlanticBeach Attn:Steve Swann 800 Seminole Road AtlanticBeach,FL 32233 ACTIVIT QTY RATE AMOUN Smoke Testing Smoke Testin withDetailedRe ort of Defects LS -L &LS-E ManholeInspections Manhole Ins ections LS -L &l:§:_E_) MidnightInvestigation Monitor flows in sanitary sewer during low usage periods to identify flows that are not due to usage,likelyresulting from inflow.(LS -L & LS-E Mobilization&Demobilization Mobilization&Demobilization TOHOContract Per:Tohopekaliga Water Authority(TOHO)Contract Agreement IFB- 20-076 (LS -L &LS-E) 39,593 39,593 39,593 0.36 0.27 0.14 1,605.00 0.00 14,253.48 10,690.11 5,543.02 1,605.00 0.00 Accepted By Accepted Date $32,091 .TOTAL "a,notecnuem:1‘xnunu Risouncu1,:rumour.»rtcnxmo?v Estimate 2271 DATE02/05/2025 EXPIRATIONDATE 03/05/2025 "$3.60 ts Ugé???i Agenda Item #8.A.10 Mar 2025 Page 23 of 141 ***U 81 1:AL!" USSIUSA.COM USSI 752 COMMERCE DR.SUITE 15 VENICE,FL 34292 “PROTECTIN OUR NATURAL RESOURCES THROUGH ?‘ JC Agenda Item #8.A.10 Mar 2025 Page 24 of 141 @1 C.‘OVTI'VNTS USSI 752 COMMERCE DR.SUITE 15 VENICE,FL 34292 USSIUSA.COM m '..W . O1.31- INVITATION TO BID USSI PROPOSAL AWARD CONTRACT Agenda Item #8.A.10 Mar 2025 Page 25 of 141 @8[ SECTION 1 IWV1'1 KTIQN 1'0 J BID 941-926-2646 USSIUSA.COM USSI 752 COMMERCE DR.SUITE 15 VENICE,FL __.__..-_..___._._.- r1 Agenda Item #8.A.10 Mar 2025 Page 26 of 141 x.i [N VITATION FOR BID Tor. Water 6AuthorityA! " ~4/5'43.\6)ISSUEDATE: MARCH I1,202 TOHO WATER AUTHORITY IS A NON-SMOKING AGENCY. SMOKINGIS STRICTLY PROHIBITED IN ALL FACILITIES AND ON ALL AUTHORITY PROPERTIES. SUBMITBID TO: CONTACTPERSON:Jiil Selby,ProcurementTohoWaterAuthorityCoordinatorProcurementServices 1628S.John Young Pkwy. Kissimmee,FL 34741 EMAILADDRESS:procurement@tohowater. com(Directions:From 192,take John Young Parkway south;turn right onto Mohawk Lane just south of RaceTrac;continue straight onto Toho Water Authority’s property to stop sign,then turn right; follow signs to Warehouse Building.) PHONE:(407)944-5180 PRE-BIDCONFERENCE:N/A DEADLINEFOR WRITTET‘I QUESTIONS:Friday,March 20,2020 at 5:00 pm. BID DUE=APRIL 2,2020 AT 2:00 P.M. (407)931- I QB FAX: BID N0:BID TITLE: IN-FLOW ABATEMENTSERVICES -a. lFB-20- Agenda Item #8.A.10 Mar 2025 Page 27 of 141 SECTION 1 GENERAL TERMS AND CONDITIONS “*PLEASE READCAREFUI.I.Y*“ BIDDER OR OFF EROR:THESE CONDITIONS AND INSTRUCTIONSTO BIDDERS shall be binding on all Bidders or Ot‘ferors and,except to the extent otherwise provided,are incorporated by referencein all contracts resulting fromany written Request for Quotation(RFQ),Invitation for Bid (IFB) or Request for Proposal(RFP)issued,collectivelythe ("Request"),to whichthey are attachedandresponse thereto(Bid)or (Proposal).Use of the term "bid"in these General Terms and Conditions and Instructions to Biddersor Ot‘ferorsisnot intended to be restrictedto an IFB andshallalsoaffect writtenRFQ’sor RFP’s. These instructions are standard for all contracts for commodities or services issued through the Tohopekaiiga Water Authority (the "Authority")Procurement Services Division.The Authority may delete,supersede.or modify any of these standard instructionsfor a particularcontract by indicatingsuch change in the IFB Special Conditions,Technical Speci?cations,Instructions,Proposal Pages,Addenda, and Legal Advertisement. PART I -CONDITIONS OF BIDDING 1.1 CLARIFICATION OF TERMS:If any Bidder or Ol’ferorhas questions about the specifications or other solicitationdocuments in connectionwith an RFQ,RFP or IFB,the prospective Bidderor Offeror must contact the buyer whose name appears on the faceof the solicitationno later than?ve (5)businessdays priorto the date set for the opening of Bid or Proposals or receipt of Preposals. Any revisionsto the solicitationwillbe madeonly by addendumissuedby the buyer.Noti?cations regardingspeci?cations may not beconsideredif receivedin lessthan ?ve (5)businessdays of the date set for openingof Bid or Proposalsor receiptof Bids or Preposals. 1.2 USE OF AUTHORITY FORM AND TERMS AND CONDITIONS:Failure to submit a solicitationon the of?cial Authority form providedfor that purposeor unauthorizedmodi?cation of or additionsto any portionof the solicitationdocuments may be a cause for rejectionof the Bid or Proposal.The Authority reserves the right to decide.on a case-by-ease basis.in its sole discretion,whetherto rejeet any Bid or Proposalwhichhasbeenmodi?ed.The Authorityshall not be responsibleforany errors or omissionsof the Bidderor O?‘eror. The solicitationshall be signed by a representative authorizedto legally bindthe ?rm submitting the Bid or Proposal.By signing the solicitation,the Bidder or Offeror agrees to the terms and conditionsof the solicitationand certi?es that it has inspectedthejob site(s)and shall be deemed to be aware of the conditions under which the workmust be accomplished.Claims,as a resultof failure to inSpectthejob site.shall not be considered by the Authority. 1.3 EXCEPTIONS:For purposed of Bid or Proposal evaluation,Bidder or Offeror must indicate any exceptions,no matter how slight,from the General Terms and Conditions.Special Conditions, Speci?cations or Addenda in the space providedon the Bidor Proposal form.No exceptions by a Bidderor Offeror will be consideredor deemeda part of the Bid or Proposal submittedunlesssuch exceptions are listed in the Bid or Proposaland referencedin the space provided on the Bidder or Offeror proposal form.If exceptions are not stated or referenced as required.it will be assumed that the productor service?ully complies withtheAuthority’s terms,conditions,and speci?cations. Agenda Item #8.A.10 Mar 2025 Page 28 of 141 1.4 1.5 1.6 1.7 By receivinga Bid or Proposal,the Authority does not necessarily accept any exceptionscontained in the Bid or Proposal.All exceptions submitted are subject to review and approval by the Authority.If any Bid or Proposal contains material exceptions that,in the Authority’s sole opinion, make that Bid or Proposalconditional in nature,the Authority reserves the right to reject the Bid or Proposalin its entirety or that part of the Bid or Proposal whichcontains materialexceptions. NO BID RESPONSE:Vendors electing not to submit a Bid or Proposal in response to this solicitationshouldcomplete the attached “No Bid”Responseform. BID 0R PROPOSALS FIRM FOR ACCEPTANCE:Bidder or OITerorwarrants.by virtue of bidding,that its Bid or Proposal and the prices quoted in its Bid or Proposal will be ?rm for acceptance by the Authority for a period of ninety (90)days from the date of Bid or Proposal opening unless otherwise statedinthe solicitation. LATE BID 0R PROPOSAL &MODIFICATION OF BID OR PROPOSAL:Any Bid or Proposal modification received at the of?ce designated in the solicitationalter the exact time speci?ed for receipt ofthe Bid or Proposalor the modificatiOnisconsidereda late Bid or Proposal modi?cation and may not be considered. The Authority is not responsible‘l'ordelaysindelivery ofthe mailbythe US.PostalService,private carriers or the inter office mail system.It is the sole responsibilityof the Bidderor Ol‘fcrorto ensure its Bidor Proposalreachesthe ProcurementServicesOf?ce bythe designateddate and hour. a.The of?cial time usedin the receipt of Bid or Proposals is that time stamped by the automatic time stamp machine in the Procurement Services Of?ce.Date/time stamps marked after the designatedtime of receipt will be rejected. b.Late Bid or Proposalmodi?cationswillbe returnedto the Bidder or Ot'feror UNOPENED,if solicitation number,acceptance date,and Bidder/Olferor return address is shown on the container. c.if the Authority closed its of?ce due to inclement weather.the time for Bid or Proposals openingor receiptof Bidor Proposals will be extendedto the next businessday,same time. d.Vendors may modify their Bid or Proposals prior to the date and time speci?ed for the bid opening.Facsimile modi?cation of Bid or Proposals shall not be accepted unless the solicitationallowed submittalby facsimile. WITHDRAWAL OF BID OR PROPOSALS:A Bidder or Offeror for a contract may request withdrawalof his or her Bid/Proposalunder the following circumstances: a.Bid or Proposalsmay be withdrawn on written requests from the Biddersor Offerors received at the address shown in the solicitationprior to the time of acceptance. b.Requests for withdrawalof Bid or Proposalsalter opening of such Bid or Proposals but prior to award shall be transmitted to the Authority’s Procurement Services Division,in writing, accompaniedby full documentation supportingthe request.If the request is basedon a claim of error.documentationmust show the basis of error.Such documentationmay take the form of supplier quotations,vendor work sheets,etc.If bid bonds were tendered with the Bid/Proposalthe Authority may exercise its right of collection. c.Bid or Proposals shall not be withdrawn after award of a contract or issuance of a purchase order.No plea or claim of mistake in the solicitation or resulting contract or purchaseorder shall be available as a defense in any legal proceeding brought upon a contract or purchase order awarded to a Bidder/Offeroras a result of the breachor nonperfonnance of such contract or purchaseorder. 5| Agenda Item #8.A.10 Mar 2025 Page 29 of 141 1.8 1.9 1.9.1 1.10 ERROR 1NBID OR PROPOSALS:Whenan error is made in extendingtotal prices,the unit bid price will govern.Erasures in Bid or Proposals must be initialed by the Bidder or Offeror. Carelessness in quoting prices or in preparation of bid or otherwise,will not relive the Bidder or Offeror of its responsibilitiesto providethe goodor service.Biddersor Offerors are cautioned to rechecktheir Bid or Proposalfor possibleerrors.Errors discoveredafterpublicopening cannot be corrected and the Bidder or Offeror will be required to perform if his or her Bid or Proposal is accepted. IDENTIFICATION OF BID ENVELOPE:The signed Bid or Proposalenvelope and requested copies should be returned in a separate envelope or package,sealed and identi?ed with the following information: IFB No.and Title/Due Date Name of Bidder or Offeror Street City,State,Zip Code Attn:Procurement Services Please attach the label rovided Attachment C on the outside mailin acka e. If a Bidor Proposal is not addressed withthe informationas shown above,the Bidderor Oli‘eror takes the risk that the envelope may be inadvertently opened and the informationcompromised, which may cause the Bid or Proposal to be disquali?ed.Bid or Proposalsmay be hand delivered to the designated location inthe of?ce issuing the solicitation.No other correspondence or other proposalsshould be placedin theenvelope. PRICING a.Bidder or O?‘erorwarrants by virtue of biddingthat prices,terms and conditionsquoted in its Bid or Proposal will be ?rm for acceptance for a period of ninety (90)days from the date of Bid or Proposalopeningunlessotherwisestatedby the Authority or Bidderor Offeror. b.Prices should be stated in unitsof quantityas speci?ed in the Bid/Proposall‘onn. Life cycle cost analysis may be considered when determining the lowest responsive and responsible Bid or Proposal.This analysis may consider,in addition to purchase price,any proposed upward or downward escalatorclauses proposed for the initialcontract term and any potential renewal terms;operating and related costs over the life of the item including maintenance,down time,energy costs,salvage value,etc. (1.Bid or Proposal priccs shallbe for complete installationready for the Authority’s use and shall includeall applicable freight and,installationcharges;extra charges not allowed. e.When an annual contract is not requested by the Authority and the Bid or Proposal is for products or services to be delivered on a one-timeonly or staggered basis,only ?rm pricin gshallbegivenconsideration.General terms such as "price in effect at time of delivery"shall not be considered. 9 OPENING:At the time?xed Forthe openingofresponses to a Bidor Proposal,all Bid or Proposals will be opened and the names of the Biddersor Offerors and the amount shall be read aloudand madereadily available to the public.If a public openingof a Request for Proposal is held,only the names of the Biddersof Of‘ferorswill be read publicly. 5 Agenda Item #8.A.10 Mar 2025 Page 30 of 141 1.12 1.13 1.14 1.15 TIE BID OR PROPOSALS:A Drug Free Workplace Statement must be completed,signed,and returnedprior to awardof Bid or Proposal.This form will be used whenever two or more Bid or Proposalsthat are identicalwith respect to price,quality,delivery,and service are received;a Bid or Proposal received from a business that certi?es that it has implemented a drug-free workplace programshall be given preferencein the award process. TAX EXEMPTION:The Authority is exempt from Federal excise and State sales taxes.Tax exemption numberis {ES-801289768002 and is also stipulated on our Purchase Orders. N0 CONTACT POLICY:No Bidder or Offeror shall initiate or otherwisehave contact related to the solicitation(RFQ,IFB or RFP)with an Authority representative,of?cer or employee,other than withthe Procurement Services Division,afterthe date and time established for receiptof Bids or Proposals.Any contact initiated by a Bidder or Offeror with any Authority representative, of?cer or employee other than through the Procurement Services Division,concerning this solicitation is prohibited and may cause the disquali?cation of the Bidder or Offer-orfrom this [)I'OCurement pI‘OCBSS. LICENSES,PERMITS,AND FEES:All Bid or Proposals submittedshallhave includeda list of any business and professionallicenses.permits,or feesrequired by the Authority. PART II -DEF INITIONS/ORDER OF PRECEDENCE BIDDING DEFINITIONS:The Authority will use the following de?nitions in its these CONDITIONS AND INSTRUCTIONSTO BIDDERS OR OFFERORS and in its general conditions,special conditions,technical speci?cations,instructions to Bidders or Offerors, addenda,andany other document used in the bidding process: a.INVITATION FOR BID—(IFB)whenthe Authorityis requestingBids fromquali?ed Bidders .b.REQUESTFOR PROPOSAL —(RFP)when the Authority is requesting proposals from quali?ed Offerors. REQUESTFOR QUOTATION—-(RFQ)when the Authority is requesting quotes from quali?ed Bidders or O?‘erors. BID —a priceand terms quote receivedinresponse to an IFB. PROPOSAL «a proposalreceived in response to an RFP or RFQ. BIDDER ——person or ?rm submitting a Bid. OFFEROR ~person or ?rm submitting a Proposal. RESPONSIVE BIDDER a person whose bid conforms in all materialrespects to the terms and conditionsincludedin the lFB. i.RESPONSIBLE BIDDER —a personwho has the capabilityin all respects to perform in full the contract requirements,as statedin the IFB.and the integrity and reliability that willassure good faith performance. j.CONTRACTOR—a successful bidder or offeror who is awarded a purchase order,award contract,blanket purchase order agreement,or term contract to provide goods or services to the Authority. k.CONTRACT —a written agreement for the procurement or disposal of equipment,materials ,supplies,or servicesbut not for publicconstruction. 1.PUBLIC ENTITY CRIME and CONVICTED VENDOR LIST have the meanings set out i nSection287.133.Florida Statutes. PFearing 7| Agenda Item #8.A.10 Mar 2025 Page 31 of 141 l) I”v 2.2 351 3.3 3.4 4.1 SPECIAL CONDITIONS:Any and all Special Conditions contained in this IFB that may be in variance or con?ict with these General Conditions shall have precedence over these General Conditions,except as otherwiseprovided.Ifno changes or deletions to the GeneralConditions are made inthe Special Conditions,then the General Conditions shall prevail in their entirety. PART III -SPECIFICATIONS BRAND NAME OR EQUAL:When the technical speci?cations call for a brand name, manufacturer,make,model,or offerorcatalog numberwithacceptance of APPROVED EQUAL, it shall be forthe purposeof establishinga level ot‘quality and features desiredand acceptable to the Authority.In such cases,the Authority will be receptiveto any unit that would be considered by quali?ed Authority personnel as an approved equal.In that the speci?ed make and model represent a level of quality and features desired bythe Authority,the Bidder or Offeror must state clearly in its bid any exceptions from those speci?cations.It is the Bidder’s or Offeror's responsibilityto provideadequate information in its Bid or Proposal,to enable the Authorityto ensure thatthe Bid or Proposalmeets therequiredcriteria.Ifadequate information is not submitted with the Bid or Proposal,it may be rejected.The Authority will be the solejudge in determining if the itemBid or Proposalqualitiesas an approvedequal. FORMAL SPECIFICATIONS:When a solicitationcontains a speci?cation which states no substitutes,no deviationthere from will be permittedandthe Bidderor Offcror will berequiredto furnish articlesinconformity with that speci?cation. EQUIPMENTSTANDARDS:Any equipmentdeliveredshallbe standardnew equipment,latest model,the best quality,and the highestgrade work,except as otherwise speci?cally stated in the Bid or Proposal.Any part of nominal appurtenances which are usually provided in the manufacturer’s stockmodel shall be furnished. ANNUAL CONTRACT USAGE REQUIREMENTS:Whenever a Bid or Proposal is sought seeking a source of supply for an annual contract for products or services,the quantitiesor usage shownare estimates only.No guarantee or warranty is given or impliedby the Authority as to the total amount that may not be purchasedfromany resultingcontract.These quantitiesare for Bidder or Offerors information only and will be used for tabulationandpresentationof Bid or Proposals PART IV -BIDDING ANDAWARD PROCEDURES AWARD OR REJECTION OF BID OR PROPOSALS:The Authority reserves the right to accept or reject any or all Bid or Proposals and to waive minor irregularities or variations to speci?cationscontained in Bid or Proposals,and minorirregularitiesinthe bidding process.The Authority reserves the rightto awardthe contract on a split order basis;lump sum basis,individua litembasis,or such combination as shall best serve the interest of the Authority.The Authority reserves the right to make an award to the responsive and responsiblebidder whose product or service meet the terms,conditions.and speci?catiOns of the [PB and whose Bid or Proposal is consideredto best the Authority’s interest.ln determining the responsivenessof the offer and the responsibilityof the Bidderor Of‘t‘eror,the following shall be considered: a.the ability,capacityand skill of the Bidderor Off‘erorto perform as required b.whether the Bidderor Offerorcan perform promptly,or within the time Speci?ed,withou tdelayorinterference c.the character,integrity,reputation,judgment,experience andef?ciency of the bidder d.the qualityof past performanceby the Bidderor Offeror Agenda Item #8.A.10 Mar 2025 Page 32 of 141 4.2 4.3 4.4 4.5 9| 5'” the previous and existing compliance by the Bidderor Offeror with related laws,ordinances ,administrativerulesand ordersand resolutionsand requirementsof the Authority. the sufficiencyof the Bidder‘sor Olfcror‘s?nancial resources the availability,quality and adaptabilityof the Bidder's or Offeror’s supplies or servicesto the required use the ability of theBidderor Ofi‘erorto provide futuremaintenance,service or parts 1.the numberand scope of conditionsattachedto the Bid or Proposal. '.=r(are If the [F8 or RFQprovides for a contract trial period,the Authorityreserves the right,in the event the selected Bidderor Offerorsdoes not performsatisfactorily,to award for a trial period to the next rankedBidder or O?'eroror to award a contract to the next ranked Bidderor Offeror,if that Bidder or Otteror has successfully provided senrices to the Authority in the past.This procedure to continue until a Bidderor Offer-oris selected or the contract is re-bid,at the sole option of the Authority. QUALIFICATIONS0F BIDDERS 0R OFFERORS:TheAuthoritymaymakeSuchreasonabl einvestigationsasitdeemsproperandnecessarytodeterminetheabilityoftheBidderorOfferor to perform the work/fumishthe item(s)andthe Bidderor Offeror or shallfumish to the Authorityall such informationand data for this purpose as may be requested.The Authority reserves the right to inspect Biddcr’sor Offeror's physicalfacilities priorto award to satisfy questionsregarding the Bidder’sor Offerorcapabilities.The Authority further reserves the right to reject any Bid or Preposal if the evidence submitted by or investigations of such Bidder or Offeror is properly quali?ed to can-yout the obligations of the contract and to complete the workr'fumishthe item(s) contemplated herein. USEOF OTHER GOVERNMENTAL CONTRACTS:The Authorityreserves the rightto reject any part of all of any Bidor Proposalreceived and utilize other available governmentalcontracts. is such action is in its best interest. PUBLIC ENTITYCRIMES:"Aperson or a?iliatewho has been placedon the convictedvendor list following a convictionfor a publicentity crimemay not submita Bidor Proposalon a contract to provide any goodsor servicesto a public entity,may not submita Bidor Proposal on a contract with a publicentity for the construction or repair of a public buildingor public work,may not submitBid or Preposals on leasesof real property to a public entity,may not be awardedor perform works as a contractor,supplier,subcontractor,or consultantundera contract with any publicentity, and may not transact business with any public entity in excess of the thresholdamount provided in Section 287.017,for CATEGORY TWO for a period of 36 monthsfrom the date of being placed on the convicted vendor IisL" PUBLIC RECORDS:Florida law provides that municipalrecords shall at all times is Open for personal inspection by any person.Section ”9.0!,F.S.,the PublicRecordsLaw.Sealed Bidor Proposals receivedby the Authority inconnectionwith an lFB,RFPor RFQshall be deemed to be public recordssubjectto publicinspection upon award,recommendationforaward,or 10daysafter bid opening.whichever occurs ?rst.However,certain exemptions to the public records law are statutorily provided for in Section 119.07,PS.If the Bidder or Ol’feror believes any of the informationcontainedin itsresponse is exempt from the Public Records Law,and then the Bidder or Offeror must in his or her response speci?cally identify the material which is deemed to be exempt and cite the legal authority for the exemption,otherwise,the Authority will treat all materials received as non-exempt.The Authority’s determinationof whether an exemptionapplies shall be ?nal,and the Bidder or Offeror agrees to defend,indemnify and hold harmlessthe Authority and the Authority’s of?cers,employees and agents,against any loss or damages. l‘a gt: Agenda Item #8.A.10 Mar 2025 Page 33 of 141 Page 4.6 5.2 5.3 5.4 II] includingbut not limited to attorneys’fees,incurred by any person or entity as a result of the Authority’s treatment of records as public records. PROHIBITION OF INTEREST:No member,of?cer,agent,or employee of the Authority,either forhimselfor as agent foranyone elseor as a stockholderor owner inany other legalentity,shall participate in or bene?t directly or indirectly from any sale.purchase,lease,contract or other transactionentered intobythe Authority.No contract willbe awardedto a bidding?rm inviolation of the foregoing provision or in violation of Part III of Chapter 112,FloridaStatutes.Any ?rm in whichany member of the Board of Supervisorsof the Authorityor any of?cer or employee of the Authorityor such individual's spouse or child is an of?cer,partner,director or proprietor or in whichany such individualor any combinationof them has a materialinterestas de?ned in Part II! of Chapter l 12,FloridaStatutes,must disclosesuch interest andmust fully comply with state law, includingthe Authority’s governing act and PartIII of Chapter 163,FloridaStatutes and may be precludedfrom obtaining an award.Bidders or Offerors must disclose any such af?liation or material interest.Failureto disclose any such affiliation or materialinterest will result in disquali?cation of theBidderor Offcror and removal of theBidderor Offerorfrom the Authority’s Bidder’sor Offcror'slist andprohibitionfrom engaging in any businesswith the Authority. PART V —BONDS AND INSURANCE PERFORMANCE BOND/IRRECOVABLE LETTER OF CREDIT:If a performancebondor irrevocableletter of creditis required in the Special Conditions,the Contractor shall within??een (15)working days a?er noti?cation of award,furnish to the Authority 3 performancebond or an unconditionalirrevocableletter of credit payableto the Toho Water Authority,Floridain the face amount specifiedin the SpecialConditions as surety for faithfulperformanceunder the terms and conditionsof thecontract.if the bondis on an annualcoverage basis,renewalfor eachsucceeding year shall besubmittedto theAuthority thirty (30‘)days prior to the terminationdateof the existing performancebond.The performance bond must be executed by a surety company of recognized standing,authorized to do businessinthe State of Floridaand having a resident agent.If a letter of credit is chosen,it must be in a form acceptable to the Authority,drawn on a local bank acceptableto the Authorityand issuedinfavor ofthe Authority.Ifthe Bidderor O?'eror wishesto use a non—localbank.he must have prior Authorityapproval of the requirementsto draw against the letter of credit. BID SURETY:If Special Conditions require a bid security,it shall be submitted in the amount stated.A bid security can be in the form of a bid bond,postal money order,cashier’s check,or irrevocableletter of credit.Bidsecurity will bereturnedto the unsuccessfulBiddersor Offerorsas soon as practicableafteropening ofBidor Proposals.Bidsecuritywillbe returnedto the successful Bidder or Offeroralter acceptance of the performance bond or irrevocable letter of credit,if required;acceptance of insurancecoverage,if required;and full executionof contract documents ,if required;or conditionsas stated in the Special Conditions. LETTERS 0F CREDIT:Generally,the Authority willrequirethat the bank be ratedA or better bya major rating agency.Ifthe rating of the bank is downgraded belowinvestment gradeor if due to other circumstances,the Authority has concerns about the credit worthinessof an issuing bank, the Bidderor O?'eror may berequired to replace the letter of credit witha letter of credit issuedby .a different bank acceptable to the Authority or with a performance bond or,in the case of Bid Security with a letter of credit issued by a differentbank acceptable to the Authority or witha bid bond,postal money order,cashier's check. INSURANCE:lfthe Contractoris required to go on the Authority property to perform work or servicesas a result of lFBaward,the Contractor shall assume full reSponsibilityand expense to Agenda Item #8.A.10 Mar 2025 Page 34 of 141 6.1 6.2 6.3 6.4 6.5 6.6 I] obtainall necessary insuranceas required by the Authority or speci?edin the Special Conditions. The Contractor shall provide to the Authority original certificates and coverage and receive noti?cationof approval»of thosecerti?cates by theAuthority’s Risk Manager prior to engaging in any activities under this contract,The Contractor’s insurance is subject to the approval of the Authority’s Risk Manager.Thecerti?cates must list the Authority as ADDITIONAL INSURED and shall have no less than thirty (30)days written notice of cancellationor material change. Further