MEXICOBEACH - D CITYCOUNCIL, REGULAR MEETING TUESDAY, MAY 28, 2024 AT 6:00 P.M. PUBLIC WORKS BUILDING Mayor, Richard Wolff Councilman, Jerry Smith Couniclwoman, Linda Hamilton Tim Sloan, Interim City Attorney Councilman, Jason Adams Councilman, Tim Linderman City Clerk, Tammy Brunson Chris Hubbard, City Administrator Thisi meeting willl bel lives streamed on the City of Mexicol Beach Government Facebook) page. Ifyoul have: any questions or comments on the agenda, please email them upt to 21 hours prior to the meeting at vdmexicobeachl.sor I. II. CALLTOORDER INVOCATION III. PLEDGEOF. ALLEGIANCE IV. ROLLCALL V. CONSENT AGENDA 1. Minutes- March 29, 2024 VI. SCHEDULED APPEARANCES 1. Rich Moriera - Carr, Riggs & Ingram Accounting Update 2. Steve Moore, MooreBass Sweetwater Update VII. REGULARAGENDA 1. - Consideration to Annex Farmdale/Sugar Sands- - City Administrator a. Open Public Discussion b. Close Public Discussion Discussion d. Motion to Approve/Deny 2. Consideration to Approve Engineering Proposal from Anchor CEI- - City Administrator 60X4 40' Steel Building Warehouse Open Public Discussion Close Public Discussion Discussion Motion to. Approve/Deny 3. Update and Discussion Regarding Permanent City Attorney for Legal Services - City Administrator Open! Public Discussion Close Public Discussion Discussion d. Motion to. Approve/Deny a. Open Public Discussion . Close Public Discussion Discussion d. Motion to. Approve/Deny a. Open Public Discussion . Close Public Discussion Discussion d. Motion to. Approve/Deny a. Open Public Discussion b. Close Public Discussion Discussion d. Motion to Approve/Deny 4. - Consideration to Purchase 400 Water Meters - City Administrator 5. Consideration to Purchase Dataflow Lift Station Alarm Systems - City Administrator 6. Consideration to Appraise 109-DS S. 37th Street- - City Administrator 7. Discussion Regarding FY24-25 Grant Applications and State Appropriations - Councilman Linderman VIII. CITIZEN COMMENTS 1. Speaker must come to the podium and state name and city of residence 2. Comments are limited to 3minutes IX. MAYOR COMMENTS COUNCIL COMMENTS XI. STAFF COMMENTS 1. City Attorney 2. City Administrator XII. ADJOURNMENT X. Emailed toi interested parties and posted on the city website on: 05/23/2024 Note: Copies of the Agenda items are posted on the City's Website mexicobeachf.gov This meeting will be *You are hereby notified that in accordance with Florida Statutes, you have a right to appeal any decision made by the Council with respect to any matter considered. You may need to ensure that a verbatim record of the proceedings is made which may need to include evidence and testimony upon which the appeal is based. Any person requiring a special accommodation at this meeting because ofa disability or physical impairment should contact Tammy Brunson, City Clerk, at 201 Paradise Path, Mexico Beach, Florida 32456; or by phone (850)6 648- 5700: at least five calendar days prior to the meeting. Ify you arel hearing or speech impaired, and you possess TDD equipment, you may contact the City Clerk using the Florida Dual Party Relay System, which can be reached at recorded on the website. -800-955-8770(IDD City of Mexico Beach Special Meeting Minutes FRIDAY MARCH2 29, 2024-9:00AM The City of Mexico Beach City Council meti ina a special meeting on Friday March 29, 2024, at 9:00 am at the Public Works Building in Mexico Beach. Mayor Miller and the following Councilmembers were present: Linda Hamilton, Jerry Smith and Richard' Wolff. Adrian' Welle was absent. Also present were City Administrator, Chris Hubbard, City Clerk, Tammy Brunson and City Attorney Clint McCahill. I. II. 1. Call to order: Mayor Miller called the meeting to order at 9:00 am. Regular Agenda: Discussion regarding the City Attorney position was brought to the table. Mayor Miller explained the need fori interim legal services since the RFP was extended for 30 days due to lake of proposals. Attorney Michele Jordan, who submitted a proposal for the position, asked to speak to council. She explained the perception oft the mayor bringing in Mr. Sloan and the possibility of having the bidding process contested. Discussion moved to Mr. Sloan and his willingness to take the Interim position. Mr. Wolff motioned, and Mrs. Hamilton seconded to hire Mr. Sloan as the Interim City Attorney until the position is filled at a rate of $300.00 per hour. Motion passed witha a 3to 1 vote. No vote was Mr. Smith. IX. Adjournment: Mr. Wolff motioned, and Mrs. Hamilton seconded to adjourn the meeting at 9:37a am. By: Attest: Mayor, Richard Wolff City Clerk, Tammy Brunson MEXICOBEACH - O-R:D.A CITY OF MEXICO BEACH CITY COUNCIL For Clerk's Use Only AGENDA ITEM# Agenda Abstract Form Meeting! Date: May2 28, 2024 Department: City Administrator Public Hearing: Date of Public Hearing: Yes R No Agenda Consent Agenda Regular Closed Session PRESENIENINFORMATON CONTACT: Chris Hubbard, City Administrator ITEM TO BE CONSIDERED Subject: Consideration to Annex Farmdale/Sugar Sands Attachment(s): Application for Annexation Brief Summary: Farmdale/Sugar Sands submitted al Development Agreement in April 2023 for the City's consideration; the Mayor, City Administrator, and City Attorney met with Brent Faison, the representative from Farmdale, on Wednesday, May 22nd, and the owners have agreed to annex everything on the south side of Hwy 98 into the City as soon as possible. The Farmdale representative also confirmed that alli infrastructure in Farmdale will remain private and the responsibility of the HOA. Action Requested: Direct the City Attorney to compose the required notification letter toi inform Bay County of the City's intent to annex the Farmdale/Sugar Sands development. ISSUE OVERVIEW Background Information & Issue Summary: See "Brief Summary" above Financial Impacts: Increased Revenue in the General, Water, and Sewer Funds Staff ecommerctonsCommens Farmdale/Sugar Sands development. Direct the City Attorney to compose the required notification letter to inform Bay County of the City's intent to annex the MEXICOBEACH OKDA APPLICATION FOR ANNEXATION Date of Application: May 23,2024 Name of property owner(s): Sugar Sands Partners, LLC. and ZF Bay, LLC Physical address of property to be annexed: Parcel IDs 04102-200-000 and 04102-200-010 Map attached: YES X NO (Utilities to be shown) ATTIME OF APPLICATION FOR ANNEXATION County: zoning of property:. Corresponding city zoning: Recreation Present use of property:. N/A No Ag Acreage Proposed city zoning district:, Single Family Residential and General Commercial Number of living units on property:. 45 (proposed) Number of people living on property: None presently Intended use of property:. Residential and Commercial Signature of property owner or authorized agent Mailing address 31134 NOCATEE TRAIL; SORRENTO,FL: 32776 JOB NO. 5888.89 DATE: 10-31-2023 DESCRIPTION OF SUGAR SANDS PHASE 2-EAST: COMMENCE AT THE NORTHEAST CORNER OF SECTION 16, TOWNSHIP 6SOUTH, RANGE 12 WEST, BAY COUNTY,FLORIDA: THENCE SOUTH 02 DEGREES 18 MINUTES 25 SECONDS EASTA ALONG THE EASTLINE OF SAID SECTION 16 FOR 1199.66 FEET; THENCE SOUTH 22 DEGREES 47 MINUTES 45 SECONDS WESTFOR 1970.60 FEET TO THE POINT OF BEGINNING. THENCE CONTINUE SOUTH 22 DEGREES 47 MINUTES 45 SECONDS WEST FOR 262.88 FEET; THENCE NORTH 65 DEGREES 51 MINUTES 12 SECONDS WESTFOR 71.93 FEET; THENCE NORTH 70 DEGREES 54 MINUTES 26 SECONDS WESTFOR 146.16 FEET; THENCE NORTH 57 DEGREES 20 MINUTES 21 SECONDS WEST FOR 150.02 FEET; THENCE NORTH 62 DEGREES 51 MINUTES 28 SECONDS WESTI FOR 193.30 FEET; THENCE NORTH 64 DEGREES 04 MINUTES 09 SECONDS WESTFOR 132.68 FEET; THENCE NORTH 74 DEGREES 58 MINUTES 00 SECONDS WEST FOR 196.97 FEET; THENCE NORTH 67 DEGREES 47 MINUTES 17 SECONDS WESTFOR 140.61 FEET; THENCE NORTH 74 DEGREES: 35 MINUTES 25 SECONDS WESTFOR 35.09 FEETT TO THE SOUTHEASTERLY RIGHT OF WAY LINE OF CROOKED SOUND DRIVE (80 FOOT RIGHT OF WAY) BEING A CURVE CONCAVE TOTHE SOUTHEASTI HAVING A RADIUS OF 475.00 FEET; THENCE NORTHEASTERLY ALONG SAID CURVING RIGHT OF WAYI LINE FOR AN ARC DISTANCE OF 190.35 FEET, THE CHORD OF SAID ARC BEARING NORTH 30 DEGREES 03 MINUTES 04 SECONDS EAST FOR 189.08 FEETTO A REVERSE CURVE CONCAVE TOTHE NORTHWEST HAVING. A RADIUS OF 1200.00 FEET; THENCE NORTHEASTERLY ALONG SAID CURVING RIGHT OF WAY LINE FOR. AN ARC DISTANCE OF 144.89 FEET; THE CHORD OF SAID ARC BEARING NORTH 39 DEGREES 15 MINUTES 22 SECONDS EASTFOR 144.80 FEET; THENCE LEAVING SAID RIGHT OF WAY LINE SOUTH 57 DEGREES 48 MINUTES 15 SECONDS EAST FOR 80.41 FEET; THENCE SOUTH 74 DEGREES 32 MINUTES 30 SECONDS EASTI FOR 127.26 FEET; THENCE SOUTH 67 DEGREES 28 MINUTES 40 SECONDS EASTFOR 230.85F FEET; THENCE SOUTH 62 DEGREES 43 MINUTES 24 SECONDS EASTFOR 187.32FEET; THENCE SOUTH 60 DEGREES 06 MINUTES 49 SECONDS EASTFOR 261.06 FEET; THENCE SOUTH 53 DEGREES 19 MINUTES 32 SECONDS EASTFOR 117.70 FEETTO DESCRIPTION OF SUGAR SANDS PHASE2-WEST: COMMENCE ATT THE NORTHEAST CORNER OF SECTION 16, TOWNSHIP 6 SOUTH, RANGE 12 WEST, BAY COUNTY, FLORIDA; THENCE SOUTH 02 DEGREES 18 MINUTES 25 SECONDS EASTALONG THE EASTLINE OF SAID SECTION 16 FOR 1199.66 FEET; THENCE SOUTH 22 DEGREES 47 MINUTES 45 SECONDS WESTFOR 2814.97 FEET; THENCE NORTH7 73 DEGREES 05 MINUTES 00 SECONDS WESTFOR 1689.87 FEETTO THE WEST LINE OF THE EAST HALF OF SAID SECTION 16, TOWNSHIP 6 SOUTH, RANGE 12 WEST; THENCE NORTH 00 DEGREES 29 MINUTES 29 SECONDS EAST THE POINT OF BEGINNING. SRP-PORDESCRPIOASSCOIA.aA ALONG SAID WEST LINE FOR 599.14 FEETTO THE POINT OF BEGINNING. THENCE NORTH 00 DEGREES 29 MINUTES 29 SECONDS EASTALONG SAID WESTLINE FOR 421.10 FEET; THENCE LEAVING SAID WESTLINE SOUTH 67 DEGREES 22 MINUTES 48 SECONDS EASTFOR 10.52 FEET; THENCE SOUTH 61 DEGREES 44 MINUTES 29 SECONDS EASTI FOR 118.67 FEET; THENCE SOUTH 81 DEGREES 18 MINUTES 33 SECONDS EASTI FOR 90.11 FEET; THENCE NORTH 77 DEGREES 35 MINUTES 33 SECONDS EAST FOR 133.41 FEET; THENCE SOUTH 87 DEGREES 02 MINUTES 21 SECONDS EAST FOR 150.50 FEET; THENCE SOUTH57 DEGREES 59 MINUTES 41 SECONDS EASTFOR 122.67 FEET; THENCE SOUTHT 77 DEGREES 14 MINUTES 33 SECONDS EASTE FOR 141.42 FEET; THENCE SOUTH 52 DEGREES 25 MINUTES 53 SECONDS EASTFOR 85.50 FEET; THENCE SOUTH 81 DEGREES 28 MINUTES 09 SECONDS EASTI FOR 105.40 FEET; THENCE SOUTH 56 DEGREES 20 MINUTES 56 SECONDS EASTE FOR 76.23 FEET TO THE WEST RIGHT OF WAYI LINE OF CROOKED SOUND DRIVE (80 FOOT RIGHT OF WAY)BEING A CURVE CONCAVE TO THE NORTHWEST HAVING, A RADIUS OF 1160.00 FEET; THENCE SOUTHWESTERLY ALONGSAID CURVING RIGHT OF WAY LINE FOR. AN ARCDISTANCE OF 105.60 FEET; THE CHORD OF SAID ARC BEARING SOUTH 39 DEGREES 59 MINUTES 43 SECONDS WESTI FOR 105.57 FEET TO A REVERSE CURVE CONCAVE TO THE SOUTHEASTHAVING A RADIUS OF 515.00 FEET; THENCE SOUTHWESTERLY ALONG SAID CURVING RIGHT OF WAY LINE FOR. AN ARC DISTANCE OF 227.94 FEET; THE CHORD OF SAID ARC BEARING SOUTH 29 DEGREES 55 MINUTES 