HomeMy WebLinkAbout11/21/2023ER c\
ORIS%
COUNTY COMMISSIONERS
BOARD OF COUNTY
COMMISSIONERS
INDIAN RIVER COUNTY FLORIDA
COMMISSION AGENDA
TUESDAY, NOVEMBER 21, 2023 - 9:00 AM
Commission Chambers
Indian River County Administration Complex
1801 27th Street, Building A
Vero Beach, Florida, 32960-3388
www.indianriver.gov
Joseph H. Earman, District 3 John A. Titkanich, Jr., County Administrator
Susan Adams, District 1 William K DeBraal, County Attorney
Joseph Flescher, District 2 Ryan L. Butler, Clerk of the Circuit Court and Comptroller
Deryl Loar, District 4
Laura Moss, District 5
1. CALL TO ORDER
2.A. A MOMENT OF SILENT REFLECTION FOR FIRST RESPONDERS AND MEMBERS
OF THE ARMED FORCES
2.B. INVOCATION
Leslie Swan, Supervisor of Elections
3. PLEDGE OF ALLEGIANCE
Commissioner Laura Moss
3.A. ELECTION OF BOARD OF COUNTY COMMISSION CHAIRMAN
3.B. ELECTION OF BOARD OF COUNTY COMMISSION VICE CHAIRMAN
4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS
5. PROCLAMATIONS and PRESENTATIONS
6. APPROVAL OF MINUTES
7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REQUIRING
BOARD ACTION
November 21, 2023 Page 1 of 6
7.A. Proclamation Honoring Emory J. Bailes H on his Retirement from Indian River
County Board of County Commissioners, Department of Utility
Services/Wastewater Collection Division
Attachments: Proclamation
7.B. Proclamation Designating World Prematurity Day November 17, 2023
Attachments: Proclamation
7.C. City of Sebastian Resolution No. R-23-24 Septic to Sewer Funding Opportunities
Attachments: City of Sebastian Resolution R-23-24
7.D. Results from the 2023 Sea Turtle Nesting Season
Attachments: Staff Report
8. CONSENT AGENDA
8.A. Quarterly Tourist Development Tax Report for the Quarter Ending 09/30/2023
Attachments: Comptroller Division Staff Report
8.B. Dori Slosberg Driver Education Safety Act - Indian River County Traffic Education
Program Trust Fund Report - Cumulative Reporting Through 09/30/2023
Attachments: Comptroller Division Staff Report
8.C. Resolution Cancelling Taxes - Purchased from Myron J. Madsen, Jr. and Davene
Madsen
Attachments: Staff Report
Resolution Cancelling Taxes
Warranty Deed
Receipt from IRC Tax Collector
8.D. Approval of Advance Purchase for Fire Rescue Apparatuses
Attachments: Staff Report
IRC Proposal For 3 Engines
Sourcewell Worksheet Pumper
IRC Proposal Component List (3)
8.E. E911 CPE Hardware Refresh Work Authorization, AK Associates One -Year
Maintenance Agreement, Sole Source Designation, and Application for 911 State
Grant Program
Attachments: Staff Report
Sole Source Letter
AK Associates Budgetary Quote
AK Maintenance Quote
Grant Application 1
November 21, 2023 Page 2 of 6
8.F. Additional Service No. 4, for Additional Civil Engineering Services - St John's
River Water Management District Permit Modification for Sandridge Golf Club -
New Clubhouse
Attachments: Staff Report
Agreement
Additional Service #1
Additional Service #2
Additional Service #3
Additional Service #4
8.G. 6th Avenue Milling & Resurfacing, FM No. 438074-1-54-01, IRC -1638 Final
Payment, Release of Retainage, and Change Order No. 1
Attachments: Staff Report
Change Order No. 1
8.11. Award of Bid No. 2023059, Traffic Operations Facility, IRC -2104
Attachments: Staff Report
Sample Agreement
8.I. Award of Bid No. 2024011, Annual Asphalt Paving and Resurfacing, IRC -2304
Attachments: Staff Report
Sample Agreement
8.J. CR603/Indian River Boulevard Resurfacing from 53rd Street to the Merrill Barber
Bridge, IRC -1707, FDOT FM 441919-1-54-01, Release of Retainage and Change
Order No. 1
Attachments: Staff Report
Change Order No. 1
8.K. Revision to AM -703.1 Leaves of Absence
Attachments: Staff Report
AM 703.1 Leaves of Absence
8.L. Streaming Video Licensing Agreement with Steve Billig, dba Live Pickleball Courts
for Cameras at Dick Bird (South County) Regional Park.
Attachments: Staff Report
Pickleball Cameras Agreement
9. CONSTITUTIONAL OFFICERS and GOVERNMENTAL AGENCIES
9.A. Clerk of the Circuit Court & Comptroller 2022/2023 Financial Statement & 2023
Excess Fee Report
Attachments: Clerk Of Circuit Court & Comptroller
November 21, 2023 Page 3 of 6
9.B. Property Appraiser 2022/2023 Annual Report
Attachments: Property Appraiser Annual Report
9.C. Sheriffs Office 2022/2023 Annual Report
Attachments: Sheriff Reversion Letter
9.D. Tax Collector 2022/2023 Financial Statements & 2023 Excess Fee Report
Attachments: Agenda Item Fiscal Year End 2023
Agenda Item Excess Fee Report 2023
9.E. Supervisor of Elections 2022/2023 Annual Report
Attachments: Supervisor of Elections Annual Report
9.F. Supervisor of Elections Leslie R. Swan re: Municipal Elections Revenue
Attachments: Supervisor of Elections Memo
10. PUBLIC ITEMS
A. PUBLIC HEARINGS
10.A.1. Enterprise Leasing Company of Florida, LLC's Request for Abandonment of a
30' Wide Platted Right -of -Way [ROWA-23-06-02 / 94070074- 94465]
(LEGISLATIVE)
Attachments: Staff Report
Location Map
Resolution
B. PUBLIC DISCUSSION ITEMS
C. PUBLIC NOTICE ITEMS
10.C.1. Public Notice of Public Hearing for December 5, 2023, to Consider Amending
an Ordinance Imposing An Additional Cent of Tourist Development Taxes
Attachments: Staff Report
11. COUNTY ADMINISTRATOR MATTERS
12. DEPARTMENTAL MATTERS
A. Community Services
B. Emergency Services
C. Human Resources
D. Information Technology
E. Natural Resources
F. Office of Management and Budget
November 21, 2023 Page 4 of 6
G. Parks, Recreation, and Conservation
H. Planning and Development Services
I. Public Works
J. Utilities Services
13. COUNTY ATTORNEY MATTERS
14. COMMISSIONERS MATTERS
A. Commissioner Joseph H. Earman
B. Commissioner Susan Adams
C. Commissioner Joseph E. Flescher
D. Commissioner Deryl Loar
E. Commissioner Laura Moss
15. SPECIAL DISTRICTS AND BOARDS
A. Emergency Services District
B. Solid Waste Disposal District
15.B.1. Twenty Second Amendment and Extension to Republic Services
Attachments: Staff Report
Twenty -Second Amendment & Extension
C. Environmental Control Board
16. ADJOURNMENT
November 21, 2023 Page 5 of 6
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.indianriver.gov 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.
