Loading...
HomeMy WebLinkAbout11/12/2013AP t� INFORMATIONAL ITEMS November 12, 2013 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER-OFFICE MEMORANDUM To: Members of the Board of County Commissioners Date: November 6, 2013 Subject: Appointment of District 3 Appointee to Children's Services Advisory Committee From: Terri Collins-Lister Commissioner Assistant Ms. Hope Woodhouse has been appointed to fill the position of District 3 Appointee to the Children's Services Advisory Committee. Ms. Woodhouse's Committee Application is attached. Attachment 1 INDIAN RIVER COUNTY APPLICATION FOR COMMITTEE APPOINTMENT - Name:jHope Woodhouse Date10/11113 -Porn Full Name: Hope Woodhouse Email Address: hope.woodhouse@gmail.al Street Address (No P.O. Boxes): 199 Island Creek Drive Home Phone: 772-234-8952 Work Phone: Cell Phone: 772-205-5631 How long have you been a resident of Indian River County? 2008 or 2009 Are you a full or part time resident?Check one: Full Time✓ Part Time ✓ I tno'101% In I QC Please list current employer or business. If retired, please list any business experience that may be applicable to the committee. Retired -finance Currently on the Board of two NYSE Listed Corporations (Piper Jaffray and TWO Harbors). On the Audit and Compensation Committee of each. Please list any licenses you presently hold: Please list any organization of which you are currently a member: John's Island Community Service League t&Dpn,w-^ Carp"sLi'C. �D#mc-lues Please list any other committees or boards you currently sit on: John's Island Community Service League Philanthropy Committee- Chair CSAC -Grant Review and Needs Assessment United Way of IRC Foundation Board Bottom Line New York - Board i`,gCt ^r,eur�d a1�•n _ p r„*t« Continued on next page A'-octer^I A"resi n an j' 2 Place a check mark next to the committee(s) you would like to serve on: AFFORDABLE HOUSING ADVISORY COMMITTEE AGRICULTURE ADVISORY COMMITTEE BEACH & SHORE PRESERVATION ADVISORY COMMITTEE El BOARD OF ZONING ADJUSTMENT CHILDREN'S SERVICES ADVISORY COMMITTEE CODE ENFORCEMENT BOARD E COMMUNITY DEVELOPMENT BLOCK GRANT E CONSTRUCTION BOARD OF ADJUSTMENT&APPEALS ECONOMIC DEVELOPMENT COUNCIL ENTERPRISE ZONE DEVELOPMENT AGENCY ENVIRONMENTAL CONTROL HEARING BOARD SCHOOL PLANNING CITIZEN OVERSIGHT COMMITTEE MARINE ADVISORY NARROWS WATERSHED ACTION COMMITTEE E PLANNING &ZONING COMMISSION 0 TOURIST DEVELOPMENT COUNCIL TREASURE COAST REGIONAL PLANNING COUNCIL—COMPREHENSIVE ❑ ECONOMIC DEVELOPMENT STRATEGY Please print and return the completed application, along with a current resume, to the Board of County Commission office, 1801 27th Street, Vero Beach, FL. 32960, or by fax at 772-770-5334. Please note:All applications are kept on file for 6 months. Print 3 HOPE B. WOODHOUSE 199 Island Creek Drive Tel:772-205-5631 Vero Beach, FL 32963 hope.woodhouse@gmail.com EXECUTIVE SUMMARY Chief Operating Officer with over 25 years experience in the financial services industry at top-ranked, global alternative asset management firms and broker dealers. Deep understanding of global securities financing and experience mitigating the different risks that affect companies with financial assets.Acknowledged for a track record of responding to economic and market crises and solving complex problems. Background includes extensive corporate governance, policy and executive leadership experience on management committees, corporate and non-profit boards. Currently serves as a Director at Piper Jaffray Companies and Two Harbors Investment Corp. Served as a Director of Seoul Securities Co. Ltd., Soros Funds Limited, and The Bond Market Association. Actively involved in non-profit educational interventions as a way to break the cycle of poverty. Serves on regional and national foundation boards and grant making committees as well as the Georgetown University Board of Regents and the Phillips Academy Investment Committee. PROFESSIONAL EXPERIENCE BRIDGEWATER ASSOCIATES,INC.,Westport,CT 2005-2008 SEC Registered Investment Advisor with over$100B in AUM, including a$35+13 macro hedge fund strategy for institutional clients utilizing both fund and separate account structures. Chief Operating Officer Member,Management Committee Led all non-investment operations during a period of aggressive growth and focus on moving from being a boutique to a long term sustainable business having institutionalized excellence. Member of Management Committee responsible for Accounting, Operations and Middle Office, Compliance, Counterparty and Client Relations, Finance, Human Resources and Facilities Departments and related technology support groups. AUSPEX GROUP,L.P., Greenwich, CT 2003-2005 Global macro hedge fund launched July 1, 2003 President&Chief Operating Officer Initiated all non-investment activities; established the operational, accounting, risk, reporting and compliance infrastructure, reviewing fund, trading and financing documents, as well as marketing the fund and overseeing investor relations for this early stage fund. SOROS FUND MANAGEMENT LLC, New York, NY 2000-2003 Diverse global investment company whose businesses include hedge funds,fund of funds and family office. Chief Operating Officer Member,Management Committee Managed Treasury, Risk Management, Performance and NAV reporting, Management Accounting, Technology (IT infrastructure and development), Operations and Middle Office, Facilities and Human Resources Departments for a highly complex investment platform with over 100 internal and external managers. Strategies included: Global Macro,Global Equity, Distressed, Emerging Market,Commodity, Fixed Income, Risk and Convertible Arbitrage. TIGER MANAGEMENT L.L.C., New York, NY 1998-2000 Former, leading global macro and long short equity hedge funds with peak AUM of$2413,closed in 2000. Member&Treasurer of Funds Upgraded Credit & Margin Department responsible for the financing of the funds and Middle Office operations. Developed and implemented long and short financing policies and strategies that increased financing capacity, flexibility and stability while at the same time reducing cost,credit exposure and operational risk. 4 Hope B.Woodhouse Page 2 SALOMON BROTHERS INC, New York, NY 1983-1998 ""aw Global Broker Dealer purchased in 1997 by Travelers/Smith Barney. Managing Director,Global Finance Department, 1997-1998 Vice President&Global Finance Department Product Sales Manager, 1986-1998 Vice President&Manager, US Short Term Sales Unit, 1987-1988 Vice President,Finance Department Marketing, 1985 Trader,Finance Department Overnight US Treasury&Agency Financing, 1984 Sales&Trading Training Program, 1983 Provided leadership to Finance Department responsible for global long and short financing strategy and liquidity management, Stock Loan Department, financing product development and systems, department marketing and client relationship management,and department compliance and documentation. THE CHASE MANHATTAN CORPORATION,New York, NY 1978-1981 Corporate Finance Officer,Public Utilities Division Associate, Work-Out Division Credit Training Program BOARD APPOINTMENTS Member, Board of Directors,Two Harbors Investment Corp. 2012-Present NYSE listed Mortgage REIT Member of Audit and Compensation Committees Member, Board of Directors, Piper Jaffray Companies 2011-Present NYSE listed investment bank and asset management firm Member of the Audit and Compensation Committees Member, Board of Directors,Soros Funds Limited, London, UK 2002-2003 FSA regulated investment advisor and broker dealer Member, Board of Directors,Seoul Securities Corporation Ltd.,Seoul, Korea 2001-2003 Listed on Korean Stock Exchange EDUCATION Inaugural Fellow,Advanced Leadership Initiative, Harvard University,Cambridge, MA 2009 Audited 10 courses across four Graduate Schools(Kennedy, HBS, HGSE, HSPH)related to education, non-profit management, and racial/socioeconomic disparities in health and education. MBA, Harvard Business School, Cambridge, MA 1983 AB, Economics,Georgetown University,Washington, DC 1978 PROFESSIONAL AFFILIATIONS Member, Managed Funds Association, Hedge Fund Advisory Council 2001-2003 Member, Board of Directors,The Bond Market Association 1997-1998 Chairman Funding Division, 1998 Vice Chairman Funding Division, 1997 COMMUNITY AFFILIATIONS Trustee,Tiger Foundation, New York, NY 1998-Present Member, Investment Committee, Phillips Academy,Andover, MA 2005-Present Member, Board of Regents,Georgetown University,Washington, DC 2009-2013 Chair,Philanthropy Committee,John's Island Community Service League,Vero Beach, FL 2010-Present Member,Child Services Advisory—Grant Review Committee, Indian River County, FL 2010-Present w Member, Board of Directors, United Way Foundation, Indian River County, FL 2011-Present Member, Board of Directors, Bottom Line New York, New York, NY 2011-Present 5 Q_'� t JEFFREY R. SMITH K Clerk of Circuit Court and Comptroller � A NNW1801 27TH Street LORD Vero Beach, Florida 32961 -1028 Telephone (772) 226-1945 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS DATE: October 31, 2013 SUBJECT: APPROVAL OF WARRANTS October 18, 2013 to October 31, 2013 FROM: DIANE BERNARDO - FINANCE DIRECTOR In compliance with Chapter 136.06, Florida Statutes, all warrants (checks and electronic payments) issued by the Board of County Commissioners are to be recorded in the Board minutes. Approval is requested for the attached list of warrants, issued by the Comptrollers office, for the time period of October 18, 2013 to October 31, 2013. Attachment: DB: MS 1%w. 6 CHECKS WRITTEN CHECK NBR CK DATE VENDOR AMOUNT 304509 10/21/2013 FLORIDA DEPT OF ENVIRONMENTAL PROTECTION 650.00 304510 10/24/2013 CLEMENTS PEST CONTROL 125.00 304511 10/24/2013 PORT CONSOLIDATED INC 776.51 304512 10/24/2013 STURGIS LUMBER& PLYWOOD CO 24.56 304513 10/24/2013 JORDAN MOWER INC 2,088.68 304514 10/24/2013 ROBINSON EQUIPMENT COMPANY INC 26.58 304515 10/24/2013 RANGER CONSTRUCTION IND INC 66.66 304516 10/24/2013 VERO CHEMICAL DISTRIBUTORS INC 553.10 304517 10/24/2013 RICOH USA INC 157.42 304518 10/24/2013 VELDE FORD INC 1,488.91 304519 10/24/2013 RUSSELL CONCRETE INC 220.94 304520 10/24/2013 AT&T WIRELESS 1,004.87 304521 10/24/2013 DATA FLOW SYSTEMS INC 91,989.25 304522 10/24/2013 PARALEE COMPANY INC 400.00 304523 10/24/2013 E-Z BREW COFFEE& BOTTLE WATER SVC 94.38 304524 10/24/2013 KELLY TRACTOR CO 2,982.64 304525 10/24/2013 GENES AUTO GLASS INC 210.00 304526 10/24/2013 AMERIGAS EAGLE PROPANE LP 2,836.56 304527 10/24/2013 GAYLORD BROTHERS INC 94.80 304528 10/24/2013 HACH CO 1,188.19 304529 10/24/2013 KSM ENGINEERING& TESTING INC 3,642.50 304530 10/24/2013 RELIABLE SEPTIC AND SERVICE 9,650.00 304531 10/24/2013 HD SUPPLY WATERWORKS, LTD 2,623.30 304532 10/24/2013 SCHULKE BOTTLE& STODDARD LLC 15,579.73 304533 10/24/2013 PETES CONCRETE 2,725.00 304534 10/24/2013 EGP INC 90.00 304535 10/24/2013 VERO INDUSTRIAL SUPPLY INC 1,848.33 304536 10/24/2013 TIRESOLES OF BROWARD INC 2,472.36 304537 10/24/2013 FIRESTONE COMPLETE AUTO CARE 2,006.08 304538 10/24/2013 CENTER POINT INC 4,081.80 304539 10/24/2013 BARTH CONSTRUCTION INC 150.00 304540 10/24/2013 CHILDCARE RESOURCES OF IRC INC 205.00 304541 10/24/2013 XEROX CORP SUPPLIES 2,178.29 304542 10/24/2013 GENERAL PART INC 4,442.97 304543 10/24/2013 GOODYEAR AUTO SERVICE CENTER 224.90 304544 10/24/2013 ASPHALT RECYCLING INC 8,441.24 304545 10/24/2013 BAKER&TAYLOR INC 6,173.41 304546 10/24/2013 GROVE WELDERS INC 63.00 304547 10/24/2013 BARNEYS PUMP INC 320.00 304548 10/24/2013 MIDWEST TAPE LLC 1,593.36 304549 10/24/2013 MICROMARKETING LLC 106.96 304550 10/24/2013 K& M ELECTRIC SUPPLY 252.00 304551 10/24/2013 BAKER DISTRIBUTING CO LLC 957.60 304552 10/24/2013 PALM TRUCK CENTERS INC 2,184.90 304553 10/24/2013 FLORIDA ASSOCIATION OF COUNTIES INC 14,636.00 304554 10/24/2013 FLORIDA ASSOCIATION OF COUNTIES INC 300.00 304555 10/24/2013 TINDALE-OLIVER&ASSOCIATES INC 26,742.31 304556 10/24/2013 INDIAN RIVER COUNTY HEALTH DEPT 19,315.62 304557 10/24/2013 ROGER J NICOSIA 1,500.00 304558 10/24/2013 CITY OF VERO BEACH 4,914.76 304559 10/24/2013 RUBBER STAMP EXPRESS&MORE INC 15.57 304560 10/24/2013 ILLINOIS STATE DISBURSEMENT UNIT 142.32 304561 10/24/2013 CHAPTER 13 TRUSTEE 472.06 304562 10/24/2013 UNITED WAY OF INDIAN RIVER COUNTY 833.94 304563 10/24/2013 TEAMSTERS LOCAL UNION#769 5,065.50 304564 10/24/2013 INDIAN RIVER ALL FAB INC 833.40 304565 10/24/2013 FLORIDA DEPARTMENT OF BUSINESS AND 6,886.78 304566 10/24/2013 INDIAN RIVER COUNTY SHERIFF 10,868.78 1 7 CHECK NBR CK DATE VENDOR AMOUNT 304567 10/24/2013 FLORIDA GOVERNMENT FINANCE 52.00 304568 10/24/2013 VETERANS INFORMATION SERVICE 100.00 304569 10/24/2013 TREASURE COAST HOMELESS SERVICES 2,265.70 304570 10/24/2013 WAL MART STORES EAST LP 26.50 ` 304571 10/24/2013 ROGER CLEVELAND GOLF INC 3,059.24 304572 10/24/2013 TOTAL TRUCK PARTS INC 224.19 304573 10/24/2013 INTERNATIONAL GOLF MAINTENANCE INC 6,926.31 304574 10/24/2013 EXCHANGE CLUB CASTLE 5,984.68 304575 10/24/2013 INDIAN RIVER HABITAT 189.78 304576 10/24/2013 IRC CHAMBER OF COMMERCE 47,598.43 304577 10/24/2013 WEST PUBLISHING CORPORATION 102.00 304578 10/24/2013 FLORIDA MUNICIPAL INSURANCE TRUST 606.79 304579 10/24/2013 SPRINT SPECTRUM LP 27.01 304580 10/24/2013 SPRINT SPECTRUM LP 88.45 304581 10/24/2013 SPRINT SPECTRUM LP 167.86 304582 10/24/2013 VERO HERITAGE INC 1,987.50 304583 10/24/2013 CALLAWAY GOLF SALES COMPANY 58.86 304584 10/24/2013 FLORIDA BUREAU OF EMERGENCY MEDICAL SRV 47.00 304585 10/24/2013 FLORIDA POWER AND LIGHT 41,884.34 304586 10/24/2013 MELECH BERMAN 400.00 304587 10/24/2013 KETTELA ENTERPRISES 513.00 304588 10/24/2013 TAYLOR MADE GOLF CO INC 0.00 304589 10/24/2013 KENNETH CAMPBELL SENIOR 180.00 304590 10/24/2013 US KIDS GOLF LLC 78.33 304591 10/24/2013 JASON E BROWN 190.00 304592 10/24/2013 HOMELESS FAMILY CENTER INC 11,677.11 304593 10/24/2013 GERALD A YOUNG SR 120.00 304594 10/24/2013 HENRY SMITH 186.00 304595 10/24/2013 INDIAN RIVER FARMS WATER CNTRL DIST 350.00 304596 10/24/2013 KURT STEFFEN 60.00 304597 10/24/2013 RANGE ROAD MINE LLC 1,479.96 304598 10/24/2013 PITNEY BOWES INC 165.00 304599 10/24/2013 MISDU MICHIGAN STATE 445.75 304600 10/24/2013 ALAN C KAUFFMANN 40.00 304601 10/24/2013 CLEAR ZONE MAINTENANCE INC 4,125.00 304602 10/24/2013 ADVANCED XEROGRAPHICS IMAGING 1,202.58 304603 10/24/2013 DONADIO AND ASSOCIATES ARCHITECTS 362.50 304604 10/24/2013 SOUTHERN PLUMBING INC 259.00 304605 10/24/2013 FLGOLF INC 1,302.68 304606 10/24/2013 ST LUCIE COUNTY BOCC 24,320.00 304607 10/24/2013 ANN RANKIN 49.00 304608 10/24/2013 MUTUAL OF OMAHA 6,449.72 304609 10/24/2013 JOSEPH W VASQUEZ 155.00 304610 10/24/2013 HYDROMENTIA 2,897.50 304611 10/24/2013 FLORIDA RURAL LEGAL SERVICES INC 1,893.54 304612 10/24/2013 ALAN HILL 216.27 304613 10/24/2013 ELIGHA L PRYOR JR 400.00 304614 10/24/2013 JOHNS EASTERN COMPANY INC 11,392.82 304615 10/24/2013 CENTRAL PUMP& SUPPLY INC 161.25 304616 10/24/2013 UNITED FOR FAMILIES 782.02 304617 10/24/2013 MCMAHON ASSOCIATES INC 845.00 304618 10/24/2013 DICKERSON FLORIDA INC 862,917.43 304619 10/24/2013 PASSIFLORA&COMPANY INC 45.95 304620 10/24/2013 DAVID SILON 150.00 304621 10/24/2013 NEW ENGLAND HISTORIC 200.00 304622 10/24/2013 ADMIN FOR CHILD SUPPORT ENFORCEMENT 229.90 304623 10/24/2013 ADMIN FOR CHILD SUPPORT ENFORCEMENT 233.02 304624 10/24/2013 ADMIN FOR CHILD SUPPORT ENFORCEMENT 130.02 304625 10/24/2013 GARY L EMBREY 100.00 304626 10/24/2013 LARRY STEPHENS 189.00 2 8 CHECK NBR CK DATE VENDOR AMOUNT 304627 10/24/2013 JOHN DEERE LANDSCAPES 156.00 304628 10/24/2013 JOSE RIVERA 100.00 304629 10/24/2013 CONSOLIDATED ELECTRICAL DISTRIBUTORS INC 811.77 304630 10/24/2013 KENNY CAMPBELL JR 100.00 y" 304631 10/24/2013 HIBU INC 237.00 304632 10/24/2013 BRIAN WYKOFF 160.00 304633 10/24/2013 JOHNNY B SMITH 236.00 304634 10/24/2013 GERMAINE JOHNSON 130.00 304635 10/24/2013 SAINT EDWARDS SCHOOL INC 4,895.00 304636 10/24/2013 DANE MACDONALD 161.00 304637 10/24/2013 CHARLES A WALKER 120.00 304638 10/24/2013 CEMEX 203.60 304639 10/24/2013 JANET& WILLIAM BLANCHARD 8.81 304640 10/24/2013 DANIEL IOFFREDO 120.00 304641 10/24/2013 SARAMARIA PROVENZALE 60.00 304642 10/24/2013 BENNETT AUTO SUPPLY INC 318.39 304643 10/24/2013 TREASURE COAST FOOD BANK INC 258.27 304644 10/24/2013 TREASURE COAST SPRINKLERS INC 395.00 304645 10/24/2013 WELLS FARGO BANK NA 24.50 304646 10/24/2013 ADETAYO ADELAKUN 58.54 304647 10/24/2013 CHRISTINA RIPPLE 37.09 304648 10/24/2013 SANDY ARACENA 180.00 304649 10/24/2013 EVERY FLORIDA HOME 43.83 304650 10/24/2013 ALEXANDER LUNDMARK 38.07 304651 10/24/2013 INDIAN RIVER SURVEY INC 8,148.10 304652 10/24/2013 DE LA HOZ BUILDERS INC 520.00 304653 10/24/2013 FEDERAL NATIONAL MORTGAGE ASSOCIATION 39.99 304654 10/24/2013 SECRETARY OF HOUSING &URBAN DEVELOPMENT 42.05 304655 10/24/2013 GREGORY H DALESSIO PA 71.20 304656 10/24/2013 WOERNER DEVELOPMENT INC 133.00 304657 10/24/2013 LISA BEZAK 202.32 +- 304658 10/24/2013 BOULEVARD TIRE CENTER 129.00 304659 10/24/2013 DALE SORENSEN REAL ESTATE 109.66 304660 10/24/2013 STEVENAABBOND 60.00 304661 10/24/2013 STEVEN AABBOND 120.00 304662 10/24/2013 SAFETY SCHELL CORPORATION 98.00 304663 10/24/2013 DELRAY MOTORS 546.24 304664 10/24/2013 TREKKER TRACTOR LLC 49.49 304665 10/24/2013 FLORIDA COAST EQUIPMENT INC 77.84 304666 10/24/2013 AG SCAPE SERVICES INC 7,941.50 304667 10/24/2013 JOSEPH CATALANO 100.00 304668 10/24/2013 DEPT OF HWY SAFETY& MOTOR VEHICLES 10.00 304669 10/24/2013 FLORIDA ENVIRONMENTAL CONSULTING INC 5,666.66 304670 10/24/2013 PEGGY CARDELL&ASSOCIATES 580.00 304671 10/24/2013 RAYMOND J DUCHEMIN 300.00 304672 10/24/2013 IRC COUNCIL OF COMMUNITY SERVICE 25.00 304673 10/24/2013 KEITH GROCHOLL 40.00 304674 10/24/2013 JMC SERVICES INC 330.00 304675 10/24/2013 AHEAD LLC 3,036.21 304676 10/24/2013 BORRELLI & PARTNERS INC 60,867.82 304677 10/24/2013 ALTISOURCE SOLUTIONS 32.46 304678 10/24/2013 YP LLC 142.30 304679 10/24/2013 JOSHUA GHIZ 587.75 304680 10/24/2013 NEWSOM OIL COMPANY 946.90 304681 10/24/2013 GHO SOUTH LAKES CORP 70.60 304682 10/24/2013 MANUEL V CAMACHO SR LLC 400.00 304683 10/24/2013 CLOSE CONSTRUCTION LLC 406,408.80 304684 10/24/2013 JORDAN S BURR 203.00 304685 10/24/2013 EASY PICKER GOLF PRODUCTS INC 1,976.75 304686 10/24/2013 SHAWN GINN 40.00 3 9 CHECK NBR CK DATE VENDOR AMOUNT 304687 10/24/2013 LOWES HOME CENTERS INC 2,728.38 304688 10/24/2013 LABOR READY SOUTHEAST INC 17,455.68 304689 10/24/2013 CARDINAL HEALTH 110 INC 63.80 304690 10/24/2013 AMG SF LLC 1,477.07 304691 10/24/2013 AMERICAN MINORITY BUSINESS FORMS 110.00 304692 10/24/2013 FELIX ASSOCIATES OF FLORIDA 28,600.12 304693 10/24/2013 SUN MOUNTAIN SPORTS INC 651.00 304694 10/24/2013 BALLARD PARTNERS INC 6,250.00 304695 10/24/2013 GLEN A GAMA 80.69 304696 10/24/2013 CHRIS VASQUEZ 40.96 304697 10/24/2013 CHARLES SHIPLEY 90.16 304698 10/24/2013 SHIRLEY WRIGHT 46.66 304699 10/24/2013 FRANCES RANDALL 2.11 304700 10/24/2013 AMBER L GARONE 36.98 304701 10/24/2013 SANDRA DUMAS 74.38 304702 10/24/2013 TRICIA VEASEY 24.04 304703 10/24/2013 ASPHALT RECYCLING INC 335.13 304704 10/24/2013 ELAINE GROPER 34.46 304705 10/24/2013 PAULA ROGERS 31.35 304706 10/24/2013 CATHERINE STRONSKI 78.47 304707 10/24/2013 RICHARD JEFFERSON 74.34 304708 10/24/2013 MICHAEL G CROTEAU 49.18 304709 10/24/2013 SCOT MAC DONALD 31.10 304710 10/24/2013 OLGA YADIRA GONZALES 20.94 304711 10/24/2013 MATTHEW ROSE 63.99 304712 10/24/2013 LIAN S TUNG-NUNG 53.02 304713 10/24/2013 GEORGE& MARGARET TOURVILLE 73.79 304714 10/24/2013 ALBERT GUARNACCIA 40.85 304715 10/24/2013 VALERIE MOLZON 43.70 304716 10/24/2013 MARCO GELBKE 73.58 304717 10/24/2013 ROSALIE THOMPSON 69.04 304718 10/24/2013 JUSTIN JUSTICE 33.96 304719 10/24/2013 KENNETH RYBINSKI 43.87 304720 10/24/2013 NICHOLAS MUTHART 79.42 304721 10/24/2013 ALYSSA BANTZ 42.19 304722 10/24/2013 RICHARD REITTINGER 3.51 304723 10/24/2013 JUAN CRUZ 26.74 304724 10/24/2013 JAMES BOWERS 5.43 304725 10/24/2013 JACKIE HATTER-JONES 44.54 304726 10/24/2013 MORGAN SPENCER 57.59 304727 10/24/2013 THOMAS L KNIGHT 33.29 304728 10/24/2013 BRUCE KJAER 64.32 304729 10/28/2013 ANGELA RENEE LEDFORD 65.00 304730 10/29/2013 PAUL CARONE 4,635.00 304731 10/29/2013 LINDSEY GARDENS APARTMENTS 744.00 304732 10/29/2013 PINNACLE GROVE LTD 986.00 304733 10/29/2013 VERO CLUB PARTNERS LTD 1,409.00 304734 10/29/2013 DAVID SPARKS 600.00 304735 10/29/2013 INDIAN RIVER INVESTMENT REALTY INC 507.00 304736 10/29/2013 THE PALMS AT VERO BEACH 639.00 304737 10/29/2013 ED SCHLITT LC 493.00 304738 10/29/2013 JOHN COLONTRELLE 450.00 304739 10/29/2013 ARTHUR PRUETT 475.00 304740 10/29/2013 JOSEPH LOZADA 1,287.00 304741 10/29/2013 PELICAN ISLES LP 270.00 304742 10/29/2013 JOHN F BAER 27,831.00 304743 10/29/2013 HFB OF FLORIDA LLC 644.00 304744 10/29/2013 EARRING POINT PROPERTIES 410.00 304745 10/29/2013 ANDRE DOR-AWA 545.00 304746 10/29/2013 STEVEN F BERNYK 926.00 4 10 CHECK NBR CK DATE VENDOR AMOUNT 304747 10/29/2013 MARK KNOWLES 507.00 304748 10/29/2013 VIRGINIA PINES 438.00 304749 10/29/2013 PAULA WHIDDON 553.00 304750 10/29/2013 GATOR INVESTMENTS 579.00 `w 304751 10/29/2013 DAVID WALSH & ASSOC 558.00 304752 10/29/2013 JAMES W DAVIS 293.00 304753 10/29/2013 NITA EZELL 488.00 304754 10/29/2013 MISS INC OF THE TREASUE COAST 291.00 304755 10/29/2013 SOUTHERN ASSOCIATES LLC 642.00 304756 10/29/2013 DANIEL CORY MARTIN 622.00 304757 10/29/2013 CRAIG LOPES 332.00 304758 10/29/2013 INDIAN RUN LIMITED PARTNERSHIP 710.00 304759 10/29/2013 MADISON VINES APARTMENTS LLC 518.00 304760 10/29/2013 FREDDA LOZADO 604.00 304761 10/29/2013 MTD4 PELED LLC 441.00 304762 10/29/2013 WILLIAM LEE 497.00 304763 10/29/2013 E EDWARD VAANDERING 1,021.00 304764 10/29/2013 HARBOUR BREEZES LLC 565.00 304765 10/31/2013 PORT CONSOLIDATED INC 82,225.61 304766 10/31/2013 FLORIDA DETROIT DIESEL ALLISON 1,529.44 304767 10/31/2013 JORDAN MOWER INC 667.88 304768 10/31/2013 RANGER CONSTRUCTION IND INC 277.42 304769 10/31/2013 VERO CHEMICAL DISTRIBUTORS INC 45.80 304770 10/31/2013 COPYCOINC 33.83 304771 10/31/2013 RICOH USA INC 150.40 304772 10/31/2013 RICOH USA INC 75.84 304773 10/31/2013 RUSSELL CONCRETE INC 1,445.40 304774 10/31/2013 AT&T WIRELESS 9.15 304775 10/31/2013 GRAINGER 702.33 304776 10/31/2013 SAFETY KLEEN SYSTEMS INC 260.00 304777 10/31/2013 GRAYBAR ELECTRIC 1,185.28 304778 10/31/2013 DEMCOINC 345.68 304779 10/31/2013 AMERIGAS EAGLE PROPANE LP 139.78 304780 10/31/2013 GAYLORD BROTHERS INC 604.30 304781 10/31/2013 HACH CO 324.56 304782 10/31/2013 PHYSIO CONTROL INC 27,482.46 304783 10/31/2013 HUSTONS COMMERCIAL INTERIORS 44,588.39 304784 10/31/2013 SLP INVESTMENTS INC 1,250.00 304785 10/31/2013 PATTERSON POPE INC 140.99 304786 10/31/2013 HD SUPPLY WATERWORKS, LTD 14,127.09 304787 10/31/2013 EGP INC 1,404.36 304788 10/31/2013 VERO INDUSTRIAL SUPPLY INC 1,382.97 304789 10/31/2013 EXPRESS REEL GRINDING INC 2,500.00 304790 10/31/2013 TIRESOLES OF BROWARD INC 3,103.48 304791 10/31/2013 OXFORD UNIVERSITY PRESS 772.77 304792 10/31/2013 CENTER POINT INC 517.68 304793 10/31/2013 BARTH CONSTRUCTION INC 3,000.00 304794 10/31/2013 DELL MARKETING LP 52.48 304795 10/31/2013 KETCHUM MANUFACTURING CO INC 1,154.00 304796 10/31/2013 GENERAL PART INC 1,628.51 304797 10/31/2013 BLAKESLEE SERVICES INC 760.00 304798 10/31/2013 BAKER&TAYLOR INC 3,436.20 304799 10/31/2013 GROVE WELDERS INC 56.25 304800 10/31/2013 MIDWEST TAPE LLC 1,369.99 304801 10/31/2013 MICROMARKETING LLC 39.99 304802 10/31/2013 WHEELED COACH 477.82 304803 10/31/2013 FIRST HOSPITAL LABORATORIES INC 765.00 304804 10/31/2013 PC WEATHER PRODUCTS INC 1,967.00 304805 10/31/2013 PARKS AND SON INC 6,092.92 304806 10/31/2013 INDIAN RIVER COUNTY HEALTH DEPT 79.41 5 11 CHECK NBR CK DATE VENDOR AMOUNT 304807 10/31/2013 INDIAN RIVER COUNTY HEALTH DEPT 44,543.41 304808 10/31/2013 INDIAN RIVER COUNTY 227,017.51 304809 10/31/2013 MEDICAL EXAMINERS OFFICE 22,974.08 304810 10/31/2013 VICTIM ASSISTANCE PROGRAM 4,428.66 304811 10/31/2013 CITY OF VERO BEACH 1,937.80 304812 10/31/2013 CITY OF VERO BEACH 2,011.99 304813 10/31/2013 CITY OF VERO BEACH 11,612.50 304814 10/31/2013 FLORIDA DEPARTMENT OF BUSINESS AND 20.00 304815 10/31/2013 INDIAN RIVER COUNTY SHERIFF 21,927.00 304816 10/31/2013 INDIAN RIVER COUNTY SHERIFF 350.00 304817 10/31/2013 NAN MCKAY AND ASSOCIATES INC 224.00 304818 10/31/2013 APCO INTERNATIONAL, INC 331.00 304819 10/31/2013 JANITORIAL DEPOT OF AMERICA INC 365.00 304820 10/31/2013 SHERATON ORLANDO NORTH HOTEL 496.00 304821 10/31/2013 ROGER CLEVELAND GOLF INC 91.35 304822 10/31/2013 TOTAL TRUCK PARTS INC 493.85 304823 10/31/2013 ACUSHNET COMPANY 11,494.39 304824 10/31/2013 INTERNATIONAL GOLF MAINTENANCE INC 85,581.00 304825 10/31/2013 FLORIDA WATER&POLLUTION CONTROL 970.00 304826 10/31/2013 DUMONT COMPANY INC 3,169.75 304827 10/31/2013 INDIAN RIVER HABITAT 24,451.34 304828 10/31/2013 FEDERAL EXPRESS 117.91 304829 10/31/2013 JOEL V HERMAN 173.63 304830 10/31/2013 CITY OF SEBASTIAN 20,160.40 304831 10/31/2013 SIEMENS INDUSTRY INC 27,570.00 304832 10/31/2013 JOHN KING 810.32 304833 10/31/2013 FLORIDA POWER AND LIGHT 107,036.90 304834 10/31/2013 FLORIDA POWER AND LIGHT 418.73 304835 10/31/2013 TAYLOR MADE GOLF CO INC 864.74 304836 10/31/2013 GIFFORD YOUTH ACTIVITY CENTER INC 6,771.60 304837 10/31/2013 STATE ATTORNEY 26,913.39 304838 10/31/2013 CITY OF FELLSMERE 22.01 304839 10/31/2013 NEW HORIZONS OF THE TREASURE COAST 22,812.83 304840 10/31/2013 KENNETH CAMPBELL SENIOR 160.00 304841 10/31/2013 JOSEPH A BAIRD 274.63 304842 10/31/2013 TOCOMA RUBBER STAMP& MARKING SYSTEM 94.00 304843 10/31/2013 GERALD A YOUNG SR 120.00 304844 10/31/2013 HENRY SMITH 139.00 304845 10/31/2013 ALAN C KAUFFMANN 40.00 304846 10/31/2013 WESTSIDE REPROGRAPHICS OF VERO BEACH INC 66.16 304847 10/31/2013 COMCAST 69.95 304848 10/31/2013 GEORGE PEREZ 20.00 304849 10/31/2013 IDEA GARDEN ADVERTISING 150.00 304850 10/31/2013 REBECCA L MITCHELL 173.63 304851 10/31/2013 RUSSELL PAYNE INC 495.18 304852 10/31/2013 JAMES THOMAS 16.49 304853 10/31/2013 CELICO PARTNERSHIP 120.03 304854 10/31/2013 FLORIDA DEPT OF JUVENILE JUSTICE 29,487.59 304855 10/31/2013 JOSEPH W VASQUEZ 139.00 304856 10/31/2013 M-B COMPANIES INC 4,075.64 304857 10/31/2013 CENTRAL PUMP& SUPPLY INC 80.00 304858 10/31/2013 CLARK SECURITY PRODUCTS 100.00 304859 10/31/2013 ETR LLC 207.38 304860 10/31/2013 GARY L EMBREY 180.00 304861 10/31/2013 LARRY STEPHENS 139.00 304862 10/31/2013 JOSE RIVERA 140.00 304863 10/31/2013 DAYSPRING 250.00 304864 10/31/2013 1ST FIRE& SECURITY INC 465.00 304865 10/31/2013 CONSOLIDATED ELECTRICAL DISTRIBUTORS INC 165.32 ,%"` 304866 10/31/2013 KENNY CAMPBELL JR 100.00 6 12 CHECK NBR CK DATE VENDOR AMOUNT 304867 10/31/2013 BRIAN WYKOFF 60.00 304868 10/31/2013 LAKELAND HOUSING AUTHORITY 209.03 304869 10/31/2013 JOHNNY B SMITH 219.00 304870 10/31/2013 GERMAINE JOHNSON 112.00 y ` 304871 10/31/2013 SEBASTIAN POLICE DEPARTMENT 10.00 304872 10/31/2013 MUNICIPAL WATER WORKS INC 16,454.52 304873 10/31/2013 MAPLOGIC CORPORATION 375.00 304874 10/31/2013 MICHAEL FLINN 87.61 304875 10/31/2013 DANE MACDONALD 183.00 304876 10/31/2013 CHARLES A WALKER 160.00 304877 10/31/2013 DANIEL IOFFREDO 60.00 304878 10/31/2013 SARAMARIA PROVENZALE 40.00 304879 10/31/2013 BENNETT AUTO SUPPLY INC 236.11 304880 10/31/2013 JILL WILLIAMS 15.30 304881 10/31/2013 JOHN MESKILL 550.00 304882 10/31/2013 ROBERT SOLARI 124.92 304883 10/31/2013 SOUTHEAST POWER SYSTEMS OF ORLANDO 1,449.70 304884 10/31/2013 SANDY ARACENA 100.00 304885 10/31/2013 BETHEL FARMS LLLP 146.00 304886 10/31/2013 BRENNTAG MID-SOUTH INC 7,274.49 304887 10/31/2013 WOERNER DEVELOPMENT INC 66.50 304888 10/31/2013 ATLANTIC COASTAL LAND TITLE CO LLC 100.00 304889 10/31/2013 RADWELL INTERNATIONAL INC 72.00 304890 10/31/2013 BOULEVARD TIRE CENTER 946.86 304891 10/31/2013 STEVEN A ABBOND 120.00 304892 10/31/2013 TREKKER TRACTOR LLC 42.07 304893 10/31/2013 JOSEPH CATALANO 160.00 304894 10/31/2013 OVERDRIVE INC 1,165.89 304895 10/31/2013 RAYMOND J DUCHEMIN 120.00 304896 10/31/2013 SARA L MATHEWS 25.00 304897 10/31/2013 RICOH PRINTING SYSTEMS AMERICA,INC 1,170.00 304898 10/31/2013 BORO BUILDING& PROPERTY MAINT INC 4,720.13 304899 10/31/2013 INTEGRITY LAWNS&LANDSCAPING 1,260.00 304900 10/31/2013 GOLD MEDAL PRODUCTS 563.50 304901 10/31/2013 GENERAL CHEMICAL PERFORMANCE LLC 5,098.05 304902 10/31/2013 FORD GOLF AND SPECIALTIES LLC 1,621.90 304903 10/31/2013 AMERICAN MESSAGING SERVICES LLC 32.29 304904 10/31/2013 LOWES HOME CENTERS INC 3,222.71 304905 10/31/2013 PPG ARCHITECTURAL FINISHES INC 315.00 304906 10/31/2013 ERIN BASKINS 18.16 304907 10/31/2013 WILLIAM SHOAF JR 60.00 304908 10/31/2013 FLANDERS ELECTRIC MOTOR SERVICES INC 2,750.37 304909 10/31/2013 TREASURE COAST TURF INC 880.00 304910 10/31/2013 PENGUIN RANDOM HOUSE LLC 335.25 304911 10/31/2013 DEBRAADAMSON 229.36 304912 10/31/2013 ECOVA 119.60 304913 10/31/2013 WILLIAM CAR-ROLL 674.98 304914 10/31/2013 JOSH WELTER 10.14 304915 10/31/2013 UT REFUNDS 38.90 Grand Total: 2,918,139.04 7 13 ELECTRONIC PAYMENT - VISA CARD TRANS. NBR DATE VENDOR AMOUNT 1002651 10/18/201: INDIAN RIVER OXYGEN INC 208.60 1002652 10/18/201_ REPUBLIC SERVICES OF FLORIDA 230.76 Nlw. 1002653 10/18/201_ DAVES SPORTING GOODS&TROPHIES 42.00 1002654 10/18/201: ALLIED UNIVERSAL CORP 5,707.35 1002655 10/18/201: ARAMARK UNIFORM& CAREER APPAREL LLC 613.72 1002656 10/18/201: COMMUNITY ASPHALT CORP 85.68 1002657 10/18/201: SYNAGRO-WWT INC 48,356.52 1002658 10/18/201: HENRY SCHEIN INC 6,593.74 1002659 10/18/201: LIGHTSOURCE IMAGING SOLUTIONS LLC 202.00 1002660 10/18/201: INDIAN RIVER BATTERY 535.00 1002661 10/18/201: CENGAGE LEARNING CORPORATION 12,848.70 1002662 10/18/201_ REPUBLIC SERVICES OF FLORIDA 84,742.84 1002663 10/18/201: REPUBLIC SERVICES OF FLORIDA 84,742.86 1002664 10/18/201: REPUBLIC SERVICES OF FLORIDA 119,527.45 1002665 10/18/201: REPUBLIC SERVICES OF FLORIDA 119,527.47 1002666 10/18/201: REPUBLIC SERVICES OF FLORIDA 2,306.57 1002667 10/18/201: REPUBLIC SERVICES OF FLORIDA 11,579.06 1002668 10/18/201: REPUBLIC SERVICES OF FLORIDA 29.59 1002670 10/18/201: REPUBLIC SERVICES OF FLORIDA 29.61 1002671 10/18/201: REPUBLIC SERVICES OF FLORIDA 33,910.00 1002672 10/22/201: EVERGLADES FARM EQUIPMENT CO INC 1,015.52 1002673 10/22/201_ COMMUNICATIONS INTERNATIONAL 124.90 1002674 10/22/201: HENRY SCHEIN INC 1,820.97 1002675 10/22/201_ NORTH SOUTH SUPPLY INC 65.85 1002676 10/22/201: LIGHTSOURCE IMAGING SOLUTIONS LLC 439.43 1002677 10/22/201: INDIAN RIVER BATTERY 248.95 1002678 10/22/201: REPUBLIC SERVICES OF FLORIDA 46.63 1002679 10/22/201: AMERICAN CONCRETE INDUSTRIES INC 810.00 1002680 10/22/201: VERO LAWNMOWER CENTER INC 22.88 1002681 10/22/201_ MEEKS PLUMBING INC 7,992.00 1002682 10/22/201: ALLIED UNIVERSAL CORP 5,335.36 1002683 10/22/201: HOMELAND IRRIGATION 301.21 1002684 10/22/201: THE EXPEDITER 26.67 1002685 10/22/201: ARAMARK UNIFORM &CAREER APPAREL LLC 195.12 1002686 10/22/201_ CENGAGE LEARNING CORPORATION 825.42 1002687 10/22/201: DEERE&COMPANY 205.88 1002688 10/22/201: COMMUNITY ASPHALT CORP 442.68 1002689 10/22/201: PRIDE ENTERPRISES 2,240.00 1002690 10/22/201: ESRI INC 5,909.59 1002691 10/22/201: SOUTHERN JANITOR SUPPLY INC 211.22 1002692 10/22/201: CAPITAL OFFICE PRODUCTS 525.85 1002693 10/22/201: AUTO PARTNERS LLC 1.10 1002694 10/22/201; CCG SYSTEMS INC 7,209.00 1002695 10/22/201: S & S AUTO PARTS 268.15 1002696 10/22/201: EAST COAST ANIMAL MEDICAL CENTER 140.00 1002697 10/25/201_ EVERGLADES FARM EQUIPMENT CO INC 1,082.51 1002698 10/25/201: COMMUNICATIONS INTERNATIONAL 330.00 1002699 10/25/201: INDIAN RIVER BATTERY 929.00 1002700 10/25/201: REPUBLIC SERVICES OF FLORIDA 46.64 1002701 10/25/201: MIKES GARAGE&WRECKER SERVICE INC 660.00 1002702 10/25/201: APPLE INDUSTRIAL SUPPLY CO 56.92 1002703 10/25/201_ ALLIED UNIVERSAL CORP 5,207.48 1002704 10/25/201: THE EXPEDITER 137.35 1002705 10/25/201: ARAMARK UNIFORM & CAREER APPAREL LLC 622.75 1002706 10/25/201: DEERE&COMPANY 499.63 1002707 10/25/201: COMMUNITY ASPHALT CORP 243.44 i 1002708 10/25/201: APPLE MACHINE& SUPPLY CO 116.18 1002709 10/25/201: COMO OIL COMPANY OF FLORIDA 46.05 1 14 TRANS. NBR DATE VENDOR AMOUNT 1002710 10/25/201: DYNAMIC BRANDS LLC 776.20 1002711 10/25/201_ FLAGLER CONSTRUCTION EQUIPMENT LLC 171.64 1002712 10/25/201: CAPITAL OFFICE PRODUCTS 112.30 1002713 10/25/201_ L&L DISTRIBUTORS 17.40 1002714 10/25/201: S& S AUTO PARTS 25.49 1002715 10/25/201_ BERMUDA SANDS APPAREL LLC 4,865.25 1002716 10/25/201: SOUTHERN COMPUTER WAREHOUSE 490.64 1002717 10/28/201: COMMUNICATIONS INTERNATIONAL 18,509.44 1002718 10/28/201: HENRY SCHEIN INC 2,911.58 1002719 10/28/201: LIGHTSOURCE IMAGING SOLUTIONS LLC 717.50 1002720 10/28/201: DAVES SPORTING GOODS& TROPHIES 69.00 1002721 10/28/201: ARAMARK UNIFORM&CAREER APPAREL LLC 127.61 1002722 10/28/201; 4IMPRINT INC 2,212.97 1002723 10/28/201: MIDWEST MOTOR SUPPLY CO 346.05 1002724 10/28/201: CAPITAL OFFICE PRODUCTS 242.18 1002725 10/28/201: AUTO PARTNERS LLC 81.30 1002726 10/29/201: INDIAN RIVER OXYGEN INC 2,996.50 1002727 10/29/201: ARAMARK UNIFORM&CAREER APPAREL LLC 23.29 1002728 10/29/201: AT&T 3,505.64 1002729 10/29/201: OFFICE DEPOT BSD CUSTOMER SVC 1,104.88 1002730 10/29/201; WASTE MANAGEMENT INC 61.33 1002731 10/29/201: BRIDGESTONE GOLF INC 3,611.82 1002732 10/31/201: EVERGLADES FARM EQUIPMENT CO INC 396.52 1002733 10/31/201: PARKS RENTAL& SALES INC 234.00 1002734 10/31/201: NORTH SOUTH SUPPLY INC 134.24 1002735 10/31/201: SAFETY PRODUCTS INC 133.29 1002736 10/31/201: LIGHTSOURCE IMAGING SOLUTIONS LLC 130.49 1002737 10/31/20L INDIAN RIVER BATTERY 199.00 1002738 10/31/201_ REPUBLIC SERVICES OF FLORIDA 164.93 1002739 10/31/201: AMERICAN CONCRETE INDUSTRIES INC 665.00 1002740 10/31/201: DAVIDSON TITLES INC 55.37 1002741 10/31/201_ MIKES GARAGE& WRECKER SERVICE INC 3,645.00 1002742 10/31/201_ APPLE INDUSTRIAL SUPPLY CO 693.72 1002743 10/31/201: GALLS AN ARAMARK CO 153.05 1002744 10/31/201_ ALLIED UNIVERSAL CORP 2,638.71 1002745 10/31/201_ HOMELAND IRRIGATION 79.95 1002746 10/31/201: THE EXPEDITER 109.68 1002747 10/31/201: RECORDED BOOKS LLC 461.40 1002748 10/31/201: ARAMARK UNIFORM&CAREER APPAREL LLC 480.85 1002749 10/31/201: SEBASTIAN OFFICE SUPPLY CO 41.87 1002750 10/31/201: COMMUNITY ASPHALT CORP 341.36 1002751 10/31/201: FERGUSON ENTERPRISES INC 5,693.20 1002752 10/31/201: SHRIEVE CHEMICAL CO 3,029.44 1002753 10/31/201: MIDWEST MOTOR SUPPLY CO 556.66 1002754 10/31/201: RECHTIEN INTERNATIONAL TRUCKS 97.24 1002755 10/31/201: SOUTHERN JANITOR SUPPLY INC 808.38 1002756 10/31/20 L CAPITAL OFFICE PRODUCTS 368.35 1002757 10/31/201: AUTO PARTNERS LLC 85.09 1002758 10/31/20 1' S& S AUTO PARTS 314.98 1002759 10/31/201: EAST COAST ANIMAL MEDICAL CENTER 28.00 1002760 10/31/201: AT&T 11,591.30 1002761 10/31/201: OFFICE DEPOT BSD CUSTOMER SVC 2,499.34 Grand Total: 657,032.27 2 15 LLLI—IKVNI(_ FAYIVILN 1 J - W1Kt & Al_H TRANS NBR DATE VENDOR AMOUNT 2657 10/18/201' SCHOOL DISTRICT OF I R COUNTY 63,216.00 2658 10/18/20]_ VEROTOWN LLC 26,151.07 2659 10/18/201: KIMLEY HORN&ASSOC INC 16,615.00 2660 10/24/201: SENIOR RESOURCE ASSOCIATION 100,744.85 2661 10/25/201_ CDM SMITH INC 1,878.99 2662 10/25/201' VEROTOWN LLC 113,179.52 2663 10/25/201: NATIONWIDE SOLUTIONS RETIREMENT 304.14 2664 10/25/201: ICMA RETIREMENT CORPORATION 10,145.05 2665 10/25/201: ICMA RET CORP 1,910.00 2666 10/25/201: FLORIDA LEAGUE OF CITIES, INC 5,205.60 2667 10/25/201: IRC FIRE FIGHTERS ASSOC 6,210.00 2668 10/25/201: NACO/SOUTHEAST 19,875.71 2669 10/25/201' FL SDU 8,121.92 2670 10/28/201; IRS-PAYROLL TAXES 347,250.07 2671 10/28/201: BENEFITS WORKSHOP 9,587.97 2672 10/28/201' BENEFITS WORKSHOP 2,083.26 2673 10/30/201: ELITE TITLE 2,684.82 2674 10/30/201' ELITE TITLE 3,079.68 2675 10/30/201' ELITE TITLE 2,774.05 2676 10/31/201' INDIAN RIVER COUNTY SHERIFF 3,119,831.73 2677 10/31/201: CLERK OF CIRCUIT COURT 75,190.08 2678 10/31/201: INDIAN RIVER COUNTY SUPERVISOR OF ELECTIONS 73,604.73 Grand Total: 4,009,644.24 err• 1 16 CONSENT AGENDA November 12, 2013 INDIAN RIVER COUNTY INTER-OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: November 5, 2013 SUBJECT: INDIAN RIVER COUNTY APPOINTMENTS TO THE ECONOMIC OPPORTUNITIES COUNCIL (EOC) FROM: Laura E. Vasquez, Commissioner Assistant for District 2 Mr. Leonard Edwards, Executive Director of the Economic Opportunities Council (EOC)of Indian River County, submitted the attached letter dated May 28, 2013 requesting the consideration of the following individuals to be appointed to the EOC as the elected official's designees for a one year term: ■ Ms. Miriam Gross ■ Ms. Linda McConkey ■ Mr. Rueben Lane �... As stated in his letter "Community Action Agencies are the local grantees for Community Services Block Grant Act 1998 Reauthorization, P.L. 105-285. Required by the legislation is a tripartite Board structure; one-third elected officials, or their designees, one-third low-income representatives, and one-third members of the private/business community. In past years, commissioners' schedules have not allowed direct participation, and have appointed designees to serve instead. Mr. Edwards has provided the resumes of Ms. Gross, Ms. McConkey, and Mr. Lane of which are on file in the Commission Office. Attachments: Letter dated May 28, 2013 17 OA,ccmemmlty Economic Opportunities Council of Indian Diver County, Inc MAE Oft Post Office Box 2766 non. PARTNERSHIP Vero Beach, Florida 32961-2766 Helping People.changing Lives. Admin.OfBcc 1156 OW Dixie Ilw7. °em32960 FL May 28'2013 (772)5621177 rax(772)794-7597 commanitvservices Commissioner Joseph Flesher, Chair 1456 Old Dixie Nw7. vemBeaeh.FL Board of County Commissioners 32960 (772)569.1030 1801 27`h Street Fax(7T-)794.7597 Vero Beach, FL 32960 Hcad Sma cemral Offices Waba�tae Dear Commissioner Flesher, 32970 PO Box 2766 322961--2766 Economic Opportunities Council of Indian River County, Inc. (EOC) is the federally . Fax m>s 4°0,91- .- designated Community.Action Agency for Indian River County. Charted in-_1965, _. Chm EOC has provided services to low-income, county residents for over forty years. 2771 4rh Sired V"Beach.FL 32968 (772)778_052BAs the Commission may know, Community Action Agencies are the local Fax(772)770-O529 grantees for Community Services Block Grant, and operate under the Fellem m 1339 N.WO,awSired - Community Services Block Grant Act 1998 Reauthorization, P.L. 105-285. FellL 32949 Required by the legislation is a tripartite Board structure; one third elected 32948 (772)571-1334 Fax CM)571-968? officials, or their designees, one-third low- income representatives, and one third Vrr♦r [Ughtands members of the private/business community. 500 SW 3(hh Sired vein Beach,FL 33962 (772)794-2375 7 Fax(T73) 94-1908 Annually, EOC is required to document the Commission's appointments to its SL 2) 355041MSired board. In past years Commissioners schedules have not allow for direct for Vero Beach,FL 32%7 participation and have appointed designees to serve in their stead. ESC (772)5671347 Fax(772)562.0375 respectfully request consideration of the following individuals to be appointment Nonhvde for a one-year term: 1798 NW 91h Averm Ok¢chobce,FL 34973 (863)357-8677Miriam Gross Larry Wilson Linda McConkey Rueben Lane Fax(863)357-6617 EOC appreciates your support and looks forward to working together and helping those within our community who live in poverty and move towards self- sufficiency. Sincerely, Executive Director Leonard Edwards Voltintanj Pre-K Head Start Community Services An Equal OppOrttnIify Employer 18 CONSENT AGENDA INDIAN RIVER COUNTY o OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: November 4, 2013 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: Joseph A. Baird, County Administrator Jason Brown, Director, Office of Management and Budget FROM: Jennifer Hyde, Purchasing Manage. SUBJECT: Rejection of Bids for IRC Bid No. 2013051 South County RO Plant Storage Tank Interconnect Project BACKGROUND: The Department of Utility Services requested the solicitation of bids for an interconnect project which would enable the North County RO Plant to remotely fill the storage tanks at the South County RO Plant during hours of system low demand. This would increase available water supply at a lower operating cost. BID RESULTS: Bid Opening Date: September 18, 2013 Advertising Date: August 2, 2013 Demandstar Broadcast to: 980 Suppliers Specifications Requested by: 48 Vendors Replies: 2 Vendors Bidder Location Total Bid Price Close Construction LLC Okeechobee, FL $228,343.90 RJ Sullivan Corp. Pompano Beach, FL $209,123.70 RECOMMENDATION: Because both bids significantly exceed the engineer's cost estimate of $106,000, staff recommends the bids be rejected, and the project re-bid after specifications are reviewed and modified, as appropriate. ATTACHMENTS: Recommendation (Department) Bid Evaluation (Consultant) APP OVED AGENDA ITEM Indian River Co A d Date BY: �I Admin Josep A. Baird, County Administrator Legal / Budget 1 Department FO^ 1--20 Risk Manager \\Fileserver2\Public\Purchasing\Bids\2012-2013 FY(2013000)\2013051 -SCRO Tank Interconnect\Agenda-Rejected Bid.doc 19 INDIAN RIVER COUNTY, FLORIDA DEPARTMENT OF UTILITY SERVICES Date: October 23, 2013 To: Jennifer Hyde Purchasing Manager From: Vincent Burke, P.E., Director of Utility Services Prepared by: Terry Southard Operations Manager Subject: Bid No. 2013051, South County RO Storage Tank Interconnect Project Background &Analysis: On September 18, 2013, two bids were received in the County's Purchasing Office for the South County RO Storage Tank Interconnect Project. This storage tank interconnect will allow the North County RO which operates 24/7 to fill the storage tanks at the South County RO during system low demand hours after midnight. The South County RO operates 16/7. This project will allow for more water availablity at a lower operating cost. ,*mow The two bidders were: Close Construction $228,343.90 RJ Sullivan Corp. $209,123.70 Both of these bids were significantly higher than the engineers expected cost estimate of $106,000. Staff Recommendation: Staff agrees with the project engineer at MBV Engineering to reject the bids and request authorization to re-bid the project. Attachment: MBV Engineering, Inc, Bid Evaluation F:\Utilities\UTILITY-EMPLOYEE FOLDERS\Terry Southard\Memos\Memo to Jennifer- South RO Storaee \Utiliti \UT-I ITV EMPLOYEE FO r1CDQ\To 1 Tank Connect REJECT Bid#2013051--(2)FINAL.doc7:,��ne�r«.. . EMPLOYEE . ���_..___.