HomeMy WebLinkAbout07/17/2018\L0
BOARD OF COUNTY
COMMISSIONERS
INDIAN RIVER COUNTY FLORIDA
' COMMISSION AGENDA
TUESDAY, JULY 17, 2018 - 9:00 AM
Commission Chambers
Indian River County Administration Complex
1801 27th Street, Building A
i
Vero Beach, Florida, 32960-3388
www.ircgov.com
COUNTY COMMISSIONERS
Peter D. O'Bryan, Chairman, District 4 Jason E. Brown, County Administrator
Bob Solari, Vice Chairman, District 5 Dylan Reingold, County Attorney
Susan Adams, District 1 Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller
Joseph E. Flescher, District 2
Tim Zorc, District 3
1. CALL TO ORDER
2.A. A MOMENT OF SILENT REFLECTION FOR FIRST RESPONDERS
2.B. INVOCATION
Pastor Jimmy Hill, Salt of the Earth Ministry
3. PLEDGE OF ALLEGIANCE
Commissioner Bob Solari, Vice Chairman
4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS
5. PROCLAMATIONS and PRESENTATIONS
5.A. Presentation of Proclamation Designating the week of July 23-29, 2018 as
Treasure Coast Waterway Cleanup Week
6. APPROVAL OF MINUTES '
6.A. Regular Meeting of June 5, 2018
7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REOUIRING
BOARD ACTION
7.A. Indian River County Venue Event Calendar Review
July 17, 2018
Page 1 of 4
7.B. Proclamation Honoring William Kramer on His Retirement From Indian River
County Board of County Commissioners Department of Public Works Road &
Bridge Division with Nineteen Years of Service
8. CONSENT AGENDA
8.A. Checks and Electronic Payments June 29, 2018 to July 5, 2018
8.B. Indian River County Tax Collector Carole Jean Jordan: Errors and Insolvencies
Report for the 2017 Tax Roll
8.C. Adoption of Revised Purchasing Manual
8.D. Amendment Number 1 to Work Order Number 5, Masteller & Moler, Inc. Hobart
Park Baseball Fields - IRC - 1759
8.E. Notice of Grant Application for Funding Assistance from State .of Florida Beach
Erosion Control Program - FY 2019/20
8.F. Rejection of Bids for Gifford Aquatic Center Pool Resurfacing (Bid 2018015)
8.G. Award of Bid 2018064 - North Wastewater Treatment Facility Fence Replacement
8.H. Request for Temporary Construction Easement to Datapath Tower, LLC for former
Emergency Services Tower
8.I. Award of Bid No. 2018009 CR 512 Resurfacing & Shoulder Widening from Myrtle
Street to 125th Avenue Project, IRC -1305
8.1 Elite Trust & Escrow Company LLC's Request for Release of Easements at 2070
94th Court, 2065 94th Avenue, and 2075 94th Avenue (Vero Tropical Gardens Unit
1)
8.K. Ronald and Patricia Strunk's Request for Release of a Portion of an Easement at
2095 43rd Avenue (Golf Acres Subdivision)
8.L. Award of Bid 2018065 Annual Bid for Sanitary Sewer Services
8.M. Lost Tree Preserve, LLC Request for Final Plat Approval for Lost Tree Preserve
PD, Phase 1 [PD -10-08-01 / 99040238-80798]
9. CONSTITUTIONAL OFFICERS and GOVERNMENTAL AGENCIES
9.A1. Florida Department of Health in Indian River County 2018-2019 Fee Schedule
9.B.1. Indian River County Supervisor of Elections Leslie Rossway Swan: Request for
Signed Certification for Security Grant Application
10. PUBLIC ITEMS
A. PUBLIC HEARINGS
10.A.1 Biosolids Moratorium Ordinance (Legislative)
July 17, 2018 Page 2 of 4
B. PUBLIC DISCUSSION ITEMS
C. PUBLIC NOTICE ITEMS
11. COUNTY ADMINISTRATOR MATTERS
11.A. Support for City of' Vero Beach Application for Florida Department of Economic.
Opportunities Grant
12. DEPARTMENTAL MATTERS
A. Community Development ,
B. Emergency Services
C. General Services
12.C.1. Conservation Lands Capital Projects and Grants Update to the Board of County
Commission
1. Human Services
2. Sandridge Golf Club
3. Recreation
D. Human Resources
E. Office of Management and Budget
F. Public Works
G. Utilities Services
12.G.1. Blue Cypress Lake Informational Update
13. COUNTY ATTORNEY MATTERS
14. COMMISSIONERS MATTERS
A. Commissioner Peter D. O'Bryan, Chairman
B. Commissioner Bob Solari, Vice Chairman
C. Commissioner Susan Adams
D. Commissioner Joseph E. Flescher 4
E. Commissioner Tim Zorc
15. SPECIAL DISTRICTS AND BOARDS
A. Emergency Services District
B. Solid Waste Disposal District
15.B.1. Approva f Minutes Meeting of May 22, 2018
July 17, 2018 Page 3 of 4
15.B.2. Solid Waste Disposal District
2017/2018 - Third Quarter
C. Environmental Control Board
16. ADJOURNMENT
Quarterly Recycling Update Fiscal Year
Except for those matters specifically exempted under the State Statute and Local Ordinance, the Board shall
provide an opportunity for public comment prior to the undertaking by the Board of any action on the agenda,
including those matters on the Consent Agenda. Public comment shall also be heard on any proposition which
the Board is to take action which was either not on the Board agenda or distributed to the public prior to the
commencement of the meeting.
Anyone who may wish to appeal any decision which may be made at this meeting will need to ensure that a
verbatim record of the proceedings is made which includes the testimony and evidence upon which the appeal
will be based.
Anyone who needs a special accommodation for this meeting may contact the County's Americans with
Disabilities Act (ADA) Coordinator at (772) 226-1223 at least 48 hours in advance of meeting.
Anyone who needs special accommodation with, a hearing aid for this meeting may contact the Board of
County Commission Office at 772-226=1490 at least 20 hours in advance of the meeting.
The full agenda is available on line at the Indian River County Website at www.ircgov.com The full agenda is
also available for review in the Board of County Commission Office, the Indian River County Main Library,
and the North County Library.
Commission Meetings are broadcast live on Comcast Cable Channel 27
Rebroadcasts continuously with the following proposed schedule:
Tuesday at 6:00 p.m. until Wednesday at 6:00 a.m.,
Wednesday at 9:00 a.m. until 5:00 p.m.,
Thursday at 1:00 p.m. through Friday Morning,
and Saturday at 12:00 Noon to 5:00 p.m.
July 17, 2018 Page 4 of 4
6A-
PROCLAMATION
A
PROCLAMATION
DESIGNATING THE WEEK OF JULY 23, 2017, AS
TREASURE COAST WATERWAY CLEANUP WEEK
IN INDIAN RIVER COUNTY
WHEREAS, on Saturday, July 28, 2018, the Marine Industries Association of the Treasure Coast
in conjunction with the Florida Inland Navigation District will conduct the 11TH Annual Treasure Coast
Waterway Cleanup; and
WHEREAS, this event will attract approximately 950 volunteers who will participate in cleaning
up the waterways of Indian River, Martin and St. Lucie Counties; and
WHEREAS, twenty designated sites throughout the three counties will serve as registration and
disposal sites for the volunteers to work out of; and
WHEREAS, numerous waterfront homeowners' associations have been recruited to clean up
their own waterfronts; and
WHEREAS, in 2017, over 7 tons of trash was' collected from approximately 125 miles of
waterways with an expectation of a significantly larger amount to be collected this year with an
increased volunteer effort. P
NOW THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY COMMISSIONERS,
INDIAN RIVER COUNTY, that the week of July 23, 2018, through July 29, 2018, be designated as
TREASURE COAST WATERWAY CLEANUP WEEK in Indian River County, and all citizens are
encouraged to use this occasion to foster appreciation for the Treasure Coast Waterways and assist in
the cleanup efforts.
Adopted this 17th day of July, 2018. BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
Peter D. O'Bryan, Chairman
Bob Solari, Vice Chairman
Susan Adams
Joseph E. Flescher
Tim Zorc
1
Indian River County Venue Event Calendar Review
For more information go to www.ircgov.com - Event Calendar
7A
}
Blooprint Summer Youth Program www.blooprintmanagement.com
July 9-26 @ iG Center:
9:15am-2pm: FREE Career &'Job Skills Training. Must Pre -register.
Community Office Hours Event
July 19 @ North IRC Library:
l0am- One on one with Commissioner Susan Adams
F
Gifford Aquatic CLOSED for Private Party
July 21 @ Gifford Aquatic Center:
• 9am-lpm
Vero Beach Gun Show ; www.patriotshows.com
July 21-22 @ IRC Fairgrounds:
• Saturday 9am-5pm
• Sunday 9am4pnr
Estate Planning Services by CLA Estate Services
July 25 @ iG Center:
• 1 Oam-2pm: Financial Planning Event
Pay & Weigh - IRC Tackle Football
July 25 @ Gifford Park:
* 5-8pm: Pay and,weigh is for registering football applicants at IRC Rec.
Pay & Weigh - IRCTackle Football
July 28 @ Gifford Park:
• 9am-12pm: Pay and weigh is for registering football applicants at IRC Rec.
Headstart Teacher Orientation, hosted by the EOC of IRC
July 30, 31 & Aug 1 @ iG Center:
• 9am-4pm: Headstart Program orientation
Headstart Parent Orientation, hosted by the EOC of IRC
July 31 @ iG Center: 2
• 6-8pm: Headstart Program orientation
Pay & Weigh - IRC Tackle'Football
Aug 1 @ Gifford Park:
• 5-8pm: Pay and weigh is for registering football applicants at IRC Rec.
Pay & Weigh - IRC Tackle Football
Aug 4 @ Gifford Park:
• 9am-12pm: Pay and weigh is for registering. football applicants at IRC Rec.
Private Event
Aug 4 @ iG Center:
• 1-4pm
South County Community,Meeting
Aug 6 @ iG Center: ,
• 5:30-7pm: Local topics with Commissioner Peter O'Bryan
Private Event
Aug 11 @ iG Center:
• 1-5pm
Community Office Hours Event
Aug 16 @ North IRC Library:
• l Oam- One on one with Commissioner Susan Adams
Private Event
Aug 18 @ Fairgrounds:
• 4pm - 11 pm
South County Community'Meeting
Sep 3 @ iG Center:
• 5:30-7pm: Local topics with Commissioner Peter O'Bryan
First Responders Fall Cookoff
Sep 15 @ Fairgrounds:
•5-9pm
Community Office Hours Event
Sep 20 @ North IRC Library:
• l Dam- One on one with Commissioner Susan Adams
Vero Beach Gun Show www.patriotshows.com
Sep 29-30 @ IRC Fairgrounds:
Saturday 9am-5pm 3
• Sunday 9am-4pm
PROCLAMATION
HONORING WILLIAM KRAMER ON HIS RETIREMENT FROM
INDJAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS
DEPARTMENT OF PUBLIC WORKS ROAD & BRIDGE DIVISION
WHEREAS, William Krasner retired from Indian River County Road & Bridge
Division effective July 31, 2018; and
WHEREAS, William Kramer began his career with Indian River County on July 26,
1999, as a Maintenance Worker III for the Road & Bridge Division. On March 30,
2001 his position was reclassified to Maintenance Worker and he continued in that
capacity until his retirement, and
WHEREAS, William Kramer has served this County and the Public with distinction
and se lessness. During his nineteen years of service, he was dedicated, and his work
was greatly appreciated by the employer, citizens, and co-workers alike; and
NOW, THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that the Board
applauds William Kramer's efforts on behalf of the County, and the Board wishes to
express their appreciation for the dedicated service he has given to Indian River
Countyfor the last nineteen years, and
BE IT FURTHER PROCLAIMED that the Board of County Commissioners and staff
extend heartfelt wishes for success in his future endeavors!
Adopted this 17th day of July, 2018.
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
Peter D. O'Bryanl hairman
1
JEFFREY R. SMITH, CPA, CGFO, CGMA
Clerk of Circuit Court & Comptroller
Finance Department
1801 271 Street
Vero Beach, FL .32960
TO: HONORABLE BOARD OF COUNTY COMMISSIONERS
FROM: ELISSA NAGY, FINANCE DIRECTOR.
THRU: JEFFREY R. SMITH, COMPTROLLER
DATE: July 5, 2018
SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS
June 29, 2018 to July 5, 20.18
In compliance with Chapter 136.06, Florida Statutes,. all: checks and electronic payments issued
by the Board of County Commissioners are to be recorded in the Board minutes.
Approval is requested for the attached lists of checks and electronic payments, issued by the
Comptroller's office, for the time period of June 29, 2018 to July 5, 2018.
CHECKS ' WRITTEN
TRANS NBR
DATE
VENDOR
AAlOUNT
3691.72
07/02/2018
ORANGE COUNTY HOUSING & C D
652.08
369173
07/02/2018
VERO BEAC14 EDGEVITOOD PLACE LP
524.00
369174
07/02/2018
GRACES LANDING LTD
9,018.00
369175
07/02/2018
LINDS.EY GARDENS LTD
4,796.00
369176
07/02/2018
BRYAN D BLAIS
343.00
369177
07/02/2018
WILLIE C REAGAN
445.00
369178
07/02/2018
RIVER ,PARK ASSOCIATES .LIMITED
14,600.00
369179
07/02/2018
CREATIVE CHOICE HOMES XVI LTD
11,711.00
369180
07/02/2018
ST FRANCIS MANOR OF VERO BEACH
268.00
369181
07/02/2018
CITY OF VERO BEACH
86.00
369182
07/02/2018
TREASURE COAST HOMELESS SERVICES
881.00
369183
07/02/2018
VENETIAN APARTMENTS OF VERO BEACH
386.00
3691.84
07/02/2018
PINNACLE GROVE LTD
6,927,00
3691.85
07/02/2018
VERO CLUB PARTNERS LTD
11,781.00
369186
07102/2018
DAVID SPARKS
378.00
3691.87
07/02/2018
INDIAN RIVER COUNTY HOUSING AUTHORITY
116.00
3691.88
07/02/2018
INDIAN RIVER COUNTY HOUSING AUTHORITY
370.00
369189
07/02/2018
INDIAN .RIVER COUNTY HOUSING AUTHORITY
407.00
369190
07/02/2018
INDIAN RIVER COUNTY HOUSING AUTHORITY
417.00
369191
07/02/2018
INDIAN RIVER COUNTY HOUSING AUTHORITY
560.00
3691.92
07/02/2018
INDIAN RIVER COUNTY HOUSING AUTHORITY
1,193.00
369193
07/02/2018
CRAIG MERR.ILL
1,095.00
369194
07/02/2018
CHRISTINE SALTER
477.00
369195
07/02/2018
HAGGERTY FAMILY LTD
369.00
369196
07/02/2018
SUNQUEST INC
4,824.00
369197
07/02/2018
THE PALMS AT VERO BEACH
12,066.00
369198
07/02/2018
FELLSMER.E COMM ENRICHMENT PROGRAM INC
532.00
369199
07/02/2018
DAVID CONDON
657.00
369200
07/02/2018
HILARY MCIVOR
664.00
369201
07/02/2018
PAULA LANE
450.00
369202
07/02/2018
PELICAN ISLES LP
7.567.00
369203
07/02/2018
SUNCOAST REALTY & RENTAL MGMT LLC
3,930.00
369204
07/02!2018
OAK RIVER PROPERTIES INC
248.00
369205
07/0212018
SONRISE VILLAS LTD
1,891.00
369206
07102/2018
ADINA GOLDMAN
542.00
369207
07/02/2018
INDIAN RIVER RDA LP
4,958.00
369208
07/02/2018
RICHARD L DAVENPORT
494.00
369209
07/02/2018
GEORGE T14UYNS
565.00
369210
07/02/2018
LAZYI LLC
1,951.00
369211
07/02/2018
SYLVIAMCNE'ILL
727.00
369212
07/02/2018
SKOKIE HOLDINGS INC
426.00
369213
07/02/2018
ROGER WINSLOW
492.00
369214
07/02%2018
OSLO \/ALLEY PROPERTIES INC
185.00
369215
07/02/2018
SAID S N400BARK
1.317.00
36921.6
07102/2018
LINDSEY GARDENS lI LTD
5,678.00
369217
07/02/2018
ANTI•IONY ARROYO
683.00
36921.8
07/02/2018
AHS HOLDINGS GROUP LLC
2,580.00
36921.9
07/02/2018
DANIEL CORY MARTIN
73200
369220
07/02/2018
YVONNE KOUTSOFIOS
54.00
369221
07/02/2018
ALAN R TOKAR
613.00
369222
07102/2018
VERO BEACH VILLAS I LLC
462.00
369223
07/0212018
BRIAN E GALLAGHER
540.00
369224
07102/2618
HOUSING AUTHORITY
775.08
369225
07/02/2018
STEPHANIE WATCHEK FOUNTAIN TRUST
162.00
369226
07/02/2018
SCOT WILKE-
501.00
369227
07/02/2018
THEODORE BARTOSIEWICZ
505.00
369228
07/02/2018
FOUNDATION FOR AFFORDABLE RENTAL
20,756.00
369229
07/0212018
RICHARD .KUSSEROW
469.00
T
TRANS NBR
DATE
VENDOR
AMOUNT
369230
07%02/2018
ARE JAY INVESTMENTS OF,INDIAN :RIVER COUNTY II`
469.00
369231
07/02/2018
SONR[SE VILLAS II LLC
601.00
369232
07/02/2018
JOHN T STANLEY
782.00
369233
07/02/2018
CSMA SFR HOLDINGS II -LLC
547.00
369234
07/02/2018
WEDGEWOOD RENTALS LLC
1,563.00.
369235
07/02/2018
ALMA LUCKETT
852.00
369236
07/02/2018
LIVE OAKS REALTY .INC
571.00
369237
07/02/2018
MCLAUGHLIN PROPERTIES LLC
892.00
369238
07/02/2018
JOYCE BODANZA
593.00
369239
07/0212018
MYRIAM MELENDEZ
460.00
369240
07/02/201.8
WATSON REALTY GROUP
3,736.00
369241
07/02/2018
JAMES R. LYONS
407.00
369242
07/05/2018
PORT CONSOLIDATED INC
632.34
369243
07/05/2018
JORDAN MOWER INC
949.61
369244
07/05/2018
COMMUNICATIONS INTERNATIONAL
6,405.01
369245
07/05/2018
TEN -8 FIRE EQUIPMENT INC
1,004.24
369246
07/05/2018
VERO CHEMICALDISTRIBUTORS INC
1,267.69
369247
07/05/2018
CHISHOLM CORP OF VERO
1,694.98
369248
07/05/2018
HENRY SCHEIN INC
31647.59
369249
07/05/2018
VELDE FORD INC
166.26
369250
07/05/2018
GRAY13AR ELECTRIC
367.64
369251
07/05/2018
MCMASTER CARR SUPPLY CO
59.04
369252
07/05/2018
AMERIGAS EAGLE PROPANE LP
903.92
369253
07/05/2018
AMERIGAS EAGLE PROPANE LP
1,590.54
369254
07/05/2018
WILD LAND ENTERPRISES INC
21.00
369255
07/05/2018
HACH CO
465.05
369256
07/05/2018
LFI FORT PIERCE INC
371.25
369257
07/05/2018
CLIFF BERRY INC
193.90
369258
07/05/2018
KSM ENGINEERING & TESTING INC
3,448.50
369259
07/05/2018
DIVE RESCUE INC
500.00
369260
07/05/2018
EXPRESS REEL GRINDING INC
300.00
369261
07/05/2018
TIRESOLES OF BROWARD INC
3,949.05
369262
07/05/2018
MOTION INDUSTRIES INC
446.73
369263
07/05/2018
H C WARNER INC
2,305.67
369264
07/05/2018
CITY ELECTRIC SUPPLY
182.31
369265
07/05/2018
CARTER ASSOCIATES INC
7,533.40
369266
07/05/2018
DELL MARKETNG LP
212.79
369267
07/05/2018
BLAKESLEE SERVICES INC
710.00
369268
07/05/2018
BAKER & TAYLOR INC
11,708.95
369269
07/05/2018
BRANDTS APPLIANCE SERVICE INC
419.74
369270
07/05/2018
MIDWEST TAPE LLC
498.00
369271
07/05/2018
MWI CORP
1,166.57
369272
07/0512018
MICROMARKETING LLC
118.87
369273
07/05/2018
BAKER DISTRIBUTING CO LLC
346.11
369274
07/05/2018
CENGAGE LEARNING INC
611.01
369275
07/05/2018
PENWORTHY COMPANY
832.33
36:9276
07/05/2018
JIMMYS AIR & REFRIGERATION INC
3,1.41.37
369277
07/05/2018
LINDSEY GARDENS LTD
500.00
369278
07/05/2018
ANTHONY E VALENTINO
500.00
369279
07/05/201.8
INDIAN RIVER COUNTY HEALTH DEPT
245.00
369280
07/05/2018
INDIAN RIVER COUNTY .HEALTH .DEPT
2,355.94
369281
07/05/2018
ROGER J NICOSIA
520.00
369282
07/05/2018
CITY OF VERO BEACH
8,500.11
369283
07/05/2018
JANITORIAL DEPOT OF AMERICA INC
142.74
369284
07/05/2018
GEOSYNTEC CONSULTANTS INC
4,693.55
369285
07/05/201.8
ST JOHNS RIVER WATER MGMT DISTRICT
1,055.00
369286
07/05/201.8
TIMOTHY ROSE CONTRACTING INC
96,543.84
369287
07/05/2018
FLORIDA POWER AND LIGHT
15,397.48
369288
07/05/2018
FLORIDA POWER AND LIGHT
1,300.93
369289
07/05/2018
THOMAS S LOWTHER FUNERAL NOME CORP
425.00
7
TRANS NBR
DATE
VENDOR
AMOUNT
369290
07/05/2018
IRC HOUSING AUTHORITY
3,003.34
369291
07/05/201.8
BRE-CLEARWATER OWNER LLC
720.00
369292
07/05/2018
F.LORIDAEMERGENCY PREPAREDNESS
25.00
369293
07/05/2018
TREASURE COAST SPORTS COMMISSION INC
9,858.84
369294
07/05/2018
TROY FAIN 'INSURANCE INC
103.00
369295
07/05/2018
UNITED HEALTH CARE INS COMPANY
228.93
369296
07/05/2018
MYLES BROWN
260.00
369297
07/05/2018
HENRY SMITH
140.00
369298
07/05/2018
TERRY SOUTHARD
79.00
369299
07/05/2018
ALAN C KAUFFMANN
220.00
369300
07/05/2018
KEEP INDIAN RIVER BEAUTIFUL INC
4,833.65
369301
07/05/2018
JEFFREY L VOEGELE
300.00
369302
07/05/2018
PGA NATIONAL RESORT & SPA
135.00
369303
07/05/2018
LLONALD & VIKKI MIXELL
90.69
369304
07/05/2018
BRIDGESTONEAMERICAS INC
2,547.30
369305
07/05/201.8
ST LUCIE COUNTY BOCC
122,950.25
369306
07/05/201.8
THE AVANTI COMPANY INC
1.518.00
369307
07/05/2018
CELICO:PARTNERSHIP
178.96
369308
07/05/2018
BOYLE & DRAKE INC
550.00
369309
07/05/2018
TRAFFIC CONTROL DEVICES INC
65,680.98
369310
07/05/2018
FLORIDA FLOODPLAIN MANAGERS ASSOC
60.00
369311
07/05/2018
DASI:E BRIDG'EWATER HOPE CENTER INC
4,339.53
369312
07/05/2018
SHELLEY NOWLIN
17.54
369313
07/05/2018
SOUTHERN JANITOR SUPPLY INC
2,623.44
369314
07/05/2018
MBV ENGINEERING INC
3,225.00
369315
07/05/2018
CENTRAL PUMP & SUPPLY INC
277.75
369316
07/05/2018
STAPLES CONTRACT & COMMERCIAL INC
22.99
369317
07/05/2018
HEVERON GROUP INC
19,039.00
369318
07/05/2018
GLOVER OIL COMPANY INC
20,799.10
369319
07/05/2018
LARRY STEPHENS
220.00
369320
07/05/2018
MICHAEL W EIR.LS
5,200.00
369321
07/05/2018
MISTY LPURSEL
13.97
369322
07/05/2018
JOHNNY B SMITH
170.00
369323
07/05/2018
GLOBALSTAR USA
182.75
369324
07/05/2018
SEAN DI-IILLON
35.00
369325
07/05/2018
CHARLES A WALKER
80.00
369326
07/05/2018
KARI CUNDIFF
19.17
369327
07/05/2018
EAST COAST TILE & TERRAZZO SUPPLIES INC
247.88
369328
07/05/2018
GERARD CONSTANTINE
50.00
369329
07/05/2018
BLANCHE, MICHAEL& JANE
1,750.00
369330
07/05/2018
FLUID CONTROL SPECIALTIES INC
875.42
369331
07/05/2018
TREASURE COAST FOOD BANK INC
137.34
369332
07/05/2018
NICOLACE MARKETING INC
1,964.00
369333
07/05/2018
EQ THE ENV] RONMENTAL QUALITY COMPANY
12,322.00
369334
07/05/2018
NANCY H MOSSALI
199.00
369335
07/05/201.8
SANDY ARACENA
160.00
369336
07/05/2018
VERA SMITH
80.00
369337
07/05/2018
GARRETT SMITH
80.00
369338
07105/201.8
TREASURE COAST SWIMMING LLC
1,500.00
369339
07105/2018
THOMPSONS REMODELING & 140ME REPAIR INC
908.32
369340
07/05/2018
THOMPSONS REMODELING & HOME REPAIR INC
7,900.00
369341
07/05/2018
YOUR AQUA INSTRUCTOR LLC
130.00
369342
07/05/2018
JOSEPH CATALANO
100.00
369343
07/05/20.18
ALAN JAY CHEVROLET CADILLAC
49,115.75
369344
07/05/2018
HEATHER HATTON
250.00
369345
07105/2018
LOW.ES HOME CENTERS INC
1,129.06
369346
07/05/2018
GA'UDET ASSOCIATES INC
1,011.75
369347
07/05/2018
CARDINAL HEALTH I10INC
1,417.56
369348
07/05/2018
KELLY LORRAINE HAMLIN
330.00
369349
07/05/2018
KYLEANDERSON
2,950.00
TRANS NBR
DATE
VENDOR
AMOUNT
369350
07/05/2018
ALEX MIKLO
130.00
369351
07/05/2018
BURNETT LIME CO INC
9,496.20
369352
07/05/2018
O SPORTSWEAR LLC
546.00
369353
07/05/2018
TREASURE COAST TURF INC
53.00
369354
07/05/2018
PENGUIN RANDOM HOUSE .LLC
604.50
369355
07/05/2018
STRAIGHT OAK LLC
480.84
369356
07/05/2018
KRAUS ASSOCIATES INC
10,1.84.94
369357
07/05/2018
SOUTHERN MANAGEMENT LLC
257.00
369358
07/05/2018
DEBORAH CUEVAS
140.00
369359
07/05/2018
RYAN HERCO PRODUCTS CORP
922.77
369360
07/05/2018
CHEMTRADE CHEMICALS CORPORTATION
2,272.52
369361
07/05/201.8
RONALD NICHELSON
200.00
369362
07/05/2018
MICHAEL EDWARD HAMILTON
300.00
369363
07/05/2018
CORNERSTONE FAMILY SERVICES OF WEST VIRGINIA
425.00
369364
07/05/2018
HAWKINS INC
456.75
369365
07/0512018
FLORITURF SOD INC
66.00
369366
07/05/2018
JASPER WELLER LLC
1,895.00
369367
07/05/2018
ESI ACQUISITION INC
6,750.00
369368
07/05/2018
JOSEPH DIZONNO
120.00
369369
07/0512018
CATHEDRAL CORPORATION
4,827.29
369370
07/05/2018
UNIFIRST CORPORATION
981.23
369371
07/05/2018
TAMI GAY
1,400.00
369372
07/05/2018
CDA SOLUTIONS INC
8,694.00
369373
07/05/2018
ADVANCE STORES COMPANY INCORPORATED
207.08
369374
07/05/2018
SHERRIE GARCIA
495.00
369375
07/05/2018
EGP DOCUMENT SOLUTIONS LLC
895.82
369376
07/05/2018
NORTH AMERICAN OFFICE SOLUTIONS INC
25.00
369377
07/05/2018
WURTH USA INC
75.45
369378
07/05/2018
STEPHANIE FONVIELLE
55.00
369379
07/05/2018
ICON SUPPLY INC
3,145.29
369380
07/05/2018
JENNIFER DOWNES
70.00
369381
07/05/2018
MATHESON TRI-GAS INC
7,677.15
369382
07/05/2018
PEOPLE READY INC
25,268.24
369383
07/05/2018
ROBERT 0 RICHARDSON III
110.00
369384
07/0512018
EMILY GOUGE
110.00
369385
07/05/2018
CANARX GROUP INC
13,594.30
369386
07/05/2018
COLE AUTO SUPPLY INC
3,.153.39
369387
07/0512018
KONICA MINOLTA BUSINESS SOLUTIONS
4,821.45
369388
07/05/2018
KENNETH JOHNSON
71.00
369389
07/05/2018
BETH NOLAN
1.10.00
369390
07/05/2018
ALLAN D K.ELILERMAN
14,950.00
369391
07/05/2018
ALLAN D KELL:ERMAN
19,586.00
369392
07/05/2018
ALLAN D KELLERMAN
25,150.00
369393
07/05/2018
THOMAS R PILIERO
36.00
369394
07/05/2018
AQUATIC SYNERGY LLC
300.00
369395
07/05/2018
WHITT CHENOWITH
120.00
369396
07/05/2018
BOWMAN CONSULTING GROUP LTD
87,765.75
369397
07/05/2018
CORE & MAIN LP
6,862.44
369398
07/05/2018
ERIC SKA.LA
40.00
369399
07/05/2018
MC DERM OTT WILL& EMERY LLP
10,012.00
369400
07/05/2018
IRL COUNCIL
50,000.00
369401
07/05/2018
GOMEZ BROTHERS IRRIGATION LLC
3,930.00
369402
07/05/2018
CHANGE HEALTHCARE LLC
75,499.71
369403
07/05/2018
COASTAL BULB INC
7,440.00
369404
07/05/2018
OSBURN ASSOCIATES INC
2,048.00
369405
07/0512018
STEPHEN STONE
1.20.00
369406
07/05/2018
JOSEPH LORINO
120.00
369407
07/05/2018
US FOUNDRY & MFG CORPORATION
1,925.34
369408
07/05/2018
SHAWN MC CLAIN
40.00
369409
07/05/2018
DIRECT TV
29.24
9
4
TRANS NBR
DATE
VENDOR
AMOUNT
369410
07/05/2018
TAYLOR ANNE HATTON
200.00
369411
07/05/2018
ROGERS ENVIRONMENTAL INC
2,426.50
369412
07/05%2018
ASURE SOFTWARE INC
9,250.00
369413.
07/05/2018
TRI COUNTY'MOBILE WASH INC
450:00
369414
07/05/2018
ATLANTIC TIME SYSTEMS INC
1,056.97
369415
07/05/2018
JACK KLEIN ASSOCIATES INC
968.10
369416
07/05/2018
SAY IT AIN'T SEW INC
6,271.41
369417
07/05/2018
CLARK CONTRACTING & CONSTRUCTION CORP
250.00
369418
07/05/2018
INDIAN RIVER COURT REPORTING
21.00
369419
07/05/2018
SARAH BOWEN
300.00
369420
07/05/2018
MARILYN RAMIREZ
96.47
369421
07/05/2018
WAYNE KINNEY
50.00
369422
07/05/2018
BRIAN SKINNER
366.05
369423
07/05/2018
BEN KNOWLES
3836
369424
07/05/2018
CROSSLAND STUDIOS ORLANDO
360.00
369425
07/05/2018
EPH 2 ASSETS LLC
78.08
369426
07/65/2018
SARAH ELLIOTT
36.98
369427
07/05/2018
MELVIN BRYANT
153.06
369428
07/05/2018
PAULD B JONES
500.00
369429
07/05/2018
STACEY WI.LLIAMS
180.00
369430
07/05/2018
RAMONA MURPHY
20.00
369431
07/05/20.18
VERO HOUSING II LLC
34.81
Grand Total:
1,143,145.95
A
ELECTRONIC PAYMENT - VISA CARD
TRANS. NBR
DATE
VENDOR
AMOUNT
101.3522
07/03/20.18
AT&T
12,533.37
1013523
07/03/2018
OFFICE DEPOT BSD CUSTOMER SVC
2,422.53
1013524
07/03/2018
COMCAST
363.14
1013525
07/05/2018
EVERGLADES FARM EQUIPMENT CO INC
738.27
1013526
07/05/2018
COLKITT SHEET METAL & AIC :INC
2,451.00
1013527
07/05/2018
COPYCOINC
98.18
1013528
07/05/2018
COLD AIR DISTRIBUTORS WAREHOUSE
897.20
1013529
07/05/2018
INDIAN R1VER.BATTERY
978.35
1013530
07/05/2018
INDIANRIVER. OXYGEN INC
266.45
1013531
07/05/2018
DAVES SPORTING GOODS & TROPHIES
1.03.00
1013532
07%05/2018
GALLS :LLC .
1,24.3.13
1013533
07/0512018
MEEKS PLUMBING INC
529.00
1.013534
07/05/2018
ABCO GARAGE DOOR CO INC
396.25
1013535
07/05/2018
ALLIED UNIVERSAL CORP
7,573.58
1013536
07/05/2018
IRRIGATION CONSULTANTS UNLIMITED INC
602.76
1013537
07/05/2018
GROVE WELDERS INC
85.25
1013538
07/05/2018
RECORDED BOOKS LLC
74.20
1013539
07/05/2018
SOUTHERN COMPUTER WAREHOUSE
79621
1013540
07/05/2018
4IMPRINT INC
662.14
1013541
07/05/2018
COMO OIL COMPANY OF FLORI DA
303.45
1013542
07/05/2018
COMPLETE ELECTRIC INC
2,150.00
1013543
07/05/2018
SHRIEVE CHEMICAL CO
2.394.02
1013544
07/05/2018
MIDWEST MOTOR SUPPLY CO
70.96
1013545
07/0512018
RECHTI.EN INTERNATIONAL TRUCKS
431.62
1013546
07/05/2018
METRO FIRE PROTECTION SERVICES INC
51.50
1013547
07/05/2018
CONSOLIDATED ELECTRICAL DISTRIBUTORS INC
66.70
1013548
07/05/2018
HYDRA SERVICE (S) INC
3,572.78
1013549
07/05/2018
PACE ANALYTICAL SERVICES INC
108.00
1013550
07/05/2018
COUNTY MATERIALS CORPORATION
11,550.16
Grand Total:
1
53,513.20
11
ELECTRONIC PAYMENTS - WIRE & ACH
TRANS NBR
DATE
VENDOR
AMOUNT
6028
06/29/2018
NATIONWIDE SOLUTIONS RETIREMENT INC
68,938.20
6029
06/29/2018
IRC FIRE FIGHTERS ASSOC
9,548.56
6030
06/29/2018
NATIONWIDE SOLUTIONS RETIREMENT INC
3,908.49
6031
06/29/2018
SENIOR RESOURCE ASSOCIATION
64,892.74
6032
06/29/2018
IRC CHAMBER OF COMMERCE
6.512.31.
6033
06/2912018
IRC CHAMBER OF COMMERCE
14,211.49
6034
06/2912018
KIM:LEY HORN & ASSOC INC
16,711.00
6035
06/29/2018
REGIONS BANK
4,287,919.92
6036
07/02/2018
ST LUCIE BATTERY & TIRE CO
1,000.00
6037
07/02/2018
CLERK OF CIRCUIT COURT
84,440.41
6038
07/02/2018
INDIAN RIVER COUNTY PROPERTY APPRAISER
864;881.74
6039
07/02/2018
AMERICAN FAMILY LIFE ASSURANCE CO
27,242.56
6040
07/02/2018
FL SDU
5,500.07
6041
07/02/2018
INDIAN RIVER COUNTY SHERIFF
899.00
6042
07/02/2018
INDIAN RIVER COUNTY SHERIFF
3,799,931.31
6043
07/02/2018
INDIAN RIVER COUNTY SUPERVISOR OF ELECTIONS
89,137.84
6044
07/02/2018
IRS -PAYROLL TAXES
421,823.74
P -CARD
07/03/2018
TD BANK, N.A.
28,029.33
6045
07/05/2018
FL RETIREMENT SYSTEM
865,087.90
6046
07/05/20.18
VEROTOWN LLC
63,500.49
Grand Total:
10,724,117.10
12
Carole jean Jordan, CFC
Tax Collector
'How MA)lWEHELP You?"
July 10; 2018
Board of County Commissioners
Attention: Peter O' Bryan
1801 27`x' Street. I31de A
Vero Beach. FL 32960
Re: Errors and Insolvencies Re'port for the 2017 Tax Roll
Dear Chairman O'Bryan:
Pursuant to Chapter 197.492 of the,l~lorida Statutes, please find enclosed the Recapitulation.
of the 2017 Tax Roll. It includes a copy of the Errors and Insolvencies Report which shows
the errors, double assessments, and insolvencies al owed.
If I maybe of further assistance; plelse do not hesitate to contact me. ['hank you.
Sincerely,
9
Carole Jean .Jordan
Indian River CoLmty Tax Collector
CJJ:ekp
Attachments
P.O. Box 1509; Vero Beach, FL 32961-1509.
E-mail: TaxCo11ectort6-)irctaxmm Website: www.irctax•com
Phone: (772)226-1.338 - Fax (772) 770-5009
13
REPORT OF DISCOUNTS, ERRORS.
DOUBLE ASSESMENTS, AND INSOLVENCIES
Section 197.492, Florida Statutes
Certified to the Board of County Commissioners by Carole lean Jordan. Tax Collector for Indian River County, Florida.
Discounts, errors, double assessments, Insolvencies, and exemptions are the only reasons for not collecting personal property taxes. Do not list any personal property tax item
Before submitting this list to the board of county commissioners, the tax collector must fill out and sign the certificate at the end of this form as the last page o£ the report and
14
Description of land or personal property
Person the tax is assessed against in the roll
I Property 10 It
Total taxes deleted
Reason for reduction
WHITE TERRY L & CONSTANCE R
30.38.25.00010-0000.00026/0
2,312.78
Errors
LAMB EDWARD J SR (TRS)
30.38-28.00004-0000-00151/0
918.76
Errors
MCCOLLUM NELSON & SHAWN
30-38-26.00006-0000.00380/0
153.97
Errors
RS SEBASTIAN DEV LLC
30.38.30-00013.0000.00001/0
(1,298.56)
Errors
SHEPHERD TOM EDSON
30.38.36.00004.0010-00012/0
767.95
Errors
DAISY MAE PROPERTY LIC
30-39.33.00001-0000-00009/0
2,112.58
Errors
LANE PAULA L 4
31.37.00.00001-1753.00001/0
(1,683.03)
Errors
PENCE LARRY 0
3.1.37.00-00001-2148-00002/0
734.60
Errors
BURDETTE ROBERT TODD
31-37.00-00001.2154.00001/0
965.19
Errors
SERRANO-RIOS HIRAM &
31-37.00-00001-2437-00001/0
6,378.88
Errors
RODRIGUEZ ISABEL HERRERA (LE)
3137.00-00009-0410-00019/0
568.60
Errors
ROMAN CARLOS & `
31-37-00-00609-0980-00004/0
(864,61)
Errors
CICHEWICZ BRYAN A & VERONICA
31-37.00-00009-1220.00009/0
2,324.38
Errors
LOPEZ PAULA K(LE)
31-37-00.000)1-1955-00001/0
(641.93)
Errors
TYLER JOHNNY(TR)(TOK)`
31.37-00.000.11-2038-OD003/0
1,126.31
Errors
PICARDMARYANNE
31-38.0140000-7000-00005/0
729.34
Errors
COOK RYAN & RHONDA
31-38.01.00002-0370-00025/0
2,370.03
Errors
CHERRY DAVID E
31.38.01-00003-0510-00006/0
442.65
Errors
BATISTA EVELYN
31-38-0.1-00003.1150.00009/0
(853.28)
Errors
VON STEGERT EVELYN &
31-38.12.00005-5030-00008/0
9.05
Errors
WILSON PHILIP C and MELINDA A
3138.12-00005.5060-00007/0
145.18
Errors
WILSON PHILLIP C ' and MELINDA
3138-12-00005-5060-00017/0
244.96
Errors
WILSON PHILIP C and MELINDA A
31-36-12-00005-5060-00029/0
86.58
Errors
TRACY CAROL (TRS)(TOK)&' FBO MICHAEL E LANCIERI JR (TR)
31-38.13-00001.1.750-00020/0
(740.19)
Errors
BATIS'TA MARCOS
31-38-13-00002-2060-00004/0
1,785.63
Errors
ADAMS HOMES OF NORTHWEST FLORIDA INC
31-38-14-00002-1600.00024/0
237.87
Errors
CONDRA, JOAN ALLYN (SUCTRS)
31-38.14.00002-16DO.0002S/0
(396.07)
Errors
LOVELACE GISELA
31-38.14.00002.1650.00007/0
746.06
Errors
MCCARTYMICHAEL CHRISTOPHER
31-38.14-00003-OD00-00049/6
427.35
Errors
ROBITAILLE MARCEL G &
31.38-27.-00002-0000-00065/0
598.80
Errors
GAMBELLTHERESA E
31-38.23-D0003-0000.00104/0
1,174.87
Errors
MCCOLLUM NATHAN
31.38-24.00001-2390-00012/0
4.93
Errors
MARSHALL SANDRA
31-38-2400001-27201-00006/0
-1,027.94
Errors
DAVIDSON CHARLES L (1/3) & '
31-38.25-00001-2960.00029/0
(994.64)
Errors
SULLIVAN RAYMOND S (TRS)(TOK)
31.38.25.0000143410.00004/0
497.45
Errors
LEES BEN & KRISTIN R
31-38.25.00001-3530-00034/0
(729.34)
Errors
JONES SHAUNAT
31-38-25.00001-3580.00019/0
7.,364.67
Errors
SCHEBALJOSEPH A & DARLA TRUDELL
31-38.25.00001-3790.00008/0
249.60
Errors
MICHAEL NATHAN
31.38.25.00001-4050.00029/0
671.58
Errors
LYNN EVERETT EUGENE (ADR)&
31.38.26.00000.7000-00002/0
141.27
Errors
BENJAMIN JODIJ
31.38-26.00001.3320-00006/0
1,486.62
Errors
THOMAS BRENDA H
31.38-26-0000.1.3390.00009/0
1,169.85
Errors
WENSINGER PATRICIA (T'R)
31-38-26-00003-0000-0037.7/0
775.86
Errors
PELLICANO JAMES & ROSEMARY
31-38-26.00003-0000-00352/0
3,784.71
Errors
COPFRTINO THOMAS J and CATHERINT
31.38.28-00002-0060.00014/0
886.65
Errors
STUDSTILL SANDRA
31.38.28.OD002-0150-00006/0
213.7.7
Errors
MCGARVEY SHAYNE
31-38-33.00001-0090-00006/0
176.53
Errors
OUVERA RAMONITA M
31-38-33.00001-0130-00007./0
1,031.30
Errors
SPENCER DEBRA L
31-38-33-00003-0030.00009/0
3.173.91
Errors
GEHRKE GARY AND SANDRA
31-38.33.00003-OG40-00032/0
(5.98)
Errors
DOWNS IRA
31.39.06.00000.5000.00011/1
323.03
Errors
GILFILLAN ELEANOR R &
31.39-06.00000-5000.00017/0
1,204,69.
Errors
FOGEL KIM A
31.39-06-00013-0003-00005/0
421.67
Errors
MOTIVA ENTERPRISES LtC
31-39-06.00020-0060-00001/i
(0.17)
Errors
ACKISON LINDA A
31-39.07.00001-4870-00024/0
976.82
Errors
SAUL CHARLES DUDLEY 111 & PATRICIA FREELS
31.39.07.000014940-00027/0
3,746.73
Errors
BOX SIGRID CARIOTO & `
31-39-07.00001-4970-00016/0
1,023.88
Errors
REICHER CRAIG & ERIN
31.39.15-00019.0440.00001/0
14,903.82
Errors
WINDSOR PROPERTIES
3139-15-00021-0450-00007/1
50.35
Errors
WINDSOR PROPERTIES
31-39.15-00021-0450.00007/2
67.11
Errors
OE117EL ROGER J &
31.39.17.00005-0040-06252/0
314.56
Errors
INFERRERA RAYMOND J
31-39.18.00003-SS20-00004/0
904.34
Errors
MILLER -FOX ELIZABETH
31-39.23-00005-0010-00001/1
1,707.25
Errors
14
WANADOO LLC
31-39-27-00005.0000.00008/0
1,623.64
Errors
MARSH ISLAND DEVELOPMENT COMPANY LLC
31-39.27-00006-0000-00001/0
856.65
Errors
RILEY JOHN R and DIANE F
31.39.28.00000-0020-00011)0
(6,355.79)
Errors
INDIAN )LIVER COUNTY
31-39-31-00000-7000-00011/0
99,00
Errors
TOWN OF ORCHID
31-39-34-00005.0000.00001/6
110.79
Errors
CRISR, CREATIONS LLC
31-39-34-00005-0000-00008/0
106.26
Errors
LIEBERMAN BRIAN and DAYLE
31-39.34.00006-0000-00004/0
382.18
Errors
PESKIN MICHAEL ROBERT
31.39-35-00002-0000-00072/0
3,036.90
Errors
CORNELIUS DOUGLAS H and KATHLEEN A
31-39-35.00004.0000.00112/0
1,546.70
Errors
BAKER RODERICK 5 (TR)(1)2)
31-39-35.00006.0000-00073/0
1,673.40
Errors
DOYL.E EDWARD J & ELLEN J
31-39-36-00026.0000-0009610
(5,422.44)
Errors
BAYTREE VENTURES LLC'
32-38.14-00000-5000-00001/0
(5,206.05)
Errors
MUNZ MICHAEL A & MARY E
32-39-01.00002-0000.00380/0
16,294.50
Errors
SMITH RIORDON B & ELIZABETH W
32-39.01.00002.0000-0041210
1,861.36
Errors
OCi PARTNERS LLC
32-39-01-00002-0000-00413/0
1,325.05
Errors
WINTER 8CH CEMETARYASSOC INC.
32-39-03-00000-5000-00009/0
109.10
Errors
WOUTERS MICHELE M
32.39.09.00007.0000.00017/0
1,923.56
Errors
BAT"TISTA DONALD P ' and PATRICIA H &
32-39.09-00010-0000.00644/0
(565.21)
Errors
CAMPBELL KAREN C (TRS)(24%) & F00 WILLIAM YCAMPBELLTRUST
32-39-12-00011-0000-00002)0.
6,095.68
Errors
MOREIN MARK WILLIAM.' and KARAN CASAD
32.39.12-0001I.ODOO-00019/0
7,511.65
Errors
VANEECKHOUT CLAUDINE A
32-39-1.3-00016.0000-00006/0
1,331.91
Errors
GARRETT BENJAMIN (TR)(TOK)
32.39-13.00017.0000.00006/0
2,005.97
Errors
DEVINNEY WILLIAM F (1/4) &
32-39-14.00001.0000-00025/0
5,055.75
Errors
FERGUSON NEIL & ANDREA
32.39.16.00002-0000.00001/0
876.07
Errors
MAYROSH GEORGE F
32-39.16-00003-0000-00015/0
1,208.46
Errors
1UROSTHOMAS S
32.39-16.00004.0000-00498/0
2,626.50
Errors
PICCIRILLOSUSAN
32-39.17-00003-0000.00023/0
1,540.77
Errors
JACKSON KENNETH L & LAVON
32-39.21-00004-0008-00008/0
1,151.35
Errors
PAYNE STEPHEN FORREST' and ROBIN MARIE
32-39-21-00011-0000-00361/0
1,56SA4
Errors
JACKSON GAIL ("TOK)
32-39.23.00007.0100.00000/1
616.18
Errors
DENANNEY WILLIAM F
32-39.23-00011.0000-00064/0
(2,159.18)
Errors
GRIMDITCH CAROLYN W (TR)
32.39.24-00011-0000-00013/0
4,467.64
Errors
GIRARD BROS OF VERO LLC
32-39.26-00000.3000-00006/1
6,098.40
Errors
INDIAN RIVER COUNTY
32-39-26-00005.0020-00003/0
25.00
Errors
WYNN JEAN . and MARY
3239-26.00005-011.0-00003)0
350.44
Errors
ZALEVSKY HARVEY A
32-39.26.00016.0002-00112/0
44954
Errors
INDIAN RIVER COUNTY
32.39-27-00003.OQQOJ00001)0
43.50
Errors
INDIAN RIVER COUNTY
32-39.27-00003-0000-0003.1/0
25.00
Errors
INDIAN RIVER COUNTY
3239-27.00007-0000-00042/0
43.50
Errors
AFFORDABLE HOry".ES OF GIFFORDC/O CLIFF CHERRY
32-39.27.00008.0000.00003/0
43.50
Errors
BLUM JAMES R (LE)
32.39-31-00005-0000-00014/0
1,299.82
Errors
SABAC RONALD L (TR) & DIANE C (TR)
32.39.32-00016.0000.00191/0
2,144.51
Errors
HART JOSEPH P
32-39-15-00007.0050-00008/0
312.38
Errors
TSUNODA MARILYN (TR-HTOK)
32-39-36-00011-0160-00009)0
315.55
Errors
FUNK GEORGE M
32.39-36.00015.0000-00001/0
(6,819.51).