modi?cation of the insurance requirements may be made at the sole discretion the Authority’s Risk Manager if circumstanceschange or adequate protectionof the Authority is not presented. PART VI -PURCHASE ORDER AND CONTRACT TERMS CONFIDENTIALITYANDOWNERSHIP OF DATA:Any reports.information,intellectual property,data,drawings,speci?cation estimatesandsummariesgiven to or preparedor assembled by the Contractor under the Scope of Work of the contract.shall not be made available to any individualor organization bythe Contractor withoutprior written approval of the Authority.All of theseitemsshall becomethe property of the Authority upon payment of fees as requiredby the contract. OBLIGATIONS OF THE AUTHORITY AND CONTRACTOR:Authority:The Authority shall ?lmish to the Contractor all available information as listed in the solicitationthat may be usefulfor the contract work.TheAuthority shallassist the Contractor in obtaining access to enter upon public and private property as required to perform the contract work.The Authority shall designate a representative who shall serve as the principal contact and give directionto the Contractor throughout the duration of the contract.Contractor:The Contractor represents that he has.or shall secure at hisexpense,all personnel,includingsubcontractorsrequiredto perform and completethe Scope of Work. PAYMENT TERMS:Unless otherwiseprovidedin the solicitation payment will be madethirty (30)days a?er receipt of a proper invoicewithcomplete supporting documentation,or thirty (30) days after receipt of all goods or acceptance of work,whichever is the latter. SAFETY STANDARDS:All manufactureditems and fabricatedassemblies shall comply with applicable requirements of the Occupational Safetyand HealthAct of 1970as amended.and be in compliance withChapter 442,Florida Statutes.Any toxic substance listed in Section38F-41.03of the Florida Administrative Code delivered as a result of this order must be accompanied by a completed MaterialSafety Data Sheet (MSDS). OTHER GOVERNMENTAL ENTITIES:If the Bidder or Offeror is awarded a contract.as a result of this RFP,lFB or RFQhe or she will,if has suf?cient capacity or quantities available, provide to other governmental agencies so requesting,the products or services awarded in accordancewith the terms and conditions of the RFP,lFB or RFQand resultingcontract.Prices shall be F.O.B.delivered to the requesting agency. VERBAL INSTRUCTIONS PROCEDURE:No negotiations,decisions,or actions shall be initiatedor executedby the Contractor as a result of any discussionswith any Authorityemployee. Only these communicationswhich are in writing froman authorizedAuthority representative may be considered.Only written communicationsfrom Contractors,which are assigned by a person designated as authorized to bind the Contractor.will be recognized by the Authority as duly authorizedexpressions on behalf of Contractors. Agenda Item #8.A.10 Mar 2025 Page 35 of 141 ag 6.7 6.8 6.9 6.10 6.1} 6.12 :2] INDEPENDENTCONTRACTOR:The Contractor is an independent contractor under this Agreement.Personai serviccsprovided by the Bidder or Offeror shall “beemployees of the Contractorand subjectto supervision by the Contractor,and not as of?cers,employees,or agents of theAuthority.Personalpolicies,tax responsibilities,socialsecurity,health insurance,employee bene?ts,purchasingpoliciesunless otherwisestated in thisFE and other similar administrativ eproceduresapplicabletoservicesrenderedunderthiscontractshallbethoseoftheContractor. INDEMNITY/HOLD HARMLESS AGREEMENT:The Contractor agrees to protect,defend, indemnify,andholdharmlesstheAuthorityandits of?cers,employeesand agents from andagainst any and all losses.penalties,damages,settlements,claims,costs,charges for other expenses, litigation,whetherin court or before.an administrativebody,or liabilitiesof every and any kind includingattorney fees,in connectionwidror arising directlyor indirectlyout of the workagreed to or performed by Contractor under the terms of any agreement that may arise due to the bidding process.Withoutlimitingthe foregoing,any and all suchclaims,suits,or other actionsrelatingto personalinjury,death,damageto property,defects in materialsor workmanship,actual or alleged violationsof any applicableStatute,ordinance,administrativeorder,rule or regulatioa,or decree of any court shall be includedin the indemnityhereunder. TERMINATTON FOR CAUSE:if,through any cause,the Contractor shall fail to ful?ll in a timelyand proper manner its obligations under this Agreement,or if the Contractor shall violate any of the provisiOnsof this Agreement,the Authoritymay upon written noticeto the Contractor terminatethe rightof the Contractor to proceed under this Agreement,or with such part or parts of the Agreement as to which there has been default,and may hold the Contractor liable for any damagescaused to the Authorityby reason of such default and termination.In the event of such termination,any completedservicesperformedbythe Contractor underthisAgreement shallat the option of the Authoritybecome the Authority’s property and the Contractor shall be entitledto receiveequitablecompensation forany workcompletedto the satisfaction of the Authority,not to exceedan amount equal to percentage of the contract price representing the percentage of the work completed satisfactorily.The Contractor,however,shail not be relievedoi‘liabilityto the Authority fordamagessustainedby the Authoritybyreasonof any breachofthe Agreement bythe Contractor and the Authority may withholdany payments to the Contractorforthe purposeof setot‘funtilsuch time as the amount of damages due to the Authorityfrom the Contractor can be determined. TERMINATION FOR CONVENIENCE:The Authorityreserves the right,in its best interestas determinedby the Authority,to cancel contract by giving written notice to the Contractor thirty (30)days prior to the effective date of such cancellation. CANCELLATION FOR UNAPPROPRIATED FUNDS:The obligation of the Authority for payment to a Contractor is limitedto the availabilityof fundsappropriatedina current ?scal period and continuationof the contract into subsequent ?scal period is subject to appropriationof funds, unlessotherwiseauthorizedby law. RECORDS/AUDIT:The Contractor shall maintainduring the term of the contract all booksof account,reports and records in accordance with generally accepted accounting practices and standardsfor recordsdirectly related to thiscontract.The form of all recordsand reports shall be subjectto the approvalof the Authority’s Auditors.The Contractoragrees to make availableto the Authority’s Auditors during normal business hours all books of account,reports,and records relating to this contract for the duration,or“the contract and retain them for a minimum period of one (l)year beyond the last day of the contract term. Agenda Item #8.A.10 Mar 2025 Page 36 of 141 6.13 6.14 6.15 6.16 6.17 6.18 6.19 7.1 7.2 13: LAWS/ORDINANCES:The Contractor shallobserve and comply with all Federal,state,local andmunicipallaws,ordinancesrules and regulationsas well as all resolutionsor directivesof the Authority thatwouldapplyto this contract. NON DISCRIMINATION:There shall be no discriminationas to race,sex,color,creed,age or national origininthe operationsconductedunderthiscontract. ELIGIBILITY:If applicable.the Contractor must ?rst register withthe Department of State of the State of Florida in accordancewith Florida Statutes,prior to entering into a contract with the Authority. COPYRIGHTS OR PATENT RIGHTS:The Bidder or Offeror certi?es by submission of BidfProposal that there has been no violation of copyrights or patent rights in manufacturing, producing,or sellingthe productor services shippedor orderedas a resultof this Bid or Proposal. The successful Bidder or Offeror shall,at its own expense defend any and all actions or suits charging such infringement and will save the Authority,its of?cers,employees,and agents hamless fromany and all liability,loss,or expense occasionedby any such violation. INVOICES:Invoices for items ordered,delivered and accepted shall be submittedby the Contractordirectly to thepayment addressshown on the purchase order/contract.Allinvoicesshall show the lFB/RFP numberandor purchaseorder number. DEFAULT:In case of failure to delivergoods or services in accordancewith the contract terms and conditions,the Authority after due oral and written notice,may procure them from other sources and hold the Contractor responsible for any resulting additional purchase and administrativecosts. DELIVERY:In the appropriate space,the Bidder or Ot‘l'erorshall state the time of proposed delivery or projectcompletion in number of calendar days.Unlessotherwisespeci?ed,calendar days shallbe presumed.Unless otherwisespeci?ed,quote the earliestdelivery possibleas this may be considered a factor in making award.Delivery expressed in calendar days may be given preferenceover suchgeneral terms as "stock immediately"and “as soon as possible."As time will be of the essence for any orders placedas a result of this bid,the Authority reserves the right to cancel such orders or any part thereof,without obligation if delivery is not made at the time(s) speci?edon the bid form. PART VII -DELIVERY PROVISION SHIPPING INSTRUCTIONS-CONSIGNMENT:Unless otherwisespecified in the solicitatio nofeachcase,crate,barrel,package,etc.,delivered under the contract must be plainlystenciled or seeurely tagged,stating the Contractor’s name,purchase order number,and delivery address as indicatedin the order.Whereshippingcontainers are to be used,eachcontainer must be marked with the purchaseorder number,name of Contractor,the name of the item,the item number.and the quantity containedtherein.Deliveriesmust be made within the hours of8:00 a.m.—5:00 pm. Deliveriesat any othertime willnot be accepted unless Speci?c arrangements have been previousl ymadewithdesignatedindividualatthedeliverypoint.No deliverieswill be accepted on Saturdays, Sundays and holidays unless previous arrangements have been made.Itshall be the responsibility of the Contractor to insurecompliance with these instructionsfor items that are drop shipped. RESPONSIBILITY FOR SUPPLIES TENDERED:TheContractor shall beresponsiblefor loss or damage to materials or suppliescovered by the contract untilthey are deliveredat the designate dpoint,a physicalinspection is made by the Authority and the materialor supplies are accepted by Pu Agenda Item #8.A.10 Mar 2025 Page 37 of 141 P G 7.3 7.4 7.5 7.6 7.7 the Authority.The Contractor shall bear all risk of toss or damage to rejected materialsor supplies and for all materials and supplies prior to acceptance by the Authority.Rejectedmaterials or supplies must be removed by and at the expense of the Contractor promptly afternoti?cation of rejection,unless public health andsafety require immediate destruction or other disposal ot‘rejected delivery.if rejectedmaterialsare not removed bythe Contractorwithinten (10)days afterdate of noti?cation,the Authority may return the rejectedmaterials or Suppliesto the Contractor at his or her riskand expense or dispose of them as its own property. TESTING AND INSPECTION:The Authority reserves the right to conduct any test/inspection it may deem advisable to assure that of supplies and services conform to the specifications. Inspectionandacceptance of materialsor supplieswillbemade after delivery at destinationsherein speci?ed unless otherwise stated.If inspection is made after delivery at destination herein speci?ed,the Authority will bear the expense of inspection except forthe value of samples used in case ofrejection.Finalinspectionshallconclusiveexcept in regard to latent defects,fraud or such gross mistakesas to amount to fraud.Final insoectionandacceptance or rejectionof the materials or supplies will be made as promptlyas practicable,but failure to inspect and accept or reject materials or supplies shall not imposeliability on the Authority for such materialsor supplies as are not in accordancewiththe speci?cations. COMPLIANCE:Delivery must be made as orderedand in accordancewith the solicitationor as directed by the Procurement Services Of?ce when not in con?ict with the bid/contract.The decisionthe Authority as to reasonable compliancewith delivery terms shall be ?nal.Burden of proofof delay in receipt of goods by the purchaser shall rest with the Contractor.Any request for extensionof time of delivery from that speci?ed must be approvedby the ProcurementServices Of?ce.such extension applying only to the particular item or shipment affected.Should the Contractor be delayedby the Authority,there shallbeaddedto thetime of completiona timeequal to the period of suchdelay caused by the Authority.However,the Contractor shall not be entitled to claimdamagesof extra compensationfor such delay or suspension. POINT OF DESTINATION:All materials shipped to the Authority must be shipped F.O.B. DESTINATION unless otherwise stated in the contract.The materialsmust be deliveredto the "Ship To"address indicatedon the purchase order. REPLACEMENT:Materialsor components that have been rejected by the Procurement Services Of?ce.in aeoordancewiththe terms of the contract,shall be replaced by the Contractor at no cost to the Authority. PACKAGING SLIPS 0R DELIVERY TICKETS:All shipments shall be accompanied by packingslips or delivery ticketsand shall containthe following information foreach itemdelivered : a.purchaseorder number/contractnumber b.name of articleand stock number c.quantity ordered d.quantityshipped e.quantity back ordered f.the name of the Contractor Contractors are cautionedthat failure to complywiththese conditionsshall be considered suf?cient reason for refusal to accept the goods. Agenda Item #8.A.10 Mar 2025 Page 38 of 141 7.8 8.1 8.2 8.3 8.4 8.5 SAMPLES:Evidencein the formof samples may be requestedif brandbeing quotedupon is other than as speci?ed.The Authorityreservesthe right to request that such samples be ?rmished at the time of bid opening.The Authorityalsoreserves the rightto request samples a?er the date of bid opening.Requested samples must be furnished free of expense to the Authority and if not used in testingor destroyed,will,upon request,be returnedat the Bidder’s or Offeror's expense. PART VII]-BlDD‘ER/OFFEROR/CONTRACTORREMEDIES PROTEST OF AWARD OR DECISION TO AWARD/EXHAUSTlON OF ADMINISTRATIVE PROCEEDING:Any protest must be madewithin three (3)days following posting of the bid/proposal award.Protest procedures are available from the Authority Procurement Services Department.Notice of decision or intended decision concerning a Bid or Proposal solicitation or award will be given by posting the Bid or Proposal tabulation or recommendedaward at the location where the Bid or Proposalswere opened.The Bidder or Offer-ormust exhaust this administrativeproceeding beforebringing suit.Failureto ?le a protest within the time prescribedherein and to exhaustthe remedy providedby the Authorityfor suchbid protest shallconstitute a waiver of the rightto bring suit. DISPUTES:In the case of any doubt or differences of opinion as to the items to be furnishe dhereunder,the decisionof the Authority’s Procarement Agent shall be ?nal and binding on both parties. N0 CONSEQUENTIALDAMAGES:Consequential damages shall not be available to a Contractor for breach of contract by the Authority. N0 DAMAGES REMEDY T0 OFFEROR 0R BIDDER:An Offeror or Bidder who is unsuccessfulshall not have a damages remedy as a result of the rejection of the Bid or Offer but shallbelimitedto the administrativeremediesprovided by the Authority and,after exhaustingsuch remedies,the further remedy of declaratory relief or,in a proper case,injunction.Venue shall in allcases be in OsceolaCounty,Florida. PERSONAL PRONOUNS AND TERMINOLOGY.The personal pronouns,are used interchangeablyregardlessofsex and regardlessofthe legalstatus or identiwoftheentity or person to whichthe terms apply. OF SECTlONl g615 Agenda Item #8.A.10 Mar 2025 Page 39 of 141 2.0 2.1 2.2 2.3 2.4 2.5 2.6 [6! SECTION 2 INSTRUCTIONS TO BIDDER INSTRUCTIONS TO BIDDER PURPOSE The purpose of these speci?cationsis to select a Contractor to provide in?ow abatement servicesfor Toho Water Authority. PARTIES DEFINED A.The term “Authority”used in the bid documentsrefers to Toho Water Authority. The term “Contractor"refers to the personor ?rm to whoman award is made to perform the work underthis contract. 8.The term “Contractor”refers to the person or ?rm to whom an award is made to perform the work under this centract. C.The term “Successful Bidder"refers to the lowest,quali?ed,responsive and responsible Contractor to whom the Authority makes an award. PRE~BID CONFERENCE AND PRE-CONSTRUCTION MEETING Therewill be no pre-bidconference for this solicitation. CLARIF‘ICATION OF REQUIREMENTS Questionsregarding clari?cation or interpretation of this solicitationshall be addressed in writin via email no later than FRIDAY MARCH 20 2020 at 5:00 .m.to the Procuremen tServicesDepartmentatrocurementohowater.com.Phone calls will not be acce ted.However, unless modi?ed by a written addendum issued by the Procurement Services department,the speci?cations and conditionscontained herein stand as stated.Verbal communications are neither authoritativenor binding.Any verbal interpretation in con?ict with these speci?cations as written should immediately be directed in writing to the Procurement Services department.Any interpretationprovided to any vendor in responseto inquiriesregardingthis solicitationwhich may affectthe outcome of this bidwill be furnishedinwriting via addendumto all vendorson DemandStar at www.demandstar.comand on VendorLinkat wwwm endorlink.com. EXAMINATION 0F BID DOCUMENTS It is the responsibilityof each Bidderbefore submitting a bid: a To examine thereughly the Bid Documents 0 To study and care?tlly correlate the Bidder‘s knowledge and observations of the Bid Documents and such other relateddata 0 To promptlynotify the Authorityof all con?icts,errors,ambiguitiesor discrepancies which the Bidderhas discovered in or betweenthe Bid Documents andsuch other relateddocument sorconditions. BID OPENING AND INSTRUCTIONS FOR SUBMITTINGBID A.The deadlinefor submitting bids and the location for opening bids is shown on the cover sheet.Bids will be opened publicly and read aloud immediately following the deadline for submitting bids.No bid shall be considered if it arrives after the scheduleddue date and time.No exce tions will be made. Pas: Agenda Item #8.A.10 Mar 2025 Page 40 of 141 2.7 2.8 2.9 17' B.EachBiddershall submit one (l)original and one (1)copy of the bidsubmittal.Thesubmittal shallalso includea CD or memory stickcontainingthe entire bid formatted to be ready with Microsoftsoftware or Adobe PDF software. C.Allbids must be submittedina sealed package(s)anddate andtime stamped byan Authority representativeon or priorto the due date andtime speci?ed on the front page.No other form of submissionwillbeaccepted(i.e.,E—mail,Facsimile,etc.).Bidpackagesmust beidenti?ed on the outsideas follows: Solicitation No.and Title/Due Date Name of Bidder Street City,State,Zip Code Attn:Procurement Services Please use th form rovided AttachmentG on the outside mailin acka e. D.Bids will be available for inspection during normal business hours in the Procurement Services Department within 30 days of the closing date,by appointment (Florida Statute 119.07l(l)(b)). E.A copy of the completed bid tabulation will be available on DemandStar at and on VendorLink at www.m vendorlinkcomwithin thirty (30) daysafterbid opening. SIGNATURE The Bidder shall sign the bid in the proper section with a manual signature of an authorized representative,and shall enter his title and date of the bid.Failure to properly sign the bid shall invalidatethe bid and it shall not be consideredfor award.No erasures are permitted.if a correction is necessary,draw a single line through the entered ?gure and enter the corrected?gure above it. Correctionsmust be initialedby the person signing the bid prior to submittalof thebid. IRREVOCABLE OFFER Any bid may be withdrawn up until the date andtime set above for openingof the bid.Any hid not so withdrawnshall,upon opening,constitutean in-evocableoffer for a period of ninety (90)days to sell the Authority the goodsor servicesset forth in the attachedspeci?cation untilone (I )or more of the bids have been duly accepted by the Authority. RESERVED RIGHTS The Authorityreserves the right to accept or reject any andfor all bids,or any part thereofand/or to waive irregularitiesand technicalities.Also,the Authority reserves the right to accept all or any part of the bid and to increaseor decrease quantitiesto meet additionalor reduced requirementsof the Authority.Any solc response received by the ?rst submission date may or may not be rejected by the Authoritydepending on availablecompetition andtimely needs of the Authority.For each item or forall itemscombined,the bidof the lowest responsive,responsible bidderwill be accepted,unless all bids are rejected. To beresponsive,a bidder shallsubmit a bidthatconformsinall materialrespects to the requirements set forth inthe bid. To be a responsible,a bidder shall have the capabilityin all respects to perform fully the contract requirements,and the tenacity,perseverance,experience,integrity,reliability,capacity.facilities, Page wwwdemandslamom Agenda Item #8.A.10 Mar 2025 Page 41 of 141 Page equipment,and credit which will assure good faith performance.Also,the Authority reserves the rightto make such investigationas it deemsnecessary to makethis determination.Such information may include but shall not be limitedto:current ?nancial statements;veri?cation of availability of equipment and personnel,and past performance records. 2.10CODE OF ETHICS 2.11 2.12 2.13 2.13 2.14 With respect to this bid,if any bidder violatesor is a party to a violationof the Codeof Ethics of the Authorityper the Authority’sprocurement regulationsand]or the State ofFloridaper Florida Statutes, Chapter 12,Part ill,Code of Ethics for Public Officers and Employees,such bidder may be disquali?ed from furnishing the goods or servicesfor whichthe bid is submittedand shall be further disqualified from submittingany future bids for goods or servicesfor the Authority. SHAM 0R COLLUSIVE BIDS The bidsof any bidderor bidders whoengage in collusive bidding shall be rejected.Any bidder who submits more than one bid in such a manner as to make it appear that the bids submittedare on a competitive basis from different partiesshall be considereda collusivebidder. AWARD Award will be made to the lowest responsiveand responsiblebidderwithinninety (90)days a?er the bid opening.Unless canceled or rejected,a responsivebid from the lowest responsible bidder shall be accepted as submitted.The Authorityreserves the right to make an award in whole or in part at its discretion. RE-AWARD If for some reason the awardedvendor cannot ful?ll the bid requirements.a letterof cancellationwill be sent and that vendor willbe removed from the bid.The Authority will then either contact the next vendorin line to see if theyare stillinterested in an awardof the bidto replacethe cancelledvendor. The Authority reserves the right to re-bid. NOTICE OF AWARD Noticeof awardwillalso be posted on DemandStar at BID FORM See Submittal Requirements for complete details.No bid will be considered unlessit is submitted upon the Bid Form supplied for this project.The blank spaces in the Bid Form shall be ?lled in correctly and completelyfor each and every item for which a description is given.All names must be typed or printedon or belowthe signature. Where prices are requested,the Biddermust state the price(s)for whichhe proposes to do each part ofthe workcontemplated,and thetotal amount forallparts includedin my or allof the combinations of the work.The Bid Form must be completedandsigned by an agent who is fully authorizedto bind the individualsubmittingthe offer to sell.to the terms,conditions.and specificationscontainedherein as well as any addenda to this solicitation. 2.15 CONTRACT TERM/RENEWAL The initial contract period shall be for three (3)years to commence upon the issuance of purchase order or execution of the agreement.The contract may be renewed subject to written notice of www.demandstar.comand on VendorLink at wwwm vendorlink.com Agenda Item #8.A.10 Mar 2025 Page 42 of 141 Pa S c 2.16 2.17 2.18 2.19 agreement for one (1)additionaltwo (2)year period beyondthe primarycontract period.Unit prices bidshallbe held ?rm for the initial term and the two (2)year renewal period. ADDENDA TO THE SOLICITATION A.The Authority reserves the right to amend this solicitation at any time prior to the deadline for submitting Bids or Proposals.lf itbecomesnecessary to reviseany part ofthissolicitation,notice of the revision will be posted on DemandStar at 'if,in the opinion of the ProcurementServices Agent,the deadline for theSubmissionof proposalsdoesnot providesuf?cient time for considerationof any Addendum, then such deadlinemay be extendedat the discretion of the Authority. B.It shall be the responsibilityof each Bidderto contact the Procurement Services contact identi?ed on the cover page to this solicitationpriorto submission of a bid or proposalhereunderin order to determine whether any addenda have been issued in connection with this procurement. Notwithstandingany provisionto the contrary,the failure of any Bidderto receive any addenda shall neither constitute groundsfor withdrawalof its proposalnor relieve such BidderfrOmany responsibilityforincorporatingthe provisionsof any addendain its proposal. RECIEP’I‘0F ADDENDA Receipt of any addendaissued shall be acknowledgedon the addendaand returned with Bid.Failure to acknowledge your receipt 01'any addenda may result in your bid being considered non- responsive. LATE BIDS Bids or unsolicited amendments to bids arriving alter the closing date and time shall not be considered.Bids received after the bid submissiondeadline shall be returnedto the Bidderunopened providingthat su?icient bid identi?cation information is shown on the outside of the bidenvelope. BID PRICES In the event there is a discrepancy between the unit prices and the extendedtotals,the unit prices shall govern.In the event there is a discrepancy between the prices written in words and written in ?gures,thepriceswritten inwords shall govern.In case of error in the Bidder’sextendedsummation, the computedtotal ofthe Authorityshall govern.The totalamount ofthe summationof Bidextension shall he the basisof awarding the contract to the lowest responsible Bidder. Shouldthe lowest responsible bid exceed the funds budgeted for the project,the Authorityreserves the right to negotiate with the lowest responsive and responsible Bidder in the best interest of the Authority. 2.20 CONTRACTUAL AGREEMENT An agreement will be requiredfor this service and must be signed bythe Bidderprior to execution by the Authority,whereupon the bidderbecomesthe Contractor upon approval. 2.21 DISCLOSURE OF BID CONTENT All material submitted becomes the property of the Authority and may be returned only at the Authority's Option.The Authority has the right to use any or all ideaspresented in any replyto this Bid.Selection or rejection of any Bid does not affect this right. 