26 SECONDS WEST FOR 226.08 FEET; THENCE LEAVING SAID WEST RIGHT OF WAY LINE NORTH 80 DEGREES 14 MINUTES 51 SECONDS WESTFOR77.88 FEET; THENCE NORTH71 DEGREES 26 MINUTES 42 SECONDS WESTFOR 164.37 FEET; THENCE SOUTH 88 DEGREES 11 MINUTES 29 SECONDS WEST FOR 103.52 FEET; THENCE NORTH 77 DEGREES 51 MINUTES 03 SECONDS WESTI FOR 158.73 FEET; THENCE NORTH 73 DEGREES 18 MINUTES 03 SECONDS WEST FOR 68.42 FEET; THENCE NORTH 85 DEGREES 25 MINUTES 34 SECONDS WEST FOR 82.99 FEET; THENCE SOUTH 84 DEGREES 08 MINUTES 59 SECONDS WEST FOR 84.20 FEET; THENCE NORTH 88 DEGREES 29 MINUTES 41 SECONDS WESTFOR61.08 FEETTO THE POINT OF BEGINNING. SRA-gMDESCRPTONSS00AR.AB.ae JOB NO. 5888.87 JUNE 28,2023 FOR: NAI TALCOR COMMERCIAL REAL ESTATE SERVICE DESCRIPTION OF STORMWATER PARCEL: BEGIN AT THE INTERSECTION OF THE NORTHWESTERLY RIGHT OF WAYI LINE OF CROOKED SOUND DRIVE, ACCORDING TOT THE PLAT OF SUGAR SAND, RECORDED IN PLATBOOK 26, PAGE 1 IN THE PUBLIC RECORDS OF BAY COUNTY, FLORIDA. AND THE SOUTHWESTERLY RIGHT OF WAY LINE OF U.S. HIGHWAY 98 (100 FOOT RIGHT OF WAY) PER FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT OF WAY MAP SECTION 4603-106; THENCE SOUTH33 DEGREES 58 MINUTES 35 SECONDS WEST ALONG SAID NORTHWESTERLY RIGHT OF WAY LINE FOR 184.52 FEET; THENCE NORTH 56 DEGREES 01 MINUTES 25 SECONDS WESTI FOR 374.44 FEET; THENCE NORTH 33 DEGREES 58 MINUTES 35 SECONDS EASTI FOR 184.52 FEETTO SAID SOUTHWESTERLY RIGHT OF WAY LINE OF U.S. HIGHWAY 98; THENCE SOUTH 56 DEGREES 01 MINUTES 25 SECONDS EAST ALONG SAID SOUTHWESTERLY RIGHT OF WAY LINE FOR 374.44 FEET1 TO THE POINT OF BEGINNING. DESCRIPTION OF COMMERCIAL PARCEL: COMMENCE AT THE INTERSECTION OF THE NORTHWESTERLY RIGHT OF WAY LINE OF CROOKED SOUND DRIVE, ACCORDING TO THE PLAT OF SUGAR SAND, RECORDED IN PLATI BOOK 26, PAGE 1 IN THE PUBLIC RECORDS OF BAY COUNTY, FLORIDA AND THE SOUTHWESTERLY RIGHT OF WAY LINE OF U.S. HIGHWAY 98 (100 FOOT RIGHT OF WAY) PERI FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT OF WAY MAP SECTION 4603-106; THENCE SOUTH33 DEGREES 58 MINUTES 35 SECONDS WEST ALONG SAID NORIHWESTERLY RIGHT OF WAY LINE FOR 184.52 FEET; THENCE NORTH 56 DEGREES 01 MINUTES 25 SECONDS WESTI FOR 374.44 FEET TO THE POINT OF BEGINNING. THENCE CONTINUE NORTH 56 DEGREES 01 MINUTES 25 SECONDS WESTFOR 109.07 FEET; THENCE NORTH 64 DEGREES 53 MINUTES 11 SECONDS WEST FOR 80.97 FEET; THENCE NORTH 56 DEGREES 01 MINUTES 25 SECONDS WEST FOR 280.62 FEET; THENCE NORTH 79 DEGREES 24 MINUTES 51 SECONDS WEST FOR 174.29 FEET; THENCE NORTH 33 DEGREES 58 MINUTES 35 SECONDS EASTFOR: 266.19 FEETTO SAID SOUTHWESTERLY RIGHT OF WAY LINE OF U.S. HIGHWAY 98. THENCE SOUTH 56 DEGREES 01 MINUTES 25 SECONDS EASTALONG SAID SOUTHWESTERLY RIGHT OF WAYLINE FOR 629.66 FEET; THENCE SOUTH 33 DEGREES 58 MINUTES 35SECONDS WEST FOR 184.52 FEETTO THE POINT OF BEGINNING. DESCRIPTION OF HOTEL PARCEL: COMMENCE AT THE INTERSECTION OF THE NORIHWESTERLY RIGHT OF WAY LINE OF CROOKED SOUND DRIVE, ACCORDINGTOTHE PLATO OF SUGAR SAND, RECORDED IN PLATBOOK 26, PAGE 1 IN THE PUBLIC RECORDS OF BAY COUNTY, FLORIDAAND THE SOUTHWESTERLY RIGHT OF WAY LINE OF U.S. HIGHWAY 98 (100 FOOT RIGHT OF WAY) PER FLORIDA DEPARTMENT OF TRANSPORTATION RIGHT OF WAY MAP SECTION 4603-106; THENCE SOUTH: 33 DEGREES 58 MINUTES 35 SECONDS WEST ALONG SAID NORTHWESTERLY RIGHT OF WAY LINE FOR 184.52 FEET. THENCE NORTH 56 DEGREES 01 MINUTES 25 SECONDS WESTE FOR 483.51 FEET; THENCE NORTH 64 DEGREES 53 MINUTES 11 SECONDS WESTI FOR 80.97 FEET; THENCE NORTH 56 DEGREES 01 MINUTES 25 SECONDS WEST FOR 280.62 FEET; THENCE NORTH 79 DEGREES 24 MINUTES 51 SECONDS WEST FOR 174.29 FEETTO THE POINT OF BEGINNING. THENCE CONTINUE NORTH 79 DEGREES: 24 MINUTES 51 SECONDS WEST FOR 11.67 FEET; THENCE NORTH 59 DEGREES 43 MINUTES 29 SECONDS WEST FOR 119.86 FEET; THENCE NORTH 56 DEGREES 01 MINUTES 25 SECONDS WESTI FOR 191.52 FEET TO THE WEST LINE OF THE EAST HALF OF SECTION 16, TOWNSHIP 6 SOUTH, RANGE 121 WEST, BAY COUNTY, FLORIDA; THENCE NORTH 00 DEGREES 29 MINUTES 29 SECONDS EAST ALONG SAID WEST LINE FOR 334.00 FEET TO SAID SOUTHWESTERLY RIGHT OF WAY LINE OF U.S. HIGHWAY 98. THENCE SOUTH 56 DEGREES 01 MINUTES 25 SECONDS EASTALONG SAID SOUTHWESTERLY RIGHT OF WAY LINE FOR 506.12 FEET; THENCE SOUTH 33 DEGREES 58 MINUTES 35 SECONDS WESTFOR 266.19 FEET TO THE POINT OF BEGINNING A a ui CROOKED ISLAND COMMERCIAL SUGAR SANDS PHASE2EAST 3 SUGAR SANDS PHASE 2 WEST SUGAR SANDS PHASEI (NOT A PART) C 1 3 NEA6 NEWB'GS EA4 CROOKED ISLAND- COMMERCIAL EXI6'CITY EX: 20" GITY WM NENB'Ss SUGAR SANDS PHASE 2EAST Ss A SUGAR SANDS PHASE 2 WEST - 6 ITYI EXCITYLIFT- STATIONS) SUGAR SANDS PHASEI (NOT A PART) MEXICOBEACH 0-R:D.A CITY OF MEXICO BEACH CITY COUNCIL For Clerk's Use Only AGENDAITEM# Agenda Abstract Form Meeting Date: May 28,2 2024 Department: City Administrator Public Hearing: Date of Public Hearing: Yes No Agenda Consent Regular Agenda Closed Session RESENIERINFORMATION CONTACT: Chris Hubbard, City Administrator ITEM TOI BE CONSIDERED Subject: Consideration to Approve the Engineering Proposal from Anchor CEI for Design/Build Services for a60' X4 40' Steel Building Warehouse for the Utility Department Attachment(s): Engineering Proposal from Anchor CEI for Design/Build Services Quote from Intrepid Building Systems for a 60' x40' Steel Building Brief Summary: The Utility Department has never had a warehouse tos store material and equipment which has prevented the City from purchasing material in bulk at al lower price and storing it until needed; this has also caused unnecessary damage and loss of materiallequipment. due to the sun and bad weather. With the growth being experienced by the City, as steel building for a warehouse (matching the Public Works building in design and appearance) would allow the Utility Department toj purchase in bulk, store material and equipment indoors, and save the City money over time while also ensuring we have the materials on hand toy provide more responsive service to our residents and property owners. The funds for the engineering services and construction will come from Water and Sewer Impact Fees with the Sewer Department paying 75% of the costs with the remaining 25% coming from the Water Department. Action Requested: Approve the Engineering Proposal from Anchor CEI for design/build services for a warehouse for the Utility Department and the required budget amendment ISSUE OVERVIEW proposal is attached. Financial Impacts: Background Information & Issue Summary: At the May 14 City Council meeting, the Council asked Anchor CEI to adjust the proposal to decrease costs. This new The potential expenditure of $14,715 from Sewer and' Water Impact Fees Staff ecommendatonsCommens and the required budget amendment Approve the Engineering Proposal from Anchor CEI for design/build services for a warehouse for the Utility Department Engneorog and Inspecton P.850.215.1285 F. 850.215.1286 450 Magnolia Avenue Panama City, FL32401 Ampbobcer May 21, 2024 Mr. Chris Hubbard City Administrator City of Mexico Beach 201 Paradise Path Mexico Beach, Florida 32456 Sent via email to: hubbard@mexicobeachfl.gov RE: MEXICO BEACH METAL BUILDING DESIGN-BUILD PROJECT PROFESSIONAL CONCEPTUAL DESIGN, BIDDING AND PROCUREMENT, DESIGN REVIEW, AND CONSTRUCTION ADMINISTRATION/INSPECTION SERVICES Dear Mr. Hubbard: Anchor Consulting Engineering, and Inspection, Inc. (Anchor) is pleased to provide the City of Mexico Beach (CLIENT) with a proposal for conceptual design, biding/procurement, design review, construction administration and inspection services for the metal building to be constructed at 1113 22nd Street (Parcel No. 04138-000-000) located in Mexico Beach, Florida. This building will be utilized by the CLIENT as additional space for the Public' Works Maintenance Itis Anchor's understanding that this will be a design/build project and the City will procure a Anchor's involvement int this design/build project will be limited to conceptual design, bidding and procurement, design review, and construction adminstraton'mspection services portion of the Based on our knowledge of data received from the City for the property and our experience with local development regulations, we offer the following scope of services for your consideration. Yard. Contractor who will provide design-build services. work. SCOPE OF SERVICES Anchor's scope of services for this phase will be as follows: Task A. Conceptual Design Development and Supplemental Design Anchor will prepare a conceptual site plan that will show the approximate location oft the proposed building as well as other existing site features such as buildings, parking, general stormwater flow, sidewalks, etc. This conceptual design will be provided for the selected Design/Build Contractor toutilize during design. Based on thei information provided by the City, iti is Anchor's understanding the metal building will be 601 feet by 40f feet, including one roll up metal door, two 3070 Dentry doors, As part of this task, Anchor will coordinate with the City to ensure the conceptual design includes features needed by the City, such as necessary electrical improvements, lighting, accessibility, and a single restroom. bathrooms, interior walls, etc. www.anchorcei.com MEXICO BEACH METAL BUILDING DESIGN-BUILD PROJECT PROFESSIONAL CONCEPTUAL DESIGN, BIDDING. AND PROCUREMENT, DESIGN REVIEW, AND CONSTRUCTION ADMINISTRATIONINSPECTION SERVICES In addition, Anchor will provide design documents for the improvements outside the building's 5- foot perimeter, as needed. This design is anticipated to include the connection oft the building to the City's water and sewer, as needed. Anchor's design services do not include electrical design of any kind but we will provide sufficient information necessary for the electrical design to the MAY21,2024 Design Builder. Task B. Bidding and Procurement Anchor will assist the Cityi in the following bidding and procurement tasks: * * * * * * * * * * Developing a cost estimate. that may be required. Assisting in advertising the Bid with Panama City News Herald or any other publication Prepare conceptual site plan for City use during bidding phase. Create and certify design/build package as required. Responding to Requests for Information from Bidders. Attending Bid Opening at the City Council Meeting. Issuing addenda, as necessary. Reviewing Bids received. and the awarded Contractor. Preparing Recommendation of Award for City Council approval. Preparing and coordinating the execution of the Contract Documents between the City Task C. Boundary and Topographic Surveying Services (By Others) Anchor will coordinate with a State of Florida Registered Professional Land Surveyor to collect topographic survey data in the vicinity of the proposed building location and to collect other existing conditions only as needed for the Design/Build contractor to complete the design. Anchor will