Errors
MENDEZ-"PENATE CARLOS E
32.-40.18-00001.0000--00050/0
588.50
Errors
BOCKLETI BARRY SR and KAREN L(1/2) &
32.40-18-00011.0020-00203/0
(1,946.61)
Errors
MERKSAMER.EDWARD A
32-40.18.00019-0000-00009/0
5,457,25
Errors
WALLACE MARGARET (LESS)
32-40-29-06008-0000.00208/0
680.61
Errors
DUNWOODY COLIN & ANNE r,4CCA8E
32-40.29.00014.0000-00057/0
2,146.73
Errors
MOt00VAN AMELIA E. (TR)
32-40-29-00028.0000-00004/0
1,929.29
Errors
ESTRELLALORI Land JONATHAN
32-40-31-00007-0120-00009/0
85,412,76
Errors
ERICKSON L.EIGN (TRS)
32-40.31-00007-0190-00009/1
8.26
Errors
CRAIG ROBERT ALLAN and GAL17' SHALOM
32-40.32-00006-0160-00045/0
1,04616
Errors
BELINKOFF ANN (TR)
32-40-32-00006.0170-00042/0
3,046.57
Errors
RIDDICK JENNIFER C
32:40-32.00011-0000-00006/0
5,715.60
Errors
KONARY DANIELLE
32.40-32-00012-0020-00007/0
2,926.79
Errors
SZENTIRMAIOSZKAR
32.4032.000120030-00005/0
1,77711
Errors
SOTTILARE SANTO i (TR) & MARY LEE (TR)
32-40-32-00024-0000-00013/0
252.14
Errors
ESCG LYNN (T RS) & F80 MARGARET BELCHER TRUST
33.37-14-00000.3000-00002/0
(24.14)
Errors
BELCHER E NIR (ETAI) C/O JEWEL BELCHER
33-37-23-00000-7000-00002/0
(14-85)
Errors
LINDSEY ROBERT J and LYNN B
33-37-26-00001-0030-00001)0
13,660.45
Errors
LINDSEY P.baERTJ and LYNN B
33-37-26-00001-0050.00001/0
(13,660.45)
Errors
BENNETT WALTER E (LE) & SHIRLEY A (LE)
33-38-01-00005.0000-00015/0
608.95
Errors
FLOWING STREAMS CHURCH
33-38-02-00001-0010-00001/1
16,985.52
Errors
BOND MICHELE
33.38-02-00002.0210-00019/0
977.90
Errors
CHMSTIANO DOUGLAS
33-38.12-OD002-0000-00023/0
851.76
Errors
VAIL THOMAS B and CAROLE C &
33-38.12.00002-0000-00041/0
(1,053.67)
Errors
DARLING RAYMOND F' and ANN E
33-39.01-00005-0100.00026/0
618.39
Errors
FLETCHER CHRISTINE (TR)
33.39.01-00005-0130-00024/0
268,02
Errors
PACICCAODI A (1/3) &
33.39.01.00005-0230-00030/0
640.96
Errors
STEVENS ELLEN A (TR)
33-39.01-00033.0040-00015/0
1,311.56
Errors
HUPPENTFIAL.KATHRYN
33-39.01-00035-0210-00002/0
849.78
Errors
MARLLYN S JUSTICE CPA PA
33.39-01.00067-0000-00010/0
87.83
Errors
15
INDIAN RIVER COUNTY
33.39-02-00001-0440-00001/0
5,259.48
Errors
CITY OF VERO BEACH
33.39-02.00001.0470.0000611
18.50
Errors
FLINCHUM JUSTIN R & ANDREA f
33-39>02-00004-0060-00017/0
531.05
Errors
LANDERS WALTER and PEGGY
33-39-02.00016.0010-00006/0
(519.68)
Errors
ELLIS MICHAEL E
33-39.02.00020.0070.00064/0
(820.16)
Errors
F0.5R RE TI LLC
33.39.03-00006-0030-00001/0
317,30
Errors
HARBOR COMMUNITY BANK
33-39.03.00007.0030.00006/0
253.83
Errors
INGERSOLL.LA'DORRD
33.39.03.00010.0030-00016/1
1,337A2
Errors
POSADAJUAN'
33-39.03.00026-0070-00005/0
572.53
Errors
STATE OF FLORIDA DEPARTMENT OF "TRANSPORTATION
33-39-03-99999-0000-00001/0
(253.83)
Errors
STATE.OFFLORIDA DEPARTMENT OFTRANSPORTATION
33-39.03.99999.0000-00005/0
(335.80)
Errors
INDIAN RIVER COUNTY
33-39-04-00001-0080-00001/1
69.62
Errors
AKERS BRENDA 8
33.39-04-00019.0060-00003/0
1,868.01
Errors
CONFIDENTIAL,
33-39-04-00034-0000-00019/0
4,238.18
Errors
INDIAN RIVER COMMUNITY COLLEGE DISTRICT BOARD OF TRUSTEES
33-39-05.00001.0150-00001/0
5,333.55
Errors
INDIAN RIVER COMMUNITY COLLEGE DISTRICT BOARD OF TRUSTEES
33-39.05-00001.0150-00001/1
883.36
Errors
CONFIDENTIAL
3339-07-DO002-0000-00181/0
794.04
Errors
BAXLEY JESSE H & HELEN C
33-39-09-000iZ-0000-00002/0
1,406.56
Errors
GIESSERT MICHAEL & LISA B
33.39.09.00029-0000-00005/0
266.77
Errors
AR GENIO HOLDINGS LLC
33.39.10-DW02.0010-00012/0
784,87
Errors
SHAPPIE STEVEN & KIT
33-39.11-00012-0000-00015/0
892.34
Errors
KUNTZ CLYDE R
33-39-11-00017.0000.00017/0
260.51
Errors
DEfi4ELLO JOHN F
33-39-11 00034.00DO-00130/0
374.71
Errors
INDIAN RIVER BEACH PROPERTIES LLC
33-39-12-00025-0000-00004/0
1,387.48
Errors
STEVENS JUDITH
33-39-13.00002.0020-00017/0
23:60
Errors
CONNIFF DOUGLAS SEARS (LE)
33-39.11.00006-0006-04005/0
666.33
Errors
COPE KENDRA L
33-39.1.3-00006.0011-00016/0
158.58
Errors
656-6S8-660 2ND LANE LLC
33-39-.13-00023-0000-00003/0
106.85
Errors
OWENS LUMAINE B R &*
33.39-14.00001.0120-00009/1
879.48
Errors
LABOUEF LUPE ROSARIO
33-39.14-00010.0005-00001/0
233.77
Errors
SANFORD HELEN F
33-39-14-00010.0005.00015/0
897.15
Errors
PETERSON DAVID A & RA,MONA C
33.39.14-00020.0000-00146/0
565.44
Errors
DALY THOMAS E
33-39-14-00023.0000-0004510
869.66
Errors
SURIANOCONST RUC HUN INC
33-39-15.00009.0006-00021/0
396.19
Errors
SURIANO CONSTRUCTION INC
33-39-15-00009.0006.00022/0
396.19
Errors
SURIANO CONSTRUCTION INC
33-39-15.00009-0006-00023/0
396.19
Errors
INDIAN RIVER COUNTY DEPT OF EMERGENCY SERVICES
33-39-16-00001.0080-00006/0
611.99
Errors
KUH!,MANN ERIC and MARY LOU
33-39.17.00003.0005-00019/0
261.85
Errors
SPIEGEL PROPERTIES INC
33-39-22-00001-0140-00001/0
3,012.15
Errors
CAMPSELLBRUCEA&RUTHA
33-39-22.00019-0000-00024/0
2,630.21
Errors
SAMPLE JEAN 6L17.A8fTH (TR)
33-39.23.00002-0020-00008/1
11055.69
Errors
TA KIIANG DUC & "
33-39.23-00015-0000-00.104/0
71.93
Errors
2MINKOWSKI PAUL F (LE) & MAUREEN REAGAN (LE)
33-39.24-00022.0000.00139/0
1,863.94
Errors
INDIAN RIVER COUNTY
33-39.24-00024-0000-00000/2
92:50
Errors
CARTER GERALD RICHARD
33-39-25-00011-0000-00013/0
315.34
Errors
EASTMAN GAYLA D (LF)
33-39-26-00005.0003-00009/0
903.84
Errors
SANCHEZ NORA (MARTINEZ)
33-39-26-00005-0010-00020/0
818-60
Errors
SPROFERA BLAYNE MICHELLE
33-39-26-00006.0006-00008/0
866.91
Errors
MCNEAL GUY DERECK &
33-39.26.00007.0007-00005/0
(525.08)
Errors
MOSEL PATRICIA K
33-39-27-00005-0040-00006/0
1,427.92
Errors
JENSEN CAT"HYL£EN W
33-39.28-00010-0000-00112/0
10559
Errors
PACETTIKYLE PJR
33-39.3400001-0150-00001/0
1.6,218.10
Errors
ALCALA JOSEPH RANDOLPH
33-39-3400003-0003-000.19/0
1,913.23
Errors
CONFIDENTIAL
33-39-34-00005-0000-00218/0
1,42219
Errors
PHAN Ilit
33-39-3S-00002.1320-40021%0
983.25
Errors
OTANO ARMANDO GONZALEZ
33-39-3500002-1350-00016/0
74276
Errors
2ACKMAN'T}iOMAS
33-s9-35-00002-1430-00017/0
164.09
_ Errors
HOME SFR BORROWER. LLC C/O ALTISOURCE ASSET MANAGEMENT CORP
33-39-35-00002.1480-00019/0
115.22
Errors
SINDIA5CASTONJONES
33.39.36-00002.0300.0001110
714,60
Errors
MURPHY TABIIHAKRISTT
33-39-36.00005-0590.00008/0
859.65
Errors
TALLY RAMPERSAD (TR)(1/2)
33 3-236-00005.1160-0,0030/0
1,274.66
Errors
2ACKMAN LOUTS H & ELIZABETH
33-39.36-00006.0020-00009/0
2,907.44
Errors
HAAS GEORGE H IV and ALAINA E
33-40.05-00008-0050-00004/0
1,147.58
Errors
MEARS ANDREA D (TR)
33.40-0500009.0040-04004/0
3,036.58
Errors
LAMBERT RICHARD
33-40-0S-00019-0000-00002/3
680.61.
Errors
VERO BEACH IN`ASTMENT LLC
33.40.07.00002.0000-00001/0
5,023.29
Errors,
DE:PALMA PATRICK & CAROLYN L=.V
33.40.08-00008-0000-00028/0
200.42
Errors
MARCHANT FRANKLIN T & DEAN A S
33-40-08.00008.0000-00060/0
2,047.23
Errors
CRAVENS HENRY E (L)
33-40.08-00016.0000-00002/1
2,562.07
Errors
SILSERG SHERL D
33-40.18-00002-0420-00204/0
104.71
Errors
JAW OROWSKI GREGORY J (TR)(TOK)
33-40-19-00012.2750-00102/0
216,01
Errors
BRENNER JOHN M & DEBORAH S
33-40-2100005-0000-00035/0
-1,907.29
Errors
BOURDEAU PAUL L (TR)(1/2) BOURDEAU, CUMMINGS & LOCKWOOD
33.40-27-00006-0000-.00113/0
5,175.53
Errors
OLLLS CHRISTINE M (LE)
33-40-30.00008-0003-87020/3
971.87
Errors
16
BRINSON PERRY CALVIN JR
33-40-31.00001.0080-00013/0
479.52
Errors
MOONEY MICHAEL J & FRANCES C C/0 MICHAEL N MOONEY (PR)
33-40-31-00007.00:12-00036/0
1,187-98
Errors
CROSSMAN DEBORAITP (TR)(TOK)
33.40.31-00009-0005-00001/0
1,156.22
Errors
GRAY PATRICIA S
33.40.31.00012.0000-00220/0
264.85
Errors
MCGUIRE ALLEN ROBERT JR (TRS)(50%) FBO AWM TRUST"
33-40-3400001.0000-00001/0
60,71$.44
Errors
2150 SOUTH HIGHWAY ALA LLC
33-40"-34.00001.0000-00010/1
12,824.95
Errors
SANGER WILLIAM and JANICE
33.40-34-00001.0000-00026/0
88,797.77
Errors
JM) OF FT PIERCE INC
00210360000
39.23
Errors
ROLLINS RANCHES LLC ATTN: ACCOUNTS PAYABLE
00263000000
19.73
Errors
GO COASTAL INC
00526.15 DODO
39.24
Errors
COMMUNICATIONS INTL INC
0074460 0000
1,817.34
Errors
SS &IVA, AUTOMOTIVE INC
0084$S00000
1,624.42
Errors
ACL -RITE WATER PURIFICATION IN C
00854350000
19.62
Errors
PROFESSIONAL. ADVISORY SIR INC:
01554400000
21.42
Errors
ASSOCIATED RACK CORP
01686900000
42,85
Errors
BILLY'S AUTO SERVICE INC
01876520000
21.44
Errors
BRICE ROBERT M
0188411 0000
557.43
Errors
CUMBERLAND FARMS INC ATTN: "TAX DEPT
0189S260000
22.63
Errors
TOTAL PRINT INC
0189735 0000
113.20
Errors
INDIAN RIVER HEA! TH SERVICES
01899400000
98.08
Errors
COLLINS GEORGE III DMD PA
0192618 0000
21.43
Errors
HENDLEY LEON MD PA
01928410000
58.82
Errors
FIALL & SONS INC
0194225 0000
9&09
Errors
KEOUGHALANA
02013230000
21.41
Errors
CATTLECAR DELAWARE INC
0202837 0000
551.36
Errors
GURKLIS MICHAEL P DDS
0203859 0000
21.42
errors
T"IMOTHY ROSE CONTRACTING INC
0206138 0000
39.24
Errors
MAHOLTZ MICHELLE S MD PA
0206167 0000
39.23
Errors
COAST DENTAL SERVICES LLC
02062660000
42.83
Errors
PALM TREE MANAGEMENT CORP
02063920000
98.10-
Errors
PEREZ CITRUS INC
02065100000
49.18
Errors
DEONARINE BRIAN i MD PA
02073310000
19.64
Errors
PERFECTION PAINT"& BODY OF VERO BEACH Lt-,'
02076760000
1?.63
Errors
CLEAR ZONE MAINTENANCE INC
02081600000
1959.
Errors
FRAZIER ENTERPRISES OF IRC INC
0208404 0000
21.43
Errors
BEACHLAND MILLWORK INC
02090910000
98,08
Errors
SEF FOODS INC C/OINDIRECTTAX SOLUTIONS LLC
02103580000.
98.08
Errors
CPM ACRES LLC/NICK'S AU"1"0 ATTN: LINDA HEARDON
0215352 0000
522.66
Errors
MIDFLORIDA CREDIT UNION
0215807 0000
889.61
Errors
BAD SEED INC
02169710000
524.54
Errors
COLLEGE DRIVE PROPERTIES LLC
0217283 0000
13,149.74
Errors
DEONARINE MEDICAL CFR LLC
0217509 0600
19.62
Errors
EUROPEAN KITCHEN SINK & BATH OUTLET LLC
0217535 0000
6.89
Errors
PBAR INC
0219353 0006
21-42
Errors
INTERGOLD LLC ATTN. JAMES L:OBEL
0219446 0000
21.43
Errors
LIBER TY VERU LLC
0219934 0000
39.23
Errors
BLECKER EDGAR R MD PA
0219987 0000
22.62
Errors
LIBERTY VERO Cl LLC
02200410000
39.22
Errors
FROSTING.LLC
02208690000
21.41
Errors
SOIREE
0'2209150006
69168
Errors
MI1O ENTERPRISES INC
0221000 0000
(690.50)
Errors
INTUITIVEMR INC
02210400000
623.46
Errors
INDIAN RIVER MEMORIAL HOSPITAL_ INC C/O GEORGEEIGHMY
- 0221,3480000
98.67
Errors
INDIAN RIVER MEMORIAL HOSPITA! INC C/O GEORGE EIGHMY
02213490000
98.66
Errors
INDIAN RIVER MEMORIAL HOSPITAL INC C/O GEORGE EIGHMY
02213500000
98.05
Errors
HARVEST ON E LLC CIO TIFFANY BARKWEIA.
02213510000
850.88
Errors
JHS5 ENTERPRISES LLC ATTN: 5 JAMES SHAFER
0221596 0000
19_62
Errors
CROSS -CORE TECHNOLOGY LLC
02218790000
766.15
Errors
JOS A BANK CLOTHIERS INC
0221904 0000
107.12
Errors
ORCHID ISLAND BREWERY INC
0221962 0000
42.86
Errors
JUST CONVENIENT LLC
0221974 0000
126.17
Errors
INDIAN RIVER MEMORIAL HOSPITAL, INC C/O GEORGE EIGHMY
0221995 0000
113.22
Errors
INDIAN RIVER MEMORIAL. HOSPITAL INC C/O GEORGE EIGHMY
0221996 0000
98.08
Errors
INDIAN RIVER MEMORIAL HOSPITAL INC C/O GEORGE EIGHMY_
02219980000
9848
Errors
INDIAN RIVER MEMORIAL HOSPITAL INC C/O GEORGE EIGHMY
0221999 0000
98.09
Errors
GHOHomts
02220070000
1,924.83
Errors
BFG CORPORATION ADVANCED PROP TAX COMPLIANCE
02221110000
(1,292.10)
Errors
BEACHLAND HOMES CORP
0222.1710000
1,122.19
Errors
SAUSSIE PIG THE
02222010000
1,229.61
Errors
RIVERSIDE. FAMILY DENTAL PA
0222379 6000
98.67
Errors
COOP VERO BEACH LLC MORI MACKENZIE
0272469 OD00
42.85
Errors
HORNERXPRESS VERO BEACH INC
027.24880000
737.48
Errors
A GIRL WITH A TRACTOR INC
0222498 0000
19.62
Errors
GHO HOMES
02225070000
119.22
Errors
17
INDIAN RIVER COUNTY RECYCLERS LLC
0222575 0000
19,60
Errors
TREASURE COAST CARDIOVASCULAR INSTITUTE INC
0222672 0000
19.63
Errors
SNAPPER CREEK ENTERPRISES
02229780000
(8j129.38)
Errors
Grand Total - Errors
525,263.10
LUMBER LIQUIDATORS INC
02225370000
3,030.78
Double Assessments
Grand Total - Double Assessments
3,030.78
SEBASTIAN CORNERS RE"TAIL. CENTER LLC
30-38.21-00001-0000-00027/0
8,478.22
insolvencies
CITY OF SEBASTIAN
3.139-07-00000-3000-00006%0
775.57
Insolvencles
INDIAN RIVER COUNTY
3239-06-00001.0080-00001/0
761.58
Insolvencies
INDIAN RIVER COUNTY
32-39.17-00001-0130.0000110
103.84
Insolvencies
INDIAN RIVER COUNTY
32-39.17.00001-0130-0000211
115.10
insolvencies
POKER ERNESTINC'
32-39-22-00002-0030-00007/0
149.61
Insolvencles
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
33-39-03.99999.0000-0000110
19.78
insolvencies
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION
33-39.03-99999.0000-0000510
104.30
Insolvencies
KELLY MARGARET DENISE
33-39-25.CO006-0040-00019/0
336.65
Insolvencies
Grand Total - Insolvencies
10,844.65
KASHI CHURCH FOUNDATION INC
30-38-00-00001.0280-0007614
10.92
Under Minimum
DENTON ROBERT JR' and JEANETTE M
30-38-21-00001-0000-00009/0
1.00
Under Minimum
ROSELAND UNITED METHODIST CHURCH INC
30-38-21-00005.0080-00001/0
1.00
Under Minimum
ROSELAND UNITED METHODISTCHURCH
30-38-21.00005-0090.00004/0
1.00
Under Minimum
ROSELAND UNITED METHODIST CHURCH INC
30-38-21.00005-01.00-00006/0
1.00
Under Minimum
ROSELAND UNITED METHODIST CHURCH INC
30.38-21-00005-0120-DOOOI/O
I,00
Under Minimum
FL ATL CITRUS PROP OWNRS ASSOC
31.37-00-00001-0366-0000110
29.00
Under Minimum
FL ATL CITRUS PROP OWNRS ASSOC
31-37-00.00001'-0568.00001/0
29.00
Under Minimum
Ft. AT; CITRUS PROP OWNRS ASSOC
31-37-00-00001-0625-00001/0
29-00
Under Minimum
FL ATL CITRUS PROP OWNRS ASSOC
31-37-00-00001-0677-00001/0
=19.00
Under Minimum
NEW SETHEL AME CHURCH
31.3700-00004.0020-00001/0
29.00
Under Minimum
MT OLIVE MISSIONARY BAPTIST" CHURCH
31-37-00 00004-0030-00073/0
29.00
Under Minimum
MT OLIVE MISSIONARY BAPTIST CHURCH
31-37-00D0004-0030-00074/0
29.00
Under Minimum
FELLSMERE CHURCH OF GOD (TRSi
31-37-00.00009-0820.00001/0
29.00
Under Minimum
REDLANDS CHRISTIAN MIGRANT ASSOCIATION INC
31-37-00-00009.0830-0001.6/0
29.00
Under Minimum
JOURNIGAN HORACE (TRS) & FIRST BAPTIST CH Or FELLSMERE
31-37-00.00009.1160.00012/0
29.00
Under Minimum
CITY OF FELLSb5ERE
31-37-00-00013-0000-00000/3
29.00
Under Minimum
FISCHER HENRY ANTHONY
31-38-14-00000.5000.00003/0
23.32
Under Minimum
UNITED STATES OF AMERICA C/O FISH & WILDLIFE SERVICE
31-39.03-00000.0030-00003/0
29.32
Under Minimum
SEBASTIAN METHODIST CHURCH INC
31-39.06.00000.0040-00025/0
19.43
Under Minimum
CITY OF SEBAST"IAN
3139-06.00003.0010-00001/2
7.08
Under Minimum
SEBASTIAN METHODIST CHURCH INC
31-39-06-00005-0010-00004/0
25.12
Under Minimum
SEBASTIAN METHODIST CHURCH INC
31.39-06-00005.0010-00005/0
23.55
Under Minimum
SEBASTIAN UNITED METHODIST CHURCH
31.39-06.00005-0030-00001/0
21.31
Under Minimum
SEBASTIAN UNITED METHODIST CHURCH
31.39-06.00005.0030-0000210.
21.55
Under Minimum
SEBASTIAN UNFFED METHODIST CHURCH
31-39-06-00005.0030-00003/0
21.16
Under Minimum
SEBASTIAN UMC
31.39-06-00010.0000-00008/0'
24.44
Under Minimum
SEBASTIAN UNITED METHODIST CHURCH
31-39=06.00010.0000.00012/0
26.69
Under Minimum
INDIAN RIVER COUNTY
31-39-06-00017-0010-00013/1
3.1S
Under Minimum
MOTIVA ENTERPRISES LLC
31-39.06.00020-0060-00001/1
0.17
Under Minimum
SMITH PEGGY LEE. &
31.39-20.00000-7000.00004/2
16.32
Under Minimum
BOOS -GMC SEBASTIAN LLC C/O BOOS DEV GROUP INC
31.39-20.00007.0000.00000/2
0.91
Under Minimum
MARSH ISLAND DEVELOPMENT COMPANY LEC
31-39-27-00006.0000-00001/.0
0.33
Under Minimum
W WABASSOCEMETERY ASSOC INC C/O INES TERRELL
31.39729-00000.3000-00001/0
19.78
Under Minimum
ABT MICHAEL C and TAFFI `
31-39-30.00001.000000001/0
16,50
Under Minimum
ABT MICHAEL C and TAFF] '
31-39-30-00.001-0000-00002/0
16.50
Under Minimum
INDIAN RIVER COUNTY
31-39-3000002.0000.00000/3
4,60
Under Minimum
RO-ED CORP
32-38-08-00000100000001/1
1.58
Under Minimum
LATOUR JORGE A and CONSUELO P
32.38-13-00000-5000-00001/0
16.50
Under Minimum
BENT PINE GOLF CLI iB INC
32-39-1S-00000-300000011/2
18.50
Under Minimum
BENT PINE GOLF CLUB INC
32-39-16-00000-1000-00015/1
18.50
Under Minimum
BENT PINE GOLF CLUB INC
32.39-i6-0(`0001000-00015/2
18.50
Under Minimum
INDIAN RIVER COUNTY
32-39-17.00002.0010-00010/0
18,50
Under Minimum
INDIAN RIVER COUNTY
32-39.17-00002-0010-00013/0
18.50
Under Minimum
INDIAN RIVER COUNTY
32-39-17-00002.0010-00014/0
18.50
Under Minimum
INDIAN RIVER COUNTY
3239.17.00002.0010.0D0i5/0
18.50
Under Minimum
INDIAN RIVER COUNTY
32-39-17.00007.0010.00016/0
18-50
Under Minimum
PROVIDENCE POINTE VERO BEACH LLC
32-39-20.00001-0030-00003/0
18.50
Under Minimum
AS OF ST PETERS MISSIONARY BAPTIST C-URCH
32.39-26.00000.300000048/0
25.00
Under Minimum
APOSTOLIC FAITH REVIVAL CENTER
32.39-26-00002.0130-0000310
25.00
Und=er Minimum
INDIAN RIVER COUNTY
32.39-26-00003.0180-00009/0
25,00
Under Minimum
APOSTOLIC FAITH REVIVAL CENTER
32-39-26-00004.0200-00001/0
25,00
Under Minimum
APOSTOLIC FAITH REViVALCENTER
32-39-26-00004-0200-00002/0
25.00
Under Minimum
iNDIAN RIVER COUNTY
32-39-25-00005.0020.0000310
20.00
Under Minimum
RIVERFRONI" GROVES INC
32-39-26.00006-0000-00025/0
25.00
Under Minimum
SUN AVIATION INC ;LESS)
32-39-26-00011.0060-00001/1
18.50
Under Minimum
INDIAN RIVER COUNTY
32-39-27-00003.0000 00034/0
18.50
Under Minimum
INDIAN RIVER COUNTY
32-39-33.00004-0000-0000011
18.50
Under Minimum
KINGDOM HARVEST INC
32-39.35.00007-0030-00006/0
18.50
Under Minimum
VISTA HARBOR
32.39.36-00011.0130-0000015
18,50
Under Minimum
VISTA HARBOR
32-39-3600011-0140.00000/5
18.50
Under (Minimum
VISTA HARBOR
32-39.36.00011.0150-0000015
IS.SO
Under Minimum
VISTA HARBOR
32-39.36-00011-0160-00000/5
18.50
Under Minimum
VISTA HARBOR
32-39-3600011-0170-00000/5
18,50
Under Minimum
VISTA HARBOR
32=39-36.00011.0180.00000/5
18.50
Under Minimum
VISTA HARBOR
32-39.36-00011.0190-00000/5
18.50
tinder Minimum
VISTA HARBOR
32-39.36-00011-0200-00000/5
18.50
Under Minimum
CITY OF VERO BEACH RIVERSIDE PARK
32-40-31-00000.0020-00001/2
27,50
Under Minimum
VISTA HARBOR
32.40-31-00010.0010-00000/5
18.50
Under Minimum
VISTA HARBOR
32.40.31.00010.0020-00000/5
18.50
Under Minimum
VISTA HARBOR
32-40-31-00010.0030-00000/5
18.50
Under Minimum
VISTA HARBOR
32-4031-00010.0040-00000/5
.18.50
Under Minimum
VISTA HARBOR
32-40-31-OD010-0050-00000/5
18.50
Under Minimum
VISTA HARBOR
32-40.31-00010.0060-00000,15
18.50
Under Minimum
VISTA HARBOR
32-40-31-00010.0070-00000/5
38.50
Under Minimum
VISTA HARBOR APTBLDG
32.40-31-00010.0080-00000iS
18.50
Under Minimum
VISTA I4ARBOR APT BLDG
32-40-3.1.00010.0090-00000/5
18.50
Under Minimum
VISTA HARBOR APT BLDG
12-40-31-00010-0100-0000015
38-50
Under Minimum
VISTA HARBOR
32-40.31-00OW-0110.00000/5
18.50
Under Minimum
VISTA HARBOR
32-40-31-00010.0120.00000/5
18-50
Under Minimum
VISTA HARBOR
32-40-3.1.00010-0210,00000/5
18.SO
Under Minimum
R & H DEVELOPMENT CORP C/O ROBERT E GRIFFIN
32-40-31-00014.0000-00000/1
18.50
Under Minimum
CAIN & BRANIGAN
32-4031-00016.0000-00000/1
18.50
Under Minimum
ROYAL PALM POINT E OF VERO BEACH CONDO ASSOC INC C/O AR CHOICE
MGMT 32-4031-00017-0000-00000/3
18.50
Under Minimum
ESCO LYNN (TAS) & FRO MARGARET BELCHER TRUST
33-37.14-00000.3000-00002/0
24,14
Under Minimum
BELCHER E N 1R (ETAL) C/01EWEL BELCHER
33.37-23.00000.7000-00002/0
14.85
Under Minimum
FOUNTAIN JOHN N 1R C/O TELETHIA D SZUBA (PL GRDN)
33-38.03-00002-0010-00009/0
18.50
Under Minimum
PRIMA VISTA CORP
33-38-03.00002-0030-00008/0
18,50
Under Minimum
PRIMA VISTA CORPORATION `
33.38-03-00002-0030-00019/0
18.50
Under Minimum
PARADISE CENTRAL CORP
33-38-03.00002.01.70-00013/1
18.50
Under Minimum
SOUTHERN CLASSIC HOMES LLC C/O BURGOON BERGER/ACCTING DEP
33.38-12-00002.0000-00045/1
18.50
Under Minimum
MENTAL HEALTH ASSOC IN IRC INC
33.39-01-00005.0010-00012/1
18.50
Under Minimum
FIRSTPRESBYTERIAN CHURCH OF VERO BEACH FL INC
33.39-01.00005.0310-00011/0
.18.SO
Under Minimum
MASCHME:YER PROPERTIES 1400 LLC
33.39-01-00047.0040-000201'1
18,50
Under Minimum
FELIX POPPELL. POST39 DEPT OF FL AMERICAN LEGION INC
33-39-01-00047-0200-00009/0
18.50
Under Minimum
ROYAL PARD CONDO ASSN BLDG E
33.39 -01 -OC -052-0050-00000/5
18.50
Under Minimum
ROYAL PARK CONDO ASSN BLDG W
33-39-01-00052.0100-00000/5
18-50
Under Minimum
ST VINCENT DE PAUL SOC IRC INC
33-39-02-00000.7000-00005/0
18.50
Under Minimum
ST VINCENT DE PAUL SOC IRC INC
33-39-02000007DOC-00006/0
18.50
Under Minimum
COMMUNITY CHURCH OF VERO BEACH INC
33-3902-00001-0240-00003/0
18.50
Under Minimum
THE COM-VUNIlY CHURCH OF VERO BEACH FLORIDA INC
33-39-02-40001-0240-00004/0
18.50
Under Minimum
FIRST BAPTIST CHURCH OF VERO BEACH INC
33-39-02-00001.0280-0000310
18"50
Under Minimum
FIRST BAP T IST CHURCH OF VERO BEACH INC
33-3902-00001-0300-0001410
1850
Under Minimum
COMMUNITY CHURCH OF VERO BEACH
33.39-02"00001-039000001/0
18:50
Under Minimum
COMMUNITY CHURCH OF VERO BEACH
33-39"0200001-0390-0000310
18.50
Under Minimum
FIRST UNITED METHODIST CHURCH OF VERO BEACH INC
33-39-02-00001-0390-00008%0
18.50
Under Minimum
FIRST UNITED METHODIST CHURCH OF VERO BEACH INC
33-39.02.00001-0390.00010/0
18,50
Under Minimum
COMMUNITY CHURCH OF VERO BEACH
33-39.02.00001-0390-00011/0
18,50
Under Minimum
COMMUNITY CHURCH OF VERO BEACH
33-39-02-00001-0390-00012/0
18.50
Under Minimum
COMMUNITY CHURCH OF VERO BEACH
33-39-02-00001.0390-00013/0
18"50
Under Minimum
FIRST ME"THODISTCHURCH OF VERO BEACH INC
33-3902-00001-0420-00003/0
18.50
Under Minimum
FIRST UNITED METHODIST CHURCH
33-39-02=00001-0420-00004/0
18.50
Under Minimum
FIRST UNITED METHODIST CHURCH
33.39-02.00001.0420-00006,10
18,50
Under Minimum
FIRST UNITED METHODIST CHURCH OF VERO BEACH INC
33.39.02-00001.0420-00010/0
18.50
Under Minimum
FIRST METHODIST CHURCH OF VERO BEAC14 INC
33.39-02.00001.0430.0000310
18.50
Under Minimum
FIRST METHODIST CHURCH OF VERO BEACH INC
33-39-02.00001.0430-00004,10
18.50
Under Minimum
FIRST METHODIST CHURCH OF VERO BEACH INC
33.39.02-00001-0430-00007/0
18,50
Under Minimum
GERALD M BARBARITO (BISHOP)OF THE. DIOCESE OF PALM BEACH ATTN
REAL ESTATE 33-39-02-00004-0120-00001%0
I8.50
Under Minimum
VERO BEACH THEATRE GUILD "INC
33-39.02-00005.0350.00003/O
I&SO
Under Minimum
ST FRANCIS MANOR INC
33-39-02.00008-0010-00007,10
18,50
Under Minimum
ST FRANCIS MANOR INC
33-39-02-00008.004000008/0
18.50
Under Minimum
FOR KIDS ONLY OF VERO BEACH INC
33-39-02-00.011-0000-0003010
18.50
Under Minimum
EVANGELICAL COVENANT CHURCH OF VERO BEACH Ft INC
33.39-02-000160010-00001/1
18150
Under Minimum
EVANGELICAL COVENANT CHURCH OF VERO BEACH FL INC
33-39-02-00016-0010.00001/2
18.50
Under Minimum
EVANGELICAL COVENANT CHURCH OF VERO BEACH FL INC
33-39-02-00016.0010-00011/0
18.50
Under Minimum
VERO BEACH CHURCH OF CHRIST INC
33-39-03-00010-0030-00007,10
18.50
Under Minimum
VERO BEACH CHURCH OF CHRIST INC
33-39-03-000100030-00009,10
18.50
Under Minimum
VERO BEACH CHURCH OF CHRIST INC
33-39-03"00010-0030-00010/0
18-50
Under Minimum
VERO BEACH CHURCH OF CHRIST INC
33-39-03-00010-0030.0003210
18,50
Under Minimum
19
VERO BEACH CHURCH OF -CHRIST INC
VERO BEACH CHURCH OF CHRIST INC_
VERO BEACH CHURCH OF CHRIST INC
VERO BEACH CHURCH OF CHRIST INC
VERO BEACH CHURCH OF CHRIST INC
VERO BEACH CHURCH OF CHRIST INC
VERO BEACH CHURCH OF CIiRIST INC.
VERO. BEACH CHURCH OF CHRIST INC
VERO BEACH CHURCH OF CHRIST INC
VERO BEACH CHURCH OF CHRIST INC
VERO BEACH CHURCH OF CHRIST INC
CHANDLER ERNEST 5 &
DIAZ MARIO"and RAQUEL
SOWELL.BROADUS F and PATRICIA B
UNITARIAN UNIVERSALIST FELLOWSHIP OF VERO BEACH INC
SANDALWOOD OF. VERO HOA INC C/O 1 MCHUGH
FIRST CHURCH OF THE. NAZARENE INC
FIRST CHURCH OF THE NAZARENE INC
FIRST CHURCH OF THE NAZARENE INC
PIONEER BAPTIST CHURCH OF VERO BEACH INC
CARINI EUGENE '' and OLIVE B
TEMPLE BETH SHALOM OF VERO BEACH INC
ENRIQUEZ PEDRO and TERESA
GHO SERENOA CORP
TREASURE COAST COMMUNITY HEALTH INC
HARBOUR SIDE YAC HT CLUB INC'
INDIAN RIVER LAND TRUST INC &
EUROPEAN KITCHEN SINK & BATH OUTLE F LLC
33739.03.00010-0030-0001610
18.50
33-39-03-00010-0030-00017/0
.18.50
33.39-03.00010-0030.00019!0
1850
33-39.03.00010.0030.0002110
18.50
33.39.03-07010-0040-0000.1/0
18.50
33-39-03-00010-0040-00006/0
18.50
3339-03-00010-0040.00008/0
18.50
33-39-03.00010.0040-00009/0
18.50
33-39.03-00010.0040.00011/0
18.50
33.3903-00010-0040.00016/0
18.50
33.39-03.00010-0040-00020/0
18.S0
33-39.04.00001-0020-0000811
18.50
33.39.10-00001-0070-00003/0
18.50
33-39.10-00001-0070-00009/2
18-50
33-39-10-00003-0010.00003/0
18.50
33-39-10-00030.0080-00001/0
18.50
33-.39-11.00014.0020-00004/0
18 -SO
33-39.11-00014-0020-00016/0
18.50
33-39-11-00014-0020-00018/0
18.50
33-39-13-00022-0000-00002/0
18.50
33-39-15.00001-0080-00019/0
18:50
.33-39-16-00001-0090-00010/1
18.50
33-39-18-00001-0050-00004/0
18.50
33-39-24.00025-0010-00029/0
18.50
33-39-260000.1-0010.00002/1
18.50
33-40-28-00005-0000-00000/1
10.00
33-40-31-00005-0010-00001/0
24.00
0217535 0000
13.33
Grand Total - Under Minimum
2,890.55
Grand Total- Discounts 10,052,530.62
GrandTotal- Errors, Insolvencies, Under Minimum & Discounts 10,594,559.70
Under Minimum
Under Minimum
Under Minimum
Under Minimum
,Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum.
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Under Minimum
Discounts
20
To Tax Collectors:
INSTRUCTIONS
505
R. 05117
1. Use this for the last sheet on your report of discounts, errors, double assessments, and insolvencies.
2. Do not list any item without showing the reason for reduction in the right-hand column.
3. As much as possible, group together all items coming under one heading., For instance, place all errors under
one heading, all double assessments under another, exemptions under another, etc.
4. For exemptions, specify whether widow, veteran, homestead, disability, etc.
Tax Collector Recapitulation
I, Carole Jean Jordan , Tax Collector of Indian River County, Florida, certify this is a report of all discounts, errors,
double assessments, insolvencies, and federal bankruptcies on the assessment roll for 2017 ; that the discounts were
actually earned for the month as shown; that the attached list shows all errors and double assessments as the property
appraiser certified; that I have allowed no exemptions, other than those the attached list shows as certified by the property
appraiser; that each item marked insolvent on the attached list is in fact insolvent and, although I have made a diligent
search, I have been unable to find the tangible personal property to levy on to enforce the payment of the tax; and that I.
have not collected any of the items on the attached list.
I am entitled to credit against the 2017 assessment roll on the following amounts:
Signature(/Tax Collector
Discounts
10,052,530.62
Errors
525,263.10
Double Assessments
3,030.78
Insolvencies
10,844.65
Federal Bankruptcies
0.00
Other: (specify)
Under minimum
2,890.55
Total
10,594,559.70
Indian River 07/10/2018
County Date
21
Y(�,
CONSENT
INDIAN RIVER COUNTY
OFFICE OF MANAGEMENT AND BUDGET
PURCHASING DIVISION
DATE: July 5, 2018
TO: BOARD OF COUNTY COMMISSIONERS
THROUGH: Jason E. Brown, County Administrator
THROUGH: Mike Smykowski, Director, Office of Management and Budget
FROM: Jennifer Hyde, Purchasing Manager
SUBJECT: I Adoption of Revised Purchasing Manual
BACKGROUND:
Indian River County Code Chapter 105 details Purchasing procedures and limits, and specifically
establishes the County Administrator's purchasing authority. Other local purchasing thresholds and
policies are established under the County Administrator's authority and detailed in the Purchasing
Manual, as required by County Code Section 105.06. The Purchasing Manual is reviewed at least
annually and updated as needed. Staff has identified several modifications to the Purchasing Manual to
enhance the efficiency and oversight of our procurement processes.
INFORMATIONAL CHANGES:
The current $1,000 threshold above which a minimum of three quotes are required has been in place
since at least 1990. With the increase in pricing for materials and labor over the last decade, as well as
normal inflation, the minimum requirement for quotes has become a hindrance to.efficient
procurement of goods and services. The Purchasing Division is asked frequently to waive the
requirement for quotes (but often after department staff time has been expended contacting vendors in
the diligent effort to obtain quotes).
As such, the County Administrator has approved a modification to the Purchasing Manual to increase
the quote threshold from $1,000 to $3,500. In addition to this threshold change, other modifications
made to the Purchasing Manual include:
✓ General clarification and restructuring of sections for ease of reference
✓ Addition of supplemental internal control procedures
✓ Clarified description of some Purchase Order Exempt items
✓ Added the requirement for department heads to authorize any requested increase to purchase
orders, prior to consideration by Budget
✓ Streamlined and clarified the emergency procurement process
✓ Updated the process for departments to obtain formal bid numbers
✓ Added reference to an additional online bidding platform that may be utilized by the County
✓ Clarified what source dictates official time of receipt for bids
✓ Eliminated redundant text regarding bid package preparation
✓ Included text to match bid documents regarding withdrawal of bids and authorization to
negotiate when less than two bids are received
✓ Defined instances where purchase orders may be used in place of work orders for contracts
0*
CONSENT
✓ Added procedures regarding solicitation and receipt of public-private partnership proposals
CHANGES REQUIRING BOARD AUTHORIZATION:
On October 3, 2000, the Board approved the establishment Purchasing Card Policy, which is
administered by the Office of Management and Budget, with the most recent revision approved by
the Board on August 22, 2006. For consistency, staff recommends the Board authorize the
incorporation of the Purchasing Card Policy into the Purchasing Manual, as the authorities provided
by it fall within the County Administrator's purchasing authority. The following modifications have
been made to the Purchasing Card Policy:
✓ Streamlining of text to meet the format of the Purchasing Manual
✓ Clarification of prohibited use of cards and consequences, as applicable
✓ Modification of telephone orders section to reflect online purchases
RECOMMENDATION
Staff recommends the Board note their concurrence with the changes to the Purchasing Manual
and approve of the inclusion of the updated Purchasing Card Policy within the Purchasing Manual.
These changes will be effective immediately.
ATTACHMENTS:
Proposed Changes to Purchasing Manual
23
Purchasing Manual
yN``R c
0
O ✓�
'� ORIW'
1
Indian River County '.Board of, County Commissioners
} i
Record of Changes Approved by the Board of County Commissioners,
Current Version Effective October 2, 2012.
Revised November 19, 2012, January 9, 2013, February 11, 2014, October 14, 2014, December 8,
2015
Current Revision Approved March 15, 2016
Approve
Purchasing Division
1800 27th Street
Vero Beach, FL 32960
(772) 226-1416
Purchasing@ircgov.com
24
TABLE OF CONTENTS
1. GENERAL INFORMATION.........................................................................................................1
1.1
INTRODUCTION...............................................................................................................1
1.2
PURCHASING OVERVIEW................................................................................................1
1.3
GENERAL PROVISIONS, PURPOSES AND APPLICATION..................................................1
1.4
PURCHASING DEFINITIONS.............................................................................................4
1.5
AUTHORITY OF THE PURCHASING MANAGER................................................................
6
2. REQUISITION GUIDELINES........................................................................................................7
2.1
AUTHORITY.....................................................................................................................
7
2.2
PURCHASE REQUISITIONS...............................................................................................7
2.3
QUOTE REQUIREMENTS BELOW MANDATORY BID THRESHOLD ...................................
7
2.4
NEW VENDORS....................:...........................................................................................7
2.5
PURCHASE REQUISITION/ORDER EXEMPTIONS.............................................................9
2.6
ONLINE PURCHASES......................................................................................................10
3. PURCHASES NOT REQUIRING COMPETITIVE SELECTION.......................................................12
3.1
BELOW THE MANDATORY BID THRESHOLD.................................................................12
3.2
SOLE SOURCE AND SOLE BRAND PROCUREMENT........................................................12
3.3
COOPERATIVE PURCHASING THROUGH OTHER GOVERNMENTAL CONTRACTS
("PIGGYBACKING')........................................................................................................13
3.4
EMERGENCY PROCUREMENTS......................................................................................13
3.5
PROCUREMENT PURSUANT TO EXISTING ANNUAL TERM CONTRACTS .......................14
3.6
BLANKET PURCHASE ORDERS.......................................................................................15
4. COMPETETIVE SELECTION - BIDS..........................................................................................16
4.1
AT OR ABOVE THE MANDATORY BID THRESHOLD.......................................................16
4.2
BIDDING PROCEDURES.................................................................................................16
4.3
AWARD..........................................................................................................................18
4.4
ADDITIONAL REQUIREMENTS FOR CONSTRUCTION AND PUBLIC WORKS CONTRACTS19
4.5
WORK ORDERS/AUTHORIZATIONS...............................................................................22
4.6
CHANGE ORDERS ................... :......................................................................................
22
5. COMPETITIVE SELECTION - RFP/RFQ....................................................................................24
5.1
REQUEST FOR PROPOSAL (RFP)....................................................................................
24
5.2
REQUEST FOR QUALIFICATIONS (RFQ).........................................................................25
5.3
RANKING OF FIRMS IN RFP AND RFQ PROCESS............................................................26
5.4
PROPOSALS FOR PUBLIC-PRIVATE PARTNERSHIP (P3) .................................................27
6. SUMMARY OF PROCUREMENT..............................................................................................27
7. PROTEST PROCEDURE............................................................................................................29
7.1
RESOLUTION OF PROTESTS...........................................................................................29
8. EXCESS/SURPLUS
ASSET DISPOSITION...................................................................................30
9. PURCHASING CARD PROGRAM..............................................................................................31
9.1
AUTHORIZATION..............................................................................................................
31
9.2
RESPONSIBILITIES............................................................................................................31
9.3
PROCEDURES: ...............................................................................................................
33
25
1. GENERAL INFORMATION
1.1 INTRODUCTION
The purpose of this manual is to set forth and implement policies and procedures governing the
procurement of commodities and services. It iS S49ROly Fe me^d'^d- that aAII personnel
charged with responsibility for procuring commodities and services become be thoroughly
familiar with the policies and procedures set forth herein.
1.2 PURCHASING OVERVIEW
Procurement is regulated by this marival, the Indian River County Code and, to the extent
applicable, state and federal statutes.
ii
The Board of County Commissioners. (Board) has delegated limited authority to procure
commodities and services to the PurehaSi g ManageF the County Administrator, and through
his authorized delegation, the Purchasing Manager. Any procurement in excess of the authority
of the County Administrator, shall be approved by the Board.
The County Attorney shall serve as legal counsel and provide legal services with respect to
procurement matters.
1.3 GENERAL PROVISIONS, PURPOSES AND APPLICATION
A. Authority. Pursuant to chapter 105 of the Indian River County Code of
Ordinances, the policies and procedures set forth herein have been promulgated by the County
Administrator, and approved by the Board.
B. Short Title. These policies and procedures shall be known and may be cited as the
"Indian River County Purchasing Manual-" or "Purchasing Manual."
C. Application of This Manual.
1. General Application. This manual shall apply only to procurement
transactions solicited or entered into after the effective date of the manual.
2. Application to Procurement. This manual shall apply to all procurement
transactions by the County, irrespective of the source of funds. The use of state or federal
grants or funds shall not exempt compliance with the requirements of this manual, unless
26
specifically provided within a grant or funding agreement approved by the Board, or by
applicable state or federal law.
3. Dependent Special Districts. This manual shall apply to procurement
transactions solicited or entered into by the County on behalf of dependent special
districts.
4. Revisions. The Purchasing Manager shall review this manual on an annual
basis to determine if revisions are needed. Revisions may be made at the direction of the
County Administrator upon recommendation of the Purchasing Manager. Any substantial
and material revisions shall be approved by the Board.
D. Waiver of Requirements of the Manual. The Board may waive the requirements
of this manual when it is in the best interests of the County to do so. This waiver may be made
before or after completion of the procurement transaction.
E. Waiver of Technicalities and Irregularities. The Board may waive any
technicalities or irregularities relating to compliance with the requirements of this manual when
it .is in the best interests of the County to do so. This waiver may be made before or after
completion of the procurement transaction.
F. Limited Authority of the Purchasing Manager. The Purchasing Manager shall be
authorized to procure commodities and services up to $25,000, without competitive selection,
unless otherwise required by applicable state or federal law; provided, however, that nothing
herein shall require the Purchasing Manager to exercise such authority.
G. Limited Authority of the County Administrator. The County Administrator shall be
authorized to procure commodities and services up to $50,000, without competitive selection,
unless otherwise required by applicable state or federal law; provided, however, that nothing
herein shall require the County Administrator to exercise such authority. The County
Administrator is authorized to procure planning or study activity services obtained pursuant to
the Consultants' Competitive.Negotiation Act, F.S. 287.055 up to $25,000.
H. Indemnification. All contracts for services or public works projects (other than
construction contracts), and any other contracts deemed necessary by the County Administrator
or the Board, shall provide that the contractor or vendor shall defend, indemnify and hold
harmless the County and its commissioners, officers, employees and agents, from any and all
losses, damages, expenses (including reasonable attorneys fees) and other liabilities of any type
whatsoever, arising out of or relating to any negligence, intentional tort, breach of contract, or
breach of applicable law by the contractor (or vendor), or its employees, agents, subcontractors,
or other persons or entities performing work under the contract. CONSTRUCTION CONTRACTS
SHALL INCLUDE THE INDEMNIFICATION PROVISION SET FORTH IN SECTION 4.4 BELOW.
I. Insurance Requirements. Contracts shall contain requirements for the protection
of the County through sufficient insurance as specified by the Risk Management Division, which
shall approve the insurance requirements contained in the bid documents. Upon award, the Risk
27
Management Division shall review certificates of insurance, approving those which comply with
the requirements of the bid documents., Non -approved certificates of insurance shall be returned
to the Purchasing Division with a statement of the reasons for non -approval and instructions on
how the certificate may be corrected. Insurance requirements shall be met prior to final
execution of the contract by the Chairman of the Board, or the County Administrator or the
Purchasing Manager. The Originating Department, Purchasing Division and the Risk Management
Division shall not allow any contract to continue without proper. insurance in effect. Work to be
authorized by purchase order must also meet the insurance requirements dictated by the
Administrative Policy and Risk Management.
J. Bid Bond. A bid bond or alternative bid security must accompany each bid
exceeding $25,000, unless such requirement is waived by the County. A bid bond must be
properly executed by the bidder and by a qualified surety. Alternative bid security must be in the
form of a certified check or cashier's check issued by a bank authorized to do business in the'
State of Florida. The bid bond or security shall be in the amount of not less than five percent (5%)
of the total amount of the bid, and shall be payable to the Indian River County Board of County
Commissioners. Any failure or refusal by the bidder to honor the bid after opening shall be
deemed to be a breach of the bidder's obligations. In such event, the bid bond or security shall be
immediately payable to the County as liquidated damages, and not as a penalty.
Failure to supply the required bid bond, or security at the time of the bid opening
shall automatically disqualify the bidder as non-responsive to the bid requirements.
K. Sole Discretion. Any decision, waiver, exercise of judgment or interpretation
required or permitted by this manual, or the application of this manual, by the County or any
County official shall be deemed to be made in the sole and absolute discretion of the County or
the official, and shall be final and binding upon all affected parties.
L. Contract Renewal or Extension. Renewal or extension of any contract shall be at
the sole discretion of the County. No supplier of commodities or services shall have a legal right
to renewal or extension of any contract.
M. Contracts or Purchase Orders Entered into in Violation of this Manual. Any
contract, purchase order or other commitment entered into by a County employee or
department in violation of this manual shall be null and void; provided, however, that the Board
may waive the requirements of this manual, or any technicalities or irregularities relating to
compliance with the requirements of this manual, when it is in the best interests of the County to
do so.
N. Nondiscrimination, Equal Employment Opportunity and Americans with Disabilities
Act. Indian River County will not knowingly do business with vendors or contractors who
discriminate on the basis of race, color or national origin, sex, sexual orientation, gender identity,
age and/or disability. Through the course of providing services to the County, Contractors shall
affirmatively comply with all applicable provisions of Title VI of the Civil Rights Act of 1964, the
Civil Rights Restoration Act of 1987 and the Florida Civil Rights Act of 1992, as well as all other
applicable regulations, guidelines and standards. Any person who believes their rights have been
violated should report such discrimination to the County's Title VI/Nondiscrimination Coordinator
through the office of the County Attorney.
0. Ethics and Conflict of Interest. All County employees involved in any part of the
procurement process are required to act in an ethical manner. Local policies addressing such
practices may be found in the Administrative Policy Manual, AM -806.1, Conflicts of
Interest/Ethics Code 104.06 (which supplements the requirements of F.S. Chapter 112) and
County Code Section 105.08 — Disclosure of Relationships.
P. Projects Involving Federal Funding. When a procurement involves federal
assistance or the expenditure of federal funds, the procurement and any resulting contract shall
be conducted in accordance with any mandatory applicable federal laws and regulations,
including 2 C.F.R. §200.318 through 326. Departments are. responsible for defining funding
sources when requesting a bid number.
Q. Cone of Silence. Potential bidders/respondents and their agents shall must not
communicate in any way with the Board of Commissioners, County Administrator or any County staff
other than Purchasing personnel in reference or relation to a solicitation. This restriction is effective
from the time of bid advertisement until the Board of County
Commissioners meets to authorize award. Such communication may result in disqualification
[separately modified 1/31/171.
1.4 PURCHASING DEFINITIONS
APPLICABLE LAW - Any local, state or federal law which applies to the transaction or issue at
hand, as amended from time to time. If any specific statute or local law is cited in this manual,
such reference shall be to the statute or local law, as amended from time to time.
EMERGENCY - Any circumstance which creates a threat to public health, safety, welfare or
property, or may result in substantial loss to the County. The term shall not be limited to
officially -declared local, state or federal .emergencies. In the absence of an officially declared
state of emergency, the Purchasing Manager (for purchases up to $25,000), the County
Administrator or the Board shall determine whether an emergency exists for procurement
purposes. h
EMERGENCY PROCUREMENT — A procurement transaction necessitated by an emergency where
the delay incident to compliance with this manual would be detrimental to the best interests of
the County.
INVITATION TO BID — A solicitation for fixed pricing to complete specified work or provide
specified commodities or services.
INVITATION TO NEGOTIATE (ITN) — A solicitation for proposals to determine a best value option
to meet a specific goal or address a specific problem. The solicitation seeks one or more
respondents with whom the County will negotiate for the procurement of commodities or
29
contractual services. Unless otherwise identified in the individual solicitation, evaluation will be
completed as outlined in Section 5.1, however negotiations with multiple firms may be
conducted concurrently.
MANDATORY BID THRESHOLD — The mandatory bid threshold shall be $25,000. Commodities or
services having an estimated value equal to or in excess of the mandatory bid threshold shall be
procured through a competitive selection process; provided that the County Administrator shall
be authorized to enter into a procurement transaction up to $50,000, without competitive
selection, and at his discretion, without three quotes if determined to be in the best interest of
the County, unless otherwise required by applicable law; and provided further that the Board
shall be authorized to approve a procurement transaction up to or in excess of $50,000, without
competitive selection, unless otherwise required by applicable law.
OFFICIAL — Any reference to a county official in this manual — such as the County Administrator,
County Attorney, Department Director, Purchasing Manager or Risk Manager — shall include the
official, or his or her designee.