19 www.demandstar.com and on VendorLink at Agenda Item #8.A.10 Mar 2025 Page 43 of 141 The Authorityis governed by the Public Record Law,Chapter H9,Florida Statutes.Only trade secrets as de?ned in Section 812.08](l)(c),Florida Statutes or ?nancial statements required by the Authorityas de?ned in l 19.071(1)(c),FloridaStatutes(hereinafter “Con?dential Materials”),may be exempt from disclosure.If a respondent submits Con?dential Materials,the information must be segregated,accompaniedby an executedNon-Disclosure Agreement for Con?dential Materials and each pertinentpage must be clearly labeled“con?dential”or “trade”secret.The Authority will not disclosesuch Con?dential Materials,subject to the conditionsdetailedwithinthe Agreement,whic hisattachedtothissolicitation.When such segregated and labeled materialsare received with an executedAgreement,the Authorityshall execute the Agreement and send the respondenta “Receipt for Trade Secret Information.” 2.22 ASSIGNMENT ThesuccessfulBidderwill not be permittedto assign its contract withthe Authority,or to Subcontractany of the work requirementsto be perfon’ned,without obtainingpriorwritten approval fromthe Autho?ty. 2.23 REFERENCES Each Bidder must submit with its Bid,five (5)references (See Attachment C,Reference Form). References shallbeof similar scope of operationsas the Authorityto whom the Bidder has supplied thesame serviceswithinthe past three (3)years.Referencesmust beable to attest without reservationto the factthat the Bidder provided thecontractedgoods/services withouta signi?cant problemof any kind,and at any time during the contract period.Failure to provide this information may because for rejection of‘the Bid. END OF SECTION 2 20 Agenda Item #8.A.10 Mar 2025 Page 44 of 141 SECTION 3 3.0 SCOPE OF SERVICES AND TECHNICAL REQUIREMENTS 3.]INTRODUCTION AND INTENT The purposeof these speci?cations is to select a Contractor to providein?ow abatement servicesfor Toho Water Authority. 3.2 RESPONSIBILITIES OF CONTRACTOR Thefollowingtasks shall be performedby the Contractor withinwastewater pumpingstationcoliectionbasins designated bythe Authority. A.lNSPECT‘lNGMANHOLES Inspect manhoiesfordamage,leakageor other operatingor structural problems.This inspection should include documentationof adverse conditions (including a photograph)and GPS locatiOn.All data should be correlatedto the manholeasset number provided by the Authority. It is not intendedthat manhole inspectionsmeet the standards of NASSCO’s MACP,but they must provide adequate information to indicate the need for followup owner investigationand potentialaction.At a minimum,manhoieinSpectionsshallincludethe followingdata attributes: Owner proVidedunique identi?er Date of inspection GPS XY coordinates Closest street address Ring&Cover material Chimney material Manhole type (“brick"or “pro—cast") Manholelined?(“yes”or “no” Liner Type (“none",“cementitious”,“epmry”,“other“) Steps (“yes”or “no" Downstream PipeMaterial(NASSCO material codes) Pipe Size Outgoing PipeSize incoming Manhole Depth(fractional feet) Frame Diameter(inches) Cover Diameter(inches) Ring&Caver Condition ManholeWall Condition Step Condition lnvert Condition Roots Present CorrosionPresent Genera]Condition Comments Flows to ManholeID Inspectionresults shail be provided by wastewater lift station basinand organized in a spreadsheetor database table.Resuitsshall be provided electronically. 21]Page Agenda Item #8.A.10 Mar 2025 Page 45 of 141 22w .SEALING MANHOLES CHlMNEYS The work covered under this section includes,but is not limitedto all labor,equipment,materials, supervisionandany otherefforts requiredto seal the manhole chimney as outlined herein.The intentof the chimney seal is to prevent in?ow fromthe area beneaththe rimof the manhole,but above the cone.The chimney includesthe ring,cement extensions,li?rings.brick or cement usedto raise the manhole ring. The chimney seal shallbe installedusing ElastaScal®internal manhole sealingsystem or equivalent as approvedby the Engineer(approval will be based on parameters below and installedexperience in the southeastern UnitedStates)that speci?es a primermaterialto stickto theconcrete,and a ?exible seal.The seal is to be of an aramid ?ber reinforced ?exible,but resistant materialto account for surfaceloading changes that create most chimneydamage.The sealingmaterials shall have the following parameters: Primercoat: -Speci?c gravity>1.0 ->90 %solidsas measured by ASTM D2369 °Elongation650 +/-50 as measuredby ASTM D412 -Adhesivestrength>700 psi on steelor concrete as measuredby Eclometer109 -Tensile strength=3200 +/—50 psias measuredbyASTM D412 Tear resistance=325 +/~10 psi as measuredby ASTM D624 Non?ammable as measuredby ASTM D-93 in a Pensky-Martcns closed cup Temperature Range -65 to 200 F Minimal water absorptioncapacity (<0.5%) I I b I Top Coat: Speci?c grayity >1.0 >99 %solids as measured by ASTM D2369 As applied.solids greater than 70% UltimateElongationequalto or greater than 850%+/-50 as measured by ASTM D412 Elongationas applied equal to or greater than 325%+/-10as measured by ASTM D412 Adhesivestrength>700 psi on steel or concrete as measured by Eclometer 109 Tensile strength=2300 +/-50 psi as measuredby ASTM D412 Tear resistance=345 +/—10psi as measuredby ASTM D624 Non?ammable as measuredby ASTM D-93 in a Penalty-Martens closedcup Temperature Range .65 to 200 F Kevlar®?ber (Aramid Fiber Reinforcer) Minimalwater absorption capacity (<0.5%) -Shore A Hardnessequal to 75 +1—5 as measuredby ASTM 2240 O O Q I O I I 0'0 Neither materialshallcontain VOCs.The ?nal sealingsystem shall remain ?exible with timeto account for surfaCeloadingvariations. KevlarTMis a registeredTrademarkof E1.DuPont Corporation Sealcoat shallbe resistant to damage after 14 days of immersionin: -Salt 0 Gasoline -Hydrogen sul?de -Antifreeze -Low pH age Agenda Item #8.A.10 Mar 2025 Page 46 of 141 Primerandtap coat shall have,as a minimum,a ?ve (5)year warranty.This warranty shall dictate that any repairswithin the warranty periodshall includethe labor and materialsnecessary to repair or recoat the manholechimney. installation -Allloose mortar,concrete brick or other materialsshall be removed by the Contractor as they wouldinterfere with sea]performanceand adhesion. -Highpressure sandblastchimney andring to create a dry,clean surface.Surface shall be clean fromdust and moisture. -MasticPrimer coat shall be appliedto cleanchimney material andapplied in accordance with manufacturerinstructions.Coating shall cure for a minimumof 30 minutes or as speci?ed by themanufacturerpriorto applicationof lining Lining material shallbe appliedon top of primer in accordancewithmanufacturer instructions. The primerandlining shallhave a ?nished,dry thicknessgreater than 120 mils. Themanholeshall be opened onceto installprimer and liner to minimizedisruptionsto traf?c. NOTE:Concrete must be at least 28 days old with a compressivestrength of 3500 psi priorto applicationof sealant. NOTE:If the manholechimney is in such a state of disrepair thatitcannot accommodate the proper installationsealer,the Contractor shall make a notationinthecomment section ofthe manhole inspectionreport to providethe Authority the opportunity to repairor replace it. .INSTALLATIONOF RAINDISHES Theworkcovered under thissectionincludes,but is not limitedto all labor,equipment,materials, superVisionand any other efforts requiredto install rain dishesin manholes.Dishesshallbe effective in keeping out rain,sand.dirtchemical spills and other materialsfrom entering manhole. Therain dish shall be In?ow DefenderTMmanhole in?ow dish or equivalent,as approvedby the Engineer,consisting ofthe following: -Thein?ow dish bodyshallbe manufacturedfromhigh density polyethylenematerial,comply with UL Standard.94-HB,and meet all associatedASTM speci?cationsrelated to Prime HDPE250.Dishthicknessshallbe a uniform.125 inchesthick.In?ow dish body to be fabricated withmoldedribbingmembersinbowlarea forstructuralintegrity.in?ow dish to have smooth radiusmoldededgesfor additional strength and preventionof cracking. 'The gasket seal shall be made of closed cell neoprene materialand have a pressuresensitive adhesiveon one side foradhering to in?ow dish body,seating rim.Gasket to be .5 inches wide andshall have a minimumthicknessof .125 inches. o The li?strap shallbe made from a woven nylon material,securely adhered to the in?ow dish bodyinterior.with a corrosionresistant fastener assembly consistingof no lessthan two washers withthe largest being no smallerthan 1.25inches. -For properabatement results.the in?ow dish.when installed,must seat fully ?ush within the manholeframe rimseat area.Framemust be cleaned of all dirt anddebris prior to installation. -Manufacturershall have ?ve-year warranty on manholeinflow dishesstandard.Manufacture date molded into in?ow Dish Body.Gasket Seal does not need to be includedin the warranty. -To ensure proper ?t with manholes,in?ow dishes willbe manufacturedto speci?c measurements ?eld obtainedby contractor. Alternativein?ow dish manufacturer must provideengineer withtheir in?ow dish speci?cations and samples for review and acceptance. Page Agenda Item #8.A.10 Mar 2025 Page 47 of 141 an installation 'Removemanholecover.Contractorshall wipeall manholering ?ange area to remove soil and moisturefromthe interior of ring. 'Measure manholeinterior to ?nd smallestdiameter. 0 installappropriaterain dish. A list of manholesreceiving rain dishesshall be provided to the Authority. .SMOKE TESTING The Contractor shall furnish all items(labor,equipment,materials and supervision)necessary to completesmoke testing of all assignedbasins. Smoke Testing will be usedto determine: -The sources of entry intothecollectionsystem of surfacewaters (surface in?ow)on both public and privateproperty.This includes catchbasins,storm sewer or inigation. -Thesources of entry intothe collectionsystem of illegal connectionson both publicandprivate property such as downspout connectionsor industrialconnections,yard drains,or cooling water -Thesources of entry intothe collectionsystem dueto broken or missing cleanouts -Lost manholes -Breaks in the main seWers or lateralsthat leach to the surface -Contractorshall document each case of improperentry or damage to the collection system and provide a report which will include the physical address,GPS coordinates,a detailedmap indicatingthe breachpoint and include photographicproof of same to Authority. Preparations -Smoke testingof all collectionssystems may affect occupants of buildings connectedto the linebeing tested.Such factors as defected in the sewer system of buildings,dry traps,defective wax beneathtoilets,terminatedvents or breaks,missing or unsealedcleanoutsof any kindwill causesmoke to enter the building.It is imperativeto avoid a public relationsproblem caused by panicor alarm if workersor residentssuddenlysee smoke intheir building. -Adequatepreparationplus noti?cationof all residents by doorhanger a minimum of 72 hours in advanceof smoke testing shall bethe responsibilityof the Contractor.All customer noti?cation materialmust be presentedto the Authority Foracceptance prior to use. -Itshall be the responsibilityof the Contractor to provide adequatenoti?cation to the ?re department,policedepartment and emergency servicesof the anticipatedsmoketesting schedule and to notifythe departments at the start ot‘each day in an area to avoid the departments diverting their attentionto false alarmscaused by smoke testing. -It shall bethe responsibilityof the Contractor to insurethat all operators who participatein the smoketesting be ?tlly trained and briefed in the handling of residentsand businessowners who discoversmoke intheirbuildings or in their yards. -It shall be the responsibilityof the contractor to assure that all operators involved in smoke testing be trained that any smoke ina building is an indication of sewer gases from the sewer enteringthe building and to advise the homeowner that immediateactionto correct the problemis needed for the health and safety of the building occupants. Operation At the start of each operation,the smoke blower will be located over the manhole.(Smoke testing shall not be conductedon windy or wet days).The blowerwill be started and liquidsmoke will be employed.Smoke bombsare not to be used.As soon as the liquidsmokehas been blowninto the manhole,the operators and recorders shall be instructed to move out according to pre- arranged plans to canvas the area affected by the smoke testing.Observerswill lookfor smokerising Page Agenda Item #8.A.10 Mar 2025 Page 48 of 141 Pa 1!e from the groundthat may indicate: -The sources of entry into the collectionsystem of surface waters (surface inflow)on both public and private property.This includescatch basins,storm sewer or irrigatiOn. -The sources ofentry intothe collection system of illegal connections on bothpublic and private propeny such as downspout connectionsor industrialconnections,yard drains,or coolingwater 'The sources of entry into the collection system due to brokenor missingcleanouts -Lost manholes 'Brakes in the mainsewers or laterals that leach to the surface Observers willpay particular attentionto smokerising around the foundationof the house where the service pipelikely enters the building. Recording Contractor shall employ electronicmeans to documenteach case of improper entry or damage to the collectionsystem.These electronicmeans shall embed the collected information directlyinto the ?le ofeach defectto avoid recordingerrors. As a minimum,smoke testing observations will include: -Wastewater li?station basin identi?er e The street address.GPS coordinates of observation -A digital photographillustratingthe observation(minimum of 5 megapixel) Speci?c notes to permit follow-up activity(source,reason,location) Type ofbreak (“lateral",“manhole”,“main”) Ring &CoverBreak(“broken”,“alignment”,“missing“,“seating”) LateralBreak(“open”or “broken”) MaterialType ofCleanout Size of Cleanout(diameter) Privateor Public 0.0... The contractor shall locate the observationsalong with the recorded informationon a detailed mapand report to the Authority.Locationsand call cuts for each defect shall be included on the map.Paint a mark on the street,using green temporary marking chalk,to assist the Authorityin ?nding defects forfollowaupactivity Reports will be provided to the Authority no laterthan 5 business days from the completion of any given sectionor basin.Reports willbe proVidedin hardcopy and electronic format. SmokeTest ResultReporting Contractor shall document eachcase of improperentry or damage to the collectionsystem and proVidebest case estimate as to the ?ow andcost incurredbythe Authority as a resultof the defect“To accomplish this,the observers will: -Record the type of defect 'Recordthe severity of the defect -Recordthe topography in?uencing the defect -Recordthe volumes of smokeemanating from the defect Contractor shall apply the recordedinformation to generate a detailed report to the Authority which will: 0 Estimatethe amount of gallons entering the various defects per one-inch rain fall Agenda Item #8.A.10 Mar 2025 Page 49 of 141 ‘xl 251 -Estimatethe amount of gallonsentering the smokedarea per one-inchrain fall -Estimatethe cost to process the in?ow enteringthevariousdefects per one-inch rain fall 0 Estimatethe cost to process the in?ow enteringthe smokedarea per one-inchrain fall Providea detailedestimateof the percentage of in?ow and cost to process the in?ow,broken down intofourcategories: -Lift station -Chimney Sections 0 Ring and Cover -Laterals .INSTALLATION OF CLEANOUT CAPS The workcovered underthis section includes,but is not limitedto all labor,equipment,materials. supervisionand any other efforts required to replacecleanout caps wherenecessary withinthe Authority’s control. Minor cleanoutrepairs,limitedto replacementof missingor broken cap,couplingor riser (limited to 12”belowgrade)can be performedby the Contractorprovide the homeowner agrees and signs a release.It is expectedthatthe Contractor willattempt to notify thehomeownerand acquire approval to performthe repairs (limited to those identi?ed above). Whereapplicable,these locationsshallbe correlatedto smoke test observation locations. lNSTALLA'l‘lON 0F CLEANOUT PLUG (OptionalActivity) The Authoritymay electto install Cleanout Plugs,in lieu ofCleanout Caps.The Authority’s representativewill makethis decisionbased on the potential for repeateddamage to cleanout caps resulting in continued in?ow into the collection system. The work covered under this section includes,but is not limitedto all labor,equipment.materials. supervisionand any otherefforts required to installLDL®or equivalentplugs in the broken or open cleanoutswithin theAuthority’s control during smoketesting. The plugshallbe a LDL®Clean-Out Plug or equivalentconsistingof the following: -Plug bodyshall be molded,one piece.synthetic urethanepolymer materialdesignedto align and seal cleanout. -Inner seal of plug shall consistof a pvc material fabricated with an internaltapered,beveled seat with a thickness of.l 87 in and overallheightof 1.25 in. 'Plug will not permit gasesto escapepast it. -Plugwillnot permit sewage to flow past it. -Plugwillbe removableby utilitycrews from the surface using embedded hardwaremolded intothe plug body witha corrosionresistant material -Retrievalhasp and hardwareshall be madeofcorrosion resistantmaterialand shall protrude at least one inch abovethe plug body and have a thickness of0.187 in. 'Plugshall have embeddedsteel to permit surfacedetection by metal detector. installation -Remove cleanoutcap (broken or otherwise). -Contractor shallwipe allcleanoutsto remove soil and moisture fromthe interior ofcleanout stack.All loose materialsshall be removed by Contractor as they would interfere with plug. -Contractor will scuff the interior of stack with a ?le hone. agcI) Agenda Item #8.A.10 Mar 2025 Page 50 of 141 -Swab interiorscuffed area withPVC cleaner. -Swab exteriorof inner seal ring of plug withPVC cleaner. -Apply PVC glueto interiorwallsof cleanoutand exterior of inner sealring of plug. -With surface tools,slideinnersealring intoappmpriatepoint incleanuut.Alignwith depth gauge installationtool.Twist to glue in place. -Let cure for 60 seconds. -install plug. NOTE:if the clean-outstack is in such a state of disrepair that it cannot accommodatethe proper installationof the cleanout plug,the Contractor shall makea notation inthe comment section of the smoke testing report to provide the Authority the opportunityto repairor replace it. Where applicable,these locationsshallbe correlated to smoke test observation locations. .REPORT The Contractor shallfurnish all items (labor,equipment,materialsand supervision)necessary to completea project report.The projectreport will providethe Authority with a recordofwork completed and observations madethroughout the project.A spreadsheetcontaining the following will beprovidedas part of the report: Manholes -Frame—type,size and generalcondition of frameand cover -Chimney—type,generalcondition and existence of liner inchimney 0 Barrel and invert —type,generalcondition -Pipes -type,sizes,number of pipes in manholes -Depthandconditionsof manhole,noting any invasion of roots or corrosionin manhole structure Cleanouts(included for all requiringcap replacement) -Depthand conditionof the cleanout,noting any invasion ofroots in service line or damage The Authority shallprovidea mapof the collection system within the projectarea.The map will labeleach manholeand sewer cleanoutwith a unique identi?er.This identi?ershall be used to referenceto workperformedand observationsmade. .LIFT STATION BASIN iNFILTRATlON INV§§TIGATION Conduct ?eld investigationto determinethe volume of in?ltration entering the collection system through structuraldefects.identify gravity mains Forfollow-up CCTV based on Upstream and downstream manholewater levels and estimatedflow rates.investigationsshould be performed during periods of low use ~as de?ned by the Authority’s diurnalcurves. Methodologyto beusedfor the investigation shall be documentedandfollowed.Observed data usedto reachconclusions or make recammendationsmust be providedin the report.Recommendati onprovidedinthereportshouldbeprioritizeinorderofsigni?cant. 3.3 QUALIFICATIONSOF BIDDER 271 A.Only responsible Bidderswho have knowledge and experience of,and are currently engaged in ln-Flow Abatement Sewices will be considered for award.All work shall be performedby skilledand properlylicensedContractors witha minimum of live (5)years ofexperience in the respectivetrade or service.Bidder may submit copies of any other licensesor certi?cates which furtherdemonstratehis/her capabilities. Page Agenda Item #8.A.10 Mar 2025 Page 51 of 141 B.Bidders must provide evidenceof authorizationto do business in the State of Floridavia registration0n Sunbizor covenant to obtain such authorizationpriorto award of Coutract. C.To demonstrate quali?cations to perform the Work,Biddersmust be preparedto submit informationincluding,but not limited to,?nancial data,previousexperiencehistory, references,and evidenceof authority to conduct business inthejurisdiction where the Project is located.This information must be received by TWA within ten days of Bidder receiving the writtenrequest by the Authority.Submittaisrequestedpursuant to this paragraph is in additionto those requiredherein. D.in orderto demonstratecompetence to performthe work,Bidder shallat minimum, providethe following: 1.List ofpublic utilityclients in Florida (a minimumof ?ve)where similar projects have beencompleted,including name,address,phonenumber and position of utility contact.The list shall note the work completed(smoke testing,manhole sealing,manholeinspection/chimney sealing and installationof cleanout caps withthe speci?edproducts used). 2.An exampleof the report provided to a public utility client as a result of perfomring the work. Five years of experienceapplying the speci?ed chimney seal product and examples of completed work. 4.Referencedprojectswork must include smoke testing,sealing manhole chimneys, installationof manhole inflow dishes,installationof cleanoutcaps and creation ofan asset inventory/condition report of the manholes. END OF SECTION 3 23;: C D: Agenda Item #8.A.10 Mar 2025 Page 52 of 141 i'a gv. 4.0 4.1 4.2 4.3 4.4 4.5 4.6 4.7 m SPECIAL TERMS AND CONDITIONS PRECEDENCE [N TERMS In the event of a con?ict.the SpecialTerms and Conditions shall take precedence. ALTERNATE BIDS NOT ACCEPTED Iftwo different bids are included in a single envelope,both will be rejected at the bid opening. INCURRED EXPENSES This IFBdoes not committhe Authority to award a contract,nor shall the Authoritybe responsiblefor any cost or expense which may be incurred bythe bidderin preparingand submittingtheSubmitted calledfor in this iFB,or any cost or expense hearted by the bidder priorto theexecution of a contract agreement. BANKRUPTCY/INSOLVENCY At thetime of bidsubmittal,the Successfui biddershallnot be in the process of or engagedin any type of proceedingsin insolvencyor bankruptcy,either voluntary or involuntary,or inreceivership proceedings.If the Successfulbidderis awardeda contract for six (6)months or longer,and ?les for bankruptcy,insolvency or receivership,the Authority may,at its option,temtinate and cancel said contract,in which event all rights hereundershall immediatelycease andterminate. INDEPENDENTCONTRACTOR STATUS AND COMPLIANCE WITH THE IMMIGRATION REFORM AND CONTROL ACT OF 1986 The Contractor is andshall remain an independentContractor and is neitheragent.employee,partner, orjoint venture,of the Authority.Contractoracknowledgesthat it is responsiblefor complying with the provisionsof the ImmigrationReformandControl Act of 1986located at 8 U.S.C..1324et.Seq,and regulationsrelatingthereto,as eithermay be amendedfrom time to time.Failureto comply with the above provisionsshall be comidereda materialbreach and shall be grounds for immediate terminationof the contract,at the discretionof the Authority. INVOICE/PAYMENT Invoicesfor payment shallbe emailed to the Toho Water Authorityat The Authority will endeavor to makea payment on a correct invoice within 30 days a?er receipt of an invoice acceptable to the Authority.The Contractor shallsubmitinvoices upon acceptance by the Authority.Invoicesshallinclude,but are not limitedto the following: Contractor‘sname Contractor’s addressand phone number The Authority’s PurchaseOrder Number and Contract Number Date ofdelivery Itemizeddescription andcontract pricing 0.... CERTIFICATE OF INSURANCE Beforeperformingany contract work.the SuccessfulBidder shall procure and maintain,during the iife of the contract,unless otherwisespeci?ed,insurance listed below.The policiesof insurance shallbe primary and writtenon forms acceptable to the Authority and placed with insurance carriersapprovedand licensedby the Insurance Department in the State of Florida and meet a minimum?nancial AM Best accountsgayable’ SECTION 4 Agenda Item #8.A.10 Mar 2025 Page 53 of 141 30| Company rating of no lessthan “A Excellent:FSC Vii."No changes are to be made to these speci?cationswithoutpriorwrittenSpeci?capprovalby the Authority Procurement Services Department. A.Worker’s Com ensation:The Successfulbidderwill provide Worker’s Compensation coverage for all employees at the site locationand in case any work is subcontracted.will requirethe successfulO?‘erorto provideWorker's Compensationfor all his employees.The limits willbe statutory for Worker’s Compensationand $1,000,000.00 for Employer’sLiability. B.Com rehensive General Liabilit :The Successful bidder will providefor all operations including ,but not limitedto Contractual and ProductsCompletedOperations.The limitswill not be lessthan$l,000,000.00. C.Com rehensive Automobile Liabili :The SuccessfulOfferor will provide coverage for all owned andnon—ownedvehiclesfor limits not less than $1,000,000.00. D.Umbrella Lia bili :The Successfulbidderwill provide an umbrellainexcess to the coverage in paragraphsB and C of not lessthan $1,000,000.00. E.Hazardous Materials Insu note:For the purpose of this section,the term “hazardous materials” includesall materials and substancesthatare now designated or de?ned as hazardousby Floridaor Federallaw or by the rulesandregulationsof Floridaor any FederalAgency.If the work being performedinvolveshazardousmaterials,the need to procure and maintain any or all of the followingcoverage willbe speci?cally addressedupon review of exposure.However,if hazardous materials are identi?ed while carrying out this contract,no further work is to be performedin the area of the hazardousmaterial untilthe Authorityhas been consultedas to the potentialneed to procure andmaintainany or all of the following coverage throughan addendu mtothecontract. The Authorityshallretain the right to review,at any time,coverage from,and amount of insurance. The procuringof required policies of insuranceshallnot be construed to limit the Contractor liability or to ful?ll the indemni?cation provisionsand requirement 3 of this Contract.The Contractor shall be solelyresponsiblefor payment of all premiums for insurance contributingto the satisfactionof this Contract and shallbe solely responsiblefor the payment of all deductiblesand retentions to which such policiesare subject,whetheror not the Authorityis an insurEdunder this policy. Contract award will be subject to compliancewith the insurancerequirements.Certi?cates of insurance evidencingcoverage and compliance with the conditionsto this Contract,and showing the Authority’s proposal number,if any,and description of work,and copiesof all endorsementsare to be furnished to the Authority’s Procurement Services Departmentprior to commencement of work,and a minimumof ten (10)calendar days a?er the expiration of the insurance contract when applicable.All insurance certi?cates shall be received bythe Authority’s Procurement Services Department before the Contractor shall commenceor continueto work. All policies requiredby this Contract,with the exceptionof ProfessionalLiability and Workers’ Compensation,or unless speci?c approval is given by the Authority,are to be written on an occurrence basis,shallname the Authority as additionalinsuredas their interest may appear under thisContract. END OF SECTION 4 Agenda Item #8.A.10 Mar 2025 Page 54 of 141 61M SECTION 2 PROPOSAL USSI 752 COMMERCE DR.SUITE 15 VENICE,FL 34292 USSIUSA.COM Agenda Item #8.A.10 Mar 2025 Page 55 of 141 itémiDuc?ption Qty.I Unit mmPrice Exténded Prick SECFIDN 6 REVISED RID FDRM DATE:2020 Haveyou supplied all]the SuhmittalRequirementsoutlined below? One (1]completed originaland two (2}copies ot‘theBid submittaLplusCD.or memory stick [3]Any addenda pertainingto this solicitation El Drug Free Certi?cation -'List of ?ve (5)References [31 List ol’Possible Subcontractors»:Nozt:atlllmiexlfor this hide)? Certi?catet's)of Insurance.