coordinate with a State of Florida Registered Professional Geotechnical Engineer to investigate the subsoil conditions encountered at the site for use by the Design/Build Contractor to complete the design of the foundation and other associated appurtenances. Task E. Construction Adminsratoninspection Services (Optional Task) Task D. Geotechnical Services (By Others) Anchor will assist with the following items for this task: * Review Contractor's construction documents, such as plans and specifications, during the Coordination between the selected Contractor and the City through the design and Periodic inspection (20 hours) to include daily inspection reports and photos during construction to ensure the selected Contractor constructs in accordance with the Civil Submittal of the Certificate of Completion forms (if required) to regulatory agencies and design phase to ensure they meet the City's project requirements. construction phases of the project. Drawings. the City. 2024-05-211 Mexico Beach Metal Bidg Design-E Build Page/2 MEXICO BEACH METAL BUILDING DESIGN-BUILD PROJECT PROFESSIONAL CONCEPTUAL DESIGN, BIDDING AND PROCUREMENT, DESIGN REVIEW/ AND CONSTRUCTIONADMINISTRATIONINSPECTION SERVICES MAY21,2024 PROFESSIONAL SERVICES FEES breakdown for each associated task is as follows: The services listed above shall be performed for a not-to-exceed amount of $10,620.00. A cost Task A. Task B. Task C. Task D. Optional Tasks: Task E. Conceptual Design Development and Supplemental Design Bidding and Procurement Boundary and Topographic Survey (by Others) Geotechnical Services (by Others) $2,125.00 $3,495.00 $2,400.00 $2,600.00 $4,095.00 Grand Total $10,620.00 Construction Administration/Inspection Services ADDITIONAL SERVICES Services may be required that exceed or are not listed in the scope of services outlined above. Those tasks will only be undertaken with prior authorization as an amendment to this contract. Additional services include but are not limited to: * & & * * * * * Final Design Drawings (civil, architectural, mechanical, electrical, plumbing, structural, foundation design, fire protection, data, communications, security, etc.) - TO BE FDOT Drainage Connection Permit and FDOT Utility Connection Permit - not anticipated PROVIDED BY DESIGN/BUILD CONTRACTOR. for this project. Wetland delineation and mitigation - not anticipated for this project. Landscaping and irrigation plans Site lighting, electrical, or internet/data design. Site signage esgn/coordination. Relocation of existing on site utilities - none is anticipated. Off-site infrastructure design and improvements. FEMA Flood Zone Amendments, Revisions or Modifications. Sewage pump station design - none are anticipated. As-built surveys, etc. ATTACHMENTS this important project. Ifthe conditions of this scope of services are satisfactory, please execute the attached Task Order (Exhibit A) between CLIENT and Anchor and return it to us as our notice to proceed for 2024-05-21 Mexico Beach Metal Bldg Design-Build Page/3 MEXICO BEACH METAL BUILDING DESIGN-BUILD PROJECT PROFESSIONAL CONCEPTUAL DESIGN, BIDDING AND PROCUREMENT, DESIGN REVIEW, AND CONSTRUCTION. ADMINISTRATIONINSPECTION SERVICES We appreciate the opportunity toy provide our scope of services toy youa and look forward to working with the City and awarded Design/Build Contractor to successfully complete this project. Should there be any questions or need for any additional information, please feel free to e-mail me at MAY21, 2024 moore@ancrorce.com. Sincerely, Anchor Consulting Engineering and Inspection, Inc. Elizabeth S. Moore, P.E. President Attachments Copy: Ms. Brittany Trumbull, P.E., Vice President, Anchor (via e-mail at bimbuldenchore.com, Ms. Emily Thomasee, Project Manager, (via e-mail @ romse@erctoreicon, Ms. Mandy O'Regan, Anchor (via e-mail at moregan@anchoreicom, 2024-05-21 Mexico BeachN Metal Bldg Design- Build Page14 ATTACHMENT A COMBINED TASK ORDER AND NOTICE TO PROCEED TASK ORDER Reference is made to that certain AGREEMENT FOR PROFESSIONAL ENGINEERING SERVICES between the CITY OF MEXICO BEACH and ANCHOR CONSULTING ENGINEERING AND INSPECTION, INC. (ENGINEER OF RECORD) dated January 23, 2024, (the Agreement"), the terms, conditions and definitions of which are incorporated herein as ifset Pursuant to the Agreement, Consultant agrees to perform the specific tasks set forth upon incorporated proposal letter dated May 21,2024 relating to the project known as Mexico Beach Metal Building Design/Build Conceptual Design, Bidding & Procurement, Design Review, forth int full. and Construction Administratominspation Consultant's total compensation shall be a stipulated lump sum of $10,620.00. Its should be noted that if the City chooses to initiate Construction Adminsratoninspecion Services, the total compensation shall bei increased by $4,095.00 to cover that cost. Work shall begin immediately upon receipt of the executed Task Order/Notice to Proceed. There are no additional rights and obligations related to this Task Order other than as specified Upon execution of this task order by both the ENGINEER OF RECORD and the City of Mexico Parties have caused these presents to be executed in their names on the date shown. in the Agreement. Beach, ENGINEER OF RECORD is directed to proceed. ANCHOR CONSULTING ENGINEERING AND INSPECTION, Inc. Elizabeth S. Moore, P.E., President CITY OF MEXICO BEACH, FLORIDA Date Chris Hubbard, City Administrator Date 2024-05-21_MBI Metal Building Design-BuildP Project TASK ORDER MEXICOBEACH 0 R 1D CITY OF MEXICO BEACH CITY COUNCIL For Clerk's Use Only AGENDAITEM# Agenda Abstract Form Meeting Date: May28,2 2024 Department: City Administrator Public Hearing: Date of Public Hearing: Yes K No Agenda Consent Agenda Regular Closed Session PRESENIENINFORMATON CONTACT: Chris Hubbard, City Administrator ITEM TO BE CONSIDERED Subject: Update and Discussion on the Hiring Process for al Permanent City Attorney Attachment(s): None Brief Summary: InM March, the previous City Attorney informed the Council thath he would not be returning after the end of his contract; the Council appointed Tim Sloan as thei interim attorney until a permanent attorney could be hired and extended the bid opening date by 30 days. After the RFP was advertised, the City received four proposals: Timothy J. Sloan P.A., Blankenship Jordan P.A., David Carrie LLC, and Nabors Giblin & Nickerson P.A. Nabors Giblin & Nickerson is based in Tallahassee while David Carrie is from New York, leaving only two local candidates, Timothy Sloan and Michelle Blankenship Jordan. At the May 14th City Council meeting, the Mayor and City Administrator met with Mr. Sloan and Mrs. Jordan individually; an update on these meetings will be presented Action Requested: Select a permanent City Attorney or determine another course of action; discretion of the City Council. ISSUE OVERVIEW Background Information & Issue Summary: See "Brief Summary" above Financial Impacts: Varies depending upon the attorney/firm. Staff ecommercétonsComens Select a permanent City Attorney or determine another course of action; discretion of the City Council. MEXICOBEACH CITY OF MEXICO BEACH CITY COUNCIL For Clerk's Use Only AGENDA ITEM# Agenda Abstract Form Meeting Date: May 28, 2024 Department: City Administrator Public Hearing: Date of Public Hearing: Yes R No Agenda Consent Regular Agenda Closed Session PRESENTERINFORMATON CONTACT: Chris Hubbard, City Administrator ITEM TO BE CONSIDERED Subject: Consideration to Purchase 400 Water Meters Attachment(s): Independent Contractor's Agreement between the Village of Indiantown and Empire Pipe Price List for Items Proposed for Approval at the May 28 City Council Meeting Brief Summary: The City has approximately 350 water meters which are not working properly and each onei is potentially creating al loss ofr revenue for the City. The City needs to replace those meters and purchase more for the new construction occurring. The City will utilize will continue to read these meters in the "drive around" mode and will budget in the FY25 budget to install the needed antennas and software to utilize them in the "fixed base" mode. The money to purchase these meters will come from the Water Capital Replacement account. Approve the purchase oft the 400 meters. Action Requested: ISSUE OVERVIEW Background Information & Issue Summary: See "Brief Summary" above Financial Impacts: The meters and software update will cost approximately $116,310 Staff FecommendationsCommens Approve the purchase oft the 400 meters. [Empire Pipe ands Supply Company-Unilitvy! Meters] INDEPENDENT CONTRACTOR'S. AGREEMENT THIS INDEPENDENT CONTRAÇTOR'S AGREEMENT (hereinafter this "Agreement") is made and entered into this 1e day of Movembr 2023, by and between the VILLAGE OF INDIANTOWN, al Florida municipal corporation (hereinafter the "VILLAGE") and EMPIRE PIPE & SUPPLY COMPANY, INC., a corporation authorized to dob business int the State of Florida (hereinafter CONTRACTOR).. WITNESSETH WHEREAS, the VILLAGE is a political subdivision of the State of Florida, having a responsibility to provide certain services to benefit the citizens of the VILLAGE OF INDIANVILLAGE; and WHEREAS, the VILLAGE has the full power and authority to enter into the transactions WHEREAS, CONTRACTOR is in the business of installing utility meters in the WHEREAS, CONTRACTOR is competent and has sufficient manpower, training, and technical expertise to perform the services contemplated by this Agreement in a timely and professional manner consistent with the standards of the industry in which CONTRACTOR WHEREAS, CONTRACTOR was the successful bidder of a project competitively bid and identified as Invitation to Bid (ITB) 2023-100 which satisfies the VILLAGE's Procurement Policy. The VILLAGE's Invitation tol Bid and CONTRACTOR'S submittal is made aj part! hereof contemplated by this Agreement; and VILLAGE and elsewhere in the State ofFlorida; and operates; and byr reference; and WHEREAS, CONTRACTOR agrees to provide such goods and services as more particularly described in this Agreement, as well as in any bid or quotation documents issued in connection with this project. NOW THEREFORE in consideration of the premises, and in consideration of the mutual conditions, covenants, and obligations hereafter expressed, the parties agree as follows: Recitals. The foregoing recitals are true and correct, constitute ar material inducement to the parties to enter into this Agreement, and are hereby ratified and made a part of this 1. Agreement. 