ORIGINATING DEPARTMENT = The department within the County which originated the request
for procurement of a commodity or service.
REQUEST FOR INFORMATION (RFI) — A solicitation -of input from interested parties for an
upcoming solicitation. This procurement practice used to obtain comments, feedback or
reactions from potential suppliers (contractors) prior to the issuing of a solicitation. Generally
price or cost is not required. Feedback may include best practices, industry standards, technology
issues, etc.
REQUEST FOR PROPOSAL (RFP) —A solicitation for proposals to achieve a stated objective. An RFP
is characterized by a description of the desired objective and a statement of evaluation criteria.
RFPs may request a price proposal, to be considered in accordance with the evaluation criteria.
(See section 5.1 below).
REQUEST FOR QUALIFICATION (RFQ) — A solicitation to professionals to submit a summary of
their qualifications to perform a general or specific job or service. If the RFQ is subject to the
Consultants' Competitive Negotiation Act, the County shall select no less than three professionals
for discussions and, if requested by the County, for presentations. After staff recommendation
and approval by the Board, the County shall enter into negotiations for a contract with the most
qualified professional(s). RFQs shall be governed by the Consultants' Competitive Negotiation
Act, to the extent applicable. (See section 5.2 below).
RESPONSIVE BIDDER — A bidder whose bid, proposal or submittal complies in all material respects
with the bid invitation or solicitation request, as determined by the County.
RESPONSIBLE BIDDER — A bidder who has the capability in all respects to fully perform the
contract requirements, and the integrity and reliability that will assure good faith performance,
as determined by the County.
30
SERVICES — This term shall generally include all services rendered to the County, except those
described in section 287.057(3)(e), Florida Statutes (e.g, legal services, health services, etc).
Services described in section 287.057(3)(e), Florida Statutes, may be procured without
competitive selection.
SOLE SOURCE — The only known vendor reasonably capable of providing a specific commodity or
service to the County.
SOLE BRAND — The only known brand reasonably capable of fulfilling the specific needs of the
County.
TECHNICALITY OR IRREGULARITY — An item which is not in compliance with the bid invitation or
solicitation request, but which is determined by the County to be immaterial to the substantive
terms and conditions of the bid, proposal or submittal. The waiver of a technicality or irregularity
shall not result in an unfair advantage or disadvantage to any person responding to the bid
invitation or solicitation request.
1.5 AUTHORITY OF THE PURCHASING MANAGER
A. Line of Authority. The Purchasing Division is part of the Office of Management
and Budget. The Purchasing Manager is directly responsible to the Director of the Office of
Management and Budget. Except as otherwise provided in this manual, the Purchasing Manager
shall procure or oversee the procurement of all commodities and services for the Board.
B. Principal Procurement Officer of the County. The Purchasing Manager shall be
the principal procurement officer of the County.
C. Operational Procedures. The Purchasing Manager may adopt operational
procedures covering the internal functions of the Purchasing Division and delegate rights,
powers, and authority vested in him to other Purchasing Division staff.
31
2. REQUISITION, PURCHASE ORDER AND RECEIVING GUIDELINES
2.1 AUTHORITY
No County employee has the authority to purchase or commit public funds toward the purchase
of commodities or services without first complying with the appropriate requisition and
procurement procedures. Purchase Orders will not be issued "after the fact" without sufficient
justification and explanation, at the Purchasing Manager` -e+ County Administrator. or Board's
discretion. I
2.2 PURCHASE REQUISITIONS
All requests for procurement shall start with a properly prepared purchase requisition created in
the MUNIS electronic financial software'system. Requisitions must be completely filled out with
the proper information, required quotes, documentation, attachments, approvals, account
number, and final approval by the Budget Office. Without this information, the requisition shall
be rejected and returned to the Originating Department.
2.3 QUOTE REQUIREMENTS BELOW MANDATORY BID THRESHOLD
Purchase requisitions for items valued between $ nnn and $4 ,999 .-hall inel de thFee q ,, tes
valued- be-AyeeR $5,090 $3,500 and $25,000 shall include copies of the written quotations
received from each of a minimum of three vendors dated within the past 30 days or listing a
current expiration date. if the GFiginating PepaFt.me„r does Ret have the ability to attarh ..,.,,.,.e..
The Purchasing Manager may waive the requirement for quotes below the mandatory bid
threshold, if determined to be in the best interest of the County.
2.4 REQUISITION ENTRY
Requests for purchase orders shall be initiated by entry of an electronic requisition into MUNIS
indicating the vendor, item description,! and amount being requested. Requisitions shall also
include the following information:
A. Dates the blanket purchase order is to be in effect (i.e., start and end dates).
32
B. General description of commodities to be purchased.
C. Account number must accurately reflect the item being procured (for
example, capital items should be against a capital account; tools should be against
expendable tools rather than office supplies). Contact Finance for assistance in adding
appropriate accounts.
D. Multiple line items are required where more than one account number is to
be used. Each account number requires a separate line.
E. If a quote is attached showing all items to be purchased are under the
$3,500 quote threshold, the entire requisition amount should be entered on a single line to
facilitate invoice processing. ;
F. Quote numbers and. bid or contract numbers must be referenced in a note
that will print on the Purchase Order.
G. Requisitions for tires must have a list of fleet vehicles and their respective
tire sizes attached.
H. Any requisition involving grant funding must have the commodity code (on
main page of requisition entry) set to "000 Grant".
I. Any requisition involving an operating lease must have the commodity code
(main page of requisition entry) set to "001 Operating Lease".
2.5 CHANGE ORDERS
If the amount of a purchase order is anticipated to be exceeded, the department shall request
authority to increase the amount through their Department Director to the Budget Department.
All requests to increase allocation against a Purchase Order (including those associated with bids,
Piggybacks and other contracts) must provide an explicit explanation for the overage. Requests for
increases to blanket purchase orders must also provide the total amount spent on this good or
service from this vendor, as well as all vendors, in the previous fiscal year. If the Budget
Department approves the request, the Purchasing Division shall process the change order, up to a
maximum total of $25,000 (for purchase orders not associated with a bid, contract, or piggyback,
which may exceed the $25,000 threshold). The County Administrator may authorize an increase
up to a maximum $50,000 total (on purchase orders not associated with a bid; contract, or
Piggyback). For requests requiring the Administrator's approval, a "Purchase Order Increase" form
must be prepared by the department and attached to its request to the Budget Office. The Board
may authorize increases to Purchase Orders over $50,000. Multiple Purchase Orders may not be
issued to the same vendor for the same goods or services to subvert the reauired approvals.
2.6 PURCHASE ORDER AUDITS
33
The Purchasing Division will audit Purchase Orders issued by vendor to ensure compliance with
applicable thresholds, approvals and contract terms and pricing.
2 -.42.74€W -V EN DO RS
When a new vendor, whether to be paid through PO, Contract or Pay Request is ;^1^ not
presently listed in MUNIS, the Originating Department shall provide and submit new vendor
information in the form of a W-9 to the Purchasing Division for approval as a vendor. The vendor
shall be referenced against the State of Florida's lists of convicted and suspended vendors, as well
as the U.S. Government's System for Award Management database. If required, the possession of
appropriate licensure, and liability and worker's compensation insurance will also be verified.
Additional sources may also be reviewed. If approved, the Purchasing Division will forward the W-
9 to the Finance Office of the Clerk of the Circuit Court, who shall enter the vendor information
into its records and issue a vendor number which shall be email -4-provided to the Originating
Department. Departments should review the vendor information (address, contact name, etc.)
for accuracy prior to releasing requisition. Requested changes to vendor addresses must be
documented in writing from the vendor and will require either Purchasing or Finance to contact
the vendor by telephone for verification.
2-.&2_8PURCHASE REQUISITION/ORDER EXEMPTIONS
The following expenditures do not require a purchase requisition or a purchase order, and may be
processed on a pay request:
1. Salaries, by position, which were included in the department's annual
budget
2. Travel expenses in accordance with the Indian River County Travel Policy
ine•„rrneJ in the c;euF a of e,ffie•ial duties fe,r a G-9WRty emple yee'he, it i
e
3. Routine overhead such as: water, sewer, natural gas, electrical, telephone
and garbage fees
4. Shipping charges, b -Postage and postage meter rentals: does not include
mailing or stuffing service
5. Subscriptions_ (print and electronic), subscription renewals and books. This
includes the following for libraries: preview materials, standing orders,
single sets pre -ordered to be shipped when published. Routine orders of
books for libraries are excluded from this exemption. (With +he, ption of
6. Hospital bills and nursing home bills
7. Medical claims, workers' compensation claims, and liability claims as paid
from the County's self-insurance funds
8. After school programs, including salaries for teachers, referees, umpires and
swim instructors, and food expenses
9. Railroad crossing signal maintenance
10. Legal services
34
11. Newspaper advertisement magazine/agency advertisements
12. Notary public applications
13. Welfare services indigent care (food vouchers, prescriptions)
14. Medical services j
15. Surplus equipment and services acquired from other local, state or federal
agencies
16. Application for permits
17. Registration and licensing fees
18. College tuition and/or educational fee and training fees
19. Membership dues;
20. Instructor fees (Up to $3,000 per training event)
21. Title searches/title�insurance
22. Expert witness fee's and/or services; also includes travel in accordance with
Florida statutes C
23.
Court orders
24.
Landfill fees
25.
Overnight express mail service
26.
Payment of fuel credit cards
27.
Rubber stamps
28.
Employee business cards
Via. Reimbursement to, County employees for the purchase of items intended
for County use, when pre -approved prior to purchase by Division or Department
Director in writing I
CARD [New Section 8 of this manual]
2.9 ONLINE PURCHASES
Prior to placing an order from an online vendor, whether by purchasine card or by purchase order
departments shall confirm with the Purchasing Division whether a County account has already
been established. The Purchasing Division currently oversees online accounts providing tax-
exempt and contract -based purchases from vendors such as Office Depot, Staples, Amazon,
Lowes, Grainger and Home Depot. Departments should not enroll the County with online accounts
without first discussing with the Purchasing Division to prevent duplication of accounts, work with
vendors convicted or suspended by the State or Federal izovernment. and to ensure tax exemption
and any available discounts are utilized. '
2.10 ACCEPTANCE OF GOODS
When goods are received, the packing slip must be signed by the person accepting or receiving the
goods. This documentation must be submitted with the invoice for processing, or with the
35
purchasing card receipt as documentation. If no packing slip is received, the order confirmation
may be printed and signed in the same manner as indication of receipt. In cases where a packing
slip or order confirmation cannot be provided because the vendor requires the delivery to be
confirmed on the invoice itself, the employee receiving the goods must sign in the indicated spot
on the invoice to confirm delivery and then forward to a supervisor for approval of payment. The
person signing for receipt of the goods may not be the same person approving the invoice for
payment. I i
2.11 INVENTORY AND CONTROLS
Any goods held as "inventory" or "stock" must be controlled by an inventory management system.
This does not apply to rapidly consumed' items, such as office supplies.
2.12 INVOICES
Payment can only be made to a vendor from a valid invoice (not a statement, quote, or email).
Departments are responsible for ensurinIg vendor invoices include the following information:
✓ Purchase Order Number
✓ Description of the items provided
✓ For equipment parts, indicate a specific fleet or unit number, if applicable
The Department must verifv the price and quantity reflected on the invoice is in compliance with
the P0; contract and/or quote.
Each invoice must be submitted separately for processing, entry in Munis and payment.
Signature authorization for payment must be on the invoice itself (not the submitted PO). This
does not apply to paV requests.
f
The Budget Department will audit invoices and General Ledger accounts.
36
3. PURCHASES NOT REQUIRING COMPETITIVE SELECTION
3.1 BELOW THE MANDATORY BID THRESHOLD
Purchases below the mandatory bid threshold may be made without competitive selection;
however, purchases below the mandatory bid threshold may be made with competitive selection,
at the discretion of the Purchasing Manager, the County Administrator or the Board. Quotes are
required as detailed in paragraph 2.3.
3.2 SOLE SOURCE AND SOLE BRAND PROCUREMENT
A sole source or sole brand purchase Fess than $25,000 may be authorized by the Purchasing
Manager after receipt of proper documentation from the Originating Department in the form of a
completed sole source/sole brand memorandum and documentation verifying that a good faith
review of available sources or brands has been completed. A record of the sole source or sole
brand request shall be maintained by attachment of the completed documentation in the MUNIS
requisition file.
A sole source or sole brand purchase up to $50,000 may be approved by the County
Administrator. Any request in excess of $50,000, shall be fe-FyOarded- to the Pwreha iRg Divisien f^�
r-hrAil;,; submitted to the Board for approval.
A sole source procurement involving contracts or purchase of materials for the construction,
modification, alteration, or repair of any publicly owned facility shall be governed by Florida.
Statute 255.04, which generally provides that the County may not specify the use of materials or
systems by a sole source, unless the' Board, after consideration of all available alternatives
materials and systems, determines that the specification of the sole source is justifiable based
upon its cost or interchangeability, and the sole source specification has been recommended by
the architect or engineer of record. Documentation of the Board's determination and supporting
justification shall be maintained in the bid or requisition file.
For a commodity or service to be deemed a sole source or sole brand procurement, the
department must submit appropriate documentation, which shall include both correspondence
from the manufacturer or vendor (dated within the past 12 months) asserting its status as sole
source or sole brand and a completed sole source/sole brand memorandum, documenting at least
one of the following:
A. This is the only known vendor or manufacturer reasonably capable of providing a
specific commodity or service to the County.
37
B. This is the only known brand reasonably capable of fulfilling the specific needs of
the County
C. The required commodities or services are sold only through an authorized dealer
that serves Indian River County and no other dealer or distributor may sell within this geographical.
area.
To verify the vendor/manufacturer's statement, the Purchasing Division may post a notice on
Demandstar or similar service, declaring' the County's intent to award a sole source purchase and
enabling other vendors to challenge that designation. This notification ensures due diligence has
been taken in determining sole source/sole brand status.
3.3 COOPERATIVE PURCHASING THROUGH OTHER GOVERNMENTAL
CONTRACTS ("PIGGYBACKING")
i
A. Authority to Enter into Pigglyback Contracts. As an alternative to any competitive
selection process required by this manual, commodities and services may also be procured
through: (1) the use of cooperative purchasing methods utilizing purchase agreements entered
into by other governmental or public entities (local, state, federal, public educational,
cooperatives, etc) following a valid competitive selection process, or (2) directly from vendors
holding a current U.S. General Service's Administration contract. The County shall have the
authority to enter into a piggyback contract if both the vendor and the public procurement unit
agree and the procurement transaction ;was entered into following a valid competitive selection
process. Piggyback purchases shall be allowed without limit for any commodity or service that is
included in the current year budget. For items not included in the current year budget, such
piggyback purchases shall be approved by the Purchasing Manager (up to $25,000), the County
Administrator (up to $50,000), or the Board (up to and in excess of $50,000).
B. Authority to Sponsor, etc Cooplerative Purchasing Agreements. The Purchasing Division
may sponsor, conduct, administer or participate in cooperative purchasing agreements for the
procurement of any commodities or services with one or more other public procurement units.
Such cooperative purchasing may include but is not limited to joint or multiple party contracts
which are made available to other public procurement units.
C. Contract Controversies. Any controversies concerning the award or processing of a
contract which has been entered into on'a cooperative: basis shall be resolved under the terms of
the original public contract, except as modified by the piggyback contract.
3.4 EMERGENCY PROCUREMENTS
When an emergency exists, the Originating Department shall contact the Purchasing Division and
provide adequate justification for making an emergency procurement. Any emergency
procurement exceeding the $25,000 award authority of the Purchasing Manager shall require the
approval of the County Administrator or the Board, along with a written account of the emergency
circumstances from the Director of the Originating Department.
The Originating Department shall provide a written request to purchasing@ircgov.com including
the iustification for the emergency, iproposed vendor, estimated dollar amount. of the
procurement and funding account to facilitate the entry of the requisition and assignment of the
emergency purchase order number. A formal quote is not required. If an emergency is confirmed,
the Purchasing Division shall enter a requisition in MUNIS and assign an emergency purchase
order number. . The ClriginatiRgPepaYtmem shall Y;de a WFitteR „s+ ineluding the
The Originating Department shall make the purchase of the necessary commodities or services
and may be required to update the emergency requisition to reflect the actual description and
cost of the commodities or services.
The Purchasing Division shall issue a "confirming" purchase order to cover the purchase after
receipt of the approved requisition. The Purchasing Manager will forward emergency purchase
requests exceeding $25,000 to the County Administrator for his approval. Approved requests
exceeding $50,000 will be presented to the Board of County Commissioners for ratification.
After Normal Working Hours. The Department Director shall exercise his or her judgment as to
the justification for making an emergency procurement. If justified, the Department shall make
the written emergency purchase request to the Purchasing Division, which shall prepare a
requisition and assign a purchase order number. The Originating Department shall pFepaFe-aR
emeFgeney Fn Fand_11•~ -~d deliver its
ubmit the written emergency purchase order request to
the Purchasing Division on the next working day.
3.5 PROCUREMENT PURSUANT TO EXISTING ANNUAL -TERM CONTRACTS
The Purchasing Manager shall issue annual term contracts for commodities and services (up to
$25,000) or after approval by the County Administrator (up to $50,000) or the Board (up to or in
excess of $50,000).
The Purchasing Manager may renew an annual contract for multiple years, one year at a time,
subject to satisfactory performance, zero cost increase (or as stated in the original contract),
vendor acceptance and the determination that such renewal of the annual contract is in the best
interests of the County, and authority for such renewal(s) is set forth in the contract.
39
..
3.5 PROCUREMENT PURSUANT TO EXISTING ANNUAL -TERM CONTRACTS
The Purchasing Manager shall issue annual term contracts for commodities and services (up to
$25,000) or after approval by the County Administrator (up to $50,000) or the Board (up to or in
excess of $50,000).
The Purchasing Manager may renew an annual contract for multiple years, one year at a time,
subject to satisfactory performance, zero cost increase (or as stated in the original contract),
vendor acceptance and the determination that such renewal of the annual contract is in the best
interests of the County, and authority for such renewal(s) is set forth in the contract.
39
3.6 BLANKET PURCHASE ORDERS
,, 894 -A blanket purchase order may be issued for up to $25,000 for the purchase of
miscellaneous commodities where the quantity cannot be anticipated or where it is not practical
to store all items until they are needed. Single item purchases pursuant to a blanket purchase
order may not exceed $3,500A8A. Capital items may not be purchased on blanket POs. Blanket
purchase orders issued as a result of a bid or piggyback contract (entered into in accordance with
section 3.3), or otherwise approved by the County Administrator (up to $50,000) or the Board (up
to or in excess of $50,000), are exempt from the $25,000 limit and the $1, -. .. n pwFehase
. Blanket purchase orders shall be effective for up to one year, and only for the fiscal year for
which it has been issued. Blanket Purchase orders should be. requested in the full estimated
expenditure for the year.
9. Requests f9F blanket PbIF6ha-_;P_ A-FdERFS, Shall be initiated by eRtFy E)f aA
40
...
.....
W.
40
4
4. COMPETETIVE SELECTION — BIDS
4.1 AT OR ABOVE THE MANDATORY BID THRESHOLD
The Mandatory Bid Threshold is $25,000. Except as set forth in applicable law or this manual,
commodities or services having an estimated value in excess of the mandatory bid threshold shall
be procured through competitive sealed_ bidding; provided that the County Administrator shall be
authorized to enter into a procurement transaction up to $50,000, without competitive selection,
unless otherwise required by applicable law; and provided further that the Board shall be
authorized to approve a procurement transaction in excess of $50,000, without competitive
selection, unless otherwise required by applicable law. A procurement transaction shall not be
artificially divided so as to circumvent'the mandatory bidding process.
4.2 BIDDING PROCEDURES
A. Requisition. Each request for bid number, with the exception of annual bids, must
be accompanied by a completed Solicitation Request Form. TThe Originating Department shall
enter an electronic requisition in MUNIS, including a description of the commodity or service,
estimated cost and identification of any external funding source(s f9F appFeval he Office of
Management and Budget will review for availability of funds, and u.
Upon receipt of #�e—an approved requisition, the
Purchasing Division shall contact the Originating Department and provide a bid number. This
number shall be included on all specifications and bid documents.
B. Bid Documents. The Originating Department shall provide the Purchasing Division
with a copy of specifications and bid documents. The Purchasing Manager shall review the
specifications and bid documents to ensure ease of understanding for bidders, that the
specifications do not unduly restrict open and free competition,
C. Public Notice and Document Release. Public notice of the invitation for bids shall
be given a reasonable time prior to the date set forth in the bid documents for the opening of
bids. Such notice may include publication in a newspaper of general circulation and posting on the
internet on Demandstar, Bidexpress or similar service.- The notice shall provide information on
how bid documents may be obtained.
D. Addenda. Addenda to the bid documents shall be provided to all bid document
holders of record by theOriginatiRg—Depa*neR t#eDeertaF (eF Si; '„�; ,
through the same distribution method as the original documents. A copy
41
shall be provided to the Purchasing Division for its records.
E. Bid Opening.
1. Time of Receipt. Bids must be received by the Purchasing Division no later
than the time and date stated in the invitation for bids. Bids offered or received after this
time shall not be considered. The time stamp in the Purchasing Division used to log receipt
of bids will serve as the official clock for bid receipt. Any bid stamped beyond the
proscribed hour, minute and zero seconds will be considered late.
F. Public Bid Opening. All timely received bids shall be publicly opened by the
Purchasing Manager in the presence of one or more witnesses at the time and place stated in the
invitation for bids. The Purchasing Division shall retain the original bids on file and remaining
copies shall be sent to the Originating Department.
G. Bid Acceptance. Bids shall be accepted without alteration or correction, except as
authorized in this manual. All bids must be signed either in ink or electronically.
H. Bid Review. The Originating Department is responsible for reviewing the bid
responses and making a recommendation for award of the bid. Should the low bidder not be
recommended, a reason must be stated in the written recommendation for award.
I. Verification and References. Prior to award, the Purchasing Division shall
reference the low bidder against the State of Florida's lists of convicted and suspended vendors,
as well as the U.S. Government's System for Award Management database. Provided references
PFGYide4—shaII be verified at the discretion and/or request of the Originating Department.
Additional sources may also be reviewed to aid in determining if the bidder is responsible.
J. Correction, Cancellation or Withdrawal of Bids.
1. Correction of Bids.
a. Correction of Mathematical Errors Prior to Award. Errors in addition
or multiplication of unit prices or in other mathematical calculations may be
corrected by the Director of the Originating Department or Purchasing Manager
prior to award. Bids shall be deemed to be amended to the corrected amount. In all
cases of errors in mathematical computation, the unit prices shall not be changed.
b. Correction of Mathematical Errors after Award. Errors in addition or
multiplication of unit prices or in other mathematical calculations identified after
award may be corrected only with the approval of the Board, and any correction
shall not exceed the amount of the next low bid.
2. Cancellation of Bids. Any time prior to the bid opening date and time, the
Purchasing Manager may cancel or postpone the bid opening, or cancel the invitation for
bids in its entirety.
42
3. Amendment or Withdrawal of Bids.
a. Bid Amendments Prior to Opening. Any bidder may voluntarily
withdraw or amend the bid at any time prior to the bid opening in person, or by
written notice received by the Purchasing Manager prior to the bid opening.
Amendments shall be forwarded to the Purchasing Division prior to bid opening,
sealed and identified with the bid number.
b. Bid Amendments after Opening. After bid opening, bidders may not
amend their bid. Bids shall remain in effect and binding upon the bidder for a
period of sixty days, or such other time period specified in the bid documents.
C. Withdrawal of Bids. If, within 24 hours after Bids are opened, any
bidder files a duly signed written notice with Owner and promptly thereafter
demonstrates to the reasonable satisfaction of Owner that there was a material
and substantial mistake in the preparation of its Bid, that bidder may withdraw its
bid and bid security will be returned. Thereafter, if the work is rebid, that bidder
may be disqualified from further bidding on the work.
#: d. Negotiation. If less than two bids are received, the Purchasing
Division, on behalf of the Department, may negotiate on the best terms and
conditions, prior to recommendation of award.
4.3 AWARD
A. Award Authority. A .bid shall be awarded by written notice to the lowest
responsible and responsive bidder. Awards not exceeding $25,000 may be awarded by the
Purchasing Manager; awards not. exceeding $50,000 may be awarded by the County
Administrator; and, awards exceeding $50,000 shall be awarded by the Board. The Board is
authorized to waive technicalities and irregularities and to reject any and all bids, or any portion of
a bid. After an award is made, the Purchasing Manager shall issue a purchase order or a "Notice
of Award" as applicable. If, within 60 days after bids are opened, or within such other time period
specified in the bid documents, the bid of the lowest responsible and responsive bidder is
withdrawn or not honored, the County may award the bid to the next lowest responsible and
responsive bidder. After 60 days or such other time period specified in the bid documents, the
Board may award to the next lowest responsible and responsive bidder only if the next lowest
responsible and responsive bidder agrees, in writing, to extension of the bid price for the
additional period of time. These processes may be repeated until an award is made to a
responsible and responsive bidder.
B. Tie Bids. If two or more bidders are tied after review by the Originating
Department, in accordance with section 287.087 of the Florida Statutes, preference shall be given
to the bidder with a Drug Free Workplace Program. In cases where a tie still exists, the Board shall
award to the bidder identified as the most responsible bidder based upon any other relevant
factors. If a tie still exists, the winning bidder shall be determined by coin flip. The bidder whose
43
response was received first (as indicated on the Purchasing receipt time stamp and associated log)
shall be assigned "tails".
C. Price Adjustment. Where appropriate, contracts may be awarded with a provision
for upward or downward price adjustments, provided such adjustments were part of the bid
documents. i
D. Cancellation after Award. The Board may cancel a bid award at any time prior to
execution of the contract by all parties, including the County.
I
4.4 ADDITIONAL REQUIREMENTS FOR CONSTRUCTION AND PUBLIC WORKS CONTRACTS
A ---Bid Package Preparation.'
A. _. Fer In Heese—°;oTests. Fey—PFOjeetsmanaged ease, the G.r;giRat+eg
C),Tg+ratiRg—Department. A complete packet of all bid documents including the original
specifications and standardized terms and conditions shall be provided by the Originating
Department to the County Attorney for approval. A copy of the bid documents indicating
approval by the County Attorney 'shall be forwarded to the Purchasing Division for final
review.
P. leets. FeF IaFefeetsFnaRaged baa-seRsultaM7
hat the P-1 _hasiRg Division's
Public Notice. Bids fer Rr+r,,,.+i,,., „ ddhri,.. ONG p dada+ that ; ted +„
cert w,,,.o +h -an the +hre-Sheldd a.m. A -will be advertised as set forth in Florida Statute
255.0525(2) and Indian River County Code paragraph 105.04.,
least 5 days PFiGF to any scheduled pFe -bed- eienfereFwe, and (b) se-lie-itatio-As fqF pFejeets
Indian R*YeF &)HRty at least 30 days PFi9F W the bid epeRiRg date, and at least 5 dayS PFiEW
to any scheduled r e laid- Rfereinee,
B. Recommendation for Award.
or,aio,.+E 44 -The Purchasing Division's -FespeRsibi4"will
review the Originating Department's recommendation for Award and prepare an agenda
44
item for submission to the Board. Should the Originating Department prefer to prepare an
Agenda Item due to complexity of the bid, the item shall be routed through the Purchasing
Division prior to finalization.
If a proposed or sample contract is included in the agenda item, the
Originating Department is responsible for routing the proposed contract through the office
of the County Attorney. The written recommendation should only request permission for
the Board Chairman to execute the contract if the proposed or sample contract is included
with the agenda item. A contract must be executed by the other party prior to submission
to the Board Chairman to sign.;
If a proposed or sample contract is not included in the agenda item, it shall
be the Originating Department's responsibility at a later date, to prepare an agenda item
requesting execution by the Board Chairman, to route the agenda item for required
approvals, and to present the item at a Board meeting. A contract must be executed by
the other party prior to submission to the Board Chairman to sign. A copy of the agenda
item materials and the executed contract shall be provided to the Purchasing Division for
its records.
If sed sample c;9RtFacA is not iRelude d in the eRda item. it shall
appFgyalsi
+ts reeer�s.
G.
Notice of Award. Upon Board approval, the Purchasing Division shall send aha
notice of award to the successful bidder and request submittal of two copies of the contract
approved by the Board (if applicable), any required certificate(s) of insurance and bond(s). 4—a
pFepesed 9F sample GeptFaet was i; the ageRda item appFeved by the ReaFd, the
45
..
If sed sample c;9RtFacA is not iRelude d in the eRda item. it shall
appFgyalsi
+ts reeer�s.
G.
Notice of Award. Upon Board approval, the Purchasing Division shall send aha
notice of award to the successful bidder and request submittal of two copies of the contract
approved by the Board (if applicable), any required certificate(s) of insurance and bond(s). 4—a
pFepesed 9F sample GeptFaet was i; the ageRda item appFeved by the ReaFd, the
45
�C. Certificates of Insurance/Bond(s). Upon receipt of certificate(s) of insurance,
bond(s), and contracts executed by the contractor, the Purchasing Division shall submit the
certificate(s) of insurance to the County, Risk Manager for approval and the bond(s) to the County
Attorney for approval. After approval of the, bond(s), :the Purchasing Division or the contractor
shall record the bond(s) in the public irecords, if appropriate, and send copies of the bond(s),
certificate(s) of insurance and the original executed contracts to the Originating Department. The
Originating Department shall be responsible for proper routing and submission of the contracts for
the Board Chairman's signature.
D. Notice of Award. Public Construction Bond.
1. Public Construction Bond Required on any Construction Contracts Equal to
or in Excess of $100,000. A public construction bond shall be required on any construction
or public works contract for a project costing $100,000, or more. Such bond shall be
provided by a surety company ;authorized to do business in the State of Florida. An
alternative form of security may be provided in the form of cash, a money order, a certified
check, a cashier's check, an irrevocable letter of credit, or other form of security permitted
by Florida Statute 255.05(7), in a form acceptable to the County Attorney and the County
Budget Director. '
2. Bond Must be Delivered Prior to Issuing Contract Document. If required, a
public construction bond or other form of security shall be delivered to the County prior to
execution of the contract. All public construction bonds shall be recorded with the Clerk of
the Court by the Purchasing Division or the contractor prior to commencement of the
project.
F--. E. Executed Contract. The Originating Department shall be responsible for returning a
fully executed original contract to the vendor and shall prepare and send a notice to proceed to
the contractor when appropriate. An electronic copy of the fully -executed agreement shall also be
provided to the Purchasing Division for the Bid folder.
G. Forfeiting of Bonds.
Default by Contractor. All contracts for construction services shall contain a clause
providing for termination upon default 'of the contractor and providing that in such cases the
surety company shall bear responsibility for the completion of the contract, or if no surety
company has provided a performance bond, the County may claim the alternative security and use
such funds for the completion of the contract.
H. Termination for Convenience. All construction contracts shall contain clauses
providing for the termination of the contract for convenience of the County, and shall prescribe
methods by which the contractor may calculate the cost of work already performed and
termination settlement costs.
I. Indemnification. All construction contracts shall provide that the contractor (or
other appropriate party) shall indemnify and hold harmless the County, and its ef#ieeFS
46
Commissioners and employees, from liabilities, damages, losses and costs, including, but not
limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or
intentional wrongful misconduct of the contractor .(or other appropriate party) and persons
employed or utilized by the contractor (or other appropriate party) in the performance of the
construction contract.
4.5 WORK ORDERS/AUTHORIZATIONS
A. Work Orders/Authorizations for continuing services agreements previously
approved by the Board may be executed by the County Administrator, if within his defined
authorization limits and if not prohibited within the agreement.
I
B. If not prohibited within the agreement, minor work authorizations under $15,000
may be entered through a Purchase Order requisition referencing the contract number. No Work
Order number will. be assigned and payment will be made by standard PO procedures, rather than
contractual payments. Purchase Orders'will not be used in place of work orders/authorizations
exceeding $15,000.
4.6 CHANGE ORDERS
A. Applicability. Modifications may be made to an executed contract, which do not
substantially alter the character of the work contracted, and which do not vary substantially from
the original specifications as to constitute a new undertaking. Such changes must be reasonably
viewed as being in fulfillment of the original scope of the contract and must be clearly directed to
the achievement of a more satisfactory result or to the elimination of work not necessary.
B. Purchasing Manager Authority. The Purchasing Manager is authorized to approve
change orders to contracts executed under the Purchasing Manager's authority, provided the
criteria in paragraph A above are met; and the total value of the contract does not exceed
$25,000.
C. County Administrator Authority, The County Administrator is authorized to approve
and authorize change orders which fit the criteria in paragraph A, above, where the net
modification in the contract amount does not exceed $5,000, unless contract was initially awarded
solely under the Purchasing Manager or County Administrator's authority ($50,000 threshold) and
the total value of the contract still does not exceed $50,000.
D. All other change orders must be formally approved by the Board.
E. Change orders shall not be artificially distributed or divided to avoid the
requirement to present the approval to the Board.
4.7 DIRECT PURCHASE
47
A. In compliance with F.S. 212.08(6) and FAC Rule 12A-1.094, the County may utilize
owner direct purchase of materials for Public Works projects to reduce project cost through the
elimination of sales tax.
48
5. COMPETITIVE SELECTION - RFP/RFQ
5.1 REQUEST FOR PROPOSAL (RFP)
If it is not practical or advantageous to procure any specific commodity or service by competitive
sealed bidding, a request for proposals may be used.
A. RFP Process. An RFP is characterized by a description of the desired objective and
a statement of evaluation criteria. RFPs may include a request for price, to be considered in
accordance with the evaluation criteria. Except as modified by applicable law or this manual, RFPs
shall be advertised, received, opened and processed, and shall be corrected, withdrawn and
cancelled, in the same manner as bids discussed in section 4.
1. Evaluation Criteria. The RFP shall state the evaluation criteria and the
relative importance of each evaluation criterion, including price, if applicable. Only criteria
set forth in the request may be used to evaluate the proposals submitted.
2 r,,.,,,.,,;++,,,,Selection Committee ("Committee"). Ae evalwAiRA
wee Committee shall be appointed by the County Administrator. The 2tieR
Committee shall be comprised of not less than three and not more than seven members. A
majority of members shall constitute a quorum.
3. Review of Proposals. The rividuatien-Committee shall review all proposals
submitted in response to the RFP, and shall make a recommendation for award, based
upon the evaluation criteria.
4. Non -Public Proceedings of the EvaWa#ep-Committee. If the €;aa+eR
Committee (a) meets to discuss negotiation strategies, or (b) meets with a proposer for the
purpose of hearing a presentation, conducting discussions and asking questions, or
conducting negotiations, such meetings may, at the election of the County, be held in
private; provided, however, that a complete recording shall be made of any non-public
portion of the meetings, and no portion of the non-public meetings shall be held "off the
record." The recording of the non-public portion of the meetings shall be considered a
public record, under chapter 119, Florida Statutes, which is exempt from production to the
public until such time as the County provides notice of an intended decision, or until 30
days after opening of the proposals, whichever occurs earlier.
5. Negotiation of Proposals. The County may negotiate with any proposer to
revise, value engineer, etc any proposal, provided the revisions do not amount to a
49
substantial and material change to the proposal, and provided that such revisions do not
unfairly affect other proposers.
6. Award of Proposals. The Originating Department shall be responsible for
preparing an agenda item submitting the committee's recommendation to the Board for
approval. A copy of the agenda ,item and all supporting documentation shall be provided
to the Purchasing Division prior to submission to the Board. The award shall be made to
the most responsive and responsible proposer whose proposal is determined to be the
most advantageous to the County, based upon.the evaluation criteria.
5.2 REQUEST FOR QUALIFICATIONS (RFQ)
Certain professional services are required by the Consultants' Competitive Negotiation Act to be
procured by the use of a Request for Qualifications (RFQ). An RFQ may also be used to procure
professional services not covered by the Consultants' Competitive Negotiation Act.
A. RFQ Process. An RFQ is characterized by an invitation to professionals to submit a
summary of their qualifications to perform a general or specific job or service. If the RFQ is subject
to the Consultants' Competitive Negotiation Act, the County shall select no less than three
professionals for discussions and, if requested by the County, for presentations. After staff
recommendation and approval by the Board, the County shall enter into negotiations for a
contract with the most qualified profession aI(s). RFQs shall be governed by the Consultants'
Competitive Negotiation Act, to the extent applicable. Except as modified by applicable law or this
manual, RFQs shall be advertised, received, opened and processed, and shall be corrected,
withdrawn and cancelled, in the same manner as bids discussed in Section 4.
B. Evaluation Criteria. The qualifications of each firm responding to an RFQ subject to
the Consultants' Competitive Negotiations Act shall be determined in accordance with the criteria
set forth in the Act, including, without limitation, the professional ability of personnel; whether
the firm is a certified minority business enterprise; past performance; willingness to meet time
and budget requirements; location; recent, current and projected workloads; and the volume of
work previously awarded to each firm by the County, with the object of effecting an equitable
distribution of contracts among qualified firms, provided such distribution does not violate the
principle of selection of the most highly qualified firms. The qualifications of each firm responding
to an RFQ which is not subject to the Consultants' Competitive Negotiations Act shall be
determined in accordance with the criteria set forth in the RFQ.
C. €valaatiOR G94,,-�Selection Committee ("Committee"). A44 bion
ECommittee shall be appointed by the County Administrator. The Committee shall be
comprised of not less than three and not more than seven members. A majority of members shall
constitute a quorum. . .
D. Review of Qualifications. The €oai-ation Committee shall review the submittals of
all firms responding to the RFQ. If the RFQ is subject to the Consultants' Competitive Negotiations
Act, the Eval, iatit;R Committee shall select at least three firms (short list) for further discussions.
50
E. Non -Public Proceedings of the -,�a T Committee. If the €valetinp Committee
(a) meets to discuss negotiation strategies, or (b) meets with any firm responding to the RFQ for
the purpose of hearing a presentation, discussions and asking questions, or negotiations, such
meetings may, at the election of the County, be held in private; provided, however, that a
complete recording shall be made of any non-public portion of the meetings, and no portion of
the non-public meetings shall be held "off the record." The recording of the non-public portion of
the meetings shall be considered a public record, under chapter 119, Florida Statutes, which is
exempt from production to the public until such time as the County provides notice of an intended
decision, or until 30 days after opening of the proposals, whichever occurs earlier.
F. Ranking of Firms. The €uaiCommittee, after any discussions with and/or
presentations by each short listed firm, shall vote on the final ranking. The ranking of firms shall
indicate the mien Committee's determination of the firms that are most highly qualified to
perform the required services.
G. Ranking Reported to the Board. The mien Committee's ranking of the firms
shall be submitted to the Board through the County Administrator by the Originating Department.
Upon final ranking and selection by the Board, the Originating Department shall proceed with
negotiations; provided, however, that if the estimated value of the services is $25,000 or less, the
Purchasing Manager, in consultation with the Originating Department, may determine final
ranking and selection, and if the estimated value of the services is $50,000 or less, the County
Administrator, in consultation with the Originating Department, may determine final ranking and
selection,
H. Negotiations. The Originating Department shall negotiate with the firms in the
order and manner set forth in the Consultants Competitive Negotiation Act, which generally
requires that the Originating Department first negotiate with the most qualified firm. If
negotiations are not successful, the Originating Department shall formally terminate negotiations
with the most qualified firm, and shall commence negotiations with the second most qualified
firm. If negotiations are not successful, the Originating Department shall formally terminate
negotiations with the second most qualified firm, and shall commence negotiations with the third
most qualified firm. If the County is unable to negotiate a satisfactory contract with any of the
selected firms, the County may select additional firms responding to the RFQ in the order of their
competence and qualification and continue negotiations in the same manner until an agreement
is reached.
I. Award of Contract. At the conclusion of successful negotiations, a contract,
approved by the County Attorney, shall be submitted to the Purchasing Manager (up to $25,000),
the County Administrator (up to $50,000) or the Board (up to and in excess of $50,000) for
approval. A copy of the executed contract shall be transmitted to the Purchasing Division for the
permanent file.
5.3 RANKING OF FIRMS IN RFP AND RFQ PROCESS
51
The ranking of firms in an RFP or RFQ process shall be done in the following manner, unless
otherwise specified within the RFP or RFQ: (a) the RFP or RFQ solicitation documents shall list the
evaluation criteria and assign a maximum number of points available for each criterion. The total
maximum number of points available, for all criteria shall be 100, (b) each member of the
era #ieR ECommittee shall evaluate each firm by assigning a number of points for each criterion
and then totaling the number of points for all criteria, (c) each eemmittee-Committee member
shall then rank the firms on the basis of the total number of points received for all criteria, with
the firm receiving the most points being ranked # 1, and (d) the rankings received by each firm
from all eCommittee members shall then be totaled and divided by the number of committee
members, to produce an average cranking. The firm receiving the lowest average ranking (ie.,
closest to # 1) shall be ranked the # 1 kfirm, and the process repeated until all firms have been
ranked according to their average ranking. In the event of a tie, the ranking of the tied firms shall
be determined by a comparison of the total number of points received by each firm for all criteria
from all committee members. The firm with the highest number of points will be awarded the
cher ranking position. The Committee may discuss the rankings and their reasons behind them,
and each member may modify their ranking of firms accordingly.
After interviews in an RFQ process (or in an RFP process, if interviews are held), and based upon
information learned.during the interviews, each wee -Committee member May GhaAge
er her Fapl(ing of fwill rank the firms in order of preference and a consolidated final
committee ranking established.
The evaluation process shall continue until the evaluatiep eemmittee Committee declares the
rankings final.
5.4 PROPOSALS FOR PUBLIC-PRIVATE PARTNERSHIP (P3)
In accordance with F.S. 255.065, the County may solicit or accept proposals for public—private
partnerships. Solicited proposals shall be submitted in the format dictated in the solicitation.
Unsolicited proposals may be submitted'electronically to purchasing@ircgov.com, noting
"unsolicited proposal per F.S. 255.065" in the subject; or by delivery of a hard copy or other
electronic method (thumb drive, CD, etc:) submitted in a sealed envelope to the Purchasing
Division,.with the same title notation clearly indicated on the outside of the envelope. No initial
application fee is required, however, the County reserves the right to request one in accordance
with F.S. 255.065(3)(a)3. '
6. SUMMARY OF PROCUREMENT
The following is a summary of the aboveprocurement requirements.
A. Less than $4GW3,500. Quotes are not required; blanket purchase orders are
permitted; emergency purchase orders are permitted; sole source procurement permitted; sole
brand procurement permitted; annual term contracts permitted; cooperative purchasing
(piggyback) permitted; Bid/RFP/RFQ permitted, but not required. The Purchasing Manager,
County Administrator and the Board have authority to approve procurements less than $3,5800.
52
B.F9R; $1,0 W $4,099.09. Three -(31 quetes-a Fe FequiFediin Fequis+tion; blanket
;
ffeGUFeMeRtS fFeR; $1000 t9 $4,999.99.
C. From $&;ABA -3,500 to $25,000. Three (3) quotes required to be attached to the
requisition; blanket purchase orders are permitted; emergency purchase orders are permitted;
sole source procurement permitted; sole brand procurement permitted; annual term contracts
permitted; cooperative purchasing (piggyback) permitted; Bid/RFP/RFQ are permitted, but not
required. The Purchasing Manager, County Administrator and the Board have authority to
approve procurements from $&000-3,500 to $25,000.
D. From $25,000 to $50,000. Emergency purchase orders permitted; sole source
procurement permitted; sole brand procurement permitted; annual term contracts permitted;
cooperative purchasing (piggyback) permitted; Bid/RFP/RFQ are required, unless waived by
County Administrator or Board, or required by applicable law. The County Administrator and the
Board have authority to approve procurements from $25,000 to $50,000.
F. Over $50,000. The Board must approve all procurements; Bid/RFP/RFQ required,
unless waived by the Board, if allowed by applicable law.
G. Construction Proiects Over $100,000. Public construction bond required for
construction contracts.
53
7. PROTEST PROCEDURE
7.1 RESOLUTION OF PROTESTS '
Any actual or prospective bidder or proposer who is aggrieved in connection with a competitive
selection process may protest to the Purchasing Manager. The protest shall be submitted to the
Purchasing Manager in writing within seven (7) calendar days after the bidder or proposer knows
or should have known of the facts giving rise to the protest.
A. Decision. The Purchasing Manager shall promptly investigate the basis of the
protest and, after consultation with the Originating Department, the Office of the County Attorney
and any other person or entity deemed necessary by the Purchasing Manager, shall issue a
decision in writing. A copy of the decision shall be furnished immediately to the protestor and any
other party determined by the Purchasing Manager to be directly affected by the decision. The
decision shall:
1. State the decision and the basis for the decision, and
2. Set forth the protestor's right to administrative review.
B. Administrative Review. If the protestor disagrees with the decision of the
Purchasing Manager, the protestor may appeal the decision to the Board. Written notice of such
appeal shall be submitted by the protestor to the Purchasing Manager within seven (7) calendar
days of receipt of the Purchasing Manager's decision. The Board shall consider the appeal with
reasonable promptness, and may address the appeal at the same time that it considers the
Bid/RFP/RFQ award.
C. Stay of Procurements During Protests. In the event of a timely protest, the County
shall not award the contract until the administrative appeal is resolved as set forth in paragraphs A
and B above, unless the County Administrator or the Board determines that the award must be
made without delay in order to protect the substantial interests of the County.
54
8. EXCESS/SURPLUS ASSET DISPOSITION
The Purchasing Division shall maintain an electronic list, accessible to all County employees, of
excess assets and other items in working condition that may be usable to another department.
This list shall be periodically submitted to the Board for approval to declare the assets surplus and
to remove the assets from inventory.
Once declared surplus by the Board, the Purchasing Division shall transfer or sell the assets
through any method consistent with the laws of Florida or applicable County policies.
The Capital Asset Policy is managed by the Finance Department and approved by the County
Administrator and can be referenced along with this section.
55
8. PURCHASING CARD PROGRAM
The Purchasing Card Program is administered by the Director of the Office of Management &
Budget and is designed to improve efficiency in processing small dollar purchases from any vendor
that accepts the credit card. This program allows cardholders to purchase approved commodities
and services directly from vendors. Each purchasing card is issued to a named individual, and
Indian River County is clearly shown on the card as the governmental buyer of the goods/services.
9.1 AUTHORIZATION
The purchasing card system simplifies the procurement/disbursement process. Procurement
responsibility is delegated to the ordering department enabling an authorized cardholder to place
an order directly with the vendor.
When the purchase authorization is req Iuested by the supplier at the point. of sale, the purchasing
card system validates the transaction against preset limits established by the employee's
department and approved by the Purchasing Card Administrator. All transactions are approved or
declined (electronically) based on the Ipurchasing card authorization criteria established. The
authorization criteria may be adiusted periodically as needed and may include. but are not limited
to, the following:
A. Number of transactions allowed per day.
I
B. Number of transactions allowed per month.
I
C. Single purchase limit (not to exceed $1,500 — capital items may not be purchased
on credit cards). i
D. Monthly spending limit (riot to exceed $2,500.00).
E. Approved merchant category codes.
The authorization process occurs through the electronic system that supports the purchasing card
processing services under the agreement established between Indian River County and the
financial services provider.
9.2 RESPONSIBILITIES
The following is a summation of the responsibilities of the individuals and organizations involved
in the purchasing card system: 11
56
A. Cardholder
1. Hold and secure purchasing cards.
2. Order materials and services. ,
3. Inform vendor of tax-exempt status prior to processing sale transaction.
4. Obtain all sales receipts and forward to the Department Purchasing Card
Representative for authorizing approval.
5. Identify disputed charges.
B. _ _ _ Department Purchasing Card Representative.
1. Review charges daily and sign authori;
account numbers.
3. Assist department`cardholders with disputed items.
4. Obtain signature from Department Head.
5. Forward all charge receipts and necessary documentation to Finance daily.
Ensure that all receipts for a given month are forwarded to Finance no later
than five working days after month end.
6. Collect cards from cardholders that end or transfer employment and notify
the Purchasing Card Administrator.
7. Notify the Purchasing Card 'Administrator of terminated employees
immediately.
C. Department Head or his/her designee.
1. Request purchasing cards for designated employees.
2. Set departmental and cardholder spending limits within established
guidelines.
3. Designate Department Purchasing Card Representatives.
4. Review and sign charge receipts.
D. Purchasing Card Administrator
1. Approve requests for purchasing cards submitted by Department Head.
2. Coordinate issuance and cancellation of cards.
3. Coordinate program policy issues.
4. Participate in ongoing program reviews.
5. Participate in resolving billing disputes.
6. Coordinate and maintain internal controls.
7. Maintain procedures and cardholder guides/manuals.
S. Conduct periodic operational and compliance audits.
E. Finance
1. Receive approved charge receipts from all cardholders.
2. Confirm that all charges are authorized by Department Head or his/her
designee.
3. Reconcile consolidated statement, and notify departments and Purchasing
Card Administrator when approved charge receipts are not received.
57
4. Pay all monthly charges from consolidated statement.
5. Process accounting data.
6. File and store statements, receipts, etc.
6. Upon request, provide weekly or monthly statements to the Department
Head or his/her designee.
7. Report failure of departments to promptly turn in receipts to the Purchasing
Card Administrator, as well as any other violations of the Purchasing Card
Policy. {
{
F. Purchasing Division
1. Pursue supplier discount opportunities
2. Evaluate purchasing card feedback from suppliers and cardholders.
3. Provide traininp, to all new cardholders and refresher training classes as
needed.
•I
9.3 PROCEDURES:
A. Assignment and Control of the Purchasing Card
1. Requests for and issuance of ourchasine cards
a. Purchasing! cards will be issued to individual employees, County
Officers, and elected officials who frequently purchase goods/services in single
purchase amounts of less than $1,500.00. r_o.,o..11„ these "„ the in di, idd.w.
WhE), Aefere theparshasin-eard 0 r$e aM,—e€ten usepetty eash ni^' ^^.1-a'
b. The purchasing card will have the employee's name and employee
ID# issued by the County, the County's name, the County's tax exemption number,
and the expiration date. No credit records, social security numbers, etc., of the
cardholder will be maintained.
C. All requests! for purchasing cards must be made by the Department
Head by using the Purchasing Card Request/Certification/Receipt form.
d. All requests for new cardholders or for changes to current
cardholders will be made by completing the top portion of and submitting a
Purchasine Card Rea uest/Certification/ Receipt form to the Purchasine Card
e. When the Purchasing Card Administrator receives a purchasing card
from the issuing card company for a cardholder, the cardholder will be required to
Personally take receipt of the card and sign the Purchasing Card Acceptance and
Cardholder Agreement. The Purchasing Division will provide training and a copy of
the Purchasing Card Procedures Guide to the cardholder.
f. The Purchasing Card Administrator will notify the requesting
department and the Finance Office upon the issuance of all purchasing cards.
58
2. Lost or Stolen Purchasing Cards
a. If a purchasing card is lost or stolen, the cardholder or department
representative must immediately notify the financial service provider and the
Purchasing Card Administrator.
b. The cardholder will be responsible for reporting all information
necessary to reduce the liability to the County for a lost or stolen card.
3. Termination or Transfer of Cardholder
i
a. When a cardholder ends employment, leaves office, or is transferred
to another department,!the Department Head (as applicable) must notify the
Purchasing Card Administrator immediately, collect the purchasing card, cut it in
half, and submit the cardio the Purchasing Card Administrator.
b. If the department is unable to collect the purchasing card when an
employee terminates, the Department Head must immediately notify the
Purchasing Card Administrator. The Purchasing Card Administrator will ensure that
the card is cancelled.
B. Limitation on Use of Purchasing Cards
I
1. Cardholder Use Only. The purchasing card may be used only by the
cardholder whose name is embossed on the card. No other person is authorized to
use or maintain a record of the card. Any individual discovered to be using another
Person's issued card is' subiect to disciplinary action, up to and including
termination.
2. County Purchases 'Only. The purchasing card is to be used for County -
authorized purchases only. The purchasing card cannot be used for any personal
use. Any such use will `require immediate reimbursement and may result in
disciplinary action, which may include dismissal.
3. Dollar Limitations
a. The Department Head (as applicable) approving the assignment of a.
purchasing card will set two limits for each cardholder; a single purchase limit and a
30 -day limit. The maximum limits shall be $1;500.00 for a single purchase and
$2,500.00 during the 30 -day billing cycle. A Department Head may set limits lower
than this if necessary. Requests for spending limit changes must be initialed and
authorized by the Department Head (as applicable) and submitted to the
Purchasing Card Administrator. Elected officials and County Officers shall be
entitled to the maximum amounts set forth in this policy as it may be amended
from time to time.