(evidencing coverage as:required) [E Copy of proper professionallicensesor credentials including your local business tax receipt BidderQuali?cationsperSection 3.4 All costs related:to t-heperl‘ormanceof all the work outlincdtexcliidifng permits and fees,shall be.included in the.bid I'ricin-.. l.”Mobilization&Demobilizalion 1‘@1500.00 gisoooo 2 indemni?cation 1 "$100.00 $100.00 3 General Re uirements.BondssPermits 1 $100.00 $100.00 4 Maintenanceol‘Tra?ic-l‘Lum Sum $100.00 $100.00 5 Smoke Tesli’n’r and Re :1 Fr aration.1600000 LinearFoot.$.34 $54,403.00 6 Seal ManholeChimne's 801.Each $330.90._....”964.330. 01117InsertDishesintoManholes801Egch7$35.50 $28.43550 8 Re ace Cleanot?C s 7 8a.6-inchcleanout riser i‘s 80‘Each $10.00 $800.00 781).4-inchcleanoutriseries 721 Each $5.00 $3,605.00 9 Install.Cleanout Pi 5 9a.6-inchcleanomriser i"*3 6'?$129.00 $0643.00 9b.4-inchcleanout:riser i'es 608 Each $86.00 $52,288.00 LS Basin R‘e rt [60‘000 Linear Feel.$25»$40,000.00 ll Lift StationArea In?ltration 80.1000 LinearFeet $.13 $10,400 Investiiation rII'O'I‘ALBASE BID 346470150 Total BaseBid inWords: Four Hundred Sixty Four Thousand Seven.Emmet!One DollarsAnd Fifty Cents Each LumpSum 7 LumpSum , Lum Sum ‘____._. Myokj Agenda Item #8.A.10 Mar 2025 Page 56 of 141 A.To accept thestipulationofail Terms and ConditionsandSpeci?cations includingdeliveryand other provisions. B.To enter into and execute a Contract if awardedonthe basisofthisBid. C.To accomplishthe work in accordancewith the Bid documents and Speci?cations. Failure of the Bidder to provide pricing for all unit priced items and/or the Base Bid and ALL requested Additive/(led native bid items,or alternate bids,may be cause for rejection of the bid as non-responsive. .Wedo not take exception to the Scopeof Work [:lWetake exceptionto the Scope of Work as follows: :5,O GLOQ<3 PrintName:Eric McRoberts Title:Business Develo ment Telephone:941-725-2123 Fax:951.925-3912 Email:er|C@USSIU38 .60!“ FederalTax ID:65-0891727 The Authorityreserves the right to reject any or allbids.to waive inforrnalities,and to accept all or any part of any bid as they may deemto be in the best interestof the Authority. The UndersignedAgrees: A.To accept the stipulationof all Terms and Conditionsand Speci?cations includingdelivery and other provisions .B.To enter into and execute a Contract il'awarded on thebasisofthis Bid. C.To accomplish the work in accordance with the Biddocuments and Speci?cations. USSI LLCCompanyName Address:752 Commerce Drive Suite 15 State:FL END OF SECTION 6 age33 Signature:Date: Zip:City:Venice 34292 Agenda Item #8.A.10 Mar 2025 Page 57 of 141 SECTION AW XRD USSI 752 COMMERCE DR.SUITE 15 VENICE,FL 34292 USSIUSA.COM Agenda Item #8.A.10 Mar 2025 Page 58 of 141 STATE OF Ramon COUNTY OF 3mg?mg The foregoinginstrument was executed before me by means of I]physicalpresenceor []online notarizationthis “'l day of QNK ,2020,by we \lkaAKa as Ci (3 of USSl,Li C.,a Floridalimited liability company,on hehalfof the company who is personally known to meOR has produced?mgnmyeggs LLciNSi asidenti?cation. Signature:94‘,W ASHLEYnmcom PrintName:u.MAkab‘wi Hot Publl -$ht afF '(WWW;,,59mg”-NOTARY PUBLIC,State of gum MyComm.ExplresFL-bzo.1024 My CommissionExpires:F 10 3034 IN WITNESS WHEREOF,the Partieef’igereto,by their duly authorizedrepresentatives, have executedthisAgreement effective ting day of ,2020: t KI‘ti .TOHOPEKALlGA.WATER USSI,LLC AUTHORITY” B :f By: PrintName:DionVlasak Pri . Title:CEO Title Execu’tw D1 Attest:@f7?/ Print Name:EricMcRoberts Address:752 Commerce DriveSuite 15 Venice FL34292 Attest: Print Name:A?thon J.Getter Title:GeneralCounsel Address:951 Martin LutherKin Blvd. Kissimmee Florida 34741 12 (Stamp) Agenda Item #8.A.10 Mar 2025 Page 59 of 141 II.I 1".I...l.-I-I.n..-|.I .I-IJ-'I.I II....I.II .-I_I r15 _|.I.II.I.I|.I_II.-.J...I.._“I..-.-Iurn-u H-I .m I l—‘II-ul.I‘m I-I—Fllll _ I-Iul—-I.I.__I__u___.H.—II I._.I.I_.1.. -I-rI-'fl'u?'l—l lr-IIII-l—l —'--+"l"'l'lu'. u—J-I -ln'll r.I---I--I.-.-.-_I II..I.-J-I-'-l Iu-.-_I'd——II.II-FI—lflu._I I--.-_|I_u-I r I'Irr-I'I I-I.-.-'-'I-'-rIl-'-'---'.-l Ilr'u-Hsr .IIJI-u J.-J..I-=_I.--I-.l- III-I.I_.._l.--I-._I—I-I...._g._..-...._I- .‘l'lF'Ill ----r.--.-I.I-r '--I-rI-I.I r hI.-.rI-I-I-I -I--.'l' -_-.IrI_I.I..Ii.I.-I-I-I u-I -—I.I.I..I..-I..I -i--.rIII-I--I r.r --I.IlI-.-.I I-I-II.-Hi I- r.-I.I.II.I.-I-.I1I...I._I.__.J l—IHHIJII --I-.I..--'l'l H'I'l-Ih I-'m 'II'HJI I.|._l-_I._h—I-.__n‘..1.I —|I-'ulul-'——l .I.-H 'I HII-Fldlu-I .IIr .I.u'I.I-I-r I I.-I-.II -I..._a._I._-_..._I.I_l._I lI—I. --rHH'I-H...l-IJ-.I.u'l'l-l -I.IIl-.-.-.-.I.I .._..ui_HI...I_...I.I_I.I_ I.1._r-__I_I-I_I__-I---"-I'i'—I-I-l?u- ——l—'J-I—-I-I-I-'l-J'I.-——'I-I-I ..I.-.I.I.- -I-II|.II.'-"-l_'l'l-I -_--_I_I."—P?hF—--.-_-'l-II- _I.I...I_I.-I._-I.- FIRST AMENDMENT to AGREEMENT for IN-FLOW ABATEMENT SERVICES (IFB-20-076) THIS FIRST AMENDMENT TO AGREEMENT FOR IN—FLOW ABATEMENT SERVICES (IFB-20-076)is made by and between Tohopekaliga Water Authority,an independentspecial district establishedand created pursuant to Chapter 189,Florida Statutes,by special act of the FloridaLegislature,whose mailingaddressis951 Martin LutherKingBoulevard, Kissimmee,Florida 34741 (the “AUTHORITY or TOHO”)and USS],LLC,a Florida limited liabilitycompany,whose mailing addressis 752 Commerce Drive,Suite 15,Venice,Florida34292 (the “CONTRACTOR”).The AUTHORITY and the CONTRACTOR may individually be referred to as a “Party”and collectively as the “Parties.” WITNESSETH: WHEREAS,on May 27,2020,the Board of Supervisors (the “Board”)approved an agreement with the CONTRACTOR for the provision of in-flow abatement services (the “Services”)under Agreement IFB-20-076 (the “Original Agreement”);and WHEREAS,the AUTHORITY desires to continue receivingthe Services provided by the CONTRACTOR under the Original Agreement;and WHEREAS,pursuant to Section 25,entitled “Modi?cations,”the Original Agreement may be modified by way of a written instrument,mutually accepted by the Parties;and WHEREAS,the Parties have agreed to enter into this First Amendment to amend the Original Agreement,as more speci?cally set forth herein. NOW,THEREFORE,in consideration of the mutual covenants,terms,and provisions containedherein,the Parties agree as follows: 1.The unit price list set forth in the Exhibit “B”to the Original Agreement shall be repealed and replacedwith the revised Exhibit “B,”a copy of which is attachedand incorporatedherein by reference. 2.Section 30,entitled “Employment Eligibility Veri?cation (E-Verify),”shall b erepealedandreplacedtoreadasfollows: Agenda Item #8.A.10 Mar 2025 Page 60 of 141 (ESECTION30.EMPLOYMENT ELIGIBLITY VERIFICATION -VERIFY a) b) As a conditionprecedentto entering intothis Agreement,and in compliance with Section 448.095,Florida Statutes,the CONTRACTOR and its subcontractors shall register with and use the E-Verify system to verify work authorizationstatus of all employees hired a?er January 1,2021. The CONTRACTOR shall requireeach of itssubcontractorsto provide the CONTRACTOR with an af?davit stating that the subcontractor does not employ,contract with,or subcontract with any unauthorizedalien.The CONTRACTOR shall maintain a copy of the subcontractor’s affidavit as part of andpursuant to the recordretentionrequirementsof this Agreement. c)The CONTRACTOR or any subcontractor who has a good faith belief that d) g) a person or entity with which it is contracting knowingly violated Section 448.090),Florida Statutes,or the provisionsof this section,shallterminate the contract with the person or entity. The AUTHORITY upon good faith belief that a subcontractor knowingly violatedthe provisions of this section,but the CONTRACTOR otherwise complied,shall promptly notify the CONTRACTOR and the CONTRACTOR shall immediately terminate the contract with the subcontractor. A contract terminatedunder the provisionsof this section is not a breach of contract and may not be considered as such.Any contract terminated under the provisions of this section may be challenged pursuant to Section 448.095(2),FloridaStatutes.The CONTRACTOR acknowledges that upon terminationof this Agreement by the AUTHORITY for a violation of this section by the CONTRACTOR,the CONTRACTOR may not be awarded a public contract for at least one (1)year.The CONTRACTOR further acknowledges that the CONTRACTOR is liable for any additional costs incurredby the AUTHORITY as a result of any contract for a violation of this section. Subcontracts.The CONTRACTOR or subcontractor shall insert in any subcontractsthe clauses set forth in this section,including this subsection, requiring the subcontractors to include these clauses in any lower tier subcontracts.The CONTRACTOR shall be responsiblefor compliance by any subcontractor or lower tier subcontractor with the clauses set forth in this section. Information on registration for and use of the E—VerifyProgram can be obtained via the intemet at the Department of Homeland Security website: The changes set forth herein shall become effective upon this First Amendment being executed by both Parties. Page 2 of 5 htt :l/www1dhs/ov/E— Agenda Item #8.A.10 Mar 2025 Page 61 of 141 II‘-—'H_I'-'—'Hl F—J‘Ifl?HIT-If ‘I:--I-II-u-Ilr-nn-I-rqr-l—In-I-r-rr III "Hr—I...._...-_..._I.._._r|__|.._r .1.—._-..—|_I._a --'—I--—H's-l- Inf-Hu'lu'll "HI-I."I-II--. --'—lrl'|'l:I—.gin—ul- I'd-I All of the terms and conditionsof the Original Agreement,not otherwiserevised or amended in this First Amendment,and any subsequent amendment(s)shallremain in full force and effect.To the extent of any con?ict betweenthis FirstAmendment and the Original Agreement,the terms of this First Amendmentshall prevail. [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] [SIGNATURES ON FOLLOWING PAGE] Page 3 of 5 Agenda Item #8.A.10 Mar 2025 Page 62 of 141 9-: LL— \\ ;,..,-,"in .1:;:;::l'y'h:nun?” IN WITNESS WHEREOF,theParties hereto,by their duly authorizedrepresentatives, have executedthisFirst Amendmenteffective the ,,day of _.,2022.. USSI,LLC,a Florida limimdliability TOHOPEKALIG WATER company A Bf.(By: PrintName: 7 :Print Name:Hector L uain a Title:6 Title:of Supervisors,Chain?n ‘Attest: Arrest:‘PrintName:W'(i PrintName:Title:Board of Superwsors,Secretary Title:SL25 “I”;magggngddress:251Mm'Lumer?gBlvd. Address:35:3 damage“M Q {it-r 'simmeeFL 34741 ltZI‘CI FL '?gaga STATE or €l«‘.o’a COUNTY OF m Theforegoinginstrumentwasmexecutedbeforemeby means of prhysicalpresenceor [1online notariza?on,thisQ}day ofm 2022by W as 5343y magE:of U881,m,a.Floridalimited ility company,on behalf of the company,who'is []personallyknownto me 0R [241135producedWidenti?cation Notary Public,State of H 53)A (Stamp) warmnunsr”*ééa“Hoary mu:State«Arm \mum 9HH17484]W My .Expim Sep12,2025BondedrnroughNotionalMauryAnn. Page 4 of5 Agenda Item #8.A.10 Mar 2025 Page 63 of 141 'll'lll'".- ._..-| EXHIBIT “B” RevisedUnit PriceList Page 5 of 5 Agenda Item #8.A.10 Mar 2025 Page 64 of 141 PP9 PP JD: It E "u' EXHIBITB SECTION 6 REVISED BID FORM DATE:April 19,2022 Haveyou supplied all the Submittal Requirementsoutlinedbelow? 1 605.00 $107.00 $107.00 $107.00 $.36 $353.10 S37.98 $10.70 $5.35 $138.03 $92.02 $.27 $1,605.00 $107.00 $107.00 $107.00 $57,600.00 $282,833.00 $30,421.98 $856.00 $3,857.35 $9 248.01 $55,948.16 $43,200.00 El One (1)completed original and two (2)copies ofthe Bid submittal,plus CD or memory stick El Any addendapertainingto this solicitation [Z]DrugFree Certi?cation [2]Listof ?ve (5)References [3 Listof PossibleSubcontractors ot allowed for this bid.) {Z}Certi?cate(s)of Insurance (evidencing coverage as required) [Z]Copy of proper professional licensesor credentialsincluding your local businesstax receipt [3 BidderQuali?cationsper Section 3.4 All costs related to the performance of all the work outlined,excluding permits and fees,shall be included gthepid riot-l l Mobilization&Demobilization 1 Lum Sum 2 Indemni?cation 1 Lum Sum 3 General Re uirements,Bonds,Permits 1 Lum Sum 4 Maintenanceof Traf?c 1 Lum Sum 5 SmokeTestin andRe ort Pre aration 160,000 LinearFoot 6 SealManholeChimne s 801 Each 7 InsertDishes into Manholes 801 Each 8 Re lace CleanoutCa 5 8a.6-inch cleanoutriser i s 80 Each 8b.4-inchcleanout riser i es 721 Each 9 Install Cleanout Pi es 9a.6-inchcleanoutriser i es 67 Each 9b.4-inchcleanoutriser i s 608 Each 10 LS Basin Re ort 160,000 LinearFeet. 1l Li?StationArea In?ltration 80,000 LinearFeet Investi tion TOTAL BASE BID Total Base Bid in Words: $.14 $11,200.00 $497,090.50 Agenda Item #8.A.10 Mar 2025 Page 65 of 141 The UndersignedAgrees: A.To accept the stipulation of all Terms and Conditionsand Speci?cations including delivery and otherprovisions. B.To enter into and execute a Contract if awarded on the basisofthis Bid. C.To accomplishthe work in accordancewith the Bid documentsand Speci?cations. Failure of the Bidder to provide pricing for all unit priced items and/or the Base Bid and ALL requested Additive/Deductive bid items,or alternate bids,may be cause for rejection of the bid as We do not take exception to the Scope of Work [I We take exception to the Scope of Work as follows: TheAuthorityreserves the right to rejectany or all bids,to waive informalities,and to accept all or any part of any bid as they may deemto be in the best interestof the Authority. The Undersigned Agrees: A.To accept the stipulation of all Terms and Conditions and Speci?cations including delivery and other provisions. B.To enter into and execute a Contract if awardedon the basis ofthis Bid. C.To accomplishthe work in accordancewith the Bid documentsandSpeci?cations. Company Name: Address: City State:Zip: Print Name Telephone: Federal Tax ID: Signature:Date: Fax:Email: Title: non-responsive. Agenda Item #8.A.10 Mar 2025 Page 66 of 141 @ J SECTION 4 CONTRACT USSI 752 COMMERCE DR.SUITE 15 VENICE,FL 34292 USSIUSA.COM Agenda Item #8.A.10 Mar 2025 Page 67 of 141 m??-mn I'm-lb '-I'll-?i—I'H'I L:-.h I”u]m 1‘? M'Fm'?-.-| hm“.Hm I-L b III-? mu .- I-I-h-I'd-n I'l'.'I'-'--I I-I'Ili' 'HF I'll-rur-I'IHI "l'l I"I'-'- l-II-I _-.r--u..a.-I.r..|_|.|.l um.Ih?m?J-r—TI'I'IIII'II'I—u'h-?l -I.|----f.-i' -.?+?m?a??.?”? '-'l ll-hm -_.H.I'II a I.'H hf'i'FI—IPI'L-I III-l-I-i-I-I-Ii m‘d-Ilul'lhllhr-Ir'I-I-r-I-I H'lllI-I—II—l?-I ‘??HIL'I-?I-IIII'II.n-Inll-ihr-Ir?-Ill‘?-??H-E-hh l-l-I -'--1-'IF-l-l'l-l-m1.m.rilnwmlr‘:?l'hr m "—hl-r-‘I-I'I—I-I-u' mu?h?h-ln—wh rl—I-H-‘H-IHI—Iwn- huf- AMENDED AND RESTATED AGREEMENT Between TOHOPEKALIGA WATER AUTHORITY And USSI,LLC For IN-FLOW ABATEMENT SERVICES ([FB-20-076) THIS AMENDED AND RESTATED AGREEMENT FOR IN-FLOW ABATEMENT SERVICES (the “Agreement”)is made and entered into between Tohopekagli aWaterAuthority,an independent special district established and created pursuant to Chapter 189, Florida Statutes,by special act of the Florida Legislature,whose mailing address is 951 Martin Luther King Blvd.,Kissimmee,Florida 34741 (“Toho”)and USS],LLC,a Florida limited liabilit ycompany,whose mailing address is 752 Commerce Drive,Suite 15,Venice,Florida 34292 (the “Contractor”).Toho and the Contractor may be individually referred to as a “Party”and collectively as the “Parties.” RECITALS WHEREAS,on May 27,2020,T0110and the Contractor entered into that certain agreement for the provision of in-flow abatement services,in accordance with the lFB-20-076 solicitation (the “Original Agreement”);and WHEREAS,the Original Agreement provided for an overall award of $500,000 for the term of the Original Agreement,which expires on May 12,2023,with the option for the Patties to extend the term for one additional 2-year period;and WHEREAS,on May I l,2022,Toho’s Board of Supervisors (the “Board”)approved the First Amendment to the Original Agreement,which provided,in part,revising the unit price list set forth in the Original Agreement;and WHEREAS,on December 14,2022,the Board approved Addendum #1 to the Original Agreement to increase the contract award by an additional $545,369.20 (Five Hundred Forty-Five Thousand,Three Hundred Sixty-Nine Dollars and 20/100)for a total not to exceed award amount of$l,045,369.20 (One Million,Forty—FiveThousand,Three Hundred Sixty-Nine Dollars 20/100) for the term of the Agreement;and WHEREAS,the Parties have agreed to extend the term of the Original Agreement for the one additional 2-year period,through May 12,2025;and Page 1 01'18 Agenda Item #8.A.10 Mar 2025 Page 68 of 141 “.m-m.I—l-I-I-ILlIlI-ll-IullI-IIIII.m..---'-'-Il-'--II-I'l "Hue—r-"- milks-M unplug—1.!- nil —-I"'I-II"—HFu-'—-.'Il-.-I-_-JL-Il-I 11:.imq-?u—FI—I‘h .?u hlmJanI-Iumuh II ma?a-I'm _-JIh-J.-Il liar-.-.m “aw-alum”— I “In IhJ—Ip-FI u. El?n-'1'”mi "HI-H -II'I"“I'll HUI-Ii“ ._HthHl-MhumI—JIIII-l-I-III'FH-J-NF'J'I- I Jh‘hd.__n.{EL-2::PHF'F-I-I-l-r-l-‘rll ??MrI-hm-r”IL-W .quM41:-mull-.-—I.|.-.In-.Iq.|.l-|.|.|.ll.-.ln.lrlnq-..I_H. Lila-lb“ r .l'hl'l-I—h-Ju'.H"-'-I---I ?m'imlh-nlrd-I.-.III.nu.Jun .''III '-I-H blah-rd“rim-.-IF-III'IIII.nluq “I!”|—I.'l-"—-_'..I_..?ll-E 'llIIEIIIl-IF-III'II'I'I-I.i III-urn" WHEREAS,the Parties acknowledge the potential confusion caused by the execution of the First Amendment and Addendum#1 to the Original Agreement;and WHEREAS,the Parties have agreed to enter into this Agreement to amend and restate the terms and conditions provided inthe Original Agreement,the First Amendment,and Addendum #1,as set forth herein. NOW,THEREFORE,inconsideration of the mutual covenants,terms,and consideration, as mutually deemedacceptableby the Parties,the Partiesagree as follows: 1.RECITALS.The above recitalsare true and correct and incorporatedas a material to form a material part of this Agreement. 2.TERM.The effective date of this Agreement shall be retroactive to May 13,2020,in accordance with the Original Agreement,and shall continue through May 13,2025,unless otherwise terminated by either Party. 3.SCOPE OF SERVICES.The Contractor shall provide those services and access,as set forth in Exhibit “A”(collectively the “Services”),based upon the unit prices,as set forth in Exhibit “B.”Copies of both Exhibit “A”and Exhibit “B”are attached and incorporated by this reference. 4.OBLIGATIONS OF CONTRACTOR.Obligations of the Contractor shall include, but not be limited to,the following: A.The Contractor shall provide and pay for all labor,tools,materials,permits, equipment,transportation,supervision,and any and all other items or services,of any type whatsoever,whichare necessary to fully complete and deliver the Services required by Toho.The Contractor shall not have the authority to create,or cause to be ?led,any liens for labor and/or material on,or against,Toho,or any property owned by Toho.Any such lien,attachment,or encumbrance,until removed,shall preclude any and all claims or demand by the Contractor for any payment expected by virtue of this Agreement. B.The Contractor will ensure that all of its employees,agents,subcontractors, representatives,volunteers,and the like,fully comply with all of the terms and conditions set forth herein,when providing Services for Toho under this Agreement. C.The Contractor shall be solely reSponsible for the means,methods,techniques, sequences,safety programs,and procedures necessary to complete the work, properly and fully,as set forth in the Scope of Services. Page 2 of 18 Agenda Item #8.A.10 Mar 2025 Page 69 of 141 h?h?anm—dm-?II-rIHLl-I --I —'-.'l-I-'I-'l-II'II-b -I--II|I'-a-I-I'I."It.I...I-I-I-I-‘u'"II‘I-l-I-II-l'lr I 'IIHff-II-II-IIIIIWHJ—I-Iu-ul?-Il Ill-HI-l'” 'I i-HII-II'I-rI-rI-I'I'HI-I-I-I-_-II-I'r'I—H-..run—w III-Illufl11:35:...-It‘l?h?I'I=I drain-I -m3.”IrrIIII l-LDLlIl-II!f:5:“:“:In-L'E'I T'.L"1.T .F':u:null-II """r"l'l'll-I"l'l“'l'-I-IIIl‘I-h-I-l ”If" 'L“:"'1r..::.:;.2:.= --=‘-I-—h— I-I'll-I'M“. hill—TIEJM '-I—III'..wwwllnll?lfl'1h H JIH‘J-JI-I-F-?l?-II‘mgr—.5"u-l-mrr-ru --I.-hq- III-I-I-I-I '—II-I-I-I--i fI-rI-II-l-I-I-I-I-I-h-II-dlI-FI-I.lI-F JI_I.-_I.I!“'-??l??hn-i-'I=':.I-I.I.':-Im-I4:1“..511.I .l .ulaud-.m-II-‘i-IIIII-Iq mu :-.-I...._|i_-..I_I..II_.I._'_II.I.I:H|.--..-.|.I-..... -II-.-I-l I-I'l-n' D The Contractor shall maintain an adequate and competent staff and shall remain authorized to do business in the State of Florida for the term of this Agreement, including renewals.The Contractor may subcontract the Services requested by Toho,with priorwritten approval from Toho;however,the Contractor shall remain fully responsible for the satisfactory completion of all subcontracted work. 5.STANDARD OF CARE. A.The Contractor has represented to Toho that it possesses a level of knowledge, A. experience,and expertisethat is commensurate with ?rms inthe areas of practice required for the Services provided under this Agreement.By executing this Agreement,the Contractor agrees that the Contractor will exercise that degree of care,knowledge,skill,and ability as any other similarly situated contractor possessing the degree of skill,knowledge,experience,and expertise within the local area,working on similar activities.The Contractor shall perform the requested Services in an ef?cient manner,consistent with Toho’s stated Scope of Services and industry standards. The Contractor covenants and agrees that it and its employees,agents, subcontractors,representatives,volunteers,and the like,shall be bound by the same standards of conduct as stated above. COMPENSATION. The amount paid under this Agreement for acceptable performance of Services,as more speci?cally described in Exhibit “A,”shall be based upon the unit rates set forth in Exhibit “B”and shall not exceed $1,045,369.20 (One Million Forty-Five Thousand,Three Hundred Sixty-Nine Dollars and 20/l00)for the term of the Agreement. Compensation for Services completed by the Contractor under thisAgreement shall be paid in accordance with Section 218.70,Florida Statutes,Florida’s Prompt Payment Act. Services performed in accordance with this Agreement are subject to the annual appropriation of funds by Toho.Toho reserves the right,in its sole discretion,to forego use of the Contractor for any project that may fall within the Scope of Services,as set forth in Exhibit “A.”in the event Toho is not satis?ed with the Services performed by the Contractor,Toho will hold any amounts due until the Contractor has appropriately addressed the problem to Toho’s satisfaction,in its sole discretion. Page 3 of 18 Agenda Item #8.A.10 Mar 2025 Page 70 of 141 7.TERMINATION FOR CONVENIENCE.Toho may terminate this Agreement, without cause,upon 30 days written notice to the Contractor prior to the effective date of such termination.The Contractor shall cease work in accordance with the directions set forth in the notice or,if the notice is silent,on the effective date of termination. 8.TERMINATION FOR CAUSE.Toho may terminate this Agreement,without further obligation,upon written notice to the Contractor,if the Contractor breaches any material term of the Agreement and such breach remains uncured for 30 days after receiptof said notice. 9.PAYMENT WHEN SERVICES ARE TERMINATED. A.In the event of termination of this Agreement by Toho,and not due to the fault of the Contractor,Toho shall compensate the Contractor for all authorized Services performed prior to the effective date of termination. B.In the event of termination of this Agreement due to the fault of the Contractor,or at the writtenrequest ofthe Contractor,Toho shall compensation the Contractor for all authorized Services completedprior to the effective date of termination,which have resulted in a usable product or otherwise tangible bene?t to Toho.All such payments shall be subject to an offset for any damages incurred by Toho resulting from any delay occasioned by early termination.The Contractor shall in no way construe this provision as Toho’s sole available remedy in the event of breach by the Contractor. 10.INSURANCE. A.The Contractor shall procure and maintain the following types of insurance,with the respective limits indicated below,and shall provide evidence of the same to Toho,in the form of Certi?cates of Insurance,prior to the start of any work hereunder: l)Worker’s Com ensation:The Contractor shall provide Workers’ Compensation coverage for all employees at the site location and,in the case any work is subcontracted,shall requirethe subcontractor to provide Workers’ Compensationcoverage forall its employees.The limits shall be in accordance with the limits set forth in Florida Statutes and $1,000,000 (One Million Dollars)for Employer’s Liability. 2)Commercial General Liabili ':The Contractor shall provide for all operations including,but not limited to,Contractual and Products Completed Operations.The limits shall not be less than $1,000,000 (One Million Dollars). Page 4 of 18 Agenda Item #8.A.10 Mar 2025 Page 71 of 141 3)Com rehensive Automobile Liabili ':The Contractor shall provide coverage for all owned and non-owned vehicles with limits not less than $1,000,000 (One Million Dollars). 