2. Description ofWork. a. The VILLAGE hereby retains CONTRACTOR to furnish services as described in the Scope of Services, whichi is attached hereto as Exhibit "A" andi incorporated herein by reference. Any conflict between the terms and conditions in the body of this Agreement and the terms and conditions set forth in Exhibit "A" will be resolved in favor oft the! body ofthis Agreement. b.c CONTRACTOR must provide all permits, labor, materials, equipment, and supervision necessary for the completion oft the Scope of Services, unless specifically excluded. C. CONTRACTOR must also comply with, and abide by, all requirements as contained in any invitation to bid (ITB), request for proposals (RFP), request for qualifications (RFQ), bid specifications, engineering plans, shop drawings, material lists, or other similar documents issued for this project by the VILLAGE, together with any addenda, hereinafter the "Bid Documents, as applicable." The Bid Documents, if applicable, are hereby incorporated into this Agreement by reference and are declared tol be material part oft this Agreement. Commencement: and completion/Term. 3. a. CONTRACTOR must commence work under this Agreement immediately upon receipt by CONTRACTOR of the Notice to Proceed and must complete the work not later b. Liquidated damages will be assessed against CONTRACTOR in the amount of $100 per day, for each day after 365 calendar days that the work contemplated by this Agreement is incomplete, unless another amount is agreed upon by the Parties in than 365 calendar days thereafter. writing. Payment. 4. a. The VILLAGE agrees to compensate CONTRACTOR, for work actually performed under this Agreement, at the rate or basis describedi in Exhibit' "A", which is attached hereto and incorporated herein by reference. CONTRACTOR must perform all work required by the Scope of Services, but in no event will CONTRACTOR be paid more than the negotiated amount set forthi in Exhibit" "A". b. Progress payments, if any, willl be madea as set forth in Exhibit' A". C.The VILLAGE reserves the right to ratably withhold amounts in the event of the nonperformance of all or part of CONTRACTOR's obligations. CONTRACTOR must, without additional compensation, correct and revise any errors, omissions, or other deficiencies in its work product, services, or materials arising from the error or 5. Acceptance of work product, payment, and warranty. The CONTRACTOR shall submit monthly invoices tot the VILLAGE. When the VILLAGE receives an invoice sufficiently itemized to permit audit, the VILLAGE will diligently review the invoice. When the VILLAGE finds the invoice acceptable and finds the products and services acceptable, the installment payment will be paid to CONTRACTOR within thirty (30) days after the date of receipt of the invoice, unless another payment schedule is provided in Exhibit "A"CONTRACTOR. guarantees the successful performance oft the work for the products ands services intended. Ifthe VILLAGE deemsi iti inexpedient to require CONTRACTOR to correct deficient or defective work, the VILLAGE may make an equitable deduction from the contract price, or, in the alternative, the VILLAGE may seek damages. CONTRACTOR warrants that the data utilized by CONTRACTOR (other than as provided by the VILLAGE) is from a source, and collected using methodologies, which are generally recognized in CONTRACTORSindusty or profession to be a reliable basis and foundation for CONTRACTOR's work product. CONTRACTOR must. notify the VILLAGE in writing ifit appears, in CONTRACTOR's professional judgement that the data or information provided by the VILLAGE for use in CONTRACTOR's work product is incomplete, defective, or unreliable. CONTRACTOR guarantees to amend, revise, or correct tot the satisfaction oft the VILLAGE any error appearing int the work asa result of CONTRACTOR'S failure to comply with the warranties and representations omission or negligent act OfCONTRACTOR. contained herein. Neither inspection nor payment, including final payment, by the VILLAGE will relieve CONTRACTOR fromi its obligations to do and complete the work product in accordance with this Agreement. 6. Termination. a. Termination at Will: This Agreement may be terminated by the VILLAGE in whole ori in part at any time without cause by the VILLAGE giving written notice to CONTRACTOR not less than 30 days prior to the date of termination; provided, however, thati ins such event, neither party will be relieved from its rights or obligations ofthis Agreement through the date oft the actual termination. Noticer must be delivered by certified mail, return receipt requested, ori inp person with proof ofdelivery. b. Termination for Cause: This Agreement may be terminated by either party for cause by the VILLAGE or CONTRACTOR giving written notice to the other party not less than 10 days prior to the date of termination; provided, however, that in such event, neither party will be relieved from its rights or obligations oft this Agreement through the date of the açtual termination. Notice must be delivered by certified mail, return receipt requested, ori inj person with proofofdelivery. 7. Project management. a. The Project Managers for this project are as follows. Any subsequent changes to the Project Manager for either party may be provided by notice as described inj paragraph 8below and does not require ana amendment to this Agreement. b. VILLAGE's Project Manager is: Patrick Nolan, Public Works & Utilities Director, (772) C.CONTRACTORSI Project Manager is:. James Mathis, Vice President, (407): 295-2400 341-3098 8. certified mailt to: Notices. All notices to the parties under this Agreement must be in writing and sent a. To VILLAGE: The Village of Indiantown and the Village Council, Attention: Village Manager, 15516: SW Osceola St., Suite B, Indiantown, Florida 34956; b.To CONTRACTOR:, Empire Pipe & Supply Company, Attention: James Mathis, Vice- President, 2260 Oldi Lake Mary Road, Sanford, Florida 32771. 9. Insurance. a. CONTRACTOR must maintain suchi insurance as will fully protect both CONTRACIOR and the VILLAGE from any and all claims under any Workers Compensation Act or Employers Liability Laws, and from any and all other claims of whatsoever kind or nature to the damage or property, or for personal injury, including death, made by anyone whomsoever, that may arise from operations carried on under this Agreement, either by CONTRACTOR, any subcontractor, or by anyone directly or indirectly b. CONTRACTOR shall obtain insurance coverage in accordance with Appendix A- Insurance Documentation- Form 8, page 26 of ITB 2023-100, which is fully C. CONTRACTOR must furnish the VILLAGE with Certificates of Insurance, which are to engaged or employed by either oft them. incorporated herein by reference. be signed by a person authorized by thati insurer to bind coverage on its behalf. The VILLAGE is to be specifically included as an additional insured and loss payee on all policies except Workers' Compensation. In the event the insurance coverage expires prior to the completion of the project, a renewal certificate must be issued 30 days prior to the expiration date. The policy must provide a 30-day notification clause in the event of cancellation or modification to the policy. All certificates of insurance must be on file with and approved by the VILLAGE before commencement of any d. The insurance coverages procured by CONTRACTOR as required herein will be considered as primary insurance over and above any. other insurance, or self- insurance, available to CONTRACTOR, and any other insurance, or self-insurance available to CONTRACTOR will be considered secondary to, or in excess of, the insurance coverage(s) procured by CONTRACTOR: as required herein. General Provisions. CONTRACTOR must comply with the following general work activities. 10. provisions: a. Bond. Ifas surety bond has been required by the Bid Documents for CONTRACTOR'S faithful performance and payment, and ifat any time the surety is no longer acceptable to the VILLAGE, CONTRACTOR: must, ati its expense, within five (5) days after the receipt of notice from the VILLAGE to do SO, furnish an additional bond or bonds in such form and with such Surety or Sureties as are satisfactory to the VILLAGE. The VILLAGE will not make any further payment to CONTRACTOR, nor will any further payment be deemed to be due to CONTRACTOR, until such new or additional security for the faithful performance of the work is furnished in a manner and form b. Compliance with Laws. In providing the Scope of Services, CONTRACTOR must comply with all federal, state, and local laws, statutes, ordinances, rules, and regulations pertaining to or regulating the provision of such services, including those satisfactory to the VILLAGE. now ine effect and hereafter adopted. C. Personal nature of Agreement; Assignment. i. The parties acknowledge that the VILLAGE places great reliance and emphasis upon the knowledge, expertise, training, and personal abilities of CONTRACTOR. Accordingly, this Agreement is personal and CONTRACTOR is prohibited from assigning or delegating any rights or duties hereunder without the specific written consent oft the VILLAGE. ii. If CONTRACTOR requires the services of any subcontractor or professional associate in connection with the work to be performed under this Agreement, CONTRACTOR must obtain the written approval of the VILLAGE Project Manager prior to engaging such subcontractor or professional associate. CONTRACTOR will remain fully responsible for the services of any subcontractors or professional associates. d. Discrimination. C CONTRACTOR shall not discriminate against any employee employed in the performance of this Agreement, or against any applicant for employment because of age, ethnicity, race, religious belief, disability, national origin, or sex. CONTRACTOR shall not exclude any person, on the grounds of age, ethnicity, race, religious belief, disability, national origin, or sex, from participation in, denied the benefits of, or be otherwise subjected to discrimination ina any activity under, this Agreement. ii.o CONTRACTOR shall provide al harassment-free workplace, with any allegation of harassment given priority attention and action by management. e.1 Independent contractor. i.c CONTRACTOR is, and willl be deemed to be, an independent contractor and not a servant, employee, joint adventurer, or partner of the VILLAGE. None of CONTRACTOR's: agents, employees, or servants are, or will be deemed to be, the agent, employee, or servant oft the VILLAGE. None oft the benefits, ifany, provided by the VILLAGE to its employees, including but not limited to, compensation insurance and unemployment insurance, are available from the VILLAGE to the employees, agents, or servants of CONTRACTOR. CONTRACTOR will be: solely and entirely responsible for its acts and for the acts of its agents, employees, servants, and subcontractors during the performance of this Agreement. Although CONTRACTOR is an independent contractor, the work contemplated herein must meet the approval of the VILLAGE and is subject to