___., C th .7111A W to i i f r South RO A eid Tank Bid REJECT-ED I..1..201 2 doe 20 i=MBV ENGINEERING, INC. 71A BOWLES VILLAMIZAR&ASSOCIATES y""www.mbveng-com cAx3728 October 29, 2013 Mr. Terry Southard Indian River County Department of Utility Services 4350 41st Street Vero Beach, FL 32964 Subject: Bid Rejection and Re-Bid Recommendation for Indian River County Utility Services South County RO Water Plant Storage Tank Interconnect Project Bid#2013051 Indian River County, Florida Engineer's Project Number: 12-276 Dear Mr. Southard: At your request, we have evaluated all bids that were submitted for the above subject project. As you know, just two bids were submitted (RJ Sullivan and Close Construction). There were substantial differences in the line item costs of both bids. Furthermore, both bids were significantly more than the engineer's estimate for this project. Also, miscellaneous valves and appurtenances were added to the scope that were not included in the engineer's estimate that required an increase in costs. For these reasons, we recommend that all bids be rejected and that the project be re-bid. It is also recommended that a mandatory pre-bid meeting be held to ensure that all contractors have a clear understanding of the contract documents. Should you require further information or clarification, please do not hesitate to contact our office. Sin Aaron Bowles, P.E. Vice President AJB/sng 1835 20th Street 1600 W.Eau Gallie Blvd.,Suite 203 806 Delaware Avenue Vero Beach.FL 32960 Melbourne,FL 32935 Ft.Pierce,FL 34950 772.569.0035 321.253.1510 772.468.9055 Fax:772.778.3617 Fax:321.253.091 1 Fax:772.778.3617 21 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Joseph A. Baird, County Administrator THROUGH: Christopher R. Mora, P.E., Public Works Director FROM: Manuel Cabo, Telecommunications Manager Z� SUBJECT: Sandridge Golf Course Telephone System Replacement Proposal for NEC Telephone System Replacement and Approval of NEC Corporation of America (NEC) as Sole Source Provider. DATE: November 4, 2013 BACKGROUND The existing telephone system at Sandridge Golf Course has reached the end of its service life and is no longer functioning properly. The telephone system hardware and software are no longer supported. Replacement telephones for this system are proprietary and no longer manufactured. Used replacement telephones may be available from an after-market supplier, depending on market/availability. Currently, the Sandridge telephone system is not covered by the NEC Maintenance & Support contract that covers most other IRC telephone systems and locations. The existing telephone system at Sandridge is known as a "Key" Telephone System, and is designed primarily for small office or remote location applications in a Private Branch Exchange (PBX) telephone systems network. ANALYSIS In the current status, Sandridge has no on site voice or "auto-attendant" features. Incoming calls are "call forwarded" using AT&T Centrex line features external to the system, a process which degrades the functionality of the system. The system often fails and loses calls due to this process. If NEC were to handle replacement of the Telephone System at Sandridge, NEC has applied discounted pricing toward the replacement quote for this system, due to their handling of the Support and Maintenance contract for all other IRC PBX telephone system sites. An added benefit of the NEC product line replacement system is that the new telephones for this site will be directly compatible with all other NEC telephone system sites at IRC. This reduces overall costs, in that a separate line of inventory does not need to be kept for system replacement parts, and a separate maintenance & support contract does not need to be purchased for this location only. The new proposed NEC SV8100 Key system has a built-in, fully integrated voice mail system, Non-IP multi-line extensions, and is capable of being integrated into the IRC PBX network by fiber optic connectivity. This system also has the new feature of being fully independent, as a stand-alone application, should the main voice mail system link to IRC Administration be lost. This situation would render the current telephone system incapable `40W of receiving telephone calls through the IRC main voice main system. FAPublic Works\Luanne M\Telecomm un icationsWgendas\Sandridge NEC approval BCC 10-28-13.doc 22 Page Two Agenda Item: Key Telephone System Replacement for Sandridge Golf Course - Proposal for NEC November 4, 2013 �.. FUNDING The NEC Telephone System replacement cost is: $5,428.99. Funding is available through the Sandridge Golf Clubhouse Operations, Account#418-166002, Other Equipment. RECOMMENDATION Staff recommends that the Board of County Commissioners approve moving forward with the new replacement Telephone System for the Sandridge Golf Course site, and approve NEC as the sole source organization to replace this Key Telephone System. ATTACHMENTS Sole Source Form NEC Quote DISTRIBUTION NEC Corporation Michael C. Zito, Assistant County Administrator APPROVED AGENDA ITEM Indian River Co. App ed Date For: November 12, 2013 Administration —> County Attorney B Budget Pr 0,515 Public Works Telecommunications v.. FAPublic Works\Luanne M\TelecommunicationsWgendas\Sandridge NEC approval BCC 10-28-13.doc 23 MEMORANDUM DATE: 10-28-13 REQUISITION NO. TO: Purchasing Division FROM: Manuel Cabo —Telecom Department (Division Head Signature) SUBJECT: Request for approval of"No Substitute". Sole Source, Sole Brand, or Single Source ITEM AND DESCRIPTION: NEC SV8100 Key telephone system replacement for IRC Sandridge Golf Course location. We request approval of a "NO SUBSTITUE" specification for the purchase of the subject item(s) for the indicated below: (Check or fill in one reason only.) ❑ 1. Item(s) is (are) only acceptable replacement part(s) known for: (Identify) ® 2. Item must be physically or chemically compatible with: (Identify with existing item and explain) System must be compatible with other NEC telephone systems currently deploy throughout IRC, and capable of being added to existing IRC telephonesystems maintenance & support contract with NEC. ❑ 3. Only item(s) approved by authorized evaluation for the use intended: (Explain) ❑ 4. Process or material storage compatibility: (Explain) ❑ 5. Parts and attachments interchangeability: (Explain) ❑ 6. Material and job interchangeability: (Explain) ❑ 7. Continuity of design: (Explain) ❑ 8. Other: (Explain) Approval recommended: ❑ Yes ❑ No Comment: Manager,Purchasing Division Revised Dec.2004 24 NEC NEC Corporation of America INDIAN RIVER COUNTY STATEMENT OF WORK SV8100 This Statement of Work ("SOW") is between NEC Corporation of America, a Nevada Corporation, having its principal place of business at 6535, North State Highway 161, Irving, TX 75063-2402 ("NEC") and INDIAN RIVER COUNTY having its principal place of business at 1800 27th Street Vero Beach, FL 32960 ("Client") and is effective as of the date last signed below("Effective Date"). If Client and NEC have entered into a master purchase agreement or a similar separate written agreement("Agreement"), this SOW is subject to the terms and conditions of the Agreement. Otherwise, this SOW will be subject to the Standard Terms and Conditions for Direct Sales of Equipment and Services posted at http://www.necam.com/Legal/?t=DirectSalesTerms. No prior oral or written communications between the parties or terms in the Client's purchase order will be binding upon NEC, unless otherwise expressly agreed to by NEC in writing. This SOW defines the specified hardware and software products ("Equipment")and/or implementation services ("Services")that NEC will deliver to, or perform for Client(the"Project") in exchange for a fixed price. Equipment list(s) Site Name Product Description Quantity --Sandridge Golf Club 5300 73rd Street Vero Beach, FL 32967 670103 PZ-VM21 1 670110 CD-4COTB 1 670111 PZ-4COTF 1 670296 SV8100 19 DIGITAL BASIC PACKAGE 1 670510 CHS1 U/21-1 WALLMOUNT KIT 1 670535 INSTALLATION CABLE 1 670601 CHS2U INT BATT KIT 1 670783 LKS-VM-INMAIL 4-LICENSE 1 670966 AK-INMAIL-1G-APP CF 1 680062 DTL-1 2E-1(BK)TEL 10 680649 DESI DTL-12E-1 (PKG 25) 1 390000301 MNT SINGLE YEAR CONTRACT 1 670711081 MNT SV8100 Premium SW 64-Port 27 76ATT113 PART#107058901 110AA2-100FT B 1 52BCS006 PART#PK-25 25PR NEW INSTALL KIT 1 660085 66M150 CONNECTING 2 52BCS008 PM-230 SECONDARY PROTECTOR 6 Labor Task Description 1. NEC to install SV8100 as standalone system 25 NEC NEC Corporation of America When NEC has completed the above deliverables (Project Completion), NEC will notify Client of Project Completion by dating and initializing this page in the space below. Client agrees to acknowledge Project Completion by initialing below and returning a copy to NEC within three (3)business days. Project Completion Date NEC Initials Client Initials 2. Pricing and Payment a)The total price for the Project is $5,428.99 (the 'Total Project Price"). Sales taxes, if applicable, are not included in the Project Price but will be invoiced separately unless Client has provided NEC with a valid sales tax exemption certificate prior to the date of invoice. NEC will invoice Client for the total Project Price (plus applicable sales taxes) upon Project Completion. b)The Project is anticipated to be completed not more than ninety(90) days from the Effective Date of this SOW. If Project Completion is delayed beyond such ninety day period for any reason, except for delayes caused by NEC, NEC many invoice Client for the sales price all Equipment and Services provided up to the point of the delay. c) Unless otherwise expressly agreed to by NEC in writing, payment is due within thirty (30) days from the date of invoice. d)The Project Price does not include change orders. Except for Equipment defects or unless otherwise expressly agreed to by NEC in writing, Equipment may not be returned after delivery and any requested additions will be processed as a separate order. Client will indicate its acceptance of this SOW by signing in the space below and issuing a purchase order for the Total Project Price, or initialing in the space below(only if no purchase order reference will be required). Agreed and Accepted: INDIAN RIVER COUNTY By . Name: Date Purchase Order Number: NEC will reference the purchase order number on the invoice for this SOW. If Client will NOT require NEC to reference a purchase order as a pre-condition for payment under this SOW Client must indicate this by initialing in the space below. If Client initials below, Client expressly agrees that the lack of a purchase order reference will not constitute cause for invoice dispute or withholding of payment. Client initial: APPROVED A - . �, °'.M AND LEGAL S1 , WILLIAM K.DEE. DEPUTY COUNTY ti t"° INDIAN RIVER COUNTY(2013-28122) 2 of 2 26 _� p= INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Joseph A. Baird, County Administrator THROUGH: Christopher R. Mora, P.E. Clv, Public Works Director FROM: James D. Gray,Jr. Coastal Engineer OD SUBJECT: FDEP Grant Agreement No. 141112 Hurricane Sandy Beach Repair Project—Sector 3 DATE: November 4, 2013 DESCRIPTION AND CONDITIONS The Florida Department of Environmental Protection (FDEP) received FY 2013/2014 funding to assist in the recovery of the State's beaches following Hurricane Sandy and Tropical Storm Debby. FDEP has issued Agreement No. 141112 to commit state funds for the design, permitting, and construction phases for the repair of the Sector 3 Beach and Dune Restoration Project constructed between 2010 and 2012. In addition, this grant includes reimbursement of funds to the County and the Town of Orchid for emergency dune restoration projects constructed at Wabasso Beach Park, Golden Sands Beach Park,and within the Town of Orchid immediately following Hurricane Sandy. The attached agreement commits up to $5,400,000 at a cost share ratio of 50% State - 50% Local. The total local share under this agreement is $2,700,000. The Agreement identifies Indian River County as the Local Sponsor and has an expiration date of January 30, 2017. FUNDING Although the grant match is not currently budgeted, funding is available in the Beach Restoration Fund Reserves. F:\Public Works\JamesG\14IR2 FDEP Grant\agenda item 14IR2 FDEP Grant Agreement--Hurricane Sandy.docx 27 Page 2 BCC Agenda Item FDEP Grant Agreement 141R2 November 12, 2013 RECOMMENDATION Staff recommends the Board approve FDEP Grant Agreement No. 141112 and authorize the Chairman to sign two (2) copies of the Agreement on behalf of the County. Following Board approval, the County will transmit both partially executed Agreements to the State for final signatures. Upon receipt of the fully executed original FDEP Grant Agreement 141112 from the State, staff will transmit to the Clerk to the Board of County Commission for recording. Staff also recommends the Board authorize the necessary budget amendment to allocate project funding. ATTACHMENT 1. FDEP Grant Agreement 141112(2 original copies) 2. Indian River County Grant Form # 141R2 APPROVED AGENDA ITEM FOR: November 12 2013 Indian River County Approved Date Administration (12P Budget (Jpo� it s i3 Legal �1 Public Works Coastal Eng. Division JbV a 14113 F:\Public Works\JamesG\141R2 FDEP Grant\agenda item 14182 FDEP Grant Agreement--Hurricane Sandy.docx 28 ATTACHMENT 1 DEP AGREEMENT No: 14IR2 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF WATER RESOURCE MANAGEMENT BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM STATE OF FLORIDA GRANT AGREEMENT FOR INDIAN RIVER COUNTY HURRICANE REPAIR PROJECT THIS AGREEMENT is entered into between the FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (hereinafter referred to as the "DEPARTMENT"), whose address is 2600 Blair Stone Road, MS 3511, Tallahassee, Florida 32399, and INDIAN RIVER COUNTY, a local government (hereinafter referred to as the "LOCAL SPONSOR"), whose address is 1801 27TH Street, Vero Beach, Florida 32960, for the project described herein. WHEREAS, the DEPARTMENT, pursuant to Section 161.091 - Section 161.161, Florida Statutes, provides financial assistance to eligible governmental entities for beach erosion control activities under the Florida Beach Management Funding Assistance Program; and, WHEREAS, pursuant to 62B-36.005(1)(d), Florida Administrative Code, the LOCAL SPONSOR has resolved to support, serve as local sponsor, demonstrated a financial commitment to the beach erosion control project as described herein, and has the ability to perform the tasks associated with the project described herein. WHEREAS the DEPARTMENT received funding for Hurricane Sandy and Tropical Storm Debby as detailed in the proviso for Beach Projects for the fiscal year of 2013-2014 to assist in the recovery of the state's beaches; NOW, THEREFORE, in consideration of the mutual benefits to be derived herefrom, the DEPARTMENT and the LOCAL SPONSOR do hereby agree as follows: 1. The DEPARTMENT does hereby retain the LOCAL SPONSOR to implement the beach erosion control project known as the INDIAN RIVER COUNTY HURRICANE REPAIR PROJECT, (hereafter referred to as the PROJECT), as defined in Attachment A (Grant Work Plan), attached hereto and made a part hereof. The LOCAL SPONSOR does hereby agree to perform such services as are necessary to implement the PROJECT in accordance with the terms and conditions set forth in this Agreement, and all attachments and exhibits named herein that are attached hereto and incorporated by reference. For purposes of this Agreement, the terms "Grantee", "Recipient" and "Local Sponsor"are used interchangeably. 2. This Agreement shall begin on the last date executed and end on January 30, 2017. Pursuant to Section 161.101 (18), Florida Statutes, work conducted on this PROJECT by the LOCAL SPONSOR or its subcontractor and approved by the Department beginning on or after November 1, 2012, may be eligible for reimbursement by the DEPARTMENT, provided that the PROJECT is approved by the DEPARTMENT. If work identified in the approved Grant Work Plan is completed prior to time allowed in this Agreement, this Agreement may be amended to close out the Agreement. 3. The LOCAL SPONSOR shall perform the services in a proper and satisfactory manner as determined by the DEPARTMENT. DEP Agreement No. 14IR2 Page 1 of 12 29 4. Any and all equipment, products or materials necessary to perform these services, or requirements as further stated herein, shall be supplied by the LOCAL SPONSOR. 5. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature of the State of Florida and subject to the release of funds appropriated to the DEPARTMENT. 6. The LOCAL SPONSOR shall implement the PROJECT and complete said PROJECT upon the terms and conditions set forth in this Agreement and all present and future requisite authorizations and environmental permits. The PROJECT consists of the restoration and maintenance of approximately 7.1 miles of Atlantic shoreline between FDEP Reference Monuments R20 and R51. In addition, the project includes emergency nourishment to repair damages sustained during Hurricane Sandy. The life of the PROJECT is defined as ten (10) years following completion of each construction event. The parties expressly agree that the provisions of this paragraph shall survive and be enforceable beyond the expiration date of this Agreement. 7. For tasks, as specified in Table 1 below and in Attachment A, the LOCAL SPONSOR shall develop a detailed Scope of Work which shall include a narrative description of each task, a corresponding detailed budget for each deliverable under that task and a schedule for completion of each task and deliverable. Each Scope of Work shall require approval by the DEPARTMENT as to content, deliverables, and schedule prior to initiating the work. The tasks must be incorporated into the Grant Work Plan in the form of an approved amendment to this Agreement prior to commencement of any work on these PROJECT tasks. 8. A. The DEPARTMENT and the LOCAL SPONSOR agree that the estimated costs of the PROJECT are identified in Table 1 below: w.. TABLE 1 Task Eligible Project Tasks DEP Local Total 2.0 Design and Permitting 2.1 Design of Dune repairs $42,722 $42,722 $85,444 3.0 Construction 3.1 Dune Repairs Reimbursement-Orchid $135,197 $135,197 $270,393 3.2 Dune Repairs Reimbursement- $37,576 $37,576 $75,151 Wabasso and Golden Sand 3.3 Future Construction Reimbursement $2,484,506 $2,484,506 $4,969,012 TOTAL PROJECT COSTS $2,700,000 $2,700,000 $5,400,000 B. Changes in PROJECT costs that transfer funds from one task to another or that increase or decrease the total funding amount shall require a formal amendment to the Agreement. DEP Agreement No. 14IR2 Page 2 of 12 30 9. The DEPARTMENT has determined that 100 percent of the non-federal PROJECT cost is eligible for state cost sharing. Therefore, the DEPARTMENT's financial obligation shall not exceed the sum �" of$2,700,000 for this PROJECT or up to 50 percent of the non-federal project cost, if applicable, for the specific eligible PROJECT items listed above, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. 10. The DEPARTMENT and the LOCAL SPONSOR agree that any and all activities associated with the PROJECT that are not shown in Table 1 are the responsibility of the LOCAL SPONSOR and are not a part of this Agreement. The LOCAL SPONSOR agrees that any costs for the specific eligible PROJECT tasks that exceed the estimated PROJECT costs for that task shall be the responsibility of the LOCAL SPONSOR. Any modifications to the estimated TOTAL PROJECT COSTS shown in Table 1 above, shall be provided through formal amendment to this Agreement. IL The LOCAL SPONSOR shall perform as an independent contractor and not as an agent, representative, or employee of the DEPARTMENT. 12. A. In accordance with Section 216.181(16)(b), Florida Statutes, the DEPARTMENT, upon written request from the LOCAL SPONSOR, including justification for said request, and written approval from the State Chief Financial Officer, may provide an advance payment to the LOCAL SPONSOR. In addition to the written request for advance payment, the LOCAL SPONSOR shall also complete and submit the applicable portions of Attachment B (Advance Payment Justification Form), attached hereto and made a part hereof. Consideration for advance payment is at the discretion of the DEPARTMENT, and shall be limited to eligible project construction costs identified in Table 1. The LOCAL SPONSOR's expenditures shall draw proportionally upon both the LOCAL SPONSOR's funds and the DEPARTMENT's advanced funds in accordance with the cost share ratios established pursuant to this Agreement. B. If advance payment is authorized, the LOCAL SPONSOR shall temporarily invest the advanced funds in an interest bearing account. The LOCAL SPONSOR shall be responsible to the DEPARTMENT for a quarterly accounting of such funds on the dates identified in paragraph 15. REMAINDER OF THE PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. 141R2 Page 3 of 12 31 C. Attachment C (Advance Payment—Interest Earned Memorandum), attached hereto and made a part hereof, is provided as a sample of the document generated internally each calendar quarter by the DEPARTMENT's Bureau of Finance and Accounting for agreements that authorized an advance payment. The DEPARTMENT's Grant Program Administrator shall forward such memorandum to the LOCAL SPONSOR's Project Manager, who shall be responsible for completion of the applicable interest statement details and submission to the DEPARTMENT each quarter. Interest income shall be documented by the LOCAL SPONSOR's submission of a current statement of account from the financial institution or agent where such funds are invested. Interest income shall be returned to the DEPARTMENT, within thirty (30) days following each quarter as set forth under this Agreement. This responsibility shall continue as long as advanced funds remain with the LOCAL SPONSOR or until construction is completed and a final accounting on the advanced funds is completed and the unused funds and interest due the DEPARTMENT are returned to the DEPARTMENT. Unused funds, and interest accrued on any unused portion of advanced funds which have not been remitted to the DEPARTMENT, shall be returned to the DEPARTMENT within sixty (60) days of the completion of the construction portion of this PROJECT. Unused funds advanced to the United States Army Corps of Engineers through LOCAL SPONSORS will be due sixty (60) days after the Federal final accounting has been completed. D. The parties hereto acknowledge that the State Chief Financial Officer may identify additional requirements that must be met in order for advance payment to be authorized. If additional requirements are imposed by the State Chief Financial Officer, the LOCAL SPONSOR shall be notified, in writing, by the DEPARTMENT's Grant Program Administrator regarding the additional requirements. Prior to releasing any funds, the LOCAL SPONSOR shall be required to provide a written acknowledgement to the DEPARTMENT's Grant Program Administrator of the LOCAL SPONSOR's acceptance of `*M the terms imposed by the State Chief Financial Officer for release of funds. 13. As consideration for the satisfactory completion of the eligible work identified in Attachment A and approval of the work by the DEPARTMENT, the DEPARTMENT agrees to compensate the LOCAL SPONSOR on a cost reimbursement basis. All requests for reimbursement shall be made in accordance with Attachment D (Contract Payment Requirements), attached hereto and made a part hereof, and State guidelines for allowable costs found in the Department of Financial Services' Reference Guide for State Expenditures at http://www.fldfs.com/aadir/reference%SFauide. The LOCAL SPONSOR shall submit a request for reimbursement of funds on the forms provided as Attachment E (Request for Payment, PARTS I — Imo, attached hereto and made a part hereof. These forms are to be submitted upon completion of deliverables identified in the approved Scope of Work. These forms shall be certified as accurate by the LOCAL SPONSOR's Project Manager and the LOCAL SPONSOR's Project Financial Officer and submitted to the DEPARTMENT as a payment request. All bills for amounts due under this Agreement shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. All requests for the reimbursement of travel expenses shall be based on the travel limits established in Section 112.061, Florida Statutes. A final invoice shall be due no later than thirty (30) days following the completion date of this Agreement. The DEPARTMENT will not release funds for construction activities until such time as all requisite authorizations, environmental permits, and variances, including those required pursuant to Chapters 161, 253, 258 and 373, Florida Statutes, have been obtained. The final payment will not be processed until the match requirement has been met. 14. The DEPARTMENT's Project Manager shall have thirty (30) days after receipt of each request for payment to determine that the work has been accomplished in accordance with the terms and conditions of this Agreement prior to approving the request for payment. It is understood and agreed DEP Agreement No. 14IR2 Page 4 of 12 32 that any request for payment that requires the DEPARTMENT to request additional information of the LOCAL SPONSOR shall stop time for the DEPARTMENT's review period will reset when such information is received as requested by the DEPARTMENT. Upon approval of the request for payment the DEPARTMENT shall disburse the funds due the LOCAL SPONSOR less ten (10) percent which shall be retained on account. The cumulative amount retained for each eligible deliverable item shall be disbursed to the LOCAL SPONSOR after the DEPARTMENT has certified that the LOCAL SPONSOR has complied with all the terms and conditions of the Agreement. The Department will periodically request proof of a transaction(invoice,payroll register, etc.)to evaluate the appropriateness of costs to the Agreement pursuant to State and Federal guidelines (including cost allocation guidelines),as appropriate. When requested,this information must be provided within thirty (30)calendar days of such request. If applicable,the LOCAL SPONSOR may also be required to submit a cost allocation plan to the DEPARTMENT in support of its multipliers (overhead, indirect,general administrative costs, and fringe benefits). 15. For the duration of this Agreement, the LOCAL SPONSOR shall submit to the DEPARTMENT's Project Manager on a quarterly basis, Attachment E (Project Progress Report, Part III), as updates to the project schedule, no later than thirty (30) days following the completion date of the quarterly reporting period in which the project is underway. The term "quarterly" shall reflect the calendar quarters ending March 31, June 30, September 30, and December 31. Progress reports are to be submitted electronically in Word .doc or tab delimited .TXT format. Information provided shall be the best available and shall represent the most accurate forecast of future events. Specific information to be included in the quarterly report: tasks to be completed, start and finish dates, task duration, and actual start and finish dates with actual task duration. In cases where no reimbursement is sought for a given quarter, all applicable portions of the progress report must still be completed and submitted. The timely submittal of these quarterly reports will result in points for the ranking of future projects under the Beach Management Funding Assistance Program. 16. Upon completion of a task or the PROJECT, the LOCAL SPONSOR shall submit to the DEPARTMENT a certification of completion, attached hereto as Attachment F (Project Completion Certification). A final PROJECT certification inspection shall be made by the DEPARTMENT within sixty (60) days after the PROJECT is certified complete by the LOCAL SPONSOR. 17. The LOCAL SPONSOR shall, at a minimum, comply with monetary limits for competitive acquisition of both materials and services as required by Chapter 287, and Chapter 161.101(17), Florida Statutes, which are expressly made a part of this Agreement and incorporated herein by reference as if fully set forth. 18. The applicable provisions of Chapter 161, Florida Statutes, entitled "Beach and Shore Preservation", and any rules promulgated there from, are expressly made a part of this Agreement and are incorporated herein by reference as if fully set forth. 19. Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However,nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28, Florida Statutes. 20. A.The DEPARTMENT may terminate this Agreement at any time in the event of the failure of the LOCAL SPONSOR to fulfill any of its obligations under this Agreement. Prior to termination, the DEPARTMENT shall provide ten (10) days written notice of its intent to terminate and shall provide the LOCAL SPONSOR an opportunity to consult with the DEPARTMENT regarding the reason(s)for termination. DEP Agreement No. 14IR2 Page 5 of 12 33 B. The DEPARTMENT may terminate this Agreement without cause and for its convenience by giving thirty (30) days written notice to the LOCAL SPONSOR. Notice shall be sufficient if delivered personally or by certified mail to the address set forth in this Agreement. 21. No payment will be made for deliverables deemed unsatisfactory by the DEPARTMENT. In the event that a deliverable is deemed unsatisfactory by the DEPARTMENT, the LOCAL SPONSOR shall re-perform the services needed for submittal of a satisfactory deliverable, at no additional cost to the DEPARTMENT, within ten (10) days of being notified of the unsatisfactory deliverable. If a satisfactory deliverable is not submitted within the specified timeframe,the DEPARTMENT may, in its sole discretion, either: 1) terminate this Agreement for failure to perform, or 2) the DEPARTMENT Grant Manager may, by letter specifying the failure of performance under this Agreement, request that a proposed Corrective Action Plan (CAP) be submitted by the LOCAL SPONSOR to the DEPARTMENT. All CAPs must be able to be implemented and performed in no more than sixty(60)days. A. A CAP shall be submitted within ten(10) calendar days of the date of the letter request from the DEPARTMENT. The CAP shall be sent to the Department Grant Manager for review and approval. Within ten (10) calendar days of receipt of a CAP, the DEPARTMENT shall notify the LOCAL SPONSOR in writing whether the CAP proposed has been accepted. If the CAP is not accepted, the LOCAL SPONSOR shall have ten (10) calendar days from receipt of the DEPARTMENT letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain the DEPARTMENT approval of a CAP as specified above shall result in the DEPARTMENT'S termination of this Agreement for cause as authorized in this Agreement. B. Upon the DEPARTMENT'S notice of acceptance of a proposed CAP, the LOCAL SPONSOR shall have ten (10) calendar days to commence implementation of the accepted plan. Acceptance of the proposed CAP by the DEPARTMENT does not relieve the LOCAL SPONSOR of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by LOCAL SPONSOR, the DEPARTMENT shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by the DEPARTMENT or steps taken by the LOCAL SPONSOR shall preclude the DEPARTMENT from subsequently asserting any deficiencies in performance. The LOCAL SPONSOR shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to the DEPARTMENT as requested by the Department Grant Manager. C. Failure to respond to the DEPARTMENT's request for a CAP or failure to correct a deficiency in the performance of the LOCAL SPONSOR as specified by the DEPARTMENT may result in termination of this Agreement. The remedies set forth above are not exclusive and the DEPARTMENT reserves the right to exercise other remedies in addition to or in lieu of those set forth above, as permitted by this Agreement. 22. Any notices between the parties shall be considered delivered when posted by Certified Mail, return receipt requested, or overnight courier service, or delivered in person to the contact person at the addresses below. DEP Agreement No. 14IR2 Page 6 of 12 34 LOCAL SPONSOR DEPARTMENT James Gray Dena VanLandingham, Grant Program Project Manager Administrator Indian River County Public Works Department of Environmental Protection 1801 27`'' Street Beach Management Funding Assistance Program Vero Beach,Florida 2600 Blair Stone Road., MS 3511 (772)226-1344 Tallahassee,Florida 32399 jgray a irgov.com (850)922-7711 Dena.vanlandingham@dep.state.fl.us Any changes to the contact information shown above or in paragraph 23 must be reduced to writing in the form of a Change Order to this Agreement. 23. The LOCAL SPONSOR's Project Manager for all matters is James Gray, Phone: (772) 226-1344. The DEPARTMENT's Project Manager for all technical matters is David Courson, Phone: (850) 922-7703 and the DEPARTMENT's Grant Program Administrator for all administrative matters is Dena VanLandingham,Phone: (850)922-7711. 24. This Agreement may be unilaterally canceled by the DEPARTMENT for refusal by the LOCAL SPONSOR to allow public access to all documents, papers, letters, or other material made or received by the LOCAL SPONSOR in conjunction with this Agreement, unless the records are exempt from Section 24(a) of Article I of the State Constitution and Section 119.07(1)(a), Florida Statutes. 25. The LOCAL SPONSOR shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles �- consistently applied. The DEPARTMENT, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following Agreement completion. In the event any work is subcontracted, the LOCAL SPONSOR shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. 26. A. In addition to the requirements of the preceding paragraph, the LOCAL SPONSOR shall comply with the applicable provisions contained in Attachment G (Special Audit Requirements), attached hereto and made a part hereof. Exhibit 1 to Attachment G summarizes the funding sources supporting the Agreement for purposes of assisting the LOCAL SPONSOR in complying with the requirements of Attachment G. A revised copy of Exhibit 1 must be provided to the LOCAL SPONSOR for each amendment that authorizes a funding increase or decrease. If the LOCAL SPONSOR fails to receive a revised copy of Exhibit 1, the LOCAL SPONSOR shall notify the DEPARTMENT's Grant Program Administrator at 850/922-7711,to request a copy of the updated information. DEP Agreement No. 141R2 Page 7 of 12 35 B. The LOCAL SPONSOR is hereby advised that the Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this "'"" Agreement. The LOCAL SPONSOR shall consider the type of financial assistance (federal and/or state) identified in Attachment G, Exhibit 1 when making its determination. For federal financial assistance, the LOCAL SPONSOR shall utilize the guidance provided under OMB Circular A-133, Subpart B, Section _.210 for determining whether the relationship represents that of a sub recipient or vendor. For state financial assistance, the LOCAL SPONSOR shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS-A2-NS) that can be found under the"Links/Forms"section appearing at the following website: https://apps.fldfs.com/fsaa The LOCAL SPONSOR should confer with its chief financial officer, or audit director or contact the DEPARTMENT for assistance with questions pertaining to the applicability of these requirements. 27. In accordance with Section 216.347, Florida Statutes, the LOCAL SPONSOR is hereby prohibited from using funds provided by this Agreement for the purposes of lobbying the Legislature, the judicial branch or a state agency. 28. The LOCAL SPONSOR covenants that it presently has no interest and shall not acquire any interest that would conflict in any manner or degree with the performance of services required. 29. This Agreement has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Agreement shall be interpreted in such manner as to be effective and valid under applicable law. If any provision of this Agreement shall be prohibited or invalid under applicable law, such provision shall be ineffective to the extent of such prohibition or invalidity, without invalidating the remainder of such provision or the remaining provisions of this Agreement. Any action hereon or in connection herewith shall be brought in Leon County,Florida. 30. No delay or failure to exercise any right, power or remedy accruing to either party upon breach or default by either party under this Agreement, shall impair any such right, power or remedy of either party. Nor shall such delay or failure be construed as a waiver of any such breach or default, or any similar breach or default thereafter. 31. To the extent required by law,the LOCAL SPONSOR will be self-insured against, or will secure and maintain during the life of this Agreement, Workers' Compensation Insurance for all of its employees connected with the work of this project. In the case any work is subcontracted, the LOCAL SPONSOR shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the subcontractor's employees unless such employees are covered by the protection afforded by the LOCAL SPONSOR. Such self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation Law, Chapter 440, Florida Statutes. In case any class of employees engaged in hazardous work under this Agreement is not protected under Workers' Compensation statutes, the LOCAL SPONSOR shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of its employees not otherwise protected. DEP Agreement No. 14IR2 Page 8 of 12 36 32. The LOCAL SPONSOR warrants and represents that it is self-funded for liability insurance, appropriate and allowable under Florida law, and that such self-insurance offers protection applicable to the LOCAL SPONSOR's officers, employees, servants and agents while acting within the scope of their employment with the LOCAL SPONSOR. 33. The LOCAL SPONSOR recognizes that the State of Florida, by virtue of its sovereignty, is not required to pay any taxes on the services or goods purchased under the terms of this Agreement. 34. This Agreement is neither intended nor shall it be construed to grant any rights, privileges or interest in any third party without the mutual written agreement of the parties hereto. 35. A. No person, on the grounds of race, creed, color, national origin, age, sex, or disability, shall be excluded from participation in; be denied the proceeds or benefits of, or be otherwise subjected to discrimination in performance of this Agreement. B. An entity or affiliate who has been placed on the discriminatory vendor list maintained by the Florida Department of Management Services may not submit a bid on a contract to provide goods or services to a public entity,may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity at(850)487-0915. 36. A. The accounting systems for all LOCAL SPONSORS must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted ti.► for separately. LOCAL SPONSORS are prohibited from commingling funds on either a program-by-program or a project-by-project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a LOCAL SPONSOR's, or subrecipient's, accounting system cannot comply with this requirement, the LOCAL SPONSOR, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. B. If the DEPARTMENT finds that these funds have been commingled, the DEPARTMENT shall have the right to demand a refund, either in whole or in part, of the funds provided to the LOCAL SPONSOR under this Agreement for non-compliance with the material terms of this Agreement. The LOCAL SPONSOR, upon such written notification from the DEPARTMENT shall refund, and shall forthwith pay to the DEPARTMENT, the amount of money demanded by the DEPARTMENT. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from the DEPARTMENT by the LOCAL SPONSOR to the date repayment is made by the LOCAL SPONSOR to the DEPARTMENT. C. In the event that the LOCAL SPONSOR recovers costs, incurred under this Agreement and reimbursed by the DEPARTMENT, from another source(s), the LOCAL SPONSOR shall reimburse the DEPARTMENT for all recovered funds originally provided under this Agreement. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the payment(s) are recovered by the LOCAL SPONSOR to the date repayment is made to the DEPARTMENT by the LOCAL SPONSOR. DEP Agreement No. 14I112 Page 9 of 12 37 37. A. The LOCAL SPONSOR shall not subcontract, assign, or transfer any work under this Agreement without the prior written consent of the DEPARTMENT's Project Manager. Regardless of any subcontract,the LOCAL SPONSOR is ultimately responsible for all work to be performed under this Agreement. The LOCAL SPONSOR shall submit a copy of the executed subcontract to the DEPARTMENT within ten (10) days after execution. The LOCAL SPONSOR agrees to be responsible for the fulfillment of all work elements included in any subcontract consented to by the DEPARTMENT and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the LOCAL SPONSOR that the DEPARTMENT shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the LOCAL SPONSOR shall be solely liable to the subcontractor for all expenses and liabilities incurred under the subcontract. The LOCAL SPONSOR will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.06 1,F.S. 1. The LOCAL SPONSOR may award, on a competitive basis, fixed price subcontracts to consultants/contractors in performing the work described in Attachment A. Invoices submitted to the DEPARTMENT for fixed price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (Invitation to Bid or Request for Proposals) resulting in the fixed price subcontract. 2. The LOCAL SPONSOR may request approval from the DEPARTMENT to award a fixed price subcontract resulting from procurement methods other than those identified in the paragraph above. In this instance, the LOCAL SPONSOR shall request the advance written approval from the DEPARTMENT's Project Manager of the fixed price negotiated by the LOCAL SPONSOR. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of the DEPARTMENT Project Manager's approval of the fixed price amount,the LOCAL SPONSOR may proceed in finalizing the fixed price subcontract. 3. All subcontracts are subject to the provisions of paragraph 13 and any other appropriate provisions of this Agreement which affect subcontracting activities. B. The DEPARTMENT supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. A list of Minority Owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at(850)487-0915. 38. When applicable,the LOCAL SPONSOR shall also notify the DEPARTMENT's Project Manager of the selection of an intended subcontractor for a construction task and provide a tabulation list from which the intended subcontractor was selected. The LOCAL SPONSOR shall also provide the bid form for the successful bidder. The LOCAL SPONSOR shall select eligible consultants licensed to offer services in the State of Florida for studies, design and permitting and monitoring tasks in accordance with Chapter 287, F. S. Upon the DEPARTMENT's request, the LOCAL SPONSOR shall furnish copies of the respective solicitation documents. Solicitation documents include, but are not limited to,the solicitation and responses thereto,the bid tabulations, and the resulting contract(s), including a detailed Scope of Work. 39. The purchase of non-expendable equipment costing$1,000 or more is not authorized under the terms and conditions of this Agreement. rw.. DEP Agreement No. 141R2 Page 10 of 12 38 40. The DEPARTMENT may at any time, by written order designated to be a change order, make any change minor modifications, as described below. All change orders are subject to the mutual agreement of both parties as evidenced in writing. Any change,which causes an increase or decrease in the LOCAL SPONSOR's cost or time, shall require formal amendment to this Agreement. Minor modifications which will be handled with a change order include notification of a change in Project Manager, modification of deliverable due dates when such change does not involve an extension, and modifying the Project Work Plan when such modifications would not involve a decrease/increase in cost or an extension of the performance period of this Agreement. 41. The LOCAL SPONSOR shall comply with all applicable federal, state and local rules and regulations in providing services to the DEPARTMENT under this Agreement. The LOCAL SPONSOR acknowledges that this requirement includes compliance with all applicable federal, state and local health and safety rules and regulations. The LOCAL SPONSOR further agrees to include this provision in all subcontracts issued as a result of this Agreement. 42. The LOCAL SPONSOR shall obtain from each owner of upland property, which is adjacent to the erosion control project, a sufficient property interest in order to construct, maintain, monitor, and repair the erosion control project prior to entering each individual property to conduct such activities. 43. If a force majeure occurs that causes delays or the reasonable likelihood of delay in the fulfillment of the requirements of this Agreement, the LOCAL SPONSOR shall promptly notify the DEPARTMENT orally. Within seven (7) days, the LOCAL SPONSOR shall notify the DEPARTMENT in writing of the anticipated length and cause of the delay, the measures taken or to be taken to minimize the delay and the LOCAL SPONSOR's intended timetable for implementation of such measures. If the parties agree that the delay or anticipated delay was caused, or will be caused by a force majeure, the DEPARTMENT may, at its discretion, extend the time for performance under this Agreement for a period of time equal to the delay resulting from the force majeure upon execution of an amendment to this Agreement. Such agreement shall be confirmed by letter from the DEPARTMENT accepting, or if necessary, modifying the extension. A force majeure shall be an act of God, strike, lockout, or other industrial disturbance, act of the public enemy, war, blockade, public riot, lightning, fire, flood, explosion, failure to receive timely necessary third party approvals through no fault of the LOCAL SPONSOR, and any other cause, whether of the kind specifically enumerated herein or otherwise, that is not reasonably within the control of the LOCAL SPONSOR and/or the DEPARTMENT. The LOCAL SPONSOR is responsible for the performance of all services issued under this Agreement. Failure to perform by the LOCAL SPONSOR's consultant(s) or subcontractor(s)shall not constitute a force majeure event. 44. This Agreement represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this Agreement shall only be valid when they have been reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Agreement,unless otherwise provided herein. DEP Agreement No. 141R2 Page 11 of 12 39 IN WITNESS WHEREOF, the undersigned have signed and executed this Agreement on the respective dates under their signatures: INDIAN RIVER COUNTY FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION By: By: Title: *Commission Chair Department of Environmental Protection Secretary or designee Date: Date: FEID No. 59-2073525 Department of Environmental Protection Grant Program Administrator c. APPROVED as to form and legality: &5—cal Sponsor's Attorney Department of Environmental Protection (if necessary) Attorney *If someone other than the Commission Chair signs this Agreement, a resolution, statement or other documentation authorizing that person to sign the Agreement on behalf of the County/City must accompany the agreement. List of Attachments/Exhibits included as part of this Agreement: Specify Letter/ Type Number Description(include number of pages) Attachment A Grant Work Plan(3 pages) Attachment B Advanced Payment Justification Form (3 pages) Attachment C Advanced Payment—Interest Earned Memorandum Sample(1 page) Attachment D Contract Payment Requirements(1 page) Attachment E Request For Payment,Parts I -IV(4 pages) Attachment F Project Completion Certification(1 page) Attachment G Special Audit Requirements (5 pages) DEP Agreement No. 141R2 Page 12 of 12 40 ATTACHMENT A GRANT WORK PLAN l.- Project Title: Indian River County Hurricane Repair Project Project Location: Indian River County R20—R51.3 Project Background: This Project consist of the restoration and maintenance of approximately 32,090 feet(6.1 miles)of critically eroded shoreline between FDEP Reference Monuments R20 and R51.3. The Sector 3 Beach and Dune Restoration Project was constructed in three (3) separate phases from 2010-2012,placing approximately 550,000 cubic yards of sand in the project area.In October of 2012,the project was impacted by Hurricane Sandy. Emergency dune nourishment was conducted jointly under authority granted under the FDEP Emergency Final Order—OGC No. 12- 1641. Design for a full repair project is ongoing,with construction anticipated for 2014. The PROJECT shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable DEPARTMENT permits and the eligible project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standard technical specifications contained in the DEPARTMENT'S Monitoring Standards for Beach Erosion Control Projects(2004)and Processing Plan and Geographic Information System Guidelines,unless otherwise specified in the approved Scope of Work(herein after referred to as SOW)for an eligible PROJECT item. This plan may be found at: hqp://www.dep.state.fl.us/beaches/publications/pdf/standard.pdf. One(1)original electronic copy of all written reports developed under this Agreement shall be forwarded to the DEPARTMENT, unless otherwise specified. Project Description: The deliverables listed below are to be completed and approved by the DEPARTMENT by the due date listed. 2.0 DESIGN AND PERMITTING Professional services required for engineering and design, obtaining environmental permits and other authorizations and the preparation of plans and specifications for erosions control projects. This item specifically excludes permit application fees or any other fees paid to the State of Florida. Performance standard: All deliverables, reports,and monitoring results will be circulated to the DEPARTMENT for review and comment. When comments are received from the DEPARTMENT affirming that the deliverable is acceptable,payment will be authorized. Financial Consequence: Any work product that does not meet the Performance Standard will not be eligible for reimbursement. DEP Agreement No. 14IR2,Attachment A, Page l of 3 41 2.1 Design and Permitting of the Restoration Coastal Planning and Engineering Inc. has been retained by Indian River County to conduct professional services to assist the COUNTY with timely negotiation of acceptable FDEP and USACE permits for the proposed Dune and Berm Repair Project. Specific tasks associated with these efforts include: FDEP and USACE Permit Negotiations and Data Monitoring Support coordination services through receipt of Agency action. Deliverable A: One electronic submission of the final design report. Deliverable cost: $11,747 ($5,873—DEP funds). Due date: July 31, 2014. Deliverable B: One electronic submission of 2013 Sector 3 beach profile monitoring surveys from Morgan&Eklund, Inc. Deliverable cost: $17,050($8,525—DEP funds). Due date: July 31, 2014. Deliverable C: One electronic submission of the pre-application meeting minutes. Deliverable cost: $5,991 ($2,995—DEP funds). Due date: July 31,2014. Deliverable D: One electronic submission of the environmental assessment. Deliverable cost: $7,594 ($3,797—DEP funds). Due date: July 31,2014. Deliverable E: One electronic submission of the permit application. Deliverable cost: $22,598 ($11,299—DEP funds). 1"" Due date: July 31, 2014. Deliverable F: One electronic submission of the RAI responses. Deliverable cost: $7,967($3,984—DEP funds). Due date: July 31, 2014. Deliverable G: One electronic submission of the final construction plans and specifications. Deliverable cost: $12,498($6,249—DEP funds). Due date: July 31,2014. 3.0 Construction Work performed and costs associated with the placement of fill material and/or the construction of erosion control structures within the project area.Eligible costs may include mobilization, demobilization, construction observation or inspection services, beach fill, tilling and scarp removal, erosion control structures, dune stabilization measures and native beach-dune vegetation. Construction shall be conducted in accordance with any and all permits issued by the Department. Performance Standard: Work products(Deliverables)must meet acceptance standards of the engineer, building code inspector, Joint Coastal Permit, or a combination of these, as required,to assure all project-related construction is completed to desired specifications. Financial Consequence: Any work product that does not meet the Performance Standard will not be eligible for reimbursement. *4,► DEP Agreement No. 14182,Attachment A,Page 2 of 3 42 3.1 Emergency Dune Nourishment- Orchid Beach In coordination with Indian River County, the Town of Orchid Beach awarded a construction contract to the lowest qualified bidder for emergency dune stabilization for the Orchid Beach section of the Sector 3 Project to address damages sustained during Hurricane Sandy. Eligible costs include mobilization, demobilization, beach fill, permit compliance, beach tilling, and native beach-dune vegetation. The Town and the County have an interlocal agreement to provide reimbursement to the Town, who acted on behalf of the county during the emergency situation. Deliverable A: Copy of All Periodic Certified Pay invoices as submitted by Contractor and approved by The Town of Orchid... Deliverable cost: $270,393 ($135,197—DEP funds). Due date: July 31,2014. 3.2 Emergency Dune Nourishment-Wabasso and Golden Sands Indian River County awarded a construction contract to the lowest qualified bidder for Emergency dune stabilization for the Wabasso and Golden Sand Project to repair damages sustained during Hurricane Sandy. Eligible Costs include mobilization, demobilization, beach fill, permit compliance monitoring, nest relocation, beach tilling, and native beach- dune vegetation. Deliverable A: Copy of All Periodic Certified Pay Invoices as submitted by Contractor and approved by County for the Wabasso repair. Deliverable cost: $32,865($16,433—DEP funds). Due date: July 31,2014. Deliverable B: Copy of All Periodic Certified Pay Invoices as submitted by Contractor and approved by County for the Golden Sands repair. Deliverable cost: $42,286($21,143—DEP funds). Due date: July 31,2014. 