4)Umbrella Liabili :The Contractor shallprovide an umbrella policy inexcess to the coverage provided for in the above paragraphs of not less than $1,000,000 (One Million Dollars). B.The Contractor shall name “Tohopekaliga Water Authority”as a certi?cate holder and as an additional insured,to the extent of the Services provided hereunder,on all required insurance policies,except for Workers’Compensation policies,and provideToho with proof of the same. C.The Contractor,and any authorized subcontractor(s),shall provide Toho’s Procurement Services with a Certi?cate of Insurance evidencing such coverage for the duration of the Agreement,including renewals.The Certi?cate of Insurance shall be dated and include: 1)The name of the insured Contractor; 2)The speci?edjob by name and job number; 3)The name of the insurer; 4)The number of the policy; 5)The effective date; 6)The termination date; 7)A statement that the insurer will mail notice to Toho at least 30 days prior to any material changes in the provisions or cancellation of the policy;and 8)A waiver of subrogation in favor of Toho. 9)Coverage shall be primary and non-contributory. D.Receipt of certi?cates or other documentation of insurance or policies,or copies of policies,by Toho or by any of its representatives,which indicates less coverage than is required,does not constitute a waiver of the Contractor’s obligation to ful?ll the insurance requirements speci?ed herein. The Contractor shall ensure that any subcontractor(s),which hired to perform an of the duties contained in the Scope of Services of this Agreement,procure and maintain the same insurance,in accordance with the requirements set forth herein. in addition,the Contractor shall maintain proof of the same on ?le and make the same readily available to Toho upon request. I l TOHO OBLIGATIONS.At the Contractor’s request,Toho agrees to provide,at no cost to Toho,all pertinent information known to be available to Toho to assist the Contractor in providing and performing the Services requiredunder this Agreement. Page 5 of18 Agenda Item #8.A.10 Mar 2025 Page 72 of 141 12.APPLICABLE LAW,VENUE,JURY TRIAL.The lawsof the State of Floridashall govern all aspects of this Agreement.In the event it becomes necessary for either Party to initiate legal action regarding this Agreement,venue shall lie in Osceola County,Florida.Each Party Parties hereby waivestheir right to trial by jury in any action,proceedingor claim,arising out of this Agreement,which may be brought by either of the Parties hereto. In all respects,this Agreement shall be governed by and construed in accordance with the laws of the State of Florida without giving effect to any choice of law or rules thereof that may directthe applicationof the lawsof anotherjurisdiction. 13.PUBLIC RECORDS COMPLIANCE. A.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 Agreement,contact the custodian of public records at the following: Records Retention 951 MartinLuther King Blvd. Kissimmee,Florida 34741 (407)483-3822 B.The Contractor understands that by virtue of this Agreement all of its documents, records,and materialsof any kind,relating to the relationshipcreated hereby,shall be open to the publicfor inspectionin accordance with Florida law.If Contractor shailact on behalf of Toho,as provided under Section 119.011(2),Florida Statutes, as amended,the Contractor,subject to the terms of Section287.058(l)(c),Florida Statutes,as amended,and any other applicable legal and equitableremedies,shall: 1)Keep and maintain public records that ordinarily and necessarily would be required by Toho in order to perform the Services;and 2)Provide the public with access to public records on the same terms and conditions that Toho would provide the records and at a cost that docs not exceed the cost providedby Floridalaw;and 3)Ensure that public records that are exempt or con?dential and exempt from public records disclosure requirements are not disclosed,except as authorized by law;and 4)Meet all requirementsfor retaining public records and transfer,at no cost,to T0110all public records in possessionof the Contractor upon terminationofthis Agreement and destroy any duplicate public records that are exempt or con?dential and exempt from public records disclosure requirements.All Page 6 of 18 ublmecordsm new;tohnwater.com Agenda Item #8.A.10 Mar 2025 Page 73 of 141 records stored electronicallymust be provided to Tohoin a format that iscompatiblewiththeinformationtechnologysystemsofToho;and5)If the Contractordoes not comply with a public records request,Toho shallenforcethecontractprovisions,in accordancewith this Agreement. employee/employerrelationshipbetweenthe Parties.It is the Parties’intentionthat the Contractor , its employees,subcontractors,representatives,volunteers,and the like,will be an independen t contractor,and not an employee of Tohofor the purposes including,but not limitedto,applicationofthefollowing,as amended:the Fair Labor StandardsAct minimum wage and overtimepayments;the Federal InsuranceContributionAct;the Social Security Act;the FederalUnemploymentTaxAct;theprovisions of the InternalRevenueCode;the Stateof Floridarevenueandtaxationlaws;the State of Florida’sWorkers’Compensationlaws;the State of Florida l7.INDEMNIFICATION.To the fullestextent permitted by law,the Contractorshalldefend,indemnify,and hold harmlessToho,its of?cials,agents,and employees from and againstanyandallclaims,suits,judgments,demands,liabilities,damages,costs,and expenses (including,but not limitedto,attorneys’fees,paralegals’fees,consultants’fees,and costs at all administrative,pretrial,trial,and appellate levels)of any kind or nature whatsoever,arising directly or indirectlyoutoforcaused,in whole or part,by any act or omissionof the Contractoror its subcontractors(if any),anyone directlyor indirectlyemployed by them,or anyone for whose acts any of themmaybeliable. 18.SOVEREIGNIMMUNITY.Toho expressly retains all rights,bene?ts,andimmunitiesofsovereignimmunity,in accordance with Section 768.28,Florida Statutes,Notwithstandinganything set forth in any paragraph,section,or articleof this Agreement to thecontrary,nothing in this Agreement shall be deemedas a waiver of the sovereign immunityor thelimitsofliability,whichmay have beenor may be adoptedby the FloridaLegislature,and the capontheamountandtypeofliabilityofTohofordamages,attorney fees,and costs,regardless of thenumberornatureofclaimsintort,equity,or contract,which shall not exceed the dollar amount Page 7 of 18 Agenda Item #8.A.10 Mar 2025 Page 74 of 141 l-I'ml?"Iiin- ma-“?mum-‘ IEEHT. IIill?m—“mm-iii--?£?u '" turf-“mm“ h III-III:.I-P??-hIll-I H unla-Page 8 of 18 for tort,as set by the Florida Legislature.Nothing in this Agreement shall inure to the bene?t of any third party for allowing any claim against Toho,otherwise barredunder the Doctrine of Sovereign Immunity or operation of law. 19.BANKRUPTCY OR INSOLVENCY.If the Contractor shall ?le a Petition in Bankruptcy,or if the same shall be adjudged bankrupt or insolventby any Court;or if a receiver of the property of the Contractor shall be appointedin any proceeding brought by or against the Contractor;or if the Contractor shall make an assignment for the bene?t of creditors;or proceedingsshall be commencedon or againstthe Contractor’s operations of the premises,Toho may terminate this Agreement immediately notwithstanding the notice requirements of Section 7 hereof. 20.BINDING EFFECT.This Agreement shall be binding upon and inure to the bene?t of the Parties hereto,their heirs,personal representatives,successors,and/or assigns. 21.ASSIGNMENT.Assignment of this Agreement by the Contractor shall be subject to express written consent of Toho.Failure by Toho to provide such writtenconsent shall deem any such assignment by the Contractor null and void. 22.SEVERABILITY.All clauses found herein shall act independentlyof each other.If any provision of this Agreement is heldby a court of competentjurisdictionto be invalid,void,or otherwise unenforceable,the remaining provisions shall continue in full force without being impaired or invalided in any way. 23.WAIVER.Failure by the Parties to insist upon strict performanceof any of the covenants,terms,provisions,or conditions of this Agreement,to exercise any right or option herein contained,shall not be construed as a waiver or a relinquishment of any such covenant, term,provision,condition,or right of election,which shall remain in full force and effect. 24.NOTICE.The Parties understand and mutually agree that written notice,mailed or delivered to the last known mailing address,shall constitute suf?cient notice to T0110and the Contractor.In the event of any change to the addresses indicated below,written notice shall be providedby such Party to the other of such change.All notices required and/or made pursuant to this Agreement to Toho and the Contractor shall be in writing and providedby way of nationally recognized courier or United States Postal Service,?rst class mail,postage prepaid,addressed to the following addresses of record: Toho:Toho Water Authority Attn:Procurement Services (Warehouse) 1628 S.John Young Parkway Kissimmee,Florida 34741 Agenda Item #8.A.10 Mar 2025 Page 75 of 141 ?liin 'i-rlhhk.- “Hi—"$-J-mn??atlmUm'hl I'f-IIJIFI —III. .13 III'II-II mm?l??l H'I-i?h'“In-J i-IIl-rh rt“... PI_H. h “ml-l.- III-'F Contractor:USSl,LLC 752 CommerceDrive,Suite 15 Venice,Florida 34292 25.MODIFICATION.The covenants,terms,and provisions ofthis Agreement may bemodifiedbywayofwritteninstrument,mutuallyaccepted by the Parties hereto.In the event of aconflictbetweenthecovenants,terms,and/or provisions of this Agreement and any writtenAmendment(s)hereto,the provisions of the latest executed instrumentshall take precedence. 26.ENTIRE AGREEMENT.This Agreement,includingany documentsincorporatedherein,sets forthand constitutesthe entire agreement and understandingof the Partieswithrespecttothesubjectmatterhereof.This Agreement shall supersede any and all prior agreements,negotiations,correspondence,undertakings,promises,covenants,arrangements,communications,representations,and warranties,whether oral or written,of any Party to this Agreement. 27.HEADINGS.All headingsof the sections,exhibits,and attachmentscontainedinthisAgreementareforthepurposeofconvenienceonlyandshallnotbedeemedtoexpand,limit,orchangetheprovisionscontainedinsuchsections,exhibits,and attachments. 28.ADMINISTRATIVEPROVISIONS.ln the event Toho issues a purchase order,memorandum,letter,or any other instrumentaddressingthe Services,work,and materialsto beprovidedandperformedpursuanttothisAgreement,it is hereby speci?cally agreed andunderstoodthatanysuchpurchaseorder,memorandum,letter,or other instrumentis for Toho’sinternalpurposesonly,and any and all terms,provisions,and conditions contained therein,whether printed or written,shall in no way modify the covenants,terms,and provisions of thisAgreementandshallhavenoforceoreffectthereon. 29.CONFLICT OF INTEREST.The Contractorwarrants that the Contractorhas notemployedorretainedanycompanyorperson,other than a bona ?de employee workingsolely fortheContractor,to solicit or secure this Agreement,and that the Contractor has not paid or agreedtopayanyperson,company,corporation,individual,or firm any fee,commission,percentage,gift,or any other consideration,contingent upon or resulting from the award or making of thisAgreement.For breach or violation of this Section,Toho shall have the right to immediatelyterminatethisAgreement,without liability and withoutregard to the notice requirements set forthinSection7hereof. 30.PUBLIC ENTITY CRIMES.As required by Section 287.133,Florida Statutes,theContractorwarrantsthatitisnotontheconvictedcontractorlistforapublicentitycrimecommittedwithinthepast36months.The Contractor further warrants that it will neitherutilizetheservicesof,nor contract with,any supplier,subcontractor,or consultant in connection withthisAgreementforaperiodof36monthsfromthedateofbeingplacedontheconvictedcontractorlist. Page 9 of 18 Agenda Item #8.A.10 Mar 2025 Page 76 of 141 31.EMPLOYMENTELIGIBLITYVERIFICATION(E-VERIF Y) The Contractorshall require each of its subcontractorstoprovide the Contracto r with an af?davitstatingthat the subcontractordoes not employ,contract with,orsubcontractwithanyunauthorizedalien.The Contractorshallmaintaina copy ofthesubcontractor’saf?davit as part of and pursuant to the record retentionrequirementsofthisAgreement. The Contractoror any subcontractorwho has a good faith belief that a person orentity,withwhich it is contracting,knowinglyviolatedSection448.090),FloridaStatutes,or the provisions of this section,shall terminatethe contract with thepersonorentity. subcontractor. A contract terminatedunderthe provisions of thissectionis not a breachofcontractandmaynotbeconsideredassuch.Any contract terminatedunder the provisionsofthissectionmaybechallengedpursuanttoSection448.095(2),FloridaStatutes.The Contractoracknowledgesthat upon terminationof thisAgreement byTohoforaviolationofthissectionbytheContractor,the Contractormay not be awardedapubliccontractforatleastoneyear.The Contractorfurtheracknowledgesthat theContractorwillbeliableforanyadditionalcostsincurredbyTohoasaresultoftheterminationofthecontractforviolationofthissection. Subcontracts.TheContractoror subcontractorshallinsert in any subcontractstheclausessetforthinthissection,including this subsection,requiring the Informationon registration for and use of the E-VerifyProgram can be obtainedviatheinternetattheDepartmentofHomelandSecuritywebsite: Page 10 of 18 -'r’l ,,.',.n.,.lh..I.’W?‘.a..1 ,uy \i‘1;.htf ill UAW/[d hV (N {I11—V' Agenda Item #8.A.10 Mar 2025 Page 77 of 141 further ensure that all subcontractorsituses in providing the Servicesnequired under thisAgreementwillcomplywithallequalopportunityemploymentlaws. Agreement,the Contractorshall keepall books,records,and accounts of all activitiesrelatedtothisAgreement,in compliance with generally accepted accounting procedures.ThroughoutthetermofthisAgreement,books,records,and accounts relatedto the performance of this Agreement prescribed herein.All books,records,and accounted relatedto the performance of thisAgreementshallbesubjecttotheapplicableprovisionsoftheFloridaPublicRecordsAct,Chapter 119,FloridaStatutes.Toho also has the right to conductand audit within 60 days from the date ofexecutionofthisAgreementbybothPattiestodeterminewhethertheContractorhastheabilitytoful?ll its contractual obligations to Toho’s satisfaction.Toho has the right to terminate thisAgreementbaseduponits?ndingsof such audit withoutregard to the terminationprovision setforthherein. listedbelowas ProjectManagers,each ofwho shall havetheresponsibilityfor managingthe workperformedunderthisAgreement.The person or individualidenti?edby the Contractorto serveasitsProjectManagerforthisAgreement,or any replacement thereof,is subject to prior writtenapprovalbyToho.If Tohoand the Contractorreplace their current Project Managerwithanotherindividual,an amendmentto this Agreement shallnot be required.Notwithstandingtheforegoing,Toho will notify the Contractor,in writing,if the current Toho Project Manageris replaced withanotherindividual. A.Toho’sProject Managercontact informationis as follows: TimNoyes,AssetManager Engineering/Asset ManagementTohoWaterAuthority 951 MartinLutherKing Blvd. Page 11 of18 Agenda Item #8.A.10 Mar 2025 Page 78 of 141 Kissimmee,Florida 3474] (407)944-5040 Eric McRoberts USSI,LLC 752 Commerce Drive,Suite 15 Venice,Florida 34292 (941)725-2123 36.SCRUT]NlZED COMPANIES. A.If this Agreement has a cumulative value that meets,or exceeds,$1,000,000 (One Million Dollars),then the Contractor must certify that it is not a “Scrutinized Company"pursuant to Section 287.135(2),Florida Statutes.A “Scrutinized Company”is a company that is: I)on the “Scrutinized Companies that Boycott Israel List,”created pursuant to Section 215.4725,Florida Statutes,or is engaged in a boycott of Israel; 2)on the “Scrutinized Companies with Activities in Sudan List"or the “Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List,”created pursuant to Section215.473,FloridaStatutes;or 3)engaged in business operations in Cuba or Syria. B.To ensure compliance with Section 287.135(5),Florida Statutes,certi?cation requirement,the Contractor must complete an “Af?davit of Non-Scrutinized Company Status,”a copy of which is attached and incorporated by reference as Exhibit “C.”The af?davit must be executed by an individualthat is authorizedto bind the Contractor and shall be properly notarized. C.Pursuant to Section 287.135(3)(c),Florida Statutes,Toho may terminate this Agreement should the Contractor be found to: I)have falsi?ed its certi?cation of non-scrutinized company status;or 2)subsequent to the submittal of the attached af?davit,the Contractor engages in activities that make it a “ScrutinizedCompany.” 37.SIGNATORY.Each signatory below represents and warrants that he or she has the Page 12 of 18 PM.n..“x.”5:?ght,“ B.The Contractor Project Manager’s contact informationis as follows _1.3.n,“a._ no:3u mo cs tolum'atmunn t’llC “SHIUbZLC’ Agenda Item #8.A.10 Mar 2025 Page 79 of 141 III-nul- fullpower,and is duly authorizedby their respective Party,to enter into and perform under thisAgreement.Such signatoryfurtherrepresents that he or she has fully reviewed and understand sthetermsandconditionssetforthinthisAgreement,includingexhibits,and fully intendsto abidebyandcomplywithallofthetermsandconditionssetforthherein. 38.COUNTERPARTS,ELECTRONICTRANSACTION,AND ELECTRONICSIGNATURES.This Agreement may be electronicallyexecuted by the Parties in counterparts,up to but not exceedingthe number of Parties,each of which shall be deemedan original and allofwhich,taken together,shall constituteone agreement.Each Party may deliver its executedsignaturepagebyemailtransmissiontotheotherPartyattheemailaddressessetforthherein.Delivery shall be effectiveand complete upon completion of such email transmission.The PartiesagreethatelectronicsignaturesmaybeusedintheexecutionofthisAgreement,in accordancewithPartsIandllofChapter668,FloridaStatutes. [REMAlNDER OF PAGE INTENTIONALLYLEFTBLANK] [SIGNATURES ONPAGE THATFOLLOWS] Page 13 of18 Agenda Item #8.A.10 Mar 2025 Page 80 of 141 {It Ufa Lw_a?w,e Puts _5'“» GR»i‘KLLW414i kl 1H5/],.3w "I1’InUSSI,LLC,a Floridahunted TOHOPEKALIGAWiggins];,i”liabilitycompany AUTHO 4?Cs{-7x ,..,3::Lt.’e-i1wph \j_,:j :3By: By: 7 (i;""'-"-’i-‘«;i ;1;-:3PrintedName:Dim“mg HenryThackenighaifman,6'3: 3 Title: Boardof Supei‘yiéoxs ''"frDate:Date:-x .-‘.V031“Attest By: WilliamLane,cecretaAddress:951 MartinLutherKingBlvd.Kissimmee,Florida34741 :ABy:ECM . “es STATE OF Elggit”; COUNTYGEM notarizationthis l day of m 2023,by".‘V‘i.(7.5.”asjl",;of USS],LLC,a Floridalimitedliabilitycompany,on behalfof thecompany,who is[]personally knownto me or has [3 produced ”a 'LiC'EwACK‘;as identi?cation. (Kr-xv\0 ’$5.1)”D”.,‘3 t i u__._\._,LL_..___:‘__~"A':‘“\NotaryPublic PrmtedNameor Stamp:m.mm m''.<9;NotaryPublic-StaMyCommissmnNo.. 3'."mm 5."My CommissionExpires:Wm"MyCommeoIren 139‘"gig :-CHRIS-LEEucciomas-J}NotaryPublic-StétéofFlorlda3.;65‘:-CommissionaHH37am'gm‘“MyComm.Explfé'S'May12.2027 Page14 of 18 (In: "n Agenda Item #8.A.10 Mar 2025 Page 81 of 141 'I-I'l'l-Page 15 of 18 “A” IFB-20-076 Solicitation Agenda Item #8.A.10 Mar 2025 Page 82 of 141 u'n'uu PP PP PP DP 10 ll EXHIBIT “B” Unit Price List Item /Deseri tion Q . Mobilization&Demobilization 1 Indemni?cation 1 General Re uirements Bonds,Permits 1 Maintenance of Traf?c 1 Smoke Testin and Re ort Pre aration 160,000 Sea]Manhole Chimne s 80] Insert Dishes into Manholes 801 Re lace Cleanout Ca 5 8a.6—inchCleanout riser i es 80 8b.4-inchCleanoutriser i es 721 InstallCleanout Pi es 9a.6-inch Cleanoutriser i es 67 9b.4-inch Cleanout riser i es 608 LS Basin Re ort 160,000 Li?Station Area In?ltration 80,000 Investi ation TOTAL BASE BID Unit Lum Sum Lum Sum Lum Sum Lum Sum Linear Foot Each Each Each Each Each Each Linear Feet Linear Feet Unit Price $1,605.00 $ $ $ $ $ $ 996669699969 107.00 107.00 107.00 0.36 353.10 37.98 10.70 5.35 138.03 92.02 0.27 0.14 Extended Price $1,605.00 $107.00 $107.00 $107.00 $57,600.00 $282,833.00 $30,421.00 $856.00 $3,857.35 $9,248.01 $55,948.16 $43,200.00 $11,200.00 $497,090.50 Page 16 of 18 Agenda Item #8.A.10 Mar 2025 Page 83 of 141 CONTRACTOR Name:USS! CONTRACTOR FElN:65-0891727 EXHIBIT “C” Contractor Certification Regarding Scrutinized Companies (Agreements of $1,000,000.00 or more) CONTRACTOR’S Authorized RepresentativeName:DionVlasak [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK] Phone Number:941-408-5091 Email Address:Dion@USSIUSA.COM Section 287.135,Florida Statutes,prohibits local governments from contracting with companies, for goods or services of One Million and 00/100 Dollars ($1,000,000.00)or more that are on Scrutinizcd Companies Lists enumerated in Section 287.135,Florida Statutes. Address:752 Commerce DriveSuite 15 Title:CEO City:Venice State:Florida Zip:34292 [SIGNATURES ON FOLLOWING PAGE] Page 17 01°18 Agenda Item #8.A.10 Mar 2025 Page 84 of 141 EXHIBIT “C” As the person authorized to sign on behalf of the CONTRACTOR,I hereby certify that the company identi?ed above in the sectionentitled “CONTRACTORName”is not listedon the ScrutinizedCompanies Lists.I understandthat pursuant to section287.135,FloridaStatutes,thesubmissionof a falsecerti?cation may subject the CONTRACTOR to termination of the Agreement,civil penalties,attomey’s fees,and/or costs. CERTIFIED BY:I Date:st l -£13AuthorizedSignature Print Name: Print Title: The foregoinginstrumentwas acknowledged before me by means of []physical presence or []online notarization,this (date)by name of of?cer or ent title of of?cer or a ent of name of com an or corporation acknowledgm‘g},a (company or corporation),on behalf of the (company or corporation). He/sheis []personallyknown to me orMhas produced e of identi?cation as identi?cation. Notary Signature I\.PrintedName:k‘M" My CommissionNo.: NotaryPubii:My CommissionExp'raging"“Miss“: mates.CHRlS-LEEacconss5%Exit.NotaryPublic-State ofFloridaaegisCommission1!NH37369)KNEE?“MyComm.ExpiresMay12.1027 itb-20—076amendedandrestatedagreement ?nal 4 1923 Page 18 of18 ,r a “.3”h ' “9+3WL(ltd?~ Agenda Item #8.A.10 Mar 2025 Page 85 of 141 tullloril3/ v( tlMB,"A W:«mm Biv2 #9534 ‘fllrtf F '31—47“4|‘I \‘n'.W 1,?awaie:3.0 ‘19:31Matti”Luthc Kin;BML 1LiLaimmm,.‘-|34/”1 3910/)9"3—5300 'wwwtuhmmm mrr. Check all that a l Le al Administrative Assistant Notes: Check all that apply Executive Assistant to process: Document Processing Form (This form should remain with the document throughout processing) Date:5/9/2023 Requestor's Name:'JillSelby Department Procurement Extension:3831 We of Document:Approval of Amended and Restated Agreement lFB-20-076 lN-FLOWABATEMENTSERVICESProjectNumberProjectName: ._To be Com leted b ProcessorRequestedProcessmg.Processed B :Initial Date: Board Signature:5/10/23BoardMeetingDate: 7NAgendaItemNo.: Executive Director’s Signature Notary Recording Fonrvardto County Clerk for Recording.Select the applicable County or Counties: DOsceola DOrange DPolk D Scan to Laser?che &Notify Requestor Return to Requestor E]Dispose of Original D Forward to Legal Administrative Assistant for Comments: Toll» “nu-r Worn-uharaw1rum-1m.«a u:”mufnaW2”m'xmt:an :Scus manna Agenda Item #8.A.10 Mar 2025 Page 86 of 141 ulv—n L ‘ "nun". \Itl?lillzl?iL4. ’ ”mm.“- mun-In nun aw Agenda Item #8.A.10 Mar 2025 Page 87 of 141 Page 88 of 141 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM:Resolution No.25-19 approving a temporary constructioneasement from the School Board of Duval County for temporary non-exclusive easement for construction and related purposes at Anchor Academy,subject to the terms in the easement agreement;authorizing the mayor to execute the easement agreement. SUBMITTED BY:Steve Swann,PE,City Engineer TODAY’S DATE:February 26,2025 MEETING DATE:March 10,2025 BACKGROUND:The City of Atlantic Beach is constructing a water main across Anchor Academy property off of Wonderwood Drive.This water main is part of the project that will ultimately result in an emergency potable water connectionwith Naval Station Mayport.This water main project will be funded 70%through a Defense Community Infrastructure Program grant. The water main will be installed by trenching across the east side of the Anchor Academy property, connecting to an existing water main on Pioneer Drive and terminating at the property line of Naval Station Mayport.Construction activities on Anchor Academy property will require a temporary construction easement approvedby the School Board of Duval County.The School Board of Duval County has approved the temporary construction easement to be executed by the Mayor.Following constructionof the water main,the School Board of Duval County Willgrant a permanent easement for the water main. BUDGET:N/A RECOMMENDATION:Commission review and vote on Resolution No.25-19 ATTACHMENTS:Proposed Resolution No.25-19 Temporary Construction Ease nt Agreement BY CITY MANAGER: Agenda Item #8.B.10 Mar 2025 Page 89 of 141 RESOLUTION NO.25-19 A RESOLUTION OF THE CITY OF ATLANTIC BEACH,FLORIDA, APPROVING A TEMPORARY CONSTRUCTION EASEMENT FROM THE SCHOOL BOARD OF DUVAL COUNTY FOR TEMPORARY NON-EXCLUSIVE EASEMENT FOR CONSTRUCTION AND RELATED PURPOSES AT ANCHOR ACADEMY,SUBJECT TO THE TERMS IN THE EASEMENT AGREEMENT; AUTHORIZING THE MAYOR TO EXECUTE THE EASEMENT AGREEMENT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS,the City is extending a watermain along Wonderwood Drive and crossing Anchor Academy property to the property line of Naval Station Mayport;and WHEREAS,as part of these improvements,temporary authorization for access to Anchor Academy property during construction is required;and WHEREAS,the City requested and the School Board of Duval County has agreed to grant to the City a temporary non-exclusive easement for the staging of construction equipment and construction activities and related purposes,subject to the terms therein. NOW,THEREFORE,be it resolved by the City Commission of the City of Atlantic Beach as follows: SECTION 1.The City Commission hereby approves and accepts the Temporary Construction Easement Agreement with the School Board of Duval County as set forth in Exhibit A,attached hereto and made a part hereof. SECTION 2.The Mayor is hereby authorized to execute the attached temporary construction easement,Exhibit A,and such other documents as may be necessary to effectuate the purpose of this Resolution. SECTION 3.This Resolution shall be effective immediately upon adoption. ADOPTED at a regular meeting of the City Commission of the City of Atlantic Beach,Florida, 10thday of March 2025. Donna L.Battle,City Clerk Approved as to form and correctness: Curtis Ford,Mayor Jason Gabriel,City Attorney Attest: Agenda Item #8.B.10 Mar 2025 Page 90 of 141 Pre ared b andreturn to: Stephen Swann Cityof AtlanticBeach 800 SeminoleRoad AtlanticBeach,FL 32233 RE #2168330-0010 TENIPORARY CONSTRUCTION EASEMEN T AGREEMENT THIS TEMPORARY CONSTRUCTION EASEMENT AGREEMENT (this "Easement Agreement")is made this day of ,2024,by and between the SCHOOL BOARD OF DUVAL COUNTY,FLORIDA (the “Grantor”),whose address is 1701 Prudential Drive,Jacksonville,Florida 32207,and the CITY OF ATLANTIC BEACH,a body politic and corporate (the “Grantee”),whose business address is 800 Seminole Road,Atlantic Beach,Florida 32233. WITNESSETH:The District,for and in consideration of consideration of the sum of Ten and 00/100 dollars ($10.00)and other good and valuable consideration,the receipt and suf?ciency of which are hereby acknowledged,the parties intending to be mutually bound do hereby agree as follows: 1.Grant of Easement.Grantor hereby gives,grants,bargains and releases unto Grantee,a temporary easement (this "Temporary Easement")for the purpose of providing additional work space with the construction of improvements associated with a public utilities project to be undertaken by Grantee (the "Project"),said Temporary Easement being located in,upon,over and through the following described land in Duval County,Florida,described as follows (the "Easement Area"): See Exhibit A,attached hereto and incorporated herein by this reference. For the duration of this Easement Agreement,Grantee shall have the right of reasonable ingress and egress over Grantor's property to access the Easement Area. Grantee shall also have the right to add stabilizing materials to portions of Grantor's property utilized by Grantee for ingress and egress to the Basement Area;provided, however,that upon completion of the Project,Grantee shall remove all such stabilizing materials from Grantor's property and restore those portions of Grantor‘s property to substantially the same condition as it existed prior to the Project.Grantee shall complete the Project on or before eighteen (18)months after execution of this Easement Agreement.Prior to commencement of any work on the Project,Grantee NOTE TO CLERK:The property interest conveyed by this instrument is being transferredbetween two governmental entities.Accordingly,pursuant to Rule 123-4.014(10),FA C,no documentary stamp tax is due and payable in connection with this instrument. 