59
b. A purchase may include multiple items, but the total cannot exceed.
the cardholder's single -purchase limit. Payment for purchases shall not be split to
stay within the single purchase limit.
4. Other Conditions
a. Sales taxes (including tourist taxes in the State of Florida) may not be
charged by the vendor with the exception of out-of-state travel). If requested,
provide the vendor with the County's sales tax exemption certificate.
I
b. If an item is not immediately available, no back ordering is allowed.
i
5. Prohibited Uses of Purchasing Cards
a. Vendors that will accept Purchase Orders
b. Gasoline or oil (unless cardholder is approved for travel expenses)
C. Vehicle repairs or similar' services
d. Travel expenses, unless cardholder is approved by the Purchasing
Card Administrator for travel expenses.
e. Training expenditures requiring a travel authorization form, unless
cardholder is approved by the Purchasing Card Administrator for travel
expenses. j
f. Cash advances
g. Inventory stock items
h. Food/Restaurants, unless the cardholder is specifically approved for
this use by the Purchasing Card Administrator
L Capital Items ($1,000 or more)
When department annual needs for like items/services or purchases
from the same vendor exceed $1,500.00 annually.
k. Any additional goods/services specifically restricted by the
Purchasing Division or the department.
I. Telephone calls
M. Personal items
n. Invoices fo-r previously purchased/ordered/received goods and/or
services +
o. Anv services requiring Licensure with the State/Building Division
and/or liability insurance as required by the Administrative Policy.
P. Registration' for courses, including online courses, unless a travel
voucher is submitted with receipt through Budget.
6. Travel Expenses
60
Administrator to charge travel related expense to their purchasing cards.
I
b. Expenses for registration, hotel rooms (lodging) and related parking
and resort fees car rentals and airfare are allowed for such cardholders.
C. All travel related expenses must be. for official County business and
must be made in accordance with Section 112.061, Florida Statutes.
1
d. All cardholders must follow County policies on travel expense in
addition to the Purchasing Card Policy. (e.g., completing Travel Approval Prior to
Trip Form before making any charges on the Purchasing Card).
i
e. Only travel expenses for the cardholder are authorized. Charges
shall .not be made for any.other employees or travelers other than the cardholder.
C. Procedures for Making and Paving for Purchases
1. Online and Telephone Orders
a. The cardholder shall ensure a copy of the receipt is obtained.
Packing slips are not sufficient documentation @Rd YAM ^^'y be oeFFAw4Pd iR
FeGe4pt.
I
b. Receipts should identify the merchandise purchased. If the
merchandise is not sufficiently identified on the order confirmation. or receipt
provided by the merchant, the cardholder should describe the merchandise
sufficiently enough for the Department Director to determine that the purchase
was for County purposes.
C. The receipt will be forwarded to Finance with the proper
authorization signatures on a daily basis, and no later than five business days after
the purchase. I
2. Missing Documentation
Where supporting documentation is missing, the cardholder must contact the
vendor and request a duplicate receipt. If the cardholder is unable to obtain
documentation, a description of the purchase must be attached. Continued
incidents of missing documentation may result in the cancellation of the
employee's purchasing card and/or disciplinary action.
3. Payment and Invoice Procedures
61
R
a. The purchasing card company will provide one consolidated
statement for all cardholders to Finance. This Statement of Account will list all
transactions processed during the previous 30 days.
i
b. Finance will review the statement and receipts, noting any errors
and notifying the departments of any discrepancies. The department will determine
whether to dispute the': item in question. If the item is disputed, follow the
procedures below. All items must be. resolved within five (5) working days of
notification by Finance. l
D. Disputes
1. If items purchased with the purchasing card are defective, the cardholder
must return the item(s) to the vendor for replacement or credit. If the service paid
for with a purchasing card is faulty, the vendor must be notified and asked to
correct the situation or provide a credit. If the vendor refuses to replace or correct
the faulty item or service, the purchase will be considered in dispute.
E. Review of Purchases by Departments
1. Because of their knowledge of. the iob responsibilities and requirements,
Department Heads or designees are required to review each purchasing card
expenditure (item purchased, amount and vendor) to ensure the goods/services
were necessary and for official use.
I
2. When the Department Head is not satisfied that the purchase was necessary
and for official use, the cardholder must provide either a credit voucher proving the
item(s) were returned for credit or a personal check for the full amount of the
purchase. Checks must be sent to Finance with an explanation and account
number to credit. A copy! of the check and explanation must be forwarded to the
Purchasing Card Administrator.
3. Serious or repeated misuse of the purchasing card will result in the
revocation of the card. Employees incorrectly using their purchasing card will be
disciplined by the Department Head/ manager as necessary.
4. To help the departments in their reviews, management reports will be
available from the Purchasing Card Administrator or Finance.
F. Abuse/Violations
1. Participation in the Indian River Countv Purchasing Card Program is a
convenience that carries responsibilities along with it. Although the card is issued
in a cardholder's name, it is Countv property and should be used with good
judgement. Improper use of the card can be considered misappropriation of
Countv funds which may result in disciplinary action, up to and including
62
termination. Cardholders are expected to comply with internal control procedures
in order to protect County assets. This includes keeping receipts, providing the
receipts to Finance within three business days, resolving discrepancies and
following proper card security measures.
2. The Department Purchasing Card Representatives and Department Heads
should notify the Purchasing Card Administrator if a cardholder abuses the program
or violates the procedures.
3. The Purchasing Card Administrator will conduct operational and compliance
audits to determine if the program is being abused or procedures are being
violated.
4. Misuse of the Purchasing Card may result in disciplinary or other
appropriate action. Repeated misuse and violations will result in revocation of
Purchasing Card privileges and may result in termination of employment for cause.
5. Abuse, misuse, and violations include, but are not necessarily limited to the
following:
a. Purchase(s) made exceeding single item or monthly purchase limit.
b. Use of card for unauthorized or prohibited. items/services (See
9.3.B.5).
c. Multiple transactions to circumvent Purchasing procedures.
d. Failure to provide proper documentation, receipts, invoices, etc.
within five business days.
e. Purchase of Capital Outlay items.
f. Purchase from vendors which create a conflict of interest.
9. Personal charges.
h. Allowing another person to use the card.
i. Failure to report a lost or stolen card in a timely manner.
6. The following steps will be taken to address misuse/abuse/violations:
a. First Offense: Cardholder and supervisor will be notified verbally of
the violation.
b. Second Offense: Cardholder will receive written notice of violation
through his or her supervisor.
C. Third Offense: Purchasing Card privilege will be revoked and
additional disciplinary action may be taken by the department.
63
CONSENT
BCC Meeting July 17, 2018
INDIAN RIVER COUNTY, FLORIDA
AGENDA ITEM
Assistant County Administrator /
'otv� Department of General Services
Date: July 3, 2018
To: The Honorable Board of County Commissioners
Through: Jason E. Brown, County Administrator
From: Michael C. Zito, Assistant County Administrator
Subject: Amendment Number 1 to Work Order Number 5, Masteller & Moler, Inc.
Hobart Park Baseball Fields — IRC -1759
BACKGROUND/ANALYSIS: I
On October 24, 2017, the Board of County Commissioners approved a 3 -month extension between Indian
River County and Masteller & Moler, Inc. to an existing Continuing Contract Agreement for Professional
Services, dated November 4, 2014.
i
On January 9, 2018, the Board of County Commission approved professional services as outline in Scope of
Services of Work Order No. 5. with Masteller & Moler, Inc. for the 58" Avenue Ballfield Renovation and
Expansion Project for Parks and Recreation improvements. The professional services set forth in existing
Work Order Number 5, was effective January 9, 2018.
I
This Amendment 1 to Work Order Number 5 amends the Work Order for redesign from two (2) story to one
(1) story concession facility/press box. Over the course of the design phase, the second story became cost
prohibitive. The press box will be distanced from fields 2 & 3 diminishing the use of the press box. Staff,
also eliminated the need for a lift or elevator to the second story. Additionally, this change order will
include designs for extension of power to various other fixtures including sewage lift station, irrigation
pump facility, scoreboard, flagpole, adding a new fire hydrant and batting cage lights. The Fire Prevention
office also informed of the requirement to add a new fire hydrant, which is also included in the proposed
change order.
FUNDING:
Funding is budgeted and available in the MSTU Fund/Parks/58th Avenue Ballfield Renovation &
Expansion account. Work Order No. 5, was approved for $66,025. This change order will increase
expenditure by $13,165. Funding for this project is provided by the "Windsor donation fund" to be
used specifically for recreational purposes. -
C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@8C2F9192\@BCL@8C2F9192.doc
64
Description
Account Number
Amount
Work Order #5
MSTU Fund/Parks/581h Avenue Ballfield
00421072-066510-18001
$66,025
Renovation & Expansion — Work Order 5
Amendment 1 to
MSTU Fund/Parks/58th Avenue Ballfield
00421072-066510-18001
$13,165
Work Order #5
Renovation & Expansion —Work Order 5
Total:
1 $79,190
C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@8C2F9192\@BCL@8C2F9192.doc
64
Page 2
Amendment Number 1 to Work Order Number 5, Masteller & Moler, Inc. Hobart Park Baseball
Fields — IRC -1759
July 3, 2018
RECOMMENDATION:
Staff respectfully recommends approval of Amendment Number 1 to Work Order Number 5, Hobart Parks
Baseball Fields — IRC -1759 with Masteller & Moler, Inc., authorizing the professional services as outlined
in Exhibit A, and request the Board authorize the Chairman to execute Amendment 1 to Work Order
Number 5.
ATTACHMENT:
Amendment Number 1 to Work Order Number 5, Hobart Park Baseball Fields — IRC -1759
DISTRIBUTION:
Masteller & Moler, Inc.
David Fleetwood, Parks Division Superintendent
Mike Redstone, Recreation Manager
C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@8C2F9192\@BCL@8C2F9192.doc
65
MJ MASTELLER & MOLER, INC.
M, CIVIL ENGINEERS
July 2, 2018
Mr. Michael C. Zito, Assistant County Administrator
Indian River County, Florida
180027 1h Street
Vero Beach, Florida 32960-0310
RE: Indian River County Project # 1759, -
Hobart Park Baseball Complex Improvements
58th Avenue & 77th Street
Indian River County, Florida
Dear Mike:
As we have developed the designs for the Hobart Park Baseball Complex there have several changes
and/or additions to the scope of services and other designs that need to be completed to assure the
project upon completion will function properly.
Specifically, after creating the designs for a two (2) story concession facility / press box, Donadio &
Associates, Inc. was asked to amend the design to a one (1) story structure with expanded restroom
facilities.
Treasure Coast Engineering, Inc. (TCE), the project electrical and mechanical engineer, performed
additional services to change their design to support the building from the two (2) story to one (1) story
design as well. in addition, we have asked TCE to perform designs for extension of power to various other
fixtures including the sewage lift station, irrigation pump facility, scoreboard, flagpole, and batting cage
lights.
Irrigation design was not in our original scope; however, we feel it essential to include designs for that
work as well to support irrigation of the new fields and landscape buffers as applicable. We propose to
use the services of Michael Clark, Clark Irrigation Design & Consulting, Inc.
Masteller & Moler, Inc. has performed services to coordinate the above-described design changes
including especially the design services for the irrigation aspects of the project and its source of water,
which is.expected to be County reuse water.
The Amendment Request for authorization of these above-described services is attached herewith.
Please let me know if you have any questions and/or concerns.
Sincerely yours,
M LER & MOLER, INC.
k
Stephen E. Moler, PE
Vice President
SEM/cab
Enclosure
File#1756
(ir MZito AmendNol 18-0702.docx)
1655 27th Street, Suite 2 • Vero Beach, Florida 32960
Phone: (772) 567-5300 • Fax: (772) 794-1106 66
mastmolr@bellsouth.net
AMENDMENT NUMBER 1 TO WORK ORDER NUMBER 5
HOBART PARK BASEBALL FIELDS - IRC -1759
This Amendment 1 to Work Order Number 5 is entered into as of this _ day of 201, pursuant
to that certain Continuing Contract Agreement for Professional Services, dated November 4th, 2014, and that
certain Extension and Amendment of Continuing Contract Agreement for Professional Services entered into the
24th day of October, 2017 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY,
a political subdivision of the State of Florida ("COUNTY") and Masteller & Moler, Inc. ("Consultant").
1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order
Number 5, Effective Date February 6, 2018.
2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work)
attached to this Amendment and made part hereof by this reference. The professional services will be performed
by the Consultant for the fee schedule set forth in Exhibit A (Fee Schedule), and within the timeframe more
particularly set forth in Exhibit A (Time Schedule), all in accordance with the terms and provisions set forth in
the Agreement.
3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as set
forth in this Amendment. 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
MASTELL MOLER, INC OF INDIAN RIVER COUNTY
By:�' 'B.y
Stephen E. Moler, PE Peter D. O'Bryan, Chairman
Title: Vice President
BCC Approved Date:
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
Deputy Clerk
Approved:
Approved as to form and legal sufficiency:
Jason E. Brown, County Administrator
Dylan T. Reingold, County Attorney
67
M J MASTELLER & MOLER, INC.
M, — CIVIL ENGINEERS
EXHIBIT A
1655 27"
Ste. 2, Vero Beach, FL 32960
(772) 567-5300
As we have developed the designs for the Hobart Park Baseball Complex there are several changes
and/or additions to the scope of services and other designs that need to be completed to assure the
project will function properly upon completion. Our understanding is that we will provide the following
specific services:
Scope .of Work:
Part I -Architectural Modification (by Donadio & Associates)
Revise floor plan and building elevation construction documents from a two-story structure to a
single -story structure as requested by the Owner.
Part II - Electrical & Mechanical Engineering (bv Treasure Coast Engineering, Inc.)
Revise the electrical plans for the project to support the one (1) story structure. In addition, electric
power designs shall be provided for the project's irrigation system, sewage lift station, flagpole
lighting, scoreboard, and batting cage lighting.
Masteller & Moler, Inc. will coordinate with the electrical sub -consultant and the County to include
the additional electrical demands for the project onto the construction plans.
Part III — Irrigation Design (by Clark Irrigation Design & Consulting, Inc.)
Masteller & Moler, Inc. will perform research to determine the manner in which irrigation water is
to be provided to the project either by an onsite well or via the County's reuse water system. We
shall also provide an irrigation design to support the proposed new baseball fields and new
landscaped areas within the site.
Masteller & Moler, Inc. will also coordinate with Indian River County Department of Utility Services
to obtain a Utility Construction Permit for the proposed irrigation connection to the County's reuse
water system. This shall also include contacting the Florida Department of Environmental Protection
(FDEP) to confirm reuse water may be used as the source of irrigation as the Utilities Department
has existing potable water source wells on the site.
Fee Schedule:
Masteller & Moler, Inc. proposes to provide the above Scope of Services based on the following lump
sum fees:
Part 1—Architectural Revisions $ 3,277.50
Part II — Electrical / Mechanical Revisions $ 4,875.00
Part III — Irrigation Design / Permitting $ 5,012.50
Total: $ 13,165.00
Time Schedule:
Amendment No. 1 shall be completed in 20 working days.
File#1756
(Y:\mm\Projects\2017\1756- Hobart Park Baseball Fie lds\ADMIN\Contracts\Amend No 1\1756_AmendNoi_18-0702.docx) 68
Page 1 of 1
INDIAN RIVER COUNTY, FLORIDA
BOARD MEMORANDUM •
TO: Jason E. Brown
County Administrator
THROUGH: Richard B. Szpyrka, P.E.
Public Works Director
FROM: James D. Gray, Jr.
Natural Resources Manager
SUBJECT: Notice of Grant Application for Funding Assistance from State of Florida Beach Erosion
Control Program— FY 2019/20
DATE: July 6, 2018
DESCRIPTION AND CONDITIONS I
On June 1, 2018, the County received notification from the Florida Department of Environmental
Protection (FDEP) that the Beach Management Funding Assistance Program is accepting applications for
the FY 2019-2020 Local Government Funding Requests (LGFR). LGFR applications are due August 1, 2018
and require an annual funding resolution from the Local Sponsor. For FY 2019-2020, staff is requesting
$2,031,840.75 in State funding assistance for the Sector 5 Beach and Dune Restoration Project. Staff
anticipates cost sharing from the FDEP for design, construction, and monitoring of the Sector 5 project
to be 46.65% State and 53.35% County. Total requested grant funding is $4,355,500; $2,031,840.75
State: $2,323,659.25 County.
The purpose of this Agenda is to request Board approval to apply for the referenced grant and approval
of the County funding resolution. k
FDEP requires an annual resolution from4ocal governments requesting funding assistance through the
FDEP Beach Management Funding Assistance Program. The Resolution does not specify a specific dollar
amount. However, the Resolution enables the Department to consider the County's LGFR for Fiscal Year
2019/20.
FUNDING
Local funding of Beach Restoration includes a portion of Local Option Tourist Tax Revenue as well as
allocation of the One Cent Sales Tax. Funding for the design and permitting of the Sector 5 Beach
Nourishment Project is available and budgeted in the Beach Restoration Fund, Hurricane Matthew
Account - Sector 5, Account No. 12814472-066510-17001.
RECOMMENDATION
Staff recommends Board approval authorizing the County Administrator or his designee to submit the
FY 2019/2020 Local Government Funding Request on behalf of the County. Staff also recommends Board
approval of the funding Resolution. I
ATTACHMENT
Resolution
APPROVED AGENDA ITEM FOR JULY 17, 2018
C:\USERS\LEGISTAR\APPDATA\LOCAL\TEMP\BCL TECHNOLOGIES\EASYPDF 8\@BCL@58204739\@BCL@58204739.DOCX 69
RESOLUTION NO. 2018-
A RESOLUTION OF THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA
REQUESTING ASSISTANCE FROM THE STATE OF FLORIDA
BEACH EROSION CONTROL PROGRAM - FY 2019/20
WHEREAS, Indian River County has experienced damage to structures and/or coastal
lands by beach erosion in areas of public lands; and
WHEREAS, Indian River County has established a Beach Preservation Plan and a Beach
Preservation Fund to provide strategy and funding for beach restoration activities; and
WHEREAS, the State of Florida has established a Beach Erosion Control Program for
providing financial assistance for erosion control and preservation of the beaches within the State.
NOW THEREFORE BE IT RESOLVED by the Board of County Commissioners of Indian
River County, as follows:
1. The County hereby requests State financial assistance for implementation of
coastal erosion control improvements within Indian River County.
2. The County hereby designates James D. Gray, Jr., Natural Resources Manager
for Indian River County, as the Project Manager and Agent on behalf of the County.
THE FOREGOING RESOLUTION was offered by Commissioner
seconded by Commissioner , and, being put to a vote was as follows:
Chairman, Peter D. O'Bryan
Vice Chairman, Bob Solari
Commissioner, Susan Adams
Commissioner, Joseph E. Flescher
Commissioner, Tim Zorc
and
The Chairman thereupon declared the resolution duly passed and adopted this day
of 2018.
Attest: Jeffrey R. Smith, BOARD OF COUNTY COMMISSIONERS
Clerk of Circuit Court.and Comptroller INDIAN RIVER COUNTY, FLORIDA
By
Deputy Clerk Peter D. O'Bryan, Chairman
Approved:
Jason E. Brown, County Administrator
Approved as to Form and Legal Sufficiency:
William K. DeBraal, Deputy County Attorney
70
0t
CONSENT AGENDA
INDIAN RIVER COUNTY
OFFICE OF MANAGEMENT AND BUDGET
PURCHASING DIVISION
i
DATE: July 6, 2018
TO: BOARD OF COUNTY COMMISSIONERS
THROUGH: Jason E. Brown, County Administrator
t
Mike Smykowski, Budget Director
FROM: Jennifer Hyde, Purchasing Manager
SUBJECT: Rejection of Bids for Gifford Aquatic Center Pool Resurfacing (Bid 2018015)
BACKGROUND: '
t
The Recreation Division requested the solicitation of sealed bids for repairs to and resurfacing of
the pool and decking at the Gifford Aquatic Center. The surfaces are original to the aquatic center,
which opened in 2002. The budget for the project was $54,000.
BID RESULTS:
Advertising Date:
Bid Opening Date:
Demandstar Broadcast to:
Specifications/Plans Downloaded by:
Replies:
December 11, 2017
January 5, 2018
68 Subscribers
12 Vendors
1 Vendors
Bidders Name
Location
Total Cost
Family Pools
Port St. Lucie
$94,171.00
ANALYSIS:
The department had anticipated a cost of $54,000 for the work, however the Ione bid. received
was $40,000 higher than the amount of funds available to complete the work.
The bid documents note the authority toy the Board to reject any and all bids, and the right to
make no award under the bid. Staff recommends the received bids be rejected and a new bid be
issued after specifications have been modified.
SOURCE OF FUNDS:
The cost to advertise a new bid is estimated to be $90 and is available. in the
MSTU/Recreation/Advertising Except Legal Ads Account: 00410872-034810..
71
CONSENT AGENDA
RECOMMENDATION:
Staff recommends the Board reject the bids received for Bid 2018015 and authorize the Recreation
Division to revise the specifications and the Purchasing Division to release a new invitation to bid
for the subject work.
72
8G
CONSENT
INDIAN RIVER COUNTY
OFFICE OF MANAGEMENT AND BUDGET
PURCHASING DIVISION
DATE: July 6, 2018
TO: BOARD OF COUNTY COMMISSIONERS
THROUGH: Jason E. Brown, County Administrator
Mike Smykowski, Budget Director
FROM: Jennifer Hyde, Purchasing Manager
SUBJECT: Award of Bid 2018064 — North Wastewater Treatment Facility Fence Replacement
BACKGROUND:
The Department of Utility Services requested the solicitation of bids to remove and replace
approximately 3,175 linear feet of 6 -foot chain link fencing, and clear and remove nuisance/exotic
vegetation within the fenced area at the North Wastewater Treatment Facility.
BID RESULTS:
Advertising Date:
May 31, 2018
Bid Opening Date:
June 26, 2018
Demandstar Broadcast to:
339 Subscribers
Bid Documents Downloaded by:
24 Vendors
Replies:
4 Vendors
Bidder's Name
Location
Total Bid
DeAngelo Brothers
Deland
DQ— Failed to acknowledge addenda
Fence Direct
Vero Beach
DQ— Failed to acknowledge addenda
Meticulous Construction
West Palm Beach
DQ— Mandatory Disclosure of Relationships
form not signed
Summit Construction
Vero Beach
$125,800.00
ANALYSIS:
The department has reviewed the single responsive bid and determined Summit Construction to
be responsible to complete the work.
73
CONSENT
SOURCE OF FUNDS:
Funds for this project are in the R & R account in the operating fund. Operating funds are derived
from water and sewer sales.
Account Number
Account Description
Amount
47123536-044699-18523
N WWTF Fence Replacement
$125,800.00
RECOMMENDATION:
Staff recommends the Board award bid 2018064 to Summit Construction of Vero Beach, LLC. Staff
also recommends the Board approve the sample agreement and authorize the Chairman to
execute it after the County Attorney has. approved it as to form and legal sufficiency and after
receipt and approval of the required insurance and public construction bond.
Attachment:
Sample Agreement
74
Sample Agreement
THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida
organized and existing under the Laws of the State of Florida, (hereinafter called OWNER) and Summit
Construction of Vero Beach. LLC (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in
consideration of the mutual covenants hereinafter set forth, agree as follows:
ARTICLE 1- WORK
CONTRACTOR shall complete all Work as,specified or indicated in the Contract Documents. The Work is
generally described as follows: '
Remove and replace 3,175 linear feet of 6' chain link fence. Clear and remove nuisance exotic
vegetation from 9 -acre site.
ARTICLE 2 -THE PROJECT
The Project for which the Work under the Contract Documents may be the whole or only a part is generally
described as follows:
Project Name:
Bid Number:
Project Address:
ARTICLE 3 - CONTRACT TIMES
3.01 Time of the Essence
North Wastewater Facility Fence Replacement
2018064
515077 th Street
Vero Beach, FL 32960
A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final
payment as stated in the specifications.are of the essence of the Agreement.
3.02 Days to Achieve Substantial Completion, Final Completion and Final Payment
A. The Work will be completed and ready for final payment on or before the 120th day after the date
when the Contract Times commence to run.
3.03 Liquidated Damages
A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER
will suffer financial loss if the Work is not completed within the times specified in paragraph 3.02
above, plus any extensions thereof allowed in writing as a change order to this Agreement.
Liquidated damages will commence for this portion of work. The parties also recognize the delays,
expense, and difficulties involved in,proving in a legal proceeding the actual loss suffered by OWNER
if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and
CONTRACTOR agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall
pay OWNER $1,148.00 for each calendar day that expires after the time specified in paragraph 3.02
Page 1 of 8
75
for completion and readiness for final payment until the Work is completed and ready for final
payment.
ARTICLE 4 - CONTRACT PRICE
4.01 OWNER shall pay CONTRACTOR for completion of the Work an amount in current funds equal to
the sum of the amounts determined pursuant to paragraph 4.01.A and summarized in paragraph
4.01.8, below:
A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit.
B. THE CONTRACT SUM subject to additions and deductions provided in the Contract Documents:
Numerical Amount: $125,800.00
Written Amount: One hundred twenty five thousand eight hundred dollars and zero cents
ARTICLE 5 - PAYMENT PROCEDURES
5.01 Progress Payments.
A. The OWNER shall make progress payments to the CONTRACTOR 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, 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 Bid and Specification 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.
5.02 Pay Requests.
A. Each request for a progress 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
Page 2 of 8
76
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.
5.03 Paragraphs 5.01 and 5.02 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.
5.04 Acceptance of Final Payment as Release.
A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a
release to the OWNER from all claims and all liability to the CONTRACTOR other than
claims in stated amounts as .may be specifically excepted by the CONTRACTOR for all
things done or furnished in connection with the work under this Agreement 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 this Agreement, the Invitation to Bid or the Public
Construction Bond.
ARTICLE 6 - INDEMNIFICATION
6.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its officers and employees, from
liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the
extent caused by the negligence, recklessness, or intentional wrongful misconduct of the
CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the
Work.
ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS
7.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related
data identified in the Invitation to Bid documents.
B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local,
and Site conditions that may affect cost, progress, and performance of the Work.
C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations
that may affect cost, progress, and performance of the Work.
D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all
additional or supplementary examinations, investigations, explorations, tests, studies, and data
Page 3 of 8
77
concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site
which may affect cost, progress, or performance of the Work or which relate to any aspect of the
means, methods, techniques, sequences, and procedures of construction to be employed by
CONTRACTOR, including applying the specific means, methods, techniques, sequences, and
procedures of construction, if any, expressly required by the Contract Documents to be employed
by CONTRACTOR, and safety precautions and programs incident thereto.
E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests,
studies, or data are necessary for the performance of the Work at the Contract Price, within the
Contract Times, and in accordance with the otherterms and conditions of the Contract Documents.
F. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the
Site that relates to the Work as indicated in the Contract Documents.
G. CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations obtained from visits to the Site, reports and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations, tests, studies, and data
with the Contract Documents.
H. CONTRACTOR has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies
that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof
by OWNER is acceptable to CONTRACTOR.
I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms
and conditions for performance and furnishing of the Work.
ARTICLE 8 - CONTRACT DOCUMENTS
8.01 Contents
A. The Contract Documents consist of the following:
(1) This Agreement (pages 1 to 8, inclusive);
(2) Notice to Proceed
(3) Public Construction Bond (pages_to_, inclusive);
(4) Certificate of Liability Insurance
(5) Invitation to Bid 2018064
(6) Addenda (numbers 1 to 2, inclusive);
(7) CONTRACTOR'S Bid Form (pages 12 to 13, inclusive);
(8) Bid Bond (pages 1-2 inclusive);
Page 4 of 8
78
(9) Drug Free Workplace Form (page 14)
(10)Affidavit of Compliance (page 15);
(11) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of
Relationships (pages 16 to 17, inclusive);
(12) Certification Regarding Lobbying (Page 18)
(13) The following which may be delivered or issued on or after the Effective Date of the Agreement
and are not attached hereto:
a) Written Amendments;
b) Work Change Directives;
c) Change Order(s).
ARTICLE 9 - MISCELLANEOUS
9.01 Terms
A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid.
9.02 Assignment of Contract
A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding
on another party hereto without the written consent of the party sought to be bound; and,
specifically but without limitation, moneys that may become due and moneys that are due may not
be assigned without such consent (except to the extent that the effect of this restriction may be
limited by law), and unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents.
9.03 Successors and Assigns
A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, and legal representatives
in respect to all covenants, agreements, and obligations contained in the Contract Documents.
9.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law
or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and
binding upon OWNER and CONTRACTOR, who agreethat the Contract Documents shall be reformed
to replace such stricken provision or part thereof with a valid and enforceable provision that comes
as close as possible to expressing the intention of the stricken provision.
Page 5 of 8
79
9.05 Venue
A. 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 a federal jurisdiction, in the United States District Court for
the Southern District of Florida.
9.06 Public Records Compliance
A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor
shall comply with Florida's Public Records Law. Specifically, the Contractor shall:
(1) Keep and maintain public records required by the County to perform the service.
(2) Upon request from the County's Custodian of Public Records, provide the County with a
copy of the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by
law.
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law forthe duration of
the contract term and following completion of the contract if the contractor does not transfer the
records to the County.
(4) Upon completion of the contract, transfer, at no cost, to the County all public records in
possession of the Contractor or keep and maintain public records required by the County to
perform the service. If the Contractor transfers all public records to the County upon completion
of the contract, the Contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the contractor keeps and
maintains public records upon completion of the contract, the Contractor shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to
the County, upon request from the Custodian of Public Records, in a format that is compatible
with the information technology systems of the County.
B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT:
(772) 226-1424,
publicrecords@ircgov.com
Indian River County Office of the County Attorney
180127 1h Street
Vero Beach, FL 32960
Page 6 of 8
80
C. Failure of the Contractor to comply with these requirements shall be a material breach of this
Agreement.
Article 10: TERMINATION OF CONTRACT
A. The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide
the OWNER with a right to terminate this Contract in accordance with this Article, in addition to
pursuing any other remedies which the OWNER may have under this Contract or under law:
(1) if in the OWNER's opinion CONTRACTOR is improperly performing work or violating any
provision(s) of the Contract Documents;
(2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts
or equipment, as directed by the Engineer pursuant to an inspection;
(3) if in the OWNER's opinion CONTRACTOR's work is being unnecessarily delayed and will
not be finished within the prescribed time;
(4) if CONTRACTOR assigns this Contract or any money accruing thereon or .approved
thereon; or
(5) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general
assignment for the benefit of his creditors, or if a trustee or receiver is appointed for
CONTRACTOR or for any of his property.
B. OWNER shall, before terminating the Contract for any of the foregoing reasons, notify
CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (10)
calendar days to cure the default to the reasonable satisfaction of the OWNER.
C. If the CONTRACTOR fails to correct or cure within the time provided in the preceding Sub -Article
B, OWNER may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving
such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any
further right to possess or occupy the site or any materials thereon; provided, however, that the
OWNER may authorize CONTRACTOR to restore any work sites.
D. The CONTRACTOR shall be liable for:
(1) any new cost incurred by the OWNER in soliciting bids or proposals for and letting a new
contract; and
(2) the difference between the cost of completing the new contract and the cost of completing
this Contract;
(3) any court costs and attorney's fees associated with any lawsuit undertaken by OWNER to
enforce its rights herein.
E. TERMINATION FOR CONVENIENCE: OWNER may at any time and for any reason terminate
CONTRACTOR's services and work for OWNER's convenience. Upon receipt of notice of such
termination CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue
the work and immediately cease ordering of any materials, labor, equipment, facilities, or
supplies in connection with the performance of this Contract. Upon such termination Contractor
shall be entitled to payment only as follows:
(1) the actual cost of the work completed in conformity with this Contract and the
specifications; plus,
(2) such other costs actually incurred by CONTRACTOR as are permitted by the prime
contract and approved by the OWNER.
Page 7 of 8
81
Contractor shall not be entitled to any other claim for compensation or damages against the
County in the event of such termination.
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One
counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents
have been signed or identified by OWNER and CONTRACTOR or on their behalf.
This Agreement will be effective on , 20_ (the date the Agreement is approved by the
Indian River County Board of County Commissioners, which is the Effective Date of the Agreement).
OWNER:
INDIAN RIVER COUNTY
By:
Peter D. O'Bryan, Chairman
By:
Jason E. Brown, County Administrator
APPROVED AS TO FORM AND LEGAL SUFFICIENCY:
By:
Dylan Reingold, County Attorney
Jeffrey R. Smith, Clerk of Court and Comptroller
Attest:
Deputy Clerk
(SEAL)
Designated Representative:
Name:
Title:
Address:
Phone
Email
Page 8 of 8
CONTRACTOR:
By:
(Contractor)
(CORPORATE SEAL)
Attest
Address for giving notices:
License No.
(Where applicable)
Agent for service of process:
Designated Representative:
Name:
Title:
Address:
Phone:
Email:
(If CONTRACTOR is a corporation or a partnership,
attach evidence of authority to sign.)
RE
Dylan Reingold, County Attorney
William K. DeBraal, Deputy County Attorney
Kate Pingolt Cotner, Assistant County Attorney
S
Office of Consent Agenda 07/17/18
INDIAN RIVER COUNTY
ATTORNEY
MEMORANDUM
TO: Board of County Commissioners �, J
FROM: William K. DeBraal, Deputy County Attorney
DATE: July 10, 2018 Y
SUBJECT: Request for Temporary Construction Easement to Datapath Tower, LLC for former
Emergency Services Tower,
On June 19, 2018, the Board approved a Utility Equipment and Landscape Easement, a Special
Warranty Deed, a New Access and Parking/Turnaround Easement and a Utility Easement for
Datapath Tower, LLC, (Datapath) at the former Emergency Services tower next to the old jail
property at 1725 17th Street. The tower site was surplused and sold to Datapath in 2016. Datapath
has applied to the City of Vero Beach to construct a new monopole tower on the site and the City
requested the above documents as part of the site plan approval for the new tower.
The City has made an additional request for a temporary construction easement around the site for
the duration.of the construction of the tower. The easement will be used for storage of materials,
machinery, equipment and vehicles during construction of the tower. Datapath seeks a space of
about 65'X 75" or 4875 sq. feet around the tower. The easement will be needed for approximately
90 days. Staff has no objection to the request. The proposed temporary construction easement and
aerial photo showing the area of the easement is attached as Exhibit "A". Prior to the termination
of this easement, Datapath will return the TCE to its current condition.
Funding: There is no expenditure of County funds for this matter. Datapath will pay for the cost of
recording the easement.
Recommendation: Staff recommends that the Board approve the temporary construction easement
to Datapath Towers, LLC and authorize the Chairman to execute the easement on behalf of the
Board.
Copes to: Datapath Tower
Attachment: Temporary Construction Easement
83
I
'1
Prepared by and return to:
Indian River County Attorney's Office
1801 271h Street
Vero Beach, FL 32960-3388
I
TEMPORARY CON:
UCTION EASEMENT
I
This TEMPORARY CONSTRUCTION EASE/Ior
nd executed this day
of 2018, by Indian River County, poliubdivision of the State of
Florida, whose address is 1801 27t�' Street, Vero a 32960-3388, hereinafter
called GRANTOR, to DATAPATH TOWER, LLC, a liability company, whose
mailing address is 200 Central Avenue', St. Peters33701, hereinafter called
GRANTEE,
WITNESSETH:
I
That GRANTOR, for and in consideratio
consideration, receipt of which is hereby acl
GRANTEE a TEMPORARY CONSTRUCTION
the following described land, situate in Indian vi
EXHIBIT "A" ATTACHED H
F
of the sum of ONE DOLLAR and other
nowledged, does hereby grant unto the
EASEMENT on, over, across, and beneath
�r County, Florida, to -wit:
AND MADE A PART HEREOF
This easement is forthe purpose of all co struction incidentals, such as; storage of materials,
machinery, equipment and vehicles gra ng, sloping, sodding, clearing, excavating, dredging,
etc. This easement shall exist .only til the completion of the construction of the tower.
GRANTEE shall return the land to th same condition as it was found at the beginning of this
easement.
IN WITNESS WHEREOF t e GRANTOR has herein set its hand and seal the day and
year first above written.
Attest: Jeffrey R. Smith, Cler of Court I BOARD OF COUNTY COMMISSIONERS
And Comptroller INDIAN RIVER COUNTY, FLORIDA
Bv:
Deputy Clerk
Approved:
By
Jason E. Brown
County Administrator
BY:
Peter D. O'Bryan, Chairman
Date BCC Approved:
Approved as to form and legal sufficiency
elcAl_
William K. DeBraal
Deputy County Attorney
Ill I.
rTr.�� 3i11.1
110
; Al
4'N ;V7
4
Prepared by and return to:
Indian River County Attorney's Office
1801 271h Street
Vero Beach, FL 32960-3388
TEMPORARY CONSTRUCTION EASEMENT
This TEMPORARY CONSTRUCTION EASEMENT, made and executed this day
of , 2018, by Indian River County, a political subdivision of the State of
Florida, whose address is 1801 27th Street, Vero Beach, Florida 32960-3388, hereinafter
called GRANTOR, to DATAPATH TOWER, LLC, a ;Florida limited liability company, whose
mailing address is 1700 66th Street N:; Suite 203, St. Petersburg, Florida 33710, hereinafter
called GRANTEE,
WITNESSETH:
1
That GRANTOR, for and in consideration of the sum of ONE DOLLAR and other
consideration, receipt of which is , hereby acknowledged, does hereby grant unto the
GRANTEE a TEMPORARY CONSTRUCTION EASEMENT on, over, across, and beneath
the following described land, situate in Indian River County, Florida, to -wit:
EXHIBIT "A" ATTACHED HERETO AND MADE A PART HEREOF
This easement is for the purpose of all construction incidentals, such as; storage of materials,
machinery, equipment and vehicles grading, sloping, sodding, clearing, excavating, dredging,
etc. This easement shall exist only until the completion of the construction of the tower.
GRANTEE shall return the land to the same condition as it was found at the beginning of this
easement.
IN WITNESS WHEREOF the GRANTOR has herein set its hand and seal the day and
year first above written.
Attest: Jeffrey R. Smith, Clerk of Court BOARD OF COUNTY COMMISSIONERS
And Comptroller INDIAN RIVER COUNTY, FLORIDA
By:
Deputy Clerk
Approved:
By
Jason E. Brown
County Administrator
BY:
Peter D. O'Bryan, Chairman
Date BCC Approved:
Approved as to form and legal sufficiency
William K. DeBraal
Deputy County Attorney
Prepared by and return to::
Indian River County Attorney's Office
1801 271h Street
Vero Beach, FL 32960-3388
TEMPORARY .CONSTRUCTION EASEMENT
This TEMPORARY CONSTRUCTION EASEMENT, made and executed this day
of 2018, by Indian River County, a political subdivision of the State of
Florida, whose address is 1801 27th Street, Vero Beach, Florida 32960-3388, hereinafter
called .GRANTOR, to DATAPATH TOWER, LLC, a Florida limited liability company, whose
mailing address is 1700 66th Street N., Suite 203, St.' Petersburg, Florida 33710, hereinafter
called GRANTEE, k
WITNESSETH:
That GRANTOR, for and in consideration of the sum of ONE DOLLAR and other
consideration, receipt of which is hereby acknowledged, does hereby grant unto the
GRANTEE a TEMPORARY CONSTRUCTION EASEMENT on, over, across, and beneath
the following described land, situate in Indian River County, Florida, to -wit:
EXHIBIT "A" ATTACHED HERETO AND MADE A PART HEREOF
This easement is for the purpose of all construction incidentals, such as; storage of materials,
machinery, equipment and vehicles grading, sloping, sodding, clearing, excavating, dredging,
etc. This easement shall exist only until the completion of the construction of the tower.
GRANTEE shall return the land to the same condition as it was found at the beginning of this
easement.
IN WITNESS WHEREOF the GRANTOR has herein set its hand and seal the day and
year first above written.
Attest: Jeffrey R. Smith, Clerk of Court BOARD OF COUNTY COMMISSIONERS
And Comptroller I INDIAN RIVER COUNTY, FLORIDA
F
By: BY:
Deputy Clerk Peter D. O'Bryan, Chairman
Date BCC Approved:
Approved:
By
Jason E. Brown
County Administrator
Approved as to form and legal sufficiency
William K. DeBraal
Deputy County Attorney
Randi Wardlow
From:
{
Bill Debraal <BDebraal@ircgov.com>
Sent:
Monday, July 16, 2018 5:04 PM
To:
BCC - Board Members; BCC - Office; Dylan Reingold; Dori Roy
Cc:
Terri Collins -Lister; CBCC-Mail
Subject:
FW: Consent Agenda Item 8H Datapath Temporary Construction Easement
Attachments:
doc07032020180716155018.pdf
All:
Today I was informed by Datapath that they have -moved their offices to a new location, 1700 66th Street N., Suite 203,
St. Petersburg, Florida 33710.
I have changed the address the address on Easement that appeared in the agenda backup
and the easement to be signed by the Chairman is attached. I will ask that the agenda matter 8H be pulled from the
Consent Agenda so that the revised easement may bye entered into the record by the clerk to tRe board.
Thanks!
I
I
Bill DeBraal
,I
Deputy County Attorney
I
(772) 226-1426
-----Original Message----- '
From: copier@ircgov.com [mailto:copier@ircgov.com]
Sent: Monday, July 16, 2018 4:51 PM
To: Bill Debraal <BDebraal@ircgov.com>
Subject: !
TASKalfa 420i ;
[OO:cO:ee:7a:98:25] I
I V
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Jason E. Brown, County Administrator
I
THROUGH: Richard B. Szpyrka, P.E., Public Works Director
James W. Ennis, P!E., County Engineer
1
FROM: William Johnson, P.E., Roadway Production Engineer
SUBJECT: Award of Bid No. 21018009
CR 512 Resurfacing & Shoulder Widening from Myrtle Street to 125th Avenue
Project, IRC -1305
DATE: July 06, 2018
DESCRIPTION AND CONDITIONS
On April 19th 2016, the Board of County Commissioners approved consultant Atkins North America, Inc.
to perform professional services through Work Order Number 3 to prepare construction documents for
CR 512 in Fellsmere. The project consists cf adding 5 -ft. paved shoulders to accommodate bicycle lanes,
milling and resurfacing the roadway, providing crosswalks, upgradesto existingtraffic signal equipment,
installation of a mast arm signal at Willow Street & CR 512, replacing school zone flashers, upgrading and
replacing signs as well as striping. I
On February 06, 2018 the Board of County Commissioners approved a Small County Outreach Program
(SCOP) Grant from the Florida Department of Transportation (FDOT) in the maximum amount of
$877,600.00 for Construction and CEI services. The Engineer's Cost Estimate was $1,913,002.74.
I
A bid opening for the CR 512 Resurfacing was held on June 27th, 2018. Three (3) bids were received and
opened. A detailed bid tabulation is on file and available for viewing in the County Engineering Division.
Bid totals are as follows:
COMPANY
BID
Community Asphalt, Corp. Vero
1
$1,916,316.97
Beach, FL
1
Ranger Construction Industries, Inc.
Winter Garden, FL i
$2,090,831.83
Timothy Rose Contracting, Inc. Vero
Beach, FL
$2,241,092.39
* Denotes mathematical errors were found and bid amount corrected.
I
Community Asphalt, Corp. is considered to be the lowest, responsive, responsible bidder forthe project
with a bid totaling $1,916,316.97, $3,314.23 above the Engineer's Cost Estimate. Community Asphalt,
Corp. has completed various projects within the County in a satisfactory manner.
I
': Ell
Award of Bid No. 2018009,
CR 512 Resurfacing (Myrtle Street to 125th Street) Project IRC -1305
For July 17, 2018 BCC Meeting
FUNDING
Per the SCOP grant agreement, the County must fund the project and.then request reimbursement of
the grant share from FDOT to a maximum amount of $877,600.00 of the total cost for the project.
Funding for the County's cost share in the amount of $1,038,716.97 of the total cost is budgeted in the
Account No. 10921441-053360-16020/Secondary Roads/CR 512 Resurface (Myrtle to 125th)
RECOMMENDATION
Staff recommends the project be awarded to Community Asphalt, Corp. in the amount of $1,916,316.97
and requests the Board of County Commissioners approve the sample agreement and authorize the
Chairman to execute said agreement after receipt and approval of the required Public Construction Bond
and Certificate of Insurance and the County Attorney has approved agreement. as to form and legal
sufficiency.
ATTACHMENTS
Sample Agreement
DISTRIBUTION
Community Asphalt, Corp.
Ranger Construction Industries, Inc.
Timothy Rose Contracting, Inc.
AGENDA ITEM FOR July 17, 2018
': I
C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@2826BCEE\@BCL@2826BCEE.doc
SECTION 00520 - Agreement (Public Works)
TABLE OF CONTENTS
Title
Paqe
ARTICLE1- WORK.................................:...............................................................................................2
ARTICLE 2 - THE PROJECT.............:......................................................................................... 2
f �
ARTICLE 3 ENGINEER ........................
- .............................. 2
ARTICLE 4 - CONTRACT TIMES .......... /
.ti ..�.............2
,. ..... .. ...... ...... ...
ARTICLE 5 - CONTRACT PRICE ........... :...:................... :.............. .:.................... .............................. 3
ARTICLE 6 - PAYMENT PROCEDURES . ....... ....... /.................................... 3
•
ARTICLE 7 - INDEMNIFICATION.........5
...........:.......
ARTICLE 8 -
ARTICLE 9 -
ARTICLE 10
.................................................................. 5
....................................................................................... 6
.......................................................................................... 7
fTHE REMAINDER OF THIS PAGE WAS LEFT BLANK INTENTIONALLY]
@BCL@343F377FBS
00520-1
C:\UsersVegistar\AppDala\Local\Temp\BCL Technologies\easyPDF 8\@BCL@343F377F\@BCL@343F377F.doc
SECTION 00520 - Agreement (Public Works)
THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the
State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called
OWNER)
and
(hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows: 7
ARTICLE 1 - WORK
1.01 CONTRACTOR shall complete all Work as. specified or\indicated in the Contract
Documents. The Work is generally described as follows: n
This project will be performed for resurfacing of CR 512 from Myrtle Street to
125t1 Avenue. The proposed improvements will, nclude,milling of existing pavement,
installation of superpave asphaltic concrete, installation\of signal mast arms &
associated controllers with video detection\wideJnin'g paved shoulders, sodding and
installation of thermoplastic pavement•markings,,replacement of sidewalk curb returns
for ADA compliance and other ancillary construction work. This is a F.D.O.T. Small
County Outreach Program (SCOP) funded,prcject; F, K,No. 433068-1-54-01.
ARTICLE 2 - THE PROJECT„
2.01 The Project for which theWp`rk-under the,Contr`act' Documents may be the whole or only a
part is generally described,as\follows:
Project,�ame. CR 512`RESURFACING & SHOULDER WIDENING FROM
�-MYRTLE STREET TO 125t1i AVENUE
J County Protect,Number:,IRd=1305
Bid Number:/2018009 '-•.'
FPID:433068A-54-01
Protect Address: County Road 512 from Myrtle Street to 125t1i Avenue,
4) Fellsmere, FL 32948
J
ARTICLE 3 — ENGINEER
x-- i
3.01 The Indian River County Public Works Department is hereinafter called the ENGINEER
and will act as OWNER's representative, assume all duties and responsibilities, and have
the rights and authority assigned to ENGINEER in the Contract Documents in connection
with the completion of the Work in accordance with the Contract Documents.
ARTICLE 4 - CONTRACT TIMES
4.01 Time of the Essence
A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness
for final payment as stated in the Contract Documents are of the essence of the Contract.
@BCL@343F377F8q
00520-2
C:\Users\legistar\AppDala\Local\Temp\BCL Technologies\easyPDF 8\@BCL@343F377F\@BCL@343F377F.doc
4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment
A. The Work will be substantially completed on,or before the 150th calendar day after the
date when the Contract Times commence to run as provided in paragraph 2.03 of the
General Conditions,and completed and ready for final payment in accordance with
paragraph 14.07 of the General Conditions on or before the 180th calendar day after the
date when the Contract Times commence to run.
4.03 Liquidated Damages
A. CONTRACTOR and OWNER recognize that time is of t e es nce of this Agreement and
that OWNER will suffer financial loss if the Work is not completed within the times
specified in paragraph 4.02 above, plus any extensions thereof allowed in accordance with
Article 12 of the General Conditions. Liquidated damageswill commence for this portion of
work. The parties also recognize the delays, expense, and difficulties"involved in proving in
a legal proceeding the actual loss suffered by .OWNER if the Work is not completed on
time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR
agree that as liquidated damages for delay (but ndt,aS\a penalty), CONTRACTOR shall
pay OWNER $1,584.00 for each calendar-day�that `expires after the`Aime specified in
paragraph 4.02 for Substantial Completion until`the,Work,issubstantially complete. After
Substantial Completion, if CONTRACTOR shall beglect, refuse�or fail to complete the
remaining Work within the Contract Time orany/'proper extension thereof granted by
OWNER, CONTRACTOR shaikpayOWNER, 1 584.00 for each calendar day that expires
after the time specified in paragraph' -4.02 for completion and readiness for final payment
until the Work is completed and ready for fnal payment.
ARTICLE 5 - CONTRACT PRICE,
5.01 OWNER shall pay CONTRACTOR for, completion of the Work in accordance with the
Contract Documents, an amount in current funds equal to the sum of the amounts
determined pursuant to_paragraph,.0.A and summarized in paragraph 5.01.8, below:
A. /For all Work, at.,the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit.
B. THE CONTRACT`SUM'subject to additions and deductions provided in the Contract:
`-Numerical Amount: $.
Written Amount:
ARTICLE 6 - PAYMENT PROCEDURES
6.01 Submittal and Processing of Payments
A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14
of the General Conditions. Applications for Payment will be processed by
ENGINEER as provided in the General Conditions and the Contract Documents.
@BCL@343F377F.90
00520-3
C:\UsersVegistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@343F377F\@BCL@343F377F.doc
6.02 Progress Payments.
A. The OWNER shall make progress payments to the CONTRACTOR on the basis of
the approved partial payment request as recommended by ENGINEER in
accordance with the provisions of the Local Government Prompt Payment Act,
Florida Statutes section 218.70 et. seq. The OWNER shall retain 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 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.` , \
6.03 Pay Requests.
A. Each request for a progress payment shall be submitted on the application for
payment form supplied by OWNER and the'applica`tion Jor payment shall contain
the CONTRACTOR'S certification, All progress payments4ill be on the basis of
progress of the work measured by the schedule of values established, or in the
case of unit price work,kiased,,n 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,uI:Mo.one_half (1/2),of the retainage held by the County as OWNER,
and the County.asOWNERshall, 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; or otherwise the subject of a
claim `or,dem nd by.th`e\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)(0),
---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.
6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the
County as OWNER which are paid for, in whole or in part, with federal funds and are subject to
federal grantor laws and regulations or requirements that are contrary to any provision of the
Local Government Prompt Payment Act. In such event, payment and retainage provisions shall
be governed by the applicable grant requirements and guidelines.
6.05 Acceptance of Final Payment as Release.
A. The acceptance by the CONTRACTOR of final payment shall be and shall operate
as a release to the OWNER from all claims and all liability to the CONTRACTOR
other than claims in stated amounts as may be specifically excepted by the
@BCL@343F377F.ft
00520-4
C:\UsersUegistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@343F377F\@BCL@343F377F.doc
CONTRACTOR for all things done or furnished in connection with the work under
this Contract and for every act and neglect of the OWNER and others relating to or
arising out of the work. Any payment, however, final or otherwise, shall not release
the CONTRACTOR or its sureties from any obligations under the Contract
Documents or the Public Construction Bond.
ARTICLE 7 - INDEMNIFICATION
7.01 CONTRACTOR shall indemnify OWNER, ENGINEER, and others in accordance with
paragraph 6.20 (Indemnification) of the General Conditions to the Construction Contract.