3.3 Future Hurricane Repair Construction Future construction allocation. Pending scopes of work included under this task must be approved by Division staff prior to initiation of work. Total cost$4,969,012(DEP cost$2,484,506) Due Date: January 30, 2016 NOTE: The deliverable due dates established in this Grant Work Plan indicate the time by which a deliverable is received and approved for cost sharing. The dates do not necessarily correspond with permit required due dates. The Local Sponsor must meet the terms of the permit for compliance. All Tasks are Contractual Services. DEP Agreement No. 14IR2, Attachment A,Page 3 of 3 43 ATTACHMENT B "Wow ADVANCE PAYMENT JUSTIFICATON FORM Use of this form is not required unless the advance requested requires the prior approval of the State Chief Financial Officer. For advance requests that are equal to or less than the purchasing threshold of$35,000.00,category two as defined in Section 287.017,Florida Statutes,and meet one of the advance payment requirements identified in Section 215.422(14),Florida Statutes,use of this form is waived. However,the purchase requisition or contract review form must clearly identify the criteria being met under Section 215.422(14),Florida Statutes which allows the advance to be made without prior approval of the State Chief Financial Officer. Name/Address of the Vendor/Recipient: Contact Person/Phone No.: Agreement No./Purchase Order No. if known): Commodities/Services/Project Description: Organizational Structure i.e.local ov't, non-profit corporation,etc. Value of Purchase or Grant: Advance Payment Amount Requested: Period Advance Payment to Cover: ❑ 90 days startup ❑ Full Contract Period ❑ Quarterly ❑ Other(s ci : Indicate Statutory Authority: ❑215.422,F.S ❑ 216.181,F.S. GAA Year and Line Item Info: SFY: Line Item: 1. Reason advance payment is required: -wr+ 2. The following information required for advances requested pursuant to 215.422, Florida Statues (and the Reference Guide for State Expenditures)which exceed the purchasing threshold of category two as defined in 287.017 Florida Statutes. A. Document, if applicable,the cost savings to be incurred as a result of an advance payment that are equal or greater than the amount the State would earn by investing the funds and paying in arrears. Include the percent (%) savings to be realized. In calculating the percent savings as compared to the percent that can be earned by the State, information may be obtained from the Department of Financial Services, Division of Accounting and Auditing,Bureau of Auditing at 850/410-4194 or SunCom 210-4194 regarding the current Treasury earnings rate. B. Document,if applicable,how the goods or services are essential to the operation of the Department and why they are available only if advance payment is made: DEP Agreement No. 14IR2,Attachment B,Page I of 3 44 C. Identify the procurement method used to select the vendor. `wr• 3. The following information required for advances to Governmental Entities and Non-Profits pursuant to 216.181,Florida Statutes. Limited to GAA Authorized,Statutorily Authorized,and Grant&Aid Appropriation Cate ories 05XXXX or 14XXXX A. The entity acknowledges the requirement to invest advance funds in an interest bearing account and to remit interest earned to the Department on a quarterly basis. Provide a description of how the entity intends to invest the advanced funds and track the interest earned on the advanced funds: yr Remittances must: 1)be identified as interest earnings on advances,2)must identify the applicable DEP Agreement(or Contract)No.,and 3)be forwarded to the following address: Florida Department of Environmental Protection Bureau of Finance and Accounting Receipts Section P.O.Box 3070 Tallahassee,Florida 32315-3070 B. A letter requesting advance payment from the recipient,on its letterhead,must be attached. DEP Agreement No. 14IR2,Attachment B,Page 2 of 3 45 C. The recipient must provide an estimated budget for each quarter covered by the agreement. The summary information should include salaries, r. fringe benefits,overhead,contracts(specify services to be contracted out),equipment,if authorized(specify items to be purchased),supplies,travel, and other costs. A sample summary format is provided below. The summary should include the breakdown for each quarter of the agreement period. Description First Quarter Second Quarter Third Quarter Fourth Quarter Salaries (identify personnel/titles) Fringe Benefits Contractual Services list services and estimated costs Equipment (identify each item and cost) Supplies Travel Other(specify) Overhead/Indirect Total: Certification Statement The forgoing information is presented to the Florida Department of Environmental Protection in support of our request for advance payment. I certify that the information provided accurately reflects the financial issues facing the entity at this time. By: Type Name of Signatory: Date Title: Chief Financial Officer or designee DEP Program Area Review/Approval vr. Recommendation: ❑Approve Request ❑Deny Request By: Type Name of Signatory: Date Title: Division: The DEP Program Area should forward this information to the Contracts Disbursements Section at MS78. The Contracts Disbursements Section will forward requests for advance payment to the State Comptroller for review and legislature consultation,as appropriate. Bureau of Finance&Accounting Use Only DEP Agreement No. 14IR2,Attachment B, Page 3 of 3 46 ATTACHMENT C `W` ADVANCE PAYMENT—INTEREST EARNED MEMORANDUM "SAMPLE DOCUMENT" TO: Dena VanLandingham,Beach Management Funding Assistance Program,MS#3511 FROM: Lydia Louis,Finance and Accounting Director,Bureau of Finance and Accounting,MS#78 DATE: SUBJECT: Advance Payment—DEP Agreement No.: XXXX BECP Project No.: XXXX Interest Due to DEP: (Quarterly) Pursuant to Section 216.181(16)(b), Florida Statutes, and paragraph 11 of the AGREEMENT, advance payments must be deposited into an interest bearing account until all funds have been depleted. In order to comply with this statute,advance approval of the State Chief Financial Officer, and the terms of the above referenced contract,the following information is needed for our records no later twenty(20)days following each calendar quarter(i.e.January 20,April 20,July 20 and October 20.) Advance funding disbursed(date ofdisbursement) $ 1. Advanced funds expended by contractor covering period of (agreement execution)to(end ofmost recent calendar qtr) $ 2. Balance advance funding principal available $ 3. Interest earned on advanced funds covering period of �..- (agreement execution)to (end ofmost recent calendar air) $ 4. Amount of interest paid to DEP as of(end ofmost recent calendar gtr) $ 5. Balance Due to DEP as of(end ofmost recent calendar gtr) $ (Project Manager's Signature) (Date) Special Instructions: If the grant/contract specifies that any accrued interest that is based upon a grant/contract advance payment(s)will not be paid to DEP until after termination of the grant/contract,the advance fund recipient shall complete report items 1 and 2 only for the first three quarters of the state's fiscal year. The report for the state's fourth fiscal year quarter shall include items 1,2,3,4,and 5. Items 3,4,and 5 will be the life to date interest. If the contract states that no interest is due,quarterly reports of unexpended advances are required,lines 1 and 2. The lines 1 and 2 reported amounts are on a cash basis for the advance payment principal. Do not include receivables, payables,or interest previously paid to DEP. If the grant/contract requires quarterly accrued interest payments to DEP,the fund recipient must complete items 1 through 5 for each quarterly report. Payments of interest due to DEP shall be paid within the specifications of the contract/grant. Thank you for your cooperation in providing the above information. If you have questions,please contact Lydia Louis(850) 245-2452 in the Contracts Disbursement Section. DEP Agreement No. 14IR2, Attachment C,Page 1 of 1 47 ATTACHMENT D Contract Payment Requirements Florida Department of Financial Services,Reference Guide for State Expenditures(January 2005) Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.) Supporting documentation must be provided for each amount for which reimbursement is being claimed indicating that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved contract budget should be reimbursed. Contracts between state agencies, and or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of Florida Accounting Information Resource (FLAIR) reports or other detailed reports. Listed below are examples of types of documentation representing the minimum requirements: (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. `w. Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which includes submission of the claim on the approved State travel voucher or electronic means. (4) Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts that include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State. (5) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log that shows the units times the rate being charged. The rates must be reasonable. (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown. The Florida Department of Financial Services, Reference Guide to State Expenditures (January, 2005)can be found at the following web address: littp://www.fldfs.coin/aadir/reference%5FPuide/. DEP Agreement No. 14IR2,Attachment D, Page 1 of l 48 ATTACHMENT E FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT—PART I PAYMENT SUMMARY Name of Project: INDIAN RIVER COUNTY HURRICANE REPAIR PROJECT LOCAL SPONSOR: INDIAN COUNTY DEP Agreement Number: 14IR2 Billing Number: Billing Type: ❑Interim Billing ❑Final Billing Costs Incurred This Payment Request: Federal Share* State Share Local Share Total *if applicable Cost Summary: State Funds Obligated $ Local Funds Obligated $ Less Advance Pay $ Less Advance Pay $ '.r. Less Previous Payment $ Less Previous Credits $ Less Previous Retained $ Less This Payment $ Less This Credit $ Less This Retainage(109/6) $ Local Funds Remaining $ State Funds Remaining $ DEP Agreement No. 14IR2,Attachment E, Page 1 of 4 49 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT—PART II REIMBURSEMENT DETAIL Name of Project: Billing# Billing Period: DEP AGREEMENT NUMBER Invoice Adjustments(To be completed by DEP: Local Sponsor: Reasons for changes noted below) Eligible Item# Date OF I Project Item Total Amount Changes per BMFA Changes per Approved pproved INVOICE Invoice# Amount Paid Vendor(1) and SOWIBID# (3) Vendor Name Check or Debit# Eligible for Stats Eligible Cost Deliverable# Share(4) Project Manager (6,6) Accountant (6,6) (6) (2) 1 2 3 4 5 6 7 8 9 10 Totals for all Items on page:, Item# Notes and invoice adjustment explanations per item#(6) Form Instructions: (1)Local Sponsor:enter exact amount of check or debit. (2)Local Sponsor:enter the subtask ID#from the Eligible Project Item table of the DEP Grant.Also add the Deliverable#that is eligible.(Ex.T2.1/D-A) (3)Scopes of work and bids that have been approved for DEP cost share may be assigned a tracking identifier number.Local Sponsor:Insert this tracking number when applicable. (4)Local Sponsor:insert only the amount of vendor payment that is assumed to be eligible for DEP cost share. (5)List retainage if retainage is being requested. DEP Agreement No. 14IR2, Attachment E, Page 2 of 4 0 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM 1.0. REQUEST FOR PAYMENT—PART III PROJECT PROGRESS REPORT Name of Project: INDIAN RIVER COUNTY HURRICANE REPAIR PROJECT LOCAL SPONSOR: INDIAN COUNTY DEP Agreement Number: 141R2 Report Period: Status of Eligible Project Items: (Describe progress accomplished during report period, including statement(s)regarding percent of task completed to date.Describe any implementation problems encountered, if applicable.) Task Eligible Project No: Item: 2.0 DESIGN AND PERMITTING 2.1 DESIGN AND DUNE REPAIR �.. 3.0 COSNTRUCTION 3.1 DUNE REPAIRS REIMBURSEMENT—ORCHID 3.2 DUNE REPAIRS REIMBURSEMENT—WABASSO AND GOLDEN SAND 3.3 FUTURE CONSTRUCTION REIMBURSEMENT DEP Agreement No. 14IR2,Attachment E,Page 3 of 4 51 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM CERTICATION OF DISBURSEMENT REQUEST REQUEST FOR PAYMENT—PART IV Name of Project: INDIAN RIVER COUNTY HURRICANE REPAIR PROJECT LOCAL SPONSOR: INDIAN COUNTY DEP Agreement Number: 14IR2 Billing Number: Certification: I certify that this billing is correct and is based upon actual obligations of record by the LOCAL SPONSOR; that payment from the State Government has not been received; that the work and/or services are in accordance with the Department of Environmental Protection, Beach Management Funding Assistance Program's approved Project Agreement including any amendments thereto; and that progress of the work and/or services are satisfactory and are consistent with the amount billed. The disbursement amount requested on Page 1 of this form is for allowable costs for the project described in the grant work plan. I certify that the purchases noted were used in accomplishing the project; and that invoices,check vouchers,copies of checks,and other purchasing documentation are maintained as required to support the cost reported above and are available for audit upon request. Name of Project Administrator Signature of Project Administrator Date Name of Project Financial Officer Signature of Project Financial Officer Date DEP Agreement No. 14IR2, Attachment E, Page 4 of 4 52 ATTACHMENT F FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM PROJECT COMPLETION CERTIFICATION Name of Project: INDIAN RIVER COUNTY HURRICANE REPAIR PROJECT LOCAL SPONSOR: fNDIAN COUNTY DEP Agreement Number: 141R2 Task Completion 0 Project Completion 0 *I hereby certify that the above mentioned project task has been completed in accordance with the Project Agreement, including any amendments thereto, between the DEPARTMENT and LOCAL SPONSOR, and all funds expended for the project were expended pursuant to this Agreement. All unused funds and interest accrued on any unused portion of advanced funds which have not been remitted to the DEPARTMENT, have been returned to the DEPARTMENT, or will be returned to the DEPARTMENT within sixty (60) days of the completion of construction portion of this PROJECT. Unused funds advanced to the United States Army Corps of Engineers through LOCAL SPONSORS will be due sixty (60)days after the Federal final accounting has been completed. Name of Project Manager Signature of Project Manager Date w DEP Agreement No. 14IR2,Attachment F,Page 1 of 1 53 ATTACHMENT G SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the 'Department", "DEP", "FDEP" or "Grantor", or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantec"or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection,as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133 and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General. AUDITS PART I:FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133,as revised. 1. In the event that the recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient NOW must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133,as revised. 3. If the recipient expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, is not required. In the event that the recipient expends less than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the intemet at httt)://12.46.245.173/cfda/efda.html. DEP Agreement No. 14IR2,Attachment G,Page I of 5 54 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(m),Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $500,000 in any fiscal year of such recipient,the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550(local governmental entities)or 10.650(nonprofit and for-profit organizations),Rules of the Auditor General. EXHIBIT 1 to this Attachment indicates state financial assistance awarded through the Department of Environmental Protection by this Agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II,paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $500,000 in state financial assistance in its fiscal year,an audit conducted in accordance with the provisions of Section 215.97,Florida Statutes, is not required. In the event that the recipient expends less than $500,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97,Florida Statutes,the cost of the audit must be paid from the non-state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). .• 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfin, State of Florida's website at http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/ and the Auditor General's Website at http://www.state.fl.us/audeen. PART III:OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to speck any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy(i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes,State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV:REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133,as revised,and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133,as revised,by or on behalf of the recipient directly to each of the following: DEP Agreement No. 14IR2,Attachment G,Page 2 of 5 55 A. The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse),at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville,IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008,must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.census.gov/fac/ C. Other Federal agencies and pass-through entities in accordance with Sections.320(e)and(f), OMB Circular A-133,as revised. 2. Pursuant to Section .320(f), OMB Circular A-133, as revised, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and any management letters issued by the auditor,to the Department of Environmental Protection at the following address: �+.•- Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 3. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401,Claude Pepper Building 111 West Madison Street Tallahassee,Florida 32399-1450 REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. 14IR2,Attachment G,Page 3 of 5 56 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 5. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133,Florida Statutes,or Chapters 10.550 (local governmental entities)or 10.650(nonprofit and for-profit organizations),Rules of the Auditor General,as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133,or Chapters 10.550(local governmental entities)or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V:RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued,unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. 14IR2,Attachment G, Page 4 of 5 57 EXHIBIT—1 FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Federal Resources Awarded to the Reci lent Pursuant to this Agreement Consist of the Following: Federal Program CFDA Number Federal Agency Number CFDA Title Funding f State Resources Awarded to the Recipient Pursuant to this A reement Consist of the Following Matching Resources for Fedei Federal Program Number Federal Agency CFDA CFDA Title Fundin L State Resources Awarded to the Recipient Pursuant to this A reement Consist of the Following Resources Subject to Section 2 State CSFA Title Program State CSFA or Number Funding Source Fiscal Year Number Funding Source Description Fundin A Original General Revenue,GAA 2013-2014 37.003 Beach Management Funding t89 '; Agreement Line Item# 1629 Assistance Program 700 X0(3 Total Award 2,700,00( For each program identified above,the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance(CFDA) [http://]2.46.245.173/cfda/cfda.litmi]and/or the Florida Catalog of State Financial Assistance(CSFA)[https://apps.fldfs.com/fsaa/searchCatalog.aspx]. The services/purposes for which the funds are to be used are included in the Contract scope of services/work. Any match required by the recipient is clearly indicated in the Contract DEP Agreement No. XXXXX,Attachment I, Page 1 58 ATTACHMENT 2 GRANT NAME: FDEP Indian River County Hurricane Repair Project GRANT# 141R2 AMOUNT OF GRANT: $5,400,000 DEPARTMENT RECEIVING GRANT: Public Works/Coastal Engineering CONTACT PERSON: James D. Gray,Jr. TELEPHONE: ext. 1344 I. How long is the grant for? January 30,2017 Starting Date: November,2013 YES NO 2. Does the grant require you to fund this function after the grant is over? X 3. Does the grant require a match? X If yes,does the grant allow the match to be In-Kind services? X 4. Percentage of match to grant 50.00 % 5. Grant match amount required $2,700,000 6. Where are the matching funds coming from(i.e. In-Kind Services;Reserve for Contingency)? Funding is available in the Beach Restoration Fund Reserves 7. Does the grant cover capital costs or start-up costs? No If no,how much do you think will be needed in capital costs or start-up costs: $ (Attach a detail listing of costs) 8. Are you adding any additional positions utilizing the grant funds? No If yes,please list. (If additional space is needed,please attach a schedule.) Acct. Description Position Position Position Position Position 011.12 Regular Salaries 011.13 Other Salaries&Wages(PT) 012.11 Social Security 012.12 Retirement—Contributions 012.13 Insurance—Life&Health 012.14 Worker's Compensation 11 012.17 S/Sec.Medicare Matching TOTAL 9. What is the total cost of each position including benefits, capital, start-up,auto expense,travel and operating? Salary and Benefits Operating Costs Capital Total Costs 10. What is the estimated cost of the grant to the county over five years? $ Grant AmountOther Match Costs Not Covered Match Total First Year $ $ $ $ Second Year $ $ $ $ Third Year $ $ $ $ Fourth Year $ $ $ $ Fifth Year $ $ $ $ Signature of Preparer: Date: 1114113 59 Consent Agenda Item V `ter INDIAN RIVER COUNTY FLORIDA DEPARTMENT OF UTILITY SERVICES 'a Date: November 5, 2013 To: Joseph A. Baird, County Administrator From: Vincent Burke, P.E., Director of Utility Services Prepared By: Cindy Corrente, Utilities Finance Manager Subject: Amendment to Elevated Water Tank Space Licensegreement with Sprint DESCRIPTIONS AND CONDITIONS: In August 2005, The Board of County Commissioners entered into a lease agreement with Sprint Spectrum Realty Company, L.P. (now known as Nextel South Corp.). The agreement allowed the Licensee to install and operate a communications facility at the Utilities Department's elevated tank located at 4690 28th Court (Gifford Tank). In June 2006, The First Amendment to the lease agreement was approved to allow for additional equipment to be mounted on the Gifford Tank. The license fee was $20,000 per year and included a clause that required a four percent increase per year. Presently, the annual lease fee is $26,318.64. ANALYSIS: Recently, representative for Nextel South Corp. contacted staff to request an upgrade to their equipment located on the Gifford Tank. In the past, staff has experienced various issues with the providers and their use of the tank. One of the issues is that many providers have equipment attached to the tower and most of the equipment is not labeled as to ownership. Secondly, the equipment was not mounted as per approved drawings that were part of the original lease agreements. This problem has resulted in increased cost for the utility to have the tanks properly painted and maintained. In order to eliminate these issues in the future, staff has worked with the attorney's office to modify the language in the lease agreement, building in some safeguards against such issues in the future. Important inclusions are the requirement to label all existing and new equipment and to provide an inspection report within 90 days of installation to confirm that the additional equipment was installed as per the approved drawings. Secondly, since the providers are continually expanding their services by adding equipment to the tower, and thus receiving expanded financial benefits from these towers, staff also worked with the provider to come to an agreement for a revised license fee that reflects this benefit. The agreed upon new license fee is $42,000.00 per year. The four percent increase per year remains in effect as well. w.. Page 1 of 2 60 FUNDING: There is no cost to the department as a result of this lease. However, the department will receive revenues as a result of this lease agreement. The revenues will be recorded in the operating fund under the Radio Tower Rents account. The operating fund is used to cover daily expenses encountered to provide services to existing customers. ACCOUNT NO.: Description Account Number Amount Radio Tower Rents 471038-362011 $42,000.00 RECOMMENDATION: Staff recommends the approval of the attached Second Amendment to Elevated Water Tank Space Agreement with Sprint Spectrum Realty Company, L.P. and requests the Board authorize the Chairman to execute the attached lease on their behalf. ATTACHMENT(s): Second Amendment to Elevated Water Tank Space License Agreement APPROVED FOR AGENDA: .ri. By: 0 Indian River Co. App ved Date seph A. Baird, County Administrator Administration Up +// /7 )3 Legal For: %T/3 Budget Date Utilities Y 5 r Utilities-Finance wr. F:\Utilities\00_UTILITY-AGENDA TEMPLATE&GUIDELINES\2013 Agenda Items\Agenda-Sprint Cellular Lease Amendment Gifford Tank.doc 61 Licensee Site ID#:MI60XC240 Licensee Site Name: Gifford/Gifford Water Tank SECOND AMENDMENT TO ELEVATED WATER TANK SPACE LICENSE AGREEMENT THIS SECOND AMENDMENT ("Second Amendment") is made and entered into as of the_ day of , 2013, to that certain Elevated Water Tank Space License Agreement, dated August 16, 2005, by and between Indian River County, a political subdivision of the State of Florida, whose address is 1801 27th Street, Vero Beach, Florida 32960 (the "Licensor") and Sprint Spectrum Realty Company, L.P., a Delaware limited partnership, as successor-in-interest to Sprint Spectrum, L.P., a Delaware limited partnership, as successor-in-interest to Nextel South Corp., a Georgia corporation whose address is 6391 Sprint Parkway, Overland Park, Kansas 66251-2650(the "Licensee"). WHEREAS, on August 16, 2005, Licensor and Licensee's predecessor in interest entered into a certain Elevated Water Tank Space License Agreement (the "Original Agreement") in which Licensor authorized certain use of the Land and Elevated Tank, as set forth more fully therein, which Original Agreement was amended by that certain First Amendment to Elevated Water Tank Space License Agreement dated July 18, 2006 (the "First Amendment), (collectively,the "Agreement"); and WHEREAS, on December 24, 2012,Nextel South Corp., a Georgia corporation assigned its interest to the Agreement to Sprint Spectrum, L.P., a Delaware limited partnership; and WHEREAS, the preamble to the Original Agreement correctly identified Licensee as "Nextel South Corp.",but the signature erroneously identified Licensee as"Nextel Communications, Inc."; and NOW WHEREAS, "Nextel Communications, Inc."was never a party to the Agreement; and WHEREAS, Licensor and Licensee desire to correct Licensee's legal name as set forth in the preamble to the Original Agreement. WHEREAS, Licensor is the owner of a parcel of land (the "Land") and a steel elevated water storage tank(the "Elevated Tank") identified as Gifford Water Tank, located at 4690 28th Court(north of 49th Street) in Indian River County, Florida. WHEREAS, Licensee desires to install additional Licensee Facilities ("Additional Equipment") on the Elevated Tank, which equipment is described more fully on Exhibit C-1 attached hereto ("Construction Drawings"); and WHEREAS, Licensor is willing to allow installation of the Additional Equipment, and related use of the Land and Elevated Tank, in accordance with the terms of this Second Amendment, NOW, THEREFORE, in consideration of the mutual undertakings herein, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereby agree as follows: 1. Recitals. The above recitals are true and correct, and are incorporated herein. 2. Additional Equipment. Licensee shall have the right to install the Additional Equipment on the Elevated Tank, subject to the remaining terms of the Agreement and this Second Amendment. ''"" Installation of the Additional Equipment shall be strictly in accordance with the plans previously submitted by Licensee and approved by Licensor's outside contractor("Plans"). No later than ninety (90) days after installation of the Additional Equipment, Licensee shall obtain (at Licensee's expense) an 62 Licensee Site ID#:MI60XC240 Licensee Site Name: Gifford/Gifford Water Tank 1-00. inspection conducted by Licensor's outside contractor of the Additional Equipment and the installation to confirm compliance with the Plans. Any material non-compliance with the Plans shall immediately be corrected. 3. Labeling of Equipment. In connection with the installation of the Additional Equipment, Licensee shall label all of its equipment, including coaxial cables, located or to be located on the Land or the Elevated Tank, so that Licensor and its contractors are able to distinguish Licensee's equipment from equipment owned by other licensees. This requirement shall apply to all equipment/cables, not just the Additional Equipment. 4. License Fee. Commencing upon completion of installation of the Additional Equipment, the annual license fee shall be increased to Forty Two Thousand and 00/100 Dollars ($42,000.00) to be paid in equal monthly installments of Three Thousand Five Hundred and 00/100 Dollars ($3,500.00). Such fee shall be subject to all remaining terms and conditions of the Agreement, including, without limitation,the annual escalation clause set forth in section 6(b)of the Agreement. 5. Notices.Notices to the Licensee shall be addressed to the following: Sprint Property Services Sprint Site ID: M160XC240 Mailstop KSOPHTOI0I-Z2650 6391 Sprint Parkway Overland Park, Kansas 66251-2650 With a mandatory copy to: Sprint Law Department Sprint Site ID: MI60XC240 Mailstop KSOPHTOIOI-Z2020 6391 Sprint Parkway Overland Park, Kansas 66251-2020 Attn: Real Estate Attorney 6. Licensee's Contact Person.Licensee designates the following individual(s)as its contact person for routine matters which may arise during the term of the Agreement. Licensee shall notify Licensor of any change in the identity of its contact person within thirty(30)days of any change: Landlord Solutions e-mail: Landlord Solutions@Sprint.com Phone: 800-357-7641 7. Ratification of the Agreement. Licensor and Licensee acknowledge and agree that notwithstanding the date of full execution of this Second Amendment, effective as of August 16,2005 Licensee and not Nextel Communications, Inc. shall be deemed to have executed the Original Agreement as "Licensee"thereunder and all references in the Original Agreement to Licensee shall be amended to be "Nextel South Corp., a Georgia corporation." Licensor and Licensee hereby confirm, ratify and agree that the Original Agreement shall be deemed to have been made effective by and between Licensor and Licensee, effective as of August 16, 2005, and that the Agreement, as amended and assigned to Sprint Spectrum Realty Company, L.P., formerly known as Sprint Spectrum L.P., remains in full force and effect. 8. Remaining Terms. Except as modified herein, all remaining terms and conditions of the Agreement shall remain in full force and effect. Capitalized terms not defined herein shall have the meaning set forth in the Agreement. 63 Licensee Site ID#:M160XC240 Licensee Site Name:Gifford/Gifford Water Tank Nftw IN WITNESS WHEREOF, the parties hereto have executed this Second Amendment as of the day and year first above written. Licensee: SPRINT SPECTRUM REALTY COMPANY,L.P., a Delaware limited partnership By: Lawrence M r�llallf Its: [Corporate Seal] 211=1-anaRev, By: Print name:] As its: .,�'� h�!u-�LtGi(dV-�`''�iA--&-N- 1. STATE OF �1i2 10--- ) COUNTY OF On '�—Cl , 2013, before me, a Notary Public, personally appeared LOA&W"C-P M . v1/ , as AIK . of Sprint Spectrum Realty Company, L.P., a Del ware limited partnership, who execu ed the foregoing instrument on behalf of said I entity. Said person ?is personally known to me,or ❑produced to me satisfactory evidence in the form of , to be the individual whose name is subscribed to the within instrument,and acknowledged to me that(he)(she)executed the same in(his)(her)capacity and that by(his)(her)signature(s)on the instrument,is the individual or the person on behalf of which the individual acted, executed the instrument. WITNESS my hand and official seal in the state and county last aforesaid. [Affix Seal] DWRADCOCK Notary Public, State of - r Ott. (Print name "�. N e kL ) NOTAAYPUBLIC Serial number: CHEROKEE COUNTY,GEORGIA My commission expires: I Irl 1 MY COMMISSION EXPIRES SEPTEMBER 19,2017 64 Licensee Site ID#:NH60XC240 Licensee Site Name:Gifford/Gifford Water Tank NEXTEL SOUTH CORP., a Georgia corporation * By: Lawrence M. Callander Its: Arnim Mnnniens._IJI�G Dev. [Corporate Seal] By: ` Print name: gjj it As its: AVIA STATE OF Y j A- ) COUNTY OF vtP ) On n r 2013, before me, a Notary Public, personally appeared �w ;r asvk-& — -jtf-D?� of Nextel South Corp., a Georgia corporation, who executed the foregoing instru ent on behalf of said entity. Said person .Vis personally known to me, or ❑ produced to me satisfactory evidence in the form of , to be the individual whose name is subscribed to the within instrument,and acknowledged to me that(he)(she)executed the same in(his)(her)capacity and that by(his)(her)signature(s)on the instrument,is the individual or the person on behalf of which the individual Y...- acted,executed the instrument. *Nextel entity's purpose of execution is only for the purpose of correcting the erroneous reference/signature line and to ratify. WITNESS my hand and official seal in the state and county last aforesaid [Affix Seal] DMRAO= Notary Public, State of NOTARYPUBUC (Print name: CHEROKEE COUNTY,GEORGIA Serial number: ---- MY COMMISSION EXPIRES SEPTEMBER 19,2017 My commission expires: � 65 Licensee Site ID#: MI60XC240 Licensee Site Name: Gifford/Gifford Water Tank WITNESS my hand and official seal in the state and county last aforesaid. [Affix Seal] Notary Public, State of (Print name: ) Serial number: My commission expires: Licensor: ATTEST: Jeffrey R. Smith, Clerk of Court, INDIAN RIVER COUNTY BOARD OF and Comptroller COUNTY COMMISSIONERS BY: BY: Deputy Clerk Joseph E. Flescher, Chairman Approved by BCC: 12013. Approved: Approved as to form and legal sufficiency: Joseph A.Baird, County Administrator Dylan Reingold, County Attorney 66 Licensee Site ID#: MI60XC240 Licensee Site Name: Gifford/Gifford Water Tank EXHIBIT C-1 Construction Drawings [Drawings pages 1-22 to follow] 67 PREPARED FOR: NV MMBS LAUNCH SITE NAME: GIFFORD WATER TANK Sprint SITENUMBER: M 160XC240 1 INTERNATIONAL BOULEVARD SUITE 1800 STRUCTURE TYPE: WATER TANK TOWER MAHWAH. NJ 07495 Sprint" TM MARKET: ORLANDO CONSULTANT: FQA PARCEL#: 32392300000500000009.1 MWO RRISON HERSHFIELD 9oeN UriNeNry Orin.hide N5. PMnpIm,FL91.lY4 TO:95..5)TA455 F-IN.T11A656 !TATE OF FLORIDA CO!4000dle! PROJECT SUMMARY DRIVING DIRECTIONS VICINITY MAP LIST OF DRAWINGS w.n lmMeord�.,NwM cvn SITE GENERAL ARRANGEMENT PLANS DEPART FROM ORLANDO AIRPORT: i - L T-1 TIRE SHEET SITE NAME: SITE NUMBER:M16OXC240 HEAD EAST ON NRPoER BLVD.CONTINUE ONTO 4 JEFF FLOW BLVD.MERGE ONTO FL-528 E VIA K o r—z GENERAL NOTES GIFFORD WATER TANK SITE ADDRESS:4690 28HT CT. THE RAMP TO COCOA/KENNEDY SPACE 5 "— VERO BEACH,FLORIDA 32948 CENTER/FLORIDA 417 TOLL/SANFORD ° T-3 GENERAL NOTES SITE NUMBER: PARCEL/: 32392700000500000009.1 UCF/PoRT CANAVERAL TAKE EXIT 42A TO y SITE `-• •' T-4 GENERAL NOTES MI 60XC240 LATITUDE: 27.678773'(2T 40'41.88-N) MERGE ONTO 1-95 S TOWARD MIAMI,TAKE EXIT 173 KEEP LEFT AT THE FORK.FOLLOW SIC NS ARCHITECTURAL/CML PLANS LONGITUDE: -80.4125'(80'24'44.99=W) FOR FLORIDA 514 E/MALABAR ROAD/MAABAR - SITE ADDRESS: GROUND ELEVATION: 18.1'AMSC 144 FT.,CONTINUE STRAIGHT 92 FT.TURN _ A-1 OVERALL SITE PLAN 4690 28TH CT. JURISDICTION: TION: 151' COUNTY LEFT ONTO MALABAR RD SE 4.2 ML TURN VERO BEACH,FLORIDA 32948 VERRIGHT ONTO U.S. 1 S 24.4 M1.,TURN RIGHT A-2 COMPOUND PLAN ZONING: RM-10 ONTO 49TH ST/UNDSEY RD 0.3 MI.,TAKE THE IAN RIVER COUNTY GROUP USE: U(UTILITIES) 3RD LEFT ONTO 28TH CT 0.3 ML TURN LEFT A-3 EQUIPMENT PUNS ONTO 47TH ST 282 FT. A-4 TOWER PROFILE AND DETAILS I CONSTRUCTION: -7-8 DESTINATION WILL BE ON THE RIGHT. Y A-5 EQUIPMENT SCHEDULE&RFDS �1 - 2 A-6 ANTENNA PLUMBING DIAGRAM ,•(\C' `51ttt"11I yvT1/T ] SCOPE OF WORK - ..• A-7 ENLARGED ANTENNA PLANS h CON(RUN GRN(nJ ,.`�y H,. .•N�, 1) THE WIRELESS COMMUNICATIONS FACIUTY IS NOT INTENDED A-8-r COLOR CODING ,s`( L hl`S•,e FOR HUMAN OCCUPANCY CONTACTS APPROVALS121(,y` • __ 2) THIS FACILITY DOES NOT REQUIRE POTABLE WATER AND WILL A-9 DETAILS _ _ e iJ O, NOT PRODUCE ANY SEWAGE. 3) THE SCOPE OF WORK CONSISTS OF MODIFYING THE EXISTING APPLICANT: A-10 DETNLS WIRELESS INSTALLATION: SPRINT PCS '(AIF Ill A INSTALLATION OF(3)NEW LINES 1 INTERNATIONAL BOULEVARD A-11 DETAILS r'0 8. INASTALLATION OF(2)NEW EDUIPMENT SUITE/000 y` n• MAHWAH,N,J.07495 SPRINT REPRESENTATIVE DATE A-12 DETAILS �r F•. (ORIS C. INSTALLATION OF(3)NEW ANTENNAS Y�S,r,•• ••�,i�� D. INSTALLATION OF(9)NEW RRUS 201-684-4000 ELECTRICAL PLANS (�•••• E INTALLATION OF NEW FIBER TO SITE TOWER OWNEWLANDLORD: E-T UTILITIES SITE PUN TOWER OWNER:INDIAN RIVER COUNTY SPRINT RF ENGINEERING DATE TOWER OWNER SRE ID:N/A E-2 POWEft/TELCO DIAGRAMS mWN>G ERICSSON RF MANAGER- E-7 GROUNDING PLAN —.I-E PAUL MCDONALD SITE OWNER DATE E-4 ERICSSON EQUIPMENT ELECTRICAL DETAILS Fri! APPLICABLE CODES&STANDARDS CELLPHONE:972-322-7454 ERICSSON SAM: E—s ELECTRICAL DETNLS ALL WORK AND MATERIALS SHALL BE PERFORMED AND INSTALLED MILL RAN DALL E-6 ALARM WIRING SCHEMATICS -wa.•. IN ACCORDANCE WITH THE CURRENT CONDITIONS OF THE CELLPHONE:321-439-8231 SPRINT CONSTRUCTION MANAGER DATE -.e. FOLLOWING CODES AS ADOPTED BY THE LOCAL GOVERNING DRAWN BY:WJ DATE DRAWN:05/12/12 AUTHORMES,NOTHING IN THESE PLANS 15 TO BE CONSTRUED TO ERICSSON CM: , PERMIT WORK NOT CONFORMING TO THESE CODES: SCOTT HARDISTY REVIEWED BY: CC APPROVED BY: RL CELLPHONE:321-369-8339 SITE ACOUISITION DATE ' MH PROJECT/:7123001.00 1. FLORIDA BURRING CODE 2010 W1N0 DESIGN CRITERIA: ARCHITECTIENGINEER: 6 REVISION A.ASCE 7-10 ROBERT JERRY LARA NO DESCRIPTION8Y DATE BASIC WIND SPEED- 156 MPH FL LIC,/92824 THE ABOVE PARTIES HEREBY APPROVE AND ACCEPT THESE DOCUMENTS A 90%CO SUBMITTAL WJ 05 14 12 RISK CATEGORY-ll YAN WANG,PE ANO AUTHORIZE CONTRACTOR TO PROCEED WITH THE CONSTRUCTION 0 FINN. HU 07 25 12 EXPOSURE=C FL UC /62209 DESCRIBED HEREIN.ALL DOCUMENTS ARE SUBJECT TO RENEW BY THE 1 FINAL WJ 09 2] 12 B. ANSI/TLA MORRISON HERSHFIELD LOCAL BUILDING OFPARTMENT AND MAY IMPOSE CHANGES OR 2 U.S.G.COMMENTS CA O6 12/13 (ALLOWED PER EXEMPTION/5 OF 1609.1,FBC 2010) 2 SOUTH LIN ORM:.SUITE 245 MODIFICATIONS. Know what$ below. BASIC WIND SPEED-121 MPH PLANTATION.FL 33324 OCCUPANCY CATEGORY=I1 (954)577-4655 SITE ACCESS PROCEDURES C`C'I before you dig. EXPOSURE—C —"� IMPORTANCE FACTOR= 1.0 TELEPHONE COMP F /N p l t }�,� '�! CONTRACTOR SHALL VERIFY ALL SHEET TITLE: 2. FLORIDA FIRE PREVENTION CODE-2010 AT&T C�D 5) L,,�/`-I IJV�W DN �nIQ'W"J476 73 V 1 F.`.?) PLANS L�NUmOEXISTONGT DIMENSIONS NSI51TSj MCI E. TITLE SHEET 3. NATIONAL ELECTRICAL CODE(NFPA 70-2008) 1-800-248-3532 (Ay ./}3� ! AND SLN11 IMMEDIATELY NOTIFY THE 4. CITY AND/OR COUNTY ORDINANCES POWER COMPANY. G 4' `J/` oV`— • A/E FIRM IN WRITING OF ANY FLORIDA POWER @ LIGH f ,//wr///ryy����i1i...77J��' - DISCREPITHANCIES THE BEFOREOR BE PROCEEDING SHEET NUMBER: 1-800-468-0243 � /��� `!/ ����� ����� RESPONSIBLE FOR SAME. T 1 PREPARED FOR: 3.7 EMBANKMENT 4.3 TRENCH EXCAVATION A. CONSTRUCT EMBANKMENTTO THE LINES AND GRADE SHOWN ON THE DRAWINGS. A. DIG TRENCH TO LINES AND GRADES SHOWN ON THE PLANS OR AS S. CONSTRUCT EMBANKMENT FROM ON-SRE EXCAVATION MATERIALS WHEN DIRECTED BY CONSTRUCTION MANAGER. Sprint' SUITABLE USE IMPORTED BACKFILL ONLY AFTER AVAILABLE ON-SRE B. TRENCH LENGTH SHALL BE SUFFICIENT TO ALLOW FOR SATISFACTORY EXCAVATION MATERIALS HAVE BEEN USED. CONSTRUCTION AND INSPECTION OF THE PROJECT WITHOUT ENDANGERING OTHER C. CONSTRUCT IN LIFTS OF NOT MORE THAN 12 INCHES IN LOOSE DEPTH. CONSTRUCTION WORK OR ADJACENT FACILITIES. THE FULL WIDTH Of THE CROSS SECTION SHALL BE BROUGHT UP UNIFORMLY. C. DISPOSE OF EXCESS AND UNSUITABLE EXCAVATION MATERIAL PROPERLY, D. MATERIAL SHALL NOT BE PLACED IN LAYERS AND SHALL BE NEAR AS DIRECTED BY CONSTRUCTIO MANAGER. OPTIMUM MOISTURE CONTENT BEFORE ROLLING TO OBTAIN THE PRESCRIBED D. USE HAND METHODS FOR EXCAVATION THAT CANNOT BE ACCOMPLISHED COMPACTION.WETTING DR DRYING OF THE MATERIAL AND MANIPULATION TO WITHOUT ENDANGERING EXISTING OR NEW STRUCTURES OR OTHER FACILITIES. 1 INTERNATIONAL BOULEVARD SECURE A UNIFORM MOISTURE CONTENT THROUGHOUT THE LAYER MAY BE SUITE #800 REQUIRED.SUCH OPERATIONS SHALL BE INCLUDED IN THE APPROPRIATE BID 4.4 TRENCH PROTECTION MAHWAH, N.J. 07495 ITEM.SHOULD THE MATERIAL BE TOO WET TO PERMIT PROPER COMPACTION, IT IS THE CONTRACTOR'S RESPONSIBILITY TO UTILIZE MATERIAL WITH AN ACCEPTABLE A. PROVIDE MATERIALS,LABOR AND EQUIPMENT NECESSARY TO PROTECT CONSULTANT: MOISTURE CONTENT. TRENCHES AT ALL TIMES. E. DO NOT PLACE FROZEN MATERIAL IN THE EMBANKMENT AND DO NOT B. SHEETING AND BRACING: MEET OR EXCEED OSHA REQUIREMENTS. m PLACE EMBANKMENT MATERIAL UPON FROZEN MATERIAL. , F. CONTRACTOR SHALL BE RESPONSIBLE FOR THE STABILITY OF 4.5 BACKFILLING MORRISON HER6H 245, iwMP4n EMBANKMENTS AND THE REPLACEMENT OF ANY PORTION WHICH HAS BECOME Tw Said ury ,sM1e 345, DISPLACED DUE TO THE CONTRACTORS OPERATIONS, A. NOTIFY THE CONSTRUCTION MANAGER AT LEAST 24 HOURS IN ADVANCE -,Lab24 G. START LAYERS IN THE DEEPEST PORTION OF THE FILL,AND AS OF BACKFILLING. Tet B5131T.4S5.5 F. QU.M.48M PLACEMENT PROGRESSES,CONSTRUCT LAYERS APPROXIMATELY PARALLEL TO THE B. BACKFILL TRENCH WITH LIFTS UP TO 12 INCHES,LOOSE MEASURE. STAT!O.R ACO/0554e5M FINISHED GRADE LINE. C. PROTECT CONDUIT FROM LATERAL MOVEMENT,DAMAGE FROM IMPACT OR www.ma4eonneMMN.mm H. ROUTE EOUIPMENT,BOTH LOADED AND EMPTY.OVER THE FULL WIDTH UNBALANCED LOADING TO AVOID DISPLACEMENT OF CONDUIT AND/OR OF EMBANKMENT TO ENSURE UNIFORMITY OF MATERIAL PLACEMENT. STRUCTURES.DO NOT FREE FALL BACKFILL INTO TRENCH UNTIL AT LEAST 12 I. COMPACT EMBANKMENT UNDERLYING NEW GRAVEL PAVING FLOOR SLABS INCHES OF COVER IS OVER THE CONDUIT. AND STRUCTURES TO A 95 PERCENT COMPACTION AT A MAXIMUM DRY DENSITY AS DETERMINED BY ASTM 0-1557 OR WITHIN PLUS OR MINUS 3 PERCENT OF 4.6 COMPACTION SITE NAME: OPTIMUM MOISTURE CONTENT.COMPACT NON-STRUCTURAL AREA EMBANKMENTS. GIFFORD WATER TANK TO A MINIMUM OF 90%OF ASTM 0-1557. A. COMPACT BACKFILL TO A 95 PERCENT COMPACTION AT A MAXIMUM DRY DENSITY AS DETERMINED BY ASTM 0-1557 OR WITHIN PLUS OR MINUS J 3.8 SITE GRADING PERCENT OF OPTIMUM MOISTURE CONTENT. SITE NUMBER: 8. IF REQUIRED COMPACTION DENSITY HAS NOT BEEN OBTAINED.REMOVE MIGOXCZ4O A. USING ON-SITE EXCAVATION MATERIALS SHAPE.TRIM, FINISH AND THE BACKFILL FROM THE TRENCH OR STRUCTURE,REPLACE WITH APPROVED COMPACT SURFACE AREAS TO CONFORM TO THE LINES,GRADES AND CROSS BACKFILL AND RECOMPACT AS SPECIFIED. SECTIONS SHOWN ON THE DRAWINGS OR AS DESIGNATED BY THE CONSTRUCTION C. ANY SUBSEQUENT SETTLEMENT OF TRENCH OR STRUCTURE BACKFILL SITE ADDRESS: MANAGER. DURING ANY PERIOD SHALL BE CONSIDERED THE RESULT OF IMPROPER 4690 28TH CT. B. GRADE SURFACES TO DRAIN AND ELIMINATE ANY PONDING OR EROSION. COMPACTION AND SHALL BE PROMPTLY CORRECTED. VERO BEACH, FLORIDA 32948 C. ELIMINATE WHEEL RUTS BY REGRADING. D. COMPACT AREAS UNDERLYING NEW GRAVEL PAVING,FLOOR SLABS AND 5.0 GROUNDING IAN V N STRUCTURES TO A 95 PERCENT COMPACTION AT A MAXIMUM DRY DENSITY AS DETERMINED BY ASTM D-1551 OR WITHIN PLUS OR MINUS 3 PERCENT OF MEET ALL APPLICABLE CODES,REQUIREMENTS OF THE CONSTRUCTION M OPTIMUM MOISTURE CONTENT. DOCUMENTS AND SPRINT WIRELESS CONSTRUCTION SPECIFICATIONS. ` ZO.�3 E. CONSTRUCT FINISHED SURFACE OF SITE GRADING AREAS WITHIN ONE INCH FROM SPECIFIED GRADE /� rQi ` `411111111 4YF Y ``J ` 1I 3.9 SUBGRADE PREPARATION 13 J .�`y P N••W A. SHAPE TOP OF SUBGRADE TO THE LINES AND GRADES SHOWN ON THE °^ C E N DRAWINGS. °n^V, o•" B. MAINTAIN TOP OF SUBGRADE TO A GREE-DRAINING CONDITION, NO. 622099 C. DO NOT STOCKPILE MATERIALS ON TOP OF SUBGRADE UNLESS AUTHORIZED BY CONSTRUCTION MANAGER. D. COMPACT THE TOP 12 INCHES OF SUBGRADE TO A 95%COMPACTION ° STATE OF Q--= AT A MAXIMUM DRY DENSITY AS DETERMINED BY ASTM 0-1557 OR WITHIN PLUS �� • ° �� OR MINUS 3 PERCENT OF OPTIMUM MOISTURE CONTENT. "° P°"e E. CONSTRUCT TOP OF SUBGRADE WITHIN ONE INCH 01 ESTABLISHEDs6i6 COR)GRADE AND CROSS-SECTION.3.10 GEOTE%TILE FABRIC A. LAY GEOTE)MLE FABRIC OVER COMPACTED SUBGRADE AS PER CONSTRUCTION fISTIE_ DOCUMENTS IN THE COMPOUND AREA AND UNDER LENGTH OF c TERED ENGNEER ROAD(WHEN REQUIRED). LAP ALL JOINTS TO A MINIMUM Of 36 INCHES, STATE OF CLoaKIA PEMY[O9 3.11 GRAVEL SURFACING A. CONSTRUCT GRAVEL SURFACING AREAS USING CRUSHED AGGREGATE e BASE AND FINISH COURSES AS SPECIFIED BY CONSTRUCTION MANAGER OR CONSTRUCTION DOCUMENTS. �w��'�'°���"0�"" e 8. SPREAD GRAVEL AND RAKE TO OBTAIN A UNIFORM SURFACE AREA. DRAWN BY:WJ DATE DRAWN:05/12/12 4.0 TRENCHING REVIEWED BY: CC I APPROVED BY: I RL CALL LOCAL UNDERGROUND UTILITY LOCATING SERVICEABLE BEFORE ANY MH PROJECT#:7123001.00 EXCAVATION OR TRENCHING. REVISION 4.1 MATERIALS NO DESCRIPTION BY DATE A 90%CD SUBMITTAL WJ 05/14/12 FILL MATERIAL SHALL BE OBTAINED,WHEN POSSIBLE FROM MATERIALS 0 FINAL HU 07/25/12 EXCAVATED FROM TRENCHES.ON-SITE STRUCTURAL FILL SAND OR SLURRY SHALL BE APPROVED BY THE CONSTRUCTION MANAGER AND SHALL CONFORM TO LOCAL 1 FINAL WJ 09/27/12 2 V.S.G.COMMENTS CA 06/12/13 GOVERNING JURISDICTIONS AND UTILITY COMPANY REQUIREMENTS.THE FILL MATERIAL SHALL CONTAIN NO ORGANIC MATERIAL OR ROCKS.NOR SHALL CONTAIN OBJECTIONABLE MATERIALS AND/OR MATERIALS DESIGNATED AS HAZARDOUS OR im INDUSTRIAL BY THE ENVIRONMENTAL PROTECTION AGENCY(EPA).THE FILL MATERIAL SHALL CONTAIN FINES SUFFICIENT TO FILL ALL VOIDS IN THE MATERIAL SHEEP TITLE: COMPACTION OF BACKFILL OR BORROW SOIL SHALL BE PLACED IN 12 INCH LOOSE LIFTS WHEN UTILIZING HEAVY COMPACTION EQUIPMENT OR 6 INCH LOOSE GENERAL NOTES LIFTS WHEN UTILIZING HAND OPERATED TAMPERS. 4.2 PIPE DETECTION AND IDENTIFICATION SHEET NUMBER: A. UTILIZING WARNING TAPE:ALL ELECTRIC SERVICEABLE TRENCHES SHALL T-3 BE MARKED WITH WARNING TAPE. 1 PREPARED FOR: C NFC NF FRAiNOTES, FY AVATYIN ANO -RAOI NOTES, 1.THE GENERAL CONTRACTOR MUST VERIFY ALL DIMENSIONS.CONDITIONS AND I.ALL CUT AND FILL SLOPES SHALL BE 3:1 MAXIMUM. ELEVATIONS BEFORE STARTING WORK.ALL DISCREPANCIES SHALL BE CALLED TO THE ATTENTION OF THE ENGINEER AND SHALL BE RESOLVED BEFORE PROCEEDING 2.ALL EXCAVATIONS ON WHICH CONCRETE IS TO BE PLACED SHALL BE WITH THE WORK.ALL WORK SHALL BE PERFORMED IN A WORKMANLIKE MANNER IN SUBSTANTIALLY HORIZONTAL ON UNDISTURBED AND UNFROZEN SOIL AND BE FREE Sprint' INSTALLATION N ACCORDANCE WITH ACCEPTED CONSTRUCTION PRACTCABLES. FROM LOOSE MATERIAL AND EXCESS GROUND WATER.DEWATERING FOR EXCESS GROUND WATER SHALL BE PROVIDED IF REQUIRED. 2. IT ITHE INTENTION OF THESE DRAWINGS TO SHOW THE COMPLETED INSTALLL ATION.THE CONTRACTOR SHALL BE RESPONSIBLE FOR ALL TEMPORARY y.CONCRETE FOUNDATIONS SHALL NOT BE PLACED ORGANIC MATERIAL IF BRACING,SHORING, FORM WORK,ETC, IN ACCORDANCE WITH ALL NATIONAL, SOUND SOIL IS NOT REACHED AT THE DESIGNATED EXCAVATION DEPTH.THE STATE AND LOCAL ORDINANCES SAFELY EXECUTE ALL WORK AND SHALL BE UNSATISFACTORY SOIL SHALL BE EXCAVATED TO ITS FULL DEPTH AND EITHER BE 1 INTERNATIONAL BOULEVARD RESPONSIBLE FOR SAME.ALL WORK SHALL BE IN ACCORDANCE WITH LOCAL CODES. REPLACED WITH MECHANICALLY COMPACTED GRANULAR MATERIAL OR THE EXCAVATION SHALLBE FILLED WITH CONCRETE OF THE SAME QUALITY SPECIFIED SURE y.THE CONTRACTOR SHALL USE ADEQUATE NUMBER OF$KILLED WORKMEN WHO FOR THE FOUNDATION. ION. MAHWAH, N.J..J. 0 07495 ARE THOROUGHLY TRAINED AND EXPERIENCED IN THE NECESSARY CRAFTS AND WHO ARE COMPLETELY FAMILIAR WITH THE SPECIFIED REQUIREMENTS AND METHODS 4.ANY EXCAVATION OVER THE REQUIRED DEPTH SHALL BE FILLED WITH EITHER CONSULTANT: NEEDED FOR PROPER PERFORMANCE OF THE WORK. MECHANICALLY COMPACTED GRANULAR MATERIAL OR CONCRETE OF THE SAME QUALITY SPECIFIED FOR THE FOUNDATION. CRUSHED STONE MAY BE USED TO 4. CONSTRUCTION CONTRACTOR AGREES THAT IN ACCORDANCE WITH GENERALLY STABILIZE THE BOTTOM OF THE EXCAVATION. STONE, IF USED.SHALL NOT BE USED ACCEPTED CONSTRUCTION PRACTCABLES CONSTRUCTION CONTRACTOR WILL BE AS COMPILING CONCRETE THICKNESS. MORRI6o1N HERSHVIELD REQUIRED TO ASSUME SOLE AND COMPLETE RESPONSIBILITY FOR JOB SITE °e RRISONH RS FI LD C45. ONDITIONS DURING THE COURSE OF CONSTRUCTION OF THE PROJECT. INCLUDING 5.AFTER COMPLETION OF THE FOUNDATION AND OTHER CONSTRUCTION BELOW I>bnm4on,FL=4 THE SAFETY OF ALL PERSONS AND PROPERTY.THAT REQUIREMENT SHALL BE MADE GRADE AND BEFORE BACKFILLING,ALL EXCAVATIONS SHALL BE CLEAN OF TM:os4sn.4e55 Fac—.5n.M TO APPLY CONTINUOUSLY AND NOT BE LIMITED TO NORMAL WORKING HOURS AND UNSUITABLE MATERIAL SUCH AS VEGETATION,TRASH,DEBRIS AND 50 FORTH. STATl of RARow LOA 0000ss5e CONSTRUCTION CONTRACTOR FURTHER AGREES TO INDEMNIFY AND HOLD DESIGN u.�wAVNOMeMSale.mm ENGINEER HARMLESS FROM ANY AND ALL LIABILITY, REAL OR ALLEGED, IN 6.ALL BACKFILLING SHALL(1) USE APPROVED MATERIALS CONSISTING OF EARTH, CONNECTION WITH PERFORMANCE OF WORK ON THIS PROJECT, LOAM,SANDY CLAYS.SAND AND GRAVEL OR SOFT SHALE.(2)BE FREE FROM 5.SITE GROUNDING SHALL COMPLY WITH SPRINT LATEST GROUNDING STANDARDS. CLODS OR STONES OVER 2 1/2'MAXIMUM DIMENSIONS. MD(3)BE PLACED IN AND COMPLY WITH SPRINT LATEST GROUNDING CHECKLIST. LAYERS AND COMPACTED. SITE NAME: WHEN NATIONAL AND LOCAL GROUNDING CODES ARE MORE STRINGENT,THEY SHALL 7.SITE FILL MATERIAL AND FOUNDATION BACKFILL SHALL BE PLACED IN LAYERS GIFFORD WATER TANK GOVERN.GROUNDING SHALL BE COMPLETED BEFORE ERECTION OF A NEW TOWER. MAXIMUM 6' DEEP BEFORE COMPACTION. EACH LAYER SHALL BE SPRINKLED IF 6.ALL WORK SHALL COMPLY WITH OSHA AND STATE SAFETY REQUIREMENTS. REQUIRED AND COMPACTED BY HAND OR MACHINE TAMPERS TO 95%OF MAXIMUM SITE NUMBER: PROCEDURES FOR THE PROTECTION OF EXCAVATIONS, EXISTING CONSTRUCTION AND DENSITY.AT THE OPTIMUM MOISTURE CONTENT OF 32R AS DETERMINED BY ASTM M160XC2Q0 UTILITIES SHALL BE ESTABLISHED PRIOR TO FOUNDATION INSTALLATION. IF DESIGNATION D-698,UNLESS OTHERWISE APPROVED.SUCH BACKFILL SHALL NOT b TEMPORARY LIGHTING AND MARKING ARE REQUIRED BY THE FEDERAL AVIATION BE PLACED BEFORE 3 DAYS AFTER PLACEMENT OF CONCRETE. ADMINISTRATION(FAA), R IS THE CONTRACTOR'S RESPONSIBILITY TO MAINTAIN THE 8.THE FOUNDATION AREA SHALL BE GRADED TO PROVIDE WATER RUNOFF AND SITE ADDRESS: NECESSARY LIGHTS AND NOTIFY THE PROPER AUTHORITIES IN THE EVENT OFA PREVENT WATER FROM STANDING.THE FINAL GRADE SHALL SLOPE AWAY IN ALL 4690 28TH CT. PROBLEM. VERO BEACH, FLORIDA 32948 DIRECTIONS FROM THE FOUNDATION AREA(UP TO ONE FOOT OUTSIDE THE FENCE 7.ALL WORK SHALL BE ACCOMPLISHED IN ACCORDANCE WITH ALL LOCAL, STATE AND OR GROUND SYSTEM PERIMETER)AND SHALL BE COVERED WITH A GEOTEXTILE IAN RIVER COUNTY FEDERAL CODES OR ORDINANCES.THE MOST STRINGENT CODE WILL APPLY IN THE FABRIC MIRAFI 500X OR APPROVED EQUAL TO PREVENT REOCCURRENCE OF CASE OF DISCREPANCIESE GROWTH,AN THEN SHALL BE COVERED WITH 4DEEP COMPACTED OR DIFFERENCES IN THE CODE REQUIREMENTS. VEGETATIVE M STONE OR GRAVEL. 