1 Agenda Item #8.B.10 Mar 2025 Page 91 of 141 shall obtain all necessary permits and approvals from jurisdictions with authority in accordance with all applicable laws,codes,rules and regulations.Nothing in this Easement Agreement shall be construed as a permit for the Project. 2.Term of Easement.This Easement Agreement shall automaticallyexpire and terminate upon the earlier of:substantial completion of the Project or that date that is eighteen (18)months after the date this Easement Agreement is executed; provided however that upon the written request of the Grantor,Grantee shall execute and deliver for recordation a terminationof easement in respect hereof. 3.Indemni?cation.Grantee shall indemnify,defend and hold harmless Grantor and its respective members,of?cers,employees,agents and representatives (the "Indemni?ed Parties")from any and all losses,costs,liens,claims,causes of action,liability,damages and expenses (including,without limitation,court costs and reasonable attorneys'fees)arising from any personal injury or property damage incurred in connection with,or arising in any way from,the use of the Easement Area by Grantee,Grantee's representatives,contractors,or subcontractors unless such loss is caused or alleged to be caused solely by the negligence or fault of the Grantor.This indemnity does not alter,amend or expend the parameters of Section 768.28,Florida Statutes.If Grantee contracts with contractors or subcontractorsin any way related to the Easement,Grantee shall require said contractors and subcontractors to comply with the indemnity requirementsattached hereto as Exhibit B. 4.Insurance.During the term of this Agreement,Grantee shall maintainits status as a Florida self-insured entity.Upon request,Grantee will provide Grantor with a letter of self-insurance con?rming coverage for general and automotive liability and Florida workers'compensation.If Grantee contracts with contractors or subcontractorsin any way related to the Easement,Grantee shall require said contractors and subcontractorsto comply with the insurance requirements attached hereto as Exhibit C. 5.Successors and Assi us.The burdens of this Easement Agreement shall run with title to the Easement Area,and all bene?ts and rights granted hereunder shall be appurtenant to the interestof the parties hereto.This Easement Agreement shall be binding upon and inure to the bene?t of the parties and their respective successors and assigns. 6.Use'Com liance with Laws.Subject to the provisions hereof,Grantee shall have the right to use the Easement Area for the purpose stated in paragraph 1 above and for no other purpose without the prior written consent of Grantor (which consent may be withheld in Grantor's sole discretion).Grantee shall comply with all laws,rules and regulations,orders and decisions of all governmental authorities, respecting the use of and operationsand activities on the Basement Area,including, but not limited to,environmental,zoning and land use regulations.Grantee shall not make,suffer or permit any unlaw?il use of the Basement Area,or any part thereof. Agenda Item #8.B.10 Mar 2025 Page 92 of 141 7.Severabili .The invalidity of any provision contained in this Easement Agreement shall not affect the remaining portions of this Easement Agreement, providedthat such remaining portions remain consistent with the intent of this Easement Agreement and do not violate Florida law,which law shall govern this Easement Agreement. 8.Construction.The partiesacknowledge that each party has reviewed and revised this Easement Agreement and that the normal rule of constructionto the effect that any ambiguitiesare to be resolved against the drafting party shall not be employed in the interpretation of this Easement Agreement. 9.Notices.Any notice,demand,consent,authorization,request,approval or other communication (collectively,"Notice")that any party is required,or may desire,to give to or make upon the other party pursuant to this Easement Agreement shall be effective and valid only if in writing,signed by the parties giving such Notice,and delivered personally to the other parties or sent by express 24-hour guaranteed courier or delivery service,with con?rmed receipt,or by registered or certi?ed mail of the United States Postal Service,postage prepaidand return receipt requested,addressed to the other partiesand sent simultaneously as follows (or to such other place as any party may by Notice to the other specify): As to the District:With copy to: The School Board of Duval County,Florida Of?ce of General Counsel 1701 Prudential Drive 117 West Duval Street,Suite 480 Jacksonville,Florida‘32207 Jacksonville,Florida 32202 Attn:Real Estate Director Attn:Real Estate Divisions As to COAB:With copy to: Atlantic Beach Public Utilities Department City of Atlantic Beach 902 Assisi Lane 800 Seminole Road Jacksonville,Florida 32233 Atlantic Beach,Florida 32233 Attn:Utility Director Attn:Finance Director Notices shall be deemed given when received or three (3)days after mailing,whichever occurs ?rst,except that if delivery isnot accepted,Notice shall be deemed given on the date of such non-acceptance. 10.Modi?cation and Waiver.This Easement Agreement shall not be modi?ed or amended and no waiver of any provision shall be effective unless set forth in writing and signed by both parties. 11.Jurisdiction.This Easement Agreement shall be construed and enforced in accordance with the laws of the State of Florida.Any action or proceedingarising out of or relating to this Easement Agreement shall be brought in Duval County,Florida,either in the State or Federal courts.Both parties hereby waive any objections to the laying of venue in any such courts. [Signatures on following page] Agenda Item #8.B.10 Mar 2025 Page 93 of 141 IN WITNESS WIIEREOF,Grantor has executed this Easement Agreement as of the day and year ?rst above written pursuant to the authority of Ordinance 2018-871-E and Section 122.430.1 (b),Jacksonville Ordinance Code. Signed,sealed and delivered in GRANTOR: Our presence as witnesses: THE SCHOOL BOARD OF DUVAL COUNTY,FLORIDA By: Print Name:Print: Its: Print Name: STATE OF FLORIDA COUNTY OF DUVAL The foregoing instrument was acknowledged before me by means of L]physical presence or L]online notarization,this day of ,20204 by as the of The School Board of Duval County,Florida,who L]is personally known to me or L]has produced as identi?cation. Name: Notary Public,State of Florida My commission expires: Commission no.: (NOTARIAL SEAL) Form Approved: Of?ce of General Counsel Agenda Item #8.B.10 Mar 2025 Page 94 of 141 Print: CITY OF ATLANTIC BEACH, a body politicand corporate Signed,sealed and delivered in GRAN TEE: Our presence as witnesses: STATE OF FLORIDA COUNTY OF DUVAL The foregoing instrument was acknowledged before me by means of L]physical presence or L]online notarization,this day of ,20204 by ,as the of The School Board of Duval County,Florida,who L]is personally known to me or L]has produced as identi?cation. Name: Notary Public,State of Florida My commission expires: Commission no.: (NOTARIAL SEAL) Print Name: Print Name: Its: Agenda Item #8.B.10 Mar 2025 Page 95 of 141 EXHIBIT A “Easement Area” MAP SHOWINGSURVEYOF: APORTIONOFLOT2,DIVISION2.ANDREWDEWEESGRANT DUVALCOUNTY,FLORIDA.mmmm;-25 marIn:1mm mm mzmmcrwrzmammmmnmvmmammmmwwmmvm MAWWWWMMWMGMMWMMMIM‘MmmmmmImwmmmwwmmntmmutwmzmz?mn:mmwwmcmmm hummmmmmmmmmnmmammmummmm 1967ummmmmwwmmmwwwmmwwmmuvu1WAW¢YDIMTEZTTO 4WM”WMWMMWWWLWSDWU‘AWNJGMJMMA’II'MPI'EIDHDmMMWMAmW?BmmAS/fmmWMWMWWWWMAM $51.95meHummrmwwwwmmmaImmumwmmmmwmmwmmmwWIILAmNRNFRTIOHM?'m 1)”meWWMYWQ’WUEAWNMMMWWWMAMNWMMmmvmnmwwmmmmmrmwmmmmmmwmmsmmmr WWWLEAWWZIM‘ETWMWWM i;meéwwr mug-m,Faraway-u magmas;IE a?mm?nann “WHO I SEWWA‘: 3mg:mew-mm Q}1IEI ’'3 ‘uuunlm //I”l Ennisfmmu /,E I m'mza / I mm /l l WWW-WITH /I ,mwgwm />¢rmmgamm // I “'7qu /’/zII I I //// / mwummm \/’ amass-Hm-I I \/gamma:I s!g:IF\\—7//I ,GRAPHIC SCALE I ?llEl ‘5/0 2°;I 40 I 'I I,I ?y c??I Inch =40 feet ///./““006VIN“/a"“0?.I 0‘E minnows-m/‘mg1$""‘g‘30 \G“mmme/A /G‘3‘Muzak-aw /Q0 m m.may/airman mmhm“.mmmmmmwwzmzmmm.mamImmammmxmmumzmmmmmmwmmwwmwmmmmmammwmmmmmmmmmmmmummmmmuzmmmmmmmmwmuummmwm.xmanmwmsAammmmmmmmmmmmmmmmy:Amm?mmmmmwmw. “Wimmmmmwmnmwmmm?vumm THIS SURVEYMEETS THESTANDARDSor PRACTICEFOR PROFESSIONALsunvzvonsANDMAPPERSPURSUANTTO BRADSHAW-ms and ASSOCIATES.INC. CHAPTERS5.147.051 a:5.147.052 F.A.c.sumo mo MAPPING eonsuu'm‘rs..LICENSED BUSINESS No.6524AlbertDD'Q'W'YW "D 3520 Lens SPEEDWAYBY5KmST.AUGUSTINE.FLORIDA 32084 ''(904)629-2591 FAX;(904)829—6070vmmhmunm Agenda Item #8.B.10 Mar 2025 Page 96 of 141 EXHIBIT B INDEMNIFICATION Grantee's contractors and subcontractors (the "Indemnifying Party/Parties")shall hold harmless,indemnify,and defend the City of Jacksonville and City's members,of?cers, of?cials,employees and agents (collectively,the "Indemni?ed Parties")from and against, without limitation,any and all claims,suits,actions,losses,damages,injuries,liabilities, ?nes,penalties,costs and expenses of whatsoever kind or nature,which maybe incurred by,charged to or recovered ?om any of the foregoing Indemni?ed Parties for: 1.General Tort Liabili ,for any negligent act,error or omission,recklessness or intentionally wrongful conduct on the part of the Indemnifying Parties that causes injury (whether mental or corporeal)to persons (including death)or damage to property, whether arising out of or incidental to the Indemnifying Parties'performance of the Easement Agreement,operations,services or work performed hereunder;and 2.Environmental Liabili ,to the extent this Agreement contemplates environmental exposures,arising from or in connection with any environmental,health and safety liabilities,claims,citations,clean-up or damages whether arising out of or relating to the operationor other activities performed in connection with the Agreement; and If an Indemnifying Party exercises its rights under this Agreement,the Indemnifyin gPartywill(1)provide reasonable notice to the Indemni?ed Parties of the applicable claim or liability,and (2)allow Indemni?ed Parties,at their own expense,to participatein the litigation of such claim or liability to protect their interests.The scope and terms of the indemnity obligations herein described are separate and apart from,and shall not be limited by any insurance provided pursuant to the Agreement or otherwise.Such terms of indemnity shall survive the expiration or termination of the Agreement. In the event that any portion of the scope or terms of this indemnity is in derogation of Section 725.06 or 725.08 of the Florida Statutes,all other terms of this indemnity shall remain in full force and effect.Further,any term which offends Section 725.06 or 725.08 of the Florida Statutes will be modi?ed to comply with said statutes. Agenda Item #8.B.10 Mar 2025 Page 97 of 141 EXHIBIT C INSURANCE REQUIREMENTS Without limiting its liability under this Agreement,Grantee's contractors and subcontractors shall at all times during the term of this Agreement procure prior to commencement of work and maintain at its sole expense during the life of this Agreement insuranceof the types and limits not lessthan amounts stated below Insurance Covera es Schedule Limits Worker's Compensation Florida Statutory Coverage Employer‘s Liability $1,000,000 Each Accident $1,000,000 Disease Policy Limit $1,000,000 Each Employee/Disease This insurance shall cover the Grantee's contractor or subcontractor (and,to the extent they are not otherwise insured,its subcontractors)for those sources of liability which would be covered by the latest edition of the standard Workers'Compensation policy,as ?led for use in the State of Florida by the National Council on Compensation Insurance (NCCI),without any restrictive endorsements other than the Florida Employers Liability Coverage Endorsement (NCCI Form WC 09 03),those which are required by the State of Florida,or any restrictive NCCI endorsements which,under an NCCI ?ling,must be attached to the policy (i.e.,mandatory endorsements).In addition to coverage for the Florida Workers'Compensation Act,where appropriate,coverage is to be included for the Federal Employers'Liability Act,USL&H and Jones,and any other applicable federal or state law. Commercial General Liability $2,000,000 General Aggregate $2,000,000 Products &Comp.Ops.Agg. $1,000,000 Personal/Advertising Injury $1,000,000 Each Occurrence $50,000 Fire Damage $5,000 Medical Expenses Such insurance shall be no more restrictive than that provided by the most recent version of the standard Commercial General Liability.Form (ISO Form CG 00 01)as ?led for use in the State of Florida. Automobile Liability $1,000,000 Combined Single Limit (Coverage for all automobiles,owned,hired or non-owned used in performance of the Agreement) Agenda Item #8.B.10 Mar 2025 Page 98 of 141 I I I II |I II —A I I I I II I I .I I II.7 'II 1'-r‘ '«I I I '....II I II .I''"-- I H I -' '.I .. I I I _:I II I I .|I I II I '‘' I I.'"TI II I ''‘' .I ...II I z _,II :z A II -"I 'f '.E -Ii '‘I I . I .-I.- III . I _ I I =I -I I II ‘"I I ": =I III I I -I.. I n I I rI II I I I I.I ' I II I I I I 54 I I I:..I 7 .,-II - IIII I I I r I I III I ._.I I I I I -I I II :‘‘I :I I I'-'II I II I I I I .. Such insurance shall be no more restrictive than that provided by the most recent version of the standard Business Auto Coverage Form (ISO Form CAOOO1)as ?led for use in the State of Florida. Professional Liability $1,000,000 per Claim and Aggregate Any entity hired to perform professional services as a part of this Agreement shall maintain professionalliability coverage on an Occurrence Form or a Claims Made Form with a retroactive date to at least the ?rst date of this Agreement and with a three year reporting option beyondthe annual expirationdate of the policy. Builders Risk/Installation Floater 100%Completed Value of the Project The Builder's Risk/Installation Floater policy shall include the SPECIAL FORM/ALL RISK COVERAGES.The Builder's Risk and/or Installation policy shall not be subject to a coinsurance clause.A maximum $10,000.00 deductible for other than Windstorm and hail.For windstonn and hail coverage,the maximum deductible applicable shall be 2% of the completed value of the project.Named insured's shall be:CONTRACTOR,the CITY,and respectivemembers,of?cials,employees and agents,the ENGINEER,and the PROGRAM MANAGEMENT FIRM(S)(when program management services are provided).The City of Jacksonville,its members,of?cials,of?cers,employees and agents are to be named as a loss payee. Pollution Liability $1,000,000 per Loss $2,000,000 Annual Aggregate Any entity hired to perform services as part of this Agreement for environmental or pollution related concerns shall maintain Contractor's Pollution Liability coverage.Such Coverage will include bodily injury,sickness,and disease,mental anguish or shock sustained by any person,including death;property damage including physical injury to destruction of tangible property including resulting loss of use thereof,cleanup costs,and the loss of use of tangible property that has not been physically injured or destroyed; defense including costs charges and expenses incurred in the investigation,adjustment or defense of claims for such compensatory damages;coverage for losses caused by pollution conditions that arises from the operations of the contractor includin gtransportation. Pollution Legal Liability $1,000,000 per Loss $2,000,000 Aggregate Any entity hired to perform services as a part of this Agreement that require disposal of any hazardous material off the job site shall maintain Pollution Legal Liability with coverage for bodily injury and property damage for losses that arise from the facility that is accepting the waste under this Agreement. Agenda Item #8.B.10 Mar 2025 Page 99 of 141 Additional Insurance Provisions A.Additional Insured.All insurance except Worker's Compensation and Professional Liability shall be endorsed to name the City of Jacksonville and City's members,of?cials,of?cers,employees and agents as Additional Insured. B.Waiver of Subro ation.All required insurance policies shall be endorsed to provide for a waiver of underwriter's rights of subrogation in favor of the City of Jacksonville and its members,of?cials,of?cers employees and agents. C.Contractor's/Subcontractor‘s Insurance Prima .The insurance provided by the Grantee's contractor or subcontractor shall apply on a primary basis to,and shall not require contribution from,any other insurance or self—insurancemaintained by the City or any City members,of?cials,of?cers,employees and agents. D.Carrier uali?cations.The above insurance shall be written by an insurer holding a current certi?cate of authority pursuant to chapter 624,Florida State or a company that is declared as an approved Surplus Lines carrier under Chapter 626 Florida Statutes.Such Insurance shall be written by an insurer with an AM.Best Rating of A-VII or better. E.Deductible or Self-Insured Retention Provisions.All deductibles and self-insured retentions associated with coverages required for compliance with this Agreement shall remain the sole and exclusive responsibility of the named insured Grantee. Under no circumstances will the City of Jacksonville and its members,of?cers, directors,employees,representatives,and agents be responsible for paying any deductible or self-insured retentions related to this Agreement. F.Contractor's/Subcontractor's Insurance Additional Remed .Compliance with the insurance requirements of this Agreement shall not limit the liability of the contractor or subcontractor,its employees or agents to the City or others.Any remedy provided to City or City's members,of?cials,of?cers,employees or agents shall be in addition to and not in lieu of any other remedy available under this Agreement or otherwise. G.Survival.Anything to the contrary notwithstanding,the liabilities of the Grantee under this Agreement shall survive and not be terminated,reduced or otherwise limited by any expiration or termination of insurance coverage. 10 Agenda Item #8.B.10 Mar 2025 Page 100 of 141 .v I‘ ,, CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM:Resolution No.25-20 authorizing the City Manager to execute a Hazard Mitigation Grant Program contract modi?cation for partial funding of the Aquatic Gardens Drainage project;authorizing the city manager to subsequently execute a contract with Jax Utilities Management,Inc,for construction of the project. SUBMITTED BY:Steve Swarm,PE,City Engineer TODAY’S DATE:February 26,2025 MEETING DATE:March 10,2025 BACKGROUND:The City of Atlantic Beach is constructing drainage improvements in Hopkins Creek adjacent to the AquaticGardens neighborhood,the Aquatic Gardens Drainage Project.The purpose of this project is to improve the hydraulic capacity of Hopkins Creek during heavy rainfall events. The original design for the drainage improvements included dredging the Aquatic Gardens stormwater pond and installing a sheet pile wall adjacent to the Atlantic Village shopping center.This project was selected by the Florida Division of Emergency Management (FDEM)for funding under the Hazard Mitigation Grant Program which provided reimbursement for up to 75%of the project cost. The City advertised this project for bids and received one bid from Jax Utilities Management,Inc.Although Jax Utilities Management,Inc.is a well-quali?ed ?rm,their bid was well over budget.Staff met with Jax Utilities Management,Inc.and the design engineer,Jones Edmunds Associates,to value engineer the project to reduce costs while providing a similar level of protection from severe rainfall events as the originally proposed project.The result of this effort was a modi?ed project that eliminated the sheet pile wall and pond dredging,but includedditchmodi?cations,pond headwall modi?cations and the replacement of the culvert at the entrance to the shopping center off of Aquatic Drive. The value engineered project results in very similar performance as the originally conceived project.The value engineered cost from Jax Utilities Management,Inc.of $2,795,000 still exceeded available budget so the City requested a scope of work and budget increase from FDEM. FDEM noti?ed the City on February 19,2025,that the scope of work change and budget increase was approved by the Federal Emergency Management Agency.FDEM indicated that executing the contract modi?cation to incorporate these changes can sometimes take up to two months due to the agency internal programmatic and legal reviews process. To help expedite the initiation of construction by Jax Utilities Management,staff recommends that the City Commission authorize the City Manager to execute the HMGP contract modi?cation when received from FDEM.When the HMGP contract is ?llly executed,staff recommends that the City Commission authorize the City Manager to execute a contract with Jax Utilities Management,Inc.for construction of the Aquatic Gardens Drainage Project. Agenda Item #8.C.10 Mar 2025 Page 101 of 141 BUDGET:$2,795,000 RECOMMENDATION:Commission review and vote on Resolution No.25—20 ATTACHMENTS:Proposed Resolution No.25-20 Exhibit A -Jax Utilitie agement,Inc.Quotefor Construction REVIEWED BY CITY MANAGER. Agenda Item #8.C.10 Mar 2025 Page 102 of 141 Donna L.Battle,City Clerk Approved as to form and correctness: RESOLUTION NO.25-20 A RESOLUTION OF THE CITY OF ATLANTIC BEACH,FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A HAZARD MITIGATION GRANT PROGRAM CONTRACT MODIFICATION FOR PARTIAL FUNDING OF THE CONSTRUCTION OF THE AQUATIC GARDENS DRAINAGE PROJECT;AUTHORIZING THE CITY MANAGER TO SUBSEQUENTLY EXECUTE A CONTRACT WITH JAX UTILITIES MANAGEMENT,INC.FOR CONSTRUCTION OF THE PROJECT;AND PROVIDING AN EFFECTIVE DATE. WHEREAS,the City was awarded a Hazard Mitigation Grant Program (HMGP)grant for drainage improvements in Hopkins Creek adjacent to the Aquatic Gardens neighborhood,the Aquatic Gardens Drainage Project;and WHEREAS,the cost of the project exceeded available grant ?mding and the City requested and received approval ?om the Florida Division of Emergency Management (FDEM)for a scope of work change and budget increase to $2,934,751 for the Aquatic Gardens Drainage Project HMGP grant;and WHEREAS,this HMGP grant will fund 75%of the construction cost of the Aquatic Gardens Drainage Project;and WHEREAS,the scope of work change and budget increase requires a contract modi?cation with FDEM that may take up to two months for FDEM to develop;and WHEREAS,the City advertised a request for bids for construction of the Aquatic Gardens Drainage Project and the lowest quali?ed bidder was Jax Utilities Management,Inc.with a price of $2,795,000 for the work described in Exhibit A attached hereto and made a part hereof. NOW,THEREFORE,be it resolved by the City Commission of the City of Atlantic Beach as follows: SECTION 1.The City Commission hereby authorizes the City Manager to execute a contract modi?cation for the Aquatic Gardens Drainage Project HMGP grant when received from FDEM. SECTION 2.The City Commission hereby authorizes the City Manager to execute a contract with Jax Utilities Management,Inc.in the amount of $2,795,000 for construction of the Aquatic Gardens Drainage Project and such other documents as may be necessary to effectuate the purpose of this Resolution. SECTION 3.This Resolution shall be effective immediately upon adoption. ADOPTED at a regular meeting of the City Commission of the City of Atlantic Beach,Florida, 10thday of March 2025. Curtis Ford,Mayor Attest: Agenda Item #8.C.10 Mar 2025 Page 103 of 141 Jason Gabriel,City Attorney Agenda Item #8.C.10 Mar 2025 Page 104 of 141 Subtotal $201,547.75 Project:Aquatic Drive -Channel &Box Culvert Date:10/2/ 2024 Contractor:Jax UtilitiesManagement Design:Jones Edmunds QWM 9?de 9m 1974 Subtotal $12,453.55 Subtotal $71,060.40 Subtotal $19,739.00 Subtotal $439,008.16 Subtotal $49,347.49 Subtotal $192,939.84 Subtotal $51,374.15 www.jaxum.com 5465 Verna Blvd |JacksonvilleFL |32205 Page 1 of 5 Mobilization General Conditions NPDES NPDESFee NPDESReporting Survey &Asbuilt Surveying As Builts Testing Density Testing Erosion Control RipRap SiltFence [regular] Floating Turbidity Barrier Inlet Protection MOT Maintenance of Traffic Demolition Demolish BoxCulvert Demolish Curb DemolishAsphalt Demolish Inlets 8:Manholes Demolish Pipe Clearing Clear &Haul 1.00 LS 1.00 E A1.00 LS 1.00 LS 1.00 LS 1.00 LS 1,655.00 SY 805.00 LF 90.00 LF 6.00 EA 1.00 LS 62.00 LF 135.00 LF 350.00 SY 3.00 EA 166.00 LF 1.00 LS Proposal &Schedule of Values _.°Uco43123~ Agenda Item #8.C.10 Mar 2025 Page 105 of 141 J1 Subtotal $499,094.14 Subtotal $65,536.40 Subtotal $43,845.00 Subtotal $184,978.44 1.00 LS 1.00 LS Subtotal $19,739.00 Subtotal $218,311.30 www.jaxum.com 5465 Verna Blvd |Jacksonville FL|32205 Page 2 of 5 Subtotal $718,030.68 5,930.00 SY 2,650.00 LF 5,550.00 SY 380.00 SY 380.00 SY 380.00 SY 95.00 SY 255.00 SY 1.00 LS 135.00 LF 100.00 LF 30.00 LF 125.00 LF 1.00 LS 32.00 LF 2.00 EA 1.00 EA 3.00 EA 3.00 EA 1.00 EA 1.00 EA 2.00 EA 24.00 LF 18.00 LF 12.00 LF 72.00 LF 54.00 LF Excavation Channel 8:Pond Dewatering Channel Excavation Grading FinishGrade Dress Out Grassing Site Sod Roadway 12"LBR40 Stabilization 8"LimerockBase Prime Limerock 3"Asphalt 2.5"Asphalt Striping &Signs Concrete Curb 18"Type “A"Curb &Gutter Handrail Handrail Sheetpiling Sheetpile Wall Temporary Sheetpile Wall Storm Drain Dewatering For Storm Trench Protection For Storm Type E Inlet 4—6'Deep Type FInlet6-8'Deep Inverts Top Adjustments 15"MES 24"I'U"Type Endwall BoxCulvert Headwall 15"RCP 24"RCP 36"RCP Box Culvert Punch Out Storm Total Price $2,795,000.00 $7,994.70Subtotal Agenda Item #8.C.10 Mar 2025 Page 106 of 141 I u I m .. n.- .le www.jaxum.com 5465 Verna Blvd |Jacksonville FL I32205 Page 3 of 5 The items below are expressly EXCLUDEDfrom this proposal: General 1 Allengineering,design,and associated permits needed to perform the work are provided by the Owner/GeneralContractor. 2 Payment and performance bonds are excluded. 3 Special insurances i.e.builder’s risk,pollution,terrorism,excess liabilityand/orumbrella are excluded. 4 Owner or general contractor shall provide a verified benchmark,and 2 horizontal control points for the work. 5 Job trailer or leased construction office isexcluded. 6 Temporary utilities,meters,etc.forjob trailers or otherwise are excluded. 