1
7.02 To the fullest extent permitted by law, the Recipient's contractor/consultant shall indemnify
and hold harmless the Recipient and the State of Florida, 'Department of Transportation,
including the Department's officers and employees, from liabilities, damages, losses and
costs, including, but not limited to, reasonable attorney's from, liabilities,
the extent caused by the
negligence, recklessness or intentional wrongful misconduct of the contractor or
consultant and persons employed or utilized, by the contractoe\or consultant in the
performance of this Agreement. 'X
ARTICLE 8 - CONTRACTOR'S REPRESENT TIONS \
8.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the
following representations:
A. CONTRACTOR has examined ``and carefully `studied the Contract Documents and the
other related data identified in the'Bidding\Docurrienfs:,
B. CONTRACTOR has�visited`the Site\and become familiar with and is satisfied as to the
general, local, and Site conditions -that, may affect*cost, progress, and performance of the
Work.
C. CONTRACTOR -is familiar with,and is satisfied as to all federal, state, and local Laws and
Regulations
gltions i:hat,`may affect cost; progress, and performance of the Work.
D.:' CONTRACTOR\h s arefully, studied all: (1) reports of explorations and tests of
subsurface conditions -at or contiguous to the Site and all drawings of physical conditions
in\or--relating-to existing surface or subsurface structures at or contiguous to the Site
(except—Underground Facilities) which have been identified in the Supplementary
Conditions as provided -in paragraph 4.02 of the General Conditions and (2) reports and
drawings of a Hazardous Environmental Condition, if any, at the Site which have been
identified in -the -Supplementary Conditions as provided in paragraph 4.06 of the General
Conditions.
E. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having
done so) all additional or supplementary examinations, investigations, explorations, tests,
studies, and data concerning conditions (surface, subsurface, and Underground Facilities)
at or contiguous to the Site which may affect cost, progress, or performance of the Work
or which relate to any aspect of the means, methods, techniques, sequences, and
procedures of construction to be employed by CONTRACTOR, including applying the
specific means, methods, techniques, sequences, and procedures of construction, if any,
expressly required by the Contract Documents to be employed by CONTRACTOR, and
safety precautions and programs incident thereto
@BCL@343F377F.ft
00520-5
C:\UsersVegistar,AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@343F377F\@BCL@343F377F.doc
F. CONTRACTOR does not consider that any further examinations, investigations,
explorations, tests, studies, or data are necessary for the performance of the Work at the
Contract Price, within the Contract Times, and in accordance with the other terms and
conditions of the Contract Documents.
G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and
others at the Site that relates to the Work as indicated in the Contract Documents.
H. CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations obtained from visits to the Site, reports and drawings identified in the
Contract Documents, and all additional examinations, investigations, explorations, tests,
studies, and data with the Contract Documents.
I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or
discrepancies that CONTRACTOR has discovered in the-Contract/Documents, and the
written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
J. The Contract Documents are generally sufficienfto indicate and convey understanding of
all terms and conditions for performan e.and furnishing of the Work.
ARTICLE 9 - CONTRACT DOCUMENTS
9.01 Contents
A. The Contract Documents consistlof the following;'-'�
1. This Agreement (pages 00520-1. to 00520-.10, inclusive);
2. Notice to Proceed \(page -00550=1);�
3. Public Co struction Bond (pages 00610`-;1 to 00610-3, inclusive);
4. Sample Certificate ofL-iability,lnsurance (page 00620-1);
5i.,` Contractors 'Applica/ion for_Payment (pages 00622-1 to 00622-6 inclusive);
`6. `Certificate -of Substantial Completion (pages 00630-1 to 00630-2, inclusive);
7. Contractor sYFinal'Certification of the Work (pages 00632-1 to 00632-2, inclusive);
8. Professional Surveyor & Mapper's Certification as to Elevations and Locations of the
Work (page -00634-1):
9. General Conditions (pages 00700-1 to 00700-45, inclusive);
10. Supplementary Conditions (pages 00800-i to 00800-11, inclusive);
11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical
Provisions);
12. Drawings consisting of a cover sheet and sheets numbered 1 through 54, inclusive,
with each sheet bearing the following general title: CR 512 RESURFACING &
SHOULDER WIDENING and drawings consisting of a cover sheet and sheets
@BCL@343F377F.93
00520-6
C:\Users\legistar\HppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@343F377F\@BCL@343F377F.doc
numbered TT=1 through GT -3; inclusive, with each sheet bearing the following general
title: SIGNALIZATION PLAN SHEET;
13. Addenda (if applicable );
14. Appendices to this Agreement (enumerated as follows):
Appendix. A — Indian River County Traffic Engineering Division Special Conditions for
Right -Of -Way Construction
Appendix B — Indian River County Fertilizer Ordinances
Appendix C — Permits
! ,J
15. CONTRACTOR'S BID (pages 00310-1 to 00310-9, inclusive);
16. Bid Bond (page 00430-1); /
17. Sworn Statement Under Section 105.08, Indian River Co my Code, on Disclosure of
Relationships (pages 00452-1 to 00452-2, inclusive),
18. Sworn Statement Under the Florida'Trench-\Safety,Act (pages 00454=1 to 00454-2,
inclusive);
� f '
19. Qualifications Questionnaire (page 004,56=1 to 00456-4, inclusive);
20. List of Subcontractors (page 10045.8-1,);
21. The following which -may be del ivered.or,issued.,on or after the Effective Date of the
Agreement and are\not�attached hereto: �'`
a) Written Amendments;
b) Work ChangeZirectives;
Change, Order(s);
:LE 10 - MISCELLANEOUS
10.01 Terms
A. Terms used in this Agreement will have the meanings indicated in the General Conditions.
10.02 Assignment`of Contract
A. No assignment by a party hereto of any rights under or interests in the Contract will be
binding on another party hereto without the written consent of the party sought to be
bound; and, specifically but without limitation, moneys that may become due and moneys
that are due may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment, no assignment will release or discharge
the assignor from any duty or responsibility under the Contract Documents.
10.03 Successors and Assigns
@BCL@343F377F.%
00520-7
C:\UsersVegistaWpData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@343F377F\@BCL@343F377F.doc
A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and
legal representatives to the other party hereto, its partners, successors, assigns, and legal
representatives in respect to all covenants, agreements, and obligations contained in the
Contract Documents.
10.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable under
any Law or Regulation shall be deemed stricken, and all remaining provisions shall
continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the
Contract Documents shall be reformed to replace such stricken provision or part thereof
with a valid and enforceable provision that comes as close�aspossible to expressing the
intention of the stricken provision: /
y
10.05 Venue
A. This Contract shall be governed by the laws ofit e' -State of Florida�enue for any lawsuit
brought by either party against the other party or otherwise arising out of/this Contract
shall be in Indian River County, Florida!or;-inthe`,event of a federal jurisdiction, in the
United States District Court for the Southern District of`Flo,tida.
10.06 Public Records Compliance \ '
A. Indian River County is a public `agency subject to Chapter 119, Florida Statutes. The
Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor
shall:
(1) Keep and maintain -public ` cords`required ;by the County to perform the service.
(2) Upon -request from the,ounty s',Custodian of Public Records, provide the County
with, a copy` f the requested -records or allow the records to be inspected or
copied; within a-reasonable`time at a -cost that does not exceed the cost provided in
Chapter �1\19 or -as otherwise provided by law.
r
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for
the-duration''o f' the contract term and following completion of the contract if the
_contractor does ni'ot transfer the records to the County.
(4) Upon completion of the contract, transfer, at no cost, to the County all public
records.-iri possession of the Contractor or keep and maintain public records
required by the County to perform the service. If the Contractor transfers all public
records to the County upon completion of the contract, the Contractor shall
destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the contractor keeps and maintains
public records upon completion of the contract, the Contractor shall meet all
applicable requirements for retaining public records. All records stored
electronically must be provided to the County, upon request from the Custodian of
Public Records, in a format that is compatible with the information technology
systems of the County.
B. IF THE CONTRACTOR, HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
@BCL@343F377F.%
00520-8
C:\UsersVegistar\AppData\Local\Temp\BCL Technologies\easyMF 8\@BCL@343F377F\@BCL@343F377F.doc
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS AT:
(772) 226-1424
publicrecords(a-ircgov.com
Indian River County Office of the County Attorney
180127' Street
Vero Beach, FL 32960
C. Failure of the Contractor to comply with these require
this Agreement.
[The remainder of this pag\was left~ blank ince
shall be a material breach of
@BCL@343F377F.%
00520-9
C:\UsersVegistar\AppData\Local\TempV3CL Technologies\easyPDF 8\@BCL@343F377F\@BCL@343F377F.doc
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in
duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions
of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on
their behalf.
This Agreement will be effective on , 20_ (the date the Contract is approved
by the Indian River County Board of County Commissioners, which is the Effective Date of the
Agreement).
OWNER:
CONTRACTOR:
INDIAN RIVER COUNTY /
i
By: By:
Peter D. O'Bryan, Chairman (C@ntractor)
By: (CORPORATE SEAL)
Jason E. Brown, County Administrator
Attest` \
APPROVED AS TO FORM AND,_,'LEGAL\ .
SUFFICIENCY:
B \\
y.
Dylan Reingold, County Attorney `` ` \\ Address forgiving notices:
Jeffrey R. Smith, Clerk of Court. and Comptroller\
License No.
Attest: (Where applicable)
D`e,puty Clerk-,-, \
(SEAL)/ ---
Design, at'ed
SEAL)/---Designated Representative:
Name:`James W. Ennis•, P`'E.,\PMP
Title: Couhty_Engineer,
1801 27th Street
Vero Beach, Florida 32960 ,!
(772) 226-1221 - r
Facsimile: (772) 778-9391
Agent for service of process:
Designated Representative:
Name:
Title:
Address:
Phone:
Facsimile:
(If CONTRACTOR is a corporation or a
partnership, attach evidence of authority to sign.)
* * END OF SECTION * *
@13CL@343F377F.gb7.
00520-10
C:\UsersVegistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@343F377F\@BCL@343F377F.doc
INDIAN RIVER COUNTY
MEMORANDUM
TO: Jason E. Brown
County Administrator
THROUGH: Stan Boling, AICP
Community Development Director
Roland M. DeBlois, AICP
Chief, Environmental Planning
& Code Enforcement
FROM: Kelly Buck
Code Enforcement Officer
DATE: 7/2/2018
RE: Elite Trust & Escrow Company LLC's Request for Release of Easements at 2070 94th
Court, 2065 94th Avenue, and 2075 94th Avenue (Vero Tropical Gardens Unit 1)
It is requested that the Board of County Commissioners formally consider the following information at its
regular meeting of July 17, 2018.
DESCRIPTION AND CONDITIONS
The County has been petitioned by Elite Trust & Escrow Company LLC, owner of four adjacent lots at
2070 94th Court, 2065 94th Avenue and 2075 94th Avenue in Vero Tropical Gardens Subdivision Unit 1,
for release of common rear yard 10 foot drainage and utility easements on the lots. The purpose of the
easements release request is to allow for construction of a stormwater pond on the lots in conjunction with
site development of an adjacent commercial parcel (see attached maps).
ANALYSIS
The request has been reviewed by AT&T; Florida Power & Light Corporation; Comcast Cable Services;
the Indian River County Utilities Department; the County Road & Bridge and Engineering Divisions; and
the County Surveyor. None of the utility providers or reviewing agencies expressed an objection to the
requested release of easements. Therefore,.it is..staff s position that the requested easements release would
have no adverse impact to drainage or to utilities being supplied to the subject property or to other
properties.
RECOMMENDATION
Staff recommends that the Board, through adoption of the attached resolution, approve release of the
common rear yard drainage and utility easements described in the resolution.
ATTACHMENTS
Map(s) depicting easement proposed for release.
Proposed County Resolution Releasing Easement.
ease.bccmemo proj./appl. no. 2018040186/81738
98
+trxl'�3i� t 2
o iII° W C u .� �° ° Wff.k ti t�`�S°E
C2eW� 4. 1YxW ; 4,041
, 4
gbn^� �Ztv3 U �"�Sxy"i< �`�` S i�;��� .�, a
'+." ,I ' WE6°` ° x3i38�x R WP
h ,�0R xS W ZWoy Y�«; � ��ERR al�� �
o.'+. 8m ¢viE o h w:,�a a �i21n, � � W<C �m'U `• `J'�'� a i =.i
MRS'-� WW+£ � 80¢ ver : � o `��•��$S �i as � r a y}w;
v Wy.
wW EA11uu a>�220. C ^'+r y¢j" c¢W wyY,ti' ¢ R a�vraG B RW $
Vf ¢ `!x� W°• y
Q k e. ,•4.:N y y q
��^�� a ¢? .SiQ.e°,. e a ow g v
o� ., : \ i oo .. .ax r oo �5 C�'. W eSA 8 °a c
i WwH rz. w.:V"a:.`,e CZ g E W W 2 fi
e� ��Lt.'m
i:
�Z`,i'�W
yE2x.:e�kw € II H a.d3 aW 8�t` S :S
m O
� � I
V
I
4
� I
ltj � i
c~ip2 i
b 8 W
1
o �
ti?
� 6
�.
T/•r
tu
�/ 'xW � A Pr ' .a E < I.� a N ^ .a w� •ar ` u P/ Pt Pr C3 Gi
�1 N R _ e • n w -r� ye• n . r, er e . + • e a w' r . + . i?
4 2 k ' o E N$� E° c a z 8+ � Y - 'b 9 :�` � e Y .tt 7 • g Y 8
I HRma 'pw � p1 '3AVW :. • SAN.- tiff/+ @�yb
uodg �: W
?Nei Via+ s Y ,a� a
'c x �• u a W
.711 C, er e�.N rr vt 6F/ �:ti
rw Pr + + + a
h R R _ _ u „ • ff ¢ .w E N Q a w w$ r9frLnr L�3.N i.F+ 8 +�a.
2 W w. .or /
IR h �f
lL�
Qt... 1
9s �� 1°
/
Flo //,
SITE 8.1
APPROMMAiE'LOCR1fON OF .�oaj2r�
PROPOSED tRRiGAiION NEl1
AND PUMP. /
I �
Z8 7515'
c.�rnoanr I /
SILT FENCE AT MPOW
)EDJL 4 SKEET Q
ver
ATTACHME '401
RESOLUTION NO. 2018 -
A RESOLUTION OF INDIAN RIVER COUNTY, FLORIDA, RELEASING
EASEMENTS ON LOTS 6, 7, 12 AND 13, BLOCK A, VERO TROPICAL GARDENS
SUBDIVISION UNIT 1
WHEREAS, Indian River County has an interest in drainage and utility easements on Lots 6, 7, 12
and 13, Block A, of Vero Tropical Gardens Subdivision Unit 1; and
WHEREAS, retention of the easements, as described below, serves no public purpose;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Indian River
County, Florida that:
INDIAN RIVER COUNTY DOES HEREBY RELEASE and abandon all right, title, and interest
that it may have in the following described easements:
the east ten (10) foot drainage & utility easements of Lots 12 and 13 and the west ten (10) foot
drainage & utility easements of Lots 6 and 7, Block A, Vero Tropical Gardens Subdivision Unit 1,
according to the plat thereof recorded in Plat Book 4, Page 75 of the Public Records oflndian River
County, Florida.
a
This release of easements is executed by Indian River County, a political subdivision of the State of
Florida, whose mailing address is 1801 27th Street, Vero Beach, Florida 32960.
THIS RESOLUTION was moved for adoption by Commissioner , seconded by
Commissioner , and adopted on the day of
2018, by the following vote:
Chairman Peter D. O'Bryan
Vice -Chairman Bob Solari
Commissioner Susan Adams
Commissioner Joseph E. Flescher
Commissioner Tim Zorc
The Chairman declared the resolution duly passed and adopted this day of
, 2018.
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY, FLORIDA
an
Peter D. O'Bryan, Chairman
ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller
By:
Deputy Clerk
101
RESOLUTION NO. 2018 -
APPROVED AS TO LEGAL FORM:
County Attorney
ease.bccdoc
proj/apl. no. 2018040186/81738
Cc: Applicant:
ELITE TRUST & ESCROW COMPANY LLC (TR)
225 S WESTMONTE DR STE 2040
ALTAMONTE SPRINGS, FL 32714
102
INDIAN RIVER COUNTY
MEMORANDUM
TO: Jason E. Brown
County Administrator
THROUGH: Stan Boling, AICP
Community Development Director
Roland M. DeBlois, AICP
Chief, Environmental Planning
& Code Enforcement
FROM: Kelly Buck
Code Enforcement Officer
DATE: 7/3/2018
RE: Ronald and Patricia Strunk's Request for Release of a Portion of an Easement at 2095
43rd Avenue (Golf Acres Subdivision)
It is requested that the Board of County Commissioners formally consider the following information at its
regular meeting of July 17, 2018.
DESCRIPTION AND CONDITIONS
The County has been petitioned by Ronald and Patricia Strunk, owners of a lot at 2095 43rd Avenue in
Golf Acres Subdivision, for release of a 12 -foot wide portion of a 24 -foot wide easement on their lot. The
purpose of the partial easement release request is to allow for an existing detached building and driveway
in the portion of the easement proposed for release (see attached maps).
ANALYSIS
The request has been reviewed by AT&T; Florida Power & Light Corporation; Comcast Cable Services;
the Indian River County Utilities Department; the County Road & Bridge and Engineering Divisions; and
the County Surveyor. None of the utility providers or reviewing agencies expressed an objection to the
requested partial release of easement. Therefore, it is staff's position that the requested easement release
would have no adverse impact to drainage or to utilities being supplied to the subject property or other
properties.
RECOMMENDATION
Staff recommends that the Board, through adoption of the attached resolution, approve release of the
12 -foot wide portion of the 24 -foot wide easement described in the attached resolution.
ATTACHMENTS
1. Map(s) depicting easement proposed for release.
2. Proposed County Resolution Releasing Easement.
ease.bccmemo proj./appl. no. 2018050176/81987
103
O t
K
z
0
U)
(n
UD
)
(n
ALJ
LL
—i
0
I
3N11 N011035
C9
r
Dove, --\I
I -V.
W
>
o
w
OD
M
d
ik or
'T
dou
to
W
0-5. 7,0
a)
LL
s
ACO.
Ke
3N11 N011035
C9
r
pail..
W
>
o
OD
M
d
ik or
dou
to
ACV.
00 q
-
M/M.OG -3-nS
w N3AV ,vt,
S
n
O
W w
W
w
w
(L
i >
'i;L", 4. f
6
z
W
>
o
OD
w
d
ik or
dou
LL
s
ACO.
Ke
00 q
-
M/M.OG -3-nS
w N3AV ,vt,
S
n
O
W w
W
w
w
(L
i >
'i;L", 4. f
6
z
� ' t
I
Ma
�+I � =�4 ��.€�s5e�s:dW.. :sa3��ne• .apsa: - ��5;��� a g � W
ZA
4
t
f
lU
r
anuUAV U£TI
._ --F------- _ 8NM NOUQ-TS—
"-1 t
(14)18.601 (.LV-1d),00.0t I
m
R'
A
w) s6•arl ).l,vTd),00•srl a sb.w�oos
aII
�3af
o
�
I
�
�
.4S
�nN�Avmtaesirvuvix�tns
0u0
°ed
O
/M3 ;iPoYHi (ZOOM xHO,I S i
a,
a
wy�
3a.
n
C ?
m S
O
7 r 1'bf
ui �C
A
a
� O
z
COO)
a w
*-•t
N
O
y
z
w
�
A d
x e
U
a�4
�Uw
�
y
aFaz�
a
a�Na�
ozN��
xCaz W
O � U '•'I F,
d
F�Qp4 V
w¢7�x
Ua¢�nU
(14)18.601 (.LV-1d),00.0t I
m
u
OE
R'
n � � ---
w) s6•arl ).l,vTd),00•srl a sb.w�oos
aII
�3af
w?auo
�
roll
1
.4S
�nN�Avmtaesirvuvix�tns
0u0
°ed
O
/M3 ;iPoYHi (ZOOM xHO,I S i
a,
a
wy�
3a.
n
C ?
m S
AYM3AHtO
8mjmOJ
7 r 1'bf
ui �C
u
OE
o
N n o
•
n � � ---
w) s6•arl ).l,vTd),00•srl a sb.w�oos
aII
�3af
w?auo
�
roll
--
a1 ww
0u0
°ed
O
a,
0
u
s8 i�
gg
u
to O
cW
z
roll
--
a1 ww
0u0
°ed
wy�
a
amlIT AVM 30 .LHDIH
wz z
x
'M
7
wze.. rte+
o
m MQM H
Q
� F
1�" d
W Q
z a�iao
R W
a�
0.
° F
�wa3Q�r+�
i3O
w li
H
OFaF�ii 20 Lvwi:
�ZFtA ri riC
J
u
a
z
--
a1 ww
0u0
°ed
wy�
W Q
z a�iao
R W
a�
0.
° F
�wa3Q�r+�
i3O
w li
H
OFaF�ii 20 Lvwi:
�ZFtA ri riC
J
RESOLUTION NO. 2018 -
A RESOLUTION OF INDIAN RIVER COUNTY, FLORIDA, RELEASING
A PORTION OF AN EASEMENT ON LOT 20, GOLF ACRES SUBDIVISION
WHEREAS, Indian River County has an interest in an easement on Lot 20 of Golf Acres Subdivision;
and
WHEREAS, the retention of a portion of the easement, as described below, serves no public purpose;
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Indian River
County, Florida that:
INDIAN RIVER COUNTY DOES HEREBY RELEASE and abandon all right, title, and interest
that it may have in the following described easement portion:
the north twelve (12) feet of the south twenty-four (24) foot wide easement of Lot 20, Golf Acres
Subdivision, according to the plat thereof recorded in Plat Book 7, Page 79 of the Public Records of
Indian River County, Florida.
This partial release of easement is executed by Indian River County, a political subdivision of the State
of Florida, whose mailing address is 1801 27th Street, Vero Beach, Florida 32960.
THIS RESOLUTION was moved for adoption by Commissioner , seconded by
Commissioner , and adopted on the day of
2018, by the following vote:
Chairman Peter D. O'Bryan
Vice -Chairman Bob Solari
Commissioner Susan Adams
Commissioner Joseph E. Flescher
Commissioner Tim Zorc
The Chairman declared the resolution duly passed and adopted this day of
2018.
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY, FLORIDA
By:
Peter D. O'Bryan, Chairman
ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller
Deputy Clerk
106
RESOLUTION NO. 2018 -
APPROVED AS TO LEGAL FORM:
County Attorney
ease.bccdoc
proj/apl. no. 2018050176/81987
Cc: Applicant:
STRUNK, PATRICIA ANN & RONALD GORDON
188 OWENS DR
LAKE CITY, TN 37769
107
?` .
CONSENT
INDIAN RIVER COUNTY
OFFICE OF MANAGEMENT AND BUDGET
PURCHASING DIVISION
DATE:
July 9, 2018
TO:
BOARD OF COUNTY COMMISSIONERS
THROUGH:
Jason E. Brown, County Administrator
i
Bid Documents Downloaded by:
Mike Smykowski, Budget Director
FROM:
Jennifer Hyde, Purchasing Manager
SUBJECT: Award of Bid 2018065 —Annual Bid for Sanitary Sewer Services
BACKGROUND:
The Department of Utility Services requested the solicitation of annual bids to establish firm fixed
pricing for services to prevent sanitary sewer overflows that may occur, especially following
emergency events such as hurricanes. Services would typically involve pumping sewage from a lift
station that has lost power and transporting the sewage to another lift station. Other services
included in the bid are cleanout of storm drain and catch basins and providing supplemental
vacuum trucks. The term of this bid is one year, with the option for two additional one-year
renewals, subject to vendor acceptance, satisfactory performance and staff's determination that
the renewal would be in the best interest of the County.
BID RESULTS:
Advertising Date:
June 4, 2018
Bid Opening Date:
June 26, 2018
Demandstar Broadcast to:
452 Subscribers
Bid Documents Downloaded by:
23 Vendors
Replies:
6 Vendors
108
Tanker
Tanker
Clean Storm
Truck <_ 3
Truck > 3
Vacuum
Drain
Bidder's Name
Location
miles/
miles/ per
Truck/
/Catch
per gal
'/: mile
per hour
Basin/per
hour
Meeks Plumbing, Inc.
Vero Beach
$0.12
$0.005
$160.00
$150.00
Reliable Septic & Services
Vero Beach
$0.18
$0.03
$150.00
$150.00
Hinterland Group, Inc.
Riviera Beach
$0.08
$2.50
$240.00
$240.00
Envirowaste Services Group, Inc.
Miami
$0.24
$0.03
$225.00
$225.00
108
CONSENT
ANALYSIS:
The department has determined all six vendors have met the specifications of the bid. Due to the
unknown amount of need, or what geographical areas may be impacted and unable to respond in
an emergency, staff recommends all six firms be awarded the bid. All six vendors were referenced
against the State of Florida's lists of convicted and suspended vendors, as well as the U.S.
Government's System for Award Management database, with no issues found.
SOURCE OF FUNDS:
Funds for emergency repairs after a hurricane are allocated after expenses have been incurred,
and are not currently available in departmental accounts. Expenses for sanitary sewer services
following Hurricane Irma were:
Vendor
Tanker
Tanker
Reliable Septic & Services
Clean Storm
$24,345
Truck <_ 3
Truck > 3
Vacuum
Drain
Bidder's Name Location
miles/
miles/ per
Truck/
/Catch
per gal
/mile
per hour
Basin/per
hour
Shenandoah General Construction Co. Pompano Beach
$0.35
$0.35
$225.00
$205.00
Vacvision Environmental, LLC Tampa
$1.00
$0.25
1 $325.00
$325.00
ANALYSIS:
The department has determined all six vendors have met the specifications of the bid. Due to the
unknown amount of need, or what geographical areas may be impacted and unable to respond in
an emergency, staff recommends all six firms be awarded the bid. All six vendors were referenced
against the State of Florida's lists of convicted and suspended vendors, as well as the U.S.
Government's System for Award Management database, with no issues found.
SOURCE OF FUNDS:
Funds for emergency repairs after a hurricane are allocated after expenses have been incurred,
and are not currently available in departmental accounts. Expenses for sanitary sewer services
following Hurricane Irma were:
Vendor
Billing method
Total billed
Reliable Septic & Services
Per.gallon hauled ($0.15)
$24,345
Meeks Plumbing, Inc.
Pergallon hauled ($0.15)
$12,450
Southeast Services
Hourly ($185)
$2,127
RECOMMENDATION:
Staff recommends the Board award bid 2018065 to: Meeks Plumbing, Inc., Reliable Septic &
Services, Hinterland Group, Inc., Envirowaste Services Group, Inc., Shenandoah General
Construction Co., and Vacvision Environmental, LLC. Staff also recommends the Board approved
the sample agreement and authorize the Chairman to execute it after approval by the County
Attorney as to form and legal sufficiency and receipt of the required insurance.
Attachment:
Sample Agreement
109
Sam'ple Agreement
THIS AGREEMENT is by and between INDIAN RIVER COUNTY, a Political Subdivision of the State of Florida
organized and existing under the Laws of the State of Florida, (hereinafter called OWNER)
and
(hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants
hereinafter set forth, agree as follows:
ARTICLE 1- WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is
generally described as follows: i
Moving sewage by truck between locations
ARTICLE 2 -THE PROJECT
The Project for which the Work under the Contract Documents may be the whole or only a part is generally
described as follows:
I
Project Name: Annual Sanitary Sewer Services
Bid Number: 2018065
Project Address: Countywide
ARTICLE 3 - Term '
I
The term of this agreement shall be one year,'with two (2) additional one (1) year renewals available, subject
to vendor acceptance, satisfactory performance, and staffs determination that a renewal would be
in the best interest of the Count
ARTICLE 4 - CONTRACT PRICE
4.01 OWNER shall pay CONTRACTOR for completion of the Work an amount in current funds equal to
the sum of the amounts determined pursuant to work completed and at the prices stated in
CONTRACTOR's Bid, attached hereto as Exhibit 1.
ARTICLE 5 - PAYMENT PROCEDURES I
5.01 Owner shall make monthly payments
CONTRACTOR.
I
ARTICLE 6 - INDEMNIFICATION i
based on invoices submitted and for work completed by
6.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its officers and employees, from
liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the
extent caused by the negligence,' recklessness, or intentional wrongful misconduct of the
i
I Page 1 of 11
110
CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the
Work.
ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS
7.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following
representations:
A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related
data identified in the Invitation to Bid documents.
B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local,
and Site conditions that may affect cost, progress, and performance of the Work.
C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations
that may affect cost, progress, and performance of the Work.
D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all
additional or supplementary examinations, investigations, explorations, tests, studies, and data
concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site
which may affect cost, progress, or performance of the Work or which relate to any aspect of the
means, methods, techniques, sequences, and procedures of construction to be employed by
CONTRACTOR, including applying the specific means, methods, techniques, sequences, and
procedures of construction, if any, expressly required by the Contract Documents to be employed
by CONTRACTOR, and safety precautions and programs incident thereto.
E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests,
studies, or data are necessary for the performance of the Work at the Contract Price, within the
Contract Times, and in accordance with the otherterms and conditions of the Contract Documents.
CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the
Site that relates to the Work as indicated in the Contract Documents.
G. CONTRACTOR has correlated the information known to CONTRACTOR, information and
observations obtained from visits to the Site, reports and drawings identified in the Contract
Documents; and all additional examinations, investigations, explorations, tests, studies, and data
with the Contract Documents.
H. CONTRACTOR has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies
that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof
by OWNER is acceptable to CONTRACTOR.
I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms
and conditions for performance and furnishing of the Work.
ARTICLE 8 - CONTRACT DOCUMENTS
8.01 Contents
Page 2 of 11
111
A. The Contract Documents consist of the following:
(1) This Agreement (pages 1to_, inclusive);
(2) Certificates of Liability Insurance
(3) Invitation to Bid 2018065
(4) Addenda (number 1);
(5) CONTRACTOR'S Submitted Bid Form (pages 11 through 12 of 28);
(6) CONTRACTOR'S Submitted Drug Free Workplace Certification
(7) CONTRACTOR'S Submitted Affidavit of Compliance
(8) CONTRACTOR'S Submitted Sworn Statement Under Section 105.08, Indian River County Code,
on Disclosure of Relationships;
(9) The following which may be delivered or issued on or after the Effective Date of the Agreement
and are not attached hereto:
a) Written Amendments;
b) Work Change Directives;
c) Change Order(s).
ARTICLE 9 - MISCELLANEOUS
9.01 Terms
A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid.
9.02 Assignment of Contract
A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding
on another party hereto without the written consent of the party sought to be bound; and,
specifically but without limitation, moneys that may become due and moneys that are due may not
be assigned without such consent (except to the extent that the effect of this restriction may be
limited by law), and unless specifically stated to the contrary in any written consent to an
assignment, no assignment will release or discharge the assignor from any duty or responsibility
under the Contract Documents.
9.03 Successors and Assigns
Page 3 of 11
112
A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal
representatives to the other party hereto, its partners, successors, assigns, and legal representatives
in respect to all covenants, agreements, and obligations contained in the Contract Documents.
9.04 Severability
A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law
or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and
binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed
to replace such stricken provision or part thereof with a valid and enforceable provision that comes
as close as possible to expressing the intention of the stricken provision.
9.05 Venue
A. 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 a federal jurisdiction, in the United States District Court for
the Southern District of Florida.
9.06 Public Records Compliance
A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor
shall comply with Florida's Public Records Law. Specifically, the Contractor shall:
(1) Keep and maintain public records required by the County to perform the service.
(2) Upon request from the County's Custodian of Public Records, provide the County with a
copy of the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by
law.
(3) Ensure that public records that are exempt or confidential and exempt from public
records disclosure requirements are not disclosed except as authorized by law for the duration of
the contract term and following completion of the contract if the contractor does not transfer the
records to the County.
(4) Upon completion of the contract, transfer, at no cost, to the County all public records in
possession of the Contractor or keep and maintain public records required by the County to
perform the service. If the Contractor transfers all public records to the County upon completion
of the contract, the Contractor shall destroy any duplicate public records that are exempt or
confidential and exempt from public records disclosure requirements. If the contractor keeps and
maintains public records upon completion of the contract, the Contractorshall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to
the County, upon request from the Custodian of Public Records, in a format that is compatible
with the information technology systems of the County.
Page 4 of 11
113
B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO
PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE
CUSTODIAN OF PUBLIC RECORDS AT:
(772) 226-1424
publicrecords@ircgov.com
Indian River County Office of the County Attorney
180127th Street
Vero Beach, FL 32960
C. Failure of the Contractor to comply with these requirements shall be a material breach of this
Agreement.
ARTICLE 10 — FEDERAL CLAUSES
10.01 OWNER and CONTRACTOR will adhere to the following, as applicable to this work:
A. Equal Employment Opportunity.
During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, or national origin. The contractor will take affirmative action
to ensure that applicants are employed, and that employees are treated during employment
without regard to their race, color, religion, sex, or national origin. Such action shall include, but
not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf
of the contractor, state that all qualified applicants will receive considerations for employment
without regard to race, color, religion, sex, or national origin.
(3) The contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice to be provided
advising the said labor union or workers' representatives of the contractor's commitments under
this section, and shall post copies of the notice in conspicuous places available to employees and
applicants for employment.
(4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965,
and of the rules, regulations, and relevant orders of the Secretary of Labor.
(5) The contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the administering agency
and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules,
regulations, and orders.
(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders, this contract may be canceled,
Page 5 of 11
114
terminated, or suspended in whole or in part and the contractor may be declared ineligible for
further Government contracts or federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24,1965, and such other sanctions
as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24,
1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.
(7) The contractor will include the portion of the sentence immediately preceding paragraph (1)
and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204
of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon
each subcontractor or vendor. The contractor will take such action with respect to any
subcontract or purchase order as the administering agency may direct as a means of enforcing
such provisions, including sanctions for noncompliance: Provided, however, That in the event a
contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor
as a result of such direction by the administering agency the contractor may request the United
States to enter into such litigation to protect the interests of the United States.
B. Compliance with the Contract Work Hours and Safety Standards Act:
(1) Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any workweek in which he or she is employed
on such work to work in excess of forty hours in such workweek unless such laborer or mechanic
receives compensation at a rate not less than one and one-half times the basic rate of pay for all
hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the
clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible
therefor shall be -liable for the unpaid wages. In addition, such contractor and subcontractor shall
be liable to the United States (in the case of work done under contract for the District of Columbia
or a territory, to such District or to such territory), for liquidated damages. Such liquidated
damages shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this
section, in the sum of $10 for each calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty hours without payment of the
overtime wages required by the clause set forth in paragraph (1) of this section.
(3) Withholding for unpaid wages and liquidated damages. The Owner shall upon its own action
or upon written request of an authorized representative of the Department of Labor withhold or
cause to be withheld, from any moneys payable on account of work performed by the contractor
or subcontractor under any such contract or any other Federal contract with the same prime
contractor, or any other federally -assisted contract subject to the Contract Work Hours and Safety
Standards Act, which is held by the same prime contractor, such sums as may be determined to
be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and
liquidated damages as provided in the clause set forth in paragraph (2) of this section.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set
forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to
include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor with the clauses set forth in
paragraphs (1) through (4) of this section.
C. Clean Air Act:
Page 6 of 11
115
(1) The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
(2) The contractor agrees to report each violation to the Owner and understands and agrees that
the Owner will, in turn, report each violation as required to assure notification to the State,
Federal Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FEMA.
Federal Water Pollution Control Act:
(1) The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.
(2) The contractor agrees to report each violation to the Owner and understands and agrees that
the Owner will, in turn, report each violation as required to assure notification to the State,
Federal Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office.
(3) The contractor agrees to include these requirements in each subcontract exceeding $100,000
financed in whole or in part with Federal assistance provided by FEMA.
D. Energy Policy and Conservation Act–The Contractor agrees to comply with mandatory
standards and policies relating to energy efficiency which are contained in the state energy
conservation plan issued in compliance with the Energy Policy and Conservation Act.
E. Suspension and Debarment
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As
such the contractor is required to verify that none of the contractor, its principals (defined at 2
C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R.
§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C
and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into.
(3) This certification is a material representation of fact relied upon by Indian River County. If it is
later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R.
pt. 3000, subpart C, in addition to remedies available to Owner, the Federal Government may
pursue available remedies, including but not limited to suspension and/or debarment.
(4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C
and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract
that may arise from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
F. Byrd Anti -Lobbying Amendment (31 U.S.C. § 1352 (as amended)—Contractors who apply or bid
for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier
above that it will not and has not used Federal appropriated funds to pay any person or
organization for influencing or attempting to influence an officer or employee of any agency, a
member of Congress, officer or employee of Congress, or an employee of a member of Congress
in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C.
§ 1352. Each tier shall also disclose any lobbying with non -Federal funds that takes place in
connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up
to the recipient.
Page 7 of 11
116
G. Procurement of Recycled/Recovered Materials:
(1) In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA -designated items unless the product cannot be
acquired—
(i) Competitively within a timeframe providing for compliance with the contract
performance schedule;
(ii) Meeting contract performance requirements; or
(iii) At a reasonable price.
(2) Information about this requirement is available at EPA's Comprehensive Procurement
Guidelines we b site, http://www.epa.gov/cpg/. The list of EPA -designate items is available at
http://www.epa.gov/cpg/products.htm.
H. Access to Records The following access to records requirements apply to this contract:
(1) The contractor agrees to provide Indian River County, the FEMA Administrator, the
Comptroller General of the United States, or any of their authorized representatives access to any
books, documents, papers, and records of the Contractor which are directly pertinent to this
contract for the purposes of making audits, examinations, excerpts, and transcriptions.
(2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
(3) The contractor agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the
contract.
I. Department of Homeland Security (DHS) Seal, Logo, and Flags: The contractor shall not use the
DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without
specific FEMA pre -approval.
J. Compliance with Federal Law, Regulations, and Executive Orders: This is an acknowledgement
that FEMA financial assistance may be used to fund the contract. The contractor will comply will
all applicable federal law, regulations, executive orders, FEMA policies, procedures, and
directives.
K. No Obligation by Federal Government: The Federal Government is not a party to this contract
and is not subject to any obligations or liabilities.to the non -Federal entity, contractor, or any
other party pertaining to any matter resulting from the contract.
L. Program Fraud and False or Fraudulent Statements or Related Acts: The contractor
acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements)
applies to the contractor's actions pertaining to this contract.
M. AFFIRMATIVE STEPS: CONTRACTOR shall take the following affirmative steps to ensure minority
business, women's business enterprises and labor surplus area firms are used when possible:
(1) Placing qualified small and minority businesses and women's business enterprises on
solicitation lists.
(2) Ensuring that small and minority businesses, and women's business enterprises are
solicited whenever they are potential sources.
Page 8 of 11
117
(3) Dividing total requirements, when economically feasible, into smaller tasks or quantities
to permit maximum participation by small and minority businesses, and women's business
enterprises.
(4) Establishing delivery schedules, where the requirement permits, which encourage
participation by small and minority businesses, and women's business enterprises.
(5) Using the services and assistance of the Small Business Administration and the Minority
Business Development Agency of the Department of Commerce.
Article 11: TERMINATION OF CONTRACT
A. The occurrence of any of the following shall constitute a default by CONTRACTOR and shall provide
the OWNER with a right to terminate this Contract in accordance with this Article, in addition to
pursuing any other remedies which the OWNER may have under this Contract or under law:
(1) if in the OWNER's opinion CONTRACTOR is improperly performing work or violating any
provision(s) of the Contract Documents;
(2) if CONTRACTOR neglects or refuses to correct defective work or replace defective parts
or equipment, as directed by the Engineer pursuant to an inspection;
(3) if in the OWNER's opinion CONTRACTOR's work is being unnecessarily delayed and will
not be finished within the prescribed time;
(4) if CONTRACTOR assigns this Contract or any money accruing thereon or approved
thereon; or
(S) if CONTRACTOR abandons the work, is adjudged bankrupt, or if he makes a general
assignment for the benefit of his creditors, or if a trustee or receiver is appointed for
CONTRACTOR or for any of his property.
B. OWNER shall, before terminating the Contract for any of the foregoing reasons, notify
CONTRACTOR in writing of the grounds for termination and provide CONTRACTOR with ten (10)
calendar days to cure the default to the reasonable satisfaction of the OWNER.
C. If the CONTRACTOR fails to correct or cure within the time provided in the preceding Sub -Article
B, OWNER may terminate this Contract by notifying CONTRACTOR in writing. Upon receiving
such notification, CONTRACTOR shall immediately cease all work hereunder and shall forfeit any
further right to possess or occupy the site or any materials thereon; provided, however, that the
OWNER may authorize CONTRACTOR to restore any work sites.
D. The CONTRACTOR shall be liable for:
(1) any new cost incurred by the OWNER in soliciting bids or proposals for and letting a new
contract; and
(2) the difference between the cost of completing the new contract and the cost of completing
this Contract;
(3) any court costs and attorney's fees associated with any lawsuit undertaken by OWNER to
enforce its rights herein.
E. TERMINATION FOR CONVENIENCE: OWNER may at any time and for any reason terminate
CONTRACTOR's services and work for OWNER's convenience. Upon receipt of notice of such
termination CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue
the work and immediately cease ordering of any materials, labor, equipment, facilities, or
supplies in connection with the performance of this Contract. Upon such termination Contractor
shall be entitled to payment only as follows:
Page 9 of 11
118
(1) the actual cost of the work completed in conformity with this Contract and the
specifications; plus,
(2) such other costs actually incurred by CONTRACTOR as are permitted by the prime
contract and approved by the OWNER.
Contractor shall not be entitled to any other claim for compensation or damages against the
County in the event of such termination.
,Page 10 of 11
119
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One
counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents
have been signed or identified by OWNER and CONTRACTOR or on their behalf.
This Agreement will be effective on , 20_ (the date the Agreement is approved by the
Indian River County Board of County Commissioners, which is the Effective Date of the Agreement).
OWNER: CONTRACTOR:
INDIAN RIVER COUNTY
By:
Peter D. O'Bryan, Chairman
By:
Jason E. Brown, County Administrator
APPROVED AS TO FORM AND LEGAL SUFFICIENCY:
By:
Attest
(Contractor)
(CORPORATE SEAL)
By:
Dylan Reingold, County Attorney Address for giving notices:
Jeffrey R. Smith, Clerk of Court and Comptroller
Attest:
Deputy Clerk
(SEAL)
Designated Representative:
Name:
Title:
Address:
Phone
Email
License No.
(Where applicable)
Agent for service of process:
Designated Representative:
Name:
Title:
Add ress:
Phone:
Email:
(If CONTRACTOR is a corporation or a partnership,
attach evidence of authority to sign.)
Page 11 of 11
120
t
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Jason E. Brown; County Administrator
THROUGH: Stan Boling, AICP; Community Development Director
I
FROM: John W. McCoy, AICP; Chief, Current Development
DATE: July 5, 2018
I
SUBJECT: Lost Tree Preserve, LLC Request for Final Plat Approval for Lost Tree Preserve PD,
Phase 1 [PD -10-08-01 / 99040238-80798]
It is requested that the data herein presented be given formal consideration by the Board of County
Commissioners at its regular meeting of July 17, 2018.
DESCRIPTION & CONDITIONS:
The Lost Tree Preserve PD, Phase 1 is, the first phase within the Lost Tree Preserve planned
development (PD) project. The overall Lost Tree Preserve PD is located immediately west of the
FEC railroad between 65th Street and 691h Street consisting of 453 units on 214.64 acres resulting in
a density of 2.11 units/acre. The Phase 1 final plat area is located in the northeast corner of the
overall project, is adjacent to 69th Street, and consists of 82 lots on 54 acres (see attachment #2).
The property is zoned PD (Planned Development), and has an L-2 (Low Density 2 up to 6 units per
acre) land use designation.
,
On December 9, 2010, the Planning & Zoning Commission granted preliminary PD plan/plat
approval for The Lost Tree Preserve PD which included a phased approval for 453 units.
Subsequently, on January 26, 2017, the Planning & Zoning Commission approved a revised and
updated phasing schedule which shows planned developer for the overall PD through 2027. The
applicant is now seeking final plat approval for Phase 1, having obtained a land development permit
and commenced construction of the project. At this time, the applicant has built 97% of the required
improvements that serve the Phase 1 area,'is proposing to "bond -out" for the remaining 3% of the
required improvements, and has submitted the following:
1. A final plat in conformance with the approved preliminary plat;
2. An Engineer's Certified Cost Estimate for the remaining required improvements;
I
3. A Contract for Construction for the remaining required improvements; and
4. A Cash Deposit and Escrow Agreement and $74,100.69, cash.
The Board is now to consider granting final plat approval for The Lost Tree Preserve PD, Phase 1.
C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@4C258760\@BCL@4C258760.rtf 121
ANALYSIS:
Some, but not all, of the required improvements for The Lost Tree Preserve PD, Phase 1 have been
completed. As provided for under the LDRs applicable to this final plat application, the applicant is
proposing to "bond -out" for the remaining 3% of required improvements (utilities, roadways, and
landscape). Public Works, Planning, and Utility Services have reviewed and approved the submitted
Engineer's Certified Cost Estimate for the remaining improvements. The County Attorney's Office
has reviewed and approved the submitted Contract for Construction of Required Improvements. The
proposed security arrangement, which represents 125% of the estimated cost to construct the
required improvements, has been reviewed and approved by county staff.
All improvements within Lost Tree Preserve PD will be private, with the exception of certain utility
facilities. Those utility facilities will be dedicated to, and guaranteed to Indian River County as
required through the final plat and certificate of completion process. In addition, a warranty and
maintenance agreement will be required for the roads and stormwater improvements, prior to
issuance of a certificate of completion.
RECOMMENDATION:
Based on the above analysis, staff recommends that the Board of County Commissioners grant final
plat approval for The Lost Tree Preserve PD, Phase 1.
ATTACHMENTS:
1. Application
2. Location Map
3. Final Plat Layout
4. Contract for Construction of Required Improvements
5. Cash Deposit and Escrow Agreement
C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@4C258760\@BCL@4C258760.rtf 122
4�
PA Tom" i D t. Tv' .., ,P.""2 n ar ,- i' a�.
T.e. #� rx�4il
� s �J
.�
rrelbdmary
goit: Zko c:vdo the P rx ! : s= vPH=rwtL
p I+Tr.xvE: Lost Tree Preserve PD, Phase 1
Yin � 10— 08 — 01 �#. Lost Tree Preserve, cc040238
PROM'TY O'4 NRL— (1 -„EASE P AOrf
Lost Tree =reserve, LLC
WMIE
3399 PGA Blvd. Suite 240
A�D�S
Palm Beach Gardens, FL 33410
r -TI'S”, FLUB, VP .. .
561-526-9711
PHON-2 NUMBER
t; ix;-y=.+.r7@Comcast net
jr SLAM ADMWS
Cha6as M. Bayer, Jr.
CoinAcr vatwN
PROTECT BfOINEEiL (Fti21 ASF PRINT)
Masteller and Molar, Inc.
NAMIF.
1355 27th Street, Suite #2
Vero Beach, FL 32950
Y, STATE, .gyp
772-567-6300
PIKE IU ER
SEMOLER@bellsouth.net
.0'-.r)WLWSq
Slzt,err E. MoW, P.E.
WNW.G`1' PERSON
APPLICANT (PLEWSE
Stephen R. t � o c);i
NAIAE
4455 A -1-A, Suite 234
ADDRE3u
Vero Beach,► -r_
r,......,..._ .
CTIA? STATE, ZIP
772-473-0393
P}9Oi E NUMER
SRM5127@gmall.com
EWUL ADDRM
Stephen R. ii:Helchior!
CC?WACiPERSON
AGENT (PLEAuE F=ql)
Stephen R. Melchior!
MATO
4455 A -1-A, Suite 234
ADDRESS
Vero Desch,r L 32963
CITY, STATE, ZIP
772--473-0393
PT±ONRNUS.
SRMS127@gmail.com
B'DI IL ADDRBS5
Stephen R. Melchlon
CON"TACTPP WN
OP OWKW OR ACIr.NT
nToc-mnr,Wj- DciaWpnftMPPT.:CATlO13 Tm1)cvVAAafi=\M XP*C
Rc3sedX72016 ? iora 123
ATTACKNEW 1
TAX, PARCU M 4(s) 017 SMECT PROPERTY:
PROPERIT rIwSIFlCxrI0*-N,(-,;):
31-39-10-00000-3000-000-11 -0.0
F)D
L-1 54+/-
217
TOTALFROJECTAMRAM:
PROPC
� I MD sr -rE un�.-spv-ND vmsuY (a.g. c
Residential 389: S/F 64 fVW A
-Tl:r, fry owing items owe he aueaked to tineet
o IT11cfeft.: f044t,,puj
&,Sju -.h
X Irthe 3P.A.,orut IM other fwM tilt ownw-(s), awwu stat omovof AIIihCy4zxd,%-j. from tht ovmw,
Q11 F2q. Two deeds &.psi a ver-ified starta uPWnS MV ilieu4idual havina; 1.30 or, orpultiblo arvamship in tho
PmPe-dr, if vmui iny -qaimpor4on, 1wryide the Llimas atm xdcl:rass a.^ iwmh sL-c!4rj1dcr owning r0mv
6ju- 10% of th'a v4m of outsWidbasg co�por*Uvn ;hms;
On FP3, Two capits of the *wnet's taco &d w-emut-, dccd;
X A elvek, L -.o -.&y a -Mer or cash mr-da payablo W'U-I-*.Zjt R:Vvr.. coot �.":
p'nq Mevolo
j 00 PM -ap qm
Ic' than 20 was S2075.00
U -4c r"oras 2475.03
over; 40 acres 2575.00
Ftellmin-wy PD Plar.
ItsS u awn
20-40 wts
ovix 40 amos OVUM 50.00 for cuh addiflowd 25 wres!gve
Find ri) P'ns $1400.00
For concurmat applicationS; on3bine the appropriate fta "d uubiract $400.00.
X— Tc-, a et3 of comp !do Cc i te q.b* 'I'mik *my or Firal PD (Ift a 1144 plass must be , z i Six d and maleci by
it
tuf vqvor), Mw i as „r --r CliapItt 915, P, ir.uxnt to the tnv of aairoval b-chiS. mquesW
NIA ;may rquiMmenz. of Ibex --woIng or vuM.N.'sSlon or-81mce "06ch te apr,!!Qud !s rmub.-Muz to ba
(.arch as nth-Amum la,.VMth wd sizg, *wt fkawm�p rcajism"rau, Stnblicks" vic.), shzU be clef-dy
! i er 9M the xrdvm Mqw 6 , an ;w
r4k%AM by arAtW and paraVeaplh umber., togetb villi tLo -tillwAla to
attached 'fdlftL 124
,%Mrshy ,
fcArmmo;,D),F vrpurwkwslvo Comm R074W APSIt 2616
ATWHIAENT
I
hem.ked rc. *M. t) 40. I!cW.cm for coccepot i or co w -r t appkadzu
NLA I wasi ef flow PMAS mdlatr. or. for comm=141 or upld4 buil SS.
0r F-11St ns and T'"r._'t00gh u0, Pwtc . Sip
'or Fiard
from developer providing th kms for nehimligg the- 75 mn� odon tbrtwid for tho
ov=U sui 9Www 11m
CONSTRUMION COQ` "E - BUILT 013T;
CcrOcaft of �:gp.ii;�yr��(spi a� ro ofttr t;. 'rc& MiiJ
Faure; to pmvidc vltov on wWe)t opflan 6 brIng NV1MW,M4Y WAttit In A delay in prftMj*g the A 0*_
# tied
�� �.sair�atie ICY, .d wet4 nam ittm to ba
t o oted or P=4wt com, itW at 75% fttsbold 1br wimfl srbdf vis;m .
PRELIMINARY COST ESTIMrtTE ATTACH ED, MRTIFIED ES`11WJ%TE TO PROVIDED AT 7501;, THRESHOLD
SOLD
obtain mor tp find pat M-111
. Covemmts, Deed Rcstriutiunsg Blylrwm� oto. or s tat
Them A
Ire Properti OmmeaAssucMon Ardelm of Incoxorala on or
rw&=ut fluSeating why. aecordlug of POA is NOT;Nuimd.
125
I
I
C#Q
rt
CIA
era
1
>_d
rh
0-1
C#Q
..........
rr, of M JS
2r ,
sn 3H1 su arm v3
Q • •" .R�x'R kle�R� 0'R' _ ��a�
EI
LW JLMWM
tis tus ai a ���
pad.a
• ., q •;
I
I I��
I I�_
Q LI11-W
roT
VT aR
NOd BTD
>•
I
{{y�
a€
II
��
Ali
bSr�'
10
q
19
e I
I
I I��
I I�_
l l��
I
I
II
��
0
aw
SM
II R� C
•n' aura-ssu-s nomas A
3a WU A 5f is" 31d x 3Nn am I .