November 21, 2023 Page 6 of 6
I
F0
4 NOT#., - 1W�
HONORING EMORY J. BAILES H ON HIS RETIREMENT FROM
INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS
DEPARTMENT OF UTILITY SER VICESIRASTEWATER COLLECTION
DIVISION
-Whereas, Emory Bailes will retire from Indian River County, Department of Utility Services,
Wastewater Collection Division effective January 2, 2024; and
-Whereas, Emory Bailes began his career with Indian River County on April 1, 1991, as a Lift Station
Mechanic in the Department of Utility Services/Sewage Treatment division. He was then promoted to
Supervisor of Utilities Maintenance in the Sewage Treatment division on October 18, 1996. He received
another promotion to Superintendent of Field Maintenance in the Water Distribution division on June 21,
2002. On September 28, 2018, he was then transferred to Foreman in the Wastewater Collection division,
where he continued in that capacity until his retirement, and
^Whereas, Emory Bailes has served this County and the Public with distinction and selflessness. During
his 32 1/2 years of service, he was dedicated, and his work was greatly appreciated by the employer, citizens,
and co-workers alike, and
Naw, Therefore, be it Proclaimed by the Board of County Commissioners of
Indian River County, FioridiL, that the Board applauds Emory Bailes' 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 321/2 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 21St day of November, 2023. BOARD OF COUNTY COMMISSIONERS,
INDIAN RIVER COUNTY, FLORIDA
Joseph H. Earman, Chairman
Susan Adams, Vice Chairman
Joseph E. Flescher
Deryl Loar
Laura Moss
Proclamation
WORLD PREMATURITY DAY NOVEMBER 17, 2023
-Whereas, families face serious health risks and March of Dimes fights for their health by
supporting research, leading programs and providing education and advocacy; and
-Whereas, March of Dimes has developed a collaborative model to study and prevent preterm
birth through groundbreaking research at five Prematurity Research Centers; and
-Whereas, March of Dimes is committed to mobilizing the nation by amplifying the voices of
pregnant people and families; and
-Whereas, 123 babies are born preterm each year in Indian River County, representing 10.3% of
all births in the county; and
-Whereas, March of Dimes looks forward to partnering with Indian River County in response to
the continued maternal and infant health crisis of prematurity; and
-Whereas, the month of November is recognized as Prematurity Awareness Month and
November 17 is recognized as World Prematurity Day to raise awareness.
Now, Therefore, be it Proclaimed by the Board of County Commissioners of
Indian River County, Florida, that the Board recognizes November 17, 2023 as World
Prematurity Day.
Adopted this 2111 day of November, 2023. BOARD OF COUNTY COMMISSIONERS,
INDIAN RIVER COUNTY, FLORIDA
Joseph H. Earman, Chairman
Susan Adams, Vice Chairman
Joseph E. Flescher
Deryl Loar
Laura Moss
RESOLUTION NO. R-23-34
A RESOLUTION OF THE CITY OF SEBASTIAN,
FLORIDA, EXPRESSING ITS INTENTION TO WORK IN
CONJUNCTION WITH INDIAN RIVER COUNTY IN
ORDER TO SEEK FUNDING FOR SEPTIC TO SEWER
CONVERSIONS; AUTHORIZING CITY STAFF TO
COOPERATE IN SAME; ADOPTING FINDINGS,
AFFIRMATIONS, AUTHORIZATIONS, PROVIDING FOR
TRANSMITTAL AND AN EFFECTIVE DATE.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SEBASTIAN
FLORIDA, THAT:
WHEREAS, the City of Sebastian, Indian River County, and the State of Florida share a
common interest in protecting water and other natural resources by facilitating the removal or
conversion of underground septic systems to enhanced nutrient reducing onsite sewage treatment
and disposal systems (ENR Systems); and
WHEREAS, the City of Sebastian has unsuccessfully explored means of funding for its citywide
septic tank problem; and
WHEREAS, there is a dire need to obtain funding to eliminate or convert septic tanks for all
City residents throughout the entire City, and thereby reducing the amount of nitrogen and
bacteria entering the groundwater and improving public health by reducing the number of
bacteria entering surface water; and
WHEREAS, these reductions are critical to the quality of life for all citizens of Sebastian,
Florida and also the surrounding areas of Indian River County, Florida given that provision for
and the achievement of improved water quality in the City of Sebastian will also result in
benefits to the county's and surrounding area's environment and citizens; and
WHEREAS, project funding is needed and would be utilized to complete the design, permitting
and construction of a new sewer collection and transmission system and thereby providing for
the conversion and elimination of current septic systems, the primary treatment means for City of
Sebastian's wastewater, to sewer or upgraded ENR Systems throughout the entire City of
Sebastian; and
WHEREAS, project funding would allow all homes and businesses in the City of Sebastian,
including a population of roughly 26,000 persons and 11,000 homes, to connect to a City sewer
system or upgrade their system to ENR Systems; and
WHEREAS, the projected need includes resources and a plan to serve virtually all residential
units in Sebastian; and
WHEREAS, the following are among the benefits that would be realized by City of Sebastian
and Indian River County area citizens with funding and execution of a Septic to Sewer Project:
a. Improve physical health; and
b. Preserve and improve environment for fish and wildlife quality; and
c. Protect the general public from environmental harm; and
d. Increase and improve economic activity; and
e. Increase area tourism; and
f. Improve wastewater management; and
g. Improve groundwater quality; and
h. Improve drinking water quality; and
i. Improve surface water quality; and
j. Enhance and improve public health; and
k. Enhance and improve City of Sebastian and Indian River County real estate values;
WHEREAS, House Bill 1379 was enacted by the Florida Legislature during the 2023 legislative
session which specifies impacted areas in the state where enhanced nutrient reducing onsite
sewage treatment and disposal systems (ENR Systems) are required instead of conventional
septic systems; and
WHEREAS, Indian River County and the City of Sebastian wish to work together in order to
accomplish the foregoing goals and cooperate in the same by exploring all grant and other
funding options from the State of Florida or otherwise available sources in order to accomplish
funding of this project and in order to comply with the new statutory scheme; and
WHEREAS, ADOPTION OF THIS RESOLUTION IS IN THE BEST INTERESTS OF
THE HEALTH SAFETY AND PUBLIC WELFARE OF THE CITIZENS OF THE CITY
OF SEBASTIAN.
NOW THEREFORE BE IT RESOLVED AS FOLLOWS:
1. RECITALS. The above recitals contained in the Whereas clauses above are hereby
adopted as true and correct and determined to be the legislative findings of the City
Council of the City of Sebastian.
2. AFFIRMATION. The City Council of the City of Sebastian wishes to reaffirm its
commitment and support for the above contained recitals in order to obtain funding to
completion of conversion of underground septic systems to centralized wastewater
(sewer) systems or upgraded septic systems, in order to comply with the new statutory
scheme and as otherwise deemed to be in the public interest as stated above.
3. AUTHORIZATION. The City Manager and City Attorney, by and through their
designees are authorized to work with the appropriate Staff through Interlocal agreement
or otherwise negotiations and conversation to seek funding as needed above to meet the
goals stated and to bring any formal agreements back to the City Council if deemed
necessary by law.
4. TRANSMITTAL. The City Clerk is hereby directed to transmit a certified copy of
this Resolution to the Chairman of the Indian River County Board of County
Commissioners, with a copy to the County Administrator.
5. EFFECTIVE DATE. This Resolution shall be effective immediately upon adoption.
BE IT RESOLVED THIS 25th DAY OF OCTOBER, 2023 BY THE CITY
COUNCIL OF THE CITY OF SEBASTIAN FLORIDA.