3 B.ANY DAMAGE TO ADJACENT PROPERTIES WILL BE CORRECTED AT THE CONTRACTOR'S EXPENSE 9.THE CONTRACTOR SHALL PROVIDE ALL EROSION AND SEDIMENTATION CONTRA a T1111111FIFTT Y' MEASURES AS REQUIRED BY LOCAL.CIN,COUNTY AND STATE CODES AND 9.THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING AMPLE NOTCABLE TO THE ORDINANCES TO PROTECT EMBANKMENT FROM SOIL LOSS AND TO PREVENT BUILDING INSPECTION DEPARTMENT TO SCHEDULE THE REQUIRED INSPECTIONS.A ACCUMULATION OF SOIL AND SILT IN STREAMS AND DRAINAGE PATHS FROM LE LNG � J° IV °C MINIMUM OF 24 HOURS OF NOTCABLE SHOULD BE GIVEN AND THE BUILDING THE CONSTRUCTION AREA.THISC E MAY INCLUDE SUCH MEASURES AS SILT FENCES. INSPECTION DEPARTMENTS HAVE REQUESTED THAT GROUPS OF TWO OR THREE STRAW BALE SEDIMENT BARRIERS AND CHECK DAMS. SITES BE SCHEDULED AT ONE TIME IF POSSIBLE. NO 62209 10.FILL PREPARATION:REMOVE ALL VEGETATION,TOPSOIL DEBRIS,WET AND 10. FOR NEW TOWERS,SPRINT WILL CONFIRM FAA APPROVAL OF TOWER UNSATISFACTORY SOIL MATERIALS,OBSTRUCTIONS AND DELETERIOUS MATERIAL FROM = " LOCATION BY ISSUING TOWER RELEASE FORM. NO TOWER SHALL BE CONSTRUCTED GROUND SURFACE PRIOR TO PLACING FILLS. PLOW STRIP OR BREAK UP SLOPED .'V STATE OF o° UNTIL TOWER RELEASE FORM IS ISSUED TO THE CONTRACTOR. SURFACES STEEPER THAN 1 VERTICAL TO 4 HORIZONTAL SO FILL MATERIAL WILL � BOND WITH EXISTING SURFACE WHEN SUBGRADE OR EXISTING GROUND SURFACE TO ° 11.THE COMPLETE BID PACKAGE INCLUDES THESE CONSTRUCTION DRAWINGS ALONG RECENE FILL HAS A DENSITY LESS THAN THAT REQUIRED FOR FILL, BREAK UP �i�F`s'oo4R�0:^" WITH THE SPECIFICATIONS AND TOWER DRA`MNGS/ANALYSIS.CONTRACTOR IS GROUND SURFACE TO REQUIRED DEPTH,PULVERIZE, MOISTURE CONDITION OR RESPONSIBLE FOR REVIEW OF THE TOTAL BID PACKAGE PRIOR TO BID SUBMITTAL. AERATE SOIL AND RECOMPACT TO REQUIRED DENSITY. 12.THE CONTRACTOR SHALL VERIFY LOCATIONS OF ALL EXISTING UTILITIES WITHIN THE 11, REPLACE EXISTING GRAVEL SURFACING ON AREAS FROM WHICH GRAVEL CONSTRUCTION LIMITS PRIOR TO CONSTRUCTION. SURFACING IS REMOVED DURING CONSTRUCTION OPERATIONS, GRAVEL SURFACING SHALL BE REPLACED TO MATCH EXISTING ADJACENT GRAVEL SURFACING AND SHALL YNI WANG BE OF THE SAME THICKNESS.SURFACES AND GRAVEL SURFACING SHALL BE FREE also SNGNEER 13.THE CONTRACTOR IS RESPONSIBLE FOR MAINTAINING POSITIVE DRAINAGE ON FROM CORRUGATIONS AND WAVES. EXISTING GFAVEI SURFACING MAY BE EXCAVATED 5 R DA THE SITE AT ALL TIMES.SILT AND EROSION CONTROL SHALL BE MAINTAINED ON SEPARTELY AND REUSED IF INJURIOUS AMOUNTS OF EARTH,ORGANIC MATTER,OR THE DOWNSTREAM SIDE OF THE SITE AT ALL TIMES.ANY DAMAGE TO ADJACENT OTHER DELETERIOUS MATERIALS ARE REMOVED PRIOR TO REUSE. FURNISH ALL PROPERTIES WILL BE CORRECTED AT THE CONTRACTORS EXPENSE. ADDITIONAL GRAVEL RESURFACING MATERIAL AS REQUIRED.BEFORE GRAVEL 14.CLEARING OF TREES AND VEGETATION ON THE SITE SHOULD BE KEPT TO A SURFACING 15 REPLACED,SUBGRADE SHALL BE GRADE TO CONFORM TO REQUIRED MINIMUM.ONLY THE TREES NECESSARY FOR CONSTRUCTION OF THE FACILITIES SUB ELEVATIONS.AND LOOSE OR DISTURBED MATERIALS SHALL BE SHALL BE REMOVED.ANY DAMAGE TO PROPERTY OUTSIDE THE LEASED PROPERTY THOROUGHLY COMPACTED. DEPRESSIONS IN THE SUBGRADE SHALL BE FILLED AND yDRWN BY:WJDATE DRAWN:05/12/12 SHALL BE REPAIRED BY THE CONTRACTOR. COMPACTED WITH APPROVED SELECTED MATERIAL.GRAVEL SURFACING MATERIAL SHALL NOT BE USED FOR FILLING DEPRESSIONS IN THE SUBGRADE. REVIEWED BY: CC APPROVED BY: RL 15.ALL SUITABLE BORROW MATERIAL FOR BACKFILL OF THE SITE SHALL BE 12.PROTECT EXISTING GRAVEL SURFACING AND SUBGRADE IN AREAS WHERE MH PROJECT p:7123001.00 INCLUDED IN THE BID.EXCESS TOPSOIL AND UNSUITABLE MATERIAL SHALL BE EQUIPMENT LOADS WILL OPERATE.USE PLANKING OR OTHER SUITABLE MATERIALS REVISION DISPOSED OF OFF SITE AT LOCATIONS APPROVED BY GOVERNING AGENCIES PRIOR DESIGNED TO SPREAD EQUIPMENT LOADS, REPAIR ANY DAMAGE TO EXISTING GRAVEL NO DESCRIPTION BY DATE TO DISPOSAL. SURFACING OR SUBGRADE WHERE SUCH DAMAGE IS DUE TO THE CONTRACTOR'S OPERATIONSA FORA CD SUBMITTAL WJ 05/14/12 . 16. SEEDING AND MULCHING OF THE SITE WILL BE ACCOMPLISHED AS SOON AS 0 FINAL NU 07/25 12 POSSIBLE AFTER COMPLETION OF THE SITE DEVELOPMENT.THE CONTRACTOR IS 13DAMAGE TO EXISTING STRUCTURES AND UTILITIES RESULTING FROM 1 FINAL WJ 09 27 RESPONSIBLE FOR PROVIDING AND MAINTAINING AN ADEQUATE COVER OF VEGETATION OVER THE SITE FOR A ONE YEAR PERIOD. CONTRACTORS NEGLIGENCE SHALL BE REPAIRED/REPLACED TO OWNERS 2 U.S.G. COMMENTS C 06112141 ' A SATISFACTION AT CONTRACTOR'S EXPENSE. 17.PERMITS:THE CONTRACTOR SHALL OBTAIN AND PAY FOR ALL REQUIRED PERMITS, LCJABLENSES, FEES,INSPECTIONS, ETC.AND PROVIDE E911 ADDRESS TO 14.CONTRACTOR SHALL COORDINATE THE CONSTRUCTION SCHEDULE WITH THE SPRINT WIRELESS. PROPERTY OWNER SO AS TO AVOID INTERRUPTIONS TO PROPERTY OWNER'S OPERATIONS. SH FFT TITLE: IB. RECORD DRAWINGS: MAINTAIN A RECORD OF ALL CHANGES,SUBSTITUTIONS, GENERAL NOTES ETC.,BETWEEN THE WORK AS SPECIFIED AND INSTALLED. RECORD CHANGES ON A 15. ENSURE POSITIVE DRAINAGE DURING AND AFTER COMPLETION OF CLEAN SET OF CONTRACT DRAWINGS WHICH SHALL BE TURNED OVER TO THE CONSTRUCTION. CONSTRUCTION MANAGER UPON COMPLETION OF THE PROJECT. SHEET NUMBER: 16.RIPRAP SHALL BE CLEAN, HARD, SOUND, DURABLE ANDUNIFORM IN QUALITY AND T-4 —A FREE OF ANY DETRIMENTAL QUANTITY OF SOFT,FRIABLE,THIN,ELONGATED OR LAMINATED PIECES. DISINTEGRATED MATERIAL.ORGANIC MATTER.OIL,ALKALI OR 4 OTHER DELETERIOUS SUBSTANCE. PREPARED FOR: ABBREVIATIONS AFF ABOVE FINISHED FLOOR AGL ABOVE GRADE LEVEL AMSL ABOVE MEAN SEA LEVEL APP APPROXIMATE Sprint' AWGG AMERICAN WIRE GAUGE BLDG BUILDING LEGAL DESCRIPTION: - BTS BASE TRANSMISSION STATION COM AT NW CRO OF SW 1/4"OF SW 1/4-RUN E CLR CLEAR ALONG N LINE OF SW 1/4'OF SW 1/4' 181.95 FT TO COL COLUMN EXISTING ACCESS POB. RUN S 237 FT. RUN E 309.58 FT;RUN NWLY CONC CONCRETE ROAD 245.65 FT TO PT ON N LINE OF SW 1/4'OF SW 1/4' 1 INTERNATIONAL BOULEVARD EXISTING SPRINT OWDG CONDUR DRAWING NON-EXCLUSIVE 5'-0 AS OR FT E OF NW COR;RUN W 244.95 RTO POB SVITE X800 AS OR BK 535 PP 322 MAHWAH, N.J. 07495 FT FOOT (FEET) EXISTING 20'-0" UTILITY MAINTENANCE EGO EQUIPMENT GROUND BAR GATE EASEMENT ELEC ELECTRICAL CONSULTANT: EMT ELECTRICAL METALLIC TUBING EAST 181.95'(0) WEST 244.95' (D) �� ELEV ELEVATION --- -- -------k �—:--_ -w__-x --- ■! EOU IP EQUIPMENT —x— D — — —x d E(E EXISTINGXT EXTERIOR x'�'� � \ x EXISTING MORRIEOv MERSHFieLD 30'-0"X30'-0'SPRINT r..o sww um«e4IL m 4uln zas. END FOUNDATION I Pknmtn.—111. � 1 F FIBER _ --- `• LEASE AREA * TN 934ST1.4855 F¢BSLSn.<656 GA GAUGEEXISTING ` STAIE�OF Fl.d1DA c0.4D•!!•! GALV GALVANIZED 1 meM.enna..naeM,m�n EQUIPMENT PAD \ GPS GLOBAL POSITIONING SYSTEM I BY OTHERS EXISTING CHAIN CND GROUND LTE LONG TERM EVOLUTION II \ LINK FENCE MAX MAXIMUM Ix SITE NAME: MFR MANUFACTURER ` /, \\) VERIZON \ MGB MASTER GROUND BAR �� GIFFORD WATER TANK MIN MINIMUM / 1 \ EQUIPMENT \ N.T.S. NOT TO SCALE [��/- PAD SITE NUMBER: OC. ON CENTER 3 EXISTING OE/OT OVERHEAD ELECTRIC/TELCO T-MOBILE ` \\ M'VVOVC24O PPC POWER PROTECTION CABINET EXISTING SPRINT o,� EQUIPMENT R85 RADIO BASED STATION NON-EXCLUSIVE I `V¢ pAD STING SITE ADDRESS: RRU REMOTE RADIO UNIT 20'-D'ACCESS i /EXISTING PROPERTY LINE 4690 28TH CT. RGS RIGID GALVANIZED STEEL MAINTENANCESPRINT ?J 02 (T�'p.) VERO BEACH.FLORIDA 32948 IN INCH(ES) EASEMENT o I (�/ CABLE U - \� IAN RIVER COUNTY INT INTERIORo li i BRIDGE yW / YYYf LB(S)or M POUND(S) SF SQUARE FOOT STL STEEL TYP TYPICAL UE/UT UNDERGROUND ELECTRIC/TELCO IL- I _ /� ` Pit `1111111111// UNO UNLESS NOTED OTHERWISE w I x I EXISTING FUEL VIE VERIFY IN FIELD o ® TANK W WITH XFMR TRANSFORMER E o I x J h011 T•A�V,P \ EXISTING CABLE ` \ w N0. 62209 I DLJ W OP \\ BRIDGE \ �, ~Ir 1 EOS STATE OF '. EXISTING O S. EXISTING ANTENNAS I _ 3 P MOUNTED ON \ SYMBOLS I 56'-B WATER - A EXISTING CATWALK \ I TANK TOWER ® REVISION \ rAN NEgSTERED WORK POINT I \ E�EER � EXISTING ANTENNAS \ ,C1, UTILITY POLE EXISTING T i OVNTED �n ® BRICK SPRINT/NE%TEL I I TOWER LEG 5'-0'UTILITY COMPRESSED STONE MAINTENANCE I \ \ o CONCRETE EASEMENT EARTH DRAWN BY: WJ—DATE DRAWN:05/12/12 GRAVEL _tea - . =�s=�t _-_-_ REVIEWED BY: CC APPROVED BY: RL ® MASONRY �___---_J- V EAST 309.68 (D) MH PROJECT{):7123001.00 ® STEEL REVISION -------------- CENTERLINE NO DESCRIPTION BY DATE A 90%CD SUBMITTAL WJOS 14 12 ------------- PROPERTY LINE • 0 FINAL HU 07/25/12 -------------- LEASE LINE 1 FINAL WJ 09 27 12 ----------- EASEMENT LINE 2 U.S.G. COMMENTS CA 06/12/13 CHAIN LINK FENCE oma— WOOD FENCE Know whaft below. —UGP UNDERGROUND POWER Call before you dig. SHEET TITLE —UGT— UNDERGROUND TELEPHONE OVERALL SITE PLAN OVERALL SITE PLAN —OE/OT— OVERHEAD ELECTRIC/TELEPHONE SCALE: 1-= 20'-0" (SASED ON 22.34 PAPER SIZE) D' a x' —UGF UNDERGROUND FIBER , SCALE: 1'= ;0'-0"(BASED ON 11.17 PAPER SIZE) ® SHEET NUMBER: =p A-1 PREPARED FOR; ABBREVIATIONS EXISTING UTILITY AFF ABOVE FINISHED FLOOR (—� POLE AGL ABOVE GRADE LEVEL AMSL ABOVE MEAN SFA LEVEL APPRO% APPROXIMATE EXISTING FIBER Sprint' AWG AMERICAN WIRE GAUGE 1 2 3 HANDNOLE \ BLDG BUILDING (MEET POINT) \ BTS BASE TRANSMISSION STATION CLR CLEAR \ COL COLUMN CONC CONCRETE t INTERNATONAL BOULEVARD CND CONDUIT SUITE #800 DWG DRAWING I MAHWAH, N.J. 07495 FT FOOT(FEET) EXISTING 2'CONDUIT FROM EGB EOUIPMENT GROUND BAR �TEET POINT TO SPRINT CONSULTANT: ELEC ELECTRICAL �TBOX EMT ELECTRICAL METALLIC TUBING PROPOSED SPRINT ELEV ELEVATION APPROXIMATE RUN; 120-0" q EQUIP EOUIPM ENT BBS CABINET ON ■ MORRISON HERSHFIELD (E) EXISTING EXISTING SPRINT S— T. EXT EXTERIOR CONCRETE PAD SEE I T.au�U :ub tab. FIND FOUNDATION EQUIPMENT PLAN ONEXISTING SPRINT/NEXTEL Tet 95aS71A855 Fac BbIST1.455b F FIBER SHEET A-3 GENERATOR CONCRETE PAD STATE OR EiwoADa lNboebob GA GAUGE IrwNo..nerNRela.mm GALV GALVANIZED GPS GLOBAL POSITIONING SYSTEM ONO GROUND LTE LONG TERM EVOLUTION PROPOSED SPRINT SITE NAME: MAX MAXIMUM RBS CABINET ON MFR MANUFACTURER EXISTING SPRINT NEW CABLE TRAY MGR MASTER GROUND BAR GIFFORD WATER TAN MIN MINIMUM CONCRETE PAD SEE N.T.S. NOT TO SCALE EQUIPMENT PLAN ON i j A59 SITE NUMBER: O.C. ON CENTER SHEET A-3 M160XC240 OE/OT OVERHEAD ELECTRIC/TELCO PPC POWER PROTECTION CABINET EXISTING SPRINT/ RBS RADIO BASED STATION NEXTEL SHELTER 4690 28TH CT. /, SITE ADDRESS: RRU REMOTE RADIO UNIT EXISTING SPRINT RGS RIGID GALVANIZED STEEL TELCO BOX VERO BEACH,FLORIDA 32948 IN INCH(ES) 41N RIVER COUNTY INT INTERIOR I EXISTING SPRINT LB(S)or# POUND(S) UTILITY H-FRAME M SF SQUARE FOOT STL STEELTYP TYPICAL LINO U T UN NDEE SRNO ED OTHERWISE EELCO ♦�xJ,�e� ```.P NMA TN�� VIF VERIFY IN FIELD NEW 16'-0'L. °"•" ' '. WITH e CABLE TRAY W/ \C E XFMR TRANSFORMER A-9 ""\' F•'" PROPOSED AT&T _ CIENA 3911 ON N0. 62209 - EXISTING EXISTING SPRINT H-FRAME 30'-OUTI'z30'-0' e STATE OF SPRINT LEASE AREA EXISTING NEXTEL e° LITY H-FRAME i�.t`••,'`�4 OR I OP"^G SYMBOLS ® REVISION YANWANG ——_— REGISTERED ENGNEER WORK POINT L——— ——__— ——————— -- STAY OF FLOrbDA EMY10B UTILITY POLE ® BRICK e COMPRESSED STONE CONCRETE �+w•�"� •,••'�•�° EARTH DRAWN BY:WJ DATE DRAWN:05/12/12 EXISTING SPRINT PROPOSED(2) 1 1/4-FLEX REVIEWED BY: CC APPROVED BY RL u^e�"R�^•°ea°e° ^o° GRAVEL 8'-0'x28'-0' CONDUITS FROM CIENA TO CONCRETE PAD SPRINT TELCO BOX MH PROJECT#:7123001.00 ® MASONRY REVISION ® STEEL NO DESCRIPTION BY I DATE ------------- CENTERLINE A 907.CD SUBMITTALWJ 05 14 12 ------------- PROPERTY LINE EXISTING 3 19'-0' 0 FINAL HU 07/25 12 -------------- LEASE LINE LONG SPRINT CABLE 1 FINAL WJ 09/27/12 TRAY 2 U.S.G. COMMENTS CA 06/12/13 --------�-- EASEMENT LINE CHAIN LINK FENCE WOOD FENCE —UGP— UNDERGROUND POWER 'V COMPO_ UND PLAN SHEET TITLE: —UGT— UNDERGROUND TELEPHONE 40/11"'Ftg SCALE: 3/8 = 1'-0'(BASED ON 22x34 PAPER SIZE) COMPOUND PLAN OE/OT OVERHEAD ELECTRIC/TELEPHONE SCALE: 3/16'= V-0"(BASED ON 11x17 PAPER SIZE) t t —UGF UNDERGROUND FIBER , sce[:>® SHEET NUMBER; J N PREPARED FOR: NOTE: REFER TO DETAIL 1/A-9 NOTE: REFER 70 DETAIL 1/A-9 FOR NEW BBS CABINET DETAILS FOR NEW BBS CABINET DETAILS REFER TO DETAIL 2/A-9 FOR REFER TO DETAIL 2/A-9 FOR NEW RBS CABINET DETAILS NEW RBS CABINET DETAILS Sprint' 1 INTERNATIONAL BOULEVARD EXISTING EXISTING EXISTING SUITE #800 8'-0"x28'-0" 8'-0"x28-0" 8'-0"x28' 0" MAHWAH. N.J. 07495 SPRINT SPRINT SPRINT CONCRETE SLAB CONCRETE SUB CONCRETE SLAB CONSULTANT: 6" a'-o' e 0 �� 611" 8-0 10" -6 -7 -6" '-7 MORRISON HERSH-0 I Tr 8—U—N DMe.SMb 245. PYnESIM.FL-24 /EXISTING n EXISTING EXISTING Tk 954.571..—Fes BS1377A556 •I SPRINT/NEXTEL ,I SPRINT/ NEXTEL erxrz of ELpiDA GOe Oeeeeeee GENERATOR __ O NE%TEL PROVIDE 2"0 pN2 i GENERATOR PROVIDE 2'0 GENERATOR CONDUITpmm CONDUIT Smm` •I UNDER NEW UNDER NEW a EXISTING CABLE TRAY SPRINT TELCO SITE NAME: CABLE TRAY EXISTING NEW CABLE SPRINT TELCO NEW CABLE GIFFORD WATER TANK EXISTING 5 TRAY TRAY SPRINT TELCO @ 5 A- a 'j EXISTING A_g •i EXISTING SITE NUMBER: ,• SPRINT ATS K SPRINT ATS M'6OV�.rA4o EXISTING f SPRINTPPCEXISTING E%ISTING v AAS.24 SPRINT/ 0 EXISTING SPRINT PPC EXISTING I -0 -3" SPRINT PPC SITE ADDRESS: NEXTEL SPRINT/NEMEL •i / O 4690 28TH CT. SHELTER EXISTING EXISTING SPRINT NE%TEL 3 I SPRINT SHELTER SPRINT SHELTER m EXISTING VERO BEACH,FLORIDA 32968 EXISTING DISCONNECT EXISTING \ DISCONNECT SPRINT IAN RIVER COUNTY BATTERY - BATTERY _1 el r DISCONNECT CABINETCABINET M '---EXISTING _ EXISTING EXISTING '�� a SPRINT METER EXISTING SPRINT METER SPRINNG O1/J REI CABINET n REI CABINET EXISTING //�//�� �P/ EXISTING SPRINT GPS NES' J X11 N Wq EXISTING SPRINT GPS EXISTING ANTENNA TO BE CIENN//3913 DEI CABINET ',1 ANTENNA TO BE DEI CABINET •i REMOVED MOUNTED ON C E N ° REMOVED NEW AT&T CIENA EXISTING � S( . EXISTING n �� EXISTING EXISTING n 3911 MOUNTED ON EXISTING H-FRAME N0. 62209 10'-0"L Oj SPRINT ATS 10-0"L_ o •_� EXISTING H-FRAME CABLE TRAY ,I PROPOSED = i CABLE TRAY EXISTING CABLE TRAY PROPOSED 4 SPRINT GPS = EXISTING - a H-FRAME EXISTING A-10 ANTENNA@ STATE OF a , SPRINT GPS EXISTING 4 ANTENNA SPRINT 9'-0"L 9'-0"L �� A-10 CABLE TRAY % CABLE TRAY Ex ISTING CABLE BRIDGE �� 4Y. OR I ���'��� ',� 5-0" �\ 6" _8" 5'-0" H-FRAME HX FRIAME `r$/O.. G �� A"wxNc 51 REcls*EREO ENCNEER NEW SPRINT(3) NEW SPRINT(3) STATEOR[xalpA 39 MM 0 HYBRID 39MM 0 HYBRID 0Ee° CABLE, ROUTED AT CABLE.ROUTED AT EXISTING COAX EXISTING COAX CABLE ROUTE CABLE ROUTE (1 PER SECTOR) (1 PER SECTOR) DRAWN BY:WJ DATE DRAWN:05/12/12 REVIEWED BY: ICCIAPPROVED BY: IRL MH PROJECT#:17123001.00 REVISION NO DESCRIPTION BY DATE A 907.CD SUBMITTAL WJ 05/14/12 0 FINAL HU 07/25/12 1 FINAL WJ 09/27/12 2 U.S.G. COMMENTS CA 06/12/13 "\ EQUIPMENT SITE PLAN(EXISTING) SHEET nTLE: T"+ +, I/� EQUIPMENT SITE PLAN(TEMPORARY) ,ATTHH a� _ISS EQUIPMENT SITE PLAN(FINAL) EQUIPMENT PLANS .� SCALE: 1/4" I'-0"(BASED ON 22 11x34 PAPER SIZE) ',' CALE: 1/4'= 1'- ( ) '.� SCALE: 1 4"= 1'-0" BASED ON 22x34 PAPER SIZE) SCALE: 1/B" 1'-0"(BASED ON 11x1]PAPER SIZE) 0"(BASED ON 22x34 PAPER SIZE) / ) SHEE1 NUMBER: SCALE: 1 B"= 1'-0" BASED ON 11x1] PAPER SIZE SCALE: 1/8"= t'-0' BASED ON 11x17 PAPER SIZE s �` A-3 ® a v w PREPARED FOR- NOTES- CON RACTOR OR:NOTES-CONTRACTOR TO FIELD VERIFY ANTENNA FIBER OPTIC CABLE LENGTHS. ALL MAIN FIBER OPTIC CABLES WILL BE COLOR CODED AT THREE (3) LOCATIONS. COLOR CODE ALL ANTENNA AND FIBER OPTIC WITH 2'WIDE BANDS OF • COLORED TAPE WITH 1'SEPARATION BETWEEN BANDS. Sprint' COLOR CODE ALL TOP AND BOTTOM GROUND KITS WITH 1'WIDE BANDS " OF COLORED TAPE WITH 1/2"SEPARATION BETWEEN BANDS. START COLOR BANDS 2"BEYOND WEATHERPROOFING. START SECTOR COLOR NEXT TO ENO CONNECTOR. ALL MAW FIBER OPTICS CABLES WILL BE GROUNDED W/COAXIAL CABLE 1 INTERNATIONAL BOULEVARD TOP OF EXISTING WATER TANK GROUND KITS AT: SUITE JJ. 0 INSTALL SEAL WELDED THE ANTENNA LEVEL MAHWAH, N.J. 07495 NEW BALCONY PIPE ELEV. 3156-8"AGL MID LEVEL IF TOWER I$OVER 200' MOUNTS(TYP.) BASE OF TOWER PRIOR TO TURNING HORIZONTAL TERMINATION OF FIBER OPTIC LINES TO JUMPERS CONSULTANT: ALL NEW GROUND BAR DOWNLEADS ARE TO BE CADWELDED TO THE m C.L.OF PROPOSED EXISTING SPRINT PANEL ANTENNA EXISTING ADJACENT GROUND BAR DOWNLEADS A MINIMUM DISTANCE OF ■L EV. 133-6 ACL 4FT BELOW GROUND BAR [Pei PROVIDE BUSS BAR NEAR BTS FOR ATTACHMENT OF FIBER OPTIC CABLE MORRISON HERSHPIELO GROUND KITS Tvn seen U-1,_.Sure z4s, PMbtlm.FLC55J24 C.L. OF EXISTING T-MOBILE ANTENNA TK 951.517.4555 Fe M.577.ee55 ELEV. 3130'-0"AGL ANT NNA FIB R OPTI e8 NOTES STAre OF FLORDA COn 55551!55 �\ THE ANTENNA CABLE INSTALLER SHALL BE RESPONSIBLE FOR PERFORMING ....wmwmm�neMnetl.mm ROUTE ANY NEW COAX OR \L.L.OF EXISTING METRO PCS ANTENNA AND SUPPLYING SPRINT WITH 3 TYPEWRITTEN SWEEP TESTS (ANTENNA CABLE UNDER BALCONY IN ELEV. 3126'-0"AGL RETURN LOSS TEST).THIS TEST SHALL BE PERFORMED TO THE BRACKETS SPECIFICATIONS AND PARAMETERS OUTLINED BY THE SPRINT RADIO C.L.OF EXISTING ANTENNA FREQUENCY(RF)ENGINEER.THIS TEST SHALL BE PERFORMED PRIOR ELEV. SITE NAME: UNKNOWN TO FINAL ACCEPTANCE OF THE SITE/ GIFFORD WATER TANK THE ANTENNA FIBER OPTIC CABLE INSTALLER SMALL BE RESPONSIBLE FOR L.L.OF EXISTING SPRINT IDEN ANTENNAS PERFORMING AND SUPPLYING SPRINT WITH }TYPEWRITTEN TIME DOMAIN ELEV. 3100'-0'AGL REFLECTOMETER(TDR)TESTS TO VERIFY CABLE LENGTH AND TO CHECK SITE NUMBER: FOR WATER DAMAGE. M160XC240 VAPOR WRAP WILL BE USED TO SEAL ALL CONNECTIONS. ALL JUMPERS TO THE ANTENNAS FROM THE MAIN TRANSMISSION LINE WILL BE 1/2"JUMPERS AND SHALL NOT EXCEED 6'-0'. MAXIMUM LENGTH SITE ADDRESS: FOR THE JUMPERS AT WIMAX BTS UNITS WILL BE 6'-0". 4690 28TH CT. UPON COMPLETION,PROVIDE A HEIGHT VERIFICATION DEPICTING RAD EXISTING 156'-8" CENTER AND TOP OF ANTENNA. VERO BEACH,FLORIDA 32948 WATER TANK TOWER IAN RIVER COUNTY ANTENNA MOUNTING NOTES DESIGN AND CONSTRUCTION OF ANTENNA SUPPORTS SHALL CONFORM TO M CURRENT ANSI/EIA/TA-222;APPENDIX B FOR WIND LOADING; "STRUCTURAL STANDARDS FOR STEEL ANTENNA TOWERS AND ANTEN ` 1LO1nJ ROUTE NEW COAX LINES OR SUPPORTING STRUCTURES"OR APPLICABLE LOCAL CODES. /� Y `Y TTISIIInINnz Y'' ALL STEEL MATERIALS SHALL BE GALVANIZED AFTER FABRICATION CABLE ON/IN EXISTING ACCORDANCE WITH ASTM A72}"ZINC(MOT-GIPPED GALVANIZED MESSENGER PIPE SYSTEM COATINGS ON IRON AND STEEL PRODUCTS'.UNLESS OTHERWISE NOTED, ��N`y P`• "� NC ALL BOLTS,ANCHORS AND MISCELLANEOUS HARDWARE SHALL BE e.� C,E ArS�^, NOTE: RRU'S ARE TO BE GALVANIZED IN ACCORDANCE WITH ASTM A153"ZINC-COATING(HOT NO. 62209 POWERED UP WITHIN 24 DIP)ON IRON AND STEEL HARDWARE".UNLESS OTHERWISE NOTED. HOURS OF PLACEMENT ON DAMAGED GALVANIZED SURFACES SHALL BE REPAIRED BY COLD - THE TOWER. GALVANIZING IN ACCORDANCE WITH ASTM A780. - DO NOT OPEN RRU ALL ANTENNA MOUNTS SHALL BE INSTALLED WITH DOUBLE NUTS AND •e STATE OF PACKAGES IN THE RAIN SHALL BE INSTALLED SNUG TIGHT. p e X• (� MINIMUM HORIZONTAL SPACING SHALL BE 2'-0'BETWEEN ALL ANTENNAS. .e OR I OPS '`` NOTES. V�; ALL AZIMUTHS ARE TO BE ESTABLISHED CLOCKWISE FROM THE TRUE NORTH HEADING. CONTRACTOR SMALL VERIFY PROPOSED ANTENNA RAD CENTER AND ORIENTATIONS WITH SPRINT PCS PRIOR TO INSTALLATION OF ANTENNAS. AH wANc PRIOR TO ATTACHING ANTENNAS AND MOUNTING SECTIONS,EXISTING REGISTERED EI1cNEER TOWER AND TOWER FOUNDATION MUST BE ANALYZED BY A LICENSED srATE OF FLDRwA STRUCTURAL ENGINEER TO VERIFY TOWER IS CAPABLE OF SUPPORTING FEwzzw NOTE: NOTE: THE PROPOSED LOADS. REFER TO STRUCTURAL ANALYSIS BY OTHERS, NEW SPRINT HYBRID CABLES TO RUN 1. STRUCTURAL CALCULATIONS FOR THE TOWER&SPRINT'S ANTENNA SUPPORTING MOUNTS IS CERTIFIED CONTRACTOR SHALL REFER TO TOWER STRUCTURAL CALCULATIONS FOR ALONGSIDE EXISTING SPRINT CABLES. &PREPARED BY OTHERS AND THOSE CALCULATIONS CERTIFY THE CAPACITY OF THE TOWER STRUCTURE& ADDITIONAL LOADS. NO ERECTION OR MODIFICATION OF TOWER SHALL CONTRACTOR TO TAKE EXISTING CABLES SPRINT'S ANTENNA SUPPORTING MOUNTS FOR THE DEPLOYMENT OF THE SPRINT NETWORK VISION BE MADE WITHOUT APPROVAL OF STRUCTURAL ENGINEER. TO BE REMOVED IN FINAL CONFIGURATION EQUIPMENT.CONTRACTOR TO COORDINATE WITH ERICSSON PROJECT MANAGER TO OBTAIN A COPY. OFF THEIR SUPPORTS(SNAP-INS)THEN BUNDLE DRAWN BY:WJ DATE DRAWN:05/12/12 THEM WITH ZIP TIES DURING THE INTERIM 2. CONTRACTOR TO REFER TO STRUCTURAL CALCULATIONS OF THE TOWER&SPRINT'S ANTENNA REVIEWED BY: CC APPROVED BY: I RL CONFIGURATION. NEW HYBRID CABLES TO BE SUPPORTING MOUNTS FOR ADDITIONAL MODIFICATIONS IF ANY. NO ADDITIONAL LOADS SHALL BE IMPOSED APPROXIMATE CABLE RUN INSTALLED WHERE EXISTING CABLES TO BE ON STRUCTURE&NO ADDITIONAL ERECTION OR MODIFICATION OF THE STRUCTURE SHALL BE MADE MH PROJECT#:17123001.00 REMOVED WERE.To IN FIELD. WITHOUT CONSENT&APPROVAL OF THE STRUCTURAL ENGINEER OF RECORD.' SECTOR A SECTOR B SECTOR C REVISION NOTIFY ERICSSON CM OF ANY DISCREPANCY. NO DESCRIPTION BY DATE 3. NO WORK SHALL COMMENCE WITHOUT THE APPROVED TOWER/ANTENNA MOUNT STRUCTURAL ANALYSIS TOTAL 253'-6" 300'-0" 253'-6" REPORT SIGNED AND SEALED BY A LICENSED PROFESSIONAL ENGINEERINEERUNDER A 90%CO SUBMITTAL WJ 05NDER SEPARATE COVER.IF 05/14/12 REQUIRED,THE CONTRACTOR SHALL MODIFY TOWER AND/OR ANTENNA MOUNTS AS INDICATED IN THE ABOVE FROM RRU TO 0 FINAL HU 07/25/12 MENTIONED STRUCTURAL REPORT OR ASSOCIATED MODIFICATION DESIGN DRAWINGS. VERTICAL RUN 50' 97' 50' 7 FINAL WJ 09/27 12 CO MRACTOR TO COORDINATE WITH PROJECT MANAGER TO OBTAIN A COPY. RAD TO2 U.S.G.COMMENTS CA 06/12/13 4. CONTRACTOR TO VERIFY CONDITION OF&TORQUE DOWN ALL CONNECTIONS OF EXISTING MOUNT PRIOR TOWER BASE 133'-6" 133'-6" 133'-6" TO PLACEMENT OF NEW LOADS. TOWER BASE TO RBS 70' 70' 70' SHEET TITLE: TOWER PROFILE TOWER PROFILE CABLE RUN TABLE SHEET NUMBER: SCALE: 1/16' 1'-0"(BASED ON 22x54 PAPER SIZE) 2 N.T.S. A�4 SCALE: 1/32"= 1'-0'(BASED ON 1117 PAPER SIZE) scar::VIc-r-4' J 1 PREPARED FOR: EQUIPMENT SCHEDULES ARE BASED ON RFDS REVISION#B3 Sprint m camewa^ 1 INTERNATIONAL BOULEVARD e.mon swtnn n.nlerl e.cm,r !.°we asewB SUITE M #800 ount I I I MAHWAH, N.J. 07495 anWaRurcr RFS 0.F5 qF5 Model IBCI9WHG-1 IBC39o0NG-1 IBC19ppHG-I CONSULTANT Gain dB 3�9 dB 3�9 tlB 3�9dB _— !n YIR FILTER 89ob1 89oh(1 8apsa 8a91ad 8apti0- B<IM MORRISON MERSMFIELD Count 1 1 ] Twe Soue GMO.BUR N3. Manu/MVnr ENeffOn fritlf0n Eritlfon YI—.FL ud T, S »A8I% Fen:05'311.0858 .� Model 800 ESMR 800 FSMR 000—It ISTATE OF fLOgpA LGB 0000!!08 +nwrmwMoneOMRY.mm mal OH wF0 RB9 0102 RpB Lvy, BBS 8102 Ednam SITE NAME: GIFFORD WATER TANK I>� SITE NUMBER: M160XC240 di4irYw"'Yei lennW ar.a rw—I aY°mc°'R SITE ADDRESS: wwY tv.w.nr a 'uaRa. wraM.. 1.Awaa Bu.22s.Bnm rns-afs.m 19: v2 4690 26TH CT. Ee'0�a0p o o VERO BEACH, FLORIDA 32946 tao.m.tw.an Ix 192 IAN RIVER COUNTY EvOo.le00 'An'9A 1!]0m-1B%.an taiOm.lMm 1! 192 L*E 19a 19n.9m.tWs.a9 1 ms.000 LIE leoR M Tam a nj R..cYBlmnlw rt caws P� ,�e2 ``fJgfNall�xxxxBY'B, R.a Y.eB„ wsl4re. cotM as C 13 •{P, .. .A N��. Ren anY! la.e Ira R!C awA laoa C E N _ ».Efuo 1 lemm 1 0 _ EVDD taro NO 62209 � YAomI DLLY AfY po01 – _ ON STATE OF vµwµG w Sw wm° REGSfERfO EYGINEER S FLORipA YICROW AV[0180 TA PEB82209 AWVe wlltA Ane 'aaMY1 WnaM T9Y1 TaAh 'BM OAw • WeOaM ltna 4! DRAWN BY:WJ DATE°DRAWN:05/12/12 REVIEWED BY: CC APPROVED BY: IRL MH PROJECT#:17123001.00 REVISION NO DESCRIPTION BY DATE Baan A 907.CD SUBMITTAL WJ 05/14/12 0 FINAL HU 07 25/12 '•'' • • Y1cROWAVl RAYO 1 FINAL wi 09.. 7 12 ..,_ arae wllM wM umeaM rwl T..a.r9wt9 YBYI aw TrF. Frc wl va.d.r. 2 U.S.G. COMMENTS CA O6?2/t3 SHEET TITLE: EQUIPMENT SCHEDULE&RFDS SHEET NUMBER: '�° A-5 PREPARED FOR: ANTENNA DIAGRAMS ARE BASED ON RFDS REVISION#B3 Sprint' Only I of 3—t—shown I INTERNATIONAL BOULEVARD SUITE #800 MAHWAH, N. 07495 CONSULTANT: DU [Pei Txa Spun FL—1 a Y. T-5-655—.M.w 81—MM0110 —8110111 I CDMA pw senor.(IT2R) --------------------- .............------------- pn SITE NAME yGIFFORD WATER TANK SITE NUMBER: M160XC240 Al.- SITE ADDRESS: 4690 28TH C7. ------------------------- D VERO BEACH, FLORIDA 32948 UP 1.aGRtBIe CDMA JAN RIVER COUNTY p--w,(IT2M wArcr--------------------I N ith IX rd: A I,Q 3 NO 62209 y A Z-0I h Minl link flrR j xRJ--MGSx ,n vz MaOF Men it STATE . ..... 2 1, _f]MH.L7E(2T2R) 0 ExtertlN MInI Link Backhaul �'♦ts ZOROD Z' 'GOP 2P or 6P Mt.IIM in FIBS I 'P" $WV`-n 20P.00-10.1het -------------- ih- ----------- FE ------------ Ewrry. ...........— DRAWN BY:WJ DATE DRAWN:05/12/12 220 VAC REVISION _O DESCRIPTION BY DATE A 907.CD SUBMITTAL 05/14/12 --- 0 FINAL iu 07/25/12 L -- - -- ---- I FINAL Wj 09/27/12 Exlemal L 2 U.S.G.COMMENTS A BBS 6102 06/12/13 ---------- (up 10 ox 170sh RBS 5102 Main Ramat&-2011 Deployments with RRUS-1 I 8 ftnft) 800 MHz:I ca rrler IT2R CDMA -SHEET TITLE: 1900 MHz:up to 8 curflem lT2R CDMA ANTENNA PLUMBING 1900 MHz:5 MHz 2T2R LTE DIAGRAMS SHEET NUMBER: A-6 t PREPARED FOR: NOTE: CONTRACTOR TO FIELD NOTE:RRU'S ARE TO BE POWERED UP WITHIN 24 CDMA on VERIFY ALL DIMENSIONS AND NEW(9)RRU(3)PER CDMA o2HOURS OF NOTIFY MH FOR ANY SECTOR(REFER TO RF ^� THE TOWER PLACEMENT ON DISCREPANCY • DATA SHEET) DO NOT OPEN RRU 7�CDMA S�1� 1 1 LDMA�a PACKAGES IN THE RAINprint NW NQ NOTE: CONTRACTOR TO FIELD �Q VERIFY ALL DIMENSIONS AND NOTIFY MH FOR ANY 1 INTERNATIONAL BOULEVARD zy DISCREPANCY SVRE N800 MAHWAH. N.J. 07495 NEW 2 1/2"0 CONSULTANT: E%ISTING EXISTING (2 7/8 O.D.) m[PC; .I 156'-8" EXISTING EMPTY CDMA 156'-8" X 8'-0"LONG ■L w VCD.AWATER TANK WATER TANK SCHED. 40 HOT DIP ®®®® PIPE(TYP.OF 10) GALV, MOUNTING PIPE MORRI.O�N HERSHFIELD IN EXISTING MOUNT Tw smm U—,.yb sub 245. LOCATION. P. Fbeb ,FL-124 Tek 851377.1855 Far 954.5771858 1a0 sTAoF R.ORDA coe oeooe5oe MVM MMP' EXISTING EMPTY .m°n1onMM8el4,mm Pti tpR CDMA PIPE (TYP. OF 10) CDMA SEg0 CDMA py1MUR GPMMP s,'�%y SITE NAME: EXSTING I' SEGSO OTHERS TO REMNAINBY SEGSO �OTO'Pe/�. GIFFORD WATER TANK (TYR.OF 6) NEW(3)SPRINT PANEL �q SITE NUMBER: CDMA ANTENNAS(1)PANEL CDMA /� ANTENNA PER SECTOR M160XC240 (REFER TO RF DATA S�'yL SHEET) SITE ADDRESS: CT TN 2 5 EXISTING ANTENNA BY 04+ ql OTHERS TO REMAIN 469028TH CT. w Btu 1 1 SF'4LT (TYP.OF 6) VERO BEACH, FLORIDA 32948 q CT y IAN RIVER COUNTY Oq of� /4 i'Pi'P EXISTING ANTENNA PLAN 9 AD TE: BALCONY HANDRAIL PI M �3 1'-0"(BASED ON 22e34 PAPER SIZE) Y D r MOUNTS FOR ANTENNA 0 1'-0"(BASED ON 11x17 PAPER SIZE) THERMENT wM:o/e'-I'-e' ADDED%NSTIALLED JELL E �e2 ;`YTTTN 111 44jZ1j T 4 l SEAL WELDED ♦ 1� ��y P°-• .A NC VNR NOTE' RRU'S ARE TO BE t s T-tt . C ENS•, F POWERED UP WITHIN z4 � PROPOSED ANTENNA PLAN-TEMPORARY 1 T) HOURS OF PLACEMENT ONy ( ) ` N0. 62209 THE TOWER. i SCALE:}/8"- t'-0"(BASED ON 22:34 PAPER SIZE) 7' —7 S DO NOT OPEN RRU SCALE: 3/16"- 1'-0 BASED ON 11.17 PAPER 52E 5cui.5® — hP PACKAGES IN THE RAIN STATE OF ." j NOTE: CONTRACTOR TO FlELD ••°•e OR1DP 2'G VERIFY ALL DIMENSIONS AND ��T FS o•• °.•` V\ 7r; NOTIFY MH FOR ANY DISCREPANCY EXISTING SPRINT CABLE NEW 2 1/2"0 BRIDGE TO EXISTING (2 7/8"O.D.) PROPOSED SAN waNG SPRINT RBS REMAIN as REO ENGNEER 156'-B" X e'-0"LONG 6102 RSSTATS aF FLOROA WATER TANK SCHED.40 HOT DIP EQUIPMENT FSAexA9 GALV.MOUNTING PIPE 2 CABINET IN EXISTING MOUNT -.-..-...sea...m..n.r. ..—.,i°.wa�.,..i.o LOCATION. (TYP.) A_g NEW SPRINT(3) M_—.... �—'�49°'—'•'O`39mm 0 HYBRIDJtMEXISTING EMPTY EX LE. GOA%ROUTED AT DRAWNBYWJDATE DRAWN:05/12/12 �EGOR PIPE(TYP.OF 10) CABLE ROUTE(1 REVIEWED BY: CC APPROVED BY: RL S NOTE: PER SECTOR) MH PROJECT b:7123001.00 ALL BALCONY HANDRAIL PIPE MOUNTS FOR ANTENNAS AND REVISION OTHER EQUIPMENT TO BE NO DESCRIPTION BY DATE NEW(3)SPRINT PANEL ADDED/INSTALLED SHALL BE A 90%CO SUBMITTAL WJ 05/14/12 ANTENNAS(1)PANEL SEAL WELDED © 0 FINAL HU 07/25/12 ANTENNA PER SECTOR _1 FINAL WJ 09/27/12 (REFER TO RF DATA 2 U.S.G. COMMENTS CA 06/12/13 2 5 SHEET) .4 EXISTING ANTENNA BY _1 _1 fQ GTh OTHERS TO REMAIN O'PB 6'0, (TYP. OF 6) SHEET TITLE: ENLARGED ANTENNA PLANS 3 PROPOSED ANTENNA PLAN-FINAL 4 CABLE RUN DIAGRAM &COAX RUN DIAGRAM SCALE: 3/8"= 1'-0'(8ASED ON 22.34 PAPER SIZE) 0 1 SCALE:N..S SHEET NUMBER: SCALE:3/16"= 1'-0"(BASED ON 11.17 PAPER SIZE) A-7 PREPARED FOR: FRECUENCY INDICATOR ID SECTOR CABLE FIRST RING SECOND RING THIRD RING Sprint= 1 ALPHA 1 NO TAPE NO TAPE 800 N7 YELLOW 2 NO TAPE NO TAPE 1800 #1 YELLOW " 3 NO TAPE NO TAPE 1900 02 YELLOW 4 WHITE NO TAPE NO TAPE RESERVED YELLOW E 1 INTERNATSUIITE #800ONAL BOULEVARD 5 NO TAPE NO TAPE RESERVED YELLOW MAHWAH. N.J. 07495 6 NO TAPE NO TAPE RESERVED YELLOW 7 NO TAPE NO TAPE CONSULTANT: [ME YELLOW 8 NO TAPE NO TAPE ■■®® w 2 BETA 1 NO TAPE YELLOW MORRISON HSRS l—O Sw°.UMwn°y DMB,Sub 2a5, 2 NO TAPE T- SM.—SM�.no,,,FL 3I] TN Fec 05AAT1.<656 3 NO TAPE ,) FREQUENCY COLOR CODE STAT wm m 4 WHITE WHITE NO TAPE SCALE: N.T.S. ..•�. 5 NO TAPE 6 NO TAPE SITE NAME: 7 NTAPE GIFFORD WATER TANK 8 NO TAPE 3 GAMMA 1 EXAMPLE—SECTOR 2,CABLE 2.BOOMHZ RADIO#1 SITE NUMBER: 2 M160XC240 3 low SITE ADDRESS: 4 WHITE WHITE WHITE EXAMPLE—SECTOR 3.CABLE 1, 190OMHZ RADIO#14690 28TH CT, VERO BEACH,FLORIDA 32948 5IAN RIVER COUNTY 6 7 M koe EXAMPLE—SECTOR 1,CABLE 4,BOOMHZ RADIO#1 8 AND 190OMHZ RADIO#1 Q2 1.DOLOR BAND TO BES WIDE ON MAM IME. � ``,`..\N111 EFTA A 2.SPACMG TO BE I'BETWEENMNDSANDr EETWEENMNEANDQ 13 P,. .q N TECIOIOLOGY MNDS.NO SPACE SEIWEEN TECNNDLOGY COLOR BURS. ��`'� 3.COLOR MND ON JUMPER31-WIDE WITH 1'SPACE :" C E IV S�.�' ,'' <.BTARTCOLOR MHOS r BEYOND WEATHERPROOFING. ; F S.START SECTOR COL011 NEM TO END CONNECTOR : NO. 62209 • '� 4 COAXIAL CABLE COLOR CODE 2 CABLE COLOR CODE SCALE: N.T.S. SCALE: N.T.S. v ;•�� �e STATE OF 1900 RRU #1 ��FS•o<ORI�P.e'G"� TO RRU POWE TO RRU FIBER INPUT �� INPUT oo.rN NaosrN REGIs*EREENDNEER STATE M FLORIDA \ PERvIR DC POWER FIBER SECTOR#2 CABLE#2 TECHNOLOGY INDICATOR 800 RRU#1 m'�"^"�•• amw�.r DRAWN BY:WJ DATE DRAWN:05/12/12 REVIEWED BY: CC I APPROVED BY: I RL HYBRID CABLE MH PROJECT#:7123001,00 REVISION NO DESCRIPTION BYDATE 3--SECTOR#2 CABLE#2 A 90%CD SUBMITTAL WJ 05/14 12 0 FINAL HU 07/25/12 DC POWER FIBER 7 FINAL WJ 09/27/12 2 U,S.G. COMMENTS CA 06/12/13 SHEET TITLE: COLOR CODING 5 HYBRID CABLE COLOR CODE SHEET NUMBER: 3 ANTENNA&CABLE COLOR CODE A-8 _p SCALE: N.T.S. SCALE: N.T.S. A.S. 8 J PREPARED FOR: MANUFACTURER:ERICSSON MODEL:GLOBAL BASE FRAME(GBF)6102 WEIGHT: 144.0 LBS. REMOVABLE 11 4 X 0.8"MOUNTING EXISTING/NEW Sprint' GUAGE COAX COVER 51.18" HOLE RBBBS S 6102 OR 6102 1/2"0 GALV. M.B(ASTM A307)EACH 1 ' CONC SLAB CORNER PER MANUFACTURERS 1 SPECIFICATIONS(TYP.) (ONLY FOR RBS) 1 INTERNATIONAL BOULEVARD 2 APPROVED CLIPS NEW GLOBAL BASE FRAME L SUITE #800 (ONLY FOR RBS) MAHWAH. N.J. 07495 y`•° T P VI W SI VI W 4%4X3/16 GALV. ���- 1/2"0 HILTI KWIK BOLT TZ CONSULTANT: TUBE SECTION W/ RBS 6102 CABINET STAINLESS STEEL ANCHOR BOLT WELDED TAB® WITH 3 1/4"MIN. EMBEDMENT IN � ENDS CONCRETE 1 PER MANUFACTURERS EACH MORRISON HERSFIFIELO SNAP-IN HANGER CORNER PER MANUFACTURERS Tx S. Ul OMe=245. FOR COAX CABLES �P SPECIFICATIONS(TYP.)(SPECIAL - Rbnsmn.FL avxs FRONT VIEW NEW GBF 6102 INSPECTION REQUIRED) Tx vsa.sn.4Bss Fec 954.Sn.a55e STAT!a fLORDA Cd 0550lSO! 3/4"OIA. HOLE FOR EXISTING CONCRETE SLAB SNAP-IN HANGER 5 CABLE TRAY DETAIL 4 GBF DETAIL 3 TYPICAL CABINET ANCHORAGE DETAIL SCALE: N.T.S SCALE' N.T.S SCALE: N.T.S SITE NAME: GIFFORD WATER TANK SITE NUMBER: ERICSSON RBS 6102 ERICSSON BBS 6102 MI60XC24O SBE ADDRESS: DIMENSIONS 51.1811 X 27.56"D X 66.93"H DIMENSIONS 51.18'W X 32.68"D X 57.28"H 4690 28TH CT. VERO BEACH.FLORIDA 32948 '449.74- 568.79 LBS. WEIGFRS ••7]1.62 LBS. WEIGHTS IAN RIVER COUNTY ••491.63- 654.77 185. MINIMUM CLEARANCE MINIMUM CLEARANCE M FRONT 27.56" FRONT 31.00" SIDES 18.00" SIDES 18.00" � ` e` REAR 7.87" REAR 6.00" P 13 J �""1p,5N•I,K'A N'%, •WEIGHT SHOWN ON THE TABLE INCLUDES AGM BATTERIES ,� •HEIGHT SHOWN ON THE TABLE INCLUDES GLOBAL BASE FRAME.PROVIDED BY ERICSSON. :..EIGHT SHOWN ON THE TABLE INCLUDES OPZV BATTERIES NO 62209 •'WEIGHT SHOWN ON THE TABLE INCLUDES GLOBAL BASE FRAME,PROVIDED BY ERICSSON. STATE OF 51.127.56' 2 1 51.18" BBS 61023�--Jt �� °°•o(OR I OP�•���� dllllililllli�llliiimlil dlllllllllil �Iillllillll RBS 1112-\\ RBS 6102 _ REGISTEREUENGNEER BBS 6102 ST"'E GF RORroA EERzms WEATHER STRIPPING 0 _ e MUST BE INSTALLED 0 _ 0 GBF TOP PRIOR GLOBAL BASE DRAWN BY:WJE DATE DRAWN:05/12/12 TO 6102 PLACE ON A-g FRAME(GBF) GLOBAL BASE REVIEWED BY: CC APPROVED BY: RL eFRAME(GBF) EXISTING EXISTING MH PROJECT#:7123001.00 A-9 CONCRETE SLA CONCRETE SLAB REVISION NO DESCRIPTION BY DATE A 90%CO SUBMITTAL WJ 05 14/12 0 FINAL HU 07/25/12 EXISTING 3 1 FINAL WJ 09/27/12 CONCREIE SLAB FRONT VIEW 0i A-9 SIDE VIEW FRONT VIEW SIDE VIEW 2 U.S.G.COMMENTS CA 06/12/13 A-9 SHEET TITLE: 6102 DETAILS 2 RBS BBS 6102 SHEET NUMBER SCALE: 61 : SCALE. NILS A_A KY VIEW PREPARED FOR: GPS MINIMUM S REQUIREMENTS NOTE: NOTES: ALL BALCONY HANDRAIL PIPE MOUNTS FOR ANTENNAS AND Sprint' 1. THE ELEVATION AND LOCATION OF THE CPS ANTENNA SHALL BE IN i OTHER EQUIPMENT TO BE ACCORDANCE WITH THE FINAL RF REPORT. ADDED/INSTALLED SHALL BE 2. THE CPS ANTENNA MOUNT IS DESIGNED TO FASTEN TO A STANDARD 1" SEAL WELDED NOMINAL DIAMETER PIPE(1.315 OVERALL DIAMETER),SCHEDULE 40, TOP GALVANIZED STEEL OR STAINLESS STEEL PIPE.THE PIPE SHALL BE CUT TO THE REQUIRED LENGTH MINIMUM OF 18 INCHES)USING A HAND OR 1 INTERNATIONAL BOULEVARD ROTARY PIPE CUTTER TO ASSURE A SMOOTH AND PERPENDICULAR CUT. 11.8" SUITE #800 A HACK SAW SHALL NOT BE USED.THE CUT PIPE END SHALL BE MAHWAH. N_J. 07495 DEBURRED AND SMOOTH IN ORDER TO SEAL AGAINST THE NEOPRENE GASKET ATTACHED TO THE ANTENNA MOUNT. r , 3. R IS CRITICAL THAT THE CPS ANTENNA IS MOUNTED SUCH THAT R IS FONSULTANT:I(r--SII WITHIN 2 DEGREES OF LEVEL. [Pr;4. DO NOT SWEEP TEST GPS ANTENNA. 5. DO SWEEP TEST THE GPS COAX. MORRISON HERSH-- BOTTOM Twe Soup U—N,ONe,S.M 345, PYnMdn.FL—. PROPOSED GPS ANTENNA TeL 950.3r1.4&SS Fac SS\.5>1A858 (REFER TO RF DESIGN CPS ANTENNA MOUNTING MANUFACTURER:RFS STgTE Or eLORDA Cofoaa4ee44 FOR SPECS) BRACKET _ _ MODEL:APXVERR18-C "'""'^a^ti^^s s•M.d.^ WEIGHT WITHOUT MOUNTING HARDWARE: PIPE CAP DIMENSIONS: H.ftl): DWARE:50 LEIS m Fes- 5_DE FREQUENCY: RE ER TORFXDA A SHEET ITE SCH. 40 STAINLESS 5- ANTENNA DETAILS SITE NAME: GIFFORD WATER TANK GALVANIZED STEEL OR GALV. SCALE:N.T.S MOUNTING PLATE. STANDARD PIPE (1.3500 SEE DETAIL BELOW O'D) SITE NUMBER: CABLE BRIDGE POST OR M160XC240 H-FRAME PIPE. REFER TO COMPOUND PUN FOR SITE ADDRESS: EXACT LOCATION 4690 28TH CT, t13/16- 1 " LOTTED HOLE VERO BEACH,FLORIDA 32948 8) IAN RIVER COUNTY NOTE: NEW MOUTING ALL GALVANIZED _ 413/16- NEW 2 12' BRACKET TEEL TO BE HOi / SUPPLIED WITH DGaLVANREDHOT 7DIPPED GALBV SCH, M40 ANTENNA MOUNTING ANTENNA(TyPIPE (TYP.)NEW POUTING PER PLAN NEW ANT NANEWCROSSOVER PLATE BRACKET C E NKR.VALMONT/SITEPRO SUPPLIED WITH PART#:SCX-3K ANTENNA(NP,) N0. 62209 1/4"STEEL PLATE = - p•^^ STATE OF e^ GPS ANTENNA 4 SCALE A 3 CROSS PLATE DETAIL 2 ANTENNA MOUNTING ' OR 10' SCALE: N.T.S. SCALE: N.T.S /0 NEW RRUS 11 MOUNTED 18" NEW 2 1/2" ABOVE OTHER RRUS (2 7/8"0.0.)x8'-0'L 1/4"CAP PLATES 11 FOR DRIP UNE HOT DIPPED GALV. SCH. MOUNTING PIPE RE05lEneC ENONEEn REQUIRED ON BOTH CABLE SPACING 40 ANTENNA MOUNTING (TYR.) NEW 2 1/2" ENDS ALL MOUNTING A I_ -1 scare aFnwlna (2 7/8"O.DGALV.0"L. PIPES(SEAL WELD) 2 3 PIPE(TYP.)� PEMYN9 HOT DIPPED GALV.SCH. NEW 2 1/2" 1 1 1 1 40 ANTENNA MOUNTING NEW RRU(TYP.OF (2 7/8"O.D.)x8'-0"L '�"""` PIPE(NP.) 3 PER MOUNTING HOT DIPPED GALV. SGH. t RRUS 11 MOUNTED NEW RRUS 11n+ems° 40 ANTENNA MOUNTING ABOVE OTHER RRUS MOUNTED TO 1 PIPE) PIPE(T1'P,) ClOR DRIP LINE MOUNTING PIPE 3 3 4 21 B r-- ---' E SPACING DRAWN BY:WJ DATE DRAWN:05/12/12 SECTION A REV'EWEO BY: CC APPROVED BY: RL MOUNTING BRACKET h q-7 q-4 A-4 MH PROJECTHARDWARE SUPPLIED #:7123001.00 WITH RRU(TYP.) NEW RRUS i t SINGLE RRU WHERE REVISION MOUNTING CLAMP APPLICABLE.SEE NO DESCRIPTION BY DATE NEW RRU PDU SIDE (TYPOF 2 PER SHEET A-790R CD SUBMITTAL WJ 05/14/12 BRACKET NP.) RRUS 11) A2 MODULE MOUNTED NEW RRU 11( A2 MODULE MOUNTEDON BACK OF RRU MOUNTED TO 0 FINAL HU 07/25 12 2ON BACK OF RRUNEW BOOMH2 SMR MOUNTING PIPE i FINAL WJ09/27 12 FILTER NEW RRU PDU 2 U.S.G.COMMENTS CA O6 12 13 COMBINER h FILTER NOT NEW BOOMHZ SMR ! SIDE BRACKET SHOWN FOR CLARITY FILTER e4 (TYP.) NOTE: 11/4"CAP PLATES SHEET TITLE: COMBINERS SHALL BE MOUNTED 1/4"CAP PLATES REQUIRED ON BOTH SECTION B DETAILS ON PROPOSED 2-7/8.O.D REQUIRED ON BOTH ENDS ALL MOUNTING UN.11 PIPE MOUNT DETAILS ANTENNA MOUNTING PIPE WITH SIDE VIEW EN05 A L MOUNTING FRONT VIEW PIPES (SEAL WELD) 1 SCALE N.T.S MANUFACTURERS MOUNTING PIPES(SEAL WELD) SH ET NUMBER BRACKET A-10 0 PREPARED FOR: s. ` Sprint' RRU'S CAN ONLY BE PAINTED ON SOLAR$WELD. CIENA BOX DIMENSIONS ENCLOSURE DIMENSIONS: 7 INTERNATIONAL BOULEVARD 16.8"(w)x 17.0"(H)x 7.0"(D) =E' SUITE ,y800 427mm(W)x 431— (H)x 178-(D) - MAHWAH, N.J. 07495 PRODUCT WEIGHT: 13.0 KG; 28.6 LBS ERICSSON RR -11-80OMH CONSULTANT: DIMENSIONS(H X W X D) 17.0"% 17.8"X 9.2"(INCLUDES SUNSHIELD) �q `L `L WEIGHT:54 LBS ®®®® CLIMATE: 40'SIL T, O FA MORRIEON MERSHFIELD -I 91 (SELF CONVECTION SILENT, NO FANS. IP55) rwo 9mn I—.FDme,3up x�3. POWER CONSUMPTION: 200 WATTS(TYP.) —I—.FL Tet%1Sn.a335 954�'TA636 STATE Oi RdIGA GW SSSSISSS wx'..mdMaMereM1SelG.com 4 800 MHZ RRU DETAIL EXISTING SPRINT ATS NEW CIENA BOX SCALE:N.T.S SITE NAME: GIFFORD WATER TANK _ nA SITE yNU/MBBER: EXISTING H-FRAME M 160XC240 RRU'S CAN ONLY BE SITE S: ADDRES PAINTED ON SOLAR SHIELD. x TE DTH S: T. VERO BEACH,FLORIDA 32948 3 zi AN RIVER COUNTY it ERIC55QN RRUS-11-1900MH nj DIMENSIONS(H X W X D) /LO'� e 17.0"x 17.8"X 7.2"(INCLUDES �Qi TT11111I Il zlzj \\ WEIGHT:44 LO$ CLIMATE: -60'70+$5 y .e N 9 (SELF CONVECTION SILENT, NO FANS, IP55) E N 3`G POWER CONSUMPTION: 200 WATTS(TYP.) a"�\ e.. NO 62209 5 CIENA BOX 3911 DETAIL SCALE:N.T.S 3 1900 MHZ RRU DETAILS z:e STATE OF e' SCALE: N.T,S e ORO, 0 WANG REd3TEREp ENGNEER STATE OF FLORxz3 GEx37208 NEW RRUS 11 PDU BRACKET NEW RRUS 11 15, 3.4" PDU BRACKET ..e..n�anm....,... :.'s:.�: 11.0" 8 0" N � N1Y DRAWN BY:WJ DATE DRAWN005/12/12 c � REVIEWED BY: CC APPROVED BY: RL llW�� LLL a • • MH PROJECT d;7123001.00 NEW REVISION FRONT VIEW SIDE VIEW T07 VIEW FRONT VIEW -ID VIEW RRUS 11 "COMMENTSCA BY DATE SUBMITTAL l WJ 05/14/12 H U 07 25 12 800 MHz SMR FILTER WEIGHT= 10 BS WEIGH_�21,21�pE Lg5 TS CA 06/12 13NOTE: REFER TO RDFS FOR OUANTTTIES AND FURTHER SPECS. DETAILS 4 FILTER,A2 DETAILS 2 PDU BRACKET DETAILS SHEET NUMBER: SCALE:N.T.S SCALE: N.T.S A-11 1� PREPARED FOR: NOTE: Sprint' ALL BALCONY HANDRAIL PIPE MOUNTS FOR ANTENNAS AND - OTHER EOUIPMEN7 TO BE ADDED/INSTALLED SHALL BE SEAL WELDED 1 INTERNATIONAL BOULEVARD SEAL WELD SUITE HB00 EXISTING 3/16 MAHWAH, N.J. 07495 HANDRAIL PIPE CAP CONSULTANT _____ ■ NEW 2-1/2'0 GALV.SCHED 40 PIPE MOUNT. MORRISON MER3HFICLD Txo 9—U— COORDINATE PIPE LENGTH "mmn FTZ9MIe 246, IN FIELD AS REQUIRED Tet B34.SA.4l55 Fac 95°5tt.4659 (MIN. LENGTH: 72') ETATEMR.oROAcp uOflasfu! 3 i 6 SEAL PROPOSED PLATE 3/8'�s' 3 16 WELD (10'LONG) OUTLINE OF GA . /�^/�� NEW 2SCHED �.WATER TANK r3 SITE NAME: 40 PIPEEMOUNT LvA-12 WINEW GIFFORD WATER TANK OSITE NUMBER: M16OXC24O DETAIL TIBRACKET ANTENNA DOWN SITE ADDRESS: SCALE: N?.S 4690 28TH CT, VERO BEACH,FLORIDA 32948 EXISTING IAN RIVER COUNTY HANDRAIL M NEW ANTENNA ^Q` e�'O�3 2 ``f`1- , .`` PIN.l i W w A i ,. A-tz 3 y^ CEN N0. 62209 STATE OF O ° EXISTING CATWALK 'a<OR IaP°"���'�� EXISTING '� �iS`S./�'�. G `� POST BEYOND EXISTING 8'x 1/4'PL NEW 2-1/2'0 GALV. TAH wuTc SCHED 40 PIPE REG9TERE9 ENGNEER MOUNT aTA>p OE vIORmA EY93300 SEAL PIPE PLATE }/16 V WELD DRAWN BY:WJ DATE DRAWN:05/12/12 REVIEWED BY: CCAPPROVED BY: RL 3/16 MH PROJECT#:712}001.00 PROPOSED PLATE 3/8'x4' REVISION (9'LONG) NO DESCRIPTION BY DATE A 90%CD SUBMITTAL WJ 05/14 12 0 FINAL HU 07/25/12 1 FINAL WJ 0927 12 2 U.S.G. COMMENTS CA 06/12/13 2 DETAIL ANTENNA MOUNT DETAIL SHEET TITLE: SCALE:N.T.S SCALE:N.T.S DETAILS SHEET NUMBER: A-12 N ELECTRICAL REFERENCE NOTES: ELECTRICAL NOTES: PREPARED FOR: O EXISTING 200A RATED 120/240-10-3W PPC CABINET'NTH PANEL PPI". OOF10 PROVIDE ALL ELECTRICAL WORK SHALL CONFORM To THE LATEST EDITION PROVIDE NEW OR REUSE EXISTIND 10W-2P ALL CIRCUIT BREWER IN PANEL PP1 FOR NEW EQUIPMENT CABINET.EXACT BREAKER SIZE TO BE COORDINATED WITH EQUIPMENT CABINET TONAL ELECTRICAL CODE(N.E.C.),AND APPLICABLE LOCAL MANUFACTURER SPECS. CH5 GROUNDING SHALL COMPLY WITH ARTICLE 250 OF NATIONAL ELECTRICAL Sprint' O3 PROVIDE NEW(3)N2 AWS THIN CU AND(1)#6 GROUND IN 2"RNC BF.C.AND RMC ARG.EXACT WIRE AND CONDUIT S1ZE TO BE COORDINATED NTH EWIPMENT CABINET SPECS. CODE. Al GAL ITEMS SHALL BE U.L.APPROVED OR LISTED. O NEW 2"RMC A.F.G.AND RNC B.F.G.WITH PULLSTPoNG FROM RBS 6102 TO TELCO CABINET ALL WIRES SHALL BE AWG MIN#12 THHN COPPER UNLESS NOTED. C94DY-70RS SHALL BE INSTALLED IN SCHEDULE 40 PVC CONDUIT OS NEW ERICSSON RBS 6102 CABINET UNLESS NOTED OTHERWISE. NEW BBS 6102 BATTERY CU31NE7 1 INTERNATION CONDUCTOR INSULATION SHALL AL BOULEVARD T BE RATED FOR 90}C CDNIDUCTORS BOO © OYPES THEN OR THWN-2 AND SHALL BE COLOR CODED IN SUITE LMAHWAH, N.J. 0]495 ACCORDANCE WITH NEC. O7 CONNECTION BETWEEN RBS 6102 AND DBS 6102 INSTALLED BY ERICSSON INSTALLATIONS. LABEL SPRINT SERVICEABLE DISCONNECT SWITCH AND PPC CABINET WITH ENGRAVED LAMACOID LABELS,LETTERS 1"IN HEIGHT. CONSULTANT: ©PROVIDE NEW 2"RNC WITH PULLSTRING FROM TELCO CABINET TO FIBER DEMARC. ROUTE GROUNDING CONDUCTORS ALONG THE SHORTEST AN m STRAIGHTEST PATH POSSIBLE BEND GROUNDING LEADS NTH A ■G O CONDUIT TO FIBER DEMA8 RC LOCATION.WEER TO SHEET A-2 FOR CONTINUATION. MNIMUM "RADIUS. , ENGAGE AN INDEPENDENT TESTING FIRM TO TEST AND VERIFY THAT MORRI60N MCRSH 11-13 10 CONTRACTOR TO ARRANGE TO PAY FOR UNDQ90M UTILITY LOCATIONS SURVEYS FOR ALL TRENCHING.OUSE NATIVE BACKFILL AND REINSTATE TO ORIGINAL CONDITION.INSTALL 6"WIDE METALLIC LINED RESISTANCE DOLS NOT EXCEED 5 OHM$TO GROUND.TEST wSWW U°MRXy IM�n,9W 2N5. PYnMbn.FL Atl2/ PLASTICFED MARKER TAPE 8 ABOVE ALL BURIED CONDUIT. GROUND RING RESISTANCE PRIOR TO MAKING FINAL GROUND Tet 9SI.STTAE55 F 96,1-,EE6 CONNECTgNS TO INFRASTRUCTURE AND EOUPMENT.GROUNDING STATE OFRDRDA UwA0000swe 11 EXISTING PPC TELCO CABINET. CONIRRACTOR TO FURNISH MND INSTAL(1)DC PDU(ELTEK VALERE M/N GMTIOX OR EQUAL)INSIDE PPC TELCO CABINET. MND OTHER OPERATIONAL TESTING SHAL BE'WITNESSED W www.mwrYmMWAMIAII.mm SPRINTS RLPRESEMATNE Q EXACT FIBER PROVIDER THEIR DEMARC LOCATION AND ALL REQUIREMENTS ARE TO BE COORDINATED BY OTHERS PROVIDE PULL BOXES AND JUNCTION BOXES WHERE REOIRED SO THAT CONDUIT BENDS DO NOT EXCEED 3W OBTAIN PERMITS AND PAY FEES RELATED TO ELECTRICAL WORK 13 PROVIDE NEW I'ANC AF.G.AND RIND B.F.G.WITH PUUSTPoND FROM RBS 6102 TO PPC TELCO CABINET AND THEN FROM PPC TELCO CABINET TO GPS ANTENNA LOCATION FOR GPS CAB.E RUN. PERFORMED ON THIS FEESPROJR.DELIVER COPIES OF ALL PERMITS SITE NAME: TO SPRINT REPRESENTATIVE GIFFORD WATER TANK 14 25 PAR 24-60.ABL ON NON-GEL FILLED COPPER LOW VOLTAGE CABLE FOR HARM IN 2'TELCO C3NDUf7(FROM RBS TO TELCO SIDE OF PPC).USE ADINWK M58520 OR EQUAL SCHEDULE AND ATTEND INSPECTIONS RELATED TO ELECTRICAL NOfRIK COIL 8'-0"OF CABLE ON EACH END. REOURED BY JURISDICTION HAVING AUTHORITY.CORRECT AND PAY FOR ANY WDA(REQUIRED TO PASS ANY FAILED INSPECTION. SITE NUMBER: 15 PROVIDE NEW I•RAC A.F.G. LACKF.GAND RNC B.F.G.WITH 2 RED AND 2 BK THHN 14-GA WIRE FOR(2)-48V DC POWER CIRCUITS FROM RBS 6102 TO TELCO CABINET TO POWER AAV EQUIPMENT, REDLINED AS-BULTS ARE TO BE DELIVERED TO SPAM ICOy�nwo COIL 8'-0-OF VA H ND. REPRESENTATIVE. ■AEYE V X GY PROVIDE TWO COPIES OF OPERATION AND MAINTENANCE MANUALS IN THREE-RING BINDER, SITE ADDRESS: - -w LRP- LRP--ILcs uFr FURNISH AND INSTAL THE COMPLETE ELECTRICAL SEEMABLE,TELCO 4690 28TH CT. urs Irrr WRK AND D THE COMPLETE GRGUMNO SYSTEM. VETO BEACH, FLORIDA 32948 CDUI ALL COD SHALL BE PERFORMED IN STRICT ACCORDANCE WITH ALL IAN RIVER COUNTY APFVG&E BUILaNG CODES Mro LOCAL oRaNLUJCE$,INSTALLED 3 IN A NEAT MAKER.AND SHk BE SUBJECT TO APPROVAL BY I SPRINT REPRESENTATIVE. M I I CONDMONCONDUCT A NSNS AFFECTING 1IIS NO K.REREPoORRT ANY VERIFY IOONSNG BIS` 2013 10 4 PROPOSED CONDUIT RUN 335'-° DISCREPANCIES FOR CLARIFICATION PRIOR TO THE ST�T�I{� W 7 1 a CONSTRUCTION. E/ ♦ (� ```IN1N M H hV"� PROTECT ADJACENT STRUDTIJRES AND FINISHES FROM DAMGE, BY gg TO ORIGIN CONDITION ANY DAMAGED AREA A G $ I I 5 REMOVE DEBRIS ON A WILY BASIS.DEBRIS NOT REMOVED IN A TIMELY _ °� V C E NSA°A p I OSI I ` FASHION WILL BE REMOVED BY OTHERS AND THE RESPONSIBLE ,: N0. 62209 -° g I I I SUBCONTRACTOR SHUT BE CHARGED ACCORDINGLY.REMOVAL OF - I 0 3 DEBRIS SHALL BE COORDINATED WITH THE OWNER'S _ REPRESEMATDEBRISE.DEBRIS SHALL BE REMOVED FROM THE PROPERTY ' I I AND DISPOSED OF LEGALLY. �� • STATE OF s�� I UPON COMPLETION OF WOR(.THE SITE SHALL BE CLEAN AND FREE :O� ' OF DUST AND FINGERPRINTS. •°GOR OOP'°"° O5 I PRIOR TO ANY TRENCHING.CONTACT LOCAL UDUTY TO VERIFY LOCATION ''•�° ` ,• 10 8 I I OF ANY EXISTING BURIED SEFTABLE CONDUITS. ' SSYp �• G `` LCs I DOCUMENT GROUND RIND INSTALLATION AND CONNECTIONS To IT'NTH ERICSS PH70GRMNS PRIOR TO BACKFIWNG SITE.PRESENT PHOTO ARCHIVE AT SITE"PUNCH UST"WALK TO SPRINT'S REPRESENTATIVE. VAN WHIG I POWER TRANSITION SEQUENCE Pf519TERED ENGNEER 11 LEGEND: T",Eb RIXtgA 1.CONTRACTOR BINE INSTALL NEW POWER J CABINETS WITH NEW ® KILOWATT HOUR METER _ 2 1 POKER Mq TELCO TO NEW WBINIETS e WHILE EXISTING BTS CABINETS ARE -PWR- ABOVE GROUND POWER CONDUIT I STILL IN SERVICE.SEE TEMPORARY u'�.a'�. 13 -TEL- ABOVE GROUND TELCO CONDUIT PHASE ON 2/A-3. -F- ABOVE GROUND FIBER CONDUIT DRAWN BY:WJ DATE DRAWN:05/12/12 2.UNDER SPRINT AND OR ERICSSONS REVIEWED BY: CC APPROVED BY: RL DIRECTION,EXISTING BIS CABINETS --UG UNDERGROUND POWER CONDUIT MH PROJECT R:7123001.00 I SHALL BE REMOVED/DECOMMISSIONED -U07- UNDERGROUND TELCO CONDUIT REVISION LEAVING ONLY THE NEW ERICSSON -UGF- UNDERGROUND FIBER CONDUIT I CABNETS RUNNING SEE THIS PLAN NO DESCRIPTION BY DATE AND 3/A-3 A 90%CD SUBMITTAL WJ 05/14 12 ABBREVIATIONS: 0 FINAL HU 07/25 12 1 FINAL WJ 09 27/12 A AMPERE P POLE 2 U.S.G. COMMENTS CA 06/12 13 AF AMPERE FRAME SN SOLID NEUTRAL GPS ANTENNA AGBANTENNA GROUND BAR V VOLT C CONDUIT W 'VIRE STH ellW U KWH GROUND IKK1R AF.G. ABOVEPHASE FINISH GRADE SHEET TITLE: ELECTRICAL/TELCO SITE PLAN MGB MASTER GROUND BAR B.F.C. BELOW FINISH GRADE UTILITIES SITE PLAN SCALE:3/B' 1'-0'(BASE°ON 22x34 PAPER SIZE) MC8 AWN CIRCUIT BREAKER RMC RIGID METALUC CONDUIT PWC POLYVINYL CHLORIDE RNC RIGID NON-METALUC SHEET NUMBER: SCALE: 3/16'= I'% (BASED ON 1121] PAPER SIZE) ® CONDUIT E_1 W W PREPARED FOR: MAIN BREAKER 200A-2P, 10 PANEL RATING: 1Z./240V, 60 HZ 10.200A PANEL PP-1 INSIDE PPG CABINET Sprint' _ LOAD(VA) LOAD(VA) POS. SERVING BREAKER WIRE SIZE&TYPE A B POS. SERVING BREAKER WIRE SIZE&TYPE A B 1 SPARE 70A-2P - - 7 EXIST.SURGE SUP. 60A-2P EXISTING 0 1 INTERNATIONAL BOULEVARD 2 8 (TVSS) SUITE #800 0 MAHWAH, N.J. 07495 3 EXIST. GEN.BLOCK HTR. 20A-1P EXISTING 1200 9 EXISTING TELCO FAN IOA-1P EXISTING 180 CONSULTANT: 4 EXIST.GEN.CHARGER 20A-1P EXISTING 1000 10 EXISTING CFI RECEPT. 15A-1P EXISTING 180 5 NEW ERICSSON RES 100A-2P (3)#2&/6 IN 2-C. 9600 11 6102 CABINET EXISTING LIGHT 20A-1P EXISTING 400 [Pei6 9600 12 SPARE 20A-IPMTl aMNRM6MPnIe24D 13 SPACE 14 SPACE _ _ _ IImsw�,FL va2a T°L 951.S77A655 Fa2854.51T.48S8 75 SPACE - - - 16 SPACE _ _ _ BTATII OF FIL—Acd e8o8ssa 17 SPACE - - _ 18 SPACE w.,gegl.enn°MIMM.oan EXISTING 2DOA,240V EXISTING UTILITY 19 SPACE - - - 20 $PACE - UTILITY METER SERVICABLE TO - METER 21 SPACE - - - 22 SPACE _ _ SITE NAME: 23 SPACE - - - 24 SPACE GIFFORD WATER TANK EXISTING 200A-2P - NEMA 3R ENCLOSED NOTE: TOTAL VA 11380 10780 SITE NUMBER: MAIN FUSED EXISTING H4 CU. 1)ALL WIRES AND CONDOR SIZES SHOWN TO BE COORDINATED WITH THE EQUIPMENT CABINET MANUFACTURER TOTAL AMPS PER PHASE 95 90 MI6OXC24o DISCONNECT SWITCH GROUND ELEC. SPECS PRIOR TO INSTALLATION. V ALIL'7 EXISTING 200A-2P CONDUCTOR IN 3/4' 2)PANEL SCHEDULE IS FOR REFERENCE ONLY. EXACT BREAKER POSITIONS MAY VARY ON-SITE. TOTAL AMPS g2 GOND-VERIFY AND AUTOMATIC TRANSFER 3)PANEL SCHEDULE REPRESENTS FINAL PHASE AS DEPICTED IN 3/A-3 IN WHICH THE EXISTING BTS CABINETS SITE ADDRESS: SWITCH TEST- REPLACE IF HAVE BEEN REMOVED. REQUIRED 4690 28TH CT. EXISTING 200A-2P VERO BEACH,FLORIDA 32948 GEN.CIR.BREAKER IAN RIVER COUNTY EXISTING 200A GEN. EXISTING(2)5/e"X 2 PANEL SCHEDULE(FINAL PHASE) M PLUG EWSTI IO-0"D.DRIVEN N.T.S. I GENERATOR GROUND ELECTRODES ART REFER TO PANEL IIIII���� EX ISTING 200A-2P �e2 `%77417 111 7 11 7 7 77777 SCHEDULE FUTILITY CIR.BREAKER PROVIDE NEW OR OUTLINE OF EXISTING .• C EIVS•C REUSE EXISTING POWER CABINET •"��' Fv 100A-2P CIR. MAIN BREAKER 200A-2P, 10 N0. 62209 BREAKER I COORDINATE WIRE PANEL PP-1 INSIDE PPC CABINET, EXISTING BRANCH L---_- SIZE AND CONDOR PANEL RATING: 120/240V,60 HZ 10,200A %� STATE OF Z �� CIRC. LOAD SIZE WITH EQUIP. CENTER(PANEL MANUFACTURER MIN. LOAD(VA) i�4n"e"e<ORIpP„•'\��� PP-1) TELCO (3)I2 AWG THHN LOAD(VA) .• CABINET AND(1)/6 AWG POS. SERVING BREAKER WIRE SIZE&TYPE A B POS. SERVING BREAKER WIRE SIZE&TYPE A B '���`(3XQ e• ; ��, GROUND IN 2"RMC A.F.G.AND RNC B.F.G. 1 EXISTING BTS 70A-2P EXISTING 6720 7 EXIST. SURGE SUP. 60A-2P EXISTING 0 2 6720 8 (TVSS) 0 µWgNG 3 EXIST.GEN.BLOCK HTR. 20A-1PEXISTING 1200 9 EXISTING TELCO FAN IOA-1P EXISTING 180 gEOSTEo ENGNEEq a zLOROa NEW 2"RMC A.F.G 4 NEW CEN.CHARGER 20A-1P EXISTING 1000 10 EXISTING GET RECEPT. 