Fr
U I (Nn 3No '15)
+ ss novad z woe
J Ii I ��mom
w ,vu
AL�CAWw �--
O Sera- szrl utAmLws-
2 PA �ln of
� CRYSTAL vw.s SMDI tvw
EL I I �/'�� �p1AN ._~ PUT 8M 16, GAGE 95
ail
3 ; sgegsaga94j 11fg1*56QgJ;g1=9-H it a€
c N
0 0 * O 0
90
ga
ag
r
N
T --I
e
0
g
Q
E
i
p EST G��4wpY
FLOD
f Nc OF p0
i I 8 WE SS CopSS RpILRo
OR4Dp Ep
r I �
I
AfATCHLfNE SEE SHEET 5
leg
? wee_ a a aa
d 33�� 3 q �= 8
E � N � le I as ol z sa �~e lg'��'��yy a ,ggt'. ISE
a ti�< G: O eu t $ n883�3W 1,11L�121i-W 5�� e`F6J
�I J ' x la g g e.
�z ✓i � ��vlLdg�g�>��s�a�������� ���eo:v�o`��e�ge ".<E
Eln
n
gl�
f y9 \
4
J
i
p EST G��4wpY
FLOD
f Nc OF p0
i I 8 WE SS CopSS RpILRo
OR4Dp Ep
r I �
I
AfATCHLfNE SEE SHEET 5
leg
? wee_ a a aa
d 33�� 3 q �= 8
E � N � le I as ol z sa �~e lg'��'��yy a ,ggt'. ISE
a ti�< G: O eu t $ n883�3W 1,11L�121i-W 5�� e`F6J
�I J ' x la g g e.
�z ✓i � ��vlLdg�g�>��s�a�������� ���eo:v�o`��e�ge ".<E
Eln
n
gl�
`e
[ti s
r sg l`6 9
CIE .a $ �litu 1
IN 114 .i��k
bbb bis b sbbF a
of 1115 MIN 11
yy�� p 5t d ��w��wi�r�€€tlb3��E�ssa u�i:€�XB`Ae�.� Y 'e•e e>E �� °� ����a� q�
N ii
x x xn d
1 comet RSL
rFLCOA ik
Of OOAD IL
CAST,
n
w I f�o�flA I � � I` •.`.S� i/
zI I warx`" L
Iyp11M = qii N �
� r.el am. � ,.s•�s '°`r'ii '; � � _ s� b G 6 9
LM
R
33S� 3Nl7HJl MY
21
>vg
x
,w
mak naisK. `.� to
S t�6
____---- - -��-
E tc p - �--- - - A
n � r
noY.�emxe GvruaM/mnan
,P, IhLj
mn ]fir'! vne 1vv
aul—
`
F 133HS
I
W
i
i
i
m
4
4
4
i
,.
E p
I
o
�aaa
�I
I
R•
W.
9
Mmo
q 8P pp
F
xx�t
U:
W
�� pan I
H I i.
t
W
4.
g9 I
zI
J!Tfim 1XI I
z!
I
g
I
1
r�
CR
1 I
1
+J
+ NO CJ
$ r3 Si i€
ni an a+� n :a
i
I
I
CL
I
��
pc
33S� 3Nl7HJl MY
21
>vg
x
,w
mak naisK. `.� to
S t�6
____---- - -��-
E tc p - �--- - - A
n � r
noY.�emxe GvruaM/mnan
,P, IhLj
mn ]fir'! vne 1vv
aul—
o - y'�r
r
G
o`rm'i��BA��'
rrpro
11PIR Hem
ir illipul
III PlA lill 14
t i uwutrto
+1I arta uaq vwr mw
I MAMD e
mov"aw itooma,r aacor
g9 ��• I maa• mm'
a ; �� w
Y ---
Y
A
1►oara�e PAO�.�SAUR7 xaoamt ,n�_or__1�
Q
\
:Z
i m
O OO • 0 O y
I
i laid
l
m
�
a<
��
xURV
N
m
N
� N z
�
1
\
3
Met-
M mar
F `
Ic
J
E
b
tr,
I
N
B E A
/ a
o`rm'i��BA��'
rrpro
11PIR Hem
ir illipul
III PlA lill 14
t i uwutrto
+1I arta uaq vwr mw
I MAMD e
mov"aw itooma,r aacor
g9 ��• I maa• mm'
a ; �� w
Y ---
Y
A
1►oara�e PAO�.�SAUR7 xaoamt ,n�_or__1�
Q
\
OD
cs $ j AVENUE C %C
"ktr Nast I tio
MATCHLINE - SEE SHEET 3
:Z
i m
O OO • 0 O y
I
i laid
l
m
��
N
N
� N z
3
Met-
M mar
Ic
J
E
b
tr,
I
N
B E A
OD
cs $ j AVENUE C %C
"ktr Nast I tio
MATCHLINE - SEE SHEET 3
:Z
I
I
i laid
l
m
��
N
3
Met-
M mar
Ic
y
�,
16
■Y����
a
i
---
o
C)
OD
cs $ j AVENUE C %C
"ktr Nast I tio
MATCHLINE - SEE SHEET 3
I
le
ro
1 a
6 `
Kilt SHB
Ing
f
g,�t1
��k�tpkp�+'a
14
�i
10
L----------+
1A
g,�t1
��k�tpkp�+'a
�i
lidA
hi
MINI k!
6 al
h ihill 1i
I HIM C1, bs t,
IKE
asp $€ a >-d2gs�xea�a5
Q
PE
--AA-
El
VD)
9
CA
Ob
4
G
CL
g'�naa�aalsa���sa��Qgae�311�������iiaA3�3a'A
area � r'aDsa mr
I D
VACr
wtNolwuw
Amemim i§ e
t lit x�
q
Of
1.4
` '� q
Am
�
I i l$
r y
�N I Z
i ' Z
i all z
EEfllg
�` �• EE $� � I CtQ�
�tl5 IUK � Ie
ryi
Isar 2 O
I
AvraxrE C ?�
m .
MATCNLINE — SEE SHEET 3
45
"s r11ile
qq q
�It €A a
3! INI 1!111 1
p@
", " . WAY y
pup
m
a �Y"F°� i @ ► �
cm
BB t $
t
``X \9GZ
P \�
S \
P
Li
bb bb w
22 HE till 2
g !1Q 0 a "161
£c�� 2 i
Z ass$gget�aa'aS`��8�g$ybDEsac"sg�6.a4e�e"� $
VVI, �f� � �4(► � +2$ �� �
C4
3� V� 'r$
22 /
VI � � Y'N / a•�
W
7p{ pa
I.
a R� i
11M// �/� .tq! V R�,•. / J �, .7 aae�
h
�
F +
artios�e It :E, r �rb Tb _ .y
ff E
. 1. N, = bC,5111'-Ot MYi1X O Al]IE36
1 d � • • . — • � — • • li:K6-C MdJE .#T 1Ct 1M _ • . —
��g 1
M„a
x .`i Lih y9-
20
Q
u
s
Ez
1�
M
g
I roe vd acse eno
3HLA IAllISY
I >nJ YJ 3M7,44M
I gIa:s:
I I l I
�
>'yBQiAIY dN1am
!
I
34099 33S
. V 3NnNo1 VDY
I 1
'
i
I
,_
I
Ix -
O
3Nt�
7FViY
� g
I
l l
Y
Z
�aI
,moi
3
co
61
nonnraJmbox ale
�•
¢
, w. eusw .ac
I '
'
�
I
I I•
�
I
�
� I
�''
I
1
I
tw
Iteµt
Fbi
iFAc1 J
1
W^
I
!�
MAI
lr• u'
w,,,,,1
I
z•
...
WZ•
y
A
-ell
_as
•�
1 sera-szn-e ppaa3s
�
I
tl •
�=
� Q
.Z`
J I 37C i0 3Mi 153M11
�
i>i• (
I
Vl
i I
Q Q
O�Ij
I
WVd 3.1= AV
YJf i11 NB
.W, ,d?w
: MI6
� l: I
e$!
ip
t u i 1
SS
d
I
a
n
a H
s °�
i
jor-:
I
i
i I
a
4�1-"romp
I
a
Ma731�335
--
�l•�r�
�i��
m�^YZ�
.V 3NnN�J
4+W
MOUS
33S
$ �
.8. 3NnHol y Y
M
Lost Tree Preserve PD, Phase 1
CONTRACT FOR CONSTRUCTION OF REQUIRED IMPROVEMENTS
NO. PD -10-08-01 (99040238-80798)
THIS CONTRACT, made and entered into this 9th day ,of July,. 2018, by
and between LOST TREE PRESERVE, LLC, a Florida limited liability company,
hereinafter referred to as "Developer," and INDIAN RIVER COUNTY, a political
subdivision of the State of Florida,, by and through its Board of County Commissioners,
hereinafter referred to as "County".
WITNESSETH:
WHEREAS, Developer is commencing proceedings to effect a
subdivision of land within Indian River County, Florida; and
WHEREAS, a final plat of the subdivision within the unincorporated area
of Indian River County shall not be recorded until the Developer has installed the
required improvements or, has guaranteed to the satisfaction of the County that such
improvements will be installed; and
WHEREAS, Developer requests the approval and recordation of a certain
plat to be known as Lost Tree Preserve PD, Phase 1; and
WHEREAS, the required improvements are to be installed after
recordation of this plat under guarantees posted with the County.
NOW, THEREFORE, IN CONSIDERATION OF THE MUTUAL
COVENANTS AND PROMISES HEREIN CONTAINED, the parties agree as follows:
1. Developer agrees to construct on or before July 17, 2019, in a good
and workmanlike manner,.those improvements described as follows:
See Exhibit "A" attached hereto
or otherwise required by the Indian River County'Code in connection with the approval
of said plat. A copy of the plat shall be recorded in the Public Records of Indian River
County, Florida upon the final approval of the Board of County Commissioners and
made a part hereof for all purposes.
2. Developer agrees to construct said improvements strictly in
accordance with the land development permit, the most recent set of plans and
specifications for this subdivision approved by the County and on file in the Planning
134
and Development Division, and all County development regulations and standards,
including conditions and requirements of any applicable County right-of-way permit, all
of which are hereby incorporated by reference and made a part hereof.
3. In order to guarantee performance of this contract, Developer shall
simultaneously herewith furnish an executed cash deposit and escrow agreement,. in a
form to be approved by the County Attorney, between Developer and the Indian River
County Office of Management and Budget, as the escrow agent, in the amount of
$74,100.69, which amount is not less than one hundred twenty-five percent (125%) of
the estimated total cost of improvements remaining to be constructed, as determined
in accordance with the County's Subdivision and Platting Ordinance. It is understood
that the full amount of the escrow deposit shall remain available to the County and
shall not be reduced during the course of construction. Developer may at any time
substitute guarantees, subject to the approval as to form and amount by the County.
4. Developer agrebs to indemnify, hold harmless, and defend the
County against any and all claims, damages, losses, and expenses, including
attorney's fees, for property damage, personal or bodily injury, or loss of life, arising
from the negligent acts or omissions of the Developer, its officers, employees, agents,
or contractors, subcontractors, laborers, or suppliers, relating to the construction of the
required improvements, in an amount of up to $1,000,000.00, or the limits of any
applicable underlying or excess insurance coverage carried by Developer or to be
obtained during the course of the construction of the subdivision improvements,
including all those improvements to be constructed on existing publicly dedicated or
County -owned property, such as street, sidewalk, bikepath, lighting, signalization,
traffic control, drainage, water, or sewer improvements.
5. The County agrees to approve the plat for recordation in the Public
Records of Indian River County, Florida upon a finding as to compliance with all
applicable provisions of the County's Subdivision and Platting Ordinance and upon
execution hereof. The County shall accept those areas specifically dedicated to the
County for the purposes indicated on the plat at the time of plat recordation. However,
nothing herein shall be construed as creating an obligation upon the County to perform
any act of construction or maintenance within such dedicated areas until such time as
the required improvements are satisfactorily completed.
Developer shall remain responsible for utility meter boxes to be in
good repair and not covered with topsoil, concrete or impervious material for the 1 -year
maintenance period commencing after County issuance of a Certificate of Completion.
Notice of this ongoing responsibility shall be provided by Developer to any subsequent
builder/homeowner.
Satisfactory completion in accordance with the land development
permit, plans, specifications, and ordinance requirements of Indian River County shall
be determined by the County and shall be indicated by specific written approval of the
Public Works Director or his designated representative, after receipt of a signed and
sealed Certificate of Completion from the project engineer of record. Once the
2
135
required improvements are completed to the satisfaction of County, Developer
acknowledges that Developer is responsible for posting a 1 -year warranty for road and
drainage improvements as well as utility facilities, if applicable, in the amount of 25% of
the costs of such improvements; and that appropriate warranty agreement and bill(s) of
sale will need to be entered into. The funds posted under this Contract for
Construction of Required Improvements will not be released until the applicable 1 -year
warranty postings and appropriate warranty agreement and bill(s) of sale are in place.
6. In the event the Developer shall fail or neglect to fulfill its obligations
under this contract and as required,by the Indian River County Code, the Developer, as
principal, and the funds in escrow deposit (or any County approved substituted
guarantees) shall be jointly and severally liable to pay for the cost of construction and
installment of the required improvements and warranty to the final total cost, including
but not limited to engineering, construction, legal and contingent costs, including
reasonable attorney's fees incurred by the County, together with any damages, either
direct or consequential, which the County may sustain as a result of the failure of
Developer to carry out and execute all provisions of this contract and applicable
ordinances of the County.
7. The parties agree that the County at its option shall have the right,
but not the obligation, to construct and install or, pursuant to receipt of competitive
bids, cause to be constructed and installed the required improvements in the event
Developer shall fail or refuse to do so in accordance with the terms of this contract.
Developer expressly agrees that the County may demand and draw upon the cash
deposit (or any County approved substituted guarantees) for the final total cost of the
improvements and warranty. Developer shall remain wholly liable for any resulting
deficiency, should the cash deposit (or any County approved substituted guarantees)
be exhausted prior to completion of the required improvements. In no event shall the
County be obligated to expend public funds, or any fund other than those provided by
the Developer to construct and warranty the required improvements. Developer
hereby gives permission to County, County's contractors and subcontractors to go on
its property, known as proposed Lost Tree Preserve PD, Phase 1, for purposes of
completing the required improvements. If any portion of the property is sold by
Developer, Developer acknowledges that the granting of this permission will be
preserved and recited in any document transferring title to Developer's successor
and/or assigns. I,
8. Any cash deposit,(or any County approved substituted guarantees)
provided to the County by Developer with respect to this contract shall exist solely for
the use and benefit of the County and shall not be construed or intended in any way,
expressly or impliedly, to benefit or secure payment to any subcontractor, laborer,
materialman or other party providing labor, material, supplies, or services for
construction of the required improvements, or to benefit any lot purchaser(s), unless
the County shall agree otherwise in writing.
9. This agreement is the full and complete understanding of the parties
and shall not be construed or amplified by 'reference to any other agreement,
3
136
discussion; or understanding, whether written or oral, except as specifically mentioned
herein. This agreement shall not be assigned without the express written approval of
the County. Any amendment, deletion, modification, extension, or revision hereof or
hereto shall be in writing, executed by authorized representatives of both parties.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals on
the day and year first above written.
WITNESSE
01
sign:
print name: c..//- f j
sign:
print name: Nai-al.•f- Gfema'.
APPROVED AS TO FORM
AND L AL SUFFICIENCY-,
ByGt'�
William K. DeBraal
Deputy County Attorney
LOST TREE PRESERVE, LLC, a Florida
limited liability company
By LOST TREE VILLAGE CORPORATION,
a Florida corporation, its Manager
By:
Charles M. Bayer, Jr."residqq
L/PtV LOPER
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER CO N FLORIDA
By:
Jason/E. Bqown
Coun Ad Inistrator
COUNTY
Resolution No. 2005-121
projected BCC plat approval date: July 17, 2018
137
NMASTELLER
& MOLE.
RINC_ EXHIBIT "A"
CML ENGINEERS -
LOST TREE PRESERVE - PHASE 1
CERTIFIED COST ESTIMATE
Description
Quanti
Unit
Unit Price
TOTAL
Complete
$ Value
Remaining
$ Value
Mobilization
1
LS
$27,500.00
$27,600.00
1
$27,500.00
0
$0.00
Pond 1 H
4,350
CY
$2.95
$12,832.50
4350
$12,832.50
0
$0.00
Pond 2 G
16,273
CY
$2.90
$47191.70
16273
$47,191.70
0
$0.00
Pond 3
10,110
CY
$2.90
$29,319.00
10110
$29,319.00
0
$0.00
Grade Slopes of Lake "E"
1
LS
$7,500.00
$7500.00
1
$7,500.00
0
$0.00
Sod Lake Banks
53,960
SF
$0.23
$12,410.80
53960
$12,410.80
0
$0.00
Lot Stabiltzalion
82
EA
Subtotal 1
$136,764.001
00.00
$136 754.00
82
$0.00
ON-SITE ROADWAY
Quantity
Unit
Unit Price
TOTAL
Complete
$ Value
Remaining
$ Value
Asphalt 1.50" SP 9.5
12,647
SY
$10.50
$132,793.50
12647
$132,793.50
0
$0.00
6" Rock Base
12,647
SY
$10.70
$135 322.90
12647
$135,322.90
0
$0.00
&' Stabilized Su rade
15,305
SY
$2.75
$42,088.75
15305
$42,088.75
0
$0.00
Entrance Pavers
6,050
SF
$5.45
$32,972.50
6050
$32,972.50
0
$0.00
Modified Miami Curb
9,570
LF
$10.95
$104,791.50
9570
$104,791.50
0
$0.00
Sod
19,140
SFg$4O.00
$3,425.00
$4.593.60
19140g$4$70,833.30
3.60
0
$0.00
Lot Stabiltzalion
82
EA
$36.00
$31280.00
00.00
$792.00
82
$3,280.00
Erosion Control
1
LS
$34.70
$5300.00
0.80.00
$13,394.20
0.2
$1,060.00
Pavement Markings
1
LS
$38.75
$9 579.10
0.59.55
$29,605.00
0.5
$4,789.55
Street Si ns
1
LS
$55.70
$9241.00
11.00
$31,192.00
0
$0.00
RCP Storm - 30" dia
136
LF
$65.00
$479 962.85
136
$8,840.00
$9129.55
STORM DRAINAGE
Quantity
Unit
Unit Price
TOTAL
Complete
$ Value
Remaining
$ Value
Control Structure
2
EA
$3,625.00
$7,250.00
2
$7,250.00
0
$0.00
T "P" Manhole
2
EA
$3,800.00
$7,600.00
2
$7,600.00
0
$0.00
Drainage Manhole
1
EA
$3,450.00
$3,450.00
1
$3,450.00
0
TO _00
T "C" Inlet
1
EA
$2,350.00
$2,350.00
1
$2,350.00
0
$0.00
T "V" Inlet
3
EA
$4,850.00
$14,550.00
3
$14,550.00
0
$0.00
Miami Curb Inlet
27
EA
$3,425.00
$92,475.00
27
$92,475.00
0
$0.00
12"x18" ERCP Storm 15" dia. Equivalent)
22
LF
$36.00
$792.00
22
$792.00
0
$0.00
RCP Storm- 15" dia
388
LF
$34.70
$13,394.20
$86
$13,394.20
0
$0.00
RCP Storm -18" dia
764
LF
$38.75
$29,605.00
764
$29,605.00
0
$0.00
RCP Storm- 24" dia
560
LF
$55.70
$31,192.0
560
$31,192.00
0
$0.00
RCP Storm - 30" dia
136
LF
$65.00
$8,940.00
136
$8,840.00
0
$0.00
RCP Storm - 36" da
401
LF
$98.10
$39,338.10
401
$39,338.10
0
$0.00
RCP Storm - 42" dia
22
LF
$124.80
$2,745.6
22
$2,745.60
0
$0.00
CAP or ADS Storm -15" dia.
60
LF
$28.55
$1.713.00
60
$1,713.00
0
$0.00
CAP or ADS Storm - 24" dia.
550
LF
$48.50
$26,675.00
550
$26,675.00
0
$0.00
CAP or ADS Storm - 30" dia.
348
LF
$59.00
$20,532.00
348
$20,532.00
0
$0.00
CAP or ADS Storm - 36" da.
686
LF
$80.49
$55,216.14
686
$55,216.14
0
$0.00
CAP or ADS Storm - 42" dia.
186
LF
$102.00
$18,972.00
186
$18,972.00
0
$0.00
Subtotal
$369,440.04
$369 440.04
ON-SITE SANITARY SEWER
Quantity
Unit
Unit Price
TOTAL
Complete
$ Value
Remaining
$ Value
8" PVC GraAty Seaver 0'-6 D
977
LF
$17.88
$17,468.79
977
$17,468.79
0
$0.00
8" PVC GraAty Sewer 6'-8' D
1,528
LF
$21.63
$33,050.69
1528
$33,050.69
0
$0.00
8" PVC GraAty Sewer 8'-10' Dee
586
LF
$22.88
$13,407.70
586
$13,407.70
0
$0.00
8" PVC GraAty Sewer 10'-12' Dee
908
LF
$32.38
$29,401.07
908
$29,401.07
0
$0.00
8" PVC Gra0ty Sewer 12-14' Dee
498
LF
$36.63
$18,241.76
498
$18,241.76
0
$0.00
4' Dia. Sewer Manhole 0'-6' Dee
4
EA
$2,558.65
$10,234.62
4
$10,234.62
0
$0.00
4' Dia. Sewer Manhole 6'-8' D
8
EA
1 $3,078.65
$24.629.23
8
$24,629.23
0
$0.00
4' Dia. Sewer Manhole 8'-10' Dee
3
EA
$3,898.65
$11,695.96
3
$11,695.96
0
$0.00
4' Dia. Sewer Manhole 10'-12' Dee
5
EA
$4,372.65
$21,863.27
5
$21,863.27
0
$0.00
4' Dia. Sewer Manhole 12'-14' Dee
4
EA
$5 234.65
$20,938.62
4
$20,938.62
0
$0.00
4' Dia. Drop Sewer Manhole 8'-10' Dee
1
EA
$5,472.65
$5,472.65
1
$5,472.65
0
$0.00
4' Dia. Drop Sewer Manhole 10'-12 D
1
EA
$6,105.65
$6,105.65
1
$6,105.65
0
$0.00
6" Sewer Lateral (Single)
18
EA
6" Sewer Lateral Double
31
EA
6" PVC Force Main
50
LF
Lift Station
1
LS
2L L ✓
W - IM
$1,085.65
$19 541.70
18
$19,541.70
0
$0.00
$Value
$1,350.10
$41853.10
31
$41,853.10
0
$0.00
$18,981.95
$25.00
$1 250.00
50
$1,250.00
0
$0.00
EA
$208,160.00
$208 160.00
0.9
$187,344.00
0.1
$20,816.00
I
Subtotal 1
$483,314.801
$350.00
$462,498.80
3
$20 816.00
11
ON-SITE POTABLE WATER
Quantity
Unit
Unit Price
TOTAL
Complete
$Value
Remaining$Value
6" PVC Water Main
1,007
LF
$18.85
$18,981.95
1007
$18,981.95
0
$0.00
6" Gate Valve
4
EA
$1,355.25
$5,421.00
4
$5,421.00
0
$0.00
6" Plug3
EA
$350.00
$1,050.00
3
$1,050.00
0
$0.00
8" PVC Water Main
3,297
LF
$25.00
$82,425.00
3297
$82,425.00
0
$0.00
8" Gate Valve
11
EAR
855.00
$20 405.00
11
$20,405.00
0
$0.00
8" Plug3
EA
$405.00
$1,215.00
3
$1,215.00
0
$0.00
Fittings Includes Deflections
1
LS
$15,445.00 1
$15,445.00
1
$15,445.001
0
$0.00
Fire H Brant Com tete
4
EA
$9,835.00
$39,340.00
4
$39 340.00
0
$0.00
Water Service 1" dia. (Single)
17
EA
$1,320.00
$22,440.00
17E$275
$22,440.00
0
$0.00
Water Service II/P dia. Double
37
EA
$1,755.00
$64,935.00
37$64,935.00
0
$0.00
2" Blow -Off
3
EA
$1,250.00
$3,750.00
3$3
750.00
0
$0.00
Subtotal
$275407.95
407.96
$0.00
Page 1 of 2
M W ASTELLER & MOLER. INC.
M� CIVIL ENGINEERS -
LOST TREE PRESERVE - PHASE 1
CERTIFIED COST ESTIMATE
LANDSCAPE
Quanti
Unit
Unit Price
TOTAL
Complete
$ Value
Remaining
$ Value
Dahoon Holly
55
EA
$112.42
$6,18110
55
$6,183.10
0
$0.00
Southern Maqnclia
30
EA
$165.27
$4,958.10
30
$4,958.10
0
$0.00
South Florida Slash Pine
42
EA
$273.92
$11,504.64
-42
$11,504.64
0
$0.00
Southern Live Oak
10
EA
$626.75
$6,267.50
10
$6,267.50
0
$0.00
Southern Live Oak
8
EA
$2,000.00
$16,000.00
8
$16,000.00
0
$0.00
Sabal Palm
51
EA
$182.74
$9,319.74
51
$9,319.74
0
$0.00
Red Top Cocplum
802 1
EA 1
$11.53
$9,247.06
802 1
$9,247.06
0
$0.00
Dwarf Firebrush
217
EA
$11.53
$2,50201
217
$2,502.01
0
$0.00
Was Myrtle
76
EA
$11.53
$876.28
76
$876.28
0
$0.00
Silver Saw Palmetto
138
EA
$21.33
$2,943.54
138
$2,943.54
0
$0.00
Blue Porterweed
192
EA
$10.05
$1929.60
192
$1,929.60
0
$0.00
Fakahatchee Grass
433
EA
$11.53
$4,99249
433
$4,992.49
0
$0.00
Mulch
100
CY
$22.00
$2,200.00
0
$0.00
1001
$2,200.00
Sod Bahia
31,100
SF
$0.25
$7 775.00
0
$0.00
31100
$7,775.00
Sod St. Au ustine
28,340
SF
$0.40
$11,336.00
0
$0.00
28340
$11,336.00
Subtotal
$98,035.061
$76 724.06
$21 311.00
OTHER
Quantity
Unit
Unit Price
TOTAL
Complete
$ Value
Remaining
$ Value
2" Conduit Install Only)
4 000
LF
$5.00
$20,000.00
4000
$20,000.00
0
$0.00
Transformer Pad Install Only)
8
EA
$165.00
$1,320.00
8
$1,320.00
0
$0.00
3" Conduit
1,000
LF
$7.90
$7.900.00
1000
$7,900.00
0
$0.00
Construction Plans & Permitting
1
LS
$34,600.00
$34,600.00
1
$34,600.00
0
$0.00
Engineering Construction Inspection
1
LS
$38,000.00
$38,000.00
0.9
$34,200.00
0.1
$3,800.00
Engineering Final Certifications
1
LS
$2,000.00
$2,000.00
0
$0.00
1
$2,000.00
Survey As -Built
1
LS
$9,740.00
$9,740.00
0.90
$8,766.00
0.1
$974.00
Su - Set PCP and PRM
1
LS
$6,000.00
$2 500.00
0.5
$1,250.00
0.5
$1,250.00
Subtotal 1
$116,060.001
$108,036,001
1
$8,02400
SUMMARY
TOTAL
Complete
$ Value
Remaining$
Value
EarthworkandGrading
$136,754.00
100%
$136,754.00
0%
$0.00
On -Site Roadway
$479,962.85
98%
$470,833.30
2%
$9,129.55
Storm Drainage
$369,440.04
100%
$369,440.04
0%
$0.00
On -Site Sanitary Sewmr
$483,314.80
96%
$462,498.80
4%
$20,816.00
On-site Potable Water
$275,407.95
100%
$275,407.95
0%
$0.00
Irrigation
$56,920.00
100%
$56,920.00
0%
$0.00
Landscape
$98,035.06
78%
$76,724.06
22%
$21311.00
Other
$116 060.00
93%
$108,036.00
7%
$8 024.00
TOTAL
1 $2,015,894.701
97%1
$1,956,614.151
3%
$59 280.55
PERFORMANCE BOND SURETY AMOUNT (125%) $74,100.69
CERTIFICATE OF COST ESTIMATE
1, Stephen E. Moser, a Florida registered engineering, License No. 33193, do hereby certify to Indian River County that a cost estimate has been prepared under
my responsible direction forthose improvements itemized in this e#iibit and that the total cost estimate for said improvements is estimated at $ 74,100.69 This
estimate has been prepared, in pa ,t,4ai N4q%Vproval by the County of a final plat for the Lost Tree Preserve - Phase 1 project, and for the purpose of
i
est g proper sura` gadt ppGia�tl' V .,',,
1`�GGte
i
Q �.A
Stephen E. Miler, PL', FCAZ3193W4 33123
Vice President Z
STATE OF
Page 2 of 2
139
Lost Tree Preserve PD, Phase 1
I
CASH DEPOSIT AND ESCROW AGREEMENT
THIS AGREEMENT is entered into thisgth day of July, 2018, by and
between LOST TREE PRESERVE, LLC, a Florida limited liability company, the
owner of the property being platted. as Lost Tree Preserve PD, Phase 1 (Developer),
and INDIAN RIVER COUNTY, a political subdivision of the State of Florida
(COUNTY): I
WETNESSETH:
WHEREAS, Developer is effecting development of land within Indian River
County and is required to provide security supporting a contract with the County for
the construction of certain required I improvements related thereto;
NOW, THEREFORE, in consideration of the agreements, promises, and
covenants set forth herein, and other good and valuable considerations, the parties
hereto agree as follows:
1. The Developer has tendered to the County Office of Management and
Budget (Escrow Agent) the sum 'of Seventy -Four Thousand One Hundred and
691100 Dollars ($74,100.6.9), the Ireceipt whereof is hereby acknowledged, which
sum shall be held in escrow by said Office, subject to the terms, conditions and
covenants of this escrow agreement as assurance that Developer shall perform in
all respects the obligations set forth in the aforementioned Contract for Construction
of Required Improvements, which agreement is attached hereto and incorporated
herein by reference (Contract).
2. Upon completion, the Developer may obtain a disbursement from the
escrow account by making a written request to the Board of County Commissioners
of Indian River County through the County's Public Works Director. The request
shall specify the amount of disbursement desired and shall be accompanied by a
sealed certificate from Developer's engineer describing the work completed, the
actual cost thereof, and that the work for which disbursement is requested has been
completed in accordance with County policies for construction as those policies
relate to location, method, and type of construction.
3. Disbursement shall ,occur only after issuance of a Certificate of
Completion in accordance with the Indian River County Code.
4. Within seven (7) working days after receipt of a disbursement request,
the Public Works Director shall cause an inspection of the work for which payment is
sought. If the Public Works Director is satisfied in all respects with the work, the
accompanying cost estimates and certifications, the Public Works .Director shall
deliver a written notice to disburse to the County Office of Management and Budget.
Upon receipt of the notice to disburse, the Office of Management and Budget shall
make the disbursement described therein directly to the party that posted the funds,
1
140
or its legal representatives, successors or assigns, absent bankruptcy, court order,
dissolution or an assignment.
5. Upon default by Developer under the Contract, the County may elect
to pursue any of the remedies made available therein. All funds remaining in the
escrow account at the time default is declared by the County shall be available for
use by the County in accordance with the Contract. Said funds shall be disbursed to
the County upon receipt by the Office of Management and Budget of a certified copy
of a resolution of the Board of County Commissioners stating that Developer has
defaulted under the Contract and that said funds are necessary to complete the
required improvements. All funds disbursed to County in excess of the final amount
determined necessary by the County to complete the required improvements shall
be returned to the party that posted the funds, or its legal representatives,
successors or . assigns, absent bankruptcy, court order, dissolution or an
assignment.
6. Any interest earned during the term of escrow, less administrative
expenses, shall be disbursed at close of escrow.
7. The funds deposited hereunder exist solely for the protection, use and
benefit of the County and shall not be construed or intended in any way, expressly
or impliedly, to benefit or secure payment to any contractor, subcontractor, laborer,
materialman, architect, engineer, attorney or other party providing labor, material,
supplies, or services for construction of the required improvements, while such
funds remain subject to this escrow agreement, unless and until the County shall
agree otherwise in writing. The County shall not be. liable to any of the
aforementioned parties for claims against the Developer or contractor relating to the
required improvements.
8. This Agreement, together with the attached Contract, is the full and
complete understanding of the parties and shall not be construed or amplified by
reference to any prior agreement, discussion, or understanding, except as
specifically mentioned herein. This Agreement shall not be assigned without the
express written approval of the County. Any amendment, deletion, modification,
extension, or revision hereon or hereto shall be in writing, and executed by
authorized representatives of each party.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals.
The date of this agreement shall be the date of approval by the County, as first
stated above.
LOST TREE PRESERVE, LLC, a Florida
limited liability company
By LOST TREE VILLAGE CORPORATION,
a Florida corp% ation, its Manager
By: zo
Charles M. Bayer, r., Pr id
eveloper
141
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY, FLORIDA
M
OFFICE OF MANAGEMENTANDBUDGET
By: /Iv. J(®
Michael Smykowski, OMB Director
APPROVED AS TO FORM AND
SUFFICIENCY-
By
William K. DeBraal
Deputy County Attomey
Jason F. B
Coun Adl
County
Authority: Resolution No. 2005-121
142
►Ai CenterState
1101 First Street South
Winter Haven, FL 33880
CASHIER'S CHECK
NOTICE TO CUSTOMERS
THE PURCHASE OF AN INDEMNITY BOND MAY BE REQUIRED
BEFORE ANY CASHIER'S CHECK OF THIS BANK WILL BE
REPLACED OR REFUNDED IN THE EVENT IT IS LOST,
MISPLACED OR STOLEN.
REMITTER
PAY SEVENTY-FOUR THOUSAND ONE HUNDRED AND 69/100
TO THE INDIAN RIVER COUNTY
ORDER OF
PURPOSE LOST TREE PRESERVE -FINAL PLAT BOND
Branch: 18
3=1403
631
DATE July 9, 2018
$*****74,100.69
NON NEGOTIABLE
CUSTOMER COPY
143
Mission:
To protect, promote & improve the health
of all people in Florida through integrated
state, county & community efforts.
Vision: To be the Healthiest State in the Nation
Rick Scott
Governor
Celeste. Philip, MD, MPH
Surgeon General and Secretary
9N
N
FLORIDA DEPARTMENT OF HEALTH IN INDIAN RIVER COUNTY
July 11, 2018
Jason Brown, County Administrator
Indian River County Board of County Commissioners
1801 27th Street
Vero Beach FL 32960
RE: 2018-2019 Fee Schedule (Effective August 1, 2018)
Dear Mr. Brown:
Please find attached the proposed FY 2018-2019 fee schedule for the Florida Department of Health in
Indian River County for your review and formal approval by the Indian River County Board of County
Commissioners.
Under Section 154.06 Florida Statutes, "Each county may establish, and each county health
department may collect fees for primary care services provided that a schedule for such fees is
established .by resolution of the board of county commissioners or by rule of the department
respectively. We have provided an updated itemized fee schedule for all health department services.
Please feel free to call me at 794-7450 if you have any questions. We will be available to the
commission when the fee schedule is presented.
Sincerely,
Miranda. C. Hawker, M.P.H.
Health Officer
Attachments
Florida Department of Health
in Indian River County
1900 270, Street, Vero Beach, FL 32960 Accredited Health Department
PHONE: 7721794-7400 Public Health Accreditation Boar
WEBSITE: http:llindianriver,floridahealth.gov 141
FloridaHealth.gov
kn
m
LL
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
W
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
z
1�
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
oo
x
S
x
a
S
a
x
S
S
S
S
c
�
�
u
u
v
u
W
v
u
u
u
u
u
v
u
u
u
u
u
v
u
u
u
u
u
u
u
u
u
v
u
u
u
u
u
u
v
u
u
v
u
u
v
u
u
v
u
0
0
0
0
0
0
0
0
00
O
00
0
00
00
0
0
0
0
0
0
00
0
u
2
Z
Z
Z
Z
2
2
2
2
2
2
2
2
2
2
2
2
2
2
Z
Z
Z
Z
2
2
Z
Z
d
a
tD
H
d
m
.i
ei
tO
O
N
.i
O
M
O
N
.•i
lO
tO
d
tO
•i
O
M
00
/b
oo
n
O
n
N
ei
m
n
O
n
ei
N
m
m
m
N
ei
et
O
tD
ei
ei
N
m
m
M
N
t0
N
N
01
.i
o
N
Vf
N
n
N
m
Ln
V1
00
n
o
O
m
O
y
Q
N
00
N
N
N
OO
N
N
N
N
N
Q
co
N
H
N
N
N
N
N
N
M
N
d
N
d
N
d
N
tD
00.-�
M
N
N
fn
M
M
N
N
4
N
rl
N
ei
V)
V�
ei
V}
H
V1
e•1
N
N
N
N
V)
N
N
CL
Q
1
d
m
1
`
m
w
.4
Q
N
an
an
m
o
0o
to
to
ao
N
i
d
M
N
m
M
n
o
m
N
N
li
ao
ao
oo
m
n
oo
O
d
o
Q
.+
1!
.i,
v,
d
y
m
o
o
00
m
E
a
o
Q
ON
b
. i
O
v
m
00
N
0o
o
Q
n
t0
co
m
co
r
O
til0
O
v
N
-i
N
.+
N
M
m
N
rn
.�
n
n
to
O
0
O
co
O
A
e
N
M
-A
N
rl
N
N
.•�
N
h
N
N
.••�
N
N
H
r1
N
H
N
H
N
N,
m
N
m
-V�
m
N
N
N
N
.-�
N
N
N
yj
L
a
co
N
N
in
N
N
H
V/
V�
44
N
V/
V�
V�
N
N
7
10
a
E
>
10
O.
i
O
M
N
N
O
Q
co
N
N
1D
o
m
r
.i
n
0
m
tD
O
O.
. l
01
Q
•d
0
W
O
m
t�
n
N
N
O
M
l0
N
N
ei
W
Q
OR
a0
tD
a0
n
to
d
to
N
N
N
n
`
10
y
M
M
VT
1A
m
V}
H
00
d
N
N
ei
to
N
m
M
Q
of
m
n
to
1-1
N
00
0
00
o0
00
O
O
n
m
n
m
N
ei
N
N
M
n
o0
n
00
n
1A
dA
n
m
n
co
M
m
O
O
R
d
A
^
to
N
N
i/f
N
N
V!
N
N
N
H
1
V!
N
V/
N
N
y
ut
V)
N
N
N
N
h
N
a`
d
L
u
y y
m
tD
m
m
1,
n
m
o
.-1
en
to
M
m
tD
m
1n
to
d
tD
to
M
m
m
n
N
m
m
m
m
m
m
m
0
d
to
n
O
o
n
.l
..
O
00
N
0L
+.,
O
p
d
ei
O
M
m
b
Q
N
N
�e{t
N
to
00
00
M
u1
N
m
ul
C u
N
d
N
10
N
m
N
.i
N
.i
N
N
N
Q
N
to
N
.i
V)
t0
N
to
N
tO
N
n
V?
n
N
n
V�
00
N
m
Vl
m
N
u1
N
M
N
tD
V�
tD
V}
tO
N
t0
V�
n
14
u
d
` LL
aJcn
C
N
O
lJ
Ol
41 �_
N
N
Q
d O1
d
to
N
tD
n
Q
N
m
p C
OJ
m
et
d
m
M
1t
m
at
n
n
0
v1
00
Q
,0
d
Ml
d
n
N"
N
u1
0
0
N
O
O
-
Edo
V is
1
LO
n
O
.i
h
y
Ol n
tG
tC
m
c}
1C
O
N
m
01
•i
a0
•i
ao
N
O
a
wo0
tp
w
N
m
N
m
N
m
W
tD
m
C
0
N
N
Q
wA6
L H
N
N
M
N
to O
Q
Q
d
d
Q
d
N
lD
y
M
M
M
Q
d
d
d
d
O
C
3 O
M W
N
V!
N
H
h
N11
Z 3
N
Vf
in
VN
Vf
V�
N
N
L
N
V�
VA
Vf
Vf
V!
N
N
iA
a
A
G
M Z
d
I
d
«
13
d
E
m
N
>
n
m
m
M
n
N
t0
to
=
n
m
N
tD
to
N
M
O
N
N
m
tD
W
N
t0
m
m
M
M
n
tO
t
41
d
y
L
al
m j0
00
t-1
d
0
tD
N
m
m
co
N M
M
00
n
M
N
O
m
M
d �
N
co
O
t0
N
m
N
v1
1A
00
O
0o
C
u1
00
.i
N
,
to
n
o0
m
O1
ao
m
tD
e•1
.i
N
er
N
tD
m
v1
LA
C
`
u
Vf
H
{n
N
Vl
M
N
N
i vs
Vf
e•l
N
N
Vf
N
101
V
=
N
V/
N
Vf
N
V\
N
N
N
N
N
V!
N
N
en
N
m
V
'+
44
.r
N
t••l
N
N
N
N
N
N
N
N
N
N
in
O!
H
d
t9 N
I
L
al
E
a y
.n-1 N
V
'O
d•
O.
>
y
�'•
0
JT
'
Lta
a
CL
yu�w
�
of
�v
u
c�
0
'Z
ai,�
2�=
0
00000
0
0
0
0
0
00000
0
0
0
0
��
0
00000000
0
0
0
0
0
00000000
v
m
Z 3
a
0
0
0
0
0
0
0
0
0
0
m
0
0
00
0
0
0
00
0
0
0
0
0
0
0
3
0
to
Ol
,
N
V�
Vf
Vf
N
V1,VT V
V!
V!
V�
to
V�
N
V1
N
N
H
N
NZ
N
1^
N
N
Vl
V�
V}
u
t0
G
0
C
v
G d
eld
!o
G
C,
m
>a
CL
a
>
L
A
O
all
a
>
—y
u
:E
O
i
0
-
Ol
5
0
9=
rd
o
a
<<
m
C
a
W
C
0
N
N
Y
u
0
p
u
H
n
00
.••l
n
00
u
0
>
N
N«
N
N
N
N
r
N
N
=
I
C
O.
O
N
N>-
�•
N
O
Q,
LA
.i
in
T
�l•
N
E
LL
O
O
1,i
N
N
L
D
C
W
O
O0
N
y=_
M
to
A
N
m
TA
ja
a
N
2
O
O
>
>
>
rl
O
In
Q
7
a
LA
aJ
d
jO
L
0
d
O
d
d
a
3
N
d
tD
L
N
d
tD
=
y
a
C
3
L
O
yd,
C
>i
L
O
yd,
N
L
L
L
L—
IA
t/Vf
«
L
L
L
L
h
to
lIV1
—
y
0
,�.
rs¢
O
d
F
v
1-
m
W
m
O
al
H
a
f-
w
W
w
3
;
N
o
u
----
v
V
v
w
3>>
3
u
----
u
v
u
al
3>>>
L
u«
M
LL
o
O
u
>>>>
JJJJp
Z
>>>>
JJJJp
Z
d
y-
a
to
v
3333D.aaa
v
m
v
1
20
v
v
m
3333o.aaa
a
w
s
v
v
a
°1
O
W
p
N
N
M
Q
N
N
N
m
d
N
p
O
N
N
m
Q
m
N
to
n
N
N
m
Q
lA
an
tD
n
H
O
N
O
N
O
N
O
N
O
N
N
N
N
N
N
N
N
N
N
N
J
O
00
M
00
M
00
M
00
M
00
m
00
M
00
M
oa
M
0,
M
m
M
m
M
mmmmm
M
M
M
M
M
y
H
0^
O>
m
m
m
m
m
m
m
m
m
m
—
u
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
3
m
m
m
m
m
m
m
m
m
m
a
to
m
m
m
m
m
m
m
m
m
I m
I m
I m
I m
m
m
m.
kn
�o
r
N
LL
z
z
z
�
zLI)
Z
z
Z
z
Z
"Z
z
Z
z
Z
z
z
Z
z
Z
z
Z
Z
Z
Z
�Z
z
O
x
x
x
x
x
x
x
x
x
x
x
x
x
,..
uvuvu
vuuuu
u
v
>
O
O
O
O
O
0
0
0
0
0
O
O
O
v
z
z
Z
z
z
z
z
z
z
z
z
z
z
tD
to
t7
01
to
.-t
t0
O
N
N
V
01
H
N
n
N
rl
01
n
O
n
O
—
O1
M
N
to
Df
N
m
.-1
00
N
O
N
O
a
00
N
00
17
NqIn
I
00
N
N
Ol
N
w
p
N
Vf
V/
N
o
GO
a
ao
o
nO
00
w
to
o
r,
n
tT
N
n
to
�„ILn
o
to
n
to
o
o
a
0W
"
'l7
W
Q
W
C7
W
0
W
l7
m
O1
W
W
W
W
W
W
W
C9
x
0O
to
N
D1
00
V1
CO
tD
CO
to
to
t„�
Q
Vf
n
V1
N
N
n
N
V
N
N
V)
v
N
n
N
'+
N
N
V)
00
V/
N
N
to
N
O'
z
z
z
Z
z
mt
z
Z
z
z
z
z
z
Ln
Oa
+
x
u
x
w
x
u
x
v
x
u
Oo
x
u
x
u
2
v
2
u
x
u
x
u
x
u
b:00000
>
0
0
0
0
0
0
0
z
z
z
z
z''
z
z
z
z
z
z
z
m
rt
to
n
M
o
m
rn
m
ov
{
o
o
0
0
0
0
0
0M
c
m
m
o
o
a
o
o
O
to
n
Df
a
n
w
O
O
C;
N
O
N
n
r�
O
O
N
.-I
OO
C
N
a
m
!n4
M
N
u1
N
N
N
O
N
O
w
O
to
to
M
t0
N
to
N
OO
N
m
N
Vf
N
N
V}a
A
N
V!
N
H
aA
N
N
N
V/
V/
N
N
N
O
cn
Ol
N
to
m
t
o
to
oto
o
o
n
to
to
O
o
o
to
co
to
o
0
D,
m
.+
a
m
aL
ao
N
N
to
00
OD
a0
m
n
O
n
tD
00
ti
n
o
rn
00
o
tL
00
to
o
a+
UD
in
m
0
Di
ri
o
o
ao
c
n
co
ao
v
co
in
c
.+
o
00
0
cn
ri
at
a
tri
co
v
O
tD
O
to
<
.n
t7
10
01
t -t
n
e -t
'
a
.+
N
N
"
N
O
a
N
1^
Q
Vf
N
M
N
Vf
N
H
N
V1
V!
N
N
N
N
N
V)
m
V)
N
N
V�
m
V�
Vr
V}
N
N
w
00
0o
N
W
O
O
N
O
N
O
NO
O
00
N
O
N
O
N
H
N
O
O
O
N
N
m
O
O
O W
O
Ol
n
r�
O
N
O
m
1D
N
M
N
N
W
D
O
1�
N
O
W
N
to
Q
O
m
n
e t
U
M
N
N
t7
M
u1
M
O
Di
to
O
to
p'
t
O
co
n
to
to
O
O
Pry
M
t7
w
w
0
�L X
m
N
to
Vt
00
VI
N
N
M
4^
.-t
Vf
m
N
to
V�
n
V1
.-t
N
tD
N
.-t
'C4OJ
I
-:r
N
X
N
N
V)
.-t
N
rt
V6rl
Vf
O
N
(M
N
N
N
N
M
N
vt•
N
Vl
W
N
N
u
tD
d
•�0
m
tD
tD
Z C
m
m
n
O
M
ID
M
N
10
W
O
w
�
m
Ol
eL0
I
O
m
O
O
10
O
0
0
0
0
0
0
0
3
tD
n
01
O
.-t
W1
tD
t7
OJ M
N N
1D
0
N
0
R
m
M
N
O
to
rtf
t-1
N
m
J
t
O
O
C
a
ID
n
N
m
N
M
H
O
O
O
O
0
O
m
to
n
O
M
to
n
O
of
O
Yj
�o d
N
V!
Q
^
to
V�
0f
N
V�
:5V\
V1
a
N
to
N
N
Vf
O
N
h
w
N
N
N
N
Vf
Vf
N
H
Vf
O tpfl Z
m
m
to
a
a
a
tD
'^ M
w
tD
O1
O
a%
y
d
O
N
oo
to
D1
O
O
O
1n
co
to
O
O
U y
N
to
N
V
N
5 a
N
n
ty
o
n
t7
1
00
U
N
m
N
tp
0
U
00
aA
to
O1
'1
M
Df
z
z
to
r
o
.q
W
ri
to
<o
D,
t:
m
n
c
Di
v
o0
0o
n
c
Di
to
.+
.r
ao
m
of
VT
N
N
N
VI.
N
N
N
N
N
N
vN
M-
N
M
N
N
N
Vf
u1
Vf
V1
N
N
N
Vf
N
Z M
A
5 M
0
pd0
,
M
M
J_
u
C
`
t
n
(i
D1
ei
M
n
to
10
n
M
b
00
n
fn
O1
n
N
N
1D
OO
O
m
t0
00
7
O
N
m
e-1
N
M
to
N
t0
m
O
O
O
N
O
to
to
D1
N
O
N
m
O
I�
O
m
Q
"
00
Vf
Q'D
N
N
ri
m
00
N
m
N
00
H
M
N
0
N
r"
V}
to
N
m—
N
-
O
H
m
N
VT
a
{?
v
V!
fm
Vl
0
N
m
p
w
N
to
NNN
14
m
N
VT
�
N
d
V
1
N
N
@
J
N
�
'
O
O
O
O
O
O
O
O
O
O
O
O
W
W
m
O
OO
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
V
C
O
O
O
O
O
O
O
O
O
O
O
O
O
a
0
0
0
0
0
0
0
0
0
0
0
0
-6
o
a
o
0
0
0
0
x
0
0
0
0
0
0
0
N
N
VT
N
Alf
V}
N
A4
V?
Vt
N
V�
C
!
V?
N
N
N
N
Vf
N
N
44
N
ut
N
V\
10
w
O
�
10
O
O
¢
o
to
01
Y
N
;
0C
m
o
O
3
°
o
c
p
3
c
v
Oo
lZ
3
£
%
'h
u
N
O
C
C>
ydj
30
C
m
C
L
'p
O
-0
w>
m
N
N
O
z
u
m
W
m
C
O!
m
C
C'
C
OJ
C
E
'yt
T
+
r
C
tL
W
m
E
L
O
O
m
m
a
C
L
m
V
C
u
d
Ol
'£
>,
t—mi
d
u
c
c
j
C
c
�;
?
m
OCi
O'
m
6
L
C
O
O
O
7
p
`
C
o
F
m
m
C
'O
c
O
a
t
O
N
c
O
3
L
o
N
m
ti
E
a=
m
O/
E
p
U
o
w
m
i
m
o
f-
LL
3
f
F
W?
m
ti
m
3
°c
m
N
N
u.
u
>>>>
u
a
m
z
u
v
m
m
z
m
3
c
c
m
a
m
ac
u
K
a
c
m
a
d
d
v
p
>>>>
m
w
d
m
p
c
m
to
y
G
0
d
n
a
u
to
o
m
o
0
0
L
N
N
N
N
N
N
N
N
N
N
E
«
a
C
p
M
L
o
c
Dt
a
7
C
t°j
Q
o
0
M
to
n
o
O
o
O
D
O
o
tD
o
O
m
m
m
m
m
m
m
m
at
m
m
—
¢
co
O
E
E
at
x
=+
00
It
n
n
m
m
m
c
m
m
m
m
m
m
W
n:
a
to
to
to
m
a
to
.+
�o
r
N
Z
w
F
d'
I --
a.
w
x
J
w
z
D
O
U
w
w
z
0
z
L
4
i
i
i
v;
Ch
z z z
d Q¢
z z z z
Q¢¢ Q
w
m z
z
z
z
z
z
z
z
z
z
z
z
o„
u u u
u u u u
`m
'�.�, U
u
v
u
u
u
v
u
u�u
u
u
u
V
Y m
x
u
0 0 0
0 0 0 00
0
0
0
0
0
0
0
0111110
0
0
0
z z z
z z z z
7
z
z
z
z
z
z
z
z
Z�Z
Z
z
z
d
N
O O O O C
0 0 0 0 d
Ur
O
O
O
Ur O
M
n
N
V
N
Q
N
Q
M
tD
N
n
O
.4
N
O1
n
O
N
N
N
N
0
N
C
C >
m O C C
Ln
u1 0 tri m C
V1
N
O
N
0
M
(V
M
O
to
01
N
O
d
V c
N
N
M a 4A .-1
VT 4A 4A
N
H
m
4A
N
N
N
N
a
Vf
N
It
O
M
N
w
N
N
N
4A
n
4A
O
N
w
N
N«
Im
N Q
H
LL
N
tp
N Q
O
N
LL n
n
Q1
n
OO
M
N
0
1�
t0
m
N
A
M
t 4
N
a
N
N
n
N
00
O
u
N
V
M
N N
N
n
C
M
O
n
M
N
O
N
N
N
N
N
0
t0
0
N
t0
O1
O
O
c
u N m Y
m
VT d
�
V�
N
N
4A
�'�+
N
N
Vf
Vf
N
Vf
N
46
N
44
N
V)
46
vt
m
>
— N a :3
°
°D
i
a
¢ 7 m v
a
m
� c
w rx m
N
N m
N
fn
O
O
ff1
M
C
N
ei
n
m
t0
>
W
ao
O
W n
-!