Councilmember: Jones X aye no
Nunn X aye no
Dodd X aye no
Dixon X aye no
McPartlan X aye no
ATTEST:
jes4nettte Williams, City Clerk
Approved as to form and legality.
en fer Cockcroft, Esq.
Attorney
CITY OF SEBASTIAN, FLORIDA
Fred Jones, Mayor
INFORMATIONAL
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Board of County Commissioners
THROUGH: John A. Titkanich, Jr., County Administrator
THROUGH: Eric Charest, Interim Natural Resources Director
FROM: Quintin Bergman, Coastal Resource Manager
SUBJECT: Results from the 2023 Sea Turtle Nesting Season
DATE: November 21, 2023
This is an update to inform the Board of County Commissioners (Board), residents of Indian
River County (IRC), and visitors of the record-breaking results from the 2023 sea turtle nesting
season on the beaches within IRC. Additional information relative to the County's sea turtle
Habitat Conservation Plan (HCP) and annual nesting information can be found on the County
Coastal Division Facebook page: @IRCcoastal and on the County website:
httos://indianriver.L-ov/services/public works/coastal engineerine/sea turtle conservation
rogram.ph
DESCRIPTION AND CONDITIONS
Background Information - IRC beaches are the ideal nesting habitat for three species of sea
turtles. Numerous leatherback, loggerhead, and green sea turtles return to our beaches to lay
nests during the summer months. Sea turtles are a long-lived reptile species that can take
between 20-30 years to become mature adults, and are able to live up to 100 years or more.
Adult female turtles lay up to 6 nests or more per nesting season which runs annually from
March 1St through October 311t here in IRC. Female sea turtles typically nest every other
season and normally return the same beach they hatched from to lay their nests. Long-term
monitoring is vital to the understanding of sea turtle populations. The County's efforts were
formalized in 2004 with the implementation of the Habitat Conservation Plan (HCP), the
document that established a framework for the County's sea turtle conservation efforts.
Qualified County Staff, along with its consultants, maintain permits issued by the Florida Fish
and Wildlife Conservation Commission (FWC) and the U.S. Fish and Wildlife Service to perform
conservation activities with sea turtles.
Nest Monitoring— Annually, during sea turtle nesting season, daily surveys are conducted by
permitted individuals along all 22.4 miles of the coastline. During the daily survey only a small
subsample of nests are marked with wooden stakes and flagging tape, with the majority of
the nests incubating unmarked. The marked nests are then monitored each day until they
hatch. Once hatched, permitted individuals then conduct an inventory of the nest to
determine its success. This measure of success includes metrics on the total number of eggs
laid as well as the percentage of hatched eggs. This data collected over many years not only
7
Page 2
Results from the 2023 Sea Turtle Nesting Season
November 21, 2023 BCC Meeting
informs County Staff of annual nesting numbers but can be used to identify long-term and
emerging trends.
The 2023 nesting season marks the 19th year since the county -wide HCP has been
implemented. In 2023, the County beaches received its first nest on March 1st, a leatherback
nest near Turtle Trail Beach Access. Leatherbacks are usually the first to arrive in IRC followed
by loggerheads then greens. As of the writing of this agenda item, the last nest was laid on
November 2" d, a green sea turtle nest in the middle of Indian River Shores. The past five season
nesting numbers are displayed in the table below:
Season
leatherback
Nests
Loggerhead
Nests
Green
Nests
TOTAL
2023
27
8,639
4,105
12,771
2022
101
7,431
1,823
9,355
2021
24
5,629
1,514
7,167
2020
73
6,217
1,154
7,444
2019
37
6,159
2,378
8,574
Results — The 2023 nesting season resulted in more nests laid in IRC than ever recorded.
Loggerhead sea turtles laid 8,639 nests, approximately a 15% increase over the previous year's
record number of 7,431 nests. Green sea turtles laid 4,105 nests, approximately a 55%
increase over the previous record of 2,634 nests laid in 2017. IRC is situated on the outer limits
of the leatherback nesting region, resulting in fewer nests. Leatherback sea turtles typically
nest in higher numbers in Martin County through Broward County, and along the Caribbean
islands.
50+ Years of Conservation Efforts — Prior to the County implementing the local HCP in 2004,
the U.S. Federal Government passed the Endangered Species Act (ESA) in 1973. The ESA is the
legislation that afforded protection to all the sea turtle species within the United States. The
U.S. Fish and Wildlife Service along with the National Marine Fishers Service of the National
Oceanic and Atmospheric Administration are the branches of the U.S. Government
responsible for overseeing the ESA in reference to sea turtles. These branches work
collaboratively to suggest which wildlife populations are deemed threatened or endangered.
Knowing that an individual sea turtle takes between 20 to 30 years to mature, it's possible
that the County's beaches are seeing 2 new generations of sea turtles that are contributing to
the higher nesting numbers we are seeing now since sea turtles became protected 50 years
ago.
RECOMMENDATION
There is no action required by the BCC as this is being presented for informational purposes
only.
APPROVED AGENDA ITEM FOR: November 21, 2023
• Sea turtles are long lived marine
reptiles that reach maturity in 20
to 30 years
Leatherback
Sea Turtle
Loggerhead
� Sea Turtle
r�
us�onAAA
• New statewide records for loggerhead and green turtles
• Past 50 years of the Endangered Species Act (1973) has afforded 1 or 2
generations of sea turtles protection
• Coastline development regulations in combination with local sea turtle .
protection ordinances
• Continued effort is needed
• Warmest summer on record
11/21/2023 Item 7.D. '
11/21/2023 Item 7.D.
• New brochures
• New digital graphics
• New stickers and window
clings
Marine
Debris
Boat
Strikes
►e� Turtles & What You Can Do
Artificial
Lights
Ej= 0-23
i
ar
tions
ns
L
u
h
-
�ya
d'fr.. . . . . . . . .
t mstions or comments can be sent to us
"at coastal@indianriver.gov
11/21/_
Ryan L. Butler
Clerk of Circuit Court & Comptroller
P.O. Box 1028
Vero Beach, FL 32961-1028
Telephone: (772) 226-3100
TO: Board of County Commissioners
FROM: Irene Haas, Accounting Supervisor
THRU: Ryan L. Butler, Clerk of the Circuit Court and Comptroller
DATE: November 6, 2023
aeouwrr
SUBJECT: Quarterly Tourist Development Tax Report for Quarter Ending 9/30/2023
BACKGROUND
Attached to this memorandum is the report of the tourist development tax monies collected in the
Clerk's office for quarters ended September 2022 and 2023.
RECOMMENDATION
Staff recommends that the Board of County Commissioners accept the attached Quarterly Tourist
Development Tax Report.
9
0
K
s
r�
Ryan L. Butler
Clerk of Circuit Court & Comptroller
1801 27th Street
Vero Beach, FL 32960
Telephone: (772) 226-3100
TO: Board of County Commissioners
FROM: Elissa Nagy, Chief Deputy Comptroller
THROUGH: Ryan L. Butler, Clerk of the Circuit Court and Comptroller
DATE: November 6, 2023
SUBJECT: Dori Slosberg Driver Education Safety Act
Indian River County Traffic Education Program Trust Fund Report
Cumulative Reporting Through 09/30/23
BACKGROUND
On August 20, 2002, the Board of County Commissioners adopted Ordinance Number 2002-026 creating
the Indian River County Traffic Education Program Trust Fund (Fund 137). This ordinance authorized a
$3 traffic ticket surcharge, which is collected by the Clerk of the Circuit Court & Comptroller. On
September 19, 2006, the Board adopted Ordinance 2006-035 to repeal this fine.