15A-IP EXISTING 180 �8 AND RNC STRI g NEW ERICSSON RBS 100A-2P 3 2& 6 IN 2"C. 9600 11 EXISTING LIGHT 20A-IP EXISTING 400 WITH PULLSTRING ()A A NEW ERICSSON NEW ERICSSON 6102 CABINET e BBS 6102 RBS 6102 6 9600 12 SPARE 20A_IP 13 SPACE SPACE 15 SPACE DRAWN BY:WJ DATE DRAWN:05/12/12 CONNECTION INSTALLED - i6 SPACE - - - REVIEWED BV: CC APPROVED BY: Rl IN ALLATIERICSSON NEW 2"RNC 77 SPACE - 1B SPACE - - - MH PROJECT A:712}001,00 INSTALLATIONS 19 SPACE w/PULL-STRING TO - - - 20 SPACE _ _ _ REVISION FIBER DEMARC NO DESCRIPTION BY DATE LOCATION. REFER TO 21 SPACE - - - 22 SPACE - - - A 909.CD SUBMITTAL wJ 05/14 12 PIAN DRAWINGS FOR 23 SPACE - - - 24 SPACE 0 FINAL MU 07/25 12 NOTE: FIBER DEMARC - - - 1 FINAL WJ 09/27/12 SEE SHEET 1/E-t FOR 1 N AN NOTE: TOTAL VA 18100 17500 2 U.S.G. COMMENTS CA 06/12/13 ADDITIONAL LOW VOLTAGE ROUTE 1)ALL WIRES AND CONDUIT SIZES SHOWN TO BE COORDINATED WITH THE EQUIPMENT CABINET MANUFACTURER TOTAL AMPS PER PHASE 151 id6 CONNECTIONS FROM THE SPECS PRIOR TO INSTALLATION. RBS 6102 2)PANEL SCHEDULE IS FOR REFERENCE ONLY, EXACT BREAKER POSITIONS MAY VARY ON-SITE. TOTAL AMPS 148 3)PANEL SCHEDULE REPRESENTS TEMPORARY PHASE AS DEPICTED IN 2/A-3 IN WHICH THE MAXIMUM ELECTRICAL LOAD WILL BE PRESENT. !THEFT TITLE: POWER/TELCO DIAGRAMS 3 SINGLE LINE DIAGRAM PANEL SCHEDULE(TEMPORARY PHASE) SHEET NUMBER N.T.S. N.T.S. E-2 SYMBOL DESCRIPTION SYMBOL DE5CRIPTIDN GROUNDING NOTES: PREPARED FOR: NEW RRU(EYP. EACH SECTOR).SEE SHEET ® COPPER GROUND ROD ® TEST WELL 1. ALL DOWN CONDUCTORS AND GROUND RING CONDUCTOR A-7 FOR NNECT PER SHALL BE#2 A-G.SOLID, CONFIGURATION , MABARE.E COPPER.NUFACTURER SPECS GROUND BAR CONNECTIONS TO GROUND RINGSHALLBEEXOTHERMICALLY WELDED.CONDUCTOR SHALL A MINIMUM DEPTH BELOW GRADE Sprint` CwOWELD CONNECTION OF 30 INCHES CT TO THE LEDGE. MINIMUM BEND RADIUS SHALL PROPOSED PANEL EXISTING TOWER GROUND ■ MECHANICAL CONNECTION BE 8 INCHES. CONDUCTOR SHALL BE AT LEAST 24 INCHES FROM OR DISH ANTENNA ANY FOUNDATION. BUS BAR AT BASE OF (iYP. EACH TOWERSEE DETAILS ON (DOUBLE HOLE LUG) . SECTOR). SHEET E-5. FIELD VERIFY h TIE INTO EXISTING GROUNDING SYSTEM 2. ELECTRICAL GROUND ROD SHALL BE COPPER CLAD STEEL. 1 INTERNATIONAL BOULEVARD SEE SHEET A-7 HARGER,ThB, ERICO OR EQUIVALENT, FOR PROPOSED SUITE #'800 CONFIGURATION 3.WHERE MECHANICAL CONDUCTOR CONNECTIONS ARE SPECIFIED, MAHWAH. N.J. 07495 BOLTED,COMPRESSION-TYPE CLAMPS OR SPLIT-BOLT TYPE CONNECTORS SHALL BE USED. CONSULTANT: 4.GRIND OFF GALVANIZING IN AFFECTED AREA. EXOTHERMICALLY [PH R2 CONDUCTOR AT 6 INCHES ABOVE GRADE OR FOUNDATION,WHICHEVER IS HIGHER. COLD-GALV AFTER. MORPIHIER6HFIELD EXOTHERMICALLY WELD OTHER END TO GROUND. TIN SoHo U=Ilr D-. 245, PI•nb1M.FL J3324 5.GROUND CONDUCTORS ON EXTERIOR WALL OF SHELTER SHALL TeL8 ?TAW FA 954.5TT.4556 BE ENCASED IN 3/4"PVC CONDUIT TO GRADE. MOUNT PVC WITH STwOF PLORowCM o44•e5•e 02 AWG STRANDEDEXISTING GUYED GALVANIZED "C"CLAMPS.SEAL TOP ENDS. momeo ne YneM.mm GREEN JACKET TOWER COPPER BONDING N2 AWG SOLID TINNED 6. FOLLOWING COMPLETION OF WORK,CONDUCT GROUND TEST. RRU TO ANTENNA COPPER BONDING MANAGER WIRTTEN TEST TO CONSTRUCTION MANAGER AND PROJECT GROUND BAR(TYPTOR) PANEL ANTENNA TO MANAGER. SITE NAME- EACH s6c7oR) ANTENNA GROUND BAR GIFFORD WATER TANK (TVP, EACH SECTOR) 7. ALL GROUNDING WORN SHALL COMPLY WITH CARRIER(S) NOTES: STANDARDS. SITE NUMBER: EXISTING ANTENNA EXISTING ANTENNA 1. CONTRACTOR TO VERIFY EXISTING 8.GROUNDING REQUIREMENTS SHOWN ON THIS PLAN ARE FOR ■■'CO�/�e�^O (TYP.) SEE SHEET GROUND BUS BAR NEAR LUG SPACES ARE AVAILABLE ON ITEMS THAT ARE LOCATED NEAR GRADE LEVEL AND THAT NEED TO IY� v A L'1 A-7 FOR EXISTING AT TOP OF TOWER WITH GROUND BAR.ADD ADDITIONAL BUS BE TIED TO THE BELOW GRADE GROUND RING. CONFIGURATION COAX GROUND KIT. SEE BAR IF NO LUG SPACES ARE SITE ADDRESS: DETAILS ON SHEET E-5. AVAILABLE. 9. UNLESS NOTED OTHERWISE.ALL GROUNDING SHALL BE IN 4690 28TH CT. 2. ANTENNA GROUNDING CONNECTIONS ACCORDANCE WITH SPRINT'S SSEO DOCUMENTS 3.018.02.004 VERO BEACH,FLORIDA 32948 SHOWN ARE NOT EXACT TO THIS "BONDING,GROUNDING AND TRANSIENT PROTECTION FOR CELL IAN RIVER COUNTY SITE. FOR EXACT ANTENNA LAYOUT SITES",AND 3.018.10.002 "SITE RESISTANCE TO EARTH TESTING". REFER TO SHEET A-7 ALL GROUNDING SHALL ALSO COMPLY WITH ALL STATE AND LOCAL 2 ANTENNA GROUNDING PLAN CODES,AND THE NATIONAL ELECTRICAL CODE(NEC). M SCALE: N.T.S 10.THE GROUND RING SHALL BE INSTALLED WITHIN 1 INCHES FROM THE EQUIPMENT PAD FOUNDATION OR E 8 T ` e` A1111111111z PLATFORM. , ,All W T2VY, 11. TH GROUND RODS SHALL NEVER BE SPACED HORIZONTALLY =AAS y� GROUNDING LEGEND: aosER THAN TwcneLE E GROUND ROD LENGTH. C E tv _ f"c _ SYMBOL DESCRIPTION 12.UNLESS NOTED OTHERWISE,ALL GROUNDING CONNECTIONS �• NO 62209 EXOTHERMIC WELD SHALL BE MADE BY AN EXOTHERMIC WELD. i —�— GROUND CONDUCTOR 13.NOTIFY THE CONSTRUCTION MANAGER 24 HOURS IN ADVANCE STATE OF MECHANICAL CONNECTION WHEN THE BURIED GROUND RING IS INSTALLED SO THAT A GROUND ROD EXOTHERMICALLY REPRESENTATIVE CAN INSPECT THE GROUND RING BEFORE IT IS •. (QR)OP WELDED TO GROUND RING BACKFILLED WITH SOIL. '��i Xn.S ••e„ G\� A CONNECTION PER , SAO •• A ` MANUFACTURER SPECS 14.RESISTANCE TO EARTH SITES. TESTING IS REQUIRED PER SNC NEW ERICSSON ' RBS 6102 CABINET EXISTING STANDARDS ON ALL NEW N2 AWG SOLID BARE TINNED COPPER GROUND YAN W, REFER TD SHEET RING REGISTERED ENGNFER srA P GF namon A-3 FOR 1.1T CONFIGURATION NEW GPS ANTENNA NOTE: EIe220B PROPOSED METALLIC CONDUITS AND NEW IN AWG STRANDED GREEN JACKET COPPER PROPOSED BRACKET SHALL BE BONDED BONDING GPS ANTENNA S COAX PIPE TO NEW TO EXISTING GROUND RING USING A 2 GROUND BAR. BOND GPS COAX TO GROUND BAR WITH O _ e �6 AWG GROUND KIT AWG SOLID TINNED COPPER CONDUCTORS. PROVIDE A PARALLEL TYPE EXOTHERMIC •DRAWNNBBY,WJDATE DRAWN:05/12/12 NEW GROUND BAR MOUNTED ON EXISTING POST WELD AT GROUND RING AND U.L NEW(2)02 AWG SOLID BARE TINNED COPPER APPROVED GROUNDING CLAMP AT REVIEWED BY: CC APPROVED BY: RL LCONDUCTORS BONDING NEW GROUND BAR TCI GROUND CONDUIT. MH PROJECT 7123001.00 RING I1 REVISION EXISTING CONCRETE PAD N DESCRIPTION BY DATE NEW 2 ()H2 AWG COPPER BONDING -----"--'—' NEW ERICSSON BBS 6102 BATTERY CABINET. REFER TO A 90x CD SUBMITTAL WJ 05 14 12 NEW EQUIPMENT CABINET TO SHEET A-3 FOR EXACT CONFIGURATION 0 FINAL HU 07/25 12 E%ISTING EXTERIOR GROUND RING, 1 FINAL WJ 09/27 72 EXACT CONDUCTOR TYPE AND NOTE: 2 U.S.C.COMMENTS CA 06/12/13 CONNECTION TO CABINET PER NOTE: IF EXISTING GROUND BAR IS PRESENT IN MANUFACTURER SPECS.PROVIDE CABINET,N-FRAME.AND GPS ANTENNA EQUIPMENT AREA, BOND GPS ANTENNA EXOTHERMIC WELD A7 GROUND RING. LAYOUT SHOWN I$NOT EXACT TO THIS MOUNTING PIPE.GPS COAX GROUND KIT SITE. FOR EXACT CABINET LAYOUT REFER EXISAND NEW EQUIPMENT CABINETS TO SHEET TITLE: TO SHEET A-3. CONNECTION, GROUND BAR WITH MECHANICAL GROUNDING PLAN CONNECTION. .� EQUIPMENT GROUNDING PLAN SHEET NUMBER N.T.S E-3 NOTE: PREPARED FOR: SURGE ARRESTER GENERAL CONTRACTOR SHALL U—BEAM REFERENCE SECTION 3.5 "EARTH GROUNDING THE BASIC BASE NOTE TO CONTRACTOR FRAME`OF THE ERICSSON GBF QD RRU REQUIRES SFP PART fl; RDH INSTALLATION DOCUMENTS, FOR ALL 102 47/2 OPTICAL TRANCIEVER Sprint! GBF(GLOBAL CONNECTION SPECIFICATIONS. ONLY.DO NOT SUBSTITUTE BASE FRAME) HEX CAP BOLT WASHER =GROUND ND BAR AND BARINSTIN A SSS i INTERNATIONAL BOULEVARD OUND BAR IN THE BS AND TIE INTO �� RRUS. PER PLAN SUITE /f800 D RING. MAHWAH. N.J. 07495 CPSLIGHTNING ARR STOR INSTALLATION LUG CONNECTION CONSULTANT: 1. INSTALL THE CPS LIGHTNING ARRESTOR ONTO THE U—BEAM OF THE BASE FRAME GROUNDWIRE, PER PLAN AS SHOWN IN THE DIAGRAM BELOW AND TORQUE TO 10 NM. MORRIEON HCRSMFIELO LUG CONNECTION 2. INSTALL THE GPS ANTENNA CABLE NOTE: Txo 9artUNnntly fMre.SMle 245, IL THROUGH THE CABLE ENTRY AND GENERAL CONTRACTOR SHALL REFERENCE Tet eeo.1.46M 1. BSeln.a65a CONNECT TO THE SURGE'SIDE OF THE SECTION 8.3.2:EARTH GROUNDING THE STATEa RRROA cot e000eset LIGHTNING ARRESTOR. RRUS 11"OF THE •'ti•+.n•mluNieMANdeem GROUNDWIRE. 3. CONNECT THE COAX CABLE TO THE GPS ERICSS11 RRUS INSTALLATION DOCUMENTS, 6 GBF DETAIL PER PUN RECEIVER NI THE"PROTECTED'SIDE OF FOR ALL CONNECTION SPECIFICATIONS. HE LIGHTNING ARRESTOR. 5 RRU GROUNDING DETAIL SCALE.N.T.S SCALE: N.T.S SITE NAME: NOTE: GIFFORD WATER TANK GENERAL CONTRACTOR SHALL NOTE: SITE NU/MBBEI�R:/� REFERENCE SECTION 8 GENERAL CONTRACTOR SHALLERIMI6OXCLYO GROUNDING THE CABINET' LA THE REFERENCE SECTION 10 DOCUMENTS, RBS 6102 INSTALLATION 'CONNECTING THE POWER SUPPLY' SITE ADDRESS' DOCVMENTIO FOR ALL CONNECTION OF THE ERICSSON RBS 6102 SPECIFICATIONS. INSTALLATION DOCUMENTS, FOR ALL 4690 2TH FLORIDA CT. VER:BEACH, F32948 TM INLET COVER CONNECTION SPECIFICATIONS. IAN RIVER COUNTY Y 9® CROUNDWIRE,PER PUN 7,p '• MZO S ..... uT�.,p, 1`3 y P•• • ,N POWER CONNECTOR N0. 62209 _ LUG CONNECTION STRIPPED CABLES FROM — DC POWER SUPPLY STATE OF •� ,O �,•:o<ORIOP��?�j 4 RBS GROUNDING DETAIL 3 POWER CONNECTION AT RRUS SCALE.N.T.S SCALE:N.T.S REGISTERER ENGNEER STATE OP RAMroA PEtetMe CABLE CLAMP NOTE: NOTE: INSCRIPTION PCU AC(POWER ® GENERAL CONTRACTOR SHALL CONNECTION GENERAL CONTRACTOR SHALL PCF(POWER REFERENCE SECTION 10 REFERENCE SECTION 10CONNECTING "iO� �•q ~�•��_•��� UNR AC) 00000 `CONNECTING THE POWER SUPPLY" CONNECTION FILTER) OF THE ERICSSONE RBSW6R1O2UPPLY DRAWN BY:WJ�•�DATE DRAWN:05/12/12 OF THE ERICSSON RBS 6102 CABLE GLAND INSTALLATION DOCUMENTS,FOR ALL REVIEWED BY: CC APPROVED BY: RL 0 0 m 0 INSTALLATION DOCUMENTS, FOR ALL CONNECTION SPECIFICATIONS. CONNECTION SPECIFICATIONS, STRIPPED MH PROJECT N:7123001.00 CABLES TERMINAL 0 FROM DC POWER ® REVISION BLOCKS SUPPLY NO DESCRIPTION BY DATE A 90%CD SUBMITTAL WJ 05 14/12 0 FINAL HU07 25 12 7 FINAL WJ 09/27 12 OVP INLETS, 2 U.S.G.COMMENTS CA 06/12 13 SHEET TITLE: ELECTRICAL DETALS 2 AC POWER CONNECTION AT RBS DC POWER CONNECTION AT RBS SHEET NUMBER: SCALE:N.T.S SCALE: N.T.S. E— w AWG FROM ANTENNA PREPARED FOR: CABLE GROUND KIT GROUND BAR W BE Sprint' Tro[H5 MF x-vA-x 1ypE_XA Twf vA-2 7YpE cT MOUNTED ON WALL GRADE OR ON ANTENNA TOWER CADWELD [� OCONNECT 1 INTERNATIONAL BOULEVARD RING GROUND N2 O O O OMAHWAHTENNe007495 AWGBCTTPc Tn ttsEvK ME N[ TrPEss IYPE.IlTGROUNDROD �F��\ �j CONSULTANTCOPPERONG 5/e" TINNED,$OLID E LUG,TO8'-0"LONG(MIN.) �71 IB l� I � COPPER BUSS BAR, SED TOHARGER TG8114420MTO GROUNDMFW 1_Y5 '� MT oT T�--08 GROUND BAR ORTEM .o soon UN.anh OMs.sults x45. EQUIVALENT. �"Meon•L�]Jx4 TM.eS1.5TTA855 E¢95131x.485M STAB FMMOA Cd W W!!0! INSTALLATION OF GROUND NOTE: mer�4aMiee�NNMe1E.mrrl 7 GROUND ROD DETAIL6.EXOTHERMIC WELD 5 WIRE TO GROUND BAR DETAILS CONTRACTOR TO UTILIZE KOPR-SHIELD(THOMAS& SCALE: N.T.S BETTS)OR EOUNALENT ON ALL LUG CONNECTIONS N.T.S. SCALE: N.T.S SITE NAME: FROM ANTENNA NOTE:00 NOT INSTALL CABLE GROUND 5 2 GIFFORD WATER TANK KIT AT A REND AND ALWAYS 4 m DIRECT GROUND WIRE DOWN TO CIGRE. SITE NUMBER: jlXIRX 0 7/16"2 0/P 4 ,® M160XC240 40 � o SITE ADDRESS: APPROVED WEATHERPROOFING KIT o u of 0 4690 28TH CT. JUMPER R �(TYP.) 3 ®o O J. ^ VERO BEACH,FLORIDA 32948 ONLY WHEF o o v IAN RIVER COUNTY AND LARGEF , APPROVED GROUND CONNECTOR LEGEN1" I KIT(TYP.) 1. M I 1. TINNED COPPER GROUND BAR, 1/4"x 4`x 20',NEWTON INSTRUMENT Co..HARGER TGBI14420M,OR EQUIVALENT. HOLE CENTERS TO MATCH NEMA DOUBLE LUG CONFIGURATION. APPROVED ANTENNA CABLE TO CABLE TRAY 2, INSULATORS. NEWTON INSTRUMENT Co.CAT. NO. 3061-4 OR HARGER EOUNALENT. \ �e ``11111111111/xYTN WEATHERPR (TYP.) J `�1 P N••W KIT(TYP.) 3. 5/8"IOCKWA5HER5,NEWTON INSTRUMENT CO. CAT. NO. 3015-8 OR EQUIVALENT. AAnj `` y ° 4. WALL MOUNTING BRACKET,NEWTON INSTRUMENT CO. CAT. NO, A-6056 OR HARGER EQUIVALENT. °�" C E NS 5. 5/8-11 x 1"H,H.C.S. BOLTS,NEWTON INSTRUMENT CO.CAT. NO.3012-1 OR HARGER EQUIVALENT.p6 AWG N0TES: N062209FROM ANTETINNED.SOLID COPPER BUSS BAR, ' FRAME,SUPPORT 1. ALL MOUNTING HARDWARE CAN ALSO BE USED ON 6". 12', 18',ETC.GROUND BARS. HARGER TGBI14420M GROUND BAR STATE OF GROUND WIRE AS ="0 • a�_ NEEDED OR EQUIVALENT 2. ENTIRE ASSEMBLY AVAILABLE FROM NEWTON INSTRUMENT CO.CAT. NO. 2106060010 OR AS HARGER TGBI14420M. <u� 3. DO NOT ATTACH GROUND BARS ON ANY TANKS COATED SURFACES. OR i OP CONNECTION TO ANTENNA GROUND N2 BTCW(TVP.) -TO BGR,MG8 4. ATTACH GROUND BARS ON MESSENGER PIPE. S6�6) OR BUILDING GROUND SYSTEM 4 WIRES TO GROUND BAR DETAIL 3 GROUND BAR DETAIL SCALE: N.T.S SCALE:N T.S. AH Wu1G TIN COATED - FINISHED GRADE.AC PAVING MEd^1MED ENGNEER of rlomon SOUR COPPER BUSS MATCH SLOPE AND THICKNESS REMxx09 BAR PER$PRINT S/S FLAT WASHER OF EXISTING PULL BOXES INSTALLED SPECIFICATIONS (TYP.) TRENCH PER LOCAL UTILITY NOTES; 2 HOLE,LONG S/S BOLT(TYP.) REQUIREMENTS v 1. ALL HARDWARE 18-8 STAINLESS BARREL TINNED SOLID COPPER LUG(TYP.) -y _ _ I� DRAWN BY:WJ DATE DRAWN:05/12/12 STEEL INCLUDING SPLIT WASHERS. I I II I �l .,. —Nf UNDISTURBED RENEWED BY: CC APPROVED BY: RL 2. COAT WIRE END WITH NOTE:MINIMUM OF - _ Hill ANTI-OXIDATION COMPOUND PRIOR 3 THREADS TO BE — -'""' — PER STEWORKCOMPACTED �KFILL MH PROJECT N;7123001.00 TO INSERTION INTO LUG BARREL VISIBLE(NP.) SPECIFICATIONS REVISION 5/S FLAT WASHER(TYP. _ NO DESCRIPTION BY DATE AND CRIMPING. _ BACKFILL A 90%CO SUBMITTAL _W LJ 05/14/12 3. APPLY ANTI-OXIDATION COMPOUND + (SAND OR NATIVE SOIL) 0 FINAL HU 07/25 12 PER EARTHWORK BETWEEN ALL LUGS AND BUSS S/S NUT(TYP.) I SPECIFICATION 1 FINAL WJ 09/27 12 BARS PRIOR TO MATING AND TELEPHONE CONDUITS 2 U.S.G. COMMENTS CA 06/12/13 S/S SPLIT WASHER(TYP.) (MIN.1"SCH 40 PVC)# UTILITY WARNING TAPE BOLTING. WHERE APPLICABLE (1 ACTNE. 1 SPARE CHERRY INSULATOR CC, AS REQUIRED) 6"MIN. POWER CONDUIT MIN.4"PVC INSTALLED IF (Typ. SCH 40)WHERE APPLICABLE s SHEET TITLE: REQUIRED PER # SEPARATION DIMENSION TO BE VERIFIED 4"MIN TO SECONDARY ELECTRIC` ELECTRICAL DETAILS SPRINT WITH LOCAL UTILITY COMPANY REQUIREMENTS 12"MIN TO PRIMARY ELECTRIC SPECIFICATIONS SHEET NUMBER 2 GENERAL LUG DETAIL .� CONDUIT TRENCH DETAIL E_� SCALE: N.T.S N.T.S. PREPARED FOR: Sprint= 1 INTERNATIONAL BOULEVARD SUITE #500 MAHWAH, N.J. 07495 CONSULTANT: ■MM..'' ■LH M°ORRISON HERSHFIELD UMwnq Dbw,Su 245. FLnbOm.FL 55]21 Tet 931.SPA355 Fet B51.5T2.4858 STAT!OF FLORNA Cd 0000350! w"wmornwnMnenOeM.aom SITE NAME: GIFFORD WATER TANK SITE NUMBER: M160XC240 SITE ADDRESS: 4690 28TH CT. VERO BEACH,FLORIDA 32948 IAN RIVER COUNTY ALARM WIRING SCHEMATICS M g Q` re2�1 �.aunuLn, ERICSSON MM-BTS RBS 6102 CONTACT SEVERITY OWNER COMMENTS COLOR CODE Q 2Vnj, ,.V''A C BTS SCAN POINT 1 110001 UTILITY POWER FAILURE NC MAJOR SERVICE ASSURANCE RBS/RIGHT OVP1/A4 WHITE/BLUE ° C E BTS SCAN POINT 2112001 GENERATOR FAILURE NC MINOR FIELD SERVICES RBS/RIGHT OVP1/A5 WHITE/ORANGE N0. 62209 BTS SCAN POINT 3 112011 GENERATOR RUNNING NC MINOR DRMS ONLY RBS/RIGHT OVP1/A6 WHITE/GREEN STATE OF BTS SCAN POINT 4 112021 GENERATOR LOW FUEL THRESHOLD REACHED NC MAJOR FIELD SERVICES R85/RIGHT OVP1/A7 WHITE/BROWN 'per°, NC MAJOR SERVICE ASSURANCE RBS/RIGHT OVPI/AS WHITE/SLATE OR IOP°"` 41 B75 SCAN POINT 5 190001 TOWER TDP LIGHT FAILURE, NOTAM REQUIRED BTS SCAN POINT 6 191001 TOWER SIDE LIGHT FAILURE, NO NOTAM NC MINOR SERVICE ASSURANCE RBS/RIGHT OVP2/A2 RED/BLUE BTS SCAN POINT 7 120081 1900 #1 DBU FAN FAILURE (CABLE SUPPLIED INTERNAL) NC MAJOR FIELD SERVICES RBS/RIGHT OVP2/A3 WHITE/BROWN BTS SCAN POINT 8 120081 1900 #2 DBU FAN FAILURE (CABLE SUPPLIED INTERNAL) NC MAJOR FIELD SERVICES RBS/RIGHT OVP2/At WHITE/BROWN REGISTERED ER[:NEER BTS SCAN POINT 9120081 800 DBU FAN FAILURE (CABLE SUPPLIED INTERNAL) NC MAJOR FIELD SERVICES RBS/LEFT OVPI/A1 WHITE/BROWN Sr",E;,?�°"1D" BTS SCAN POINT 10 USER DEFINED FROM STANDARDS COLUMN A ONLY NC RBS/RIGHT OVPI/AB RED/ORANGE BTS SCAN POINT 11 USER DEFINED FROM STANDARDS COLUMN A ONLY NC RBS/RIGHT OVP2/A4 RED/GREEN BTS SCAN POINT 12 USER DEFINED FROM STANDARDS COLUMN A ONLY NC RBS/RIGHT OVP2/A5 RED/BROWN rDRAWN BY:WJDATE DRAWN:05/12/12 BTS SCAN POINT 13 USER DEFINED FROM STANDARDS COLUMN A ONLY NC RBS/RIGHT OVP2/A6 REO/SLATE REVIEWED BY: CC APPROVED BY: RL BTS SCAN POINT 14 USER DEFINED FROM STANDARDS COLUMN A ONLY NC RBS/RIGHT OVP2/A7 BLACK/BLUE MH PROJECT#:7123001.00 BTS SCAN POINT 15 CLIMATE ALARM BBS 6102 (CABLE SUPPLIED) NC FIELD SERVICES RBS/RIGHT OVP1/A2 RED/ORANGE REVISION NO DESCRIPTION BY DATE BTS SCAN POINT 16 OPEN DOOR BBS 6102 (CABLE SUPPLIED) NC FIELD SERVICES RBS/RIGHT OVP1/A1 BLACK/BROWN A 90f.CD SUBMITTAL wJ 05/14/12 0 FINAL HU07 25/12 1 FINAL WJ 09'ZZ' 27 12 • NC - NORMALLY CLOSED(CLOSED CONTACTS WITH NO ALARM CONDITION) 2 U.S.G. COMMENTS CA 26/12/11 SHEET TITLE: .� ALARM WIRING SCHEMATICS ALARM WIRING SCHEMATICS N.T.S. SHEET NUMBER: E-6 CONSENT AGENDA INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: November 4, 2013 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: Joseph A. Baird, County Administrator Jason E. Brown, Budget Director FROM: Jennifer Hyde, Purchasing Managet9 i SUBJECT: Approval of Bid Award for IRC Bid No. 20140008 US 1 Widening Utility Conflicts from Oslo Road to County Line BACKGROUND: The Department of Utility Services requested the solicitation of bids for modifications to existing water mains, sewer mains and non-potable re-use water mains lying within or adjacent to US 1, south of Oslo Road to the south Indian River County line, and provide necessary water main, sewer main and non-potable re-use water main "stub-outs" to serve future IRCDUS customers. The work is being completed in conjunction with the FDOT`s proposed US 1 (SR5) improvements. BID RESULTS: Bid Opening Date: October 16, 2013 Advertising Date: September 10, 2013 Demandstar Broadcast to: 799 Suppliers Specifications Requested by: 44 Vendors Replies: 5 Vendors BID RESULTS: Bids received were: Bidder Location Total Bid Price Felix Associates of Florida, Inc. Stuart $1,172,658.85 Fountain Engineering Inc.* Miami $1,501,918.89 Johnson-Davis Inc Ft. Pierce $1,061,087.50 Melvin Bush Construction Inc Port St. Lucie $1,137,374.04 Young's Communication Co. Inc* Melbourne $892,365.10 *Mathematical errors noted during bid evaluation. Corrected bid prices are reflected above. ENGINEER'S ESTIMATE: The County's Consulting engineer, Joseph Schulke, P.E. with Schulke, Bittle & Stoddard, LLC reviewed the bids and the qualifications of the bidders. He has recommended the bid be awarded to the lowest responsive, responsible bidder, Young's Communication Co. Inc., for a lump sum bid VAFileserver2 Tub]icTureha ss ngABi ds\2013-2014 FY(2014000)A2014008 US I Uti!ity ConnictsVAgenda-2014008_doc 89 CONSENT AGENDA price of $892,365.10. This price includes a 10% contingency fund and is below the engineer's estimate of$1,100,000 for the project. SOURCE OF FUNDS: Expenditures will be paid from the US 1 South to County Line Conflict Resolution Account in the operating fund. Operating funds are generated from water and sewer revenues. The required funds of$892.365.10 are available as shown below. Account Number Account Description Budget Amount 47123536-044699-13502 US 1 South Conflicts $892,365.10 RECOMMENDATION: Staff recommends awarding the bid to Young's Communication Co. Inc. of Melbourne, FL, as the lowest responsive and responsible bidder meeting the specifications as set forth in the Invitation to Bid. Staff further requests that the Board of County Commissioners approve the attached sample agreement and authorize the Chairman to execute said agreement after it has been approved by the County Attorney as to form and legal sufficiency, and after receipt and approval of the required certificate of insurance and Public Construction Bond. ATTACHMENTS: Recommendation of Award (Department) �..- Detailed Bid Tabulation Sample Agreement APPR VED AGENDA ITEM Indian River Co oved Date Admin 1l 7 BY: Legal 1 Joseph Baird, County Administrator Budget Department y..4, k - Risk Manager VAFileserver2\PublicAPurchasingABids\2013-2014 FY(2014000)A2014008 US I Utility Conflicts\Agenda-2014008.doc 90 z INDIAN RIVER COUNTY Department of Utilitv Services OR Memo To: Jennifer Hyde,Manager,Purchasing Division From: Gordon E. Sparks,P.E.,Environmental Engineer 4!25 Thru: Arjuna Weragoda,P.E.,Capital Projects Manager Aw CC: Vincent Burke,P.E.,Utilities Director® Date: October 30,2013 Re: Bid Award Recommendation for Bid No.2014008 US Highway 1 Widening Utility Conflicts from Oslo Rd. to County Line WIP Number 47123536-044699-13502,UCP#4096 On Wednesday, October 16, 2013, five (5) Bids were received and opened at 2:00 PM for the above �..- referenced project as follows: Bidders Total Bid Price Young's Communication Co.,Inc.,(PCOM) $892,365.10 Johnson-Davis $1,061,087.50 Melvin Bush Construction,Inc. $1,137,374.04 Felix Associates of Florida,Inc. $1,172,658.85 Fountain Engineering Inc. $1,501,918.89 A detailed Bid Tabulation was prepared by Schulke, Bittle & Stoddard, L.L.C. (Schukle), the County's consultant for the project. The apparent low bidder is YCOM of Melbourne, FL. Schulke conducted an extensive reference check of YCOM's submittals, which included General Contractors, Consulting Engineers,Cities and a County. All were very positive in regards to YCOM's ability,staff and work ethics. In this light,they appear very capable to construct the US 1 utility confect improvements. The Engineer's Cost Estimate for construction was $1,100,000.00. Thus the low bid of$892,365.10 from YCOM was$207,634.90 less than anticipated.Therefore,staff of the Utilities Department recommend that the bid be awarded to the lowest responsive, responsible bidder, YCOM, for $892,365.10, A sample contract (two copies) has been prepared and is attached to this memo for pre-approval (in form) by the BCC in awarding the project. w.. Page I F:\Utilities\UTILITY-ENGINEERING\Pmjects-Utility Construction Permits\IRC-US 1 South from I Ith Street to County Line UCP 44096\Conflict Resolutions\OA-BID RECOMMENDATION Memo to PURCHASING October 30,2013 cmc.doc 91 ACCOUNT NO: Description Account Number Amount US 1 South Conficts 47123536-044-699-13502 $892,365.10 Attachment: 1. Detailed Bid Tabulation 2. Sample Contracts Page 2 92 IRCDUS-BID TABULATION-PROJECT UCP4 4096 US I WIDENING UTILITY CONFLICTS Feld Associates Fountain Engineering n neerin Johnson Deal Melvin Bush Young's Delete Conflict No.20-WM DB vertical deflection P20 quantity Unit Price Total Unk Priu Total Unk Price Total Unit Price Total Unit Price Total 8"HDPE OB WM&adaptors/fittings LF $60.60 $8,816.00 $90.09 $13,063.05 $75.00 $10,875.00 $75.45 $10,940.25 $53.00 $7,685.00 e"PVC WM&Mlfittln s LF $149.00 $7,897.00 $373.75 $19,808.75 $130.00 $6,890.00 $152.85 $8,101.05 $316.00 $16,748.00 e"M1GV EA $1,450.00 $1,450.00 $1,535.25 $1,535.25 $1,600.00 $1,600.00 $1,105.00 $1,105.00 $1,648.00 $1,648.00 8"line stop/plug EA $3,900.00 $7,800.00 $6,365.25 $12,730.50 $5,000.00 $10,000.00 $3,640.00 $7,280.00 $2,806.00 $5,612.00 Connect to-sting12"x8"TAP SLV&GV STA 628+70,RT LS 56,80l). $6,800.00 $6,900.00 $6,900.00 $8,000.00 $8,000.00 $3,819.00 $3,819.00 $3,394.00 $3,394. Remove B"WM valve&fittings LF $40.00 $800.00 $28.75 $575.00 $30.00 $600.00 $50-00 $1,ODO.OD $36.00 $720.00 Remove 16"casing LF $200.00 $4000.00 $575.00 $11,500.00 $40.00 $800.00 $80.00 $1,600.00 $37.00 $740.00 Abandon/rout 8"WM/flttin s 1 LF $24.00 $2160.00 $28.75 $2,587.50 $20.00 $1,800.00 $8.35 $751.50 $116.00 $10,440.00 Reset valve box/replace concrete ad 3 EA $340.00 $1020.00 $385.25 $1,155.75 $400.00 $1200.0 $175.00 $525.00 $275.00 $825.00 Fire Hydrant Assemblyw/6"GV 1 EA $3700.00 $3,700.00 $4,295.251 $4,295.25 $5,00O.W1 $5,000.00 $3,183MI $3183.00 $3,495MI $3495.00 Subtotal $44,443.00 $74,151.05 $46,765.00 $38,304.8 $51,307.00 Contingency 30% $4,444.30 $7,415.11 $4676.50 $3,830.48 $5130.70 Total Deduction for Conflict No.20 $48,887.30 $81,566.16 $51 441.50 $42,135.28 $56,437.70 Total Bid Less Conflict No.20 $1,123,771.55 $1,420,352.74 $1,009,646.00 $1,095,238.76 $835,927.40 SECTION 00530— EJCDC STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE US HIGHWAY 1 SOUTH WIDENING UTILITY CONFLICTS FROM OSLO RD. TO COUNTY LINE—BID NO. 2014-008 THIS AGREEMENT ("Agreement" or "Contract"), dated the day of in the year 2013 by and between Indian River County, a political subdivision of the State of Florida (hereinafter called OWNER) and Young's Communication Co., Inc. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 WORK CONTRACTOR as an independent contractor and not as an employee shall furnish and complete all of the necessary labor, material, and equipment to perform the work as specified or indicated in the Contract Documents. The work is generally described as follows: The proposed project will provide for the construction of necessary utility modifications to existing water mains, sewer mains and non-potable re-use water mains lying within or adjacent to US 1, south of Oslo Road to the south Indian River County line, and provide necessary water main, sewer main and non-potable re-use water main "stub-outs" to serve future IRCDUS customers. The work is being completed in conjunction with the FDOT `s proposed US1 (SR5) improvements — which generally can be described as widening the existing four (4) lane highway to (6) lanes. The modifications to existing utilities are necessary to avoid conflicts with paving and drainage improvements to US1 proposed by the Florida Department of Transportation (FDOT). The modifications generally consist of removing and replacing portions of the utility mains with new utility mains that will be deflected below or to the side of the location of proposed drainage inlets, pipes, or other roadway infrastructure improvements. The stub-outs are necessary to provide accessible locations that are extended outside of the new roadway improvements proposed on US 1, making future connections and extensions of the existing utilities possible with-out damaging the new paved road. The construction of the utility improvements described above shall also consist of, but not limited to: resetting of signs, mailboxes, and other existing facilities disturbed during construction; utilities exploration; coordination with any permitting agencies; trenching; clearing and tree removal; dewatering; installation of pipe with fittings and all appurtenances; valves, fire hydrant assemblies; wet taps; restrainers; air release valves; line stops; soil compaction; disinfection; testing; (including providing temporary jumper or another approved method for disinfection and flushing); road restoration; regrading and grassing (sod); and traffic control. 00530-1 ATTACHMENT 2 95 ARTICLE 2 ENGINEER The project has been designed by Schulke, Bittle & Stoddard, LLC, hereinafter called ENGINEER, and who is to act as OWNER'S representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the work in accordance with the Contract Documents. ARTICLE 3 CONTRACT TIME 3.1 The CONTRACTOR shall be substantially completed with the following timeframe (a) Within 10 calendar days from effective date of Notice to Proceed, Contractor shall complete the following tasks: 1. Obtain all necessary permits. 2. Receive approved shop drawings for all materials and equipment to be utilized in the job. 3. Perform all photographic recording and documentation of conditions prior to construction. 4. Locate all existing utilities in the area of work. 5. Submit and secure approval of shop drawings. 6. Mobilize all labor, equipment, and materials. 7. Deliver and store all equipment and materials to the job site. 8. Notify all utilities and other affected parties prior to initiating construction. (b) From 16 calendar days to 330 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: 1. Install all pipe and appurtenant items. 2. Perform all testing. 3. Restore all disturbed areas to their pre-construction condition. 4. Correct all deficiencies noted by Engineer. Completion of all tasks outlined above (i.e., Subparagraphs a) and b) constitutes Substantial Completion. (b) From 330 calendar days to 370 calendar days from the effective date of Notice to Proceed, the CONTRACTOR shall complete the following tasks: 1. Clean up project area. 2. Remove all equipment and material from project site. 3. Perform contract closeout procedures. 3.2 Completion of all tasks outlined above (i.e., Subparagraphs a, b, and c) constitute Final Completion. 3.3 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the MW essence of this Agreement and that OWNER will suffer financial loss if the work is 00530-2 96 not completed within the times specified in Paragraphs 3.1 and 3.2 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER four-hundred and fifty dollars ($450.00) for each day that expires after the time specified in Paragraph 3.1 for Substantial Completion, if CONTRACTOR shall neglect, refuse or fail to complete the remaining work within the Contract Time or any proper extension thereof granted by OWNER, CONTRACTOR shall pay OWNER four-hundred and fifty dollars ($450.00) for each day that expires after the time specified in Paragraph 3.2 for completion and readiness for final payment. 3.3.1 The CONTRACTOR and OWNER agree that OWNER is authorized to deduct all or any portion of the above-stated liquidated damages due to the Owner from payments due to the Contractor; or, in the alternative, all or any portion of the above-stated liquidated damages may be collected from the Contractor or its Surety or Sureties. These provisions for liquidated damages shall not prevent the OWNER, in case of the CONTRACTOR's default, from terminating the Contractor's right to proceed as provided in this AGREEMENT. 3.3.2 In addition to the above-stated liquidated damages, the CONTRACTOR shall be responsible for reimbursing OWNER for the �.. cost of third party consultants in administering the Project beyond the Substantial Completion date specified in this Agreement, or beyond an approved extension of time granted to CONTRACTOR, whichever date is later. ARTICLE 4 CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for completion of the work in accordance with the Contract Documents in current funds in the amount of$892,365.10. ARTICLE 5 PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 5.1 Progress Payments. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent ,", (50%) completion of the work is attained as certified to OWNER by ENGINEER in 00530-3 97 writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by .,. CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Contract Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 5.2 Pay Requests. Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR's certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. After fifty percent (50%) completion, and pursuant to Florida Statutes section 218.735(8)(d), the CONTRACTOR may submit a pay request to the County as OWNER for up to one half (1/2) of the retainage held by the County as OWNER, and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255.05(2005); or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the Contractor shall timely remit payment of such retainage to those subcontractors and suppliers. Pursuant to Florida Statutes section 218.735(8)(c)(2005), CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 5.3 Paragraphs 5.1 and 5.2 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 5.4 ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the work is ready for final inspection and acceptance, the ENGINEER will promptly make such inspection and when the ENGINEER finds the work acceptable under the terms of the Contract and the Contract fully performed, the ENGINEER will promptly issue a final completion certificate stating that the work provided for in this Contract has been completed, and acceptance by the OWNER under the terms and the conditions thereof is recommended and the entire balance found to be due the CONTRACTOR, will be paid to the CONTRACTOR by the OWNER following County Commission approval of the final Contract payment. 5.5 Acceptance of Final Payment as Release. The acceptance by the CONTRACTOR „m of final payment shall be and shall operate as a release to the OWNER from all 00530-4 98 claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Payment and Performance Bonds. ARTICLE 6 INTEREST Not Applicable. ARTICLE 7 CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. 7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions, and accepts the determination set forth in Paragraph SC-4.02 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the work as CONTRACTOR considers necessary for the performance of furnishing of the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.02 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. 7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said underground facilities are or will be required by CONTRACTOR in order to perform and furnish the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.04 of the General Conditions. 00530-5 99 7.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions 1"M„ of the Contract Documents. 7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 8 CONTRACT DOCUMENTS. The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the work consist of the following: 8.1 This Agreement (Section 00530). 8.2 Public Construction Bond (Section 00610). 8.3 Notice of Award and Notice to Proceed (examples in Section 00800). 8.4 General Conditions (Section 00700). 8.5 Supplementary Conditions (Section 00800). 8.6 Specifications bearing the title "US Highway 1 Widening Utility Conflicts - US 1 from Oslo Road to County Line Project No. UCP 40961 Bid No. 2014008" as listed in the table of contents hereof. 8.7 Drawings, inclusive with each sheet bearing the following general title "US Highway 1 Widening Utility Conflicts - US 1 from Oslo Road to County Line Project No. UCP 4096 Indian River County Department of Utility Services" 8.8 Addenda numbers to inclusive. 8.9 CONTRACTOR'S Bid (Section 00300). "w 8.10 Specifications bearing the title "IRCDUS Water and Wastewater Utility Standards, September 2011" or the latest version thereof. 8.11 The following, which may be delivered or issued after the effective date of the Agreement and are not attached hereto: All written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Paragraphs 3.04 of the General Conditions. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in Paragraphs 3.04 of the General Conditions. ARTICLE 9 MISCELLANEOUS 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2 It is agreed that the CONTRACTOR shall not assign, transfer, convey, or otherwise dispose of the contract or its right, title, or interest in or to the same or any part thereof, or allow legal action to be brought in its name for the benefit of others, without previous consent of the OWNER and concurred to by the sureties. Any attempted assignment shall be void and may, at the option of the OWNER be deemed an event of default hereunder. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the OWNER who may be a party hereto. 00530-6 100 9.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 9.4 The CONTRACTOR shall be properly licensed to practice its trade or trades which are involved in the completion of this Agreement and the work thereunder. 9.5 This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this agreement shall be in Indian River County, Florida, or, in the event of federal jurisdiction, in the United States District Court for the Southern District of Florida. 9.6 CONTRACTOR agrees to indemnify and hold harmless the OWNER, together with its agents, engineers, employees, elected officers and representatives, from liabilities, damages, losses, and costs, including but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the work under this Agreement. This indemnification and hold harmless provision shall survive the termination or expiration of this Agreement. The indemnification is limited to $5 million per occurrence. 9.7 Pledge of Credit. The CONTRACTOR shall not pledge the OWNER'S credit or make it a guarantor of payment or surety for any Agreement, debt, obligation, judgment, lien or any form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation of indebtedness that would impair its ability to fulfill the terms of this Agreement. 9.8. Counterparts. This Agreement may be executed in one or more counterparts, but all such counterparts, when duly executed, shall constitute one and the same Agreement. 9.9. Public Records. The OWNER and the CONTRACTOR shall comply with the provisions of Chapter 119, Florida Statutes (Public Records Law) in connection with this Agreement. Additionally, CONTRACTOR shall: (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service. (b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate ,law 00530-7 101 public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. IN WITNESS WHEREOF, OWNER AND CONTRACTOR have signed this Agreement the day and year first written above. OWNER Indian River County Board of County Commissioners By: Joseph E. Flescher, Chairman Attest: Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller By: Deputy Clerk Approved By: Joseph A. Baird, County Administrator Approved as to Form and Legal Sufficiency: Dylan Reingold, County Attorney Address for giving notices 1801 27th Street Vero Beach, Florida 32960 CONTRACTOR 00530-8 102 By: (CORPORATE SEAL) Attest: Address for giving notices License No. *END OF SECTION* 00530-9 103 INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Joseph A. Baird, County Administrator THROUGH: Christopher R. Mora, P.E. Public Works Director FROM: James D. Gray, Jr. JD6 Coastal Engineer SUBJECT: Interlocal Agreement between the Town of Orchid and Indian River County— Post Hurricane Sandy Dune Project Reimbursement DATE: November 6, 2013 DESCRIPTION AND CONDITIONS As a result of Hurricane Sandy in October 2012, Indian River County received direct impacts to the Sector 3 Beach and Dune Restoration Project causing significant beach and dune erosion. For FY 2013/2014, the Department of Environmental Protection (FDEP) received Legislative funding to assist in .the recovery of the State's beaches damaged by Hurricane Sandy. The Sector 3 Beach and Dune Project was identified as an eligible project and will subsequently receive 50% or $2,700,000 of the anticipated $5,400,000 total project costs to repair the damaged project area. In November, 2013, the County and FDEP intend to execute DEP Agreement No. 141R2 for the reimbursement of 50% of Sector 3 related project costs. In coordination with Indian River County, the Town of Orchid and several Orchid residents funded an emergency dune stabilization project along approximately 3,400 linear feet of shoreline located within the Town of Orchid and the Sector 3 Beach and Dune Restoration Project area. Total project costs were $270,393.36. Under task 3.1 of FDEP grant No. 141112, FDEP has agreed to reimburse 50% of the project cost, or $135,196.68 between the Town of Orchid and the County in proportion with each agency's expenditures. The Grant Agreement identifies Indian River County as the Local Sponsor. As such, the County and the Town of Orchid must enter into an Interlocal Agreement to receive reimbursement from the State for work identified under task 3.1 of FDEP grant No. 141R2. The subject of this agenda is to request Board approval of an Interlocal Agreement between the Town of Orchid and the County in order to formalize reimbursement of 50% of the total project costs to the Town of Orchid and the Orchid residents who funded the project. During the regularly scheduled Town of Orchid Council meeting held on November 6, 2013, the Town Council executed the referenced Interlocal Agreement. F:\Public Works\JamesG\TS Sandy October 2012\Orchid Dune Stabilization\Cost Sharing Agreement\Agenda IternARC and Town of Orchid ILA--Hurricane Sandy--11-12-13.docx 104 Page 2 BCC Agenda Item IRC and Town of Orchid Interlocal Agreement November 12, 2013 FUNDING Local funding is not required for reimbursement of funds identified in the Interlocal Agreement. RECOMMENDATION Staff recommends that the Board approve the Interlocal Agreement between the County and the Town of Orchid and authorize the Chairman to sign on behalf of the County. ATTACHMENT Interlocal Agreement between IRC and the Town of Orchid (2 original copies) APPROVED AGENDA ITEM FOR: November 12 2013 BY. .)nn 0,0 Indian River County App oved Date Administration ///-7�)c3 Budget 11/402, Legal (1 Public Works 01� Coastal Eng. Division JDG ►I Ibll3 F:\Public Works\lamesG\TS Sandy October 2012\Orchid Dune Stabilization\Cost Sharing Agreement\Agenda Item\IRC and Town of Orchid ILA--Hurricane Sandy--11-12-13.docx 105 INTERLOCAL AGREEMENT BETWEEN INDIAN RIVER COUNTY AND TOWN OF ORCHID FOR BEACH DUNE RESTORATION THIS AGREEMENT for BEACH DUNE RESTORATION COST-SHARING ("Agreement") entered into this day of , 2013 by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("County") and THE TOWN OF ORCHID , a Florida municipal corporation ("Town") BACKGROUND RECITALS A. Indian River County, local municipalities, and private property owners maintain beach dune systems along the 22 miles of Indian River County Atlantic Ocean shoreline. As a result of Hurricane Sandy in October 2012, Indian River County received direct impacts to the beach and dune system. B. In coordination with the County, the Town and several private partners, pursuant to a construction contract, paid $270,393.36 for emergency dune stabilization within the Orchid Beach section of the Sector 3 Beach and Dune Restoration Project Area. C. Of the $270,393.36 paid for the emergency dune stabilization, the Town spent $81,118.00 and its private partners paid $189,275.36. D. The County and the Florida Department of Environmental Protection intend on entering into DEP Agreement No: 141R2 in which the County will be retained as the local sponsor to implement the beach erosion control project known as the Indian River County Hurricane Repair Project (the "Project"). E. As part of DEP Agreement No. 141R2, the Florida Department of Environmental Protection will reimburse the County as local sponsor for 50 percent of the costs of the Project. F. As the Town participated in completing and financing the Project, the County and the Town wish to enter into this Interlocal Agreement in order to formalize the amount to be reimbursed to the Town and the Town's private partners. NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained and other good and valuable consideration, and intending to be legally bound, the Indian River County and the Town agree as follows: 1. The background recitals are true and correct and form a material part of this Agreement. 2. Within 30 calendar days of receiving the money associated with the Project from the Florida Department of Environmental Protection, the County shall reimburse the Town $135,196.68, of which the Town shall retain $40,559.00. The remaining funds, F:1PublicW.*r Uam GITSSan 0d ab.,X1210.hid0— Stabilization\Cost Sharing AgreementlTown of Orchid ILA (Final) 4 - 11-4-13.docx 106 $94,637.68, shall be reimbursed to the Town's private parties within 30 calendar days of w•- receiving the money from the County. 3. Any notice, request, demand, consent, approval or other communication required or permitted by this Agreement shall be given or made in writing and shall be served, as elected by the party giving such notice, by any of the following methods: (1) Hand delivery to the other party; or (2) Delivery by commercial overnight courier service; or (3) Mailed by registered or certified mail (postage prepaid), return receipt requested at the addresses of the parties shown below: Indian River County: Indian River County Public Works Department Attn: Mr. James Gray, Jr. 180127 th Street, Building A Vero Beach, Florida 32960 Town of Orchid: Attn- Deb C. Branwell, Town Manager 7707-1 US Highway 1 Vero Beach, Florida 32967 4. The validity, interpretation, construction, and effect of this Agreement shall be in accordance with and governed by the laws of the State of Florida, only. The location for settlement of any and all claims, controversies, or disputes, arising out of or relating to any part of this Agreement, or any breach hereof, as well as any litigation between the parties, shall be Indian River County, Florida for claims brought in state court, and the Southern District of Florida for those claims justiciable in federal court. 5. This Agreement incorporates and includes all prior and contemporaneous negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document signed by all parties. In addition, notwithstanding any other provision set forth herein, it is agreed that this Agreement shall not constitute a third party beneficiary contract and no third party, even if referenced or mentioned hereunder, shall have any rights or privileges hereunder including, but not limited to, standing to enforce any term or condition of this Agreement or make any claim based on this Agreement. 6. If any term or provision of this Agreement or the application thereof to any person or circumstance shall, to any extent, be held invalid or unenforceable for the remainder of this Agreement, then the application of such term or provision to persons or circumstances other than those as to which it is held invalid or unenforceable shall not be 14"' FV-,,WkKbdcsVa GVSS—*0-1.1-201210MridDune Stabilization\Cost Sharing Agreement\Town of Orchid ILA (Final) 2 - 11-4-13.docx 107 affected, and every other term and provision of this Agreement shall be deemed valid and enforceable to the extent permitted by law. 7. Captions in this Agreement are included for convenience only and are not to be considered in any construction or interpretation of this Agreement or any of its provisions. Unless the context indicates otherwise, words importing the singular number include the plural number, and vice versa. Words of any gender include the correlative words of the other genders, unless the sense indicates otherwise. 8. Each party shall be responsible for their own misconduct, acts or omission. IN WITNESS WHEREOF the parties hereto have executed this Agreement as of the date first written above. ATTEST: Jeffrey R. Smith, Clerk of Courts, BOARD OF COUNTY COMMISSIONERS OF and Comptroller INDIAN RIVER COUNTY ("County") By: By: Deputy Clerk , Chairman Approved by BCC: 201_. Approved: Approved as to form and legal suffic" ncy: Joseph A. Baird, County Administrator Dylan Reingold, County Attorney ATTEST: TOWN OF ORCHID ("Town") By: Deb C. Bramwell, Town Clerk Mayor Approved by Town: 201_ Approved as to form and legal sufficiency: Anthony Garganese, Town Attorney F:VPubc WbAsVamesGUS Sandy October 21210rdud D—e Stabilization\Cost Sharing Agreement\Town of Orchid ILA (Final) 3 - 11-4-13.docx 108 CONSENT AGENDA -� INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Assistant County Administrator Date: November 4, 2013 To: The Honorable Board of County Commissioners Thru: Joseph A. Baird, County Administrator From: Michael C. Zito, Assistant County Administrator Subject: Proposed Fourth Amendment to Facility Lease Agreement—Historic Dodgertown DESCRIPTION AND CONDITIONS: On June 4, 2013, the Board of County Commissioners approved the terms of a Third Amendment to Facility Lease Agreement with Verotown, LLC ("Verotown"). in which, among other things, Verotown exercised its right to renew the lease for an additional five years, and the County agreed to pay for or reimburse Verotown for the actual costs of renovating 67 hotel rooms in an amount not to exceed $600,000. In compliance with the Third Amendment, the County publically bid the room renovations and the lowest, most responsive bidder cost for the job (including County purchased items to save sales tax) was approximately $634,000 or $34,000 over the allotted amount. The parties have agreed to reduce the number of rooms to be renovated from 67 to 61 in order to comply with the terms of the Third Amendment. ,,40W The parties wish to amend Section 5 of the Third Amendment to state that the County is responsible for renovating 61 hotel rooms in an amount not to exceed $600,000, and Verotown is agreeable to this amendment. RECOMMENDATION: Staff respectfully requests that the Board authorize the Chairman to sign the Fourth Amendment to Facility Lease Agreement (Attached). ATTACHMENTS: Fourth Amendment to Facility Lease Agreement Approved Agenda Item Indian River Co. Approved Date BY: Administration 111-7 13 Joseph A. Baird County Attorney / County Administrator Budget Department IN FOR: November 12, 2013 Risk Management F:AAssistant County Administrator\AGENDA ITEMS\2013\BCC I 1 NOV 2013\Proposed Fourth Amendment to Facility Lease Agreement.doc 109 AGENDA COPY Prepared by,record and return to: Office of the County Attorney 1801 27th St.,Vero Beach,FL 32960 Telephone: 772.226.1424 FOURTH AMENDMENT TO FACILITY LEASE AGREEMENT THIS FOURTH AMENDMENT is entered into as of this _day of November, 2013, by and between Indian River County, a political subdivision of the State of Florida ("County") and Verotown, LLC, a Delaware limited liability company authorized to do business in the State of Florida ("Verotown"). WHEREAS, on or about May 1, 2009, the County and MiLB Vero Beach, LLC, a Florida limited liability company ("MiLB"), entered into the Facility Lease Agreement in which the County leased the Facility to MiLB, and granted to MiLB certain management rights with respect to the Facility, for a term of five years ending April 1, 2014 ("Original Lease"); and WHEREAS, on or about June 1, 2011, the County and MiLB entered into the First Amendment to Facility Lease Agreement("First Amendment"); and WHEREAS, on or about January 1, 2012, the County, MiLB and Verotown, entered into the Second Amendment to Facility Lease Agreement, in which, among other things, the rights and obligations of MiLB under the Original Lease and the First Amendment were assigned to Verotown ("Second Amendment"); and WHEREAS, on or about July 16, 2013, the County and Verotown("the Parties") entered into the Third Amendment to Facility Lease Agreement, ("Third Amendment") in which, among other things, Verotown exercised its right to renew the lease for an additional five years, and the County agreed to pay for or reimburse Verotown for the actual costs of renovating 67 hotel rooms in an amount not to exceed$600,000; and WHEREAS, In compliance with the Third Amendment, the County publically bid the room renovations and the lowest, most responsive bidder cost for the job (including County purchased items to save sale tax) was approximately $634,000 or $34,000 over the allotted amount; and WHEREAS, the Parties have agreed to reduce the number of rooms to be renovated from 67 to 61 in order to comply with the terms of the Third Amendment; and WHEREAS, the ("the Parties") wishes to amend Section 5 of the Third Amendment to state that the County is responsible for renovating 61 hotel rooms in an amount not to exceed $600,000, and Verotown is amenable to this amendment; and WHEREAS, the County and Verotown reaffirm their desire to preserve the rich traditions and history of"Dodgertown" and the Facility, and recognize that the benefits to the local community of continuing baseball, athletic, conference and other activities at the Facility are unique and diverse, and include, without limitation, increased economic activity and employment opportunities, increased tourist trade and promotional opportunities, increased Page I of 4 110 AGENDA COPY direct and indirect tax revenues, private sector payment of substantial maintenance and operation expenses which would otherwise burden local taxpayers, and other such benefits, NOW THEREFORE, in consideration of the mutual undertakings herein and other good and valuable consideration, the receipt and adequacy of which is hereby acknowledged,the parties agree, as follows: 1. Recitals. The above recitals are true and correct and are incorporated herein. 