the VILLAGE's general right of inspection to secure the satisfactory completion thereof. CONTRACTOR must comply with all Federal, State and municipal laws, rules and regulations that are now or may in the future become applicable to CONTRACTOR, or to CONTRACTOR'S business, equipment, or personnel engaged in operations covered by this Agreement or accruing out of the performance of such operations. The VILLAGE will not be held responsible for the collection ofor the payment of taxes or contributions of any nature on behalf of ii. CONTRACTOR will bear all losses resulting toi it on account of the amount or character of the work, or because of bad weather, or because of errors or iii. CONTRACTOR must utilize, and must expressly require all subcontractors to utilize, the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility ofall new employees hired by CONTRACTOR: and any subcontractors during the Term oft this Agreement. CONTRACTOR. omissions ini its contract price. Indemnification. LCONTRACTOR must indemnify and hold the VILLAGE harmless against and from any and all claims, losses, penalties, interest, demands, judgments, costs, damages, ore expenses, including attorney's fees and court costs, incurred by the VILLAGE, or its agents, officers, or employees, arising directly or indirectly from CONTRACTOR's performance under this Agreement or by any person on CONTRACTORS behalf, including but not limited to those claims, losses, penalties, interest, demands, judgments, costs, damages, or expenses arising out of any accident, casualty, or other occurrence causing injury to any person or property. This includes persons employed or utilized by CONTRACTOR (including CONTRACTOR's agents, employees, and subcontractors). CONTRACTOR must further indemnify the VILLAGE against any claim that any product purchased or licensed by the VILLAGE from CONTRACTOR under this Agreement infringes al United States patent, trademark, or copyright. CONTRACTOR acknowledges that CONTRACTOR has received consideration for this indemnification, and any other indemnification of the VILLAGE by CONTRACTOR provided for within the Bid Documents, the sufficiency of such consideration being acknowledged by CONTRACTOR, by CONTRACTOR's execution of this Agreement. CONTRACTOR's obligation will not be limited by, or in any way to, any insurance coverage or by any provision in or exclusion or omission from any policy of insurance, whether such insurance is in connection with this Agreement or otherwise. Such indemnification is in addition to any and all other legal remedies available to the VILLAGE: and not considered tol be the VILLAGE'sexclusive: remedy. ii. In the event that any claimi in writing is asserted by a third party which may entitle the VILLAGE to indemnification, the VILLAGE must give notice thereof to CONTRACTOR, which notice must be accompanied by a copy ofstatement of the claim. Following the notice, CONTRACTOR has the right, but not the obligation, to participate at its sole expense, in the defense, compromise or settlement of such claim with counsel of its choice. If CONTRACTOR does not timely defend, contest, or otherwise protect against any suit, action or other proceeding arising from such claim, ori in the event the VILLAGE decides to participate in the proceeding or defense, the VILLAGE will have the right to defend, contest, or otherwise protect itself against same and be reimbursed for expenses and reasonable attorney's fees and, upon not less than ten (10) days notice to CONTRACTOR, to make any reasonable compromise or settlement thereof. In connection with any claim as aforesaid, the parties hereto must cooperate fully with each other and make available all pertinent information necessary or advisable for the defense, compromise or settlement of such iri. Thei indemnification provisions of this paragraph will survive the termination of g. Sovereign Immunity. Nothing int this Agreement extends, or will be construed to extend, the VILLAGE's liability beyond that provided in section 768.28, Florida Statutes. Nothing in this Agreement is a consent, or will be construed as consent, by the VILLAGE to bes sued by third parties ina any matter arising out of this Agreement. CONTRACTOR is a "Contractor" as defined by Section 119.0701(1)(a), Florida Statutes, and must comply with the public records provisions of Chapter 119, 1. Keep and maintain public records required by the VILLAGE to perform 2. Upon request from the VILLAGE's custodian of public records, provide the VILLAGE withac copy oft the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by Iaw for the duration of this Agreement term and following completion of the Agreement if CONTRACTOR does not 4. Upon completion of this Agreement, transfer, at no cost, to the VILLAGE all public records in possession of CONTRACTOR or keep and maintain public records required by the VILLAGE to perform the service. If CONTRACTOR transfers all public records to the VILLAGE upon completion of this Agreement, CONTRACTOR must destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and maintains public records upon completion of this Agreement, CONTRACTOR must meet all applicable requirements for retaining public records. All records stored electronically must be provided to the VILLAGE, upon request from the VILLAGE's custodian of public records, in a format that is compatible with the information technology systems of the VILLAGE. claim. this Agreement. h. Public records. Florida Statutes, including the following: the service. by law. transfer the records tot the VILLAGE. ii. "Public records" is defined in Section 119.011(12), Florida Statutes, as may, from iii. If CONTRACTOR asserts any exemptions to the requirements of Chapter 119 and related law, CONTRACTOR will have the burden of establishing such exemption, by way ofi injunctive or other reliefa as provided by law. iv. CONTRACTOR consents to the VILLAGE's enforcement of CONTRACTOR's Chapter 119 requirements, by all legal means, including, but not limited to, a mandatory injunction, whereupon CONTRACTOR must pay all court costs and reasonable attorney's fees incurred by VILLAGE. V. CONTRACTOR'S failure to provide public records within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. Further, such failure by CONTRACTOR will be grounds for immediate unilateral canceliation of this Agreement by the VILLAGE. vi. IFTHE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT time to time, be amended. THE CUSTODIAN OFI PUBLIC RECORDS AT: Village Clerk, (772) 597-8268, mchrde@idantowatyge, P.O. Box 398, Indiantown, Florida 34956. 1. Federal or State Funding. Ifany portion of the funding for this Agreement is derived from the State of Florida, or any department oft the State of Florida, or from federal funding through the State of Florida, the provisions oft this sub-paragraph shall apply, provisions elsewhere in this Agreement to the contrary notwithstanding. CONTRACTOR shall make inquiry from the VILLAGE's Project Manager to determine whether Federal or State fundingi is applicable to this Agreement. i. E-Verify. CONTRACTOR must utilize, and must expressly require all subcontractors to utilize, the U.S. Department ofHomeland Security's E-Verify system to verify the employment eligibility of all new employees hired by ii. Agency. CONTRACTOR agrees and acknowledges that it, its employees, and its subcontractors are not agents or employees of the Federal Government, of the State of Florida, or of any department oft the Federal Government or the State iii. Indemnification. To the fullest extent permitted by law, CONTRACTOR shall indemnify and hold harmless the VILLAGE, the Federal Government, the State of Florida, any department of the Federal Government or the State of Florida, and all officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of CONTRACTOR and persons employed or utilized by CONTRACTOR in the performance of this Agreement. This indemnification shall survive the termination oft this Agreement. Nothing contained in this paragraph isi intended to nor shall it constitute a waiver of the State of Florida and the VILLAGE's iv. Workers' Compensation Insurance. CONTRACTOR must provide Workers' Compensation Insurance in accordance with Florida's Workers' Compensation law for all employees. If subletting any of the work, CONTRACTOR must ensure that the subcontractor(s) have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. If using "leased employees" or employees obtained through professional employer organizations ("PEO's"), CONTRACTOR must ensure that such employees are covered by Workers' Compensation insurance through the PEO's or other leasing entities. CONTRACTOR must ensure that any equipment rental agreements that include operators or other personnel who are employees of independent Contractors, sole proprietorships or partners are covered byi insurance required under Florida's Workers' Compensation law. V. Liability Insurance. Contractor shall carry Commercial General Liability insurance providing continuous coverage for all work or operations performed under the Agreement. Such insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG0O 01) as filed for use in the State of Florida. CONTRACTOR shall cause the State of Florida to be made an Additional Insured as to such insurance. Such coverage shall be on an "occurrence" basis and shall include Products/Completed' Operations coverage. The coverage afforded tot the State of Florida as an Additional Insured shall be primary as to any other available insurance and shall not be more restrictive than the coverage afforded to the Named Insured. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations performed under the Contract, and may not be shared with or diminished by claims unrelated to this Agreement. The policy/ies and coverage described herein may be subject to a deductible. CONTRACTOR shall pay all deductibles as required by the policy. No policy/ies or coverage described herein may contain or be subject to a Retention or a Self-Insured Retention. At all renewal periods which occur prior to final acceptance of the work, the VILLAGE and the State of Florida shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage. described herein. The VILLAGE and the State of Florida shall be notified in writing CONTRACTOR during the" Term ofthis Agreement. ofFlorida. sovereign immunity. within ten days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein." The VILLAGE's or the State of Florida's approval or failure to disapprove any policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights or defenses the VILLAGE ort the! Statec of Florida may have. vi. Inspections. CONTRACTOR shall permit, and require its subcontractors to permit, the VILLAGE's and the State of Florida's authorized representatives to inspect all work, materials, payrolls, and records, to audit the books, records, and accounts pertaining to the financing and development of the Services vii. Auditor General Cooperation. CONTRACTOR shall comply with $20.055 (5), Florida Statutes, and shall incorporate in all subcontracts the obligation to described int the Contract Documents. comply with $20.055 (5), Florida_Statutes. Federal-Aid Construction Contract. Ifthis is a federal-aid construction project, it shall bes subject to the provisions in Exhibit "A", which is attached hereto andi incorporated k.c ComplanceCamsteney with Scrutinized Companies Provisions of Florida Statutes. Section 287.135(2)(a), Florida Statutes, prohibits a company from bidding on, submitting a proposal for, or entering into or renewing: a contract for goods or services of any. amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to section 215.4725, Florida Statutes, or is engaged in a boycott of Israel. Section 287.135(2)(b), Florida Statutes, further prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services over one million dollars ($1,000,000) if, at the time of contracting or renewal, the company is on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, both created pursuant to section 215.473,Florida Statutes, or the company is engaged in business operations in Cuba or Syria. CONTRACTOR hereby certifies that CONTRACTOR is not listed on any of the following: (i) the Scrutinized Companies that Boycott Israel List, (i) Scrutinized Companies with Activities in Sudan List, or (ii) the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. CONTRACTOR further hereby certifies that CONTRACTOR is not engaged in a boycott of Israel or engaged in business operations in Cuba or Syria. CONTRACTOR understands that pursuant to section 287.135, Florida Statutes, the submission ofa false certification may subject CONTRACTOR to civil penalties, attorney's fees, and/or costs. CONTRACTOR further understands that any contract with VILLAGE for goods or services of any amount may be terminated at the option of VILLAGE if CONTRACTOR () is found to have submitted a false certification, (i) has been placed on the Scrutinized Companies that Boycott Israel List, or (iii) is engaged in a boycott ofl Israel. And, in addition to the foregoing, ifthe amount of the contract is one million dollars ($1,000,000) or more, the contract may be terminated att the option of VILLAGE ift the company is found to have submitted a false certification, has been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been 11. Miscellaneous Provisions. The following miscellaneous provisions apply to this a. Binding Nature of Agreement. This Agreement is binding upon the successors and b. Environmental and Social Government and Corporate Activism. The Village has not given preference or requested documentation from the Contractor based on Contractor's social, political or ideological interest. herein by reference. engaged in business operations in Cuba or Syria. Agreement: assigns oft the parties hereto. Contractor agrees to similarly not request documentation or give preference to any subcontractor based on the subcontractor's social, political or ideological interests. C. Taxes. The Village shall not be liable for any taxes and assessments imposed by a federal, state or local governmental agency, to the extent that the Village is exempt from same by Florida law, including but not d. Public Entities Crime or Convicted Vendor List. Contractor agrees and assumes a continuous duty to disclose to the Village if the Contractor or any of its affiliates as defined by Section 287.133(1)(a), Florida Statutes are placed on the Convicted Vendor List or the Antitrust Violator Vendor List maintained by the Florida limited to any sales or use tax. Department ofl Management Services. e. E-Verify. By entering into this Agreement, the Contractor is obligated to comply with the provisions of Section 448.095, Florida Statutes "Employment Eligibility," as amended from time to time. This includes but is not limited to register with and use the E-Verify System to verify the work authorization status of all newly hired employees, and requiring all subcontractors to provide an affidavit to Contractor attesting that the subcontractor does not employ, contract with, or subcontract with, an unauthorized alien. Contractor agrees to maintain a copy of such affidavit for the duration of this Agreement. Failure to comply with this paragraph will result in the termination of this Agreement as provided in Section 448.095, Florida Statutes, as amended and Contractor will not be awarded a public contract for at least one (1) year after the date on which the Agreement was terminated. Contractor will also be liable for any additional costs to the Village as a result of the termination of this Agreement in accordance with this paragraph. Contractor affirmatively states, under penalty of perjury, that in accordance with Section 448.095, Florida Statutes, Contractor is registered with and uses the E-Verify system to verify the work authorization status of all newly hired employees, that in accordance with such statute, Contractor requires from each of its subcontractors an affidavit stating that the subcontractor does not employ, contract with, or subcontract with an unauthorized alien, and that Contractor is otherwise in compliance with Sections 448.09 and 448.095, Florida Entire Agreement. This Agreement states the entire understanding between the parties and supersedes any written or oral representations, statements, negotiations, or agreements to the contrary. CONTRACTOR recognizes that any representations, statements, or negotiations made by the VILLAGE staff do not sufice to legally bind the VILLAGE in a contractual relationship unless they have been reduced to writing, authorized, and signed by the: authorized VILLAGE representatives. g. Amendment. No modification, amendment, or alteration in the terms or conditions of this Agreement will be effective unless contained in a written document executed with h. Severability. Ifa any term or provision of this Agreement is held, to any extent, invalid or unenforceable, as against any person, entity, or circumstance during the Term hereof, by force of any statute, law, or ruling of any forum of competent jurisdiction, such invalidity will not affect any other term or provision of this Agreement, to the extent that the Agreement will remain operable, enforceable, and in full force and effect to Construction. If any provision of this Agreement becomes subject to judicial interpretation, the court interpreting or considering such provision should not apply the presumption or rule of construction that the terms of this Agreement be more strictly construed against the party which itself or through its counsel or other agent prepared it. All parties hereto have participated in the preparation of the final form of this Agreement through review by their respective counsel, if any, or the negotiation of specific language, or both, and, therefore, the application of such presumption or rule ofconstruction would bei inappropriate and contrary to the intent oft the parties. Headings. AIl headings in this Agreement are for convenience only and are not to be used ina any judicial construction ori interpretation oft this Agreement ora any paragraph. k. Waiver. The indulgence of either party with regard to any breach or failure to perform any provision of this Agreement does not constitute a waiver oft the provision or any portion ofthis Agreement, either at the time thel breach or failure occurs or at any time throughout the term of this Agreement. The review of, approval of, or payment for any of CONTRACTOR's work product, services, or materials does not operate as a waiver, and should not be construed as a waiver, of any of the VILLAGE's rights under this Agreement, or of any cause ofa action the VILLAGE may have arising out of 1. Force Majeure. Notwithstanding any provisions of this Agreement to the contrary, the parties will not be held liable if failure or delay in the performance oft this Agreement arises from fires, floods, strikes, embargos, acts of the public enemy, unusually severe weather, out break of war, restraint of government, riots, civil commotion, force majeure, act ofGod, or for any other cause. of the same character whichi ist unavoidable through the exercise of due care and beyond the control of the parties. This provision does not apply ift the' "Scope of Services" oft this Agreement specifies that performance by CONTRACTOR is specifically required during the occurrence of any of the events m. Law; Venue. This Agreement is being executed in Martin County, Florida and is governed in accordance with the laws of the State of Florida. Venue of any action Statutes. thes same formality ast this Agreement. the extent permitted by law. the performance oft this Agreement. hereinr mentioned. hereunder will bei in! Martin County, Florida. 12. Special Provisions. a. The terms and conditions advertised by the VILL.AGE in ITB: 2023-100 and the terms of CONTRACTOR'S: submittal in response thereto. which are incorporated herein and madca a part hereof by reference: shall be binding upon thel Parties. b. This Agreement is a non-exclusive contract; the VILAGE is not prohibited, or deemed 10 be prohibited, from bidding similar services either as an independent job or a IN WITNESS WHEREOF. the parties hereto have signed and sealed this Agreement component ofal larger project. effective the date first written above. VILLAGE OF INDIANTOWN. a Florida municipal corporation twow ShoHenas SUSANGIBBS THOMAS MAYOR ATTEST: hliodaVabude LARHONDA MCBRIDE, VILLAGECIERK Dates signed by VILLAGE: (Seal) 14/14/2083 EMPIRE PIPE & SUPPLY COMPANY, A sTtS Printedr name: James Mathis Title: Vice President DMITTeIze2S INC. ATTEST: E Title: Branch Manager Date: 1/16/2023 Wesley Sumner Page 15of15 EXEIBIT A Proposed Project Empire Pipe & Supply offering provides the best technology solutions-with the least amount of risk to the Utility and its residents-to achieve your financial objectives. In every respect, we trust you will find Harmony Encore to provide the best value to the The proposed scope of work includes replacement of the current meters, installation of ani integrated Advanced Metering Infrastructure (AMI), implementation of a geospatially enhanced Saas meter Data Management (MDM) and Analytics, and Customer Portal. System Design and Installation: Our qualified professionals will properly size and determine the type of meter that is optimal to the Utility's system. Provide a propagation study for the utility's approval. Empire Pipe & Supply and Compass Metering Services will manage the installation process to ensure quality workmanship and timely project The Goal is to Improve meter