Subsequently on February 17, 2015, the Board elected to reinstate and increase the driver education fee to
$5 under Ordinance Number 2015-003. The new fee was effective March 1, 2015 and is charged on each
civil traffic penalty assessed in the County. As noted in the ordinance, these funds shall be used "to fund
driver education programs in public and nonpublic schools".
Provided is a report of the revenues and expenditures from the inception of the initial $3 fee (October 1,
2002) and includes the new $5 fee commencing in March 2015. As of September 30, 2023, the balance in
the Fund is $232,666.
The Clerk's office will continue to provide a quarterly report of the traffic education trust activity.
RECOMMENDATION
Staff recommends that the Board of County Commissioners accept the report.
11
N
rl
N
f6 al
L
,,^^ _D
V/
C
w
ti
T C
` � x
co
w
-C Of
O
O r N
Z m N
Z cn m
U
Lo 76
> m m
a
CD
W
w EL
X
W LL
O
CD
N
O
O
ZD
M
N
I-
ct
V 0 F
C
Efl
ER
ER
In
Cfl
O
O
CD O
CD
N M
- co
ON
N
m
N CD
M N N
Cl)M
CD
N O O
CO co
CO
I�i CO
N
CCD N N
LO
N
N
co O
O
N
}
LL M
O p�
r
EA
CR
-
co
N
I- �
N
N
co �
co
C4 04
c- CO
O
V
t
Ln fl-
co
O
N N
'll'�
N
N
.�- CMO
N
N
� O
} O M
LL
O cn
r
CR
CA
Cl)
'IT C_0
N
p
I- CO
Ln
Ln
1-
N N
C`'7
M �
�
N O O
O
O
O co
co
N N N
LO
LO
LO co
CO
CD
>. C M
LL
Q�
O
�
EF1
64
Ln
O
00
CO
f-
00
(n
N M
LO
N
N
M 00
p N
N O
N
LO
LO
P- Cfl
O N
N
N
LOO
LO
N
N
N O
M
LL O 01
cn
bs
I-
CO
CD
Cfl
N LO
rl-
O
M M
00
cn
O CO
CO
It
It
CD
N
Lri
N N N
LOO
CD
'TO
N 00
O
LL M
rn
O
rcm0)m
co
LO
00
M N
Lf)
O
O
V' �
N
CO
N M
I- Ln
co
r O
O
O
'IT
"'d -CO
L O)
Ln
N N
CN
LO
CO
00
O
M
LL
O cn
r
Ei?
b4
N IT
CD
O
O
O
O
N
N
M
M
co
�
Lf
r
O
ai
N N
M N
M
CO
CD
O
Cf-
co
O M
r O
N
rl
N
f6 al
L
,,^^ _D
V/
W
w
''^^ _0
Q a
T C
` � x
C
a
w
-C Of
C W
cm CO
Z m N
Z cn m
U
Lo 76
> m m
a
W
w EL
X
W LL
m
Z LL
N
rl
I P
CONSENT: 11/21/2023
Office of
INDIAN RIVER COUNTY
William K. DeBraal, County Attorney
Susan J. Prado, Deputy County Attorney
K. Keith Jackman, Assistant County Attomey
MEMORANDUM
TO: Board of County Commissioners
THROUGH: John Titkanich, Jr., County Administrator
FROM: William K. Debraal, County Attorney
DATE: November 6, 2023
ATTORNEY
SUBJECT: Resolution Cancelling Taxes — Purchased from Myron J. Madsen, Jr. and Davene
Madsen
A resolution has been prepared for the purpose of earmarking the public use of the following
property and cancelling any delinquent, omitted or current taxes which may exist on the property
obtained by Indian River County:
Public Purpose: Right -of -Way for Aviation Blvd and US -1 Improvements
Location/Description: 1375 32nd Street — PID 2393500003003000007.0
1385 32nd Street — PID 32393500003003000001.0
3146 US Highway 1 — PID 32393500003003000002.0
3136 US Highway 1 — PID 32393500003003000003.0
Purchased from: Myron J. Madsen, Jr. and Davene Madsen
Instrument: Warranty Deed, recorded in Book 3629, Page 898 of the
public records of Indian River County
FUNDING:
There is no cost associated with this item.
RECOMMENDATION:
Authorize the Chairman of the Board of County Commissioners to execute the Resolution to
cancel certain taxes upon the property purchased by or donated to Indian River County for a
public purpose, and the Clerk to send a certified copy of the Resolution to the Tax Collector and
the Property Appraiser so that any delinquent or current taxes can be cancelled.
ATTACHMENTS:
Resolution
Warranty Deed
Payment Receipt from Indian River County Tax Collector
cc: Carole Jean Jordan - Tax Collector
Wesley Davis - Property Appraiser
13
Purchased from Myron J. Madsen, Jr. and Davene Madsen
Public Purpose: Right -Of -Way for Aviation Boulevard and US -1 Improvements
Tax Parcel No(s).:
2393500003003000007.0;
32393500003003000001.0;
32393500003003000002.0; and
32393500003003000003.0
RESOLUTION NO. 2023-
A RESOLUTION OF INDIAN RIVER
COUNTY, FLORIDA, CANCELLING
CERTAIN TAXES UPON PUBLICLY OWNED
LANDS, PURSUANT TO SECTION 196.28,
FLORIDA STATUTES.
WHEREAS, section 196.28, Florida Statutes, allows the Board of
County Commissioners of each County to cancel and discharge any and all liens
for taxes, delinquent or current, held or owned by the county or the state, upon
lands heretofore or hereafter conveyed to or acquired by any agency,
governmental subdivision, or municipality of the state, or the United States, for
road purposes, defense purposes, recreation, reforestation, or other public use;
and
WHEREAS, such cancellation must be by resolution of the Board of
County Commissioners, duly adopted and entered upon its minutes properly
describing such lands and setting forth the public use to which the same are or
will be devoted; and
WHEREAS, upon receipt of a certified copy of such resolution, proper
officials of the county and of the state are authorized, empowered, and directed
to make proper entries upon the records to accomplish such cancellation and to
do all things necessary to carry out the provisions of section 196.28, F.S.;
1
14
RESOLUTION NO. 2023 -
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF
COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY,
FLORIDA, that any and all liens for taxes delinquent or current against the
following described lands which were purchased by Indian River County from
Myron J. Madsen, Jr. and Davene Madsen for Right -Of -Way, are hereby
cancelled pursuant to the authority of section 196.28, F.S.
See Warranty Deed describing lands, recorded in
O.R. Book 3629, Page 898 of the Public Records
of Indian River County, Florida.
The resolution was moved for adoption by Commissioner
and the motion was seconded by Commissioner
being put to a vote, the vote was as follows:
, Chairman
, Vice Chairman
, Commissioner
, Commissioner
, Commissioner
, and, upon
The Chairman thereupon declared the resolution duly passed and adopted
this 21St day of November, 2023.