W
.4
a
00
OR
O
ti
N
O
0f
O
m
C
rri y
t6
N
m
0
0
N
N
o
v
N
m
o
n
c
M
N C
N
4A
W
V}
M
V?
M
N
M
N
N
N
O
N
N
C
M
N
mm
4A
N
N
N
m
u
n
to
m 0
m
a
a
n
to
4A
aA
' i
Vf
m
a
C
m
a
t
n
.°
O
7
O O
O
n
M
M
.••�
N
m
n
tD
C
N
nE
m
>
p
y
V
N a a
I� N m
N L
n
N
fV
M
tG
N
vi
N
t0
n
N
w
N
Mf
N
O
O
R
N
0
m
t0
01
N
O
Q
m p
m
u
N ii t'i
N ` `
N a
4A c
.4
V}
O
4A
N
Vf
N
44
N
N
t0
4^
N
N
.r
M
N
Vf
N
Vt
M
N
Q1
N
m
O
O Iry
�
4^
W
y
c
.O
N
00
LL LL LL m
`m
z
O a
m
C c
l7 C7 l7
.z z z
O
l7
z
v`
-
a c
m
N `
N p p p O
Q N
o
N
'1
°+
o
e•I
O�
O
o
p
00
L
y
�O
U~
00 U U
Ln J J J C
N N N N m
N_ U N
2 m
f0
O
f0
t0
M
n
O!
Q
CO
O
O1
O1
N
n
00
t0
N
m
.-�
t6
N
N
01
U
u
N
N
N
O N
N
V?
N
N
4en �A
N
4A
4A
tR
V f
W
m
N
M
M
Z Z Z �_
M
M
`°NA
I
Z
=
¢
m D
m
3
O
W
W
W
W W
W
W W
W
W
W
W
W
W
W
W W W
N
N «
N
to
m
N
N
N
n
m
N
M
n
Q1
>
m
M
Oi
m
ui
N
m.0
n
vi
N
Cd
o
w
n
N
O
O
n
w
4°
w
of
of
a
m
to
o
m
«
«
.N.�
c
(7
(7
l7
l7 t�
l7
l7 l7
l7
C7
l7
l7
t7
t7
l7
W
C7
l7 C7 l7
aA
44 O
N
4A
Vf
V!
.-i
N
.i
N
N
N
3
O
Z
Q¢¢
2
Z
2 z
Q Q¢
z
z z
Q Q
z
Q
z
Q¢
z
z
Q
z
Q
z
Q
z
Q
z
Q¢
z z z
d¢
ems°
m
.°4
N
4A
a
'O
mu
S
S
S
S S
S=
S
S
S
2
S=
S
T.
m
2 S S
n
n
a,
u
u
u v
u
u u
u
u
u
V
U
u
V
u
u V U
0
0
0
0 0
0
0 0
0
0
0
0
0
0
0
0
0 0 0
d
3_£
z
z
z
z z
z
z z
z
z
z
z
z
z
z
z
z z z
O
O
O
O
n
O
N
N
M
t0
N
N
N
N
O
M
Of
M
O
O
O s
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
O
Cl
>_
a
d E O
m O
N 0
n N
N
N
N w
at a0
O N t0
ei m 0
d
0
N
O W
Vf
4 0
V1
0
V!
0
N
0
Vf
0
N
0
VT
0
N
0
0
V/
0
Vf
0
N
O
Vf.>
v
�'' y 0
a
N
t0
N
N fi
M tD
O
O m
47
Of
M
n
.••�
fV
n
W
.-� a t0
n
C
d
N
O
f" �. M 4A
N
V1
to
N
V} N
N
N
W
4A NIH
n
N
rl
N
H
N
N
N
n
N
M
N
C n
N e•I
p\
O
m
C
an
d
00 F,•
Vfr
h
N N
>
C
O
Q.
m
mO
N
N
w
c
G
7
«
C
O
-
O
E
u
•N
£
a
y
n
LL
>
o
o
u
u
C
m
_
>
o
L
a
d
Q1
O
c
N
C
V
V
'v�
N
h
E
m
7
m
O
O
C
E
eq
m
v E
°
c
m
E
3
v a
o❑
m,
CL N
m
E
a
c
c
c
x>
c
.4
a
.c° -ma
v.
v+
u@
V
m 0 6 L
Cl
a
N
O
E
d
d
C•
r
u
C
V
V
O
=f
p
O1
L C
V .3
L
U •3
d
0 00
N>
c G
W
a
C
u
y°
L
C)
d
O.
°
U
>
O
m
O1
m
m L
m
01 'O
fY
X
O
x
° O d
m
a
3
C~
V
C7
C
C
m
N
d
y
m
d
C
C °
C
c °
m
H\
d
C
E S
L
K
C C+ -m0
Cl
a
1
7
m
>
.d..
m
E
Y
Q
C
m
u
._
m
H
LL
C
LL
c
u
'u l7
V
'u
u
'u l7
u y
03
_
7
n
c
OJ
s
o
7 7
3
X C
o
O O C 3=
u o
m
u
e
m
a
O
A
u
c
E
>>
m
u
2
N
O
C
O
O
m
y
c
m
m c
¢
O
u
C
E
0''
t,
a
�+
m
c Qa
c S
m
m
3
V
°°°
O
u
u
u
m
d
m?>
m
u
7
V
3
£
>>
to
7>>
to E¢
7
Q E
y
u°
m
0
0
O C V
m n
u
c
N
O
....
H
a°
a
O>
m
d
a=
N
N
-
m
u
E
N
N
Y
N
N
N
x
x
°
m
�.
\
y
x
F
`•'
m
O:
°
m
o
N m
ii
m
m
7> a
c W °'
m
c
m
£
7>
u
m
m
U
m
ii
c
E
d
m
aC
A
A
x
`c
a
m
m
o
U
c
d
_
_==•
m
¢
c
'E
u
m
m?
m
a
o
3
z£>
m
ooa
7
N
m
c
m rH
5
as
c
c
m
a
m
aaU
m
o
m
o._
u
3
c
v
m
a
4u
E
a
E
a
a
m
a o
a m
a
m
a a
v as
_`c
y
>
c
m
L
a=�
o=
o
O.
n k•-
>
N N
Z H H �- w
C
C
d
1=
¢
¢
C
2
2
F
o
N
l7
Cl
m
m
F
Q
Q
S
S 2
S
S 2
.F
i
i=
j
Q
H>¢
a ,
00
I,.
W
z
W
z
W
z
W
z
Z
Z
Z
2
x
i
x
i
Z
z
u
v
u
u
000
O
z
z
z
z
W
W
a
a
x
x
a+
u
v
'�
O
O
z
z
u
CL
c
c
0
0
0
0
ar
0
N
M
In
N
N
N
W
al
N
p
d
gym.
_V
m
�°•,
N
N
m
H
a
T
O a
O
i
v
'C
z
1A
n
Ln
Q
V
O
w
>m«
u
d
O
i
d
E
C
O ea
m
C
d
a°
7 v
v ani
to
of
OC
c
L
.=
a,
Q=
'r
mN
T
O.
y
'o O
r C
> d
O
m
y
c
O
m
°_
> O
a'T
o
°
-o
E
a u
c
0
of
0
an
`o
m
s
c
-
°
o.>
m O
N
ti
as
o.
p.
°
w
a
d O
a
° c
L o
x
u
N
a
C
y
Q—
3
y
d
m
Lumi C
Y a
V
a
N
LLn
n
Q
N
d
u
m
.V
Q
O
E
N
O
E _
u
HO
N
y
u
°
m
£
N
H
N
L
G
0
N
N
�_
m m
G
m d
V C
w
°
vi
a
v
c
3
d
o d
d w
m
y
e
LL
H
m
ami
2
E
O
E
$ O.
W W W W W W W
V' l7 l7 l7 V'
W
N
Ln N
m
m
N
m
y
m
d
O
v
a
O
m
ma
ar d
•d
l7 C7
Z Z Z Z Z Z Z
>,
C
C
m
V
w
H
N
m
w
N
Q
r
to
y
W
Q Q Q Q Q Q Q
W O
�.
m.
d!
ja
N
ria,
'p
o
2
s
y
E'v
c
° c
3 m
u u u u u u u
0000000=
m
°
ar
y
o
o
E
vi
•-
4r-
.o
m e
Z Z z Z Z Z Z
u-
w o
0 0
0
0 0
o
c
w
y
a c
c c
O
O
c
m
V
�•/
:
M
E
C
V
N
LL N
O N
to
M u1
IA
° i
N
N
m
N
N
N
N
3
r =
N .•i
N e•e
h
N
N h
'i
H
m=
c
w
E
`o
m
cm
m
o
m
.0
m
'o
o
w
t.
a
o
as
co
p
3
a
c
c
m
vi
N
u
X
=
m
m
u
`
L—
c
v
c as
>
.,
}
o m
V
CL
«
cmo
+n
u
E
c"
a
;
a
-
v m
u
w a
-
o
H
w
a
eco
w
m
m
y
c
o
m=
T
m
m
V
u
a>
y
E
m
y
m
a N
o m
u
C
m
w
p
N
m
C
p
b m
N C
m
m d
E
N
N
o
c
n
'y
X
al
N
m
u
'B
c
V W
m
V Y
CD
w
d
E
CL m
01
E
?;
u
c
a
10
m
v
o
_ a.0
CL
v o-
2
�
v
o
m
a
m
m
m w
OD
n
a
en
u
Q
«°
L
U
eo
'u
\y0
a
N
>'
O•
d
w L
u
C
G
d
—
O N
c
O
eu
¢1'
m
u
m
`
O
a)
p
E
O
L
~
z
'n
C
=
u
?
"
aJ
m
0
7=
m
u
2
C d
W
N
N
O
T
C
a, a
m
O
"
L
O
U—
a
al
W
u
O
a!
a!
d
•=
`
C
c
'T
ti
m
ye
u
V
`
a
N
N
d
v
N V
3
:G
W
J
N
C
>>
u
V
9
a
V
�+
m
•C
i
CL
E
m
u
w
'�
ey
-
«
V
a m
u
°
w d
_n
L
: E
V
u
'6
d
N
m
W
y
O
m
m
m
2
V
a
7
al
L
O
G
aJ
al
W
a/
O
O
«
O
7
d
N
y 0=
O
u
G
la L'
aJ
d
LL d
W
N
Y
6
Q
iJ
F
w
C
to
ja
m
C
6
U
=
LL
ye
m
N
m
VI
LL
O
L
V
m
m
m O
m
C
m
al
C d
V
'�
L V
`
L
m
t" p
al
u 3
•O
y
z
_
m
c
m
x
Y_
c
o
-M
o
u
`o
>
m
F
m
en
E
u N
a
en
L
F
f0 a
a,
d
v
>
uCL
°
3
2
Z
_
Q
t7
in
Z
_5
er
4CL A
�
v°
a
2
u.
a
FL- n
E
>
m
Q c
a
z uxi
2
a
m u
0
o.
00
I,.
of]
))
$S
§§
C�
�
�
\
}}}}
}}}}}$}}}
}2}}}
�
{
�
LA
§
z ;
§
$0
0.
�u
z
k
}�
\�}}}}$}
\
�i41"
i��
i�
�k
.�
u
t �
�•
!) �2
l\ >
;
.
!
iz.
C�
�
�
e
r -
II
I
a)
C.
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
o
0
I
0
to
0
n
0
o
0
o
0
to
0
to
0
to
0
o
0
to
0
o
0
1n
0
o
0
o
0
to
0
C1
0
0
0
0
0
0
0
0
LL
N
N
o
C
G
G
ri
ri
ri
ria
a
s
�►
Q
1-a0
m
o
o
o
o
M
a
a
o
Ni
O
m
o
o
.ti
o
tri
o
o
o
of
b
to
O
O
M
y�
M
to
N
N
N
N
m
m
m
m
m
a
s++
Q
Q
Q
N.
m
.-1
.-1
01
O
N
a
N.
W
N.
N
Q
N
N
Q
a
N
O
N
N
Q
Q
Q
Q
{n
N
N
N
N
N
N
t
�
{n
44
N
N
V!
H
N
.�
.••1
N
H
N
aA
{n
N
N
N
N
!�
N
N
oo N
N--
�++Nm
O
O
++
Oo
N
Ln
too
t-
A
Ia0
+
>
u 1
1A
to
N
co
N
W
m
N
N
W
N
N.
n
N
ttoo
h
t
to
W
N
t
N
1
O
{?
N
m
Vf
O
a
N
O
'+
Vf
co
ca
Mcl.
I
I
1
a
¢`
w
++
m
d
d
+
g
'fl
LL
N
3
N
y
I L
N
1
41
o
W
V
d
1x0
L
m
m
5
6;
�p
O
_
C
Q
O
c
0�
¢
m
m
mm
mm
d
d
u
a
E£
a
a
g
g
1j
m
p
G
c=`
m
``
3
a
a
t
m
m
1`a
m
1`a
o
3
p
`o
E
y++
O
d
d
d
N
d
m
m
m
m
==
O
E
m
N
T
2o
2
2
E
C
d
C
Id
N
,c
a
O
H
T>
C=
i0
3
¢
p
d
m
lu
W
O
N
N
V
•a
d
w
Z
3
c
c
C
m
m
d
d
d
d
m
d
m
d
a«
V
a
•X
W
m
d
m
d
ar
d
m
d
ar
m
0
O
v
O
O
m
to
o
N
F
N
N
+
3
o
Z
c
E
C
>II
ELI
d
m
d
m
m
m
m
a
a
y
a
m
m
n
ar
y
a
a
a
a
c-
a
.m
c
E
a
n
o
C
C
d
?
F
o
>
0
2
H?
..
e
u
m
v
m
d
ni
d
u
t
m
t
m
a
m
3
E
o
E
o
C
m
r
m
E
O
F
adi
H
L
O
a
E
0
£
0
E
0
E
O
m
a
lm
a
d
a
m
W
to
m
a
m
s
>
u
,'�
O
m
S
to
a
O
m
L°
N
m
°
C(¢
m
m
y
d
a
a
,p
u
V
a
6
u
d
d
Ip
u
V
u
V
E
E
C
O
3
H
'
d
K
'
m
O
O
C?
r
d
m
m
m
O
a
a
d
d
W
a
u
W
W
W
W
N
N
L
O
O
0
m
C
E
0
E
o
E
n
o
a
v
v
i
a
d
o
d
d
v
v
ar
v
m
m
U
L
o
o>>
d
d
L
m
d
w
lo
V
V
O
J
G0
G
G0
G¢
Q¢¢
c
K
IY
¢¢
K
K
w
o:
Z
W
to
to
to
to
to
O:
to
IL
to
m¢¢
°�
a¢
V
m
F
O
O
W
y
N
0
o
.ti
N
M
Q
O
N
N
N
o
o
0
0
0
0
.ti
o
•'1
o
e
N
O
o
0
0
0
0
N
O
O
N
lA
N
t0
N
a0
N
0
0
0
0
0
0
0
0
0
N
Ln
N
11'
m
N
IA
H
to
N
to
N
In
N
M
N
N
Q
to
Q
N
Q
V1
Q
lA
IA
N
M
A
t0
lA
to
to
t0
N
N•
to
N.
to
N.
to
N.
N
w
N
OD
In
N
N.
N
N.
N
N
N
N.
N
N.
N
N.
N.
N
n
N.
N.
N`
N.
M
N.
M
N.
N
N•
N
m
N
m
M
01
tD
O1
01
O1
OQ1
(n
Of
01
Ot
m
d
m
m
m
m
m
O
O
m
m
m
m
m
m
m
m
m
0
0
0
0
0
0
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
O
O
LL
Ci
- N
d u
LL u
0
N
0
O
0
O
0
O
o
O
o
Y1
o
O
0
lA
0
M
0
0
0
0
0
0
0
0
0
0
0
0
o
0
0
0
0
0
0
to
0
0
0
0
0
0
o
N
o
O
o
O
o
O
0
O
o
O
o
O
o
to
0
to
o
0
0
0
o
0
o
0
0
N
0
of
0
N
0
0
0
0
o
0
0
0
0
0
0
0
0
0
0
to
o
u1
0
O
0
O
0
to
N
N
Q
m
to
v
m
M
to
to
M
N.
.
r
.-1
N.
N.
01
Qi
O
v1
of
6
.-i
w
.-i
.ti
O
In
N
N.
In
VI
tD
to
to
e-1
a
N•
N.
o
o
O
to
o
N
Qi
O
O
n
d
ei
N
H
N
Q
N
N
Q
M
N
N
'•1
N
.-1
N
'•1
L,
N
N
Q
to
N.
Q1
to
to
tD
to
to
N•
co
N
N
N
N•
N
N
N.
N
N
M
to
to
N.
o
.ol
O
V r dpi
O
O
N
3
M
O
O
d
f6
N
i0
0
v
o
M
I
.p•
it
cn
Cr
-
£
mal
c
C
m
3
o
o
3
o
c
p
m
d
v
3
v
m
O
u
C
o
+
C
u
¢
o
£
O
a;
a
N
d
W
e
d
O
+
Q
v
z
C
e
O
_
C
ti
_«
u
j
N"
r
N
p
a
L
p
a`�
c
3
u
o
o
p
y
-
p
�_Evl
J
Q
r
1
v
Q
o
j
c
7
c¢
a
Q
o
a
0
a
oo•
a
`t
m
E
e
3
o
F'
ma
Emt
y�
c
E
X
E
m
m
W
adn
d
C
d
7=
r
V
C
'^
L
G
'6
d
m
-a
d
CCm
C
d
7
d
V
m
u
m
't
O+
n
E
d
m
3>>
't
't
H
c
a
O`
d
a
C
3
u
>
1`0
T>
1`0
A
Oma
d
F=
w
'o
W
X
W
d
>
a
E
Oa
O
£
�'
A
v
¢
U
d
'O
d
N°
p
X
X
V
C
O
7
p
c
to
N
lA
A
3
O
u
oa
p
u
`
>
d
d
d
m
M
n`
ar
O
i
C
3
.
•O
O
`
u
d~
LL
ii
D.
3
to
u¢
N
N
Nf
Q
U
N
d
d
d=
C
C
4
t'
m
C
C
O«««
to
N
m
n
O
d
¢
Ca
N
w
as
.E
r
.X
•X
m
7
LL
7
LL
m
a
d
•m
n
m
m
C
3
7
7
N
C
C
G
L
N
h
ii
�'
.
O
V
U
U
M
r
L
d
v
d
a`
eo
E
m
c
3
c
.3
c
.3
m
o>>
cLL
A
m
m
d
Ia0
mx
>
c
d
2
d
ar
E
n
to
n
vl
m
n
a
n=
a
c
ac
a
z
a
z
a
a
a
d
E
d
d>
d
p
Biu
m
avavvv
o
o
a
o
o
'0
2
p
E
p
j/I
¢¢
W
.d.
"d'
v
0„
q0
m
6
0
a
0
cL
Ix
3
V
`-
m
V
V
d
tr
N
M
Q
`
d
C
•m
C
•m
f0
G
c
a
E
a
a
M
O
O
.p
O
C
-
d
N
d
a
J
u
C
a
a
m
m
m
1`0
a
m
a
a
0
0
4.
0
F
O
d
to
a
to
a
In
d
m¢¢¢¢
0
V
0
u
0
u
d
0:
O
u
O
u
O
V
O
u
O
u
d
m
N
of
d
to
a
d
1-
7
a
7
s
C
W
C
W
C
W
d
a
d
a
7
LL
o
N
o
Q
o
N
0
rl
0
N
o
M
O
N.
N
N.
Q
N,
CO
M
0
n
0
ti
0
N
M
O
Q
O
to
o
m
o
o
M
.-1
to
O
to
0
V1
0
Q
0
to
0
to
N
b
O
M
e
M
N
M
O
o1
to
M
N
o1
N
Q1
In
Qf
Q
o1
0
N
0
M
N
M
O
Q
e�1
to
O
n
O
�-1
o
N
0
N-
o
0
N
0
M
••1
Q
N
Q
N
N
O
N
0
N
0
N
0
N
0
N
0
N
0
N
0
N
0
N
0
M
0
Q
0
N
.r
N
.r
N
.y
N
.9
N
.ti
N
.-1
M
.ti
M
.ti
M
rl
to
.-1
to
.ti
e-1
N
N
N
rl
N
'i
N
M
N
M
N
M
N
M
N
M
N
M
N
M
N
M
N
M
N
o1
N
01
N
O1
N
Q1
N
tT
N
D1
N
M
H
M
N
M
M
M
M
M
M
M
M
Q
M
Q
M
Q
>
c
m
m
m
m
m
m
m
m
m
O
m
m
m
m
m
m
m
m
m
m
m
m
O
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m
m¢
r -
F
z
w
2
H
a
w
0
x
J
w
2
U J
w
LU
LU
� S
Z U
Q N
p W
z LL
r-
0
u
0
w
y
3
C
°Nl
m
c
E
Y
c
a
3
u
a
N
c
m
c
E
E
Q
o
m
o
.0
o
c«
d
-p
Y
m
d
a
O
«
o
a
c_
y
d
a
d
m
«
d
w
N
v
w
R
N
a
S
a
•E
y
w
w
m
c
m
m
«
a
H
d
w
«
a
d
>
C
p
d
m
m
L
O.
m
m
N
o
d
C
>
V
>
v
L
o
a
d
m
d
d
m
c
c°
d
°
3
q
t
'Z
u
.0)
v
i
4
C
a
'O
N
'O
u
d
a
«
o
w
H
N
a
°+
r
a°
c
m
L
c
E
W
J?
d
°
N
d
o
r
t
`_
E
uC
c
•
L
0)
L
CL
w
Zai
mo
o
°d
oo
pd
CL
d
c
CL
om«
uE«
y
m
c
u
m
E
Y
c
4
Y
ml
£
V
m
Om
C
£
w
D
a;
d
w
d
i
s
-
Z
o
m
m
m
>
•�
u
d
C
=-a
>
C,
6
N
N
y!
4441
a
m
:c
'c°
3
`m
«
c
C
C
m
y
aci
'£
N
—
w
`
+,
>"
p
w
m
d
�°
r
w
m
E
C
'°
m
a
d
o
a
c
a
N
d
N
?
f
u
o
m
a
o«
m
3
d
d
o
E
•in
O
N
ey
«
d
E
E
d
£
.�
u
r
a
h
c
j
c
/0
N
d
L
E
=
d
C
u
�Op
T
u—
"p
d
W
3
m
c
o
o
c
r
m
C
m
a
°
an
5
�o
Y
4
°°
c
N
N
N
a
m
400
«�
a
m
u
a
C
O
ai
d
C
0
U
d
i
d
E
a
d>
m
4
i
C
d
y
O
C
Q
d
d
N
'�
�•
V
h=
d
�'
Z
T
>
d
m
y
N
4
3
a
O
G
T
«
s
>
e3o
0`
4
«
z
E
10
E
'•'
d
c
m
4
r
N
via
d
o
Y
0
d
eco
a
O
d
a
C
°
N
>
C
ud
d
a-61
O
>
41
c
0
u
N
d
O
L
3
^
a
m
u
05
o
C
°!
Y
s
G
CL__
c
H
d
eo
o
3
c
d
r
T
m
u
«"
>•
>
c
N
.L.,
m
°_
O
d
d
m
d
>
4
C
d
m
E
v
m
0
3
aW
an
d
3
v
4
o
a
9
c
°
v
u
_
a
=m.
.m
w
u
m
u
O
v
�'
c
N
p
u
o
•3
m
m
E
O
L
c
°
0
3
A
u
H
N
a
m
a
d
a
o
N
LJ
t
u3
c
°
n
o
s
m
a
o
o
m
°°
m
to
o`
m
m
p
£
`-'
v
'6
�
Z
u
a
>
w
m
c
•'u
o
d
3
"
a
'a
c
m
N
a
E
c
N
.mc
.td.
m
.d
d
x
C
—
c
i
C
m
H
A
N
.;?
«
m
N
.°
O
M
.
Zr°
E
4
,°
d
a
s
E
T
i
d
c
00
'a
>
C
m
N
C
d
Q
d
N
a
M
C
O
L
C
6
3
C—
u
t
>
C
u
C
140
C
m
a
d
O
c=
d
N
=
C
u
d
0
u
O
m
L
N
d>
d
N«
'£
>
m
m
3
C'
t0
CC_!
o
C
o
N
u
m ba
a
«
d
•do
m
f0
=
A
`
w
a
C
~
u
C
m>
c
a_
C
C
1N0
°«
d
1°+
y
O
ti
7
x
d
E
a
—baa
d
7
c
m
Y,
4
a
°'
C
G
CD
a
r
N
C
o
C
.8
d
«
o
=1
Wm
>
=
;,�
L
«
E
m
w
u
R
E
d
E
L
y
d
.�
m
d
—
.0..
•o
d
o
d
L~
c
m
m
3
m
3
e°,
?
N
::
«
`
m
a
H
d
C
T
c
,�
'O1
O
`-'
=
a
Ica
_
d=
c
>
13
'B
Q
d
E
E
CL
d
L
o
°u
u
a«
m
«
Nu
m
N
o
o
a
c
d
t
C
O
«a
N
m
W
w
m
y
m�
°
for
a
3
o
m
i
w
m
V
3w
a
oS
u
d
>
w
3
L
>•
400
0�
L
d
4
N>
d—
3
0i
a
4
T
ai
m
c
d
E
a
y
>
c
C
p
d
L
•p
_
=
d
3
d
a
S
L
4
f�a
E
=
a
N
N
n
c
d>
o>
E
E
3
o
d
o
o
.>
d
c
m
p
E
m>
m
o
a
y
>
`
:6
ei
m
a
�o
d
E
d
c
.°.
c
01
.m.
o
u
d
-'^
d
X
of
m£
_
m
C
:
m
M
Om0
u.
m
d
5
>_
;o
$
C
:°
m
u
m
o
N
U
cit
>
m
a
N
U
d^
d
�'
"
'E
3
m
u
u
3
a
ey
N
i
'^
°
a
0
d
O
N
L
'
=
D
T
d
d
d
A
T
d
d
3
9
u
'0
"d"
E
y
•V
ti
N
V
>
u
X
N
C
•V
h
N
d0
p
i
j0
O
..
d
d
03_1
E
V
d^
4
.O
«
«
o
c
`
W
4
C
:O
d
6i
«
:Q
of
m
:p
d
"'
;7
o
c
a
d
d
E
d
E
d
d
c
o
_>
J
°
m
y
K
C
c
d
g
£
°tS
a
d
Q
4
i
C
_
d
a
«
w
>
C
udi
U
C
C
m«
L
—
ldil
N
W
C
m
L
m
E
Lo
C
a}
m
N
C
N
m
O
-.Oro
E
a
C
-
O
y
Q
N
0!
O
S
S
y
r
°
G
V
£
N
G
d
°'
u
N
E
N
A=
fL0
'"
C
aN+
.N.
m
D
O
'00
N
i
�'
O
-
040
N
in
•
C
O
'^
C
C
3
>,
C
o
u
d
L
�e
m
x
Y
C.
O.
c
d
E
c
d
>,
N
.
c
C
c
d
m
em
d
O.
d
c
d
c
d
H
y
S
V
o
L
d
N
o0
c
7
d
d
u
x
4
E
m
O.
d
d
y
m
d
d
u
d
u
LL
LL
O
Y
O
Q
C
._
H
E
3
_
m
V
O
V
V
L
..
d
O
V
d
•.
a
V
U
7
N
_
{A
m
d
O
V
d
L
W
W
Z
01-5
U
uv
Q
Q
r-
Florida Department of Health in Indian River County
Environmental Health Fee Schedule FY 2018/2019
152
Well Permit - Irrigation
50
75
Well Permit -Drinking Residential
75
110
Well Permit - Drinking Public
250
250
Monitoring Wells
100
100
Well Abandonment
25
25
Well Site Visit/Locating
75
Well Reinspection
50
Well Variance Private/Public
100
100
No Well Application Double Permit Fee
Double Fee
Double Fee
Additional County Fee Sample Collection
50
50
Water System Review/Sign-off/Letter '
20
Additional County Fee Limited Use Initial and Annual
50
Limited Use Annual Water Collection and Lab
250
290
Addition Limited Use Reinspection Fee
50
50
Limited Use Late Fee
25
50
Limited Use Well Sanitary Surve /Environmental Assessment
150
150
Additional County Fee Swimming Pools up to 25,000
50
Additional County Fee Swimming Pools over 25,000
50
Exempted Swimming Pools
50
Pool Reinspection Fee per reinspection
50
50
Bathing Lake Fee Collection Plus Lab
30
Swimming Pool Late Fee
25
50
New OSTDS County Fee
60
Modification OSTDS County Fee
60
Repair OSTDS
50
Additional Reinspection Fee OSTDS/Mound Inspection
25
Additional Abandonment Fee
30
Additional Variance Fee Residential or Commercial
75
Plan Review Fee /Stamp Plans
35
Timed Inspection OSTDS
150
100
Existing System County
35
OSTDS Managed System Fee/Annual Operating
50
152
OSTDS Septic Disposal/Portable Toilet Service
50
OSTDS(Work without permit or after construction begins)
Double Fee
Double Fee
Plan Review Fee Minor
25
35
Plan Review Fee(Major) Per Hr.
75
75
Major Site Plan Amendment/Revised
25
35
Additional Late Food
25
Food Reinspection First Ins ection/Iris ection Request
50
50
Additional ALF/Residential Food
45
Additional School Food
45
Additional Civic Food
45
Additional Detention
45
Additional Bars
45
Additional Food Plan Review
75
75
Tanning Facility Plan Reviews
75
75
Tanning Reinspection Fee
50
50
Tanning Late Fee
50
Body Piercing Reinspection Fee
50
50
Tattoo Reinspection
50
50
Group Care Plan Reviews
75
75
Group Care Voluntary
50
75
Group Care ALF/Residential
50
100
Group Care Reinspection
50
50
Group Care Schools Private or Charter (up to 250,1000
75
Group Care Late Fee
25
50
Housing and Public Buildings/An Inspection /Sanitation
50
50
Indoor Air Quality Residential/Commercial Per Hr.
150
150
Haz. Waste AssessmentAns ection Small Quantity Generator
50
50
Environmental Assessment
150
150
Additional Migrant Housing 5-50
50
Additional Migrant Housing 51.100
75
Additional Migrant Housing > 101
100
Migrant Reinspection
50
50
Migrant Plan Review
75
75
Migrant Late Fee
25
50
Additional Mobile Home Park Fee up to 25
50
Additional Mobile Home Park Fee up to 25.149
50
Additional Mobile Home Park Fee over 150
50
Mobile Home Park Late Fee
25
50
153
Temporary Campground Plan Review/MHP Plan Review
75
75
Demolitions Single Family
75
75
Demolitions Commercial <3000 sq. ft.l>3000 sq. ft.
100/150
100/150
Demolition Reinspection
50
50
Grease Trap Construction
75
75
Grease Trap Annual Operating
50
50
Laboratory Fees 5-25
25
35
Double Fees (operating without a permit all programs)
Double Fee
Reinspection/Non-Compliance Inspection
50
50
Research/Report/Plus Staff Cost Per Hr.
10
10
Training Fee Per Hr.
25
Rabies Low Risk or Request for Testing
110
Child Care Inspections
100
0
Sharps Disposal Containers
3.00/4.00
0
154
RESOLUTION NO. 2018-
A RESOLUTION OF INDIAN RIVER COUNTY, FLORIDA,
TO ADOPT A 2018/2019 FEE SCHEDULE FOR THE
FLORIDA DEPARTMENT OF HEALTH IN INDIAN RIVER.
WHEREAS, the Indian River County Health Department has proposed a new fee
schedule to become effective July 17, 2018, as set forth more fully in Exhibit "A"
attached hereto; and
WHEREAS, section 154.06(1), Florida Statutes, provides that the Indian River
County Board of County Commissioners must establish the fee schedule by resolution ,
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that:
1. Effective July 17, 2018, all fees set forth on Exhibit "A" are established for use
by the Florida Department of Health in Indian River. Such fees shall remain in effect
until further resolution of this Board.
This Resolution was moved for adoption by Commissioner
and the motion was seconded by Commissioner and, upon being put
to a vote, the vote was as follows:
Chairman Peter D. O'Bryan
Vice Chairman Bob Solari
Commissioner Susan Adams
Commissioner Joseph E. Flescher
Commissioner Tim Zorc
The Chairman thereupon declared the resolution duly passed and adopted this
day of , 2018.
Attest: Jeffrey R. Smith
Clerk of Court and Comptroller
By
Deputy Clerk
Attachment: Exhibit "A"
INDIAN RIVER COUNTY, FLORIDA
BOARD OF COUNTY COMMISSIONERS
LIM
Peter D. O'Bryan, Chairman
APPROVED AS TO FORM
AND LEGAL SUFFICIENCY
BY
COUNTY ATTORNEY
155
{ r,
Leslie R. Swan
Supervisor of Elections
Indian River County
MEMO
To: Indian River County Board of County Commissioners
From: Leslie R. Swan, Supervisor of Elections
Date: July 9, 2018
Subject: Federal Elections Security Grant Under the Help America Vote Act
Pursuant to the Omnibus Appropriations Act of 2018 enacted on March 23, 2018, $380 million in grants
were allocated to States to improve the administration of elections for Federal office, including to
enhance technology and make certain election security improvements. Funds provided under this
agreement shall be used for the following:
1. Federal Election Administration Activities–The purchase of services and/or products that do the
following for the 2018 Primary and/or General Elections:
• Strengthen the implementation of cybersecurity for elections systems
• Enhance election technology
• Facilitate cybersecurity training for local election officials
• Implement established cybersecurity best practices for election systems
• Continue election administration activities including, but not limited to, voter education,
poll worker training, and standardizing elections results reporting
2. The purchase of services and/or products that do the following for the 2018 Primary and
General Elections
• Upgrade election -related computer systems to address cyber vulnerabilities
Indian River County has between June 20, 2018 and July 18, 2018 to submit an application for these
grants. No later than November 6, 2018, General Election Day, Indian River County shall have expended
and/or encumbered for services and/or products to be used or implemented.
A condition for receiving the grant is to have a completed "Certificate of Equipment for Casting and
Counting Ballots" (DS -DE 135, Effective 8/16) signed by the Chairman of the Board of County
Commissioners. This document is to confirm that the IRC Supervisor of Elections has sufficient
equipment for casting and counting ballots. Since the County just purchased a new voting system in
2017, the Elections Office does not need any additional equipment for casting and counting ballots,
therefore, the grant funds can be used for the requirements listed above.
L431_5.._43!dAven_ue_ - Ver_o_Beach__FT,32.9h7__I _nffirP-1772) 22r,-_3440 I.EaY
ATTACHMENT C
MOA 2018-2019-001
Certificate of Equipment for Casting and Counting Ballots
We Leslie Rossway Swan
Peter D. O'Bryan
Supervisor of Elections and
Chairperson of Board of County Commissioners, of
Indian River
County, Florida, do hereby, certify that prior to the receipt and use of funds for the
purchase of State -approved or certified (whichever is applicable) emerging or enhancing
software or hardware technology, the county has purchased and made available sufficient
equipment for casting and counting ballots to meet the needs of the county electors for the
next regularly scheduled general election. If the Florida Department of State determines that
there is insufficient equipment for casting and counting ballots for the next regularly scheduled
general election.as herein certified, we shall return the HAVA funds that were used to purchase
other emerging or enhancing software and hardware technology to the State.
Supervisor of Ele tions Chairman, Board of County Commissioners
Date Date
DS -DE 135
Revised 6/18
157
Dylan Reingold, County Attorney
William K. DeBraal, Deputy County Attorney
Kate Pingott Cotner, Assistant County Attorney
Public Hearings -B.C.C. 7.17.18
Ofc of IM/
INDIAN RIVER COUNTY
Cu 15fu X17 t". 01111u
TO: Board of County Commissioners
FROM: Dylan Reingold, County Attorney
DATE: July 5, 2018
SUBJECT: Biosolids Moratorium Ordinance
BACKGROUND.
ATTORNEY
Class B biosolids are solid, semi-solid, or liquid materials resulting from the treatment of domestic sewage
sludge from sewage treatment facilities. Class B biosolids contain phosphorus and nitrogen, which
promote algae blooms in surrounding estuaries and watersheds. Class B biosolids are currently being land
applied in Indian River County, on properties near waterbodies such as Blue Cypress Lake. Blue Cypress
Lake is the first lake along the St. Johns River and is classified by the Florida Department of
Environmental Protection as a Class I surface water with a designated use for potable water supplies.
There is evidence of significant increases in phosphorus and nitrogen and incidences of harmful and
potentially toxic algae blooms in Blue Cypress Lake. There appears to be a correlation between the
increases of nutrients in Blue Cypress Lake and the land application of biosolids.
It is important to note that per Florida Statute, the land application of Class B biosolids has been restricted
in neighboring counties and ecosystems to the south, such as the St. Lucie River watershed and the Lake
Okeechobee watershed, leaving Blue Cypress Lake and the St. Johns River watershed as a cheap
alternative for the disposal and land application of Class B biosolids generated in South Florida.
On June 19, 2018, the Indian River County Board of County Commissioners (the "Board"), directed staff
to draft an ordinance either prohibiting the land application of Class B biosolids or establishing a
temporary moratorium on the land application of Class B biosolids, so that County staff would have time
to study the issue. Since that meeting, County staff met with several interested parties concerning the
potential moratorium. At the meeting, property owners expressed a willingness to agree to a voluntary
cessation of the land application activity for 180 days to allow time to scientifically determine if land
application practices are detrimental.
Currently, Indian River County has existing zoning regulations pertaining to the practice of "sludge
spreading" as provided in Chapter 971.08(10) of the Indian River County Code with codified criteria for
sludge spreading such as designated setbacks, reporting requirements, and the need for obtaining
approvals. However, the existing Indian River County requirements do not provide for regulatory
setbacks or for mandatory distances of Class B biosolids from waterbodies.
F.-1AakyVGnda1OENEAAL0 C C%Agenda Mem Wimol!&Uommd= 7ubfk Nearing Ordin=mdm 158
Board of County Commissioners
July S, 2018
Page Two
Consistent with the direction of the Board, the County Attorney's Office drafted the attached ordinance
establishing a 180 -day temporary moratorium on all properties within the unincorporated areas of Indian
River County involved in land application of Class B biosolids, except where determined to be
inconsistent with or preempted by state law or regulation. Additionally, the moratorium is imposed upon
the transportation of Class B biosolids for land application within Indian River County, except where
determined to be inconsistent with or preempted by state law or regulation. The moratorium on
transportation does not apply to currently approved septage/grease haulers as well as Indian River County
contracted haulers of domestic wastewater sludge for treatment at the Indian River County Residual
Dewatering Facility and disposal at the Indian River County landfill. Finally, under the ordinance, the
County Administrator is directed to coordinate with the Florida Department of Environmental Protection
and study in depth and report his findings of and any recommendations concerning Class B biosolids land.
application activities and its potential adverse effect.
FUNDING.
The cost of publication of the required public notice for the public hearing was $143.55. The cost was
funded from the County Attorney's Office budget within the General Fund (account number 00110214-
033190).
RECOMMENDATION.
The County Attorney's Office recommends that after the public hearing the Board vote to approve the
draft ordinance.
ATTACHMENT(S).
Draft Biosolids Moratorium Ordinance
F..'WnarneyVndal(;F,Vb 1B COAgendaAfem eBimildsMoraiorium Public Hearing Ordinaace.doc r
ORDINANCE NO. 2018 1.
-
AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF
INDIAN RIVER COUNTY, FLORIDA AUTHORIZING A TEMPORARY
MORATORIUM FOR 180 DAYS, OR UNTIL A COMPREHENSIVE
REVIEW OF THE IMPACT; ON THE COUNTY'S ECOSYSTEM IS
COMPLETED, WITHIN THE UNINCORPORATED AREAS OF INDIAN
RIVER COUNTY PROHIBITING LAND APPLICATION ACTIVITIES OF
CLASS B BIOSOLIDS; PROVIDING FOR STUDY AND POSSIBLE
REGULATION OF CLASS B BIOSOLIDS APPLICATION ACTIVITIES;
PROVIDING FOR EXHAUSTION OF ADMINISTRATIVE REMEDIES;
AND PROVIDING FOR CODIFICATION, SEVERABILITY, REPEAL OF
CONFLICTING PROVISIONS; AND AN EFFECTIVE DATE.
WHEREAS, as provided in Article VIII, Section 1 of the Florida Constitution and
chapter 125, Florida Statutes, counties have broad home rule powers to enact
ordinances, not inconsistent with general or special law, for the purpose of protecting the
public health, safety and welfare of the residents of the county; and
WHEREAS, the Indian River County Board of County Commissioners ("Board")
specifically determines that the enactment of this ordinance is necessary to protect the
health, safety and welfare of the residents of Indian River County; and
WHEREAS, Class B biosolids are solid, semi-solid, or liquid materials resulting
from the treatment of domestic sewage sludge from sewage treatment facilities that
contain algae supporting nutrients such as phosphorus and nitrogen; and
WHEREAS, phosphorus and nitrogen pollution have been a long term problem
for surrounding estuaries and watersheds, as phosphorus and nitrogen promote algal
blooms, fuel growth of noxious vegetation, and replace the unique natural ecosystem
with one which is undesirable to humans and native wildlife; and
WHEREAS, the Board finds that the proper regulation of the land application of
Class B biosolids is necessary and appropriate to guide the future use, development,
and protection of the land and natural resources in the unincorporated areas of Indian
River County and within areas within drainage areas potentially affecting conservation
lands and the Indian River Lagoon; and
WHEREAS, the land application activities of Class B biosolids is currently being
conducted on property in Indian River County, in areas near waterbodies such as Blue
Cypress Lake; and
WHEREAS, Blue Cypress Lake, the first lake along the St. Johns River, is
classified by the Florida Department of Environmental Protection as a Class I surface
water with a designated use for potable water supplies; and
160
ORDINANCE NO. 2018 -
WHEREAS, there is evidence of significant increases in phosphorus and nitrogen
and incidences of harmful and potentially toxic algae blooms in Blue Cypress Lake; and
WHEREAS, there appears to be a correlation between the increases of nutrients
in Blue Cypress Lake and the land application of biosolids in the unincorporated area of
Indian River County; and
WHEREAS, the land application of biosolids has been restricted in neighboring
counties and ecosystems to the south, such as the St. Lucie River watershed and the
Lake Okeechobee watershed, leaving Blue Cypress Lake and the St. Johns River
watershed as the cheapest alternative for the disposal and land application of Class B
biosolids generated in South Florida; and
WHEREAS, adding to the present nutrient levels in the St. Johns River Basin
may further inflict damage to the health, safety, and welfare of humans and wildlife in
Indian River County and the State of Florida; and
WHEREAS, Indian River County has existing zoning regulations pertaining to the
practice of "sludge spreading" as provided in Chapter 971.08(10) of the Indian River
County Code with codified criteria for sludge spreading such as designated setbacks,
reporting requirements, and the need for obtaining approvals; and
WHEREAS, however; the existing Indian River County requirements do not
provide for regulatory setbacks or for mandatory distances of Class B biosolids from
waterbodies; and
WHEREAS, the Board has determined that the temporary moratorium is needed
to study the effects that the disposal and land application of Class B biosolids has on the
water resources of Indian River County and to protect water quality in the St. Johns River
watershed, Blue Cypress Lake, and surrounding water bodies, from adverse impacts
potentially caused by the land application of Class B biosolids; and
WHEREAS, County staff has met with owners of properties currently permitted
r
through the Florida Department of Environmental Protection to land apply Class B
biosolids and owners indicated a good faith willingness to voluntarily cease Class B
biosolids land application activities for the duration of the 180 day moratorium; and
WHEREAS, the purpose of this ordinance is to place a temporary moratorium on
land application of Class B biosolids activities, as defined herein, except where regulation
of such activities is determined to be preempted to the state, for a period of time
reasonably necessary for Indian River County to coordinate with the Florida Department
of Environmental. Protection and investigate the impacts of land application activities upon
the public health, safety, and welfare, to promulgate reasonable regulations relating to
such activities if deemed advisable by the Board, and to assess their impact to Indian
River County;
161
ORDINANCE NO. 2018 -
NOW, THEREFORE, BE IT ORDAINED BY THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA THAT:
Section 1. Recitals Adopted
Each of the recitals set forth above is hereby adopted and incorporated herein.
Section 2. Enactment Authority.
Article VIII, section 1 of the Florida Constitution and chapter 125, Florida Statutes vest
broad home rule powers in counties to enact ordinances, not inconsistent with general or
special law, for the purpose of protecting the public health, safety and welfare of the
residents of the county. The Board, specifically determines that the enactment of this
ordinance is necessary to protect the health, safety and welfare of the residents of Indian
River County.
Section 3. Temporary Moratorium..
Beginning on the effective date of this ordinance and continuing for a period of 180 days,
or less if provided by an ordinance by the Indian River County Board of County
Commissioners, a moratorium is hereby imposed upon all properties within the
unincorporated areas of Indian River County involved in land application of Class B
biosolids, except where determined to be inconsistent with or preempted by state law or
regulation. In addition, the moratorium is hereby imposed upon all transportation activities
by any person or entity that is engaged in the transportation of Class B biosolids for land
application within Indian River County, except where determined to be inconsistent with
or preempted by state law or regulation. All currently approved septage/grease haulers
as well as Indian River County contracted haulers of domestic wastewater sludge for
treatment at the Indian River County Residual Dewatering Facility and disposal at the
Indian River County landfill are not transporting Class B biosolids for land application
purposes and thus are not affected by this ordinance or moratorium.
Section 4. Expiration of Temporary Moratorium.
The temporary moratorium imposed by Section 3 of this ordinance expires 180 days from
the effective date of this ordinance. The moratorium may be extended or terminated early
by adoption of an ordinance, or resolution of the Indian River County Board of County
Commissioners.
Section 5. Studv of Class B Biosolids.
The Indian River County Board of County Commissioners directs the County
Administrator to coordinate with the Florida Department of Environmental Protection
and study in depth and report his findings of and any recommendations concerning
Class B biosolids land application activities and its potential adverse effect within 180
days after the effective date of this ordinance.
Section 6. Exhaustion of Administrative Remedies.
A property owner claiming that this ordinance, as applied, constitutes or would constitute
a temporary or permanent taking of private property or an abrogation of vested rights shall
3
162
4�
ORDINANCE NO. 2018--
not
018-.
not pursue such claim in court unless he or she has first exhausted administrative
remedies.
Section 7: Codification
It is the intention of the Indian River County Board of County Commissioners that the
provision of this ordinance shall become and be made part of the Indian River County
Code, and that the sections of this ordinance may be renumbered or re -lettered and the
word ordinance may be changed to`section, article or such other appropriate word or
phrase in order to accomplish such intention.
�6
Section 8. Severability.
If any part of this ordinance is held to be invalid or unconstitutional by a court of competent
jurisdiction, the remainder of this ordinance shall not be affected by such holding and shall
remain in full force and effect.
Section 9. Conflict.
All ordinances or parts of ordinances in conflict herewith are hereby repealed.
Section 10. Effective Date. This ordinance shall become effective upon adoption by
the Board of County Commissioners'and filing with the Department of State.
This ordinance was advertised in the Indian River Press Journal on the 71h day of July,
2018, for a public hearing to be held on the 17th day of July, 2018, at which time it was
moved for adoption by Commissioner , seconded by Commissioner
and adopted. The vote on this ordinance was as follows:
Chairman Peter D. O'Bryan
Vice Chairman Bob Solari
Commissioner Susan Adams
Commissioner Joseph E. Flescher
Commissioner Tim Zorc
The Chairman thereupon declared the ordinance duly passed and adopted this 17th day
of July, 2018.
ATTEST: Jeffrey R. Smith, Clerk,
and Comptroller
By:
Deputy Clerk
BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER
COUNTY, FLORIDA
By:
Peter D. O'Bryan, Chairman
APPROVED AS T&FORM
AND LEGAL SUFFiCIENOY
B�
DYLA I MEINGOLD
4 COUNTY ATTORNEY
163
ORDINANCE NO. 2018 -
EFFECTIVE DATE: This Ordinance was filed with the Department of State on the
day of July, 2018.
164
'I
TO: IRC Board of County Commissioners
Jason Brown 1
FROM: Judy Orcutt
4665 Pebble Bay South
Date: July 16, 2018
RE: Biosolids Land Application Resolution
PD - A-, l,
By passing a 6 month moratorium, the,FDEP has finally acknowledged that the land
application of biosolids is an environmental nightmare. This conclusion should have been
reached years ago before Lake Okeechobee became a toxic waste site that pollutes both
sides of the State; creating health hazards, reducing real estate values and impacting
tourist related businesses. +,
It is not enough to place a 6 month moratorium on biosolids application at the Pressley
Ranch. Blue Cypress Lake is the poster child that demonstrates the decline of a water
body from this short-sighted policy. However, each of the permitted sites within the
County has the potential for causing nutrient pollution that we, as citizens, will have to pay
to clean up later under the BMAP process. I urge the Commissioners to be pro -active and
pass a renewable moratorium on the land application of biosolids throughout the
county.
In addition, the County should immediately begin planning to mitigate the damage already
caused by several years of excessive nutrient deposition (toxic waste dumping). Lake
Okeechobee has 60 years of legacy load to be removed from the system to restore balance.
Let's get ahead of the game and bring in the experts to figure out how to contain the
nutrients and remove them on site. Funding should be requested to achieve this purpose.
The Treasure Coast Regional Planning Council is proposing a resolution at their August 17,
2018 meeting, calling for the eventual elimination of the land application of biosolids
throughout the State of Florida. This measure is coupled with the request for funding for
Florida to fund new technologies available for biosolids resource recovery.
We can no longer afford to continue dumping our waste, polluting our land and water and
putting our citizen's health and economic well being at risk.
W,.r
Treasure Coast Newspapers I TCPALM
Indian River Press Journal
1801 U.S. 1, Vero Beach, FL 32960
AFFIDAVIT OF PUBLICATION
STATE OF FLORIDA
COUNTY OF INDIAN RIVER
Before the undersigned authority personally appeared, Natalie Zollar, who on oath says that she is Classified Inside Sales
Manager of the Indian River Press Journal, a daily newspaper published at Vero Beach in Indian River County, Florida: that the
attached copy of advertisement was published in the Indian River Press Joumal'in the following issues below. Affiant further
says that the said Indian River Press Journal is a newspaper published in Vero Beach in said Indian River County, Florida, and
that said newspaper has heretofore been continuously published in said Indian River County, Florida, daily and distributed in
Indian River County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement,
and affiant further says that she has neither paid or promised any person, firm or corporation any discount, rebate, commission
or refund for the purpose of securing this advertisement for publication in the said newspaper. The Indian River Press Journal
has been entered as Periodical Matter at the Post Offices in Vero Beach, Indian River County, Florida and has been for a period
of one year next preceding the first publication of the attached copy of advertisement.
Customer Ad Number Coovline PO #
461741- INDIAN RIVER COUNTY ATTORNEY'S OFFICE 2057339 NOTICE OF INTENT - PUBLIC HEARING NO
Pub Dates
July 7, 2018
Sworn to and subscribed before me this day of, July 09, 2018, by
who is
Natalie Zoll
(X) personally known to me or
( ) who has produced
• 1 a `'o ti f q �MG
Karol Kangas Notary Public
as identification.
f y+• ".i
NAAOLEKAIMS
e.
NotaryN*-R*dRW&
Commlsslon I GG 126041
?0"��`AlyComm.borsJW2%2021
BundeAOcaphNaJaWN0layAwi,
as identification.