2. Hotel Room Renovations. In Section 5 of the Third Amendment the County agreed to provide up to $600,000 for the renovation of the remaining 67 hotel rooms. After review and receipt of the public bids, it is agreed by the Parties that it is not feasible to renovate 67 hotel rooms for $600,000 or less. Therefore, Section 5 of the Third Amendment is hereby amended to state that the County shall pay for the actual costs of the renovations associated with 61 of the remaining hotel rooms in an amount not to exceed$600,000. All of the other terms and conditions of Section 5 of the Third Amendment to Facility Lease Agreement remain in full force and effect. 3. Good Standing—No Violation. The County and Verotown agree that, as of the date of this Fourth Amendment, the Facility Lease Agreement is in good standing and neither party is in breach or violation of the terms and conditions of the Facility Lease Agreement. 4. Conforming Terms. All remaining terms and conditions of the Facility Lease Agreement are hereby conformed to be consistent with the amendments set forth herein. 5. Remaining Terms. All remaining terms and conditions of the Facility Lease Agreement not amended or conformed herein shall remain in full force and effect. 6. Recordation. A copy of this Fourth Amendment shall be recorded on the Public Records of Indian River County, Florida. Page 2 of 4 111 AGENDA COPY IN WITNESS WHEREOF, the parties have caused this Agreement to be executed in their respective names as of the date set forth above. ATTEST: Jeffrey R. Smith, BOARD OF COUNTY COMMISSIONERS, Clerk of Court and Comptroller INDIAN RIVER COUNTY By: By: Deputy Clerk Joseph E. Flescher, Chairman AFFIX SEAL: Approved by BCC: November 12, 2013. Approved: Approved as to form and legal sufficiency: By: By. Joseph A. Baird, County Administrator Dylan Reingold, County Attorney Signed and delivered in the presence of: Print name: Print name: VEROTOWN, LLC, a Delaware limited liability company ("Verotown"), by POM Vtown, LLC, a California limited liability corporation, its Manager By: Print Name: Peter O'Malley Print Title: Manager Page 3 of 4 112 AGENDA COPY STATE OF CALIFORNIA ) ss: COUNTY OF LOS ANGELES ) On , 2013, before me, personally appeared Peter O'Malley who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) Page 4 of 4 113 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Joseph A. Baird, County Administrator CONSENT THROUGH: Christopher R. Mora, P.E., Public Works Director From: Manuel Cabo, Telecommunications Manager SUBJECT: Proposal for Replacement of SONET (Synchronous Optical NETworking) System and Approval of Precision Contracting Services (PCS) as a Sole Source Provider DATE: November 5, 2013 BACKGROUND: Intelect Technologies has closed their SONET (Synchronous Optical NETworking) product line as of December 2012. Indian River County uses Intelect Technologies' SONET to provide "talk paths" to the communication towers of the 800 Mhz radio system and the 911 consoles. The SONET backs up the Microwave System, and the Microwave System likewise backs up the SONET. With the SONET equipment no longer being manufactured, parts will no longer be available to keep our system operating. What is proposed is an alternate type of circuit transport architecture that is gaining mainstream status in this type of application. This proposed solution is more cost effective than SONET and closely approximates the reliability of the current SONET technology. Also included in this project are some fiber optic cable routing changes and small additions to improve the resiliency of the network. Precision Contracting Services (PCS) has been chosen to assist in the conversion of these Emergency Operations Department interconnected systems, due to their long experience with support, and their familiarity in repairing and documenting these systems over the years. ANALYSIS The SONET systems are now obsolete. Technical support and repair of these systems is no longer available. An upgraded system is necessary in order to ensure that these Emergency Operations systems remain operational. The above replacement work is comprised of the attached quotes: 1. PCS labor and fiber optic materials: $67,084.65 2. PCS resilient fiber route loop: $2,827.50 Total: $69,912.15 The hardware associated with this upgraded system will be a purchased directly by Indian River County at a cost of$32,890.57 FAPublic Works\Luanne M\TelecommunicationsWgendas\PCS approval BCC 11-05-13.doc 114 Page Two Agenda item for Proposal for Replacement of SONET System and Approval of Precision Contracting Services (PCS) as Sole Source Provider November 5, 2013 FUNDING Budget amendment 019 was approved by the Board of County Commissioners on June 18, 2013, to allocate funds for this upgrade in Optional Sales Tax/Facilities Mgmt/Fiber Optics, account number 31522019-066510-03006 and 911 Surcharge/Communications Center /Communications Equipment, account number 12013325-066450. The cost for the work listed above will be funded from account 31522019-066510-03006 in the amount of $34,956.08 and account number 12013325-066450 in the amount of$34,956.07. The direct purchase of the hardware will also be divided between the two accounts as follows: Optional Sales Tax/Facilities Mgmt/Fiber Optics, account 31522019-066510-03006 in the amount of $17,846.64 and 911 Surcharge/Communications Center/Communications Equipment, account number 12013325-066450 in the amount of $15,043.93. RECOMMENDATION Staff recommends that the Board of County Commissioners approve moving forward with the new system and approval of PCS as the sole source organization to install this new system. ATTACHMENTS Sole Source Forms PCS Quote DISTRIBUTION Precision Contracting Services APPROVED AGENDA ITEM Indian River Co. AppLoved Date For: November 12, 2013 Administration A County Attorney g : Budget li s6-p-li-W Baird, County Administrator Public Works Telecommunications CADocuments and Settings\lmarino\Local Settings\Temporary Internet Files\Content.Outlook\BGUD33FE\PCS approval BCC 11-05-13.doc 115 MEMORANDUM DATE: 10-11-13 REQUISITION NO. TO: Purchasing Division FROM: Manuel Cabo - Telecom Div. Division Head Signature) i SUBJECT: Request for approval of"No Substitute". Sole Source, Sole Brand, or Single Source ITEM AND DESCRIPTION: PCS Inc. - Transition Networks - PacketBand TDM system - for T1 /fiber optic ring connectivity to link existing EOC 800 Mhz Emergency Operations Radio Systems at various IRC Tower locations Transition Networks product will replace obsolete and currently un-supported Sonet/OmniLynx systems. We request approval of a"NO SUBSTITUE" specification for the purchase of the subject item(s) for the indicated below: (Check or fill in one reason only.) ❑ 1. Item(s) is (are) only acceptable replacement part(s) known for: (Identify) ❑ 2. Item must be physically or chemically compatible with: (Identify with existing item and explain) ❑ 3. Only item(s) approved by authorized evaluation for the use intended: (Explain) ❑ 4. Process or material storage compatibility: (Explain) ❑ 5. Parts and attachments interchangeability: (Explain) ❑ 6. Material and job interchangeability: (Explain) E17. Continuity of design: (Explain) UPJ 8 Other: (Explain)- Vendor familiarity with obsolete and currently unsupported Sonet systems, configuration programming, and systems interface configuration required for EOC 800 Mhz. Emergency Operations Radio Systems - including redundant microwave systems backup of Sonet by Communications International Inc Approval recommended: ❑ Yes ❑ No Comment: Manager, Purchasing Division Revised Dec. 2004 116 PCs 15834 Guild Court PRECISION CONTRACTING' SERVICES INC. Jupiter, Florida 33478 Phone: 561.743.9737 Prccisio11 Fil-'cr Optic fit stem Fax: 561.743.0775 Lip www.pcsfiber.com To: PCS Vero Contact: Donald Hawkins Address: 9035 17th Place Phone: (772)633-4969 Vero Beach,FL 32966 USA Fax: (772)770-3343 Project Name: 13.09.23 IRC SONET Redesign-Minor Site Modifications Bid Number: Project Location: Indian River County,Vero Beach,FL Bid Date: 9/23/2013 Item# Item Description Estimated Quantity Unit Unit Price Total Price System Design-Engineering-Technical Service 530-4-101 BICSI Reg Comm Dist Design Services 6.00 HR $135.00 $810.00 530-5-102 CADD Operator 10.00 HR $85.00 $850.00 633-1-10 OSP ROW Strand Mapping 1.50 MILE $500.00 $750.00 633-1-20 OSP ROW Design&Permitting 1.50 MILE $1,000.00 $1,500.00 633-1-30 OSP FO Electronics Asbuilts 1.50 MILE $250.00 $375.00 633-1-40 OSP GPS Surveying 1.50 MILE $500.00 $750.00 Total Price for above System Design-Engineering-Technical Service Items: $Sf035.00 Hobart Tower Facility 530-7-104b Comm Cable-Electronics Technician(Onsite) 1.00 HR $100.00 $100.00 633-9-A FO Jumper,Duplex ST-LC,SM,10'(F Only) 2.00 EACH $49.95 $99.90 Total Price for above Hobart Tower Facility Items: $199.90 20th Ave&12th St 633-9-RE FO Closure Reentry Kit,Cable Prep(F&1) 1.00 EACH $375.00 $375.00 633-ST-12 Splice Tray,Fusion Heatshrink, 12F,12"(F&I) 1.00 EACH $45.00 $45.00 633-9-A Fusion Splice Heat Shrink<.ldb OSP(F&I) 12.00 EACH $35.00 $420.00 Total Price for above 20th Ave&12th St Items: $840.00 County Administration 530-7-104b Comm Cable-Electronics Technician(Onsite) 2.00 HR $100.00 $200.00 633-9-A FO Jumper,Duplex ST-LC,SM,10'(F Only) 4.00 EACH $49.95 $199.80 Total Price for above County Administration Items: $399.80 Dogertown Facility 633-9-RE FO Closure Reentry Kit,Cable Prep(F&I) 1.00 EACH $375.00 $375.00 633-ST-12 Splice Tray,Fusion Heatshrink,12F,12"(F&I) 1.00 EACH $45.00 $45.00 633-9-A Fusion Splice Heat Shrink<.ldb OSP(F&I) 12.00 EACH $35.00 $420.00 Total Price for above Dogertown Facility Items: $840.00 Water Plant 530-7-104b Comm Cable-Electronics Technician(Onsite) 2.00 HR $100.00 $200.00 633-9-A FO Jumper,Duplex ST-LC,SM, 10'(F Only) 2.00 EACH $49.95 $99.90 Total Price for above Water Plant Items: $299.90 FEC Location 530-7-104b Comm Cable-Electronics Technician(Onsite) 2.00 HR $100.00 $200.00 633-9-RE FO Closure Reentry Kit,Cable Prep(F&I) 1.00 EACH $375.00 $375.00 633-ST-12 Splice Tray,Fusion Heatshrink,12F, 12"(F&I) 1.00 EACH $45.00 $45.00 633-9-A Fusion Splice Heat Shrink<.ldb OSP(F&I) 2.00 EACH $35.00 $70.00 11/5/2013 8:20:03 AM Page 1 of 4 117 Total Price for above FEC Location Items: $690.00 Power Plant 530-7-104b Comm Cable-Electronics Technician(Onsite) 1.00 HR $100.00 $100.00 633-9-A FO Jumper, Duplex ST-LC,SM, 10'(F Only) 2.00 EACH $49.95 $99.90 Total Price for above Power Plant Items: $199.90 US 1&16th St 530-7-104b Comm Cable-Electronics Technician(Onsite) 2.00 HR $100.00 $200.00 633-9-RE FO Closure Reentry Kit,Cable Prep(F&I) 1.00 EACH $375.00 $375.00 633-ST-12 Splice Tray, Fusion Heatshrink, 12F, 12"(F&I) 1.00 EACH $45.00 $45.00 633-9-A Fusion Splice Heat Shrink<.ldb OSP(F&I) 4.00 EACH $35.00 $140.00 Total Price for above US 1&16th St Items: $760.00 South Tower Fiber Terminations 530-8-105b Communication Cable Installer(Onsite) Additional 4.00 HR $85.00 $340.00 Cable Management Inside The South Tower 633-8-A Fusion Splice Heat Shrink<.ldb OSP Includes Pigtail As 288.00 EACH $38.00 $10,944.00 Needed(F&I) Total Price for above South Tower Fiber Terminations Items: $11,284.00 20th Ave&20th St 530-7-104b Comm Cable-Electronics Technician(Onsite) 10.00 HR $100.00 $1,000.00 530-8-105b Communication Cable Installer(Onsite) 10.00 HR $85.00 $850.00 630-2-12-36 Conduit,2"PVC @ 36", Hand Trench(F&I) 20.00 LF $6.75 $135.00 Locate Wire(F&I) 20.00 LF $0.75 $15.00 633-9-96 FO Splice Closure 96F,Aerial/UG(F&I) 1.00 EACH $5,250.00 $5,250.00 633-ST-12 Splice Tray, Fusion Heatshrink, 12F, 12"(F&I) 8.00 EACH $45.00 $360.00 633-9-A Fusion Splice Heat Shrink<.ldb OSP(F&I)(Addl 96.00 EACH $35.00 $3,360.00 Splicing For Eastbound Cable) Total Price for above 20th Ave&20th St Items: $10,970.00 North County Library 633-9-RE FO Closure Reentry Kit,Cable Prep(F&I) 1.00 EACH $375.00 $375.00 633-ST-12 Splice Tray,Fusion Heatshrink, 12F, 12"(F&I) 1.00 EACH $45.00 $45.00 633-9-A Fusion Splice Heat Shrink<.Idb OSP(F&I) 12.00 EACH $35.00 $420.00 Coupler Panel(F&I) 1.00 EACH $145.00 $145.00 Total Price for above North County Library Items: $985.00 16th St&Old Dixie 530-7-104b Comm Cable-Electronics Technician(Onsite) 10.00 HR $100.00 $1,000.00 530-8-105b Communication Cable Installer(Onsite) 10.00 HR $85.00 $850.00 630-2-12-36 Conduit,2"PVC @ 36", Hand Trench(F&I) 10.00 LF $6.75 $67.50 633-ST-12 Splice Tray, Fusion Heatshrink, 12F, 12"(F&I) 8.00 EACH $45.00 $360.00 633-9-A Fusion Splice Heat Shrink<.ldb OSP(F&I)(Additional 96.00 EACH $35.00 $3,360.00 Cable Splices) 634-6-1 Pole Attach Loose Tube W/J-Hook Concrete(F&I) 2.00 EACH $75.00 $150.00 634-6-1 Place Riser U-Guard To 20'(F&I) 30.00 LF $9.50 $285.00 633-8-96A FO Splice Closure 96F Aerial/UG(F&I) 1.00 EACH $3,975.00 $3,975.00 633-8-ST-12A Splice Tray,Fusion Heatshrink 12F 12"(F&I)(Modify 4.00 EACH $45.00 $180.00 96F Closure To 144F) 633-8-A Fusion Splice Heat Shrink<.ldb OSP(F&I)(Modify 96F 48.00 EACH $38.00 $1,824.00 Closure To 144F) Total Price for above 16th St&Old Dixie Items: $12,051.50 3 Avenues Cabinet 530-7-104b Comm Cable-Electronics Technician(Onsite) 2.00 HR $100.00 $200.00 633-9-A FO Jumper,Duplex ST-LC,SM, 10'(F Only) 2.00 EACH $49.95 $99.90 Total Price for above 3 Avenues Cabinet Items: $299.90 16th Ave To Alley Behind So.Bell 530-7-104b Comm Cable-Electronics Technician(Onsite) 6.00 HR $100.00 $600.00 530-8-105b Communication Cable Installer(Onsite) 4.00 HR $85.00 $340.00 11/5/2013 8:20:03 AM Page 2 of 4 11g Item# Item Description Estimated Quantity Unit Unit Price Total Price 530-9-106b Communication Duct Installer(Onsite) 4.00 HR $75.00 $300.00 630-5-13-36 Conduit,2"PVC @ 36",Hand Trench(F&I) 40.00 LF $6.25 $250.00 630-6-12-db Directional Bore,2"HDPE(F&I) 525.00 LF $11.95 $6,273.75 630-7-MT Detectable Marking Tape(F&I) 1,050.00 LF $0.75 $787.50 630-7-JL Jet Line(F&I) 1,050.00 LF $0.15 $157.50 630-7-ROW ROW Delineator Marker Post Orange 6"(F&I) 5.00 EACH $85.00 $425.00 635-8-121TR Pullboxes 17"x30"x12"W/Lid Traffic Rated(F&I) 2.00 EACH $595.00 $1,190.00 633-4-113-96 FO Cable 96F SM LT UG(F&I) 1450 LF On IRC 0.00 LF $1.95 $0.00 Courthouse To Southern Bell Proposal Required For SONET Connection 633-8-96A-1 FO Term.Housing 96F Wall/Rack(F&I) 1.00 EACH $6,395.00 $6,395.00 633-8-96A FO Splice Closure 96F Aerial/UG(F&I) 1.00 EACH $3,975.00 $3,975.00 633-8-B OTDR Test Any Wavelength Bare Fiber FOSC(Install 192.00 EACH $8.00 $1,536.00 Only) Total Price for above 16th Ave To Alley Behind So.Bell Items: $22,229.75 Total Bid Price: $67,084.65 Notes: • Location: Indian River County, FL Fiber Optic modifications At 14Separate Sites To Facilitate The SONET Redesign. • PCS quotes the LIG-Aerial Installation,splicing,termination,testing,and re-routing of a fiber circuit though the locations listed to replace existing IRC SONET equipment. • PCS Proposal is not mutually exclusive. Contract to include ALL PCS proposed items @ proposed unit prices. • PCS will Mobilize a total of(1)one time for the proposed work after noticed by the contractor. Additional Mobilizations will be billed as additions to contract at$500 per Mobilization. • PCS has NOT included any provisions for a performance bond. • Sales or use tax has been included for all materials. • PCS will require(10)ten work days to perform the proposed work. • Proposed pricing is based on award of all items bid upon. PCS reserves the to modify unit prices if all quoted items are not awarded. PCS will provide MOT for the immediate work area of their crews as required by the MUTCD. however any MOT requiring lane closures,detours, traffic diversions or police officers necessary for the safe performance of work by PCS is to be handled by Others. PCS requires 30 days written notice for project scheduling. • All conduits,cable tray,pull boxes,manholes,ladder racks,man hole racks,risers,entrances and/or poles must be installed and tied in by OTHERS prior to PCS starting work. PCS only includes installation or furnish and installation of fiber optic components and specifically EXCLUDES all infrastructure hardware unless specifically included in specific pay items expressly for the specific infrastructure. PCS is not responsible for damage by others to FO Cable or other equipment after placement by PCS.Contractor must allow sufficient time for Subcontractor to complete its scope of work after access to raceways is given. ' Proposed pricing is based on award of all items bid upon. PCS reserves the right to modify unit prices if all quoted items are not awarded. Prices are only valid for 90 days of the bid date. PCS reserves the right to modify or withdraw their offer if either a letter of intent or a contract is not received within 90 days of the bid date. This proposal in its entirety and including all notes of clarification shall be added as an addendum to any resulting contract for the referenced project. If any of the PCS notes of clarification conflict with the contract provisions,the PCS notes shall supercede the contract provisons and govern accordingly. • PCS is not responsible for damage by others to FO Cable or other equipment after placement by PCS. • PCS is a certified MWBE Contractor with specific agencies. It is the bidders responsibility to verify PCS's current status prior to utilizing this proposal to meet required contract goals. • Warranty: Transition Network electronic equipment is not part of this proposal and is assumed to be purchased by the customer,and will be under warranty for the first year per the warranty agreement directly with Transition Networks-Not PCS. • Maintenance: First year maintenance will be time and material from the IRC Master Contract with PCS. Second year maintenance will be negotiated under a seperate proposal. • At the South Tower Location: PCS quotes the termination of(3)three 96F SM cables. This proposal does not include splice housings, Connector housings,or coupler panels and assumes that they are existing as per the customer. • At the South Tower Location: When the installation of fiber optic cable is included within PCS's scope of work,All conduit,cable tray,pull boxes,risers,entrances and/or poles must be installed and tied in by OTHERS prior to PCS begining work. • At the 16th Ave.to Alley Way behind Southern Bell: This does not include the fiber optic cable. THe fiber optic cable for this location is on a seperate proposal. Payment Terms: Payment terms:NET 30 Days and 18%APR for balances exceeding 30 Days. 11/5/2013 8:20:03 AM Page 3 of 4 119 ACCEPTED: CONFIRMED: The above prices,specifications and conditions are satisfactory and Precision Contracting Services,Inc are hereby accepted. Buyer: Signature: Authorized Signature: Date of Acceptance: Estimator: Robert Sanford 561-743-9737,ext.7101 rsanford@pcsfiber.com 11/5/2013 8:20:03 AM Page 4 of 4 120 Na- PCs --- - 15834 Guild Court PRECISION CONTRACTING SERVICES INC. Jupiter, Florida 33478 Phone: 561.743.9737 - Precision Fiber t)pticStititziiis Fax: 561.743.8775 www.pcsfiber.com To: PCS Vero Contact: Donald Hawkins Address: 9035 17th Place Phone: (772)633-4969 Vero Beach,FL 32966 USA Fax: (772)770-3343 Project Name: 13.09.23 IRC SONET Segment At 16th Ave And Alley Way So Bell Bid Number: Project Location: 16th Ave.And The Alley Way Behind Southerbell Bell Interconnect, Bid Date: 9/23/2013 Vero Beach,FL Item# Item Description Estimated Quantity Unit Unit Price Total Price 16th Ave To Alley Behind So.Bell 633-4-113-96 FO Cable 96F SM LT UG(F&I) 1,450.00 LF $1.95 $2,827.50 Total Price for above 16th Ave To Alley Behind So.Bell Items: $2,827.50 Total Bid Price: $2,827.50 Notes: • Location: 16th Ave.and the Alley Way behind Southerbell Bell Interconnect. • This proposal is required to complete the SONEF modifications,and adds the fiber from the IRC Courthouse to the Consortium connection box to Southern Bell. • PCS will provide MOT for the immediate work area of their crews as required by the MUTCD.however any MOT requiring lane closures,detours, traffic diversions or police officers necessary for the safe performance of work by PCS is to be handled by Others. • PCS requires 30 days written notice for project scheduling. PCS will require 2 work days to perform the proposed work.PCS has NOT included any provisions for a performance bond.Sales or use tax has been included for all materials. • All conduits,cable tray,pull boxes,manholes,ladder racks,man hole racks,risers,entrances and/or poles must be installed and tied in by OTHERS prior to PCS starting work. PCS only includes installation or furnish and installation of fiber optic components and specifically EXCLUDES all infrastructure hardware unless specifically included in specific pay items expressly for the specific infrastructure. PCS is not responsible for damage by others to FO Cable or other equipment after placement by PCS.Contractor must allow sufficient time for Subcontractor to complete its scope of work after access to raceways is given. • Proposed pricing is based on award of all items bid upon. PCS reserves the right to modify unit prices if all quoted items are not awarded. Prices are only valid for 90 days of the bid date. PCS reserves the right to modify or withdraw their offer if either a letter of intent or a contract is not received within 90 days of the bid date. • This proposal in its entirety and including all notes of clarification shall be added as an addendum to any resulting contract for the referenced project. If any of the PCS notes of clarification conflict with the contract provisions,the PCS notes shall supersede the contract provisons and govern accordingly. Payment Terms: Payment terms: NET 30 Days and 18%APR for balances exceeding 30 Days. ACCEPTED: CONFIRMED: The above prices,specifications and conditions are satisfactory and Precision Contracting Services, Inc are hereby accepted. Buyer: Signature: Authorized Signature: ,,,W. Date of Acceptance: Estimator: Robert Sanford 561-743-9737,ext.7101 rsanford@pcsfiber.com 11/4/2013 12:13:45 PM Page 1 of 1 121 JEFFREY R. SMITH 4 Clerk of Circuit Court and Comptroller * # Finance DepartmentIpA 1 801 27th Street, Building A Vero Beach, Florida 32960 Telephone (772) 226-1945 Fax (772) 770-5331 October 30, 2013 Honorable Joseph Flescher, Chairman of the Board of County Commissioners And Indian River County Board of County Commissioners 180127 1h Street Vero Beach, FL 32960 Dear Chairman Flescher and County Commissioners: Enclosed please find our check in the amount of$21,256.86 which represents excess fees for non-court operations due to the Board of County Commissioners for the fiscal year ending September 30, 2013. Although the attached financial report reflects a fund balance of$76,881, this amount is the excess of court revenue over expenditures for the months of July through September 2013 and will be applied to the settlement due to the State of Florida in January 2014. Our office has encountered many changes this past fiscal year: electronic filing of civil and criminal cases, new case management system in criminal court, significant upgrade to the Munis financial software which required new hardware as well as software, developed an internal audit department, and restructured several positions. Our office appreciates the continued support of the County's departments and staff. Should you have any questions regarding this letter or the attached report, please contact me at extension 3160 or Diane Bernardo at extension 1205. Sincerely, Je y ith, CPA, CGFO, CGMA lerk of Circuit Court and Comptroller Cc: Joe Baird, County Administrator Jason Brown, Budget Director Diane Bernardo, Finance Director .. Cindy Carlsward, Deputy Director of Court Operations 122 INDIAN RIVER COUNTY, FLORIDA CLERK OF THE CIRCUIT COURT STATEMENT OF REVENUES, EXPENDITURES AND CHANGES IN FUND BALANCES - BUDGET AND ACTUAL GENERALFUND +- FOR THE YEAR ENDED SEPTEMBER 30, 2013 GENERALFUND VARIANCE FINAL FAVORABLE REVENUES BUDGET ACTUAL (UNFAVORABLE) RECORDING OF LEGAL INSTRUMENTS $ 1,259,056 $ 1,252,955 $ (6,101) OTHER CHARGES FOR SERVICES 829,990 887,118 57,128 STATE ALLOCATION FROM JAC FOR COURT OPERATIONS 2,502,328 2,534,468 32,140 MISCELLANEOUS REVENUES - 2,241 2,241 TOTAL REVENUES 4,591,374 4,676,782 85,408 EXPENDITURES PERSONAL SERVICES 4,579,445 4,575,977 3,468 OPERATING EXPENDITURES 943,986 928,800 15,186 CAPITAL OUTLAY 159,995 158,304 1,691 TOTAL EXPENDITURES 5,683,426 5,663,081 20,345 EXCESS OF REVENUES OVER (UNDER) EXPENDITURES (1,092,052) (986,299) 105,753 OTHER FINANCING SOURCES (USES) TRANSFERS FROM BOARD OF COUNTY COMMISSIONERS 899,633 899,633 - SPECIAL REVENUE FUND TRANSFER 214,419 117,602 (96,817) TRANSFERS TO BOCC (22,000) (21,257) 743 TRANSFERS TO STATE FOR COURT OPERATIONS - (75,021) (75,021) TOTAL OTHER FINANCING SOURCES (USES) 1,092,052 920,957 (171,095) EXCESS OF REVENUES AND OTHER SOURCES OVER (UNDER) EXPENDITURES AND OTHER USES $ - (65,342) $ (65,342) FUND BALANCES 10/01/12 142,223 FUND BALANCES 9/30/13 $ 76,881 I, Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller of Indian River County, Florida, do hereby certify that the foregoing are true and accurate annual reports of all official expenses and net income and unexpended budget balances as of the close of the fiscal year ended September 30,2013. 1 have hereunto set My official seal this date, October 30, 2013. � CPQ' Jeffr itf �/...k of Court and Comptroller 123 �+ {�, 11-24 yGOUNry� Aleffre R. $fi'lltfl 1210' G�� Clea of a Crcui Court N Iridian River County, Florida ` P.O.Box 1028 Vero Beach,FL 32960 zQ oQ Wells Fargo Bank,N_A, 'gate 10/30/2013 'NO. _" 0365932 EX4CTLY"'`' ' ""**21 256DOLLARS AND 86CENTS"'�* VOID NTHS $241256. PAY:;: BM01-F COUNTY COMMISSIONERS INDIAN .;RIVER COUNTY I .R. 0 FINANCE. DEPARTMENT 1801 27TH STREET C er o t e ircuit Court VERO BEACH FL 329600000 11"Q 36!59 211` �: i2 .10 1099`7L6►i' Jeffrey R. Smith No. 0365932 Clerk of the Circuit Court ozo3os Indian River County Vero Beach, Florida 32960 Invoice Number Invoice Date Amount Invoice Number Invoice Date_ Amount EXCESS FEES 09/30/2013 $21,256.86 124 Leslie R. Swan Supervisor of Elections Indian River Countt)i October 24, 2013 The Honorable Joseph Flescher, Chairman Indian River County Board of County Commissioners Building A 1801 27th Street Vero Beach, FL 32960-3388 Dear Chairman Flescher: Attached is check number 11818 in the amount of$ 10,918.09, which represents funds due to the Board of County Commissioners for the period ending September 30, 2013, as detailed below: Excess 12/13 Budget $ 10,032.69 SOE Fees $ 735.40 Qualifying Fees $ 150.00 TOTAL $ 10,918.09 Should you have any questions or require additional information,please do not hesitate to contact me at extension 3435. Sincerely, Leslie Rossway Swan Supervisor of Elections FP,F IK�_ OCT 2 4 2013ti �. OOP 5 r o$each, 7 FL 32967 Office:(772) 226-3440 Fax: (772) 770 53 S 11818 .i. WELLS FARGO BANK,NA I.egll@ SWan y VERO BEACH,FL 32963 SUPSRVISbR O0 ELECTIONS 63-643/670 County of 16diAh River-State of Florida 10/24/2013 ' Vero,Beach,Florida 32967 i+ Y W m C PAY TO THE BOARD OF COUNTY COMMISSIONERS $`*10,918.09 `r') ORDER OF ,00 Ten Thousand Nine Hundred Eighteen and 09/100********** DOLLARS LJ A TAMPER RESISTANT TONER AREA A v C, L BD. OF COUNTY COMMISSIONERS I,R.G. Finance Department U d " 1801 27th Street x Vero Beech; FL 32,960 ° U C v MEMO 12/13 Excess Budget u°0 L8 X811° Bo0E7006t. 3 21: 200001. 53 2385011° Leslie Swan/SUPERVISOR OF ELECTIONS 11818 BOARD OF COUNTY COMMISSIONERS 10/24/2013 208.010 DUE TO OTHER GOVERNME SIDE Fees 735.40 208.010 DUE TO OTHER GOVERNME Qualifying Fees from Hospital District Election-Janua 150.00 208.010 . DUE TO OTHER GOVERNME Excess 12/13 Budget 10,032.69 OPERATING-WACH 12/13 Excess Budget 10,918.09 N Q� 8:45 AM Indian River County Supervisor of Elections 10/24/13 Balance Sheet Accrual Basis As of September 30, 2013 Sep 30, 13 ASSETS Current Assets Checking/Savings 101.0 - General Funds 16,859.76 101.08 - OPERATING-WACHOVIA 3.33 101.07 - PAYROLL-WACHOVIA 69.66 101.06 - CAFETERIA-WACHOVIA 10,677.99 101.05 - MONEY MARKET-WACHOVIA 27,610.74 Total 101.0 - General Funds 101.136 - Special Revenue Funds 477.26 136.14 - FEA State/County 477.26 Total 101.136 - Special Revenue Funds 25.00 101.009 - CASH REGISTER "BANK" — 28,113.00 Total Checking/Savings Other Current Assets -0.08 1300 - Payroll Service Customer Asset 155.000 - Prepaid expenses (990 line 53) 1,183.00 155.50 - Computer maintenance and suppor 1,183.00 Total 155.000 - Prepaid expenses (990 line 53) 1,182.92 Total Other Current Assets 29,295.92 Total Current Assets Other Assets 30,009.51 1301 - Provide for Compensated Absence 30,009.51 Total Other Assets - 59,305.43 TOTAL ASSETS LIABILITIES & EQUITY Liabilities Current Liabilities Other Current Liabilities 477.26 208.020 - Deferred Special Revenue 10,918.09 208.010 - DUE TO OTHER GOVERNMENTS (BOCC) 210.000 - Payroll Liabilities 846.89 210.200 - FRS 3% Employee Portion (FRS 3% Employee Contributi... 4,444.40 210.100 - FRS -11.36 210.000 - Payroll Liabilities - Other 5,279.93 Total 210.000 - Payroll Liabilities 8,599.20 216.000 - ACCRUED WAGES PAYABLE 657.84 218.000 - ACCRUED P/R TAXES PAYABLE Page 1 127 8:45 AM Indian River County Supervisor of Elections 10/24/13 Balance Sheet As of September 30, 2013 4ccrual Basis Sep 30, 13 677.16 219.000 - ACCRUED BENEFITS PAYABLE 220.000 - EMPLOYEE OPTIONAL DED. 462.39 220.010 - Process Works 220.20 • STD 12.10 220.025 - STD/Aflac 39.68 220.026 • STD/American 51.78 Total 220.20 - STD 292.29 220.030 - LTD- Mutual of Omaha 220.040 - Cancer 59.78 220.042 - Cancer/Aflac 59.78 Total 220.040 • Cancer 1,768.00 220.050 • ICMA 24.00 220.060 • United Way 28.20 220.080 • Accident/AFLAC 2,686.44 Total 220.000 • EMPLOYEE OPTIONAL DED. — 29,295.92 Total Other Current Liabilities 29,295.92 Total Current Liabilities Long Term Liabilities 30,009.51 2501 • ACCRUED COMPENSATED ABSENCES 30,009.511 Total Long Term Liabilities 59,305.43 Total Liabilities 59,305.43 TOTAL LIABILITIES & EQUITY Page 2 128 8:45 AM Indian River County Supervisor of Elections 10/24/13 Profit & Loss 'accrual Basis October 2012 through September 2013 .,... Oct '12 - Sep 13 Ordinary Income/Expense Income 32,724.20 331.00 • Federal Grant Revenue 3,608.99 381.020 • Transfer - Special Revenue 0.00 - 341.550 • SOE Fees 1,028,758.00 381.010 • BUDGET TRANSFER 14,232.00 001.02 • WORKERS' COMP. PAID BY BO., 41,793.50 341.551 • City Reimbursements Total Income 1,121,116.69 Gross Profit 1,121,116.69 Expense 100.00 4000 • Reconciliation Discrepancies 011.00 • SALARIES 98,967.96 011.11 • Executive Salaries 260,003.50 011.12 - Regular Salaries 34,462.94 011.125 • Regular Wages 44,426.25 011.13 - Part-Time Wages 2,694.96 011.14 • Regular Wage Overtime 55,722.50 011.15 Temp. Election Help 1,915.50 011.16 Temp. Help Overtime 37,850.00 011.19 • Clerks and Poll Workers Total 011.00 • SALARIES 536,043.61 012.00 • PAYROLL EXPENSES 6,639.81 012.10 Company Medicare 28 390.91 012.11 Company Social Security 36,026.84 012.12 • Retirement Contributions 012.13 - Insurance 012.132 - Life/Health 40,979.5 012.134 • Dental 2,826.566 012.138 Worker's Comp 1,051.00' 012.139 • Unemployment Compensate... 409.78 Total 012.13 • Insurance 45,266.84 012.140 • Other Post Employment Bene... 13,181.00 012.00 • PAYROLL EXPENSES - Other 0.01 Total 012.00 - PAYROLL EXPENSES 129,505.41 031.00 • PROFESSIONAL SERVICES 4,346.00 031.20 • Legal Total 031.00 • PROFESSIONAL SERVICES 4,346.00 Pagel 129 8:45 AM Indian River County Supervisor of Elections 10124113 Profit & Loss %ccrual Basis October 2012 through September 2013 Oct '12 - Sep 13 034.00 - CONTRACTUAL SERVICES 951.77 034.76 • Destruction Services 2,131.18 034.10 • Processing Fees 343.03 034.20 - Security System 6,072.50 034.40 • Equipment Transport 6,166.00 034.80 • Other Services Total 034.00 - CONTRACTUAL SERVICES 15,664.48 040.00 • TRAVEL 3,433.61 040.40 • Executive Travel 7,967.79 040.60 • Staff Travel 680.46 040.80 • Temp help mileage Total 040.00 • TRAVEL 12,081.86 041.00 • TELEPHONE 7,014.77 041.40 • Telephones - Total 041.00 • TELEPHONE 7,014.77 042.00 - POSTAGE 24,084.40 042.20 • Regular 67.26 -- 042.40 • FedEx 2,884.15 042.60 • Shipping & Handling Total 042.00 • POSTAGE 27,035.81 044.00 • RENT/LEASES 2,360.00 044.20 • Building & Precincts 7,101.45 044.40 • Office Equipment Total 044.00 • RENT/LEASES 9,461.45 045.00 - Insurance 950.00 045.20 • Automotive Insurance Total 045.00 • Insurance 950.00 046.00 • REPAIR & MAINTENANCE 6,075.48 046.20 - Office Equipment Total 046.00 • REPAIR & MAINTENANCE 6,075.48 047.00 • PRINTING & BINDING 131,904.43 048.00 - PROMOTIONAL 594.16 048.20 • Voter Ed. & Outreach 8.58 048.30 • Pollworker Outreach 17,917.59 048.40 • Advertising 3,608.99 048.60 Grant matching funds - V.O. Page 2 130 8:45 AM Indian River County Supervisor of Elections 10/24/13 Profit & Loss Occrual Basis October 2012 through September 2013 Oct '12 - Sep 13 Total 048.00 • PROMOTIONAL 22,129.32 051.00 • OFFICE 051.20 • General Supplies 17,514.90 051.25 • Bank Charges 1,272.91 051.40 • Furn/Equip - under 1000.00 7,020.45 Total 051.00 • OFFICE 25,808.26 051.60 • COMPUTER 051.62 • Software Licensing & Support 130,586.94 051.64 • Supplies, maint. 1,551.64 051.66 • Equipment under 1000.00 5,819.97 Total 051.60 • COMPUTER 137,958.55 052.00 • OPERATING SUPPLIES 052.20 • Warehouse supplies 758.83 052.40 • Van supplies, fuel 1,936.25 052.60 • Misc. supplies 143.90 Total 052.00 • OPERATING SUPPLIES 2,838.98 054.00 • SUBSCRIPTIONS/EDUCATION 054.20 • Subscriptions/books 283.72 054.40 • Dues & Membership 4,326.22 054.60 • Meetings /Seminars/Classes 12,612.65 Total 054.00 • SUBSCRIPTIONS/EDUCATI... 17,222.59 060.00 • CAPITAL OUTLAY 060.40 • Software 5,685.00' 064.80 Machinery and Equipment 19,258.00 Total 060.00 • CAPITAL OUTLAY 24,943.00 Total Expense 1,111,084.00 Net Ordinary Income 10,032.69 Other Income/Expense Other Expense 088.04 • BOCC/Excess Budget 10,032.69 ' Total Other Expense 10,032.69 Net Other Income -10,032.69 Net Income 0.00 Page 3 131 EPFF 5 p�,f N q Opp {VF F DERYL LOAR • INDIAN RIVER COUNTY MEMBER FLORIDA SHERIFFS'ASSOCIATION MEMBER OF NATIONAL SHERIFFS'ASSOCIATION 4055 41st AVENUE VERO BEACH, FLORIDA 32960-1802 PHONE (772) 569-6700 October 28, 2013 The Honorable Joseph E. Flescher, Chairman Indian River Board of County Commissioners 1801 27th Street Vero Beach,FL 32960-3388 Dear Chairman Flescher: Attached is check number 95712 in the amount of$5,002.17, which represents funds due to the Board of County Commissioners as detailed below: Fund 016, General Fund Reversion $ 5,002.17 Please place this item on the Consent Agenda for the November 5th board agenda. If you have any questions or require additional information, please contact me at 978-6406. Sincerely, DerylLoar, Sherif arry E. Hall, Comptroller cc: Jason E. Brown, OMB Director Diane Bernardo, Finance Director The 173rd Internationally Accredited Law Enforcement Agency Accredited by the Commission on Accreditation for Law Enforcement Agencies,Incorporated . ��� 132 Vendor: 90050 I.R.C.BOARD/CO.COMMISSIONERS Account: CK#: 957 1.12 INVOICE DATE DESGRIPTICJN PAYABLE DISCOUNTAItOUfT PAfa Y/E 2013 10/25/13 FY 2012/13 CLOSING 5, 002.17 .00 5,002.17 4 Now � 1 gs INDIAN RIVER COUNTY SHERIFF Check# 95712 TOTAL $5,002.17 �F'CHE s . -- G beryl B. Loan.Sheriff Us FARGO BANK, N.A. 6��4 2. s Indian River County Sheriffs Offi VERO`BEACH F-L 32 66 632 ' Vero Beach,Florida 32950 Check€late GTyeck tJv Am01A Tax.Exemptf!85-8012&26 5C-0 10/25/13 95712 $**5,002.17** V0I13 AMER 00 DAYS PAY, **`**FIVE THOU.'ND TWO AND 17/100 DOLLARS �O THE .I.R.C.B..OARD/CO.CO MISSIONERS tDER P.O BOX 1028 OF VERO BEACH FL 32961-1028 Q Autihori d Signatures N 1l' 957 L 2i1' 1:06 70064 3 21: 2 L5808 29696 2L,0 133 f ) ? (Form revised 12/07/2010) DATE:_.. 0� /J IRCSO/SUMMARY SHEET °�•- DESCRIPTION: ACCOUNT NUMBER: AMOUNT: GENERAL REVERSION `� GENERAL FUND CIVIL & WEAPONS 001034-341520 $ LEVIES 001034-341520 $ FINGERPRINTS 001034-341520 $ ACCIDENT REPORT COPIES 001034-341520 $ AUTO SETTLEMENT REPAIRS 001034-341520 $ SEXUAL OFFENDER FEE 001034-341521 $ FEDERAL PRISONERS 001034-342300 $ SOCIAL SECURITY 001034-342300 $ FINES & FORFEITURES 112035-358220 $ H R S CASES 001038-369940 $ GROUP HEALTH INSURANCE 001-202000 $ INTEREST 001037-361133 $ MISC. REVENUE 001038-369900 $ REFUND/PRIOR YEARS 001038-369930 $ GENERAL FUND 001038-369940 $ SP. LAW ENFORCEMENT 112035-358220 $ M.A.C.E. FORFEITURE 126035-358220 $ OTHER: (EXPLAIN) $ TOTAL: $ ac) 134 INDIAN RIVER COUNTY SHERIFF'S OFFICE STATEMENT OF REVENUES,EXPENDITURES&CHANGES IN FUND BALANCE-BUDGET&ACTUAL FOR THE PERIOD ENDED SEPTEMBER 30,2013 _ General Fund Fund 16 wr- REVENUES -BUDGET ACTUAL NCE VARIA OTHER REVENUE -------------------- COMMISSARY SALES OTHER INCOME INTEREST TOTALREVENUES EXPENDITURES ------------------------ -------------------- -------------------- -------------------- 516.00 JUDICIAL PERSONAL SERVICES 1,702,673 1,573,558 129,115 OPERATING EXPENSE - - 112,681 100,241 12,440 CAPITAL OUTLAY 0 0 0 CONTINGENCY ------ -------------------- -------------------- TOTAL GENERAL GOVERNMENT EXPENDITURES 1,815,354 1,673,799 141,555 __ ---------_------- -------------------- ------------------- 521.00 LAW ENFORCEMENT PERSONAL SERVICES 17,485,451 18,192,165 (706,714) OPERATING EXPENSE _ 3,652,250 3,510,730 141,520 CAPITAL OUTLAY 1,042,424 1,042,422 2 523.00 CORRECTIONS _ PERSONAL SERVICES 10,409,660 10,261,564 148,096 OPERATING EXPENSE _ 2,068,752 1,788,209 280,543 CAPITAL OUTLAY 87,153 87,153 0 TRAINING -- - — -- 521.99 LAW ENFORCEMENT CONTINGENCY_ 523.99 CORRECTIONS CONTINGENCY -------------------- ----t- ---------------- -------------------- TOTAL PUBLIC SAFETY 34,745,690 34,882,243 (136,553) -------------------- -------------------- -------------------- DEBT SERVICE PRINCIPAL _ 0 INTEREST 0 -------------------- -------------------- TOTAL EXPENDITURES 36,561,044 36,556,042 5,002 -------------------- -------------------- -------------------- EXCESS OF REVENUES OVER(UNDER)EXPENDITURES (36,561,044) (36,556,042) 5,002 OTHER FINANCING SOURCES AND(USES) APPROPRIATION FROM BCC _ 36,449,740 36,449,740 HOUSING PRISONER REVENUE SCAAP REVENUE 78,306 78,306 OTHER REVENUE ,SALE OF SURPLUS PROPERTY_, ETC. 32,9_98 32,998 OPERATING TRANSFERS OUT-BCC (5,002) TOTAL OTHER FINANCING SOURCES AND(USES) 36,561,044 36,556,042 (5,002) -------------------- ------------------- ------------------- EXCESS OF REVENUES AND OTHER SOURCES OVER UNDER EXPENDITURES&OTHER USES 0 0 0 _----------------------- ------------------ -------------------- FUND BALANCE-BEGINNING OF YEAR 0 0 0 _ -------------------- -FUND ------------------FUND BALANCE-END OF YEAR 0 0 0 135 Indian River County Sheriffs Office 2012-2013 Budget Recap Worksheet Original Auction (SCARP) (Vehicles) (Boiler) (A/C) Total Revised Approved Amend. Amend. Amend. Amend. Amend. Amend. Amend. Revenue Revenue Budget 2012-2013 Budget Budget Budget Budget Budget Budget Budget Budget Adjustments Budget -------------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- -------------------- ---------------------- Law Enforcement: Salaries 17,837,326 0 17,837,326 Operating Expense 4,058,399 0 4,058,399 Capital Outlay 0 32,998 799,530 832,528 832,528 Lease Purchase 0 0 0 -------------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- -------------------- ---------------------- 21,895,725 32,998 0 0 799,530 0 0 0 0 0 832,528 22,728,253 -------------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- -------------------- ---------------------- Corrections: Salaries 10,347,449 64,211 64,211 10,411,660 Operating Expense 1,872,584 14,095 14,095 1,886,679 Capital Outlay 0 10,635 66,197 4,940 81,772 81,772 Lease Purchase 0 0 0 -------------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- -------------------- ---------------------- 12,220,033 0 10,635 78,306 0 66,197 4,940 0 0 0 160,078 12,380,111 -------------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- -------------------- ---------------------- Court Services: Salaries 1,348,798 0 1,348,798 Operating Expense 103,882 0 103,882 Capital Outlay 0 0 0 Lease Purchase 0 0 0 -------------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- -------------------- ---------------------- 1,452,680 0 0 0 0 0 0 0 0 0 0 1,452,680 -------------------- --------------- --------------- -------------- --------------- --------------- --------------- --------------- --------------- --------------- ------------------- ---------------------- 35,568,438 32,998 10,635 78,306 799,530 66,197 4,940 0 0 0 992,606 36,561,044 Funding: General Fund 36,615,347 10,635 799,530 66,197 4,940 881,302 37,496,649 911 Surcharge 193,141 0 193,141 SCARP 78,306 78,306 78,306 School Board 350,637 0 350,637 Sale of Surplus Property 32,998 32,998 32,998 ------------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- --------------- -------------------- ---------------------- 37,159,125 32,998 10,635 78,306 799,530 66,197 4,940 0 0 0 992,606 38,151,731 Worker's Compensation 488,854 488,854 Transfers 0 0 OPEB 1,101,833 1,101,833 ---------------------- Net Budget To Sheriff 35,568,438 36,561,044 W 10/22/13 11:16:47 FUND: ALL INDIAN RIVER COUNTY SHERIFF MONTH: 9 ^b613-1s 016-GENERAL FUND Page 1 G/L TRIAL BALANCE FISCAL YR: 2013 kparker `•WSW Pre-Closing Trial Balance ACCOUNT NUMBER ACCOUNT TITLE BEGIN BAL. CURR MONTH YTD BALANCE OUT ENC ------- 0160001020001100 P.C.-COMPT.(16-0171) $ 75.00 75.00 .00 75.00 0160001020001200 PETTY CASH .00 .00 .00 0160001020001300 P.C.-IDENTIFICATION .00 .00 .00 0160001020001400 P.CASH-CORR. (16-0174) $ 50.00 50.00 .00 50.00 0160001020001500 PETTY CASH .00 .00 .00 0160001020001600 PETTY CASH .00 .00 .00 0160001020001700 P.CASH PURCH.(16-0177)$100.00 100.00 .00 100.00 0160001020001800 PETTY CASH-M.A.C.E. .00 .00 .00 0160001020001900 PETTY CASH, BAILIFF'S .00 .00 .00 0160001020002000 P.CASH-COMM.SERV.(16-0192)$50.00 50.00 .00 50.00 0160001020002100 P.CASH-RECORDS (16-0191)$100.00 100.00 .00 100.00 0160001020002200 PETTY CASH .00 .00 .00 0160001040000000 OPERATING CASH 5,674,531.37 4,162,505.90- 1,512,025.47 0160001150000000 ACCOUNTS RECEIVABLE .00 46,976.26 46,976.26 0160001160000000 Salary Advances .00 .00 .00 0160001180000000 COBRA Premiums 1,265.24 385.22 1,650.46 0160001410000000 INVENTORY 4,719.35- 4,719.35 .00 0160002010000000 ACCRUED SALARIES PAYABLE .00 1,110,596.15- 1,110,596.15- 0160002020000000 ACCOUNTS PAYABLE 496,065.09- 147,350.87 348,714.22- 0160002030000000 PRIOR YEAR ACCOUNTS PAYABLE .00 .00 .00 0160002080000100 DUE TO BOARD OF CTY COMM .25- .25 .00 0160002080000200 DUE TO OTHER GOVT AGENCIES .00 .00 .00 0160002080000300 DUE TO OFFENDER REGISTRANT FUND .00 .00 .00 0160002180000100 EMPLOYEE GROUP HLTH INS 58,095.00- 2,992.50 55,102.50- 0160002180000200 RETIREES' HEALTH INS 7,294.45- 23,821.19- 31,115.64- 0160002180000300 EMPLOYEES' OPTIONAL LIFE INS 4,502.53- 126.81 4,375.72- ^";0002180000305 FEDERAL TAX PAYABLE .00 .00 .00 1002180000310 EMPLOYEE FICA PAYABLE .00 .00 .00 0002180000320 RETIREMENT PAYABLE 796.37- 105.35 691.02- 0160002180000370 OTHER DEDUCTIONS 147.50 870.00- 722.50- 0160002180000371 AFLAC DEDUCTIONS 13.04- .00 13.04- 0160002180000372 20/20 EYE CARE DEDUCTIONS 39.64- 13.89- 53.53- 0160002180000373 DENTAL INSURANCE DEDUCTIONS 240.56- 2,613.97- 2,854.53- 0160002180000374 LONG-TERM DISABILITY DEDUCTIONS 6,675.23- 4,227.92 2,447.31- 0160002180000375 GARNISHMENTS .00 .00 .00 0160002200000000 DEPOSITS AND ESCROWS 4.00- 665.14 661.14 0160002210000000 WABASSO FORFEITURES .00 .00 .00 0160002290000000 OTHER CURRENT LIABILITIES .00 .00 .00 0160002430000000 ENCUMBRANCES PLACED 202,173.86 202,173.86- .00 0160002450000000 RESERVED FOR ENCUMBRANCES 202,173.86- 202,173.86 .00 0160002440000000 RESERVE FOR INVENTORIES .00 .00 .00 0160002400000200 HOUSING PRISONER REVENUE .00 .00 .00 0160002410000200 BUDGET TRANSFERS FROM BCC 36,444,800.32- 4,940.00- 36,449,740.32- 0160002420000200 OTHER REVENUE 111,304.00- .00 111,304.00- 0166005211001011 SALARY OF SHERIFF 112,819.80 15,206.92 128,026.72 0166005211001012 REGULAR SALARIES 304,524.80 34,747.97 339,272.77 0166005211001013 EXTRA DUTY PAY 1,013.48 5,047.20- 4,033.72- 0166005211001014 OVERTIME WAGES .00 .00 .00 0166005211001015 INCENTIVE PAY 3,025.00 275.00 3,300.00 0166005211001016 INCENTIVE PAY-SHERIFF 1,320.00 240.00 1,560.00 0166005211001021 FICA TAXES 30,289.57 3,243.62 33,533.19 0166005211001022 RETIREMENT 38,000.61 6,810.23 44,810.84 0166005211001023 LIFE & HEALTH INSURANCE 35,107.62 3,396.99 38,504.61 0166005211001024 HEALTH INSURANCE SUBSIDY .00 .00 .00 0166005211001025 UNEMPLOYMENT .00 .00 .00 0166005211001026 worker's Compensation .00 .00 .00 0166005211003143 OTHER ADMINS/PROF FEES 7,030.56 933.60 7,964.16 0166005211003411 MAINT/SERV CONTRACTS & AGREE .00 .00 .00 "'6005211003421 REGIONAL CRIME LAB .00 .00 .00 005211003501 INVESTIGATIONS .00 .00 .00 �r 137 00 M 10/23/13 10:09:01 FOR: 09/30/13 INDIAN RIVER COUNTY SHERIFF Page 1 gb618-1s YEAR END JOURNAL ENTRIES hhall 016 - GENERAL FUND G/L ACCOUNT TITLE DESCRIPTION DEBITS CREDITS TOT ENC ------------------------------------------------------------------------------------------------------------------------------------ 0160002080000100 DUE TO BOARD OF CTY COMM YEAR END CLOSE 5,002.17- 0160002180000100 EMPLOYEE GROUP HLTH INS YEAR END CLOSE .00 0160002410000200 BUDGET TRANSFERS FROM BCC YEAR END CLOSE 36,449,740.32 0160002420000200 OTHER REVENUE YEAR END CLOSE 111,304.00 0166005211001011 SALARY OF SHERIFF YEAR END CLOSE 128,026.72- 0166005211001012 REGULAR SALARIES YEAR END CLOSE 339,272.77- 0166005211001013 EXTRA DUTY PAY YEAR END CLOSE 4,033.72 0166005211001015 INCENTIVE PAY YEAR END CLOSE 3,300.00- 0166005211001016 INCENTIVE PAY-SHERIFF YEAR END CLOSE 1,560.00- 0166005211001021 FICA TAXES YEAR END CLOSE 33,533.19- 0166005211001022 RETIREMENT YEAR END CLOSE 44,810.84- 0166005211001023 LIFE & HEALTH INSURANCE YEAR END CLOSE 38,504.61- 0166005211003143 OTHER ADMINS/PROF FEES YEAR END CLOSE 7,964.16- 0166005211004211 SHIPPING CHARGES YEAR END CLOSE 49.53- 0166005211004542 OTHER BONDS & INSURANCE YEAR END CLOSE 104.87- 0166005211004801 PROMOTIONAL ACTIVITIES YEAR END CLOSE 2,693.97- 0166005211005101 OFFICE SUPPLIES YEAR END CLOSE 2,338.32- 0166005211005249 OTHER YEAR END CLOSE 1,085.74- 0166005211005251 UNIFORMS AND CLOTHING YEAR END CLOSE 399.70- 0166005211005252 SHOE ALLOWANCE YEAR END CLOSE 255.00- 0166005211005411 BOOKS AND PUBLICATIONS YEAR END CLOSE 4,009.50- 0166005211005421 SEMINARS AND REGIS FEES YEAR END CLOSE 1,350.00- 0166005211006444 OTHER EQUIPMENT YEAR END CLOSE 1,431.97- 0166005211011012 REGULAR SALARIES YEAR END CLOSE 335,035.96- 0166005211011014 OVERTIME WAGES YEAR END CLOSE 6,452.49- 0166005211011015 INCENTIVE PAY YEAR END CLOSE 2,400.00- 0166005211011021 FICA TAXES YEAR END CLOSE 24,956.49- 0166005211011022 RETIREMENT YEAR END CLOSE 21,366.01- 0166005211011023 LIFE & HEALTH INSURANCE YEAR END CLOSE 46,106.71- 0166005211013143 OTHER ADMINS/PROF FEES YEAR END CLOSE 523.56- 0166005211013411 MAINT/SERV CONTRACTS & AG YEAR END CLOSE 240.00- 0166005211014211 SHIPPING CHARGES YEAR END CLOSE 289.75- 0166005211014701 PRINTING & BINDING YEAR END CLOSE 1,977.60- 0166005211015101 OFFICE SUPPLIES YEAR END CLOSE 5,131.37- _ 10/22/13 11:51:15 FUND: ALL INDIAN RIVER COUNTY SHERIFF MONTH: 9 Page 1 ',613-1s 016-GENERAL FUND G/L TRIAL BALANCE FISCAL YR: 2013 kparker Post Closing Trial Balance ACCOUNT NUMBER ACCOUNT TITLE BEGIN BAL. CURR MONTH YTD BALANCE OUT ENC -------------------------------------------------------------------------------------------------------------------------------- 0160001020001100 P.C.