2
15
RESOLUTION NO. 2023 -
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
0
Name:
ATTEST: Jeffrey R. Smith, Clerk
of Court and Comptroller
in
Deputy Clerk
Tax Certificates Outstanding _ X_
Yes No
Current Prorated Tax Received
and Deposited with Tax Collector $4,418.39
Approved as to form and
legal sufficiency:
By:
William K. DeBraal
County Attorney
3
Chairman
16
11/6/23, 3:48 PM
Landmark Web Official Records Search
3120230030768 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL
BK: 3629 PG: 898,6/16/2023 2:57 PM D DOCTAX PD $7,700.00
Prepared by and return to:
May Lee
Paralegal
Barry G. Segal, P.A.
3096 Cardinal Drive Suite 2C
Vero Beach, FL 32963
772-567-5552
File Number: 23-989
Will Call No.: Box 92
Above This Line For Recording
Warranty Deed
This Warranty Deed made this 16th day of June, 2023 between Myron J. Madsen, Jr. and Davene Madsen,
husband and wife whose post office address is 1427 32nd Ave., Vero Beach, FL 32960, grantor, and Indian River
County, a political subdivision of the State of Florida whose post office address is 1801 27th Street, Vero Beach, FL
32960, grantee:
(Whenever used herein the terms "grantor" and "grantee" include all the parties to this instrument and the heirs, legal representatives, and assigns of
individuals, and the successors and assigns of corporations, trusts and trustees)
Witnesseth, that said grantor, for and in consideration of the sum of TEN AND NO/] 00 DOLLARS ($10.00) and other
good and valuable considerations to said grantor in hand paid by said grantee, the receipt whereof is hereby acknowledged,
has granted, bargained, and sold to the said grantee, and grantee's heirs and assigns forever, the following described land,
situate, lying and being in Indian River County, Florida to -wit:
Lots 1, 2,3 and 7, Block 3, R.D. Carter Subdivision, according to the map or plat thereof as recorded
in Plat Book 4, Page 28, Public Records of St. Lucie County, Florida; Said land now lying and being
in Indian River County, Florida.
Property Identification Numbers: 32-39-35-00003-0030-00001/0, 32-39-35-00003-0030-00002/0,
32-39-35-00003-0030-00003/0 and 32-39-35-00003-0030-00007/0.
Parcel Identification Number:
Together with all the tenements, hereditaments and appurtenances thereto belonging or in anywise appertaining.
To Have and to Hold, the same in fee simple forever.
And the grantor hereby covenants with said grantee that the grantor is lawfully seized of said land in fee simple; that the
grantor has good right and lawful authority to sell and convey said land; that the grantor hereby fully warrants the title to said
land and will defend the same against the lawful claims of all persons whomsoever; and that said land is free of all
encumbrances, except taxes accruing subsequent to December 31, 2022.
In Witness Whereof, grantor has hereunto set grantor's hand and seal the day and year first above written.
DoubleTime®
hfps://ori.indian-river.org/search/index?theme=.blue§ion=searchCHteriaBookPage&quickSearchSelection=# 17 1/2
11/6/23, 3:48 PM
BK: 3629 PG: 899
Signed, sealed and delivered in our presence:
Landmark Web Official Records Search
(Seal)
�}L Myro J. M en, Jr.
Witness &Ee-: uE E
Seal)
Witness Name: Qene Madsen
Witness Name:
State of Florida
County of Indian River
The foregoing instrument was acknowledged before me by means of [X] physical presence or [j online notarization, this
16th day of June, 2023 by Myron J. Madsen, Jr. and Davene Madsen who f 1 are Dercnnally known or [X] have produced a
driver's license as identification.
[Notary Seal]
t�ar,k,. Berry Gin Segal: Prin d Name:
QT .� NOTARY PUBLIC
a(� r STATE OF FLORIDA My Commission Expires:
���'GOt�imit GG969rJ23
Expims $110/2024
Warranty Deed - Page 2
https:Hori. i nd ian-dver.org/search/index?theme=.blue§ion=searchCHteriaBookPage&qu ickSearchSelection=#
DoubleTime®
18 2/2
Cashier.
-----------------------
ks1
Paid By:
BARRY G SEGAL PA
REAL ESTATE IOTA TRUST ACCOUNT
3096 CARDINAL DR STE 2C
VERO BEACH, FL _
329_63 _ _ _ _ _ _
Posted Date:
------------------------
07/20/2023 03:26PM
Received Via:
-----------------------
Mail
Num. Items:
1
-----------------------
Total Tendered:
-----------------------
$2,630.55
Receipt #:
-----------------------
144-00001426
Batch:
249207
-----------------------
Drawer.
144
------------p--------
Status:
late
Carole Jean Jordan
Indian River County Tax Collector
PO Box 1509, Vero Beach, FL 32961-1509
r�.
Item Details Effective Due Paid
Date________
Advance MADSEN SALE TO IRC 07/20/2023 $2,630.55 $2,630.55
Deposit 32-39-35-00003-0030-00001 /0,
(GOVT 00002/0, 00003/0 AND 00007/0
PURCHL-------------------------------------------
_ —Total: _ _ _ _ _ _ 2_630. – — – $2,630.55---
-----------------------------------------------------------------------
-
-----------------------------------
Payment Detaft Paid
Check Acc#)000(0 Chk#009601 $2,630.55
Balance: $0.00
19
Cashier:
– -----------------
JA
Paid By:
MYRON J MADSEN
1427 32ND AVE
V_E_R_O_BEACH, _FL
—10/27/202310:51AM
32_9_60_
Posted Date:
-----------------------
Received Via:
----------------------
Mail
Num. Items:
1
----------------------
Total Tendered:
$1,787.84
----------------------
Receipt #
----------------------
154-00000032
Batch:
-----------------------
253611
Drawer.
154
Status: -------Complete
------
Carole Jean Jordan
Indian River County Tax Collector
PO Box 1509, Vero Beach, FL 32961-1509
item DetNis Effective Due Paid
----- ---Date --
Advance 54058/59/60/63 10/27/2023 $1,787.84 $1,787.84
Deposit MADSEN TO IRC SHORTAGE
(GOVT CHECK 4 PARCELS
------------------------------------------
Total:
-------- ------------------ i1�787.84---- lJ!_84
-----------------------------------------------
Payment Details Paid
I Chad( A001111)000c0 Chld/3032 $1,787.84 1
I salarm: $0.00 I
20
DISTRICT
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Honorable Board of County Commissioners
THROUGH: John A. Titkanich, Jr., County Administrator
THROUGH: David Johnson, Director of Emergency Services
FROM: Alicia Reyes, Staff Assistant IV
Department of Emergency Services
DATE: November 6, 2023
SUBJECT: Approval of Advance Purchase for Fire Rescue Apparatuses
It is respectfully requested that the information contained herein be given formal consideration by
the District Board of Commissioners at the next scheduled meeting.
DESCRIPTIONS AND CONDITIONS:
Indian River County Fire Rescue budgeted for the purchase of two (2) Ambulance/Rescue Units
and three (3) Fire Pumpers/Engines in the Fiscal Year (FY) 2024/2025 Capital Improvement
Element (CIE). As all emergency vehicle manufacturers are experiencing extensive delays in
manufacturing due to continued shortages in materials and experiencing rising costs due to new
EPA mandates. With the current build time estimated at a minimum of 24 months for Ambulances
and 40 months for Pumper/Engines (with possible other unforeseen delays), any orders placed
today would put the delivery well into FY 2025/2026 and possibly into FY 2026/2027 or later.