efficiency and Improve efficiency of operations of meter reading, reduce operating costs, billing accuracy improvements, reduction in re-reads, fair and timely water billing based on accurate usage, reduce liability of Village workers Empire Pipe & Supply will follow the Scope of Work put forth by the Village. Master Meter will require the Village of Indiantown to sign an End User License and Naas Prior to implementation to Harmony & Allegro AMI meter endpoints, approval of prop study will be required and signed off by the Village of Indiantown, Empire Pipe and A1 thorough final prop study will be required for approval by' Village of Indiantown. Village of Indiantown. The services include System Design and Installation, completion to Master Meter's specifications. on private property and to improve customer service. agreement. Master Meter. or 407-295-2400 Fax: 407-295-2455 2260 Oldl Lake Mary Rd, Sanford. Florida 32771 EMPIRE Pipe & Supply Proposed Project Prop with Meters: Village of Indian Town Legend Biga Mound Rower 150 BS Rep Service Area Untiled Path County Tower 150 Rep lant 6 gnsB0 5 ower 0 Mat n150 Tower 1505 Booker GoogleEarth 2mi -Ultility to confirm meter service locations and/or service are to be covered. Propagation study based on addresses and/or service area boundaries provided by Village and geccoded by Master Meter. of: 407-295-2400 Fax: 407-295-2455 2260OldLake! Mary Rd, Sanford. Florida 32771 EMPIRE Pipe & Supply Proposed Project Proposed Project Pricing Item No. Description 5/8" x3 3/4" Multijet Meter w! AMR/AMI Integrated 1 Register 1"Multijet Meter w! AMR/AMI Integrated 2 Register 11/2" Flanged Multijet Meter wl AMRIAMI Integrated 4 Register 2" Flanged Multijet Meter w/ AMR/AMI Integrated 6 Register AMR/AMI Integrated Register Kits w/ Plastics 13 Included 3"x12" Ultrasonic SS Meter 18 w/ Encoder Module Nicor 26 AMI Base Station Kit Base Station Installation on 27 existing Pole/Tower AMI Standard Repeater with External Antenna and Cable 28 Assembly Repeater Installation on Existing Pole/Tower 70' or 29 less Repeater Installation on Existing Pole/Tower 70' or 30 higher AMR/AMI Mobile Reading 31 Kit Total Bid Equipment Unit Quantity Unit Price Bid Amount ea ea ea ea ea ea ea ea ea ea ea ea 1465 25 5 20 515 5 1 1 2 1 1 1 $235.00 $344,275.00 $281.25 $7,031.25 $586.25 $2,931.25 $743.75 $14,875.00 $201.25 $103,643.75 $2,321.40 $11,607.00 $25,000.00 $25,000.00 $16,676.00 $16,676.00 $2,668.24 $5,336.48 $5,062.50 $5,062.50 $12,993.75 $12,993.75 $8,750.00 $8,750.00 $558,181.98 on: 407-295-2400 Fax: 407-295-2455 2260 Old! Lake Mary Rd. Sanford. Florida 32771 EMPIRE Pipe & Supply Proposed Project INSTALLATION 5/8" x 3/4" Meter Installation" 2 1"N Meter Installation* 4 11/2" Meter Installation* 6 2" Meter Installation* 13 Register Installation 18 3" Meter Installation* Total Installation *Like Size Meter 33 Training 1 ea ea ea ea ea ea 1465 25 5 20 515 5 $58.00 $84,970.00 $58.00 $1,450.00 $210.00 $1,050.00 $277.00 $5,540.00 $41.00 $21,115.00 $644.00 $3,220.00 $117,345.00 $5,832.00 2Days Includes: FCC License, Site Visit, Customer Engagement Portal, Harmony Support Services, including calibration and upload of software and data to Village PROJECT TOTAL "Bonding to be estimated 5% 34 Systems Encore MDM $13,560.00 $694,918.98 Notes to Project: -Utility to provide tower or other suitable infrastructure for Base Station and Antenna installation. Power must be available at the base station location. Tower must be a minimum height of 70' with 360 degrees of unobstructed line of site. -Utility to provide suitable infrastructure for repeater installation (such as light, utility poles, towers). Repeaters must be placed at minimum 80' height per prop. Electricity After First Year (To be billed directly from Master Meter to Utility): Allegro Infrastructure Extended Warranty Program-Base Station (Annual) $5,400.00 Allegro Infrastructure Extended Warranty Program-Repeater (Annual) Harmony Fixed Base Annual Hosting/Support. Based on a minimum of 2,500 services (Includes software support for both Harmony Saas and My Water Advisor Customer must be available at the installation locations. $756.00 (Repeater is $378.00 each) @$1.66/endpoint for a total of $4,150 annually. Engagement Portal) Off: 407-295-2400 Fax: 407-295-2455 2260 OldLake Mary Rd, Sanford. Florida. 32771 EMPIRE Pipe & Supply Proposed Project Additional Installation and Labor Cost Breakout (labor only for plumbing alterations): 4" Meter Installation $756.00 6" Meter Installation $934.00 8" Meter Installation $1078.00 10" Meter Installation $1317.00 12" Meter Installation $1612.00 Raise/lower Service or Raise lower customer line $72.00 Reset meter box to flush level $23.00 Replace meter box and lid (labor only) $50.00 Replace Main' Valve %- $78.00 Replace Main Valve 1"-$100.00 Project Schedule Repair plumbing leaks, or add meter couplings (pre-existing inside meter box) $56.00 The following is an estimate to the Project Schedule and subject to change. Dates 1/2/2024 1/3/2024 1/8/2024 1/8/2024 1/10/2024 1/22/2024 3/2/2024 3/15/2024 3/25/2024 4/2/2024 4/8/2024 4/22/2024 9/27/2024 9/27/2024 11/27/2024 Rev: 10.16.2023 Description Commencement Notice Preliminary Meter Evaluation Pre-Plan Meeting-Village, Empire Pipe, Master Meter and Village to Approve Prop/Sign End User Agreement and Naas Order meters, registers, andi infrastructure equipment Base Station and Repeaters Equipment to arrive Base Station and Repeaters Equipment to install Pre-Plan Meter Installation Meeting- Village, Empire Pipe, NMS Preliminary Site Visit Master Meter and NMS Start Meter installation Meter Installation follow-up Meeting Harmony MDM Training (subject to change) Estimated Target Date for Completion of Meter Installation System monitoring Final Release of system to' Village Billing for meter equipment and installation thereof will occur periodically on an as-installed basis. Of: 407-295-2400 Fax: 407-295-2455 2260 Oldl Lake Mary Rd, Sanford. Florida 32771 EMPIRE Pipe & Supply CITY OF MEXICO BEACH WATER DEPT. - ALLEGRO AMI INFRASTRUCTURE, SOFTWARE, AND TRAINING COST 5-07-2024 QUANTITY 1 PRODUCT DESCRIPTION UNITE PRICE $25,000.00 AMOUNT $25,000.00 (K-199916XX) Allegro Base Station Kit - Range TBD - Uses existing infrastructure. Includes: Allegro Base Station Drawer, 2-way Allegro Base Station Cabinet, Omnidirectional antenna for Allegro tower base station, antenna mounting clamp, backup power supply (ups) for Allegro tower base station "Utility to provide tower or other suitable infrastructure for Base Station and Antenna installation. Power must be available at the base station location. Tower must be a minimum height of 100' with 360 degrees of unobstructed line of sight. "Utility MUST provide antenna mounts on tank/tower/other suitable infrastructure for Base Station Antenna placement prior to Base Station installation. Configuration 1 (RHS-ALL-F-NB) Installation on Tower Base Station and Antenna $16,676.00 BASESTATION TOTAL - ASSUMING CITYI IS USING CELL TOWER Support Services - Includes: FCC License, Site Visit, Customer Engagement Portal, and Harmony $16,676.00 $41,676.00 $13,560.00 ON CITY PROPERTY BEHIND CITY HALL 1 Encore MDM Training - 2 days AMR/AMI READING EQUIPMENT 1 1 $5,832.00 $8,750.00 PRICING BASED ON VILLAGE OF INDIANTOWN, FL CONTRACT TOTALS $ 69,818.00 ROBERT PETERSON - 251-533-9028 EMPIRE PIPE AND SUPPLY COMPANY, INC 2133 BROKEN BRANCH WAY PANAMA CITY, FL 32405 Cityof For: Mexico Beach Chris To: Hubbard Date: ASAP TEM# QTY UNIT Date: 5/7/2024 Project: ALLEGRO REGISTER AND/OR WATER METER PRICING SOLE SOURCE MANUFACTURER PRICE $ 235.00 $ 287,875.00 $ 281.25 $ 12,937.50 $ 586.25 $ $ 743.75 $ 4,462.50 $ 201.25 $ 1,610.00 $ 201.25 $ 211,312.50 $ 201.25 $ $ 201.25 $ 4,025.00 EMPIRE Pipe & Supply PHONE: 850-481-0788 EMPIRE PIPE AND SUPPLY COMPANY- -2133 Broken Branch Way- Panama City, FL: 32405 QUANTITIES ANDI DESCRIPTIONS ARE BELIEVED1 TOE BE TRUE BUT NOT GUARANTEED FOR ACCURACY. ALL" "TAKE-OFFS" SHOULD BE REVIEWED BYC CUSTOMER PRIOR TOF PLACING ORDER ITEM DESCRIPTION MATERIAL PURCHASE EXT 586.25 1 1225 ea 5/8) X3/4" BLMJ Meter w/Bronze Bottom w/Allegro Register- -UTG 2 46 ea 1"E BLMJ Meter w/Bronze Bottom w/Allegro Register UTG* 3 1 ea 1-1/2" MS Multi-Jet Meter w/Allegro Register -UTG 4 6 ea 2" MS Multi-Jet Meter w/Allegro Register- UTG 5 8 ea Allegro Pit Unit with 2' Nicor Connector for Octave Meters 6 1050 ea Allegro UTG Register Kit- Master Meter 5/8BL 7 4 ea Allegro UTG Register Kit- Master Meter: 11 1/2" MS 8 20 ea Allegro UTG Register Kit- Master Meter 2" MS 805.00 METER / REGISTER RETROFIT GRAND TOTAL $ 523,613.75 OPTIONAL PRICING ON SONATA ULTRASONIC ALLEGRO 1 2275 ea 5/8x3 3/4" Sonata Meter POLYMER Tube w/Integrated. Allegro Radio AMI 2 46 ea 1" Sonata Meter POLYMER Tube w/Integrated Allegro Radio AMI 3 1 ea 1-1/2" MS Multi-Jet Meter w/Allegro Register UTG 4 6 ea 2" MS Multi-Jet Meter w/Allegro Register - UTG 5 4 ea Allegro UTG Register Kit- Master Meter 11 1/2" MS 6 20 ea Allegro UTG Register Kit- Master Meter 2" MS 7 8 ea Allegro Pit Unit with 2' Nicor Connector for Octave Meters $ 275.00 $ 625,625.00 $ 350.00 $ 16,100.00 $ 586.25 $ $ 743.75 $ 4,462.50 $ 201.25 $ $ 201.25 $ 4,025.00 $ 201.25 $ 1,610.00 586.25 805.00 $ 653,213.75 Any questions, please call: Robert Peterson 251-533-9028 oberteempreppe.om DUET TOC CURRENTI MARKET CONDITIONS, ALL QUOTES ARE VALIDF FOR UPT TO1 180 DAYS FROM1 THE DATE OF QUOTATION. AND. ARE SUBJECT TOC CHANGE AT ANY TIME. ALL CONTRACTS ANDS SHIPMENTS ARE CONTINGENT ONS STRIKES, ACCIDENTS, AND OTHER CAUSES BEYOND OUR CONTROL. THIS QUOTATIONI IS SUBJECT TOT THE ADDITIONOF ANY TAXI IMPOSEDE BYA ANYF PRESENT ORF FUTURE FEDERAL, STATE, COUNTY, ORN MUNICIPAL LAW. ALL SALES ARE SUBJECTT TO1 THE ATTACHED1 TERMS AND CONDITIONS. MAMASTEB METER uS PIPE EMPIRE Pipe & Supply MAHV VALVE COMPANY 5/7/2024 3:49PM Page 1/1 Product Cost Number 400 1 1 TOTAL: Total $94,000 $13,560 $8,750 $116,310 5/8" X 3/4" Multijet Meter $ 235 Support Services/FCC Mobile Reading Kit $13,560 $8 8,750 MEXICOBEACH R--D.A CITY OF MEXICO BEACH CITY COUNCIL For Clerk's Use Only AGENDA ITEM# Agenda Abstract Form Meeting Date: May 28, 2024 Department: City Administrator Public Hearing: Date of Public Hearing: Yes R No Agenda Consent Agenda Regular Closed Session PRESENTERINFORMATON CONTACT: Chris Hubbard, City Administrator ITEM TO BE CONSIDERED Subject: Consideration to Purchase Upgraded DataFlow Liftstation Alarm Systems Attachment(s): Quote from DataFlow and Sole Source Letter Price Breakdown for Items to be Approved att the May 28 City Council Meeting Brief Summary: The City has ae experienced issues with several of the sewer lift stations where there is a problem but the alarm notification system is not notifying City Utility Department personnel--most recently, this occurred at the City's main lift