-COMPT.(16-0171) $ 75.00 75.00 .00 75.00 0160001020001200 PETTY CASH .00 .00 .00 0160001020001300 P.C.-IDENTIFICATION .00 .00 .00 0160001020001400 P.CASH-CORR.(16-0174) $ 50.00 50.00 .00 50.00 0160001020001500 PETTY CASH .00 .00 .00 0160001020001600 PETTY CASH .00 .00 .00 0160001020001700 P.CASH PURCH.(16-0177)$100.00 100.00 .00 100.00 0160001020001800 PETTY CASH-M.A.C.E. .00 .00 .00 0160001020001900 PETTY CASH, BAILIFF'S .00 .00 .00 0160001020002000 P.CASH-COMM.SERV.(16-0192)$50.00 50.00 .00 50.00 0160001020002100 P.CASH-RECORDS (16-0191)$100.00 100.00 .00 100.00 0160001020002200 PETTY CASH .00 .00 .00 0160001040000000 OPERATING CASH 5,674,531.37 4,162,505.90- 1,512,025.47 0160001150000000 ACCOUNTS RECEIVABLE .00 46,976.26 46,976.26 0160001160000000 Salary Advances .00 .00 .00 0160001180000000 COBRA Premiums 1,265.24 385.22 1,650.46 0160001410000000 INVENTORY 4,719.35- 4,719.35 .00 0160002010000000 ACCRUED SALARIES PAYABLE .00 1,110,596.15- 1,110,596.15- 0160002020000000 ACCOUNTS PAYABLE 496,065.09- 147,350.87 348,714.22- 0160002030000000 PRIOR YEAR ACCOUNTS PAYABLE .00 .00 .00 0160002080000100 DUE TO BOARD OF CTY COMM .25- .25 .00 0160002080000200 DUE TO OTHER GOVT AGENCIES .00 .00 .00 0160002080000300 DUE TO OFFENDER REGISTRANT FUND .00 .00 .00 0160002180000100 EMPLOYEE GROUP HLTH INS 58,095.00- 2,992.50 55,102.50- 0160002180000200 RETIREES' HEALTH INS 7,294.45- 23,821.19- 31,115.64- 0160002180000300 EMPLOYEES' OPTIONAL LIFE INS 4,502.53- 126.81 4,375.72- '50002180000305 FEDERAL TAX PAYABLE .00 .00 .00 0002180000310 EMPLOYEE FICA PAYABLE .00 .00 .00 '""60002180000320 RETIREMENT PAYABLE 796.37- 105.35 691.02- 0160002180000370 OTHER DEDUCTIONS 147.50 870.00- 722.50- 0160002180000371 AFLAC DEDUCTIONS 13.04- .00 13.04- 0160002180000372 20/20 EYE CARE DEDUCTIONS 39.64- 13.89- 53.53- 0160002180000373 DENTAL INSURANCE DEDUCTIONS 240.56- 2,613.97- 2,854.53- 0160002180000374 LONG-TERM DISABILITY DEDUCTIONS 6,675.23- 4,227.92 2,447.31- 0160002180000375 GARNISHMENTS .00 .00 .00 0160002200000000 DEPOSITS AND ESCROWS 4.00- 665.14 661.14 0160002210000000 WABASSO FORFEITURES .00 .00 .00 0160002290000000 OTHER CURRENT LIABILITIES .00 .00 .00 0160002430000000 ENCUMBRANCES PLACED 202,173.86 202,173.86- .00 0160002450000000 RESERVED FOR ENCUMBRANCES 202,173.86- 202,173.86 .00 0160002440000000 RESERVE FOR INVENTORIES .00 .00 .00 0160002400000200 HOUSING PRISONER REVENUE .00 .00 .00 0160002410000200 BUDGET TRANSFERS FROM BCC 36,444,800.32- 4,940.00- 36,449,740.32- 0160002420000200 OTHER REVENUE 111,304.00- .00 111,304.00- 0166005211001011 SALARY OF SHERIFF 112,819.80 15,206.92 128,026.72 0166005211001012 REGULAR SALARIES 304,524.80 34,747.97 339,272.77 0166005211001013 EXTRA DUTY PAY 1,013.48 5,047.20- 4,033.72- 0166005211001014 OVERTIME WAGES .00 .00 .00 0166005211001015 INCENTIVE PAY 3,025.00 275.00 3,300.00 0166005211001016 INCENTIVE PAY-SHERIFF 1,320.00 240.00 1,560.00 0166005211001021 FICA TAXES 30,289.57 3,243.62 33,533.19 0166005211001022 RETIREMENT 38,000.61 6,810.23 44,810.84 0166005211001023 LIFE & HEALTH INSURANCE 35,107.62 3,396.99 38,504.61 0166005211001024 HEALTH INSURANCE SUBSIDY .00 .00 .00 0166005211001025 UNEMPLOYMENT .00 .00 .00 0166005211001026 Worker's Compensation .00 .00 .00 0166005211003143 OTHER ADMINS/PROF FEES 7,030.56 933.60 7,964.16 0166005211003411 MAINT/SERV CONTRACTS & AGREE .00 .00 .00 ;6005211003421 REGIONAL CRIME LAB .00 .00 .00 5005211003501 INVESTIGATIONS .00 .00 .00 gym` 139 0' j David C. Nolte, ASA INDIAN RIVER COUNTY PROPERTY APPRAISER WE ARE HERE TO SERVE YOU! 1800 27"'Street e Vero Beach, FL 32960 October 31, 2013 Jason Brown Director of Management & Budget 180027 th Street Vero Beach, FL 32960 Dear Jason, Enclosed you will find a copy of our annual report for the year ending September 30, 2013. Sincerely, David C Nolte ASA IRC Property appraiser RE L: d�EU OCT 12013 NO (772) 567-8000 m Fax: (772)770-5087 httD://www.ircpa.org 140 INDIAN RIVER COUNTY,FLORIDA CERTIFICATION PROPERTY APPRAISER I do solemnly swear that the Information reported herein is a true,correct and complete report STATEMENT OF REVENUES,EXPENDITURES,AND of all revenues and expenditures of my office for the year endin S ptem r 30,201 CHANGES IN FUND BALANCES-BUDGET AND ACTUAL ALL GOVERNMENTAL FUNDS Signature: FOR THE YEAR ENDED SEPTEMBER 30,2013 Variance Favorable Revenues Account Number Budget Actual (Unfavorable) Budget Actual Charges for Services: Recording of Legal Instruments 341.1 Sale of Maps and Publications 341.3 $629 $629 Copying Charges 341.4 $38 $38 County Officers Commissions 341.8 $2,630,518 $2,630,518 $0 Other Charges and Fees 341.9 $93,558 $100,874 $7,316 Miscellaneous Revenues: Interest 361.1 $802 $802 Surplus furniture&Equipment 364.41 Other Revenues Total Revenues $2,724,076 $2,732,861 $8,785 Expenditures General Government Services: Financial&Administrative: Personal Services 513.1 $2,388,876 $2,395,401 -$6,525 Operating Expenditures 513.3 $305,200 $250,364 $54,836 Capital Outlay 513.6 $30,000 $62,967 -$32,967 Debt Service: Principal Retirement Interest Other Debt Service Total Expenditures $2,724,076 $2,708,732 $15,344 Excess of Revenue Over(under)Expenditures $0 $24,129 $24,129 Other Financing Sources(Uses) Transfers In Lease Purchase Proceeds Transfers Out $24,129 $24,129 Total Other Financing Sources(Uses) EXCESS OF REVENUES&OTHER SOURCES OVER (UNDER)EXPENDITURES&OTHER USES FUND BALANCES 10/01/12 FUND BALANCES 9/30/13 $0 H+ INDIAN RIVER COUNTY,FLORIDA PROPERTY APPRAISER BALANCE SHEET ALL FUND TYPES AND ACCOUNT GROUPS SEPTEMBER 30,2013 Special Agency Revenue Fund Fund General Non Ad Valorem Deferred General Long Assets Account Number Fund Projects Compensation Term Debt Cash-Unrestricted 101 Petty Cash 102 $70 Equity in Pooled Cash 104 $44,382 Accounts Receivable 115 $3,385 Due from Other Funds 131 Due from Other Governments 133 Investments 151 Other Assets Other Assets Amount to Provide-Other liabilities 189 $21,366 TOTAL ASSETS $47,837 $21,366 Liabilties and Fund Equity Liabilities: Accounts Payable 202 $17,999 Due to Other Funds 207 Due to Board of County Commissioners 208 $21,802 Due to State of Florida 208 Due to Other Governments 208 $2,327 Deposits 220 $5,709 Other Liabilities Other Liabilities Other Liabilities Capital Leases 239 Accrued Compensated Absences 239 $21,366 Total Liabilities $47,837 $21,366 Fund Equity: Fund Balance 271.2 Total Fund Equity TOTAL LIABILITIES AND FUND EQUITY A N Excess Fees Amount Distributed or Due Percentage Actual Board of County Commissioners BCC $ 19,153 0.793784 $ 2,088,062.00 Other Government Emergency Services $ 2,018 0.083641 $ 220,020.00 St.John's River WMD $ 480 0.019913 $ 52,381.00 Sebastian Inlet District $ 46 0.001901 $ 5,001.00 Mosquito Control District $ 389 0.016133 $ 42,438.00 Hospital Maintenance $ 1,361 0.056406 $ 148,377.00 Florida Inland Navigation District $ 50 0.002074 $ 5,455.00 Land Acquisition Bond $ 104 0.004296 $ 11,301.00 Land Acquisition Bond 2006 $ 527 0.021852 $ 57,483.00 TOTAL $ 24,129 1 $ 2,630,518.00 Excess fees W Property Appraiser Budget Fiscal Year 2012-2013 Indian River County B/A B/A B/A B/A Current Original DOR #1 #2 #3 Budget Personal Services 11 Official $ 118,853.00 $ 72.00 $ 118,925.00 12 Employees(Regular) $ 1,657,286.00 $ 1,554.00 $ 1,658,840.00 13 Employees(Temporary) $ 56,550.00 $ 16,543.00 $ 73,093.00 14 Overtime $ 15 Special Pay $ 33,000.00 $ 33,000.00 2152 Fica-Regular $ 135,022.00 $ 1.00 $ (2,250.00) $ 132,773.00 2153 Fica-Other $ 4,326.00 $ 4,326.00 2251 Retirement-Official $ 18,778.00 $ 11.00 $ 18,789.00 2252 Retirement- Employee $ 85,686.00 $ 2,800.00 $ 88,486.00 2253 SMS/SES $ 9,998.00 $ 9,998.00 2254 Drop $ 6,640.00 $ 6,640.00 223 Life& Health Insurance $ 260,352.00 $ (7,699.00) $ (2,104.00) $ 250,549.00 24 Worker's Compensation $ - $ - 25 Unemployment Compensation $ 10,000.00 $ (10,000.00) $ - TOTAL PERSONAL SERVICES $ 2,396,491.00 $ 84.00 $ - $ (7,699.00) $ 6,543.00 $ 2,395,419.00 OPERATING EXPENSES $ 3152 EDP Services $ - 3162 Appraisal Services $ 9,000.00 $ 9,000.00 3153 Mapping Services $ 3154 Legal Services $ 50,000.00 $ (23,540.00) $ 26,460.00 3159 Other Professional Services $ - 32 Accounting&Auditing $ 6,000.00 $ 6,000.00 Property Appraiser Budget Fiscal Year 2012-2013 Indian River County B/A B/A B/A B/A Current Original DOR #1 #2 #3 Budget 33 Court Reporter $ - 34 Other Contr.Services $ - 40 Travel & Per Diem $ 6,000.00 $ 1,129.00 $ 7,129.00 41 Communications $ 600.00 $ 26.00 $ 626.00 4251 Postage $ 16,500.00 $ (1,155.00) $ 15,345.00 4252 Freight $ - 43 Utilities $ 4451 Office Equipment $ - 4452 Vehicles $ - 4453 Office Space $ - 4454 EDP $ - 45 Insurance&Surety $ 7,600.00 $ 7,600.00 4651 Office Equipment $ 800.00 $ 800.00 4652 Vehicles $ 14,000.00 $ (1,238.00) $ 12,762.00 4653 Office Space $ - 4654 EDP $ 65,000.00 $ 14,112.00 $ 79,112.00 47 Printing& Binding $ 10,000.00 $ 10,000.00 4951 Legal Advertisements $ 200.00 $ 200.00 4952 Aerial Photos $ - 4958 Other $ - 61 Office Supplies $ 32,000.00 $ 32,000.00 62 Operating Supplies $ 72,000.00 $ (30,082.00) $ 41,918.00 5451 Books $ 1,000.00 $ 674.00 $ 1,674.00 5452 Subscriptions $ - 5453 Education $ 5,500.00 $ 547.00 $ 6,047.00 5454 Dues/Membership $ 9,000.00 $ 17.00 $ 9,017.00 TOTAL OPERATING EXPENSES $ 305,200.00 $ - $ - $ - $ (39,510.00) $ 265,690.00 un Property Appraiser Budget Fiscal Year 2012-2013 Indian River County B/A B/A B/A B/A Current Original DOR #1 #2 #3 Budget CAPITAL OUTLAY $ - 6451 EDP Equipment $ 10,000.00 $ 100,000.00 $ (100,000.00) $ (970.00) $ 9,030.00 6452 Office Furniture $ - 6453 Office Equipment $ - 6454 Vehicles $ 20,000.00 33937 $ 53,937.00 66 Books $ - TOTAL CAPITAL OUTLAY $ 30,000.00 $ - $ 100,000.00 $ (100,000.00) $ 32,967.00 $ 62,967.00 TOTAL $ 2,731,691.00 $ 84.00 $ 100,000.00 $ (107,699.00) $ - $ 2,724,076.00 4 ' Carole Jean Jordan, CFC 3 Tax Collector '�LoRIOA HOW MAY WE HELP You?"' MEMORANDUM TO: Joseph A. J. Baird, County Administrat r FROM: Carole Jean Jordan, Tax C le to SUBJECT: Agenda Item DATE: October 30, 2013 Please place the following on the Agenda for the Board of County Commissioners meeting on Tuesday November 12, 2013 under Constitutional Officer's Matters: Tax Collector, Carole Jean Jordan. We are hereby presenting our Annual Fiscal Report for the Fiscal Year Ended September 30, 2013 as required by Section 218.36 of the Florida Statutes. Also attached is the Report of Distribution of Excess Fees for fiscal year ended September 30, 2013. Thank you for your attention to this matter, and if you have any questions or if we can be of any assistance, please feel free to call me at extension 1337. cc: Jason Brown, Budget Director P.O. Box 1509, Vero Beach, FL 32961-1509 E-mail: TaxCollector@IRCTax.com Website: www.IRCtax.com Phone: (772) 226-1338 Fax (772) 770-5009 147 INDIAN RIVE4 JNTY, FLORIDA TAX COLLECTOR BALANCE SHEET ALL FUND TYPES AND ACCOUNT GROUPS FOR THE YEAR ENDED SEPTEMBER 30, 2013 AGENCYFUNDS FUND 100 FUND 200 FUND 300 FUND 900 GENERAL TAXING OTHER DEFERRED GENERALLONG ASSETS ACCOUNT NUMBER FUND AUTHORITIES GOVERNMENT COMPENSATION TERM DEBT CASH-UNRESTRICTED 101 PETTY CASH 102 $ 15,500 EQUITY IN POOLED CASH 104 1,918,513 3,700,945 356,069 ACCOUNTS RECEIVABLE 115 152,908 - INTEREST RECEIVABLE 135 - SUPPLIES INVENTORY 141 1,064 INVESTMENTS 151 837,078 38,590 629,800 OTHER ASSETS- FLOWER FUND 329 OTHER ASSETS-PREPAID 155 1,367 AMOUNT TO PROVIDE-OTHER LIABILITIES 189 112,797 TOTAL ASSETS $ 2,926,759 $ 3,739,535 $ 356,069 $ 629,800 $ 112,797 LIABILITIES AND FUND EQUITY LIABILITIES: ACCOUNTS PAYABLE 202 $ 205,687 DUE TO BOARD OF COUNTY COMMISSIONERS 208 2,344,743 65,105 DUE TO STATE OF FLORIDA 208 355,788 DUE TO OTHER GOVERNMENTS 208 344,149 3,674,430 281 UNEARNED REVENUE 208 31,851 DEPOSITS 220 629,800 OTHER LIABILITIES-FLOWER FUND 329 OTHER LIABILITIES OTHER LIABILITIES-LONG TERM 239 ACCRUED COMPENSATED ABSENCES 239 112,797 TOTAL LIABILITIES $ 2,926,759 $ 3,739,535 $ 356,069 $ 629,800 $ 112,797 FUND EQUITY: FUND BALANCE 271.20 $ - $ - $ - $ - $ - TOTAL FUND EQUITY - - - - - TOTAL LIABILITIES AND FUND EQUITY $ 2,926,759 $ 3,739,535 $ 356,069 $ 629,800 $ 112,797 00 INDIAN RIVER COUNTY, FLORIDA TAX COLLECTOR STATEMENT OF REVENUES,EXPENDITURES AND CHANGES IN FUND BALANCES-BUDGET AND ACTUAL ALL GOVERNMENTAL FUNDS FOR THE YEAR ENDED SEPTEMBER 30,2013 GENERALFUND VARIANCE FAVORABLE REVENUES ACCOUNT NUMBER BUDGET ACTUAL (UNFAVORABLE) CHARGES FOR SERVICES: COUNTY OFFICERS COMMISSIONS 341.80 $5,874,500 $ 5,400,369 $ (474,131) MISCELLANEOUS REVENUES INTEREST 361.10 10,000 9,729 $ (271) OTHER REVENUES TOTAL REVENUES $ 5,884,500 $ 5,410,098 $ (474,402) EXPENDITURES GENERAL GOVERNMENT SERVICES: FINANCIAL AND ADMINISTRATIVE: PERSONAL SERVICES 513.10 $ 2,247,501 $ 2,121,598 $ 125,903 OPERATING EXPENDITURES 513.30 605,351 599,608 $ 5,743 CAPITAL OUTLAY 513.60 - - $ - DEBT SERVICE: PRINCIPAL RETIREMENT 513.71 $ - INTEREST 513.72 $ - TOTAL EXPENDITURES $ 2,852,852 $ 2,721,206 $ 131,646 ESS OF REVENUES OVER(UNDER)EXPENDITURES $ 3,031,648 $ 2,688,892 $ (342,756) wr OTHER FINANCING SOURCES(USES) TRANSFERSIN LEASE PURCHASE PROCEEDS $ $ $ LEASE PURCHASE CIP - TRANSFERS OUT TO BOARD OF COUNTY COMMISSIONERS (2,643,597) (2,344,743) 298,854 TRANSFERS OUT TO OTHER GOVERNMENTS (388,051) (344,149) 43,902 TOTAL OTHER FINANCING SOURCES(USES) $ (3,031,648) $ (2,688,892) $ 342,756 EXCESS OF REVENUES AND OTHER SOURCES OVER (UNDER)EXPENDITURES AND OTHER USES $ - $ $ - FUND BALANCES 10/01/12 FUND BALANCES 9/30/13 $ I do solemnly swear that the foregoing is a true,correct and complete report of all revenues an a penditures of my office r the year ending the 30th day of September,2013. ( nature) Office of Tax ollector, Indian R er County 4w.. 149 EXCESS2013 INDIAN RIVER COUNTY TAX COLLECTOR CAROLE JEAN JORDAN, TAX COLLECTOR EXCESS FEE DISTRIBUTION YEAR ENDING SEPTEMBER 30, 2013 COMMISSIONS 2012/2013 COLLECTED EXCESS FEES AGENCY 2012/2013 % $ 2,688,892.27 GENERAL FUND $ 2,840,669.44 69.1393% $ 1,859,080.04 MUNICIPAL SERV DIST $ 144,929.63 3.5275% $ 94,849.40 EMS SERV DIST $ 343,745.80 8.3665% $ 224,964.91 ROCKRIDGE SLD $ 60.23 0.0015% $ 39.42 LAURELWOOD SLD $ 87.55 0.0021% $ 57.30 GIFFORD SLD $ 1,401.40 0.0341% $ 917.15 LAUREL CT SLD $ 16.12 0.0004% $ 10.55 VERO LAKES MSTU $ 1,866.02 0.0454% $ 1,221.22 VB HIGH SLD $ 1,121.10 0.0273% $ 733.71 IXORA PK SLD $ 90.93 0.0022% $ 59.51 PORPOISE PT SLD $ 7.02 0.0002% $ 4.59 VERO SHORES SLD $ 76.11 0.0019% $ 49.81 POINCIANA SLD $ 217.82 0.0053% $ 142.55 ROSELAND RD SLD $ 14.03 0.0003% $ 9.18 GLENDALE LK SLD $ 70.51 0.0017% $ 46.15 WALKERS GLEN SLD $ 25.88 0.0006% $ 16.94 FLORALTON SLD $ 39.69 0.0010% $ 25.98 TIERRA LINDA SLD $ 27.12 0.0007% $ 17.75 ,,.. WHISPERING PINES SLD $ 21.62 0.0005% $ 14.15 MOORINGS SLD $ 234.46 0.0057% $ 153.44 E. GIFFORD WATERSHED $ 19.15 0.0005% $ 12.53 WEST WABASSO MSBU $ 155.16 0.0038% $ 101.54 LAND ACQ BOND $ 40.44 0.0010% $ 26.47 LAND ACQ BOND 2004 $ 93,439.14 2.2742% $ 61,151.37 LIBRARY BOND $ 0.70 0.0000% $ 0.46 LANDFILL $ 154,383.96 3.7576% $ 101,036.80 BEACH BOND 0.0000% $ - FIND $ 8,516.83 0.2073% $ 5,573.85 SCHOOL BOARD $ 101,903.86 2.4802% $ 66,691.09 ST JOHNS WMD $ 81,809.44 1.9912% $ 53,540.30 SEB INLET DIST $ 7,802.90 0.1899% $ 5,106.62 MOSQUITO CONT $ 66,247.00 1.6124% $ 43,355.44 HOSPITAL $ 231,642.85 5.6380% $ 151,598.98 FELLSMERE WCD $ 1,500.00 0.0365% $ 981.68 IR FARMS WCD $ 1,500.00 0.0365% $ 981.68 ST JOHNS IMPROV DISTRICT $ 1,500.00 0.0365% $ 981.68 SEB RIVER IMPROV DISTRICT $ 1,500.00 0.0365% $ 981.68 VERO LAKES WCD $ 178.50 0.0043% $ 116.82 DELTA FARMS WCD $ 1,500.00 0.0365% $ 981.68 SEBASTIAN STORM DRAIN $ 20,257.96 0.4931% $ 13,257.85 TOTAL $ 4,108,620.37 100.0000% $ 2,688,892.27 0.00 " DUE TO COUNTY 100.208.1000 $ 2,344,742.92 DUE TO OTHER GOVT 100.208.0000 $ 344,149.35 TOTAL EXCESS FEES $ 2,688,892.27 150 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSION REQUEST TO BE SCHEDULED FOR PUBLIC DISCUSSION Any organization or individual wishing to address the Board of County Commission shall complete this w.. form and submit it to the Indian River County Administrator's Office. PUBLIC DISCUSSION INFORMATION Indian River County Code Section 102.04(10)(b): as a general rule, public discussion items should be limited to matters on which the commission may take action Indian River County Code Section 102.07(2): limit remarks to three minutes unless additional time is granted by the commission NAME OF INDIVIDUAL OR ORGANIZATION: Joe Wiggins ADDRESS: 895 10 Street,S.W.,Vero Beach PHONE: 772-501-3761 SUBJECT MATTER FOR DISCUSSION: South County Park IS A PRESENTATION PLANNED? YES NO IS BACK-UP BEING PROVIDED YES NO IS THIS AN APPEAL OF A DECISION YES NO WHAT RESOLUTION ARE YOU Multi-purpose Building and Playground for Children REQUESTING OF THE COMMISSION? ARE PUBLIC FUNDS OR ACTIVITIES REQUIRED? a YES NO WHAT FUNDS OR ACTIVITIES ARE REQUIRED TO MEET THIS REQUEST? Transmitted to Administrator Via: Interactive Web Form COUNTY ADMINISTRATOR: E-Mail /` Joseph A. Baird Fax MailMEETING DATE: November 12,2013 XX Hand Delivered Phone DocumenQ Board Approved 11/7/06 151 COMMUNITY DEVELOPMENT INDIAN RIVER COUNTY k ` BUILDING DIVISION INTEROFFICE MEMORANDUM TO: JOSEPH A. BAIRD COUNTY ADMINISTRATOR DATE: OCTOBER 17, 2013 SUBJECT: CONDEMNATION, DEMOLITION AND REMOVAL OF UNSAFESTRUCTURES THROUGH: ROBERT M. KEATING, DIRECTOR/WK COMMUNITY DEVELOPMENT DEPARTMENT FROM: SCOTT P. MCADAM, MCP, CBO ,fir BUILDING OFFICIAL It is requested that the data herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of November 12, 2013. DESCRIPTION AND CONDITIONS: The structures listed in the attached condemnation list have been condemned and ordered repaired or removed. Said structures have been inspected by staff and are considered unsafe and detrimental to the health, safety, and welfare of the general public. As per county code requirements, the owners of the properties and others with an interest in the properties were issued notices to repair or remove the structures within 60 days, and advised of their right to appeal the condemnation order before the Indian River County Building Code Board of Adjustments and Appeals. In addition, condemnation cards were posted on the properties. The owners were also notified that the Board would consider a Resolution to demolish the buildings and impose liens, if they failed to demolish the structures or obtain permits to repair the structures. None of the owners have applied for repair permits, demolition permits, or appealed the decision of the Building Official. ANALYSIS: The subject structures have been vacant for a considerable time. During that time, the buildings have continued to deteriorate and have been frequented by vandals and transients. Not only have the owners failed to maintain the structures in compliance with 152 the Minimum Standard Codes, they have failed to bring the structures into compliance as required by posted notice. Since the owners have not filed an appeal to the condemnation order,the county may now proceed with demolition of the structures and with assessing a lien against the property for demolition and removal. Recent County demolition contracts have averaged $4,175 per structure. The County Attorney's Office has reviewed the title reports on these two parcels and found no encumbrances (i.e. mortgages, liens) other than code enforcement liens or tax certificates from unpaid taxes. FUNDING Funding in the amount of$8,350 (2 x $4,175) for the demolition and removal of the two (2) unsafe structures is available in the MSTU Fund/Reserve for Contingency. After demolition bids are received and a demolition contract is awarded, a budget amendment will need to be processed to move those funds to the MSTU/Road& Bridge/Other Contractual Services- Account# 00421441-033490. RECOMMENDATION Staff recommends that the Board of County Commissioners declare the referenced structures unsafe and a nuisance and order the buildings demolished, with related debris removed from the property by a private vendor approved through standard bid procedures. Staff further recommends that the Board adopt the attached resolution authorizing the Building Official to report the county's demolition and debris removal cost for the said structures to the county attorney for the preparation and recording of a lien to be placed on the real property of the owners of the demolished unsafe structures for the purpose of recovering the county's demolition costs. APPROVED AGENDA ITEM: Indian River A roved Date Co. BY: Admin. //17/0 Legal t (� FOR: November 12, 2013 Budget 13 Dept. Risk Mgr. Attachments: 1. Resolution 2. Condemnation List 3. Pictures of Condemned Structure. low 153 RESOLUTION NO. 2013- A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, PROVIDING FOR THE DEMOLITION OF UNSAFE STRUCTURES AND THE RECOVERY OF COSTS. WHEREAS, Indian River County has adopted the Property Maintenance Code at Section 403, Indian River County Code; and WHEREAS, Section 403.08 of the Property Maintenance Code provides for the recovery of the costs of repairs to and/or demolitions of unsafe structures by policies and procedures established by the local governing body; and WHEREAS, Section 100.080 of the Indian River County Code provides that the Board of County Commissioners may cause, by resolution, a lien to be filed in the Official Record Books of the County against properties on which the county has incurred demolition costs; and WHEREAS, pursuant to Chapter 162, F.S., notice of intent to adopt a lien resolution has been given to the proposed lienee(s), NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that the unsafe structures on the properties described on the attached Condemnation List be demolished; and that any costs incurred by County government as a result of such demolition undertaken at the direction of the Board of County Commissioners shall be recovered from the property upon which each unsafe structure is located, as identified in the attached Condemnation List. The costs of such demolition shall be reported to the Building Director who shall notify the County Attorney's Office to prepare lien(s) for the recovery of those costs, 154 RESOLUTION NO. 2013- to be placed upon the real property of the unsafe structures as listed in the attached Condemnation List, any such liens bearing interest at the rate established by the Board of County Commissioners for the calendar year in which the lien is recorded, such interest to commence accruing from the date the lien is recorded in the Public Records of Indian River County, Florida, until such time as the lien, including interest, is paid. The foregoing resolution was offered by Commissioner , and seconded by Commissioner and, upon being put to a vote, the vote was as follows: Joseph E. Flescher, Chairman Wesley S. Davis, Vice Chairman Peter D. O'Bryan, Commissioner Bob Solari, Commissioner Tim Zorc, Commissioner The Chairman thereupon declared the resolution duly passed and adopted this 12th day of November, 2013. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA By: Joseph E. Flescher, Chairman ATTEST: Jeffrey R. Smith, Clerk By Deputy Clerk APPOVED AS TO FORM AND LEPil"HaS"m — K. NCY* By DeBraal Deputy County Attorney 155 CONDEMNATION LIST: 1. Owner: Earl & Betty Thomas Property: 43 Highland Drive S.W. Tax I D#: 33-40-31-00003-0050-00004.0 Legal Desc.: Lot 4, Block 5 of Vero Beach Highlands, Unit 1, according to the Plat of same filed in the office of the Clerk of the Court of Indian River County, Florida, in Plat Book 5, Page 29. 2. Owner: Richard G. Harper Property: 911 46'" Avenue Tax ID #: 33-39-09-00008-0050-00005.0 Legal Desc.: Lot 5, Block 5, Glendale Lakes, according to the Plat thereof, as recorded in Plat Book 6, at Page 26, f the Public Records of Indian River County, Florida. CONDEMNATION LIST: 1. Owner: Earl & Betty Thomas Property: 43 Highland Drive S.W. Tax I D#: 33-40-31-00003-0050-00004.0 Legal Desc.: Lot 4, Block 5 of Vero Beach Highlands, Unit 1, according to the Plat of same filed in the office of the Clerk of the Court of Indian River County, Florida, in Plat Book 5, Page 29. 2. Owner: Richard G. Harper Property: 911 46'" Avenue Tax ID #: 32-39-09-00008-0050-00005.0 Legal Desc.: Lot 5, Block`5, Glendale Lakes, according to the Plat thereof, as recorded in Plat Book 6, at Page 26, f the Public Records�\of Indian River County, Florida. 156 r �k A t2 �t R 7 _ t j 1 Ij `rrr f { 457 Y 3 t� A J' r Y 1 ,. J1 , s, .J+ •• �� '1h,.�•� ' mow.t i. i •f•s'' �„+ S"s` • ry y� yy++ .2 i! �� -c,• �4f r yr �+'Ly,lyY�1 �.. } 4 _•J'` rv�._.,` .•� r �J � u �,�,y� '� .,,s• Vrbkq'�, ,�,fe,xy�.1 '`r,4a. A,'Y.C'4�. -�, ti.� `t Y� •l/l��s i .y,�,••4- '��1 ..i+:.. � `�.� -� -'--"��`�- - _ _ M-.•r Y � a {{ '.,y�'�!S�' p•, .. r rte,,.S� y. �`� _.. �.YN,y4 Z'.ia., .•✓,�� "wF, ��. �� • 'o. ii+ •l J* �� .h... :• `i:.�{ �. � 4�:�:?�. :`A s.' • �e�<: � ��. c. ..t`y/ Iry. '�. �. •e .f yrY �. t.t.biF y .'T=4 �+nti-.;j1` .. •'•t,�, }. ;' "'! �4 t tow- `; w. .�c�+Y�+l•F^,�.•` ,4•.�'r. •�"� qr+� t ' Aj• ��;' � •�� F 5•..C�V� .. D.�°A • ti 4 � ,wS. .�� � ,�• �.� •� i��.,, .i: �sw._ • � ,, � ..tom ,, .M..- - , s.4 1r .� i,. f =, •f o� ` a. �.P � 'k'd^. � '� Y '::. M., �� [i %'& Sy �'� `:�.r f•. `Z... 1.� f^. 3i e a, P a'' t C'�S �� P�'►ly 0 $wpd e i SW �yip w r p YVQ�e�y e at*✓ . .. J .: � �...,yi .. i� .* nl. �rq. �i E t i z :a ,.^. .. ".. •'• soak �('-� .. _ ..fit; -..�. ♦ 4yy 9!-.{! iLY y� ,. - 1, '/� ^y, g•�„"i \ � � la �.Qe � d .r s g •� t.4� �w• r� Sid%• �,�, '! � �� tib'. !:�: .s� r^'K? • 1 t t • , �fqH � '4•i F 6 a �i� k. � C '� .p. • III i QI 1 � . bt S t � :Hies��Nifii +iY2�•� .: �� ; E { rd t, .S N, IV— a' „� z J A r x f , 1 r t s� .�r.. y , �� �i f+,,..+ z.��� "� ,a'!- � k +4�p w: @ ^84,x..�?�.. •.�, } '� ?' ''� ` �• '�2wd` '� Ilrt�S'�U �i� � I I -: as r_ Z, ��W, ,Vka, kv ;ff . v. 'C=.. ,tt ' - . s 7. r I raT.,, ., 'r.t4. rr ' re q- (14 y� i �/ + ". Y�y , , .: t ✓mak l R.,$' �,� R ��.4 1 ,�y4 r�, r "�}R fp � .' b' t� ,�l�•, r !•.� '' "'�yx� r s r 1�) it •:�i " � }2�+ � .,r ��'.'� >1F ��i rF�,x'. �.'";�'tir+ $ 1'���' �4� t�.�j'• f :yam, +� .,' "t ;:.y� +r'?,�` � ' �'.f 7r` ^ �, . ♦ ^ e� aN_� 'S�•f" �. +�. off d4k �t,a 2� "► �" .,� �' :' ' a{ �r� .. '�... .e��/r�`. ..:1°�t��,/y� ��•t"�A.. $', �r 'f '/ d'(�. 'L,yr;� r�r��'+�jr'�#} � � Y1d�Y Ir'3.. � .:F'�s _,�y.� �A 54�y !'. r` ���. .��-T ��r y+YN+. � ti, ., �Jr �rt �� �� d A� � _ � �.11�•� �. ♦,r :'yC "4 }l; i �+t.`fi.1 `' b x '� r:. 4.1,�+� 'i" �r ^ �.� 63 R.,/ ,_k,d• -�s i wk �J ^S rr rr� : `y . r 1':�rtWp }� Fada � r, �A'r�7`� �';. r:.7r:.+�'t�� .:';.a �.;,} �'• �a; `f i �,. { � iy i�,r"/t3 '.. 5'i f } �ltf sx f S a ',,• , C,' 'fry "� r s +. ! r a f `• f d.. :;: .. '�. '�..', .y + , -�'C T•,:�g +us r , .4' ",r�r hk.f ° S'iw. � :t. .k'�i ���� 'J1, y� `l• �,a ,�., ,i �• ,tri,�"e. .., � � ir`���}q��y�''�T ',�.:, rf 1 ,'t.. "i' �;�� f�'r•. . ' s •;, .f.����,,.. t' >i.4�` ' r ' +� ��� �• � fi"�� .�} � .. �� ;i.��.,l+'�' 'r �,Ye `4 �t lrtg +.fir�s'd�.� �k,� � � ����h•r .c :.,, *', '( • �t a.M�t<; ,� R ¢Sti / y'l�y{rr r l }fix � r ���; Ar, 'r• a .a' x .`3x,?a "'1� ��r'r -�4 � r':V�Y `.a1 �# ��.; Y }�.� -�.,,�+ 4 1F r r lk>. M:# M r ow fir ,. a �•.. � ` t,�.; V�? ' it t/ t ��ilq •�'�� r� l �76 i i�. `�x '777— cv -Moe II I I r H T e ti 5 � ' u '"wed � r • ¢: t 77 r t w C s R I d � ■RRRRRR����xl. .. $ k isnomiiiiiii s 1 RRR■RRRRRRRRR■ J t RRRRRRRRRRNow R RRR■RRRR"';t.7R� 1 RRRRRRRC�.rI MIR1R11 t M RRRRRRRRRRR� r : RRRRRRR:llama; Y RRRRR..CRRRon RRRRl1lR0RRRRRR� xi p i r F Ef , r 6 A � .. ) N.':.�- ;�� " .r f 4 r� &-r+ vr"`if+'s iH.r 5,hlz•�'j'��A��' ... .. t , i # z R { at S � � ���� �� wi � ark •.} i•. 4 � '� ..ar.; � :.St*-.-v "6 '�•' � >�M� >�"SwF+ W� '� x� Y �.x I II III � t � : °•+.moi.,;,,. �.�:. � � °ai �4 •F+.m'+- °'v • r y `�i .� � ,�'. •�..�, III a , - i " i--I r f _ i T '9 � � 1 APV,'. 'e",A' A YY,. \' •. E�nr III , Y•� � II�)I4 � � II F,nf � C k4. t a Mi ik+�4�g 4' j FF e E .��`s" �. �,� �"- � •..sir �' { kv� Y, 'u L •, t • M x. Y n a nig 761 7; 1 Op ,,,r„ - r di 417 t # 3 a, ti e _ V. b � � 1 r _ � �ro , Alm . ¢ 5 d i I { t jorF.t a x. 1' 167 � \ � 1 Ira• wr fr r. IIF � ?a ` .,. �' y'�r. +� r it All NO s r R ,y 01 TV, ! � � $ ,=, � -4 Imo.�,,+� �,,•" � $'s�� .;J�$ thfihsu., §i n,.-i..?,•' 'i�' � �,,. }'" iia - AN�" I t 1 11/15/2013 CONDEMNATIONS 43 HIGHLAND DR SW 43 HIGHLAND DR SW AND 91146 TH AVE 11/07/2013 07/08/2013 3 g k, 07/08/2013 11/07/2013 y 11/15/2013 11/07/2013 11/07/2013 1 ill �lu 11/07/2013 11/07/2013 MEW 11/07/2013 11/07/213 i 2 11/15/2013 11/07/2013 911 46TH AVE kb 07/09/2013 07/09/2013 Ilil, t E JpL w � ;Ya Rs. 07/09/2013 07/09/2013 3 �f,i II w�ff � IIIII IIII�ii ii it iVI��I+VIII li� uIIIIVIIY��II III III WVh�'�' f I�B�Ir tiYi,'� III Ip�IV 3 11/15/2013 11/07/2013 11/07/2013 � 3 C i y2 77 County Attorney's Agenda-B.C.C. 11.12.13 V ii Ofc of x INDIAN RIVER COUNTY ATTORNEY Dylan Reingold,County Attorney William K.DeBraal,Deputy County Attorney Kate Pingolt Cotner,Assistant County Attorney MEMORANDUM TO: Board of County Commissioners FROM: Dylan Reingold, County Attorney DATE: November 1, 2013 SUBJECT: Election Requirements TYPES OF REFERENDUM. On October 22°d, the Board of County Commissioners requested that the County Attorney's Office research the timeframe and requirements for getting a measure on the ballot. There are two types of measures. The first is a question on the ballot to obtain an expression of elector sentiment with respect to a matter of substantial concern within the county. See Section 125.01(1)(y), Florida Statutes. The second type of measure is bond referendum. GENERAL REQUIREMENTS. In Indian River County, these measures may only be put on the ballot as a result of a majority vote of the Board of County Commissioners. With respect to a referendum for either of the measures described above, pursuant to section 101.161, Florida Statutes, a ballot summary of the public measure must be printed in clear and unambiguous language on the ballot after the list of candidates, followed by the word "yes" and also by the word "no". The ballot summary and the ballot title shall be contained in the Board's enabling resolution. The ballot summary shall be an explanatory statement of the chief purpose of the measure and shall not exceed 75 words in length. The ballot title shall consist of a caption, not exceeding 15 words in length, by which the measure is commonly referred. Indian River Co. AP,proved Date Approved for November 12, 2013 BCC Meeting Admin. i/ 7 3 County Attorney's Agenda Co.Atty. Budget Y W �( De artment .rr. Risk Management COUNTY ATTORNEY RW uo neyT,,d&GENERALT C CAgenda Af,—Tlelcdonc(Req—menta).aoc 169 Board of County Commissioners November 11 2013 Page Two Per section 100.342, Florida Statutes, there must be at least 30 days' notice of the referendum by publication in a newspaper of general circulation in the County. The publication shall be made at least twice, once in the fifth week and once in the third week prior to the week in which the referendum is to be held. If the matter is conducted as part of a special election, notice must be given to the Supervisor of Elections and her consent must be obtained as to a date when the registration books can be available. The notice requirements for a special election are the same as the notice requirements for a referendum. BOND REFERENDUM REQUIREMENTS. Per section 100.211, Florida Statutes, the Board must adopt a resolution ordering the bond referendum to be held in the County. Per section 100.221, Florida Statutes, generally, the laws governing general elections are applicable to bond referenda. The places for voting in a bond referendum are to be the same as the places for voting in general elections. However, the County would not be required to offer early voting for a bond referendum that is not held in conjunction with a county or state election. Per section 100.341, Florida Statutes, the ballots used in a bond referendum must include a printed description, as approved by the Board, of the issuance of bonds to be voted on. The Board also must provide a separate statement of each issue of bonds to be approved, including the amount of the bonds and interest rate of the bonds. The ballot must contain the question "For Bonds" and "Against Bonds." COSTS. If the referendum were to held in conjunction with the 2014 primary in August or the general election in November there would be no additional cost, unless a second card was needed due to the referendum. If the County wanted to conduct the referendum as part of a special election, the referendum could cost approximately $180,000. TIMELINE. If the referendum were to be conducted as part of the primary election on August 26th, the statement and caption would need to be provided to the Supervisor of Elections the first week of June. If the referendum were to be conducted as part of the general election on November 4th, the statement and caption would need to be provided to the Supervisor of Elections by August 181h DR:LAC F.Wmrne0b,dalG£NERAL B C CAgenda A/emosi£lelcrions(Requirements).doc 170 November 12, 2013 ITEM 14.D.1 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER-OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: November 5, 2013 SUBJECT: Proclamation Protocol and Policy FROM: Bob Solari Commissioner, District 5 1 kindly request your consideration for a discussion concerning the attached proposed Indian River County Protocol and Recognition Policy. BS:mlp Attachment 171 Indian River County Protocol and Recognition Policy It shall be the policy of the Board of County Commissioners of Indian River County, Florida (the Board), that "proclamations," adopted by the Board of County Commissioners, to wit: Intent, Purpose, and Scope A. The intent and purpose of this Policy is to establish guidelines to provide uniformity throughout the process and to make written guidelines available to interested parties. The primary reasons for issuance include: (i) the issuance of formal recognition in support of a particular event, program, or cause, (ii) the recognition and celebration of extraordinary achievements of organizations that directly impact the County, and (iii) the honoring or recognition of important and significant occasions to enrich society, increase public awareness of issues that will help to improve the health, safety, and welfare of the citizens of Indian River County. B. This Policy applies to the Board's issuance and presentation of all Proclamations, as those terms are herein defined. Furthermore, this Policy shall provide the exclusive policy and procedure for presenting a Proclamation and shall supersede any and all provisions of other Board policies to the extent that such other provisions may be inconsistent with this Policy. C. Requests for Proclamations are reviewed on a case-by-case basis and the Board reserves the right to decline any request, as well as the right to make exceptions to this Policy and its procedures. D. These instruments of tribute bear the official Seal of Indian River County and the signatures of the Board. By virtue of their official nature and the prestige of the office of the elected representative signing the document, these instruments extend intrinsic validation upon an event in an official capacity. E. The County has several types of awards and honors for formal presentation at its disposal. These documents are usually presented at Board hearings and other functions by Commissioners or other County officials. Definitions Proclamation: a ceremonial document to be used for formal recognition, support and celebration of (i) a particular event, occasion, program, or cause, or (ii) an extraordinary or significant achievement or an organization that directly impacts the County. Certificate of Appreciation: these certificates are given to individuals to express the appreciation of the community for an extraordinary service rendered or a noteworthy contribution to the improvement of local life (whether social, cultural, economic, an act -•.- of selfless dedication or other). 172 Guidelines The following guidelines will be used when considering the issuance of a Proclamation or Certificate of Appreciation: A. Requests for a Proclamation will be considered by the Board only if its recognition, support, or celebration will result in the promotion of positive quality- of-life activities taking place in the County or will increase public awareness of issues that will help to improve the health, safety, and welfare of the residents of the County. Examples of such activities and issues may include, but not be limited to the following: 1. Extraordinary or significant achievements of non-profit organizations that directly impact the County; 2. Honoring occasions of importance and significance to the residents of the County; and 3. Matters with widespread community interest or concern; B. Proclamations must affect a broad group of people. We will not issue proclamations for individuals. For individuals, depending on the occasion or event, a Certificate of Appreciation may be provided. C. Proclamations recognize a day, week or month. D. Requests for Proclamations or Certificates of Appreciation that are similar to those that have already been issued during the same calendar year may be declined. E. Requests for Proclamations may be declined if such request would result in the issuance or adoption by the Board of more than one Proclamation or Certificates of Appreciation per calendar year for the same organization, or for the same event, occasion, program, or cause. F. Proclamations or Certificates of Appreciation for an annually occurring event, program, or cause shall not be automatically issued or adopted each year. Requests for such Proclamations or Certificate of Appreciation will be required each year and will be reviewed on a case-by-case basis and issued at the discretion of the Chairman. G. Proclamations shall not be issued for: 1. Individuals, births, retirements, weddings, birth announcements, deaths or events that do not directly impact the County. A Certificate of Appreciation may be issued in lieu of a Proclamation and will be mailed to the requestor. 2. Campaigns, organizations, individuals, or events inconsistent with or contrary to County policies, ordinances, or laws; 3. Events or organizations with no direct relationship to Indian River County. Requests for Proclamations from national or international organizations must originate from an organization located in Indian River County, Florida. N 173 4. Events, occasions, programs or causes that occur outside the boundaries of the County; or causes sponsored by for-profit organizations, except when such sponsorship is for a charitable purpose. H. No Proclamation or Certificate of Appreciation shall be used by the recipient as part of an advertisement or commercial promotion. I. To obtain an official Proclamation or Certificate of Appreciation, requests should be made in writing, preferably on the official request form. All requests must be in writing. Requests can be mailed, faxed, emailed or hand-delivered. If mailed or faxed, please call to verify receipt by the Board Office (772 226 1919). J. Requests for a Proclamation or Certificate of Appreciation should be made at least three weeks in advance, no more than 3 months in advance of the requested date to permit adequate preparation time. If less than two weeks notice is given, the Board reserves the right to decline providing the document. The person requesting the document will need to make arrangements with the Board Office to pick up the document or to have it mailed. K. All requests should include: 1. Name. The request must be made by an Indian River County resident. Out- of-state requests will be declined unless in the event of a disaster or emergency. The person making the request must demonstrate they have been selected to make requests on behalf of the organization or group. 2. Physical Address (no post office box); ,law 3. Telephone number; 4. Email address of the person making the request, as well as to who and where the document should be addressed, if mailed; 5. Name(s) and Title of person(s) who will be accepting the Proclamation. L. All requests should include proposed language for the Proclamation (including 4-6 "WHEREAS" clauses) or Certificate of Appreciation and must fit on a single letter sized page (8.5" x 11") and must be in 12 point font, with room remaining for the signatures of the five County Commissioners. M. With regard to a request for a Proclamation, such requests should include whether the Proclamation would be presented at a Board meeting, mailed to an outside party, or presented at an outside special event. N. The number of Proclamations to be issued at any one Board meeting shall be at the Chairman's discretion. O. An organization does not have exclusive rights to the day, week or month of their Proclamation. P. Each request will be reviewed on a case-by-case basis. Submission of a Proclamation or Certificate of Appreciation request does not guarantee issuance. C`n -wow a 174 Q. The Board Office reserves the right to modify or deny any document request. R. Issuance of a Proclamation or Certificate of Appreciation does not necessarily constitute an endorsement by the entire Board. S. Proclamations or Certificate of Appreciations should not take sides in matters of political controversy. Subject matter is always at the discretion of the Board Office. T. Proclamations or Certificates of Appreciation should not address personal convictions. U. The Clerk to the Board maintains a copy of the Proclamation or Certificate of Appreciation on file at all times. V. All questions may be directed to the Board Office at 772.226.1919. Direct request may be directed via email to RecognitionCc)-ircgov.com, via facsimile to 772 770 5334 or in writing to: Commission Office, 1801 27th Street, Vero Beach, FL 32960. d" w.. a 175 Kequest for Proclamation Application nttps:!iacot)etonnscentrai.com/!t=KJK_SGwvUbNevl;aai&LOAA� VE Z Request for Proclamation Application i oxivP Date: First Name: Last Name: E-Mail: Organization: Telephone: Address: City: State: Zip Code: Title of Proclamation: Date of Commission Meeting to receive the Proclamation: LTJ Purpose of Proclamation: Name of individuals and their title that will be receiving the Proclamation: Attachment Select File Submit 1 of 2 10/30/2013 3:28176 November 12, 2013 ITEM 14.E.1 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER-OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: October 11, 2013 SUBJECT: Economic Development - Positioning Initiative FROM: Tim Zorc Commissioner, District 3 At the August 20, 2013 Economic Development Meeting, the members made a recommendation the Board of County Commissioners approve their request to create a budget and a request for proposal for an Economic Development Positioning Initiative. 1 would like to request discussion on an Economic Development Positioning Initiative Attachment: August 20, 2013 Economic Development Meeting Minutes 177 IRC S Bill Sc Senior Economic Development Planner �— Bob Keating, munity Development Director Sasan Rohani, Lo nge Planning Chief Terri Collins-Lister, Com ner Assistant Call to Order Chairman Mitchell called the meeting to order at M. Presentation by Mr. Charlie Sloan, Boyette Strategic Advisors Ms. Helene Caseltine, IRCOC, introduced Mr. Charlie Sloan with Boyette Strategic Advisors located in Orlando, Florida. Mr. Sloan reviewed the information contained in his PowerPoint Presentation called "Economic Development Ten Essential Questions", a copy of which is on file in the Commission Office. Mr. Sloan stated Boyette Strategic Advisors was an economic development firm and he wanted to talk about what the competitors were doing and what it took to be competitive. He said there was no single definition for economic development, but indicated economic development was a balance between art and science. He defined economic development as a process that influenced development and economic restructuring to enhance the well-being of a community and in reality it was a competitive competition. Mr. Sloan reviewed the Economic Development Ten Essential Questions: • What is Economic Development? • What is it really? • How do communities approach it? • What are the underlying strategies? • How is it done? • Really need the research? • What will the plan do for me? • What are the elements of a plan? • What are the benefits of a plan? • Can we be successful without it? Mr. Sloan said in order for a community to be successful, they must build on their strengths, mitigate their weakness, know how to create jobs organically in their community, know how to keep the existing jobs through active retention EDC/Approved 2 August 20, 2013 F:\BCC\All Comm ittees\EDC\201 3 Ag&Min\EDC 08-20-13 Meeting Minutes.doc 178 programs, as well as recruiting new jobs and investment to the community. He said the first step was that a community must know who they are, have a vision, a researched-based plan to see how the community saw IRC from the outside and then follow through with the execution of the plan. He emphasized a community with a plan and sticking to that plan over a period of time would generate results. Mr. Sloan pointed out the elements of a plan and said it must address the following: • Addresses Local Needs • Comprehensive — Creation/Retention/Recruitment • Focused — Target Opportunity Sectors • Repositions Supporting Sales Messages • Marketing Strategy Mr. Sloan concluded the benefits of a plan were: • Process itself focuses on the community • Shared ownership and understanding with all stakeholders • Economic Development effort becomes more efficient/focused • Continuity over time �.. "Development" not just "Growth" A lengthy discussion ensued on benchmarking, the criteria that site consultant's look for in a community, the process time to develop a researched- based plan, positioning IRC to be an attracter for potential jobs and a request for proposal for an economic development re-positioning plan. ON MOTION BY Mayor Adams, SECONDED BY Mr. Penney, to recommend the Board of County Commissioners approve the Economic Development Council's request to create a Budget and a Request for Proposal for an Economic Development Re- positioning Plan UNDER DISCUSSION, the re-positioning plan should be all-inclusive in conjunction with the municipalities and the unincorporated communities of IRC. THE CHAIRMAN CALLED THE QUESTION, the members unanimously voted (12-0) in favor of the motion. .Mw EDC/Approved 3 August 20, 2013 F:\BCCWII Committees\EDC\2013 Ag&Min\EDC 08-20-13 Meeting Minutes.doc 179 �vERc INDIAN RIVER COUNTY G ,.,. SOLID WASTE DISPOSAL DISTRICT +�LORipp• BOARD MEMORANDUM -- Date: October 31, 2013 To: Joseph A. Baird, County Administrator From: Vincent Burke, P.E., Director of Utility Services Prepared By: Himanshu H. Mehta, P.E., Managing Director,Solid Waste Disposal District Subject: Amendment No. 3 to Republic Services for Rain Flap Removal Project & Approval to Install Fleetzoom monitoring system DESCRIPTIONS AND CONDITIONS: On March 19, 2013, the Solid Waste Disposal District (SWDD) Board approved a final payment to COMANCO Environmental Corporation (Comanco) for the Phase 2 construction of Cell 1 of Segment 3 Expansion in accordance with Bid No. 2012025. As part of this project, a "Rain Flap" or a temporary liner feature was constructed to bisect the 10 acre cell in half to reduce the generation of leachate from rain water. Our Class I Landfill Operator, Republic Services, has filled the bottom portion of the new cell to the half-way point and now the rain flap is ready to be removed. Our project engineer, Geosyntec prepared drawing and specifications under an existing work order and evaulated the bids obtained by Republic Services. Geosyntec recommends proceeding with American Environment Group, Ltd. (AEG) as a subcontractor under Republic Services to perform the rain flap removal project as the most qualified and cost effective vendor. Attachment 1 contains a full evaluation of the bids for this project. AEG has provided a proposal in the amount of $17,125.00 to perform the project. Adding a 10% management fee of $1,712.50 to Republic Services results in a not to exceed total project cost of $18,837.50. Although included in the bid specifications, staff recommends that we direct purchase a back-up leachate pump. Purchasing the pump directly will provide an approximate savings of $300 (7%sales tax and 10% management fee). Our project engineer, Geosyntec will be providing construction quality assurance services under a separate work order to ensure that the work is completed in accordance with FDEP rules and regulations. In addition to the above, this third amendment includes provisions to allow Republic Services to purchase, install, monitor and maintain an electronic monitoring system called Fleetzoom associated with our landfill gas system. This is a telemetry type system that will allow Republic Services to better monitor the performance and operations of the gas system. SWDD Agenda-Amendment No. 3 to Republic Services-Rain Flap Removal & Fleetzoom Page 1 of 2 180 ANALYSIS: The current rain flap has served its purpose in reducing the generation of lechate and staff concurs with the need for removal of the structure to allow filling in the remainder of the landfill cell. The proposal by AEG includes mobilization/demobilization, dewatering (if needed), three days for the rain flap removal, and associated materials for the project. It is estimated that the project will take a total of seven days from notice to proceed. Republic Services will provide the gravel that is available on-site for use in this project. There are no FDEP permits required for this project; however, the use of Geosyntec as the engineer of record to document the construction and provide a summary of completion will facilitate any questions that could come up in the future. FUNDING: Funding for the Rain Flap Removal project is budgeted and available in the Segment 3 Landfill lateral expansion account which is funded from SWDD assessments and user fees. ACCOUNT NO.: Description Account Number Amount Segment 3 Landfill Lateral Expansion - Rain Flap 411-169000-10009 $18,837.50 Removal RECOMMENDATION: SWDD staff recommends that its Board approve the following: a) Approve the Third Amendment to Republic Services landfill contract to administer the Rain Flap Removal Project utilizing American Environmental Group at a not to exceed price of $18,837.50 and allow Republic Services to install the Fleetzoom System. Also, authorize staff to direct purchase the back-up lechate pump. C) Authorize the Chairman to execute the same, as presented. ATTACHMENT(s): 1. Bid Review Memorandum by Geosyntec 2. Third Amendment to Contract Agreement between SWDD and Republic Services, LP APPROVED FOR AGENDA: Indian River Co. proved Date Administration /4/7))_3 By. »'YYY' Ctic�i Jose h A. Baird, County Administrator Legal C1 i� 3 07 aO/ Budget SWDD �� I} 13 Date SWDD-Finance e "4- S �3 SWDD Agenda-Amendment No. 3 to Republic Services-Rain Flap Removal&Fleetzoom Page 2 of 2 181 200 Rice Blvd,suite 710 Jacksonville,Florida 32207Geosyntoc wr.. rx 904.858.1818 9.1143 consultants Fax osynt c.com www.geosynteacom 15 October 2013 Mr. Himanshu Mehta, P.E. Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue Southwest Vero Beach, Florida 32968 Subject: Bid Evaluation Cell 1 East-West Rain Flap Removal Indian River County Landfill Facility Vero Beach,Florida Dear Mr. Mehta: Geosyntec Consultants, Inc. (Geosyntec) prepared this letter to provide Indian River County (IRC) Solid Waste Disposal District (SWDD) with the results of an evaluation of the contractor bids for the Cell 1 East-West Rain Flap Removal (hereafter referred to as the Project) of the Class I landfill at the IRC Landfill (IRCL) facility in Vero Beach, Indian River County, Florida. The bid evaluation is a step in the procurement process undertaken by the SWDD to select the most qualifying and cost-effective contractor for the Project, and was requested by Mr. Himanshu Mehta, P.E., Managing Director of SWDD. The remainder of this letter presents: (i) project background; (ii) summary and evaluation of bids; and (iii)recommendations. PROJECT BACKGROUND On April 10, 2012 the SWDD Board authorized Geosyntec under Work Order No. 4 to provide engineering and construction support services for Phase 2 construction of Cell 1 of Segment 3 Expansion (Phase 2 project). The Phase 2 project consisted of the construction of the Cell 1 liner and leachate control systems; some minor improvements to the stormwater management system and perimeter access roads within the Cell 1 construction limits and ancillary construction activities. The Phase 2 project began on May 21, 2012 and was substantially completed on February 6, 2013. The Phase 2 project was approved for waste acceptance by the Florida Department of Environmental Protection (FDEP) on April 5, 2013. Geosyntec provided Construction Quality Assurance (CQA) activities for the Phase 2 project. FL1321\JL13078_Bid Evaluation RainFlap Final.doc 182 Mr.Himanshu Mehta,P.E. 15 October 2013 llftwPage 2 During construction of the Phase 2 project, an east-west diversion berm and a rain flap were constructed to divide Cell 1 into approximately two halves in order to separate the landfilling and leachate in the northern half of the cell from the stormwater in the southern half of the cell. A pump was installed at the low point in the southern half to pump out the collected stormwater to the perimeter drainage channel. Since inception of waste acceptance within Cell 1, Republic Services Inc. (RSI), the Class I landfill operator, has been placing waste within the northern half of Cell 1. Geosyntec understands that with the current on-site waste operations, RSI would like to utilize the southern half of Cell 1 for waste placement. In order to utilize the southern half of the Cell, the east-west rain flap needs to be removed, and the leachate collection system (LCS) for Cell 1 including the primary geocomposite drainage layer, leachate collection pipe and leachate collection corridor (aggregate)need to be connected. In view of the above, SWDD decided to obtain bids for removal of the east-west rain flap through RSI under their operations contract. On September 24, 2013, SWDD requested Geosyntec to prepare bid documents for the Project. Geosyntec subsequently completed the preparation of the bid documents including a bid form and construction drawings for obtaining bids for the Project. .. SUMMARY AND EVALUATION OF BIDS On October 14, 2013, RSI forwarded to Geosyntec bids received for the Project from three (3) RSI approved vendors/general contractors: • Comanco Environmental Corporation (Comanco), Plant City,Florida; • American Environmental Group, Ltd. (AEG), Richfield, Ohio; and • Environmental Specialists International, Inc. (ESI), Baton Rouge, Louisiana. Attachment A includes the bids submitted by the contractors. Geosyntec utilized the bidders' completed forms to prepare the Summary of Bids table presented in Attachment B. The table shows that the total bids are: (i) $28,300.00 for Comanco; (ii) $19,625.00 for AEG; and (iii) $25,000.00 for ESI. AEG is the lowest bidder among the three. It is noted that ESI provided a lump sum amount for the entire work and did not provide a breakdown of cost per item on the bid form. In general, the price quoted by Comanco for items 1 (mob/demobilization), 3 (rain flap removal), and 4 (materials) were comparable with the prices quoted by AEG. However, the price quoted by Comanco for item 2 (dewatering) is 100 percent more than that quoted by AEG. Also, the price quoted by Comanco for item 5 (pump) is about 220 percent more than that quoted by AEG. lfta. FL1321UL13078_Bid Evaluation_RainFlap Final.doc 183 Mr.Himanshu Mehta,P.E. 15 October 2013 �- Page 3 Further, it is noted that item 5 in the bid form calls for a Sligo submersible pump for the leachate collection sump. A quote of $1,630 was obtained to directly purchase this item from the manufacturer. The Summary of Bids table also presents comparison of the base bids without inclusion of the pump. The table shows that the Comanco's total bid without the pump is $20,300 whereas AEG's total bid without the pump is $17,125. Geosyntec recognizes both AEG and Comanco as approved installation contractors by International Association of Geosynthetic Installers (IAGI). As mentioned above, it is noted again that all three bidders are RSI approved vendors. RECOMMENDATIONS Based on the review and evaluation presented above, Geosyntec recommends SWDD to utilize AEG through RSI as the contractor for the Cell 1 East-West Rain Flap Removal Project. This recommendation is based on AEG's qualifications and price quoted to perform the work. Geosyntec recommends SWDD to purchase Item 5 (submersible pump) directly from the manufacturer. The total cost of the project including direct purchase of the pump from the manufacturer and a 10 percent mark-up by Republic(as management fee)will be $20,630.50. CLOSURE Geosyntec appreciates the opportunity to provide services to Indian River County. If you have any questions regarding this correspondence, please feel free to contact either of the undersigned at 904.858.1818. Sincerely, Rutuparna Joshi, EI Senior Staff Engineer (� Kwasi Badu-Tweneboah, Ph.D., P.E. Associate FL1321\JL13078_Bid Evaluation RainFlap Final.doc 184 Mr.Himanshu Mehta, P.E. 15 October 2013 ..... Page 4 Attachments: Attachment A—Bids Reviewed Attachment B—Summary of Bids Table FL1321\JL13078_Bid Evaluation_RainFlap Final.doc 185 ATTACHMENT A BIDS REVIEWED 186 AMERICAN ENVIRONMENTAL GROUP �" (AEG) BID 187 Indian River County Landfill Cell 1 East-West Rain Flap Removal "f► Bid Form(Note 1) Estimated Unit Item Description Quantity Unit Cost Cost (Note 11) I MobilizationMemobilization(Note IIn 1 Lump Sum '55*0o 3$'b0 2 Liquid Dewatering/Purnping(Note IV) TBD Truckloads Z.ZS'U 22.-Yo 3 Rain Flap Removal(Note V) 3 Days 3 S 00 l D S'Oo 4 Materials(Note VI) 1 Lump Sum $75- g7 S' 5 Sligo Submersible Pump(SSR Series 1 PSF)(Note VII) l Lump Sum 'Z Soo z SDO Total I? (,ZS Notes: I Bidders shall provide list of equipment proposed for the construction activities incleuding earthwork and geosynthetics for the work described in this Bid Form and shown on the Construction Drawings. Bidders shall also include the names and addresses of subconsultants they propose for this project. U Quantities presented herein are estimated quantities and should be verified by Contractor. If quantities are found to be different, Contractor shall notify Engineer and Owner prior to starting work. Quantities that are not provided and that are within the scope of work shall be estimated and verified by Contractor and brought to Engineers attention. IH Mobilization/demobilization shall not exceed 205'"of the total bid price. IV TBD=to be determined.This item is optional and may or may not be required.This item involves potential dewateringtpumping of liquids that may have been accumulated,due to recent rainfall events,within the southern portion of Cell I(i.e.,area of Cell 1 south of the east-west rain flap)as shown on the Construction Drawings. Liquids shall be pumped to a tanker truck and transported to the Bio-solids facility for disposal which is approximately 3,300 A(0.62 miles)one-way from the rain flap location. Contractor shall provide unit cost for a tanker truck to pomp and transport liquids to the Bio-solids facility,which is located at the landfill facility. The tanker truck should have the capability to pump the liquids into the truck. However,the landfill operator has two pumps(one 3-in. pump and one 6-in.pump that could be used if necessary. V Contractor shall provide equipment and labor for the removal of rain flap as shown on the Construction Drawings. Equipment used shall be approved by the Engineer prior to being used. The sand along the rain flap shall be carefully removed to expose the tie-in point between the flap and the cell liner. The flap shall be cut away from the cell liner carefully to avoid any puncturing of the liner system. Upon flap removal,the geocomposite that had been bent up behind the flap shall be folded down flat onto the liner against the existing geocomposite termination point In order to patch the geocomposite back together prior to reinstalling the sand cover, place a cap strip of geotextile(8-oz/sy minimum)or approved equivalent over the seam and sew it into position. The Contractor shall ensure that no sand will infiltrate the geocomposite in the area of the patch The Contractor shall also provide the required geotextile material.Any excess sand from the rain flap/berm shall be sporead and graded into the as-constructed liner protective layer of the southern portion of Cell 1. This item also includes the connection of the leachate collection line as shown in the Construction Drawings.This shall be accomplished by cutting and cleaning both ends of the pipe at the liner flap location;providing a spool piece(approximately 7 R long) of 6-in.dia.SDR 11 HDPE pipe and two electro fusion couplers;and connecting the pipe together. The Contractor shall provide geotextile material to connect the leachate collection"burrito wrap"and shall place the leachate collection gravel around the pipe in the burrito prior to sewing the geotextile overlap. The Owner will provide the gravel needed to the tie-in location but the Contractor shall be responsible for placing the geotextile-gravel burrito as shown on the Construction Drawings. The Engineer has estimated three days for this work;Contractor shall indicate the number of days required for this work VI This item includes the following materials needed for the project:(i)6-in.dia.SDR 1 I HDPE spool pieces;(ii)two 6-in.dia.electro fusion couplers;and(iii)8-oz/sy nonwoven geotextile required for the geocomposite tie-in point cap st*and for tying the leachate collection system gravel burrito together. The Owner will provide the gravel required to complete the burrito wrap.Approximately 3.6 cy of gravel will be required to constructed the pipe-gravel burrito in this section;this gravel should be obtained from the rain flap berm along the leachate corridor plus a small stockpile on site. VIl The Contractor shall provide this leachate pump(see attached Cut Sheet)which will be used as a back-up pump for Cell 1.This is a submersible pump for leachate collection in the side slope riser of Cell 1. This item is optional and the Owner may elect to have this purchased as part of this contract. 188 COMANCO ENVIRONMENTAL CORPORATION (COMANCO) BID 189 COMANCO Proposal Revision #1 10-14-13 Indian River County Landfill Cell 1 East-West Rain Flap Removal Bid Form(Note I) Estimated Item Description Unit p Quantity Unit Cost Cost (Note II) I Mobilization/Demobilization(Note III) 1 Lump Sum $4,850.00 $4,850.00 2 ILiquid Dewatering/Pumping(Note IV) 1 Week TfXX ggp,,M $4,500.00 $4,500.00 3 Rain Flap Removal(Note V) 3 Days $3,250.00 $9,750.00 4 Materials(Note VI)* 1 Lump Sum $1,200.00 $1,200.00 5 Sligo Submersible Pump(SSR Series 1 PSF)(Note VII) I Lump Sum $8,000.00 $8,000.00 Total 1$28,300.00 Notes: I Bidders shall provide list of equipment proposed for the construction activities incicuding earthwork and geosynthetics for the work described in this Bid Form and shown on the Construction Drawings. Bidders shall also include the names and addresses of subconsultants they propose for this project. II Quantities presented herein are estimated quantities and should be verified by Contractor. If quantities are found to be different, Contractor shall notify Engineer and Owner prior to starting work. Quantities that are not provided and that are within the scope of work shall be estimated and verified by Contractor and brought to Engineer's attention. III Mobil ization/demobilization shall not exceed 20%of the total bid price. IV TBD=to be determined.This item is optional and may or may not be required.This item involves potential dewatering/pumping of liquids that may have been accumulated,due to recent rainfall events,within the southern portion of Cell 1(i.e.,area of Cell 1 south of the east-west rain flap)as shown on the Construction Drawings. Liquids shall be pumped to a tanker truck and transported to the Bio-solids facility for disposal which is approximately 3,300 ft(0.62 miles)one-way from the rain flap location. Contractor shall provide unit cost for a tanker truck to pump and transport liquids to the Bio-solids facility,which is located at the landfill facility. The tanker truck should have the capability to pump the liquids into the truck. However,the landfill operator has two pumps(one 3-in. pump and one 6-in.pump that could be used if necessary. V Contractor shall provide equipment and labor for the removal of rain flap as shown on the Construction Drawings. Equipment used shall be approved by the Engineer prior to being used. The sand along the rain flap shall be carefully removed to expose the tie-in point between the flap and the cell liner. The flap shall be cut away from the cell liner carefully to avoid any puncturing of the liner system. Upon flap removal,the geocomposite that had been bent up behind the flap shall be folded down flat onto the liner against the existing geocomposite termination point. In order to patch the geocomposite back together prior to reinstalling the sand cover, place a cap strip of geotextile(8-oz/sy minimum)or approved equivalent over the seam and sew it into position. The Contractor shall ensure that no sand will infiltrate the geocomposite in the area of the patch. The Contractor shall also provide the required geotextile material.Any excess sand from the rain flap/berm shall be sporead and graded into the as-constructed liner protective layer of the southern portion of Cell 1. This item also includes the connection of the leachate collection line as shown in the Construction Drawings.This shall be accomplished by cutting and cleaning both ends of the pipe at the liner flap location;providing a spool piece(approximately 7 ft long) of 6-in.dia.SDR I I HDPE pipe and two electro fusion couplers;and connecting the pipe together. The Contractor shall provide geotextile material to connect the leachate collection"burrito wrap"and shall place the leachate collection gravel around the pipe in the burrito prior to sewing the geotextile overlap. The Owner will provide the gravel needed to the tie-in location but the Contractor shall be responsible for placing the geotextile-gravel burrito as shown on the Construction Drawings. The Engineer has estimated three days for this work;Contractor shall indicate the number of days required for this work. VI This item includes the following materials needed for the project:(i)6-in.dia.SDR 1 I HDPE spool pieces;(ii)two 6-in.dia.electro fusion couplers;and(iii)8-oz/sy nonwoven geotextile required for the geocomposite tie-in point cap strip and for tying the leachate collection system gravel burrito together. The Owner will provide the gravel required to complete the burrito wrap.Approximately 3.6 cy of gravel will be required to constructed the pipe-gravel burrito in this section;this gravel should be obtained from the rain flap berm along the leachate corridor plus a small stockpile on site. VII The Contractor shall provide this leachate pump(see attached Cut Sheet)which will be used as a back-up pump for Cell 1.This is a submersible pump for leachate collection in the side slope riser of Cell 1. This item is optional and the Owner may elect to have this purchased as part of this contract. *Pricing reflects solid pipe for tie-in. If perforated pipe is desired, add $50 to the total shown. %aw Note: Pricing for item #2 is for one week (5 days) utilizing 6,000 gallon truck and is contingent upon gravity discharge of the leachate at the onsite treatment facility. Assumes 5 loads per 8 hour work day. COMANCO proposes to subcontract the onsite leachate hauling to Accurate Septic Services, Inc. (4120 Selvitz Road, Fort Pierce, Florida 34981) . Pricing for item #5 is for a standard Sligo submersible pump (SSR Series 1 PSF) . COMANCO proposes to use an 80 size excavator, as well as other small company-owned equipment to complete the work. 190 ENVIRONMENTAL SPECIALTIES INTERNATIONAL INC. (ESI) BID 191 Behel, Mark From: Bill Smola <bsmola@esiliners.com> Sent: Wednesday, October 02,2013 3:06 PM To: Behel, Mark Cc: Jr Thompson Subject: FW: Rain Flap Removal Bid Info Attachments: Bid Form.pdf,ATT00001.htm; Cell 1 East-West Rain Flap Removal Drawings.pdf, ATT00002.htm; Pipe Perf Diagram.pdf,ATT00003.htm Mr. Behel, Jr.Thompson wanted me to forward you a price for the work below. Per Jr.Thompson ESI's price is$25,000.00. Please give Jr.Thompson a call with any questions. Thanks Bill "Tree"Smola Estimating Manager Environmental Specialties International, Inc. 508D Old Lexington Highway Chapin,SC 29036 (803)816-4203 (803)816-4205 Fax (225)317-0233 Cell bsmola(@esiliners.com www.esiliners.com Begin forwarded message: From: "Behel, Mark" <MBehe1(a,republicservices com> To: "Jr Thompson"<jthomnson(cr�esiliners com> Subject: Rain Flap Removal Bid Info Jr., See attached for the bid info we discussed earlier today. It is not stated on the bid form that the pipe should be perforated but if you would give me two prices on the pipe (one price with perforations and one price for a solid pipe) Thanks Mark Behel Area Environmental Manager Republic Services 904-342-4478 (o) 205-265-0083 (c) i 192 w ATTACHMENT B SUMMARY OF BIDS TABLE 193 SUMMARY OF BIDS CELL 1 EAST-WEST RAINFLAP REMOVAL PROJECT *MW INDIAN RIVER LANDFILL RAINFLAP REMOVAL BID EVAL Base Bid Base Bid without pump Comanco AEG ESI Comanco AEG ESI Mob/Demob $4,850 $3,500 # $4,850 $3,500 Cannot Dewatering $4,500 $2,250 # $4,500 $2,250 Evaluate Rainflap Removal $9,750 $10,500 # $9,750 $10,500 Materials $1,200 $875 # $1,200 $875 Pump $8,000 $2,500 # I $0 $0 Totals $28,300 $19,625 $25,000 1 $20,300 $17,125 #- ESI provided only a lump sum price and did not provide prices for each line item The pump can be purchased directly from Sligo for$1,630 so it is recommended that it be purchased from them. Geosyntec Consultants 194 ,ww THIRD AMENDMENT TO CONTRACT AGREEMENT INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT INDIAN RIVER COUNTY, FLORIDA SOLID WASTE OPERATIONS AND MAINTENANCE This Third Amendment to Contract Agreement ("Amendment") is entered into this day of 2013 ("Effective Date") by and between INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT a dependent special district of Indian River County, Florida, whose address is c/o Department of Utility Services, 1801 27th Street Vero Beach Florida 32960 (hereinafter referred to as the "District" or "SWDD"), and Republic Services of FloridaLimited Partnership whose address is 3905 Oslo Road Vero Beach FL 32968 (hereinafter referred to as the "Contractor"), for the services set forth herein. BACKGROUND RECITALS: WHEREAS, the District and the Contractor entered into that certain Contract Agreement, dated January 1, 2011, as amended by the First Amendment to Contract Agreement, dated February 7, 2012, as amended by the Second Amendment to Contract Agreement, dated April 2, 2013 (the Contract Agreement and amendment together with all contract documents appended thereto is hereinafter referred to as the "Contract"), which provides for the professional `` operation, management and post closure requirements of the Class 1 landfill at 1325 74th Avenue Southwest, Vero Beach, Florida (hereinafter "Landfill'); for the operation and maintenance of the landfill gas collection and control system (GCCS); the operation and maintenance of the adjacent storm water management system and associated roads and the professional operation and management of the non-Class 1 landfill portions of the Indian River County Landfill site including but not limited to the management of the Municipal Recovery Facility (MRF), the Small Load Drop-off Area, the Waste Tire Facility, the Metal Storage Area, the Household Hazardous Waste (HHW) Facility, Clean Concrete Storage Area and other maintenance activities as well as the off-site activities associated with the operations and maintenance of the five customer convenience centers including transportation and disposal service for eight (8) specific locations, up to twenty (20) roadway cleanup projects, and up to twenty(20) special events; and WHEREAS, under the terms of the Contract, the Contractor, at SWDD's request and subject to mutually satisfactory negotiated terms and acceptable compensation, shall provide additional services in connection with the Indian River County Landfill and the customer convenience centers not included above and as required by SWDD; and WHEREAS, the parties desire to amend the Contract to provide for such additional services, and WHEREAS, to enhance and improve its operation and maintenance of the landfill GCCS, Contractor desires to install and operate an electronic monitoring system ("Fleetzoom"); and 195 WHEREAS,the parties desire to amend the Contract to allow for the installation and operation of Fleetzoom. NOW, THEREFORE, in consideration of these premises, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto, intending to be legally bound, covenant and agree to amend the Contract as follows: 1. The existing Article 1 — SCOPE OF WORK of the Contract is modified to include the following: RAIN FLAP REMOVAL PROJECT. The Contractor shall undertake and complete the Rain Flap Removal project at the landfill which is the removal of a temporary liner feature originally installed within Segment 3 Cell 1 to minimize the generation of leachate from rain water. The Contractor is authorized to use the services of American Environmental Group, Ltd. (AEG) as a subcontractor on the project based on being the most cost effective and qualified vendor to perform the work. The Contractor will coordinate the project with the project engineer, Geosyntec, regarding their Construction Quality Assurance (CQA) monitoring services for this project. Rain Flap Removal Project: 1. Mobilization/Demobilization 2. Liquid Dewatering/Pumping (if needed) 3. Rain Flap Removal 4. Materials FLEETZOOM. The Contractor shall install Fleetzoom at the Landfill, and shall be responsible for all subsequent operation, maintenance, repair or replacement of Fleetzoom during the term of the Contract. All costs related to the installation, operation and maintenance of Fleetzoom shall be borne by the Contractor. The Contractor further agrees to indemnify the District for any damage to the GCCS that is caused directly or indirectly by Fleetzoom during the term of the Contract. The Contractor may, at any time during the term of the Contract and at its sole discretion, remove or uninstall Fleetzoom, and may choose to replace it with a different monitoring system. Upon the expiration or termination of the Contract, the Contractor shall, at its sole discretion, (a) uninstall and remove Fleetzoom or (b) sell Fleetzoom to the District (or if the District has contracted with a third party to maintain and operate the landfill GCCS, sell Fleetzoom to such third party) at a mutually-agreed upon price. Upon the happening of either of the contingencies listed above, the Contractor's responsibilities (including but not limited to its responsibility to indemnify the District) related to Fleetzoom shall terminate, and in the case of subsection (b), the District or the third party, as the case may be, shall assume all costs and responsibilities for the operation and maintenance, repair or replacement of Fleetzoom. Contractor shall not be 196 responsible for any costs relating to operation, maintenance, repair or replacement after the removal or sale of Fleetzoom. 2. The existing Article 2—TERM OF CONTRACT is modified to include the following: V) The Contractor shall be completed with the Rain Flap Removal Project at the landfill within 7 calendar days from the Notice to Proceed. Any change in contract time shall be based on authorized and approved basis. 3. The existing Article 3—COMPENSATION of the Contract is modified to include the following: xv) Payment for the Rain Flap Removal Project at the landfill shall not exceed $17,125.00 as provided in the proposal by American Environmental Group, Ltd. in Exhibit #1 plus the management fee outlined below. The price does not include the following: • Contract Management costs/fees of 10% as agreed by the parties pursuant to the Contract. Such contract management costs/fees shall be paid to Contractor together with progress payments for the project. • The total payment to Contractor shall not to exceed $18,837.50. �.. 4. The background recitals are true and correct and form a material part of the Amendment. 5. All terms and provisions of the Contract not amended by this Amendment shall be and remain in full force and effect. 197 IN WITNESS WHEREOF, the parties have caused this Amendment to be executed by their respective duly authorized officers as of the day and year first written above. Attest: (Owner) Jeffrey R. Smith, Clerk of Court and Solid Waste Disposal District Comptroller Indian River County, Florida By: Deputy Clerk Date Approved by SWDD: Approved By: Approved as to Form and Legal Sufficiency By: Josep . Baird, County Ad inistrator Dylan T. Reingold, County Attorney Signed,sealed,and delivered in the Republic Services of Florida, Limited presence of: Partnership("Contractor") By: Republic Services of Florida GP, Inc., its General Partner Print Name: Print Name: Print Title: Print Name: 198 EXHIBIT 1 RAIN FLAP REMOVAL PROJECT BID BY AMERICAN ENVIRONMENTAL GROUP, LTD. low 199 Indian River County Landfill CeU 1 East-West Rain Flap Removal Bid Form(Note 1) Estimated unit Item Description Quantity Unit Cost Cost (Note In 1 Mobilization/Demobilization(Note Ell) 1 Lump Sum "3$`Do 3 S*b0 2 Liquid Dewatering/Purnping(Note IV) TBD Truckloads 'Z2.5'a Z.2.5d 3 Rain Flap Removal(Note V) 3 Days 3 5 0 0 [0...T 0 0 4 Materials(Note VI) I Lump Sum $73' Q7 S` 5 Sligo Submersible Pump(SSR Series 1 PSF)(Note Vin 1 Lump Sum 2 SOO Z rOO Total Q (Z S Notes: I Bidders shall provide list of equipment proposed for the construction activities utcicuding earthwork and geosynthetics for the work described in this Bid Foran and shown on the Construction Drawings. Bidders shall also include the names and addresses of subconsultarils they propose for this project. U Quantities presented herein are estimated quantities and should be verified by Contractor. If quantities are found to be different, Contractor shall notify Engineer and Owner prior to starting work. Quantities that are not provided and that are within the scope of work shall be estimated and verified by Contractor and brought to Engineer's attention. III Mobilization/demobilization shall not exceed 20%ofthe total bid price. IV TBD-to be determined.This item is optional and may or may not be required.Ibis itara involves potential dewatering/pumping of liquids that may have been accumulated,due to recent rainfall evems,within the southern portion of Cell I(i.e.,area of Cell 1 south of the east westrain flap)as shown on the Construction Drawings. Liquids sball be pumped to a tanker truck and transpnrtedto the Bio-solids facility for disposal vdricb is approximately 3,300 ft(0.62 miles)one-way from the rein flop location. Contractor shall provide unit cost for a tanker truck to pump and transport liquids to the Bio-solids facility,which is located at the landfill facility. The ++r tanker truck should have the capability to pump the liquids into the truck. However,the landfill operator has two pumps(one 3-in. pump and one 6-in.pump that could be used if necessary. V Contractor stall provide equipment and labor fordo removal of rain flap as shown on the Construction Drawings. Equipment used shall be approved by the Engineer prior to being used The sand along the rain flap shall be carefully removed to expose the tie-in point between the flap and the cell liner.The flap shall be cut away from the cell liner carefully to avoid any puncturing of the liner system. Upon flap removal,the geocomposite that had been bent up behind the flap shall be tblded down But onto the liner against the existing geocomposite termination point. In orderto patch the geocomposite back together prior to reinstalling the sand cover, place a cap strip of geotextile(ti-oz/sy minimum)or approved equivalent over the seam and sew it into position. The Contractor shall ensure that no sand will infiltrate the geocomposite in the area of the patch. The Contractor shalt also provide the required geotextite material.Any excess sand from the rain flap/berm shall be sporead and graded into the as-constructed Omer protective layer of the southern portion of Cell 1. This item also includes the connection of the leachate collection line as shown in the Construction Drawings.Ibis shalt be accomplished by cutting and cleaning both ends of the pipe at the liner flap location;providing a spool piece(approximately 7 fl tong) of 6-in.dia.SDR 11 BDPE pipe and two electro fusion couplers;and connecting the pipe together. The Contractor shall provide geotextile material to connect the leachate collection"burrito wrap"and shall place the leachate collection gravel around the pipe in the burrito prior to sewing the geotextile overlap. The Owner will provide the gravel needed to the tie-in location but the Contractor shall be responsible for placing the geotextile-gravel burrito as shown on the Construction Drawings. The Engineer has estimated three days for this work,Contractor shall indicate the number of days required for this work VI This item includes the following materials needed for the project(i)6-in.dia.SDR 11 HDPE spool pieces;(h7 two 6-in.dia.electro fusion couplers;and(iii)8-Wsy nonwoven geotextila required for the geocomposite tie-in point cap strip and for tying the leachate collection system gravel burrito together.The Owner will provide the gravel required to complete the burrito wrap.Approxanately 3.6 cy of gravel will be required to constructed the pipe-gravel burrito in this section;this gravel should be obtained from the rain flap berm along the leachate corridor plus a small stockpile on site. VR The Contractor shall provide this leachate pump(see attached Cut Sheet)which will be used as a back-up pump for Cell 1.Ibis is a submersible pump for leachate collection in the side slope riser of Cell 1. Ibis item is optional and the Owner may elect to have this purchased as part of this contract. 200 i�V INDIAN RIVER COUNTY � 1vi; -;, .off SOLID WASTE DISPOSAL DISTRICT '�LoR1o� BOARD MEMORANDUM Date: November 04, 2013 To: Joseph A. Baird, County Administrator From: Vincent Burke, P.E., Director of Utility Services Prepared By: Himanshu H. Mehta, P.E., Managing Director, Solid Waste Disposal District lwjl ' Subject: Work Order No. 8 to Geosyntec for Construction Services for the Rain Flap Removal Project DESCRIPTIONS AND CONDITIONS: On March 19, 2013, the Solid Waste Disposal District (SWDD) Board approved a final payment to COMANCO Environmental Corporation (Comanco) for the Phase 2 construction of Cell 1 of Segment 3 Expansion in accordance with Bid No. 2012025. As part of this project, a "Rain Flap" or a temporary liner feature was constructed to bisect the 10 acre cell in half to reduce the generation of leachate from rain water. Our Class I Landfill Operator, Republic Services, has filled the bottom portion of the new cell to the half-way point and now the rain flap is ready to be removed. The removal project is being approved by the Board under a separate authorization to Republic Services. Our project engineer, Geosyntec prepared drawing and specifications under an existing work order number 11 and evaulated the bids obtained by Republic Services. Staff recommends that Geosyntec provide construction quality assurance services to ensure that the work is completed in accordance with FDEP rules and regulations. ANALYSIS: Geosyntec has provided a proposal to perform the construction quality assurance services for the rain flap removal project for a total cost of$3,985.00. There are no FDEP permits required for this project; however, the use of Geosyntec as the engineer of record to document the construction and provide a summary of completion will facilitate any questions that could come up in the future. FUNDING: Funding for the Rain Flap Removal project is budgeted and available in the Segment 3 Landfill lateral expansion account which is funded from SWDD assessments and user fees. ACCOUNT NO.: Description Account Number Amount Segment 3 Landfill Lateral Expansion - Rain Flap 411-169000-10009 $3,985.00 Removal SWDD Agenda-Work Order No 8 to Geosyntec for Construction Services Rain Flap Removal Project Page 1 of 2 201 RECOMMENDATION: SWDD staff recommends that its Board approve the following: •- a) Approve Work Order No. 8 to Geosyntec to provide Construction Quality Assuarance Services for the Rain Flap Removal Project in the amount of$3,985.00. C) Authorize the Chairman to execute the same, as presented. ATTACHMENT(s): 1. Work Order No. 8 by Geosyntec APPROVED FOR AGENDA: Indian River Co. Ap roved Date By: Administration ;7IX3 Josep A. Baird, County Administrator Legal Fo .n���� ✓Z®9, ,91.3 Budget !� 6 Date SWDD ( 5 f SWDD-Finance , k (s {S SWDD Agenda-Work Order No 8 to Geosyntec for Construction Services Rain Flap Removal Project Page 2 of 2 202 WORK ORDER NUMBER 8 This Work Order Number 8 is entered into as of this day of , 20 pursuant to that certain Continuing Contract Agreement for Professional Services entered into as of November 15, 2011 (the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY")and Geosyntec Consultants, Inc. ("Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit 1 (Scope of Work), attached to this Work Order and made part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit 1 (Fee Schedule), attached to this Work Order and made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit 1 (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS Geosyntec Consultants,Inc. OF INDIAN RIVER COUNTY By: By: Joseph E. Flescher , Chairman Title: Senior Vice-President BCC Approved Date: Attest:Jeffrey R. Smith,Clerk of Court and Comptroller By: Deputy Clerk Approved: � i Joseph . Baird,County Administrator Approved as to form and legal sufficiency: i Dylan Reingold,County Attorney 203 EXHIBIT 1 �- PROFESSIONAL SERVICES 204 GeosGeosyntec150720thStreet Suite 201 Vero Beach,Florida 32960 PH 772.564.8717 Consultants FAx 772.564.8719 www.geosyntec.com 17 October 2013 Mr. Himanshu Mehta, P.E. Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue SW Vero Beach, Florida 32968 Subject: Proposal to Provide Construction Quality Assurance Services Class I Landfill—Indian River County Landfill Facility Vero Beach,Indian River County,Florida Dear Mr. Mehta: Geosyntec Consultants (Geosyntec) is pleased to submit this proposal to the Indian River County (IRC) Solid Waste Disposal District (SWDD) to provide Construction Quality Assurance (CQA) services for the Class I Landfill at the IRC Landfill (IRCL) facility located in Vero Beach, Indian River County, Florida. The proposal presents the scope of work, schedule, and budget estimate to provide CQA services at the Class I Landfill. The proposal was prepared in response to a request from Mr. Himanshu Mehta P.E., Managing Director of SWDD, to Dr. Kwasi Badu- Tweneboah, P.E. of Geosyntec in an email dated 19 September 2013. Geosyntec has prepared this proposal as Exhibit 1 of Work Order No. 8 for the Continuing Contract Agreement for Professional Services between IRC SWDD and Geosyntec, dated 15 November 2011. The remainder of this proposal presents: (i) project background; (ii) proposed scope of work; (iii) schedule; and (iv) budget estimate. PROJECT BACKGROUND The Phase 2 construction of Cell 1 of Segment 3 Expansion (Phase 2 project) began on May 21, 2012 and was substantially completed on February 6, 2013. The Phase 2 project was approved for waste acceptance by the Florida Department of Environmental Protection (FDEP) on April 5, 2013. Geosyntec provided CQA activities for the Phase 2 project. As a part of the Phase 2 project, an east-west temporary diversion berm and a rain flap were constructed to divide Cell 1 into approximately two halves in order to separate the landfilling and leachate in the northern half of the cell from stonnwater in the southern half of the cell. A pump was installed at the low point in the southern half to pump out the collected stormwater to the perimeter drainage channel. JL13079VL13079_Proposal for CQA Services engineers I scientists I innovators 205 Mr. Himanshu Mehta,P. E. 17 October 2013 Page 2 Since inception of waste acceptance within Cell 1, Republic Services Inc. (RSI), the Class I landfill operator, has been placing waste within the northern half of Cell 1. Geosyntec understands that with the current on-site waste operations, RSI would like to utilize the southern half of Cell 1 for waste placement. In order to utilize the southern half of the cell, the east-west temporary rain flap needs to be removed, and the leachate collection system (LCS) for Cell 1 including the primary geocomposite drainage layer, leachate collection pipe and leachate collection corridor (aggregate) need to be connected to collect and transmit leachate to the leachate sump at the northern half of the cell. In view of the above, SWDD decided to obtain bids for Cell 1 East-West Rain Flap Removal (Project)through RSI under their operations contract. SWDD requested Geosyntec to prepare bid documents for the Project. Geosyntec subsequently completed the preparation of the bid documents including a bid form and construction drawings for obtaining bids for the Project. On September 19, 2013, SWDD requested Geosyntec to provide a proposal for provision of CQA monitoring services during the Project. This proposal addresses the proposed CQA services for the Project. PROPOSED SCOPE OF WORK Geosyntec will provide CQA monitoring services during the removal of the temporary diversion berm and rain flap and connection of the primary geocomposite drainage layer, leachate collection pipe and aggregate gravel within the leachate collection corridor as described in the bid fonn and depicted on the construction drawings. Geosyntec will provide a CQA senior engineering technician (SET) who will be on-site during Contractor's work (estimated to be 3 days total) to monitor the field activities and prepare daily field reports, including photographic documentation. Based on the bid documents, Geosyntec has assumed a 3-day construction schedule for the Project. The CQA SET will be on site for a total of three (3) 10-hr days. If the Contractor anticipates the work to extend beyond three (3) days, Geosyntec will coordinate with the Contractor and RSI to provide monitoring services for the critical components of the project. Following completion of field work, Geosyntec will provide SWDD with a brief summary memorandum of the field work (with the daily reports as attachment) for recordkeeping or submittal to FDEP if necessary. However, Geosyntec does not anticipate the need to submit this to FDEP for review and approval. JL13079VL13079_Proposal for CQA Services engineers I scientists I innovators 206 Mr.Himanshu Mehta, P. E. 17 October 2013 Page 3 SCHEDULE Geosyntec scope of work for provision of CQA services is based on a three (3) day construction schedule as noted on the bid form issued to the Contractors. The CQA SET will mobilize to the site upon notification by SWDD, RSI, or the selected Contractor. BUDGET ESTIMATE Geosyntec proposes to perform this work on a time and materials basis for a not-to-exceed amount of $3,985. Should additional work be required beyond the 3 days estimated time, Geosyntec will request authorization from SWDD prior to proceeding with work. CLOSURE Geosyntec appreciates this opportunity to offer our services. Please call the undersigned with questions you may have as you review this proposal. Sincerely, Kwasi Badu-Tweneboah, Ph.D.,P.E. Associate w.. JL13079UL13079_Proposal for CQA Services engineers I scientists I innovators 207 EXHIBIT I PROFESSIONAL SERVICES 208 1507 20h Street,Suite 201 Vero Beach,Florida 32960 Geosynteccl PH 772.564.8717 FAx 772.564.8719 consultants www.geosyntec.com 17 October 2013 Mr. Himanshu Mehta, P.E. Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue SW Vero Beach, Florida 32968 Subject: Proposal to Provide Construction Quality Assurance Services Class I Landfill—Indian River County Landfill Facility Vero Beach,Indian River County,Florida Dear Mr. Mehta: Geosyntec Consultants (Geosyntec) is pleased to submit this proposal to the Indian River County (IRC) Solid Waste Disposal District (SWDD) to provide Construction Quality Assurance (CQA) services for the Class I Landfill at the IRC Landfill (IRCL) facility located in Vero Beach, Indian River County, Florida. The proposal presents the scope of work, schedule, and budget estimate �..- to provide CQA services at the Class I Landfill. The proposal was prepared in response to a request from Mr. Himanshu Mehta P.E., Managing Director of SWDD, to Dr. Kwasi Badu- Tweneboah, P.E. of Geosyntec in an email dated 19 September 2013. Geosyntec has prepared this proposal as Exhibit 1 of Work Order No. 8 for the Continuing Contract Agreement for Professional Services between IRC SWDD and Geosyntec, dated 15 November 2011. The remainder of this proposal presents: (i) project background; (ii) proposed scope of work; (iii) schedule; and (iv) budget estimate. PROJECT BACKGROUND The Phase 2 construction of Cell 1 of Segment 3 Expansion (Phase 2 project) began on May 21, 2012 and was substantially completed on February 6, 2013. The Phase 2 project was approved for waste acceptance by the Florida Department of Environmental Protection (FDEP) on April 5, 2013. Geosyntec provided CQA activities for the Phase 2 project. As a part of the Phase 2 project, an east-west temporary diversion berm and a rain flap were constructed to divide Cell 1 into approximately two halves in order to separate the landfilling and leachate in the northern half of the cell from stormwater in the southern half of the cell. A pump was installed at the low point in the southern half to pump out the collected stormwater to the perimeter drainage channel. ]1,13079U1.13079_Proposal for CQA Services engineers i scientists I innovators 209 Mr. Himanshu Mehta, P. E. 17 October 2013 Page 2 Since inception of waste acceptance within Cell 1, Republic Services Inc. (RSI), the Class I landfill operator, has been placing waste within the northern half of Cell 1. Geosyntec understands that with the current on-site waste operations, RSI would like to utilize the southern half of Cell 1 for waste placement. In order to utilize the southern half of the cell, the east-west temporary rain flap needs to be removed, and the leachate collection system (LCS) for Cell 1 including the primary geocomposite drainage layer, leachate collection pipe and leachate collection corridor (aggregate) need to be connected to collect and transmit leachate to the leachate sump at the northern half of the cell. In view of the above, SWDD decided to obtain bids for Cell 1 East-West Rain Flap Removal (Project)through RSI under their operations contract. SWDD requested Geosyntec to prepare bid documents for the Project. Geosyntec subsequently completed the preparation of the bid documents including a bid form and construction drawings for obtaining bids for the Project. On September 19, 2013, SWDD requested Geosyntec to provide a proposal for provision of CQA monitoring services during the Project. This proposal addresses the proposed CQA services for the Project. PROPOSED SCOPE OF WORK Geosyntec will provide CQA monitoring services during the removal of the temporary diversion berm and rain flap and connection of the primary geocomposite drainage layer, leachate collection pipe and aggregate gravel within the leachate collection corridor as described in the bid form and depicted on the construction drawings. Geosyntec will provide a CQA senior engineering technician (SET) who will be on-site during Contractor's work (estimated to be 3 days total) to monitor the field activities and prepare daily field reports, including photographic documentation. Based on the bid documents, Geosyntec has assumed a 3-day construction schedule for the Project. The CQA SET will be on site for a total of three (3) 10-hr days. If the Contractor anticipates the work to extend beyond three (3) days, Geosyntec will coordinate with the Contractor and RSI to provide monitoring services for the critical components of the project. Following completion of field work, Geosyntec will provide SWDD with a brief summary memorandum of the field work (with the daily reports as attachment) for recordkeeping or submittal to FDEP if necessary. However, Geosyntec does not anticipate the need to submit this to FDEP for review and approval. JL13079UL13079_Proposa1 for CQA Services engineers { scientists I innovators 210 Mr. Himanshu Mehta, P. E. 17 October 2013 Page 3 SCHEDULE Geosyntec scope of work for provision of CQA services is based on a three (3) day construction schedule as noted on the bid form issued to the Contractors. The CQA SET will mobilize to the site upon notification by SWDD, RSI, or the selected Contractor. BUDGET ESTIMATE Geosyntec proposes to perform this work on a time and materials basis for a not-to-exceed amount of $3,985. Should additional work be required beyond the 3 days estimated time, Geosyntec will request authorization from SWDD prior to proceeding with work. CLOSURE Geosyntec appreciates this opportunity to offer our services. Please call the undersigned with questions you may have as you review this proposal. Sincerely, Kwasi Badu-Tweneboah, Ph.D., P.E. Associate JL13079UL13079_Proposal for CQA Services engineers I scientists I innovators 211