The total cost of the two (2) Ambulance/Rescue Units programmed into the CIE for FY 2024/2025
is $ 1,200,000. The cost of the three (3) Fire Pumpers/Engines programmed into the CIE for FY
2024/2025 is $ 2,612,520, for a total cost of $3,812,520. Although the funds would not be
expended until delivery, staff is requesting the Board's approval to allow a Purchase Order to be
issued prior to FY 2024/2025 to be able to pre -order the Fire Rescue Apparatuses.
FUNDING:
Funding for the five (5) Fire units will be derived from a combination of Emergency Services
District/Fire Services/Automotive account, number 11412022-066420, in the amount of
$3,212,520, and Optional Sales Tax/Fire Services/Automotive account, number 31521022-
066420, in the amount of $600,000, for a total cost of $3,812,520. This will be accomplished via
a budget amendment from Cash Forward.
Account Name
Account Number Amount
Optional Sales Tax/Fire Services/Automotive
31512022-066420 $600,000
Emergency Services District/Fire Services/Automotive
11412022-066420 $3,212,520
Total
$3,812,520
RECOMMENDATION:
Staff recommends the Board authorize the Purchasing Division to issue a Purchase Order in the
amount of $3,812,520.
21
S'UTPHEN CORPORATION
6450 Eiterman Road
Dublin, OH 43016
PROPOSAL
Indian River County Fire Rescue
Assistant Chief Sean Gibbons
4225 43rd Avenue
Vero Beach, FL 32967
Chief Gibbons:
October 24, 2023
We hereby propose and agree to furnish the following firefighting apparatus, utilizing the
Sourcewell Cooperative Purchasing Program, upon your acceptance of this proposal:
Three (3) Sutphen G9 Pumpers utilizing Sourcewell Contract 113021 SUT
including the following:
Cooperative Contractual Discount on Base Model and Published Options
With Non -published Modifications and Additions-...... $ 882,840.00 each
Price Adjustment for Multi -Unit Purchase ................ $ -12,000.00 each
$ 870,840.00 each
TOTAL FOR THREE IDENTICAL UNITS .................. $29612.520.00
The Apparatus described in the following proposal documentation, will be delivered in
approximately 41-43 months after receipt of Purchase Order, subject to delays from all causes
beyond our control. Unless accepted in 30 days, the right is reserved to withdraw this proposal.
Should any changes be required as mandated by NFPA, EPA, or other Federal, State or Local
Governments, or changes due to part availability or vendor relationships, such changes shall be
documented on a change order and purchaser shall be responsible for additional charges as
applicable. These may include but are not limited to changes that affect the major vendors of the
fire apparatus industry such as pump manufacturer, seat manufacturer, electrical power supplies
(generators) and powertrain (engine & transmission).
Respectfully submitted,
Guy Lombardo
Authorized Sutphen Sales Representative
22
.
_..... ..
Cooperative Purchasing
Quote Sheet
Cooperative Purchasing Agency:
Sourcewell
Date Prepared:
Contract Number:
10/30/23
#113021-SUT
'. Vendor:
Company:
Address:
City, State:
Contact:
Phone:
Email:
Member ID:
Indian River County Fire Rescue
Finance Department
Vero Beach, FL 32960
Assistant Chief Sean Gibbons
772-226-3863
sgibbons@ircgov.com
Company: Sutphen Corporation
Address: 6450 Eiterman Rd.
City, State: Dublin, OH 43016
Contact: Guy Lombardo
Phone: 573-216-2562
Email: guy@sflev.com
Item Number:
Descriptions
]x
�z
Sectio ublished Options
Item / Description
Cost
See Attached
$164,375.92
164,375.92
�.
_ n = Section 2 -yNon-Published Options`0
Item / Description
cost
See Attached
$61,497.76
Subtotal
�r<
$61,497.76
Total of Unpublished Options from Base Model + Published
7.5%
Section 3 - Misc. Adjustments
�P Y
Trade-Ins, Down Payment Discoun
Item / Description
Cost .
Multi-Order Discount
-$5,651.80
Subtotal
-$5,651.80
,Notal Unit Price
$870,840.00
Estimated Delivery: 41 - 43 months Quantity: 3
Total Purchase Price
$2,612,520.00
23
Indian River County Fire Rescue
24
PUBLISHED OPTIONS
Adm
Change,
Delete
OPTION #
QTY
DESCRIPTION
CODE
UNIT
PRICE
EXTENDED
PRICE
PRICE WITH
15%
DISCOUNT
A
10000200
1
PROPOSAL DRAWINGS
IATS
$0.00
$0.00
$0.00
A
10000210
1
APPROVAL DRAWINGS
IATS
$0.00
$0.00
$0.00
A
10000301
1
-PRECONSTRUCTION CONFERENCE, ZONE 2 - PER PERSON, PER TRIP
IATS
$1,600.00
$1,600.00
$1,600.00
A
10000311
1
FINAL INSPECTION TRIPS, ZONE 2 - PER PERSON, PER TRIP
IATS
$1,600.00
$1,600.00
$1,600.00
D
25010000
-1
FRAME, 10" SINGLE RAILS, SINGLE AXLE (50K PSI)
STD
$0.00
$0.00
$0.00
A
25010255
1
FRAME, 10" DOUBLE RAILS, DOMEX, SINGLE AXLE (110K PSI)
IPOS
$1,706.90
$1,706.90
$1,450.87
A
22010000
1
DRIVE LINE, SPICER, 1710 SERIES
STD
-$1,836.43
-$1,836.43
-$1,560.97
D
22010050
-1
DRIVE LINE, SPICER, 1810 SERIES