7 No provision has been made for an offsite laydown yard. 8 Concrete wash out areas/clean-up are excluded. NPDES&ErosionControl 9 Maintenance of and removal of the erosion control measures after completion of the work is excluded and isthe responsibility of the GCor the Owner. Maintenance of Traffic Demolition 10 Demolitionand coring of existing structures/buildings is excluded. 11 Ifremoval of septic tanks and drain fields is required to be done by a licensed plumber,it will be excluded. 12 Removal or relocation ofexisting boats,trash,vehicles,mobile homes,and buildings is excluded. Clearing 8:Earthwork 13 Ifclearing debris cannot be burned on site,it must be cut or chipped an hauled off site.Cutting,chipping,and hauling 14 clearing debris off site is excluded. 15 Removal,disposal,and replacement of unsuitable materials including,but not limited to, 16 muck,marl,silt,clay,organics,peat,rock,shell,coquina,hard pan,buried debris,trash,general debris,foreign objects, 17 pollution,contaminants,hazardous materials,or any other condition is excluded. 18 Site surcharging to facilitate consolidation of unsuitable materials and associated testing is excluded. 19 Dewatering and abatement of natural springs or wells is excluded. 20 Alldesign,dewatering,excavation,and installation of retaining walls or pipe penetrations through walls are excluded. 21 Alldesign,dewatering,excavation,and installation of pond linersor pipe penetrations through linersare excluded. Base &Paving Curbs &Concrete Fences Guardrail &Handrail Retaining Walls BrickPavers Agenda Item #8.C.10 Mar 2025 Page 107 of 141 :.‘w u Utilities 22 Water &sewer capacity fees are excluded. 23 Water meters,bypass piping,meterfees,etc.are excluded. 24 Dewatering and trench protection is included for typical utility installation. 25 Special dewatering measures and engineered dewatering and trench protection plans are excluded. 26 Relocation of existing utilities including,storm drain,water,sewer,gas,CATVis excluded. 27 Lightpole holding,removal,or relocation is excluded. 28 Electricservice to liftstations is excluded. 29 Electric,CATV,and telephone relocations and/oradjustments are excluded. 30 Electricaland lightingconduits,sweeps,pads,and associated work isexcluded. 31 Electricalinstallation for construction trailer is excluded. 32 Electrical,irrigation,cable,gas main,and telephone sleeves are excluded. 33 Removal,relocation,or replacement of overhead electric and poles isexcluded. Landscaping &Irrigation 34 Landscaping,landscape lighting,and irrigation is excluded. Wetland Mitigation &Creation 35 Allwetland mitigation &creation is excluded. Special Features 36 A”special features e.g.:[trash cans,benches,wash stations,mailboxes,grills/picnicareas,dog waste stations,dog parks, playground equipment,water fountains,play courts,bicycle racks,docks,boat ramps,water features,entry signs,monuments,etc.]are excluded. www.jaxum.com 5465 Verna Blvd l JacksonvilleFL|32205 Page 4 of 5 Agenda Item #8.C.10 Mar 2025 Page 108 of 141 Terms &Conditions Acceptance &Disputes Thisproposal is offered for acceptance within thirty (30)days from the date shown above.After this date,the proposal is subject to confirmation by Jax UtilitiesManagement,Inc.Upon the execution and delivery of this document to Jax UtilitiesManagement,Inc.,this shall constitute a legal contract.Any contract or purchase order issued to Jax UtilitiesManagement,Inc.shall include or reference this proposal.Thiscontract shall be governed bythe laws of the State of Floridaand any disputes shall be settled by mediation and arbitration in DuvalCounty,FL. Payment Monthly progress payments shall be paid the 10th of the month for all work performed and invoiced by the 25th of the prior month unless otherwise clarified herein.Finalpayment shall be due upon completion of all punch lists provided for work performed byJax UtilitiesManagement,Inc.Allpayments shall be made to Jax Utilities Management,Inc.,5465 Verna Blvd.Jacksonville,FL32205. NTO's&Liens Recorded Notice of Commencement and any project information required by Jax UtilitiesManagement,Inc.to issue a notice to owner shall be provided by the GCor Owner prior to commencement of work.Ifagreed payment terms are not adhered to,Jax UtilitiesManagement,Inc.will pursue it's legal remedies including lien rights, suspension of the work,suspension of the contract time,and demobilizaiton until payment is made. Allpast due payments willaccrue interest at the maximum rate allowable by lawtogether with costs for collection of any late payments including,but not limited to,attorney/s fees. Changes in the Work Any work not specifically mentioned herein shallbe considered a change in the work. Any change in work or work not covered according to this proposal shall be considered a change order and subject to additional pricing and approval prior to commencement of work.Where there is a variance between the plans and specifications and this proposal,the scope of work quoted herein willsupersede the plans and specifications. Time &materials /force account work willbe billed and paid for separately from the work performed herein. Any force account work shall be approved bythe Jax Utilities Management,Inc.prior to commencement. No retainage shall be withheld from force account work and payment is due upon completion. Delays to the Work Jax Utilities Management,Inc.is not responsible for delays of the work schedule due to strikes,acts of God, terrorism,pandemics,government mandates,labor disputes,accidents,delays caused bythe Owner or Owner‘s contractors or representatives,inclement weather,or any other incidents beyond the control of Jax UtilitiesManagement,Inc. Acceptance: Date:Date: www.jaxum.com 5465 Verna Blvd|Jacksonville FL |32205 Page 5 of 5 Thank you for the opportunity to quote this project. Jax Utilities Management,Inc. Signed:Signed: Agenda Item #8.C.10 Mar 2025 Page 109 of 141 Page 110 of 141 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM:Resolution No.25-21 Authorizing the City Manager to execute a design-build contract with ACON Construction Company for the renovation of the Marsh Oaks Community Center. SUBMITTEDBY:Steve Swarm,PE,City Engineer TODAY’S DATE:February 27,2025 MEETING DATE:March 10,2025 BACKGROUND:Public Works is seeking approval to enter into a contract with ACON Construction Company for the renovation of the Marsh Oaks Community Center at 100 West 1StStreet. The proposed renovations include architectural design services,wind mitigation activities to meet the l40-mph wind (structural roof &wall framing,replacement of roof,doors &windows)and interior & exterior renovations to the building. ACON Construction company has a design-build construction contract with the City of Jacksonville that the City has an ability to piggy-back off of.ACON Construction Company is currently completing the renovation of the lifeguard station under this contract.The guaranteed maximum price provided by ACON Construction Company for the renovation work is $719,793.13 as described in Exhibit A. The renovation project is almost entirely grant funded.The City received a Hurricane Loss Mitigation Program (HLMP)grant through the Florida Division of Emergency Management in the amount of $220,000 for wind mitigation activities.The City obtained a commitment from the City of Jacksonville for $500,000 for building renovations. Wind mitigation activities must be initiated quickly and be completed by June 13‘,2025 to meet the HLMP grant deadline.Interior and exterior renovations will occur at a slower pace and will be glided Via community input through public meetings. Separate from this request is additional funding obtained via a Community Development Block Grant in the amount of $196,751 for the demolition and replacement of the parking area and landscaping.A request for bids for this portion of the project will be advertised later this year BUDGET:$719,793.13 RECOMMENDATION:Commission to review and approve Resolution No.25-21 directing the City Manager to modify the budget to add $719,793.13 forrenovation expenses associated with the Marsh Oaks Community Center and enter into a contract with ACON Construction to complete the renovations. ATTACHMENTS:Proposed Resolution No.5— Exhibit A —A t enovations REVIEWED BY CITY MANAGER: Agenda Item #8.D.10 Mar 2025 Page 111 of 141 Attest: Donna L.Bartle,City Clerk Approved as to form and correctness: RESOLUTION NO.25-21 A RESOLUTION OF THE CITY OF ATLANTIC BEACH,FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE A DESIGN-BUILD CONTRACT WITH ACON CONSTRUCTION COMPANY FOR THE RENOVATION OF THE MARSH OAKS COMMUNITY CENTER;AND PROVIDING AN EFFECTIVE DATE. WHEREAS,The City purchased the former assisted living facility located at 100 W.1StStreet with the intention of renovating the building and creating the Marsh Oaks Community Center;and WHEREAS,signi?cant renovations are required to bring this building up to current building codes and adapt it to a community center;and WHEREAS,grant funding in the amount of $916,751 for the renovation project will available in the City’s Fiscal Year 2024-25 budget prior to contract execution;and WHEREAS,the City will be “piggy—backing”and retaining the construction servicesprocured in the ACON Construction Company contract with the City of Jacksonville,as authorized by Section 2- 336(6),City Ordinance Code;and WHEREAS,the City desires to contract with ACON Construction Company to provide design- build services for the project,including wind mitigation activities and interior &exterior renovations at a price not to exceed $719,793.13 with the remaining budgeted funding being reserved for parking lot renovation and landscaping. NOW,THEREFORE,be it resolved by the City Commission of the City of Atlantic Beach as follows: SECTION 1.The City Commission hereby authorizes the City Manager to contract with ACON Construction Company for design-build services at the Marsh Oaks Community Center at a price not to exceed $719,793.13. SECTION 2.The City Commission hereby authorizes the City Manager to execute contracts and purchase orders in accordance with and as necessary to effectuate the provisions of this resolution. SECTION 3.This Resolution shall be effective immediately upon adoption. ADOPTED at a regular meeting of the City Commission of the City of Atlantic Beach,Florida, 10thday of March 2025. Curtis Ford,Mayor Jason Gabriel,City Attorney Agenda Item #8.D.10 Mar 2025 Page 112 of 141 ‘-A A VAACONConstructionCo.,Inc.A v 3653RegemBouievard.Suite401'Jacksonville.Florida32224-Telephone(904)565-9060Fax(904)565-9080 AYAVAY VA Jan 30,2025 City of AtlanticBeach(COAB) 800 Seminole Road Atlantic Beach,FL 32233 Attention:Mr.Steve Swarm,P.E. City Engineer Reference:Veterans Park BuildingPhase 1 Upgrades and Design COJDB Contract #71629—22 ”Piggyback” Mr.Swann, We are pleased to provide this proposal for the work on the subject project under the guidelines of the referenced contract. The scope of this project is to harden the exterior of the building at 100 W 1StStreet and to provide limited renovations to the interior of the building for use in creating a community or senior center to activate the building.Allowancesare provided in most cases as design work has not yet started,but time is ofthe essence.The design portion of the work willfocus on bringing the building up to code and providing for the proposed ?nal building plans.The construction work proposed willenable the building to have a wide-open floor plan to facilitate the future buildout.Allowances will be exhausted to complete as much ofthe final design as is possible.A limited contingency is also included since the contract allowable contingency of $108,000 is well outside current available budget. Our Guaranteed Maximum Price (GMP)for the project scope as stated is $719,793.13. The Guaranteed Completion Date (GCD)will be 240 days from receipt of Notice to Proceed.The building hardening will be completed by June 1“,2025,if a contract is awarded by March 1“, 2025. Breakdowns follow this letter.Please contact me if you have any questions or need further information. Sincerely, FrankAnderson Construction Manager Agenda Item #8.D.10 Mar 2025 Page 113 of 141 Subtotal Project Management Supervision Administration Architect and MEP Design Structural Engineering Enhancement for All Framing (*Hardening Item) Structural Roofand Wall Framing Enhancement Allowance (*Hardening Item) New Asphalt Shingle Roof (*Hardening Item) Fire Sprinkler Allowance HVAC &PlumbingAllowance New Openings Allowance (*Hardening Item) Electrical Allowance Repair Exteriors Allowance(UES Report)(*Hardening Item) Interior Renovation ACON Limited Contingency Hrs Hrs Hrs Al Al Al LS Al Al LS Al Al Al LS LS 40 600 30 $110.00 $75.00 $75.00 $50,925.00 $8,000.00 $100,000.00 $44,275.00 $25,000.00 $120,000.00 $32,000.00 $82,000.00 $35,725.00 $100,000.00 $20,000.00 $50,218.13 $4,400.00 $45,000.00 $2,250.00 $50,925.00 $8,000.00 $100,000.00 $44,275.00 $25,000.00 $120,000.00 $32,000.00 $82,000.00 $35,725.00 $100,000.00 $20,000.00 $669,575.00 $50,218.13Fee F .47 Agenda Item #8.D.10 Mar 2025 Page 114 of 141 reamH-m naval-LgONSTRUCTION. ESTIMATE#DAT -—--—~xbol' DESCRIPTIO QTY AMOUN 35,650.00 A PlusConstructionSen/ices.lnc. 96150 DowlingDr Yulee,FL 32097 9046120597 chas.aplus@yahoo.com ACON ConstructionCo inc 3653 Regent Blvd8-401 Fl Jacksonville,FL 32224 1122 07/23/2324 P.0.NUMBER AtlanticBeach Veterans Park Remove existing roofingsystem, and dispose of the debris into dumpsters Furnishand lnstall peel and stick secondary water barrier on entire roof deck Furnish and lnstall new ArchitecturalAsphalt Shingles Furnishand lnstallallaccessories forall penetrations Furnishand lnstallnew continuous ridge vent system LifetimeMaterialWarranty GAF Weather Stopper System Plus Warranty 10 year Workmanship Warranty Woodwork is additional.Additional $60.00 per sheet of 15/32 CDXor 7/16 083 plywood.$6.00 per LFof dimensional lumber. GAFTimberline HDZAsphalt Shingles -50 Year,130MPH Rated GAF Seal-A-Ridge(25’) GAF Cobra RigidVent 3 Exhaust Ridge Vent w/Nails -11-1/2"(4') GAF ProStart Starter Shingle Strip (120') GAF WeatherWatch Ice &Water Shield AluminumDripEdge —.040 Aluminum-3"(10’) BulletBootPipe Flashing 1 1/2" Estimate ADDRES 0601529403 0001330303 Agenda Item #8.D.10 Mar 2025 Page 115 of 141 II-I-II -.—_:.LEE:‘ I 'I--unl—n 'I?-I'l'llul— -I'E"I 'I-II I L."HIP-511w.'I-l :.-_--::_—u-- -?-Lu—nul— --I- u I I." I If Ill '_'—i—-F-u u I u.--u I. Accepted Date DESCRIPTION Bullet BootPipe Flashing-2" Bullet BootPipe Flashing-3" Bullet Gooseneck Vent with Damper —10" Roof Accessories $ Install.040 AluminumKynar500 coated Pac-Clad Fascia Metal Pac-Clad AluminumFascia -.040 — Kynar 500 PAC—GLADTouch Up Paint (2 oz) Fascia Labor installAluminumKstyle seamless gutters and downspouts K-Styie .032 Seamless Aluminum Gutters -6" D Square .032 Aluminum Downspouts -4"x5" Accepted By $44,275.00TOTAL 4,025.00 4,600.00 AMOUQT Agenda Item #8.D.10 Mar 2025 Page 116 of 141 009.9 30 Jan 2025 Architects,Inc. Arson Construction Company,Inc.Licensc#AA0001735 3653 RegentBlvd,#401 Stephen a.Laser,ABA,LEEMAPJacksonvdie,FL 32224 10609 Old St.Augustine Rond Jacksonville.Florida 32257Attn:David Sypniewski,President scene-3595 Re:Concept Design Services for the City of Atlantic Beach Veterans Park Building 100 West I"Street Atlantic Beach,Florida Subject:Professional Fee Proposal David: VRL Architectsproposes to conceptualizea re-purposing of this existingbuildingfrom a mid?eresidentialFacility to a community (Senior)center.We anticipatethe community center willincludea largegathering hall,a warmingkitchen,a few of?ces,chair&tablestorage and group restrooms.The functionalprogram will be con?rmed through meetings withthe of?cials fromthe City of AtlanticBeach. VRL Architectswill prepare SchematicFloor Plansand buildingelevationsbasedon approval from the City of Atlantic Beach.VRL Scope of Work will includetwo designmeetings with the City of AtlanticBeach.VRLwill follow up withPermit Documents to implement the Concept Drawings within the Contractor’s describedbudget of $720,000includingconsultingdesignfees. ConstructionAdministrationwill includereviewing Contractor’ssubmittalsas neededand site visits at the request of the Contractorand Owner. Mechanical,Electricaland Plumbing engineering will be provided by M.V.Cummings Engineers,Inc.the MEP Scope of Work to be as follows: ProvideMEP &FA Design Servicesto RenovateApproximately4,5003fof ExistingBuilding. ReviseElectricalInterior Services as needed.Combine.Reuse as is orprovide new service. a ReviseElectricalPowerand Lighting to matchnew ?oor plan. 0 ProvideDemolitionPlans for MEP disciplinesper new FloorPlan. a UpgradeHVAC units and Revise ductworkto matchnew usage.Providenew HVAC unitsif required. Providenew sanitary and domesticwater forRestroomsand Warming Kitchen. No Commercial Kitchen HoodDesign Includedin this scope. ProvideFire Alarm for Assembly area and surrounding areas as requiredby FBC. No Fire Sprinkler System Designto be providedNot Included. Agenda Item #8.D.10 Mar 2025 Page 117 of 141 cl 0 Use existing Sanitary and Water Line serviceto Facility. 0 No Irrigation system to be provided. 9 ProvideEnergy Calculation &Forms for PermittingPurposes. 0 ShopDrawing Review is to be provided. a No Scheduled ConstructionInspectionsto be provided. 0 Provide one MEP Substantial inspection,othersare upon request on an Hourly Rate -(See Attachment B)or sum Quotedbasis with Pre-Approval. a As-BuiltsFinaiDrawing update fromcontractors’mark-ups. o No Book Speci?cations,Specs to be on Plans. e No PhotoMetricsDesign nor printoutto be provided. 6 No Parking Lot Lighting (New or Upgraded). StructuralEngineering willbe provided by Atlantic Engineering Services.The structural design will addressthe sustained design wind speed of 140 mph. The design team will coordinatewith ACON Constructionto con?rm materials and constructabilityas required. Compensation for the above outlined services will be as follows: Structuralengineering (AE8)$8,000.00 MEP engineering (MVC)$17,925.00 ArchitecturalDesign and Project Management (VRL)$33 000.00 Total Lump sum Fee:$58,925.00 Additional Services will be invoiced in accordance with the following hourly rate schedule Title Hourly Rate PrincipalArchitect $250 PrincipalEngineer $300 Engineer $200 ProductionChief $150 Designer Engineer $150 Construction Reviewer S190 CADD Technician $110 Clerical Engineer 3 $1 10 We are able to begin our work at this time.A signature below will constitute acceptance of this proposal. Sincerely, V]‘,Inc. Stephen F.Lzr 'u‘AIA,LEED AP Accepted for ACON Construction Company,Inc. J:\2407CityofAtlanticBeach VctcrzmsPark\AA\l.l 0wner\Agrccmcnls\29Jan 2025Atlantic Beach Floridal’roposal. Agenda Item #8.D.10 Mar 2025 Page 118 of 141 CITY OF ATLANTIC BEACH CITY COMMISSION MEETING STAFF REPORT AGENDA ITEM:Resolution No.25-22 authorizing the City Manager to execute task orders with Hanson Professional Services to complete design of the Cutlass Drive box culvert expansion and ditch widening project. SUBMITTED BY:Steve Swann,PE,City Engineer TODAY’S DATE:February 27,2025 MEETING DATE:March 10,2025 BACKGROUND:As part of overall drainage improvements in the Hopkins Creek drainage ditch adjacent to the Aquatic Gardens neighborhood,Public Works intends to expand the box culvert at Cutlass Drive to improve hydraulic performance of the Hopkins Creek drainage ditch.As part of this project,the Hopkins Creek drainage ditch between Cutlass Drive and the Aquatic Gardens pond will be widened to provide additional storrnwater runoff storage capacity. Hanson Professional Services completed a feasibility study and 30%design of the improvements in 2024. To ?nalize the design and prepare this project for advertisement for bids,the City requested proposals from Hanson Professional Services for 100%design services.Hanson Professional Services submittedtwo proposals for this work,one for the culvert design and one for the ditch widening design,in the amount of $34,502 and $49,525,respectively.The proposals are attached as Exhibits A &B. The City will be reimbursed for 90%of the cost the design services for the culvert expansion Viaa Hazard Mitigation Grant Program grant.90%of the construction costs will also be covered under this grant.The design services required for the ditch expansion are not reimbursable under this grant but the cost of construction will be covered 100%under a State Appropriation for $1,000,000. Staff recommends that the City Commission authorize the City Manager to execute contracts with Hanson Professional Services to complete the design of both the Cutlass Drive box culvert expansion and the Hopkins Creek ditch widening projects. BUDGET:$84,027 RECOMMENDATION:Commission review and approve Resolution No.25-22 ATTACHMENTS:Proposed Resolution No.25—22 Exhibit A —Proposal for Cutlass Drive box culvert ?nal design Exhibit B Proposal for Ho kins Creek ditch widening ?nal design REVIEWED BY CITY MANAGER: Agenda Item #8.E.10 Mar 2025 Page 119 of 141 Attest: Donna L.Bartle,City Clerk Approved as to form and correctness: RESOLUTION N0.25-22 A RESOLUTION OF THE CITY OF ATLANTIC BEACH,FLORIDA, AUTHORIZING THE CITY MANAGER TO EXECUTE TASK ORDERS WITH HANSON PROFESSIONAL SERVICES TO COMPLETE DESIGN OF THE CUTLASS DRIVE BOX CULVERT EXPANSION AND DITCH WIDENING PROJECT;AND PROVIDING AN EFFECTIVE DATE. WHEREAS,as part of overall drainage improvements in the Hopkins Creek drainage ditch adjacent to the Aquatic Gardens neighborhood,Public Works intends to expand the box culvert at Cutlass Drive to improve hydraulic performance of the Hopkins Creek drainage ditch and widen the drainage ditch between Cutlass Drive and the Aquatic Gardens pond;and WHEREAS,Hanson Professional Services,a professional services provider contracted with the City to provide continuing engineering services,has completed a feasibility study and 30%design of the proposedimprovements;and WHEREAS,the City will be reimbursed for 90%of the design cost and 90%of the eventual construction cost of the culvert expansion via a Hazard Mitigation Grant Program grant and 100%of the eventual construction cost of the ditch expansion not to exceed $1,000,000 via a state appropriation;and WHEREAS,Hanson Professional Services submitted proposals for the ?nal designwork required for the culvert expansion and for the ditch widening,in the amounts of $34,502 and $49,525,respectively; and WHEREAS,funding in the amount of $84,027 for the ?nal design work will be available in the City’s Fiscal Year 2024-25 budget prior to task order execution. NOW,THEREFORE,be it resolved by the City Commission of the City of Atlantic Beach as follows: SECTION 1.The City Commission hereby authorizes the City Manager to execute task orders with Hanson Professional Services for ?nal design work for both the culvert design and the ditch widening design in the amounts $34,502 and $49,525,respectively,and such other documents as may be necessary to effectuate the purpose of this Resolution. SECTION 2.This Resolution shall be effective immediately upon adoption. ADOPTED at a regular meeting of the City Commission of the City of Atlantic Beach,Florida, 10thday of March 2025. Curtis Ford,Mayor Jason Gabriel,City Attorney Agenda Item #8.E.10 Mar 2025 Page 120 of 141 A50 January 10,2025 Mr.Steve Swann,PE City Engineer City of Atlantic Beach 800 Seminole Road Atlantic Beach,Florida 32233 Re:Cutlass Drive Drainage Improvements (Culvert Final Design Phase) Subject:Scope &Fee Proposal Dear Mr.Swann: Hanson Professional Services (Consultant)is pleased to present our scope of services and fee proposal for this project.This scope of work is to provide professional engineering services for drainage improvements in the Cutlass Drive area of Atlantic Beach. General Objective The general objective of this scope is to provide a ?nal design along with an opinion of probable construction cost to add an additional box culvert or drainage pipe under Cutlass Drive as outlined in the Cutlass Drive Drainage Improvements Memorandum dated November 20,2024 Project Description The improvements under this project willbe limitedto the area to be disturbed to construct the new box culvert/drainage pipe.The scope presented here is based on utilizing a box culvert/drainage pipe forthe additional barrel (per the latest FDOT Standard Plans)and structural design for details to remove a portion of the existing headwall and construction of the new headwall after the construction of the additional box culvert/drainage pipe.No roadway or pedestrian improvements willbe designed such as curb and gutter or sidewalk.The handrailon top of the existing upstream headwall willbe modi?ed or replaced as needed.The roadway and sidewalk design willbe limited to reconstruction to existing condition based on estimated limits of impact required to construct the additional box culvert/drainage pipe. Scope of Services The Scope of Services for this project involves the following tasks: Phase I —Design and Permitting Drainage Design I Plans Production Design phase services will include the preparation of 100%and ?nal construction plans for the drainage improvements. (a)Drainage Design/Analysis.The Consultant willperform modeling of a pipe option that would provide similar results as the proposed 4-foot by 6-foot box culvert.The 1of3 Agenda Item #8.E.10 Mar 2025 Page 121 of 141 H a "H I I I 'V. I m. I I :“.. .II I... —E . I ‘I .. II . I I .I I I _ I I I I. l -II.I I ‘I _ :..II I n . -..II III..I I.I..II .I I. I ..__ III .I ._.. II II: 1.III "I a _I .II . = o.I,-I... v 'I ,. 'rol r I I I I V:V“k I -'- I II..-.I .I II I II f __ II I I I I ..— results of this analysis willbe used to compare the opinion of probable constructioncostsforeachtoidentifythecost-effective option,box culvert or pipe,to be used inthe?nal construction plans.The consultant willalso produce the requireddocumentationrequiredintheHGMPgrantthatdemonstratesanimprovement inthehydraulicperformancefortheproposedhydrauliccondition.(b)Structural Design/Analysis.The Consultant willperform structural calculationsanddevelopdetailsnecessaryfortheproposedboxculvertandheadwalls/wingwalls.(0)Plans.This effortwillinclude?nalizing plan sheets suf?cient for construction of theproposedimprovements.The index of drawings for the plan set willgenerallyinclude,but not necessarily be limitedto the following: Key Sheet General Notes Roadway/DrainagePlan Structural Details Traf?c Control Plan/Notes Erosion&Sedimentation Control Notes/Details 7”?” 53097?’ Where applicable,informationmay be combined on drawing sheets. Geotechnical Services Geotechnicalservices to support the culvert design are included as part of this scope ofservices.See attached scope and fee from CSI for more details. Environmental Services The proposed improvements do not require any environmentalservices such as wetland?agging thus these services are not included as part of this scope. Utility Services The Consultantwillcontact the utilityowners withinthe project limits and submitpreliminaryplanstocon?rm existing facilitiesand identify utilityimpacts anticipated bytheproposedimprovements.The Consultant willsubmit ?nal plans to con?rm/documentexistingfacilitycon?icts and address relocation requirements.Coordinationof anypotentialadjustmentswillbecompleted.The effort to design utilityadjustments is notincludedaspartofthisscopeandifrequestedbytheeffectedUAOshallbenegotiatedunderaseparatescopeofservices. Permitting Requirements The proposed improvements are expected to qualify for a SJRWMD General Permit.The Consultant willcoordinate with SJRWMD and submitthe General PermitApplication.The Consultant willcoordinate a pre-application meeting to con?rm thepermittingapproachearlyintheproject.The City Engineer willhandle acquiring theUSACENationwidepermitandtheConsultantwillassistwithexhibits. Project Submittal Requirements 100%Design Plans:A PDF of half—sized(11”x 17")drawings willbe furnished to theCityforreviewandcomment.Design documentationwith calculations and an opinion ofprobablecostwillbeprovidedalongwiththedesignplans.The plans willbe reviewed bytheCityandwrittencommentswillbeprovided.The Citywillprovide written reviewcommentswithintwo(2)weeks from submittal. Final Signed and Sealed Design Plans:A PDF of digitallysigned and sealed half-sized(11”x 17”)drawings willbe furnished to the City for review and comment.Design 20f3 Agenda Item #8.E.10 Mar 2025 Page 122 of 141 I I II I qI )- documentation with calculations and an opinion of probable cost willbe provided along with the design plans.Draft Bid Documents and Project Speci?cations using City standard format will be included in this submittal.The plans willbe reviewed by the City and written comments willbe provided.The City willprovide written review comments withintwo (2)weeks from submittal.Agreed upon revisions willbe made and revised signed and sealed plans,Bid Documents,and Speci?cations willbe issued. Subsurface Utility Engineering Based on previous data collection and utilitycoordination the only utility in con?ict with the proposed improvements is a water line running east-west along the southern side of Cutlass Drive crossing the existing box culvert.V\?ththis being a City owned utilitythe Consultant willcoordinate with the City for any test holes needing to be performed by the City to determine the location of the existing water line to coordinate how this water line willbe handled during the construction ofthe new box culvert/drainage pipe. Meetings Consultant willschedule 100%plan review meeting to discuss review comments and relay any design information necessary to convey the intent of the plans. Consultant willconduct a pre-application meeting with SJRWMD staff to discuss applicable permitting/use of a general permit. Time Schedule Withinten (10)days after Notice to Proceed (NTP),Consultant will update the schedule provided with actual dates based on the NTP date.The schedule willfollowthe outline below Receive NTP Data Collection/Geotechnical Report Within 30 days after NTP Submit 100%Plans 60 days after completion of Geotechnical Report 100%Plans Review Comments (City)14 days after 100%Plans Submittal 100%Plans Review Meeting Within 10 days after receipt of City Comments Submit Final Bid Documents 21 days after 100%Plans Review Meeting Phase II—Construction Administration IfPhase ll is authorized by the City,the speci?c construction administration services to be provided by the Consultant during the period of construction willbe negotiated under a separate contract/scope of services. Fee Consultant willcomplete the scope of services described herein for a total lump sum amount of $34,502.00,as detailed in Exhibit A. 3of3 Agenda Item #8.E.10 Mar 2025 Page 123 of 141 $34,502.00 TOTAL REIMBURSABLECOSTS PART IV-SUMMAR YTOTALAMOUNTOFCONTRACT(Lump Sum plus Reimbursables) (Items 5,6.8.9,10,11) EXHIBITA CONTRACTFEE SUMMARY CUTLASS DRIVE DRAINAGEIMPROVEMENTS PART I -GENERAL1.Project Phase 2.Proposal NumberFinalDesinPhaseCulvert NA3.Consultant Name 4.Date of ProposalHansonProfessionalServices1/10/2025 PART II-LABOR RELATEDCOSTS5.Direct Labor Hourly Estimated Estimated Rate Hours Cost TOTALSSr.Pro'ect Manager $84.00 0 $- Sr.Engineer $72.00 0 $- Engineer 5 45.00 0 $ Sr.Desi ner $54.00 0 $ Desi ner $36.00 0 $- Clerical $28.00 0 $ Total Direct Labor 0 $-6.Overhead (Combined Fringe Benefit &Administrative) Overhead Rate 150%x TotalDirect Labor $ 7.Subtotal:Labor +Overhead Items 5 &6 $ 8.Profit:Labor Related Costs Item 7 x 10%$ PART ill-OTHER COSTS 9.Miscellaneous Direct Costs MISCELLANEOUSDIRECTCOSTS SUBTOTAL 10.SubcontractslMiscelIaneous Other (Lum Sum) CSIGEO(Geotechnical)$10,070.00 CSI (Structural Design)$24,432.00 SUBCONTRACTS/MISCELLANEOUSOTHER LUMPSUM SUBTOTAL $34,502.00TOTALLUMPSUMAMOUNTItems5,6,8,9,and 10 $34,502.0011.Reimbursable Costs Limitin Amount $0.00 Agenda Item #8.E.10 Mar 2025 Page 124 of 141 CSI Civil Services,Inc. Consulting Engineers January 8,2025 Mr.Brian McKee,P.E. Hanson Professional Services Inc. 8075 Gate Parkway West Suite 204 Jacksonville,FL 32216 Re:Cutlass Drive Box Culvert Miscellaneous Structures Design Jacksonville,Florida BRIDGE °ROADWAY 0 CIVIL-WATER RESOURCES Jacksonville -Atlanta -Wes't Palm Beach -Augusta Page 1of l 4601 Touchton Road |Building 300,Suite 3150 .JacksonviIle,FL 32246 -(904)641-1884 .Fax 645-0057 email:csi@civi|servicesinc.com .internet:www.civilservicesinc.com Dear Mr.McKee: CivilServices,Inc.(CSI)is pleased to present this structural design proposal and fee estimate for the subject project.We understand the project consists of the design of a single cell box culvert and headwalls at Cutlass Drive.We understand our task on this project includes the following: 0 Design of single cell box culvert (4'x 6']. 0 Design of box culvert headwalls and wingwalls as required Alldesign criteria shall be based on the latest editions of the FDOT Structures Design Guidelines, FDOT Design Manual,and the AASHTO LRFDSpeci?cations for Structural Supports for Highway Signs,Luminaires and Traf?c Signals. Our fee to provide the structural design services on this project is $24,432.00. If you have any questions or concerns,please do not hesitate to contact us.We appreciate your selection of CS]for these services and look forward to serving as your structural consultant on this project. Sincerely, CIVILSERVICES,INC. Christop er E.Morse,P.E. President m:\proposals\2025proposal sub\wj\cmlass drculven_hanson\cutlass dr_2025-0]-08.docx Agenda Item #8.E.10 Mar 2025 Page 125 of 141 DIRE 220 CONTRACI'FEE SUMMARYFOR ENGINEERINGDIVISION CITY OF JACKSONVILLE,FLORIDA PART I -GENERAL 1.Project 2.Proposal Number Cutlass Drive BoxCulvert Design NA 3.Name of Consultant 4.Date of ProposalCivilServicesInc.1 8 2025 5.Direct Labor Hourly Estimated Rate Hours Estimated Cost Principal $216.33 Project Manager $195.00 Sr.Engineer $180.00 Design Engineer $96.00 Designer $78.00 Clerical $75.00 TOTA L MISCELLANEOUSDIRECTCOSTS SUB-TOTAL 0.0010.SUBCONTRACTS(Lump Sum) SUB-CONTRACTSUB-TOTAL 0.00TOTALLUMPSUMAMOUNTItems5689and1024432.0011.REIMBURSABLECOSTS(Limiting Amount) 000 48 80 84 OOCOOOO TOTAL CTLABO 6.Overhead (Combined Fringe Bene?t &Administrative) 7.SUBTOTAL:Labor +Overhead Items 5 8L6 Hour $0.00 $1,560.00 $8,640.00 $7,680.00 $5,552.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 0.00 0.00% 0.00 0.00 0.00 0.00 0.00 0.00 42. 0.00 24 432.00 $555 SS $555 TOTAL AMOUNT OF CONTRACT(Lump Sum Plus Reimbursables)$24,432.00 0.00 0.00 0.00 0.00 9.Miscellaneous Direct Costs Agenda Item #8.E.10 Mar 2025 Page 126 of 141 CSIG'eo Geotechnical -CMT -CEI GEOTECHNICAL SCOPE OF WORK Cutlass Drive Box Culvert City of Atlantic Beach,Florida The geotechnical exploration will consist of ?eld exploratory borings,laboratory testing,and a geotechnical analysis of the collected data.Due to the limited site access,a Tripod will be used to perform the soil borings. PROPOSED GEOTECHNICAL EXPLORATION Field Ex loration -The proposed exploration for the culvert addition will consist of two (2)Standard Penetration Test (SPT)borings drilled to a depth of 30 feet each with continuous sampling.Muck probes Will be performed in the ditch in front of the box culvert.Soil samples will be classi?ed, containerized,and marked in the ?eld and returned to the laboratory for visual inspection and classi?cation by the geotechnicalengineer using the Uni?ed Soil Classi?cation System (USCS). Laborato Testin -Laboratory classi?cation and index soil tests will be performed as necessary on selected soil samples obtained from the exploration.Speci?c tests to be performed are Moisture Content,Organic Content,Percent Fines,Atterberg Limits,and Environmental Corrosion testing. En ineerin /Su ort Services -A geotechnicalengineer,registered in the State of Florida,will direct the geotechnical exploration and provide engineering analysis and evaluation of the site and subsurface conditions with respect to the plannedconstruction.The results of the explorationwill be presented in a report containing the following: 0 A brief discussion of the plannedconstruction. 0 A graphical representationof the subsurface conditions encountered as well as the existing on-site conditions,such as topography,surface vegetation,encountered water tables,etc.,as they relate to the planned construction. An appendixthat contains strati?ed soil boring pro?les and laboratory test data sheets. Written discussion of the subsurface conditions encountered. Evaluation of the subsurface soils and recommendations for the box culvert addition Recommendations for the required site preparation and earthworkconstruction. Agenda Item #8.E.10 Mar 2025 Page 127 of 141 (SlGeo Geotechnicel(how‘s!Miami!CMT -CE!'CMT -CE! GEOTECHNICAL FEE ESTIMATE 2394 St.Johns BluffRoad,5 Suite 200 Jacksonville.Florida32246 Geotechnical Exploration ‘6'(904)641'1993 Cutlass Drive Box Culvert City of Atlantic Beach,Florida Subtotal: Number Item Description Unit of Units Cost /Unit Field Investigation Mobilization-Tripod ea.1 ea.$1,900.00 lea. Tripod Mobilization from Hole to Hole ea.1 ea.$360.00 lea. Box Culvert Addition 2 Standard PenetrationTest (SPT)Boring @ 30'ea.ft.60 0.$28.00 /?. Extra Samples ea.12 ea.$49.00 /ea. MuckProbes in the Ditch day 0.5 day $1,200.00 /day Temporary Casing ?.20 ft.$19.50 /ea. Boring Layouthtility Clearance/Dif?cultAccess hr.3 hr.$124.00 lhr. Subtotal: Laboratory Testing Moisture Content ea.8 ea.$22.00 /ea. Percent Fines ea.8 ea.$54.00 /ea. Organic Content ea.4 ea.$54.00 lea. Attcrberg Limits ea.4 ea.$115.00 /ea. EnvironmentalCorrosion Series ea.2 ea.$250.00 /ea. Subtotal: Engineering/Support Services Sr.Geotechnical Engineer hr.1 hr.$204.00 /hr. Geotechnical Engineer hr.4 hr.$164.00 lhr. Staff Geotechnical Engineer hr.8 hr.$124.00 lhr. CADD hr.4 in.$119.00 /hr. Clerical hr.1 hr.$68.00 fhr. Estimated Cost $1,900.00 $360.00 $1,680.00 $588.00 $600.00 $390.00 $372.00 $5,890.00 $176.00 $432.00 $216.00 $460.00 $500.00 $1,784.00 $204.00 $656.00 $992.00 $476.00 $68.00 $2,396.00 ESTIMATED FEE:$10,070.00 Agenda Item #8.E.10 Mar 2025 Page 128 of 141 EXHIBITB ANSO January 10,2025 Mr.Steve Swann,PE City Engineer City of Atlantic Beach 800 Seminole Road Atlantic Beach,Florida 32233 Subject:Scope &Fee Proposal Dear Mr.Swann: Hanson Professional Services (Consultant)is pleased to present our scope of services and fee proposal for this project.This scope of work is to provide professional engineering services for ditch improvements inthe Cutlass Drive area of Atlantic Beach. General Objective The general objective of this scope is to provide a ?nal design along with an opinion of probable construction cost to increase the capacity of the ditch that runs north/south as Cutlass Driveas outlined in the Cutlass Drive Drainage Improvements Memorandum dated November 20.2024. Project Description The improvements under this project willbe to increase the cross—sectional area of the existing ditch and transition itto match the proposed conditions to be constructed at the existing box culvert under Cutlass Drive.The intent willbe to maximize the ditch cross section without adding any retaining walls/ditch slope hardening and leaving 10 feet of level area between the top of the eastern bank and the right-of-way to allow for maintenance and a future multi—use trail.The limitsof the ditch improvement will be from Plaza to Cutlass box culvert northern headwall and from Cutlass box culvert southern headwall to just north of the Aquatic Garden pond,see Exhibit A. Scope of Services The Scope of Services for this project involves the following tasks: Phase I —Design and Permitting Drainage Design I Plans Production Design phase services willinclude the preparation of 100%and ?nal construction plans for the drainage improvements. (a)Drainage Design/Analysis.The Consultant willupdate the modeling performed for Cutlass Drive Drainage Improvements Memorandum dated November 20,2024 to 1of3 Re:Cutlass Drive North/South Ditch Improvements (Final Design Phase) Agenda Item #8.E.10 Mar 2025 Page 129 of 141 u J x m .v r. re?ect the ?nal ditch cross section to demonstrate the expected reduction in thepeakstages. (b)Plans.This effort will include ?nalizing plan sheets suf?cient for construction of theproposedimprovements.The index of drawings for the plan set willgenerallyinclude,but not necessarily be limitedto the following: Key Sheet General Notes Typical Sections Roadway/Drainage Plan Special Details Cross Sections Erosion &Sedimentation Control Notes/Details QTWDDW? Where applicable,informationmay be combined on drawing sheets. Survey Services No additionalsurvey services are required.The survey acquired for the Cutlass DriveDrainageImprovementsMemorandumdatedNovember20,2024 and survey previouslyprovidedbytheCitywillbeusedforthebasisofthedesign. Geotechnical Services Geotechnical services to identify slope stability criteria are includedas part of this scopeofservices.See attached scope and fee from CSI for more details. Environmental Services The proposed improvements do not require any environmental services such as wetland?agging thus these services are not included as part of this scope. Utility Services The Consultant willcontact the utilityowners withinthe project limits and submit preliminary plans to con?rm existing facilities and identify utilityimpacts anticipated bytheproposedimprovements.The Consultant willsubmit ?nal plans to con?rm/documentexistingfacilitycon?icts and address relocation requirements.Coordination of any potential adjustments willbe completed.The effort to design utilityadjustments is notincludedaspartofthisscopeandifrequestedbytheeffectedUAOshallbenegotiated under a separate scope of services. Permitting Requirements The proposed improvements are expected to qualify for a SJRWMD General Permit. The Consultant willcoordinate with SJRWMD and submit the General Permit Application.The Consultant willcoordinate a pre-application meeting to con?rm thepermittingapproachearlyintheproject.The City Engineer willhandle acquiring the USACE Nationwide permit and the Consultant willassist with exhibits.The City willberesponsibleforpayingpermitagencydirectlyorreimburseConsultantforpaymentonceinvoiceisgeneratedbypermittingagencyandamountisknown.Reimbursement ofConsultantpayingapplicationfeesisnotincludedinthefeeincludedwiththisscope. Project Submittal Requirements 100%Design Plans:A PDF of half-sized (11"x 17”)drawings willbe furnished to theCityforreviewandcomment.Design documentation with calculations and an opinion ofprobablecostwillbeprovidedalongwiththedesignplans.The plans willbe reviewed by 20f3 Agenda Item #8.E.10 Mar 2025 Page 130 of 141 II..II .I I I» I. -II I I I. I I _ I II |I ‘ A I I I. a ~V the City and written comments willbe provided.The City willprovide written review comments withintwo (2)weeks from submittal. Final Signed and Sealed Design Plans:A PDF of digitally signed and sealed half-sized (11”x 17”)drawings willbe furnished to the City for review and comment.Design documentation with.calculations and an opinion of probable cost willbe provided along with the design plans.Draft Bid Documentsand Project Speci?cations using City , standard format willbe included in this submittal.The plans willbe reviewed by the City and written comments willbe provided.The City willprovide written review comments withintwo (2)weeks from submittal.Agreed upon revisions willbe made and revised signed and sealed plans,Bid Documents,and Speci?cations willbe issued. Subsurface Utility Engineering Based on previous data collection and utilitycoordination no signi?cant impacts to utilities is expected.Ifthrough the additional coordination under this scope it is determined additional subsurface utilityengineering is needed itwillbe negotiated at that time and willbe addressed with an amendment to this scope of services. Meetings Consultant willschedule 100%plan review meeting to discuss review comments and relay any design informationnecessary to convey the intent of the plans. Consultant willconduct a pre-application meeting with SJRWMD staff to discuss applicable permitting/use of a general permit. Time Schedule Within ten (10)days after Notice to Proceed (NTP),Consultant willupdate the schedule provided with actual dates based on the NTP date.The schedule willfollow the outline below. Receive NTP Data Collection/Geotechnical Report Within 30 days after NTP Submit 100%Plans 60 days after completion of Geotechnical Report 100%Plans Review Comments (City)14 days after 100%Plans Submittal 100%Plans Review Meeting Within 10 days after receipt of City Comments Submit Final Bid Documents 21 days after 100%Plans Review Meeting Phase II—Construction Administration lf Phase IIis authorized by the City,the speci?c construction administration services to be provided by the Consultant during the period of construction willbe negotiated under a separate contract/scope of services. Fee Consultant willcomplete the scope of services described herein for a total lump sum amount of $49,525.09,as detailed in Exhibit B. 3of3 Agenda Item #8.E.10 Mar 2025 Page 131 of 141 ‘Jm53:a»... .22...., p. :13 ~.322:2232.8 I5E...33anu>55§z¥u>_.=:mLE~SK/S ~32n~z€a¢~éaYKNNNDCNQ.02tutu h EQEWM Mass magma435.3:uz—hmkkm tux—id asbx?Qmmnlbmn ll_\|J~ kxw>qbu ROM uz~hm~km 2°~tnzhh>su k0 MEI: ”El?n—u £01 .3. 5:1r mkzthADtltx mugétk? $53 hhoikzh 1-3; EOE 3."....a n;-..o...5.5: hzgsw: x205mm :6th 1/ Qzaczm .2 “(E—bx: u2~n~xm ¢p\\I I 5.8 \(llll! \WE QOM .322in u<n=ONmk<zk cumOmozn .2 DZEEDKG Q26.uz—z?mqu QtKDith m.n.m.in:in aNI-I'M/u _-.A maouwmE... 595 Eme>oEE_ :25 B thj Qxim 32:12:. 'D'V'!'tDD’EZ'SlUIQ 57m:um GENES 0W LEWIS A77VJJOID 37!!QUINN—7313 5H1 SI Hills 5"“.J0 queasy 77131110 5!“Agenda Item #8.E.10 Mar 2025 Page 132 of 141 MISCELLANEOUSDIRECT COSTS SUBTOTAL 10.SubcontractslMiscellaneous Other (Lump Sum) CSIGEO (Geotechnical)$8,186.00 EXHIBITB CONTRACTFEE SUMMARY CUTLASS DRIVE DRAINAGEIMPROVEMENTS PART I-GENERAL 1.Project Phase 2.Proposal Number Final Desi n Phase Ditch NA 3.Consultant Name 4.Date of Proposal Hanson Professional Services 1/10/2025 PART II-LABOR RELATED COSTS 5.Direct Labor Hourly Estimated Estimated Rate Hours Cost Sr.Project Manager $84.00 78 $6,520.42 Sr.En ineer $72.00 53 $3,839.62 Engineer $45.00 0 $- Sr.Designer $54.00 0 $- Designer $36.00 129 $4,644.00 Clerical $28.00 0 $- Total Direct Labor 260 6.Overhead (Combined Fringe Benefit &Administrative) Overhead Rate 150%xTotal Direct Labor 7.Subtotal:Labor +Overhead Items 5 8.6 $37,510.08 8.Profit:Labor Related Costs Item 7 x 10% PART III-OTHER COSTS 9.Miscellaneous Direct Costs $ $ $ TOTALS 15,004.03 22,506.05 3,751.01 $49,525.09 TOTAL RElMBURSABLE COSTS PART IV-SUMMAR YTOTALAMOUNTOFCONTRACT(Lump Sum plus Reimbursables) (Items 5.6,8,9,10,11) SUBCONTRACTS/MISCELLANEOUSOTHER LUMP SUM SUBTOTAL $8,186.00 TOTAL LUMPSUMAMOUNT Items 5,6,8,9,and 10 $49,525.09 11.Reimbursable Costs (Limiting Amount) $78.00 Agenda Item #8.E.10 Mar 2025 Page 133 of 141 ”33%. 8.39.2. mr?no? ww?wwd oo.m¢o.w EEU< >m .500 >¢<._<w own DUN $0.. on vm £2.52 >m mm:0I ..<._.O._. .ao3.33.amu..aa8.3%...uan. .ao86mewvs.aooodwu...amm -aooodmuwom .500$50....500mmao... moms“ES—h1093"ES; and"w"mks.8.3u"mks. .355.25.me anon.wcmanu_.m:u<.0£52 mk2m2m>omn=>=m0<z.<mn_mZZn—mmSPDO .aoa¢363....an...«16men2no.wa«$4355»mmNvdumi»an -mc.woo?vmm;aE86mmwE.-mo.aomm.Ro.~ammR.ananama-wooodmuwvoodvodacm .500$50....500$50:.5009.30:.500mmzo...moms"Rammam:"EKGmoms“REMmeg".u.<...m3.3aumks.3.3auPER85.uuES.8.3numks. 3:93....cm.oosmcm.3595.._m.5355.«039....5 63.inc...oom._."IPUZWJ.how-dunmNONB5.Ma.63.05.5.5"Ohawn..."50¢“.<2 "”512POWBKLmmu_>..wm_mco_wm20.&CDmEmI 20....<m<n.mmn.mzjn..22.". mm".Dz<hMOmumv.10;".0m...<.2_...wm ...z<._....DwzooNEE... mn.<._.o._.bouncy—n. mcmr.wamc??-Nxmm... £32...wmmc??.Fxmm... mxmmh.m._m:m0 w..cwEmwmcmE«8.2.... >..._>....0< NERD.w5<z mOk<Sme uxmmEDzmum ....z<.—.n.=m200 Agenda Item #8.E.10 Mar 2025 Page 134 of 141 thmEm>Omn=>= w0<Z_<mDm>_m_n_mwSHDO ”ms—<2hom?omn— mNONBEPmm.0362?rm monmw.mco?w?em:8ch >m<s=>5mEDOI"Each ”m-_<._.O._. 288. 95:.32:95 .Ngum... £30... £3.22.mam—:20.Pxmmh £50... 3mm...629.1 .95ch mxw<._. M:.<n_ nm_>_<zm0._.<s=._.wm_ nmE<Z ._.z<.53wZOU o.” 9—. ed .02 ¥w<h mmDOI ._<._.O._. whim—2.200 Agenda Item #8.E.10 Mar 2025 Page 135 of 141 mchc.how—commJ<mmzm0 Am.owNwcmE$09v(w @5251 $21 and 32mmcan:05vPw._m £me md mum98%Em.EEEUSEoQowFw._938.58.90.mEmEm 95.2 692....Pd 932.“8.9.“.:6wane:.223wtz:.Ozmhzmsioo.59En.mm:"6.ozmtz:mme V55 3855 MES”.mm.mwxos.cmtm“ms—<2mo._.<s=hwmmhszmSOmaE.mo<z_<m_n_m>_m_n_wen—.50"mE<zhow—.011wonww_mco_mm£2n_:3ch“ms—<2hz<._..5wzoo .2230 mn_<._.O._. Agenda Item #8.E.10 Mar 2025 Page 136 of 141 o\oN a\om a\om ON VVOO o_omN9.6:082;wN 550m.295005:5me foammENDon—O.mEu.a$09 :80WEN0010.m:_..._.m$09. 86mxmwEm.xmmEcones—um:newwEmEm>an_is:“ooze2829m85.6Emu: umuogwcouwe23:952:E_ammoo._“ow—hm.o..mvoEEmu= m._.Zm=>=>_OO w._.2m_>_m>0mn=>=m0<z_<mn_m>_m_n_wwShDUnm5_<zhow—.0”?— on m,_.o\om]. No\om; mo\omg cw wwm._ on_.m.— m_.w.— v_.m..vFm._ wem.. NF_.m.— mmDOI.EZDw._._ZD l.<._.0.rmun.mm:..._0.029:23 mNONBEF mm68.22:25 3223355305:8ch w_m>n_<z<m0<z_<mn m4<._.0._. .5325.moEcumEoz Em .mc<.cosmEEooo 563.5 3 .2280=ngmocm5wm<:30 503—6 m_w3:4. 9525”.22“. 98:8:(=8th coszEooo :53 225mm 500 35:25 “8.2.“. tomy.5:358:30 :Ema m_m_m:<w mEEQm_m>_m:< m!9.; uWEE”. um==<2«5.522.thnmsazkz<h43w200 we wé #9 m._‘ mé a; me Né Fe 96 .OZ ¥w<k Agenda Item #8.E.10 Mar 2025 Page 137 of 141 whzw2m>0mn=>=mmu<z_<m_n_m_>_mn_wwSHDO ”ms—<2hom?omn. 52mm. $m “Kb 0Vm md I—FVONNCD we vm mzjm wmu<z_<~_n_ £38 «528x85$35058.08*cm. :26BEm:___mt:omma?mEExmL2m__mumu.85 33me?96Ewan.Lo.mEF 3mm“mmcmucm5.2m.hewEF ctocHm>>Omcz?xoc_£_>>cozuszwcooB£_E__c_um:_m>w whzm5=200 mEEucmcm.cozuwwmeL0 :25L2Bow wow 00micro c\°a\° WV.)_J_l ow 032m_.59.5 F5me 5 32m 32m 32m 5me «mwzm 52m $95 3 m._ r—Voooooco?i’vaoo 9. VN x—Fw—Pwovwru— mMDOIwhwm—Im.5239:23 ..<._.OH“—0.02mun.mm:“—0.02wtz: mNONBr2. Mn.63.22:95 $223.mco_wwm§mcowcwI m.._<._.0.r co_m_>._m3m 6.2.50 =m30\mocm.5wm<=m30 .3233.25.; $.36 “8533.2 ___5 wBOZB—?uwn—65:00 EmEiwm w:o_w9w wwquEm—n—55:00 055:.mcozummmmoho 25mm 388 wEoi 3:520 £35 :3; So m._“8.2; 385 55$_8_H $32 $3.56 $me 8. 2E:awn.@me cozomw390 micEma5“me .muEwZECONEI 25.."— wme. Um._.<n_ nmsEZ 10.522me nm_>_<zH2<._.._Dwzou m?w 3N 9N NfN :N 9N mN w.N EN 0N m.m TN QN N.N FN ON .02me. OOerovvraoor—o Agenda Item #8.E.10 Mar 2025 Page 138 of 141 oodmw-_<._.O._. _>_m_._._ Am?eoaueamm.2529 ”25:55.9.535 whmOU homma ow=2 u_<.rO._. 23.3.50336>2262%23on=938.3» canEsoEa£5Etug—05no:2amac".:55; 00.0% 00.0% 000$ wmczmmE265w”.mmmcm006mm 303mm22“—00.VN$ 00.0% 00.0% m=EBa 2::?g 2::.ma 00.0mm 00.00 00.00 33% 392% £86 £35 £55 n5me5n. u39%En 00.0 00.0 00.0 9.0 000 00F 00F 00—. o 0 829E 00.5 00.0mw a x mm__E x mw=E x 3:5 @ 38% ©£35 ©385 o 0000 '9 «31.5.! ©38% ©2095 .550 “mc?niw o x o .toamcmc. 3E #:25 oh ON x m .toamcm? RE 3,”8050 36 8 cm x N .tonmcmt. 3E.u uo?oi 8. E2803 onO E23202 ”ES“.623. com Eousoi o maow o 9.:mam.umoo 0 £35 =38. o memowmoon.cm?mo o wcmE?g“. o 26E $03 0 memE$8 o $58 9:32 23?. 9.:2.5 $318 wm:_._mam:cacozuoamm o 33 o 0 3mm 0 20:510meEm: mNONB2—.”m._.<o mm533.2525 ”ms—<2m0h<s=hwm m._.Zm=>_m_>Omn=>__w0<z_<mom>_mommSHDOum==<zFUNSOw—n.wwo_>..wwEcwaQoicomch"ms—<2hz<._..=.._mzoo .500Pom—En—mDOmz<._._m_om=2 6mm.3.8 ©352.8 $55 xomco £55 xomco mEtaxomzu w._.zw_>=>_OO Agenda Item #8.E.10 Mar 2025 Page 139 of 141 CSIGeoGectechnical'CMT -CEI GEOTECHNICAL SCOPE OF WORK Cutlass Drive Ditch Embankment Slope Evaluation City of Atlantic Beach,Florida The geotechnical exploration will consist of ?eld exploratory borings,laboratory testing,and a geotechnical analysis of the collected data.Due to the limited site access,a Tripod will be used to perform the soil borings. PROPOSED GEOTECHNICAL EXPLORATION Field Ex loration -The proposed exploration for the ditch embankment will consist of four (4)SPT borings drilled to a depth of 15 feet each.Muck probes will be performed in the ditch.Soil samples will be classi?ed,containerized,and marked in the ?eld and returned to the laboratory for visual inspection and classi?cation by the geotechnical engineer using the Uni?ed Soil Classi?cation Systems (USCS). Laborato Testin -Laboratory classi?cation and index soil tests will be performed as necessary on selected soil samples obtained from the exploration.Speci?c tests to be performed are Moisture Content,Organic Content,Percent Fines,and Atterberg Limits. En ineerin /Su ort Services -A geotechnical engineer,registered in the State of Florida,will direct the geotechnical exploration and provide engineering analysis and evaluation of the site and subsurface conditions with respect to the planned construction.The results of the explorationwill be presented in a report containing the following: 0 A brief discussionof the planned construction. 0 A graphical representation of the subsurface conditions encountered as well as the existingon-site conditions,such as topography,surface vegetation,encountered water tables,etc.,as they relate to the planned construction. An appendixthat contains strati?ed soil boring pro?les and laboratory test data sheets. Written discussion of the subsurface conditions encountered. Recommendations for the required site preparation and earthwork construction. Preliminary evaluation of the ditch embankment slopes and,if necessary,provide suggested alternatives for stabilization.If a stabilization alternative is selected,detailed slope analysis and design recommendations will be provided under a supplementalagreement. Agenda Item #8.E.10 Mar 2025 Page 140 of 141 (SIG-e.2394 St.Johns BluffRoad,8 Suite 200 Jacksonville.Florida32246 tel(904)641-1993 Laboratory Testing Moisture Content Percent Fines Organic Content Atterberg Limits Subtotal: Engineering/Support Services Sr.Geotechnical Engineer Geotechnical Engineer Staff Geotechnical Engineer CADD Clerical ESTIMATED FEE: GEOTECHNICAL FEE ESTIMATE Geotechnical Exploration Geotechnical .GMT -CE'Cutlass Drive Ditch Embankment Slope Evaluation City of Atlantic Beach,Florida Number Item Description Unit of Units Cost /Unit Field Investigation Mobilization-Tripod ea.1 ea.$1,900.00 /ea. Tripod Mobilization from Hole to Hole ea.3 ea.$360.00 /ea. Ditch Embankment 4 SPT Boring @ 15'ea.?.60 ?.$28.00 /ea. Muck Probes in the Ditch day 0.25 day $1,200.00 /day Temporary Casing ?.10 Pr.$19.50 /ea. Boring Layout/Utility Clearance/Dif?cult Access hr.2 hr.$124.00 fhr. Subtotal: ea.6 ea.$22.00 /ea. ea.6 ea.$54.00 /ea. ea.2 ea.$54.00 /ea. ea.2 ea.$115.00 /ea. hr.1 hr.$204.00 /hr. hr.3 hr.$164.00 /hr. hr.7 hr $124.00 /hr. hr.3 hr.$119.00 /hr. hr.1 hr.$68.00 /hr. Estimated Cost $1,900.00 $1,080.00 $1,680.00 $300.00 $195.00 $248.00 $5,403.00 $132.00 $324.00 $108.00 $230.00 $794.00 $204.00 $492.00 $868.00 $357.00 $68.00 $1,989.00 $8,186.00 Subtotal: Agenda Item #8.E.10 Mar 2025 Page 141 of 141