station, MX-1, causing the lift station to overflow and a small amount of wastewater enter the canal system. Investigating this issue, shows that some of our alarm monitoring systems are from DataFlow while the remainder are from Hawk; the Hawk notification systems have difficulty operating with the Hawk systems and creating the problem. Further compounding the issue is thet fact that, for unknown reasons, Hawk has become unresponsive in responding tot the City's requests for assistance andr repairs. Due tot this, we are proposing to replace the Hawk systems with DataFlow systems and upgrade the existing older model DataFlow systems sot the system is uniform and, more importantly, has the technological and operational upgrades to allow us to provide better safety for our residents and visitors. Funding will come from the Sewer Department "Capital Replacement Account". Action Requested: Approve the purchase oft the DataFlow Liftstation Alarm Systems ISSUE OVERVIEW Background Information & Issue Summary: Please see "Brief Summary" above. Financial Impacts: The cost oft the items to be approved is: $127,170 Staff Recommendations/Comments: Approve the purchase of the DataFlow Liftstation Alarm Systems DATAFLOW DFS QUOTATION 240506-01-DW MEXICO BEACH MAY 6, 2024 TCU001 TOTCU800 TRADE-UP AND DFS CELLULAR-BASED CLOUD-SCADA As advertised, for al limited time, DFS is offering a 15% discount for purchasing a new TCU800 pump controller ine exchange for a TCU001 pump controller. This is a one-product for one-product trade-up, in unlimited quantities, for units with or without an integrated radio, regardless of age. Don't miss the opportunity to upgrade your entire system with the latest pump controller technology and reinstate a 3-year lightning DFS will accept thei trade-in commitment via comment on your purchase order. The trade-in TCU001 pump controllers can bes shipped to DFS after you have installed the new TCU800 unit. Installation services by DFS are We also offer Mexico Beach an additional 5% discount for quantity 25+ TCU800 units purchased on a single PO. This proposal offers a Cloud-based SCADA: System and Cellular Communications using the TCU800 pump controller. Secure cellular networks provided by Verizon are utilized for RTU (TCU) communications tot the DFS Cloud-based SCADA! System. Point alarm notifications are delivered immediately by the DFS Cloud-SCADA via text message and email. All historical data is collected and stored for reporting, trending, and analysis from the warranty! not required but can be quoted as an option upon request. DFS CLOUD-BASED: SCADA: Cloud-Based interface. TCU800-CI PUMP CONTROLLER W/INTEGRATED CELLULAR: The TCU800-C is designed to replace your existing TCU001 pump controller. Int this proposal, the TCU800 includes an integrated cellular modem to function as a Cellular RTU with DFS Cloud-SCADA. The TCU800-CRTU incorporates a low-profile cylinder antenna for use at locations with reasonably good Verizon signal strength. The "Service Plan Fee" fee is paid quarterly or annually in advance of service andi includes a 5MB cellular data plan as well as access to Cloud-SCADA. DFS will provide a default RTU screen for Cloud-SCADA, configure RTU 1/0 parameters to operate within a 5MB per-month data plan, and assist in setting upi the alarm notification The TCU800-C will be mounted and housed in1 the Utilities existing pump control panel. contacts. QTY DESCRIPTION: DFSPARTI NO. DFS-00523-008-25 UNIT$ discounted from. $5,522.00 $122.00 TOTALS 24 TCU800-C Pump Controller w/Integrated Cellular replaces the address card- #DFS-00540108-07 NOTE: Pricing is based on TCU001 trade-up credit at $502.00 each and a 5% quantity discount. 24 Laird Cellular Antenna w/60" RF Pigtail 24 Monthly Service Plan (Cellular Data & Cloud-SCADA $4,749.00 $113,976.00 (Includes a TCU800 P3 Connector and USB Drive that DFS-00540-108-07 005-0162 DFS-00125-008-21 VDP-CSA $2,928.00 30.00/Month 720.00/Month Access): - Per Device SCADA SOLUTIONS SINCE 1981 - www.datalowsys.com - MADE IN THE USA WITHPRIDE Datal Flow Systems, LLC . 605 John Rodes Blvd. e Melbourne, Florida 32934 . PH:321.259.5009 1 New Customer / Cloud-SCADA Setup @ $245 (required withi first device purchase only) N/A WAIVED WAIVED SPARES: Please note that a spare TCU800-C does not include a cellular service plan. Before installingas spare, please contact DFS tot transfer the data plan from the previous unit. 3 TCU800-C Pump Controller w/Integrated Cellular NOTE: Pricing includes a5 5% quantity discount. Normally priced at $5,404.00 each. QTY DESCRIPTION: DFS PART NO. DFS-00523-008-25 UNIT$ $5,133.00 TOTALS $15,399.00 FUTURE STATIONS: QTY DESCRIPTION: The future stations are assumed to be mounted in the pump control panel and are quoted with the TCU001 deluxe installation kit to be consistent with the existing installations. 4 TCU800-CF Pump Controller w/Integrated Cellular NOTE: Pricing includes a5 5% quantity discount from 4 TCU001 "Deluxe Snap-In" Installation Kit Includes: snap-in mounting bracket, connectors, terminals for every wire termination, (1) Analog Surge Protector, 120V Surge Protector, 10A Circuit Breaker, TFS, TFS Install kit for TCU, 2.6 aHE Battery. 4 240VAC3 3-Phase Surge Protector (480Vr requires quote) 4 TCU800 P3 Connector and USB Drive 4 Laird Cellular Antenna w/60" RF Pigtail 4 Monthly Service Plan (Cellular Data & Cloud-SCADA RESPONSIBILITY OF CUSTOMER/OTHERS: a. The physical installation of all proposed hardware. OPTIONAL VOICE-ALARM NOTIFICATION VIA TWILIO: tps/wwwiwlocommorepnsing/us WARRANTY AND CUSTOMER! SUPPORT: DFSPART NO. DFS-00523-008-00 DFS-00396-008-02 UNIT$ $5,133.00 $799.00 TOTAL$ $20,532.00 $3196.00 $5,404.00 each. 005-0062 DFS-00540-108-07 005-0162 DFS-00125-008-21 VDP-CSA $75.00 $118.00 $122.00 $300.00 $472.00 $488.00 30.00/Month 120.00/Month Access)- Per Device 0. Device(s) to access the provided Cloud-SCADA website via Internet browser (i.e., computer, smartphone). This is an option controlled by the end user. DFS will provide technical support to help set it up. The end-user will create and own this account, set upt their voice alarms, and pay Twilio directly for "pay as youg go" use. DFS warrants the proposed system to bei free from defects in materials and workmanship for ap period of one year. Our Service Department operates 24/7/365 to administer all service-related issues. Service personnel are full-time DFS employees based in our Melbourne, Florida office. DFS telephone tech support is offered free of charge for thel life of the system. PRICING & TERMS: SCADA SOLUTIONS SINCE 1981 - www. dataflowsys.com MADE IN THE USA WITHPRIDE Data Flow Systems, LLC . 605 John Rodes Blvd. . Melbourne, Florida 32934 . PH:321.259.5009 This quotation totals $157,291.00, plus $840.00 monthly for Service Plan fees. All applicable taxes and shipping charges will be added at time of invoice. The service plan(s) is due quarterly or annually at customer's discretion andi is duei in advance of service. DFS payment terms are NET 45 with approved credit. This quotation willl be honored for 90 days. Should youl have any questions or require additional information, Lead time is approximately 45 days ARO. Please see quotation notes below. please contact Fred Toone at 321-259-5009. QUOTATION NOTES: 1. Only those items and/or services specifically listed above are included in this quotation. 2. Please note that lead times may be affected by Producmateraaalally, 3. Alla applicable taxes must be added to the quotation total. 4. Alli items shipped willl be billed at the time of shipment. Shipping charges willl be added. 5. DFS imposes a surcharge of 3.5% (which is not greater than our cost of acceptance) on the transaction amount on all invoices for which payment is remitted via MasterCard and/or Visa credit card products. 6. This quotation is formatted and priced for direct purchase from the Utility. SCADA SOLUTIONS SINCE 1981 www.datatowsys.com MADE IN1 THE USA WITHPRIDE Data Flow Systems, LLC . 605. John Rodes Blvd. . Melbourne, Florida 32934 . PH:321.259.5009 DATAFLOW May 08, 2024 Mr. Chris Hubbard Email: .hubbard@mexicobeachf.gov RE: TACIISCADA: System Sole Source Status Dear Mr. Hubbard, Please consider this document official confirmation that Data Flow Systems, Inc. (DFS), of Melbourne, Florida, is the: sole: source provider for the TACI IIS SCADA System and associated Remote Terminal Units (RTUS), Telemetry Control Units (TCUS), TAC Pack TCU RTUS, Hyper SCADA Servers (HSS), and DFS HTX SCADA Software as currently utilized by the City of Mexico Beach. DFS is also the sole source provider for all associated repairs, DFS is responsible for the design, manufacture, and service of the entire TACI CIISCADA System product line. There are no other manufacturers, dealers, distributors or service organizations that offer these products and associated: services in the State of Florida. The TACI II SCADA System is Made in the USA. Should you have any questions or require additional information, please contact me at 321-259-5009. service and training. Sincerely, Maua Havhgb Data Flow Systems, Inc. SCADA SOLUTIONS SINCE 1981 - www.datalowsys.com - MADE IN THE USAI WITH PRIDE Data Flow Systems, LLC . 605. John Rodes Blvd. . Melbourne, Florida 32934 . PH:321.259.5009 Product Cost $ 4 4,749 $ 122 $5 5,133 Number 24 24 2 TOTAL: Total $113,976 $2,928 $10,266 $127,170 Pump Controller w/Cell Cell Antennas Spares Recurring Monthly Cell Charge: $720 ($30/month X 24 liftstations) MEXICOBEACH 0D CITY OF MEXICO BEACH CITY COUNCIL For Clerk's Use Only AGENDA ITEM# Agenda Abstract Form Meeting Date: May 28,2024 Department: City Administrator Public Hearing: Date of Public Hearing: Yes R No Consent Regular Closed Agenda Agenda Session RESENERINFORMATON CONTACT: Chris Hubbard, City Administrator ITEM TO BE CONSIDERED Subject: Consideration to Appraise 109-D S. 37th Street Attachment(s): Parcel Map showing 109-DS. 37th Street and adjacent City property Brief Summary: Af few months ago, the City Administrator sent letters to all the property owners on S. 37th Streeti inr regards to selling their properties or partnering with the City for future economic development opportunities in that area. Several people have responded, one being the owner of 109-D S.3 37th Street, who would like to sell her property to the City. This loti is contiguous to the lots already owned byt the City and would make a prime candidate as the first target for the City appraising and acquiring, if possible. Action Requested: Approve the appraisal of 109-D S. 37th Street. ISSUE OVERVIEW Background Information & Issue Summary: Please see "Brief Summary" above. Financial Impacts: The cost oft the appraisal to be determined Staff Recommendations/Comments: Approve the appraisal of 109-D S. 37th Street. L & 6 5 C e de B in U de de o o in t a f 3 o -