STD
$0.00
$0.00
$0.00
23015010
1
ENGINE, CUMMINS X10 MHD 450HP DOC-DPF-DEF-SCR OBD
IPOS
$0.00
$0.00
$0.00
23015100
-1
ENGINE, CUMMINS X10 HHD 450HP DOC-DPF-DEF-SCR OBD
STD
$0.00
$0.00
$0.00
ND
47012510
1
TRANSMISSION, ALLISON GEN 6, EVS3000 (L9)
IPOS
-$18,434.15
-$18,434.15
-$15,669.03
47012520
-1
TRANSMISSION, ALLISON GEN 6, EVS4000 (X SERIES)
STD
$0.00
$0.00
$0.00
47030110
-1
SHIFTER PAD GEARING, 6 GEARS OPEN
STD
$0.00
$0.00
$0.00
47030150
1
SHIFTER PAD GEARING, 5 GEARS OPEN, 6TH GEAR LOCKED
IPOS
$931.28
$931.28
$791.59
D
26010000
-1
FUEL TANK, STEEL, 65 GALLON
STD
$0.00
$0.00
$0.00
A
26010010
1
FUEL TANK, STAINLESS STEEL, 65 GAL
IPOS
$987.41
$987.41
$839.30
D
13010050
-1
ALTERNATOR, LEECE NEVILLE 270 AMP 4916PA
STD
$0.00
$0.00
$0.00
A
13010205
1
ALTERNATOR, LEECE NEVILLE 320 AMP 4915PA
IPOS
$687.01
$687.01
$583.96
A
15031510
1
BATTERY CHARGER, KUSSMAUL CHIEF 4012
IPOS
$1,778.66
$1,778.66
$1,511.86
D
15031577
-1
BATTERY CHARGER, IOTA DLS-45
STD
$667.44
-$667.44
-$567.32
D
15030410
-1
120V SHORELINE INLET, MANUAL, HUBBEL#HBL61CM64 (GRAY)
STD
$417.29
-$417.29
-$354.70
A
15030465
1
120V SHORELINE INLET, KUSSMAUL SUPER 20 AUTO EJECT W/ OLED DISPLAY 091-55-
266 -XX
IPOS
$1,132.41
$1,132.41
$962.55
A
15040100
2
120V OUTLET WIRED TO SHORELINE INLET - EA
IATS
$696.30
$1,392.60
$1,183.71
D
42910200
-1
TIRE PRESSURE MONITOR, REAL WHEELS, LED
STD
$321.61
-$321.61
-$273.37
A
42910300
1
TIRE PRESSURE MONITOR, QUICK PRESSURE
IPOS
$280.55
$280.55
$238.47
D
44210000
-1
WHEELS, STEEL (max 27K rear)
STD
$0.00
$0.00
$0.00
A
44210100
1
WHEELS, ALUM, ACCURIDE (max 271(rear)
IPOS
$360.65
$360.65
$306.55
D
44230210
-1
BALANCE STEEL WHEELS, SINGLE AXLE
IATS
$343.59
-$343.59
-$292.05
A
18035110
1
AIR COMPRESSOR, KUSSMAUL AUTO PUMP AC, 100PS1
IATS
$1,568.61
$1,568.61
$1,333.32
A
18036105
1
ITIMER, KUSSMAUL AUTO PUMP
IATS
$411.18
$411.18
$349.50
A
11023250
1
CAB TSAL4E 73" 10" RR 1/2
IPOS
$2,442.61
$2,442.61
$2,076.22
D
11023291
-1
CAB TSAL4J 62" FLAT
IPOS
$1,017.71
-$1,017.71
-$865.05
D
11031000
-1
CAB TILT SYSTEM, MANUAL PULL CABLE
STD
$0.00
$0.00
$0.00
A
11031025
1
CAB TILT SYSTEM, AIR CONTROL VALVE
IPOS
$409.34
$409.34
$347.94
D
11031386
-1
CAB STEPS, LOWER & INTERMEDIATE DIAMONDPLATE
STD
$0.00
$0.00
$0.00
A
11031387
1
CAB STEPS, LOWER GRIP STRUT, INTERMEDIATE DIAMONDPLATE
IPOS
$493.60
$493.60
$419.56
A
11031396
1
CAB STEP LIGHTING, FEDERAL SIGNAL COMFLEX LED STRIP LIGHTS
IPOS
$0.00
$0.00
$0.00
D
11031399
-1
CAB STEP LIGHTING, TECNIQ E45 LED STRIP LIGHTS
STD
$0.00
$0.00
$0.00
D
11031419
-1
CAB DOOR WINDOWS, MANUAL (4)
STD
$0.00
$0.00
$0.00
A
11031421
1
CAB DOOR WINDOWS, POWER (4)
IPOS
$1,089.85
$1,089.85
$926.37
D
11031400
-1
DELETE CAB SIDE WINDOWS
STD
$0.00
$0.00
$0.00
A
11031401
1
CAB SIDE WINDOWS, FIXED, BOTH SIDES
IPOS
$535.70
$535.70
$455.35
A
11031465
4
WINDOW TINTING (LIMO TINT 8%) - EACH
IATS
$96.89
$387.56
$329.43
D
11024605
-1
LOWER GRILLE, POLISHED STAINLESS (X SERIES)
STD
$0.00
$0.00
$0.00
A
11024615
1
LOWER GRILLE, POLISHED STAINLESS, LASER CUT LETTERING W/ BACKLIGHTING
IPOS
$766.13
$766.13
$651.21
D
20010075
-1
BUMPER, 12" POLISHED STAINLESS STEEL
STD
$0.00
$0.00
$0.00
A
20010085
1
BUMPER, 24" POLISHED STAINLESS STEEL
IPOS
$659.50
$659.50
$560.58
D
20029800
-1
BUMPER SIDES, DIAMONDPLATE
STD
$0.00
$0.00
$0.00
A
20029802
1
BUMPER SIDES, DIAMONDPLATE, W/POCKET (18-24" EXTENSION)
IPOS
$734.54
$734.54
$624.36
A
20040212
1
STORAGE WELL, SHALLOW, 3/4 WIDTH (24" BUMPER)
IATS
$1,358.36
$1,358.36
$1,154.61
A
20030100
1
STORAGE WELL COVER, TREADPLATE, 2" RAISE
IATS
$1,045.84
$1,045.84
$888.96
A
20030510
1
CUT-OUT IN STORAGE WELL COVER
IATS
$137.60
$137.60
$116.96
A
12040010
1
MOMENTARY SWITCH ON DASH, OFFICER'S SIDE
IATS
$137.13
$137.13
$116.56
A
12710100
1
SIREN, FEDERAL Q2B, GRILLE MOUNT
IATS
$4,130.59
$4,130.59
$3,511.00
A
12730205
1
MECH SIREN WIRED TO STEERING WHEEL BUTTON
IATS
$137.131
$137.13
$116.56
A
12730350
1
MOMENTARY SWITCH ON DASH, OFFICER'S SIDE, FOR MECH SIREN
IATS
$137.13
$137.131
$116.56
A
12730363
1
SIREN BRAKE SWITCH FOR MECH SIREN, DRIVER'S & OFFICER'S SIDE
IATS
$274.211
$274.211
$233.08
24
A
32520520
1
HEADLIGHTS, LED, FIRETECH FT -4X6, DUAL STS HOUSINGS
IPOS
$6,135.49
$6,135.49
$5,215.17
D
32520650
-1
HEADLIGHTS, HALOGEN, SINGLE STS HOUSING
IPOS
$1,716.66
-$1,716.66
-$1,459.16
A
32530500
1
ALTERNATING FLASHER FOR HEADLIGHT
IATS
$375.41
$375.41
$319.10
A
48010300
1
FRONT TURN SIGNALS, WHELEN 400 SERIES LED (4)
IPOS
$678.91
$678.91
$577.07
D
48090000
-1
FRONT TURN SIGNALS, TRUCK LITE, HALOGEN (2)
STD
$0.00
$0.00
$0.00
A
32530700
1
DAYTIME RUNNING LIGHTS
IATS
$375.41
$375.41
$319.10
D
27022120
-1
HANDRAILS, CAB EXTERIOR, KNURLED STAINLESS STEEL (4) SIDE
IPOS
$0.00
$0.00
$0.00
A
27022130
1