�a
NOTICE OF INTENT -
PUBLIC HEARING
NOTICE IS HEREBY GIVEN that
the Board of County Commis-
sioners of Indian River County,
Florida, will conduct a Public
Hearing to consider adoption
of a proposed ordinance enti-
tled:
AN ORDINANCE OF THE
BOARD OF COUNTY COM-
MISSIONERS OF INDIAN
RIVER COUNTY, FLORIDA
AUTHORIZING A TEMPO-
RARY MORATORIUM FOR
180 DAYS, OR UNTIL A
COMPREHENSIVE REVIEW
OF THE IMPACT ON THE
COUNTY'S ECOSYSTEM IS
COMPLETED, WITHIN THE
UNINCORPORATED AREAS
OF INDIAN RIVER COUNTY
PROHIBITING LAND APPLI-
CATION ACTIVITIES OF
CLASS B BIOSOLIDS; PRO-
VIDING FOR STUDY AND
POSSIBLE REGULATION OF
CLASS B BIOSOLIDS APPLI-
CATION ACTIVITIES; PRO-
VIDING FOR EXHAUSTION
OF ADMINISTRATIVE REM-
EDIES; AND PROVIDING FOR
CODIFICATION, SEVERABIL-
ITY, REPEAL OF CONFLICT-
ING PROVISIONS, AND AN
EFFECTIVE DATE.
The Public Hearing will be held
on Tuesday, July 17, 2018 at
9:05 a.m., or as soon there-
after as the matter may be
heard, in the County Commis-
sion Chambers located on the
first floor of Building A of the
County Administrative Com-
plex, 1801 27th Street, Vero
Beach, Florida 32960, at which
time interested parties may
be heard with respect to the
proposed ordinance.
The proposed ordinance may
be inspected by the public
during regular business hours
(8:30 a.m. to 5:00 p.m., Monday
through Friday) at the Office
of the Clerk to the Board of
County Commissioners locat-
ed on the 2nd floor of Building
A of the County Administrative
Complex, 1801 27th Street,
Vero Beach, Florida.
Anyone who may wish to
appeal any decision which
may be made at this meeting
will need to ensure that a ver-
batim record of the proceed-
ings is made, which includes
testimony and evidence upon
which the appeal is based.
Anyone who needs a special
accommodation for this meet-
ing must contact the County's
Americans With Disabilities
Act (ADA) Coordinator at 772-
226-1223 at least 48 hours in
advance of the meeting.
INDIAN RIVER COUNTY BOARD
OF COUNTY COMMISSIONERS
PETER D. O'BRYAN, CHAIRMAN
Pub: July 7, 2018
TCN 2057339
m"3
11A
��vER o
Office of the
z INDIAN RIVER COUNTY
\�.,.�. ADMINISTRATOR
Jason E. Brown, County Administrator
Michael C. Zito, Assistant County Administrator
MEMORANDUM
TO: Members of the Board of County Commissioners
FROM: Jason E. Brown
County Administrator
DATE: July 9, 2018
SUBJECT: Support for City of Vero Beach Application for Florida Department of
Economic Opportunities Grant
At the Board of County Commission meeting of July 3, 2018, the Board discussed a letter of
support for the City of Vero Beach Airport Grant Application. During the discussion, the Board
requested staff to confirm specific information and return with a draft resolution for review.
The City of Vero Beach is applying for a Florida Department of Economic Opportunity Grant for
Public Infrastructure to fund improvements to Aviation Boulevard. The City anticipates the
grant will cover the full cost of construction, and are not expecting any funding match or
participation from the County.
The City of Vero Beach City Manager has advised that the City has the necessary Right -of -Way
on Aviation Boulevard for the proposed improvements. The City has also confirmed that it is the
City's responsibility for the railroad crossing maintenance at Aviation Boulevard.
There are currently no Florida Department of Economic Opportunity Grant applications
submitted for consideration by Indian River County.
RECOMMENDATION:
Staff recommends the Board of County Commission approve the proposed resolution in support
of the City of Vero Beach application for a Florida Department of Economic Opportunity Grant
for Public Infrastructure to fund improvements to Aviation Boulevard.
165
166
RESOLUTION NO. 2018-
A RESOLUTION OF THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY,
FLORIDA, EXPRESSING SUPPORT FOR THE CITY OF
VERO BEACH'S APPLICATION TO THE FLORIDA
DEPARTMENT OF ECONOMIC OPPORTUNITY FLORIDA
JOB GROWTH GRANT FUND FOR PUBLIC
INFRASTRUCTURE FOR WIDENING OF AVIATION
BOULEVARD.
WHEREAS, the Florida Legislature created the Florida Job Growth Grant Fund within
Florida .Department of Economic Opportunity to promote economic opportunity by improving
public infrastructure; and
WHEREAS, the Department of Economic Opportunity and Enterprise Florida, Inc. have
responsibility of identifying projects to make funding recommendations to the Governor; and
WHEREAS, the City of Vero Beach has an infrastructure project that is designed.and can
be completed in phases for the improvement of Aviation Boulevard from U.S. Highway 1 to 43rd
Avenue which is a key east—west transportation corridor for the City of Vero Beach and Indian
River County to the airport as well as the hospital; and
WHEREAS, Aviation Boulevard is a 2 -lane non -divided urban minor arterial roadway
that connects to County, State, and Federal roadways which has not been widened to accommodate
increased traffic caused by an increase in economic activity around the airport and the hospital;
and
WHEREAS, Piper Aircraft, Inc., a manufacturer of small airplanes located at the airport
on Aviation Boulevard, has seen an increase of its workforce by approximately 25 percent during
the year 2017; and
WHEREAS, Elite Airlines, LLC has been serving the airport for 2 years with increased
employment and passenger traffic to the airport and had an increase in passenger traffic from 2016
to 2017 of 44%; and
WHEREAS, Walking Tree Brewery, LLC, a successful craft brewery, began operations
at the airport in 2016 bringing employment and increased customer traffic; and
WHEREAS, Oculina Banc, Corp, Inc. opened a branch near the airport in 2014; and
WHEREAS, the City of Vero Beach is in negotiations for a maintenance hangar lease for
an airline which would bring approximately. 50 to 150 jobs to the airport; and
WHEREAS, a hotel is currently under construction along Aviation Boulevard which will
increase both employment and guest traffic; and
167
WHEREAS, the economic impact of the businesses in the airport district was found to be
over $468 million in 2015 by the Florida Department of Transportation; and
WHEREAS, Aviation Boulevard, as currently configured, is close to reaching a level of
service that could hinder the continued economic development gains made at the airport and along
the business district adjacent to the airport; and
WHEREAS, widening Aviation Boulevard would benefit the continued improvement of
the business environment which brings new business as well as allows existing businesses to
expand;and
WHEREAS, the Indian River County Board of County Commissioners believes the
widening of Aviation Boulevard would benefit the City of Vero Beach, Indian River County and
the region and would improve the economic development environment around the airport; and
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, THAT:
Section 1. The above "WHEREAS" clauses are true and correct, and are hereby adopted
as findings of the Indian River County Board of County Commissioners.
Section 2. The Indian River County Board of County Commissioners hereby supports
the City of Vero Beach's application for the Florida Department of Economic Opportunity Florida
Job Growth Grant Fund for Public Infrastructure.
The foregoing resolution was moved for adoption by Commissioner , and
seconded by Commissioner , and, upon being put to a vote, the vote was as
follows:
Chairman Peter D. O'Bryan
Vice Chairman Bob Solari
Commissioner Susan Adams
Commissioner Joseph E. Flescher
Commissioner Tim Zorc
The Chairman thereupon declared the resolution duly passed and adopted this day of
July, 2018.
ATTEST: Jeffrey R. Smith, Clerk of Court BOARD OF COUNTY COMMISSIONERS OF
and Comptroller INDIAN RIVER COUNTY, FLORIDA
IU0
By:
Deputy Clerk Peter D. O'Bryan, Chairman
Approved as to form and legal sufficiency:
Dylan Reingold, County Attorney
168
f�c 1
DEPARTMENTAL
Date: June 10, 2018
INDIAN RIVER COUNTY, FLORIDA
INTEROFFICE MEMORANDUM
Assistant County Administrator /
Department of General Services
To: Jason E. Brown, County Administrator
Thru: Michael C. Zito, Assistant County Administrator
From: Beth Powell, Conservation Lands Manager
CC: Roland Deblois, Stan Boling)
Subject: Conservation Lands Capital iProjects and Grants Update to the BCC
i+
Staff has been working on multiple capital projects related to conservation lands public access
improvements in furtherance of the Capital Improvements Element of the County's Comprehensive
Plan. In order to leverage these funds, staff has applied for multiple grants. Below is a summary of
items by category (1) In Construction, (II) In Design, Permitting & Engineering, (III) Status of Future
Projects Coming for Approval, and (IV) Other Updates/Projects/Grant Opportunities.
t
I. STATUS OF PROJECTS FUNDED & APPROVED — IN CONSTRUCTION
I
169
I
County
Conservation
Scheduled
Funding
Area
Improvement
Status
Construction
Grant Funding
(est. or actual)
Boardwalk
Contract Awarded
August 2018
N/A
$29,282.40
Summerlin's
Approved
Marine
3/20/18
Ansin Tract
Construction
Conservation Area
SIRWMD/IRC
Building Permit
Issued
Dock
Contract Awarded
TBD
Florida Inland
$96,025
Archie Smith Fish
Repair/Rebuild
Indian River Docks
Navigation
Approved
House
District
6/19/18
$90,900
Dock
Contractor
August 2018
N/A
$25,240
Repair/Rebuild
Selected
Approved
(Hurricane
Summerlin's
5/8/18
Boat Club Island
Matthew)
Marine
Construction
IRC Bldg Permit —
169
DEPARTMENTAL
.I
in process
I. STATUS OF PROJECTS FUNDED & APPROVED — IN CONSTRUCTION (continued)
I
II. STATUS OF PROJECTS FUNDED & APPROVED —
IN DESIGN, PERMITTING & ENGINEERING
I
Conservation
Area
Improvement
j
Scheduled
Construction
Grant Funding
County
Conservation
Public Use
MBV Engineering
Scheduled
N/A
Funding
Area
Improvement
(Status
Construction
Grant Funding
(est. or actual)
Dock
Contract Awarded
September 2018
N/A
$16,400
Hallstrom
Repair/Rebuild
Su�mmerlin's
Approved 5/8/18
Lost Tree
(Hurricane Irma)
(Marine
Grant Award
Land & Water*
$148,500 est.
Island/Earman
Construction
Notification
Conservation
Island
3/26/18
October 2018
Fund
IRC Bldg Permit —
Submitted
in process
$148,500 LWCF
Boardwalk
Contract Awarded
TBD
N/A
$34,094.85
Indian River Docks
1
Approved 5/1/18
SJRMWD Permit
Received
$3,900
Round Island South
IRC Bldg Permit -
To be submitted
Estimated
Conservation Area
by; Contractor
I
Alternate Upland
Completed
$5,000 est.
Trail Mowing
7/9/18
Complete
Culvert Repair
Completed
Completed
N/A
$1,351.20
i1
materials
South Oslo
{
I
Riverfront
Boardwalks
SJRMWD Permit
September 2018
$42,237.50
Conservation Area
Received
Approved
IRC Bldg Permit -
4/17/18
in process
i
I
II. STATUS OF PROJECTS FUNDED & APPROVED —
IN DESIGN, PERMITTING & ENGINEERING
I
Conservation
Area
Improvement
I
Status
Scheduled
Construction
Grant Funding
County
Funding
(est. or actual)
Public Use
MBV Engineering
February 2020
N/A
$14,800
Improvements —
Design 35%
(contingent on
MBV Work Order
Design
Complete
funding)
Approved 5/9/17
Hallstrom
I
Farmstead
LWCF Application
Grant Award
Land & Water*
$148,500 est.
Conservation Area
Submitted
Notification
Conservation
3/26/18
October 2018
Fund
Submitted
$148,500 LWCF
$297,000 Total
170
DEPARTMENTAL
171
I'
County
Conservation
`
Scheduled
Funding
Area
Improvement
{Status
Construction
Grant Funding
(est. or actual)
Public Use
Soil Borings
N/A
$750.00
Improvements -
Completed
Design
1/23/18
Kroegel
Homestead
q
MBV Engineering
June 2019
$22,800
Conservation Area
Permit application
MBV Work Order
Anticipate
Approved 5/9/17
Submission
7/18/18
(Pre app 6/4/18)
Public Access
Pre -App
TBD
Florida Inland
IRLT to fund
Improvements
13/29/17
Navigation
engineering,
f{
District
design,
TRC Review
$140,850
permitting &
4/26/18 —
Approved 5/1/18
construction
awaiting response
& 5/16/17
min. $100,000/
Oyster Bar Marsh
from applicant
IRC estimated
Conservation Area
i (IRLT)
cost $140,850.
(IRLT & IRC
Agreement
Approved
4/4/17)
Public Use
Contract Awarded
MBV Work Order
Improvements—
MBVIEngineering
Approved 5/9/17
Design
Engineering &
$28,250
Design
�I
Soil Borings
Complete
$2,400
Completed
1/23/18
H I GP Grant
Complete
$69,356 total
$17,339
Application
Awaiting
$52,017
Submitted to
Notification
Contingent upon
Raisetl'Main House
September 2018
grant award
Jones' Pier
Fruit Stand
D HR Grant for
January 2019
Awarded
$14,OOOA
Conservation Area
Replacement
Fruit Stand
Awaiting
Presented to BCC
Awaiting Scope of
Contract for BCC
5/2/17
Work for
Approval
Engineering &
$33,000 total
Architectural
$19,000 grant
Design
funded -k
IRC Application
January 2019
$214,000
Submitted
FIND Grant
County Match*
For+Public Use
Public Use
BCC
Improvements &
Improvements
Authorization to
Site Plan Approval
Pending
Apply Approved
6/29/18
Notification of
3/6/18
(Pre App 6/4/18)
Award Expected
*
171
DEPARTMENTAL
A Division of Historical Resources Grant Totals: $27,550 grant funding, $17,050 County cash match, $10,500 County In-kind
Total: 55,100 includes educational signs at 7 locations, fruit stand replacement (design, construction, architectural drawings,
permitting), web app and educational brochure production.
*If awarded, subject to BCC approval.
♦ Contract subject to BCC Approval.
172
Total Project:
Archaeological
Required for
Complete
$364,000
$4,495
Survey
Environmental
FIND: $150,000
Resources Permit
Wetland
Contract MBV
$6,500
Engineering
BCC Approved
Wetland
1/23/18
Conceptual
Design
$36,800
Contract
Approved 5/8/18
Carter & Assoc.
for Final Wetland
Design &
Permitting
January 2019
$142,455
Wetland
Cash Est.
Construction
$16,700
Indian River
In -Kind Est.
Lagoon
Presented to BCC
National Estuary
3/6/18
Program
Awarded for
Construction
(awaiting
contract)*
October 1, 2018
Total: $220,155
Repair Small
October 2018
Grant Award:
$1,800
Observation Dock
Quote Received
$61,000
Presented to BCC
Preparing
3/6/18
Purchase Order
N/A
Repair Guest
November 2018
$30,000 est
Cottage
Staff,Preparing
BCC Approved
(Hurricane
Scope of Work for
3/6/18♦
Matthew)
Repairs for bid
FEMA Project
documents
Worksheet &
Insurance
A Division of Historical Resources Grant Totals: $27,550 grant funding, $17,050 County cash match, $10,500 County In-kind
Total: 55,100 includes educational signs at 7 locations, fruit stand replacement (design, construction, architectural drawings,
permitting), web app and educational brochure production.
*If awarded, subject to BCC approval.
♦ Contract subject to BCC Approval.
172
DEPARTMENTAL
III. STATUS OF PROJECTS COMING FOR APPROVAL
I
IV. OTHER UPDATES/PROJECTS
1
Complete a 60-150'
September 2018
January 2020
Hazard
County
Conservation
firebreak on North
��
Scheduled
Grant
Funding
Area
Improvement
Status
Construction
Funding
lest or actual)
Boardwalk
RFP issued — no
TBD
(Hurricane
$35,000-40,000
Oslo Riverfront
Park Subdivision
bids received —
Matthew)
estimated
Harmony Oaks
rebid October
( 2018
Conservation Area
Ii
Total Grant
SJRWMD Permit
Budget $65,000
,
Ilssued
Application
Boundary Survey
Complete
Approved
Completed & Phase
6/6/17*
County -wide
I ESA
County -wide
January 2019-
Hazard
$38,150
Wildfire Mitigation
Trail System
I
Complete
Complete
Mitigation Grant
$11,650
Project
established
1
Program
complete
Sebastian Harbor
Boardwalk & Trails
Staff, preparing
January 2019
TBD
$200,000 -
Preserve
Permits & RFP for
250,000
Boardwalks
estimated
Site Fencing,
l
Staff meeting
January 2020
TBD
$200,000 -
Parking &
with City of
$250,000
Stormwater
Sebastian & will
begin design
(Contract
Engineering)
Culvert Repair
Completed
Completed
$4,379
Contract Southern
Man+agement
Wabasso Scrub
Conservation Area
Boardwalk
Permits and RFP
January 2019
N/A
$25,000-30,000
to be prepared by
estimated
Staff
I
IV. OTHER UPDATES/PROJECTS
1
I
173
Complete a 60-150'
September 2018
January 2020
Hazard
$32,500*
firebreak on North
notification
Mitigation Grant
estimated
property line
1
Program
adjacent to Forest
I
(Hurricane
Oslo Riverfront
Park Subdivision
I
Matthew)
Conservation Area
Wildfire Mitigation
;
Total Grant
Budget $65,000
,
I
Application
Ii
Approved
6/6/17*
County -wide
Complete County-
County -wide
January 2019-
Hazard
$38,150
Wildfire Mitigation
wide Wildfire
Wildfire
January 2022
Mitigation Grant
ESA Contract to
Project
Assessment &
Mitigation Plan
Program
complete
Completed
County -Wide
I
173
DEPARTMENTAL
*If awarded, subject to BCC approval
ANALYSIS: NATIONAL FISH & WILDLIFE FEDERATION— NATIONAL RESLIENCE FUND
On July 7, 2018, staff was made aware of a federal funding opportunity through the National Oceanic &
Atmospheric Administration (NOAA) that focuses on restoring, increasing and strengthening natural
infrastructure to protect coastal communities while enhancing habitats for fish and wildlife. The
National Coastal Resilience Fund will be investing $30 million in the restoration or expansion of natural
features such as wetlands, coastal marshes and barrier islands. The County received funding from the
US Fish & Wildlife Service in 2009 to create a Master Restoration Plan for the Lost Tree Conservation
r
Area outer islands. This plan was the preliminary step to outline possible restoration efforts, but did not
include detailed design plans, scope of work project schedule & budget, permitting requirements and
possible funding sources for construction.
i
Due to the ecological complexity and multi -phased effort required for restoration, staff's approach
would be to complete the formal project planning and design necessary to allow for a phased
construction approach that will give the County maximum flexibility for implementation. This will
include full design and permitting services, preparing preliminary bid documents and cost estimates
which will allow the County to take advantage of grant funding opportunities for construction. It has
been staff's experience that projects that are fully permitted are most competitive for funding.
Potential funding sources for construction may include Indian River Lagoon National Estuary Program,
174
Complete Wildfire
(Hurricane
Wildfire Plan
Mitigation
Matthew)
(reimbursable)
Awaiting
Approved
notification of
Total Grant
1/23/18
Grant Award
Budget
September 2018
$280,754*
expected
(Includes ESA
I
contract & in-
kind svcs.)
$70,188.50*
'
Cash & In-kind
Application
Approved
6/6/17*
Architectural &
Statement of
Contracts
N/A
$0
Design Services'
Qualifications
estimated to be
Multiple Projects
RFQ
Received
1
in place by
I
Oct Nov 2018
Pending Ranking
by Staff
Provide
Application
Grant Request
County Proposed
engineering, design
Deadline:
Proposed:
Match:
National Fish &
and permitting for
August 9, 2018
$150,000*
$150,000*
Wildlife Federation
the three large
— National Coastal
islands: Earman
Resilience Fund
Island, Duck Head
1
i
Possible: Lost Tree
Island & Hog's Head
Island
Island — plan would
Conservation Area
incorporate public
improvements with
restoration design.
I
*If awarded, subject to BCC approval
ANALYSIS: NATIONAL FISH & WILDLIFE FEDERATION— NATIONAL RESLIENCE FUND
On July 7, 2018, staff was made aware of a federal funding opportunity through the National Oceanic &
Atmospheric Administration (NOAA) that focuses on restoring, increasing and strengthening natural
infrastructure to protect coastal communities while enhancing habitats for fish and wildlife. The
National Coastal Resilience Fund will be investing $30 million in the restoration or expansion of natural
features such as wetlands, coastal marshes and barrier islands. The County received funding from the
US Fish & Wildlife Service in 2009 to create a Master Restoration Plan for the Lost Tree Conservation
r
Area outer islands. This plan was the preliminary step to outline possible restoration efforts, but did not
include detailed design plans, scope of work project schedule & budget, permitting requirements and
possible funding sources for construction.
i
Due to the ecological complexity and multi -phased effort required for restoration, staff's approach
would be to complete the formal project planning and design necessary to allow for a phased
construction approach that will give the County maximum flexibility for implementation. This will
include full design and permitting services, preparing preliminary bid documents and cost estimates
which will allow the County to take advantage of grant funding opportunities for construction. It has
been staff's experience that projects that are fully permitted are most competitive for funding.
Potential funding sources for construction may include Indian River Lagoon National Estuary Program,
174
DEPARTMENTAL
Florida Inland Navigation District, Florida Department of Environmental Protection, St. Johns River
Water Management District, Florida Fish & Wildlife Conservation Commission and other public agencies.
Staff's design approach for this grant application would include consideration for inclusion of oyster
beds, shoreline and seagrass restoration, exotics removal, wetland creation, upland restoration, habitat
for listed species, innovative water quality improvements and green technology.
RECOMMENDATION:
Staff requests the Board to review and discuss the projects presented herein. Additionally staff
respectfully requests the Board to evaluate the National Fish & Wildlife Federation — National Resilience
Fund Grant RFP and direct staff as to whether to proceed with the grant application for the Lost Tree
Islands Conservation Area.
ATTACHMENT:
National Fish and Wildlife Federation — National Coastal Resilience Fund 2018 Request for Proposals
175
eo W1to
yrr ��F
n '�
0
NFWF
J C
t =
O 1
NATIONAL COASTAL RESILIENCE FUND
INCREASING THE NATION'S NATURAL DEFENSES
a
2018 REQUEST FOR PROPOSALS
a
RFP Overview Webinar: Wednesday, July 11, 2018 3:00 PM Eastern Time
Full Proposal Due Date: Tuesday, August 7, 2018 11:59 PM Eastern Time
OVERVIEW
The National Fish and Wildlife Foundation (NFWF) is pleased to announce the National Coastal
Resilience Fund. Projects funded under this national program will provide benefits to communities,
as well as for fish and wildlife. In partnership with NOAA, NFWF will make investments to
advance identified priorities for restoring and strengthening natural systems so they can protect
coastal communities from the impacts of storms and floods and enable them to recover more
quickly, while also enhancing habitats for important fish and wildlife populations.
Contiguous areas of natural habitat such as coastal marshes and wetlands, dune and beach systems,
oyster and coral reefs, and coastal forests and rivers and streams -- maintained at a significant size
for the habitat type -- provide communities with enhanced protection and buffering from the
growing impacts of sea -level rise, changing flood patterns, increased frequency and intensity of
storms, and other environmental stressors. NFWF identifies these types of natural areas as
"Resiliency Hubsl" — areas where natural resource restoration efforts will have the greatest impact
for human community resilience, as well as for fish and wildlife — and have prioritized these areas
that provide dual benefits under this program.
NFWF will award up to $30 million in grants to create, expand and restore natural systems in areas
that will both increase protection for communities from coastal storms, sea and lake level changes,
flooding, and coastal erosion and improve valuable habitats for fish and wildlife species. NFWF
will invest in projects in two focus areas:
• Project Planning and Design
• Project Implementation
This program is funded by and closely coordinated with the National Oceanic and Atmospheric
Administration (NOAA) and will include input from other federal agencies and outside experts.
GEOGRAPHIC FOCUS
'More about NFWF's Coastal Resilience Assessment and "Resiliency Hubs" can be found at
http://www.nfwf.org/coastalresilience. It is not required that projects have completed a NFWF assessment or are
classified as a resiliency hub by NFWF to be eligible.
176
Page 1 of 11
9.ro witova
O
� C
< 2
� JO
!VN ♦e a0
Projects must be located within the coastal areas of U.S. coastal states, including the Great Lakes
states, and territories2. For the purpose of this funding opportunity, the eligible project area is
defined as all coastal Hydrologic Unit Code (HUC) 8 watersheds that drain to the ocean and Great
Lakes and any adjacent HUC 8 watersheds that are particularly low-lying or tidally influenced. An
interactive map of the eligible areas can be found at https://arcg.is/90mSf .
This program will be implemented as a national program focused on enhancement of resilience for
coastal communities across the U.S., and award decisions will be made based on regional
circumstances, needs, and priorities. Project interventions that help reduce regional threats, include,
but are not limited to: changes in sea and Great Lakes levels; storm surge; ocean surge and
tsunamis; increased flooding, including inland flooding, due to storms; subsidence; erosion; loss of
sea ice; sea level rise and high tides, saltwater intrusion into coastal aquifers, or other impacts.
Many of these threats are connected (e.g. subsidence exacerbates relative sea level rise leading to
increased flooding), and the program anticipates that the proposed projects will address reducing
vulnerability to multiple threats, as appropriate.
PROGRAM PRIORITIES
In this initial year, the program will capitalize on extensive threat and vulnerability assessments and
regional/local coastal planning that has been done to date and focus investments on preparing
projects prioritized through these planning efforts and supporting their implementation. Applicants
should apply under the focus area that best meets their needs. Please note that combined requests
for both planning and implementation activities will NOT be considered.
Project Planning and Design. Recognizing that natural infrastructure projects require a
phase of assessment, planning, design and permitting, applicants may request funding to
support this phase of project development for on -the -ground projects. These awards are
expected to range from $100,000 to $250,000. Such funding may be used to support the
preparation of cost -benefit analysis, conceptual designs, engineering plans, stakeholder
engagement efforts, and detailed cost estimates and other related tasks to position projects
for project -ready implementation. If applicable, proposals should describe how the proposed
project will facilitate innovative approaches to enhance coastal resilience with natural
infrastructure or how the project will help to enable future resilience initiatives. Broad threat
assessments and preliminary scoping efforts to identify project needs are not a priority for
grant awards this inaugural year. The focus will be on project -level planning and design to
advance high-priority projects that have already been identified as needs through previous
assessments and scoping efforts.
While project planning and design grants are not expected to achieve immediate
environmental or conservation outputs and outcomes, proposals should demonstrate that the
resulting project plan will be sufficient to meet requirements for environmental review and
'Including Puerto Rico, the U.S. Virgin Islands, American Samoa, Guam, and the Commonwealth of the Northern
Mariana Islands.
Page 2 of 11 177
'p0 WILOt'Nwn
gr
Y O
J C
< 2
ZO YO
rah ♦( NO
permitting, and when implemented, will address needs prioritized through a formal coastal
resilience planning process and meet specific program goals related to community resilience
and ecosystem enhancements.
Proposals should explain how key;partners and stakeholders (e.g., local government leaders,
federal and state regulatory and resource agencies) will be involved in the project planning,
design and approval. Applicants are encouraged to include information on future sources of
funding and to provide letters of support to demonstrate that the intended project is a priority
and strong candidate for implementation once planning is completed.
Planning and design projects should be able to be completed within 18 months of the start of
the grant.
2. Project Implementation. The largest portion of funds will be directed to implementation
projects, with most awards expected to range from $500,000 to $3,000,000. Projects
proposed under this category are expected to have already been prioritized through a formal
planning process that addresses coastal resilience and have completed all necessary designs
and engineering planning for implementation. Projects that have also secured all necessary
permits will receive higher priority for funding.
I
Proposals must demonstrate how projects will protect and enhance resilience of natural
systems and help mitigate the impacts of future storms and other flooding events and threats
on local community assets (such as, emergency services, infrastructure and property), as well
as the anticipated benefit to fish and wildlife. Projects should result in measurable and
observable improvements to these systems.
Projects can be conducted on Federal, state or local government lands or private lands where
there is a sufficient commitment to the protection of those lands for conservation purposes.
Given the goals of coastal resilience, projects that consider the larger landscape and involve
multiple landowners and/or partner's and jurisdictions, as appropriate, are encouraged.
Proposals should explain how keypartners and stakeholders (e.g., local government leaders,
federal and state regulatory and resource agencies) will be involved in the implementation
process. Applicants are encouraged to provide letters of support from partners and
beneficiaries to demonstrate that project's importance, readiness, and high priority to
address resilience needs. '
Implementation projects should be able to be completed within three years of the start of the
grant. Acquisition of land and easements is not an eligible activity (although it can be part of
the match).
Eligible projects include ecosystem restoration projects and the construction of natural,
nature -based, and green -gray (hybrid) infrastructure, where tangible community resilience
and conservation outcomes can be measured. Eligible restoration projects include, but are
not limited to, restoration of subtidal habitat (e.g. oyster and coral reefs), beaches, dunes,
Page 3 of 11 1 178
h �
O
J C
< 2
O Y
Nw
bluffs, and barrier islands, wetlands and marshes, coastal forests, and coastal watershed
rivers and streams. Restoration projects should advance resilience goals (e.g. reduction of
storm surge impacts), conservation goals (e.g. creation of habitat for native species), and
community goals (e.g. protecting critical assets). Living shoreline projects that advance both
conservation goals and community resilience goals are also eligible.
While the focus of competitive proposals will be on priority project implementation, NFWF
and NOAA understand that implementation projects can be important springboards to test
innovative approaches to managing coasts for resilience and to set the stage for future
resilience initiatives. NFWF and NOAA are interested in funding implementation projects
that will also benefit the broader community engaged in resilience planning and
implementation, and will consider. funding the following activities as part of an
implementation project:
• Innovative design approaches to enhance coastal resilience with natural
infrastructure - Applicants that are interested in testing innovative designs should
outline the evidence that supports the need and justification for the proposed
approach and describe the monitoring and analytical protocols and outreach
approach that will allow the project to be understood as a case study to inform the
broader resilience community. These applicants may be asked to work with NFWF
to further develop monitoring protocols for specific research questions and to track
lessons learned to help streamline and build capacity for future implementation
projects
• Community engagement, incentives, and capacity building for coastal resilience —
Applicants may include activities that contribute to the successful implementation of
a project that can also benefit the broader community engaged in coastal resilience
planning and implementation, including planning leaders, restoration project
managers, community leaders, agencies undertaking regulatory review, scientists,
and others. This may include activities such as stakeholder and community
engagement, building support for nature -based projects; using a project to learn from
and build capacity within or across the community, such as training and guidance
documents based on lessons learned; advancing the development of incentives to
increase participation in resilience initiatives or other activities, as appropriate.
Applicants should describe how such activities would contribute to immediate
project implementation success and regional resilience goals. Program applicants are
encouraged to limit these related but ancillary activities to 10% or less of the total
NFWF budget request and to fund these activities with matching funds where
possible.
PROJECT METRICS
To better gauge progress on individual grants and to ensure greater consistency of project data
provided by multiple grants, applicants will be asked to report on specific metrics from the list
3 Additional funding may be available to address these requirements, if applicable.
Page 4 of 11 179
NO WILD
yrr V �
a` p
� c
< Z
io YO
below that relate to their project. Applicants should select only the most relevant metrics from this
list for their project (all possible project metrics for this program are shown in the table below). In
most cases this will be 1-2 metrics from the project category section and 2-3 metrics from the
outcome section. For restoration metrics please only represent one acre/mile in one metric, do not
include under several metrics. If you are enhancing a floodplain that is also considered a wetland
just select the most relevant habitat. If you think an applicable metric has not been provided, please
contact Michelle Pico, pico(@,,nfwf.org to discuss acceptable alternatives.
In addition to the project metrics listed below, NFWF will be working on additional ecological and
socio-economic indicators to better assess the projects' impacts on resilience. NFWF may invite a
select number of applicants to build in increased monitoring for this purpose or commission a third -
party to collect data consistently across the suite of funded resilience projects post -award. All
awardees under this program may be engaged during their period of performance or in the years
following to support these evaluation efforts.
Note: NFWF metrics are listed in three parts for standard organization across all of the foundation's
programs — not everything in the broader metric organization will be relevant to the metric that is
recommended. For example — the metric # of Engineering and Design Plans Developed, is found
under the broader subcategory of `Restoration Planning/Design/Permitting', which is found under
the parent category, "Planning, Research, Monitoring" — but that does not mean that these broader
categories are to be included in the metric or are even eligible for this program. To make this easier,
we have bolded the relevant metric for this program.
Project Activity Recommended Metric Additional Guidance
Planning and Design
Engineering and
Planning, Research, Monitoring
tion — Restora
Enter the number of Engineering and Design
Design Plans
plannioradesign/permitting - #
Plans developed. Generally there will be one
Developed
E&D lans developed
plan per project to be constructed.
Capacity, Outreach,Incentives
Enter the number of municipalities, local,
Government Agency
Participation and
—
Outreach/Education/Technical
state, and federal government entities
Engagement
Assistance - # of governmental
participating in the project and add the names
Restoration
ies art
entitici atin
of these institutions in the notes.
Implementation
Page 5 of 11 180
Habitat Restoration —
Enter the number of acres restored. In the
Floodplain Restoration
Floodplain Restoration — Acres
notes, indicate the type(s) of flood plain
Restored
habitat (i.e., coastal forest) restored and
restoration method(s).
Habitat Restoration =Beach
Enter the number of miles of beach or dune
Beach and/or Dune
habitat quality improvements —
restored. In the notes indicate restoration
Restoration
Miles Restored
action(s) taken (e.g., beach renourishment,
dune vegetation planting).
Page 5 of 11 180
po WILO
y?� � F
r
n c
NFWFc
< _
u �o
Outcomes
Planning, Research, Monitoring
— Community Benefits
Projected - # of Critical
Facilities or Infrastructure
Within Radius of Enhanced
Community Benefits Protection
Enter the number of critical infrastructure
assets or facilities that are within the radius of
enhanced protection". This can include those
necessary or ensuring public health and safety
such as, hospitals, shelters, emergency and
evacuation routes, fire and police stations, etc.
as well as critical infrastructure — wastewater
treatment facilities, power plants, etc.
Planning Research, Monitoring Enter the number of commercial or residential
— Community Benefits properties within the radius of enhanced
Projected - # of Properties
with Enhanced Protection protection.
° The radius of enhanced protection refers to the area predicted to benefit from an implementation project.
181
Page 6 of 11
Enter the total number of marsh or wetland
acres restored. In the notes indicate the type of
Marsh/Wetland
Habitat Restoration — Wetland
wetland (e.g., freshwater woody wetland, salt
Restoration
Restoration — Acres Restored
marsh) and restoration method(s) used (e.g.,
invasive species removal, thin -layer dredge
deposition).
Habitat Restoration —Marine
Enter the number of acres of oyster or coral
Oyster or Coral Reef
Habitat Restoration — Acres
reef structures restored. In the notes indicate
Restoration
the type of reef restored — oyster reef or coral
Restored
reef.
Enter the number of miles of instream habitat
restored. Note, this is in -stream restoration
Habitat Restoration — Instream
o
o
only. Stream miles opened should NOT be
In -stream Restoration
Restoration Miles Restored
counted under this metric. Please use either
the Floodplain Restoration metric (above) or
{
the Aquatic Connectivity metric (below), as
appropriate, to count those miles restored.
Habitat Restoration, — Fish
Enter the number of fish passage barriers
Passage Improvemnts - # of
rectified and in the notes indicate the number
fish passage barriers rectified
of remaining barriers in the system.
Aquatic Connectivity
Restoration
Enter the number of stream miles opened and,
Habitat Restoration— Fish
in the notes, those miles as a percentage of
Passage Improvements — miles
habitat available for restoration or
of stream opened i
reconnection.
Outcomes
Planning, Research, Monitoring
— Community Benefits
Projected - # of Critical
Facilities or Infrastructure
Within Radius of Enhanced
Community Benefits Protection
Enter the number of critical infrastructure
assets or facilities that are within the radius of
enhanced protection". This can include those
necessary or ensuring public health and safety
such as, hospitals, shelters, emergency and
evacuation routes, fire and police stations, etc.
as well as critical infrastructure — wastewater
treatment facilities, power plants, etc.
Planning Research, Monitoring Enter the number of commercial or residential
— Community Benefits properties within the radius of enhanced
Projected - # of Properties
with Enhanced Protection protection.
° The radius of enhanced protection refers to the area predicted to benefit from an implementation project.
181
Page 6 of 11
p o
NFWF
J C
t Z
C ;O
Capacity, Outreach, Incentives
— Building Institutional
Capacity - # of Organizations
Engaged
Capacity Building
Capacity, Outreach, Incentives
— Outreach/Education/
Technical Assistance - # of
Individuals Reached by
Outreach, Training, or
Technical Assistance
Activities
ELIGIBILITY
Eligible and Ineligible Entities
Enter the number of organizations engaged
and contributing to project goals In the notes,
please indicate the nature of organizations
involved (e.g., municipal or state government,
nonprofit, community groups, etc.).
Enter the number of people demonstrating a
minimum level of knowledge, attitudes or
skills to enable them to become resiliency
leaders. This metric refers to people other than
staff or FTEs. In the notes include the hours
of training and participant demographics.
Eligible applicants include non-profit 501(c) organizations, state and territorial government
agencies, local governments, municipal governments, Native American tribal governments,
educational institutions, or commercial (for profit) organizations. Tribal governments
include all Native American tribal governments (both Federally -recognized tribes and those
tribes that are not Federally -recognized).
As this program will award grants of Federal financial assistance funds, applicants must be
able to comply with the OMB guidance in subparts A through F of 2 CFR 200 QMB
Uniform Guidance).
Ineligible applicants include federal agencies or employees of federal agencies, foreign
organizations, foreign public entities and unincorporated individuals.
Ineligible Uses of Grant Funds
• NFWF funds and matching contributions may not be used to support political advocacy,
fundraising, lobbying, litigation, terrorist activities or Foreign Corrupt Practices Act
violations.
• NFWF funds may not be used to support ongoing efforts to comply with legal requirements,
including mitigation and settlement agreements. However, grant funds may be used to
support projects that enhance or improve upon existing baseline compliance efforts.
• All projects must take place within the United States or territories or their respective
waterways.
FUNDING AVAILABILITY AND MATCH
Page 7 of 11 182
'0WILD 4A
N�'ls�w
F
a o
c
< z
c �o
ryN�Na.
The National Coastal Resilience Fund will award up to $30,000,000 in grants in 2018. Project
awards are expected between $100,000 and $3,000,000 in accordance with the guidance provided
under the Program Priorities section above. A minimum 1:1 non-federal match in cash or in-kind
services is expected for all awards.
EVALUATION CRITERIA
All proposals will be screened for relevance, accuracy, completeness and compliance with NFWF
and funding source policies. Proposals will then be evaluated based on alignment with the priorities
of the program and the extent to which they meet the following criteria.
I
Prioritized in Existing Plans — The most;competitive projects will be those that have been
prioritized through an existing planning process at the state, tribal, regional or local level that
addresses coastal resilience. Projects should also support habitat and fish and wildlife restoration
goals of NFWF and NOAA and complement other federal, tribal, state and local conservation
priorities, such as State Wildlife Action Plans, which are consistent with the goals of this program
and can clearly connect conservation and coastal community resilience actions and outcomes that
are regionally relevant.
Technical Merit — Project is technically sound and feasible, and the proposal sets forth a clear,
logical and achievable work plan and timeline. Project engages appropriate technical experts
throughout project planning, design and implementation to ensure activities are technically sound
and feasible.
Transferability — Project includes a plan to transfer lessons learned to other communities and/or to
be integrated into government programs and policies.
Communication — Project includes a detailed plan to communicate information about the project to
appropriate audiences.
Monitoring and Adaptive Management — Project includes a plan for monitoring progress during
and after the proposed project period to track project success and adaptively address new challenges
and opportunities as they arise.
Long-term Sustainability — Project design either does not require maintenance, or will be
maintained to ensure benefits are achieved and sustained over time. Narrative includes how future
funding will be secured to implement necessary long-term monitoring and maintenance activities.
For planning and design projects, narrative;includes information on likely sources of funding for
project implementation.
Past Success — Applicant has a proven track record of success in implementing large-scale projects
with specific, measurable results.
Partnership — Applicants demonstrate strong partnerships with Federal, state and local agencies,
existing regional partnerships such as Landscape Conservation Cooperatives as well.as
Page 8 of 11 183
�O WILD
�r� 4�F
a �
0
J C
2
communities, and non-profit organizations necessary to implement the project. Project is supported
by a strong local partnership, including key state agencies with responsibility for developing and
implementing coastal resilience plans, to leverage additional funds and sustain it after the life of the
grant.
Budget - The budget is cost-effective for the resilience and habitat benefits to be accomplished, is
in-line with industry standards, is generally reasonable, and leverages other financial contributions.
OTHER
Budget — Costs are allowable, reasonable and budgeted in accordance with NFWF's Budizet
Instructions cost categories. Federally funded projects must be in compliance with OMB Uniform ,
Guidance as applicable.
Matching Contributions — Matching Contributions consist of non-federal cash, contributed goods
and services, volunteer hours, and/or property raised and spent for the Project during the Period of
Performance. Larger match ratios and matching fund contributions from a diversity of partners are
encouraged and will be more competitive during application review.
Procurement — If the applicant chooses to specifically identify proposed Contractor(s) for Services,
an award by NFWF to the applicant does not constitute NFWF's express written authorization for
the applicant to procure such specific services noncompetitively. When procuring goods and
services, NFWF recipients must follow documented procurement procedures that reflect applicable
laws and regulations.
t
Publicity and Acknowledgement of Support — Award recipients will be required to grant NFWF
the right and authority to publicize the project and NFWF's financial support for the grant in press
releases, publications and other public communications. Recipients may also be asked by NFWF to
provide high-resolution (minimum 300 dpi) photographs depicting the project.
Receiving Award Funds — Award payments are primarily reimbursable. Projects may request
funds for reimbursement at any time after completing a signed agreement with NFWF. A request of
an advance of funds must be due to an imminent need of expenditure and must detail how the funds
will be used and provide justification and a timeline for expected disbursement of these funds.
Compliance Requirements — Selected projects may be subject to requirements under the National
Environmental Policy Act, Endangered Species Act (state and federal), and the National Historic
Preservation Act. Documentation of compliance with these regulations must be approved prior to
initiating activities that disturb or alter habitat or other features of the project site(s). Applicants
should budget time and resources to obtain the needed approvals. As may be applicable, successful
applicants may be required to comply with additional Federal, state or local requirements and obtain
all necessary permits and clearances.
Page 9 of 11 184
hr1�#e w1Lo4F
r
0
J C
2 '
Zp y0
Quality Assurance — If a project involves significant monitoring, data collection or data use,
grantees will be asked to prepare and submit quality assurance documentation
(www.epa.gov/quality) and must comply with NOAA's Data Sharing Policy for all environmental
data. Applicants should budget time and resources to complete these tasks.
Permits — Successful applicants will be required to provide sufficient documentation that the
project expects to receive or has received all necessary permits and clearances to comply with any
Federal, state or local requirements. Where projects involve work in the waters of the United
States, NFWF strongly encourages applicants to conduct a permit pre -application meeting with the
U.S. Army Corps of Engineers prior to submitting their proposal. In some cases, if a permit pre -
application meeting has not been completed, NFWF may require successful applicants to complete
such a meeting prior to grant award.
Federal Funding — The availability of federal funds estimated in this solicitation is contingent upon
the federal appropriations process. Funding decisions will be made based on level of funding and
timing of when it is received by NFWF.
TIMELINE
Dates of activities are subject to change. Please check the program page of the NFWF website for
the most current dates and information: http://www.nfwf.org/coastalresilience
RFP Overview Webinar:
Full Proposal Due Date:
Review Period
Awards Announced
HOW TO APPLY
July 11, 2018 3:00 PM EDT
August 7, 2018 11:59 PM EDT
August -October, 2018
November, 2018
All application materials must be submitted online through National Fish and Wildlife
Foundation's Easygrants system.
1. Go to easyp_rants.nfw£org to register in our Easygrants online system. New users to the system
will be prompted to register before starting the application (if you already are a registered user, use
your existing login). Enter your applicant information. Please disable the pop-up blocker on your
internet browser prior to beginning the application process.
2. Once on your homepage, click the "Apply for Funding" button and select this RFP's "Funding
Opportunity" from the list of options.
3. Follow the instructions in Easygrants to complete your application. Once an application has been
started, it may be saved and returned to at a later time for completion and submission.
APPLICATION ASSISTANCE
Page 10 of 11 185
Nr'00 WILD L"
NFWF
4 �
O
J C
< j
xO ,b
1
A PDF version of this RFP can be downloaded here.
A Tip Sheet is available for quick reference while you are working through your application. This
document can be downloaded here.
Additional information to support the application process can be accessed on the NFWF website's
Applicant Information page.
I'
For more information or questions about this RFP, please contact:
Michelle Pico, pico@nfwf ori or 262-567-0601
For region specific assistance, please contact:
I ou have a question about...
Please contact...
Northeastern states (Maine to Virginia) :
Amanda Bassow — Amanda.Bassow@nfwf.org
Southeastern and Gulf States (North Carolina
to Texas) 1
Suzanne Sessine — Suzanne.Sessine@nfwf.org
West Coast and Alaska
Femke Freiberg - Femke.Freiberg@nfwf.org
Great Lakes
Aislinn Gaucha - Aislinn.Gaucha nfwf.or
Hawaii, Caribbean and Pacific territories'.
Michelle Pico — Michelle.Pico@nfwf.org
For issues or assistance with our online Easygrants system, please contact:
Easygrants Helpdesk
Email: Easyuants(i0fwf.org I
Voicemail: 202-595-2497 1
Hours: 9:00 am to 5:00 pm ET, Monday -Friday.
Include: your name, proposal ID #, e-mail address, phone number, program you are applying to,
and a description of the issue. '
Page 11 of 11 1 186
/aCt
INDIAN RIVER COUNTY, FLORIDA
it
DEPARTMENT OF UTILITY SERVICES
Date: July 09, 2018
d
To: Jason E. Brown, County Administrator
i
From: Vincent Burke, P.E., Director of Utility Services
i
Subject: Blue Cypress Lake Informational Update
BACKGROUND/ ANALYSIS:
At the June 19, 2018, Board of County Commissioners (BCC) meeting, the BCC directed staff to perform the
following tasks:
Task # Status
1. Craft a temporary biosolids moratorium Draft Developed. Public hearing July 17, 2018
2. Seek historical testing data Compiled and presented to BCC July 10, 2018
• Work with regulatory agencies on testing On going. Staff has reached out to both the FDEP
parameters to identify cause of elevated and SJRWMD.
nutrient levels
3. Reach out to property owners Met June 26, 2018; site visit June 29, 2018
4. Submit nominations to the FDEP Biosolids
Technical Advisory Committee (T.A.C.) Completed
5. Work on legislative changes On going
At the June 19th meeting, an interested stakeholder appropriately suggested that the county reach out to
the agricultural property owners within the county that land apply Class B biosolids. On Tuesday, June 26,
2018, several interested stakeholders, contractors, property owners and subject matter experts met with
County staff to discuss recent newspaper articles, mycrosystin, the June 19th Board meeting, and the
process of land applying Class B biosolids. The discussions were very helpful for staff to understand some
of the logistics and operations associated with the,application of Class B biosolids, and it was suggested that
staff bring some of this information back to the BCC.
During the discussions, one of the largest property owners near Blue Cypress Lake invited staff to see first-
hand his biosolids application site. On Friday June 29, 2018, several county staff visited the Pressley Ranch.
The purpose of this agenda item is to notify the Board about staff's recent activities, and to share pictures
of their recent site visit. There is no funding associated with this informational item.
RECOMMENDATION:
Staff recommends that the Board of County Commissioners allow staff to present this information
during the public hearing for a temporary moratorium of land applied Class B biosolids.
C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@D41F7F2D\@BCL@D41F7F2D.docx Page 1 of 487
/58a-.,
INDIAN RIVER COUNTY
1 4lV F�\t,
-� 1.SF,
SOLID WASTE DISPOSAL DISTRICT,
�LORI�p''CyC1��
BOAR, D MEMORANDUM
.
Date: July 6, 2018
To: Jason E. Brown, County Administrator
.I
From: Vincent Burke, P.E., Director of Utility Services
Thru: Himanshu H. Mehta, P.E.; Managing Director, Solid Waste Disposal District (SWDD)
Prepared By: Stephanie C. Fonvielle, Rl cycling Education and Marketing Coordinator, SWDD
Subject: SWDD Quarterly Recycling Update FY17/18-3rd Quarter
3`d QUARTERLY UPDATE:
For the third quarter of FY 2017/18, the average monthly recycling tonnages continue to be higher than
the previous two years of single -stream recycling.
Month
FY 2015/16
FY 2016/17
FY 2017/18
April
11,656
1,629
1,759
May
111626
1,803
2,158
June
1;493
1,648
1,545
Average Monthly Tonnage
1,592
1,693
1,821
RECYCLING RATE UPDATE FOR 2017
The official 2017 recycling rates for all counties in Florida were posted to the Florida Department of
Environmental Protection (FDEP) website on July 2, 2018. We are very happy to report that the FDEP-
approved 2017 recycling rate for Indian River County (IRC) is 64%. This is a considerable increase from
IRC's 2016 recycling rate of 53%, and IRC has successfully reached and even exceeded the FDEP interim
goal of reaching 60% by 2017. When the counties are sorted by total recycling credits, which includes
renewable energy credits, IRC is ranked at #10 out of 67 counties. When renewable energy credits are
excluded and only traditional recycling credits are considered, IRC is ranked #4. The rise in IRC's recycling
rate is a result of recycling increases in the public sector from 44,386 tons of recycling in 2016 to 49,405
tons in 2017, as well as the private sector, which rose from 168,182 tons of recycling in 2016 to 277,564
tons in 2017. 1
RECYCLING EVENTS AND EDUCATION:
On April 7, 2018, SWDD partnered with Southeast Secure Shredding to cohost the Spring Paper
Shredding Event at Southeast Secure Shredding's facility on US Highway 1. Informational handouts and
giveaways were given to 540 residents that visited the event and over 19,200 lbs of paper was collected
and recycled. This was a slight decrease from last year's spring event, which brought in 700 cars and
about 20,800 lbs of paper.
igg
@BCL@2826AD72.docx
-Page 1-
For the first time, SWDD organized and hosted a Waste Tire Amnesty Day Event on April 28, 2018. For
one day, all five customer convenience centers and the main county landfill accepted up to 10 tires free
of charge. In addition to our traditional print and advertising campaign, SWDD staff also supplied the
Mosquito Control District, the IRC Sheriffs office, Code Enforcement, and the Florida Department of
Health with flyers to help hand out to residents. The event brought in 9,420 lbs of tires and the County
received a reimbursement of $400.35 from FDEP to cover the cost of tire transportation and disposal
through SWDD's contracted waste tire company, Wheelabrator.
On June 9, 2018, SWDD partnered with Waste Management to host the summer Electronics and
Household Hazardous Waste (HHW) Recycling Event at the Intergenerational Recreation Center. The
event brought in 170 cars and recycled 4,742 lbs. of electronics as well as paint cans, propane tanks,
pesticides, and other HHW. The turnout for the event was surprisingly smaller than our previous
summer event in August, which brought in 265 cars and over 9,600 lbs of electronics.
In addition to the Recycling Collection Events, SWDD also launched the Mailer Campaign in April 2018
where general recycling information was mailed to single-family and multi -family homes across IRC. The
mailer contained information about SWDD's online survey, which was open to the public until June 1,
2018. The questions in the survey were designed to access the public's response to the new garbage and
recycling programs implemented in October 2015 and provide an opportunity for residents to express
questions or concerns. In total, 995 residents filled out the survey. SWDD staff will be presenting the
results of the survey to SWDD Board during the 3rd Quarterly Recycling Update presentation. SWDD staff
has also been able to individually respond to each resident that raised a question or concern in the
comments section of the survey. Ms. Joan King won the $25 gift card to Countryside Citrus, and Mr.
Michael Galen won the $100 gift card to Target.
ATTACHMENTS:
1. Online SWDD Survey Questions
@BCL@2826AD72.docx Page -