HANDRAILS, CAB EXTERIOR, KNURLED STAINLESS STEEL (2) SIDE
IPOS
-$327.48
-$327.48
-$278.36
A
27030610
1
COAT HOOKS ON UPPER GRAB HANDRAILS, DRIVER'S SIDE (1)
IATS
$47.44
$47.44
$40.32
A
27030650
1
COAT HOOKS ON UPPER GRAB HANDRAILS, OFFICER'S SIDE (1)
IATS
$47.44
$47.44
$40.32
A
27030710
1
HANDRAILS, FRONT OF CAB, KNURLED STAINLESS STEEL (PAIR)
IATS
$821.50
$821.50
$698.28
A
27025500
1
HANDRAILS, CAB INTERIOR, BLACK RUBBER COATED (2) REAR ENTRY
IATS
$327.48
$327.48
$278.36
D
27030100
-1
HANDRAILS, REAR CAB INTERIOR DOOR, BLACK RUBBERIZED (2) ONLY
STD
$0.00
$0.00
$0.00
A
27030110
1
HANDRAILS, REAR CAB INTERIOR DOOR, KNURLED STS AT WINDOW (2) ONLY
IPOS
$327.48
$327.48
$278.36
A
11032025
1
EXTERIOR COMPT, SIDE OF EXT CAB, 80" H, DS
IPOS
$6,399.28
$6,399.28
$5,439.39
A
11031930
2
EXTERIOR DOOR, HINGED, PAINTED
STD
$0.00
$0.00
$0.00
A
11032610
1
DRIVER SIDE, LEFT DOOR HINGE (OPEN TOWARDS FRONT OF CAB)
STD
$0.00
$0.00
$0.00
A
11032200
2
INTERIOR ACCESS, NOT PROVIDED
STD
$0.00
$0.00
$0.00
A
11032250
1
INTERIOR ACCESS, ROLL -UP DOOR, AMDOR
IPOS
$1,403.55
$1,403.55
$1,193.02
A
11032415
1
INTERIOR COMPARTMENT DOOR LOCK
IATS
$27.55
$27.55
$23.42
A
11032450
2
COMPT DOOR LOCK - NOT PROVIDED
IATS
$0.00
$0.00
$0.00
A
11032100
2
NO OPENING TO CREW SEAT COMPT
STD
$0.00
$0.001
$0.00
A
11032075
1
EXTERIOR COMPT, SIDE OF EXT CAB, 80" H, OS
IPOS
$6,399.28
$6,399.28
$5,439.39
A
11032620
1
OFFICER'S SIDE, RIGHT DOOR HINGE (OPEN TOWARDS FRONT OF CAB)
STD
$0.00
$0.00
$0.00
A
11032310
2
ADJUSTABLE SHELF, EXTERIOR CAB COMPT (EA)
IATS
$342.75
$685.50
$582.68
A
11032340
1
SCBA BRACKET, EXTERIOR CAB COMPT
IATS
$346.69
$346.69
$294.69
A
11035420
1
DIAMONDPLATE CAB ROOF 30" x FULL WIDTH
STD
$0.00
$0.00
$0.00
D
11035422
-1
DIAMONDPLATE CAB ROOF 56" x FULL WIDTH
IPOS
$512.20
-$512.20
-$435.37
A
31010285
1
INTERIOR, MULTISPEC BLACK SPECKLE PAINT W/GRAY-BLACK DURAWEAR
STD
$0.00
$0.00
$0.00
D
31010287
-1
INTERIOR, MULTISPEC GRAY SPECKLE PAINT W/GRAY-BLACK DURAWEAR
IPOS
$0.00
$0.00
$0.00
D
31010290
-1
CAB INTERIOR FLOOR COVERING, GRAY RUBBERIZED
STD
$0.00
$0.00
$0.00
A
31010291
1
CAB INTERIOR FLOOR COVERING, BLACK RUBBERIZED
IPOS
$0.00
$0.00
$0.00
A
22510530
1
ENGINE ENCLOSURE COVERING, SCORPION BLACK URETHANE BLEND
STD
$0.00
$0.00
$0.00
D
22510531
-1
ENGINE ENCLOSURE COVERING, SCORPION GRAY URETHANE BLEND
IPOS
$0.00
$0.00
$0.00
A
11031681
1
TOOL MOUNTING PLATE, TOP OF ENGINE ENCLOSURE
IPOS
$713.26
$713.26
$606.27
D
11031677
-1
CENTER CONSOLE NOT PROVIDED
STD
$0.00
$0.00
$0.00
A
11031680
1
CENTER CONSOLE W/MAP BOOK STORAGE, TOP OF ENGINE ENCLOSURE
IPOS
$831.33
$831.33
$706.63
D
11031510
-1
FLAT WORK SURFACE IN LIEU OF GLOVE BOX
STD
$0.00
$0.00
$0.00
A
11031512
1
COMPUTER TRAY IN LIEU OF GLOVE BOX
IPOS
$221.98
$221.98
$188.68
A
11031702
1
UPPER CREW DOOR AREA, GLOVE BOX HOLDERS (FLAT BACK)
IPOS
$890.54
$890.54
$756.96
A
30031610
1
DO NOT MOVE LIGHT, WHELEN TIR3 LED
IATS
$518.40
$518.40
$440.64
A
30031650
1
DO NOT MOVE ALARM
IATS
$421.06
$421.06
$357.90
A
30031675
1
DO NOT MOVE DISENGAGE BUTTON
IATS
$280.70
$280.70
$238.60
D
29930200
-1
MAPBOOK SLOT ON BREAKER PANEL
STD
$0.00
$0.00
$0.00
A
29930210
1
DELETE MAPBOOK SLOT ON FRONT BREAKER PANEL
IPOS
-$68.30
-$68.30
-$58.06
A
11040000
1
CAB ACCESSORY FUSE PANEL
STD
$776.78
$776.78
$660.26
A
84541550
1
POWER & GROUND STUDS, UNDER OFFICER'S SEAT
IATS
$1,233.84
$1,233.84
$1,048.76
A
30031810
4
12V DUAL POWER POINT
IATS
$125.15
$500.60
$425.51
A
30031830
4
12V DUAL POWER POINT, USB/USBC, POWERWERX
IATS
$125.15
$500.60
$425.51
A
33530652
1
INTERIOR CAB DOOR WARNING LIGHTS, WHELEN 500 TIR6 LED, 50'03Z'R (CITY 4)
IATS
$1,250.76
$1,250.76
$1,063.15
A
11031696
1
REAR HEAT/AC STORAGE, 5 SLOTS (3 SMALL, 2 MEDIUM), SLANTED CORNERS
IATS
$847.98
$847.98
$720.78
D
38350100
-1
SEAT BELT CONFIGURATION, PULL FROM LEFT SHOULDER TO BUCKLE AT RIGHT HIP
STD
$0.00
$0.00
$0.00
A
39010118
1
OFFICER'S SEAT, BOSTROM TANKER 450, ABTS SCBA (DURAWEAR PLUS, LOW SEAM) IPOS
$1,542.05
$1,542.05
$1,310.74
D
39010131
-1
OFFICER'S SEAT, BOSTROM SIERRA, ABTS HIGH BACK (DURAWEAR PLUS, LOW SEAM) IPOS
$1,542.05
-$1,542.05
-$1,310.74
D
38350200
-1
SEAT BELT CONFIGURATION, PULL FROM RIGHT SHOULDER TO BUCKLE AT LEFT HIP
STD
$0.00
$0.00
$0.00
A
11031828
1
EMS CABINET, FORWARD FACING, DOUBLE ON CREW SEAT RISER (RAISED ROOF)
IPOS
$6,147.86
$6,147.86
$5,225.68
D
39521111
-1
CREW SEAT 1, BOSTROM TANKER 350, ABTS SCBA (DURAWEAR PLUS, LOW SEAM)
IPOS
$1,315.96
-$1,315.96
-$1,118.57
A
39521129
1
CREW SEAT 1, BOSTROM TANKER 450, ABTS SCBA (DURAWEAR PLUS, LOW SEAM)
IPOS
$1,542.05
$1,542.05
$1,310.74
A
11032312
1
ADJUSTABLE SHELVES, EMS COMPT (2)
IATS
$685.46
$685.46
$582.64
D
39521112
-1
CREW SEAT 2, BOSTROM TANKER 350, ABTS SCBA (DURAWEAR PLUS, LOW SEAM)
IPOS
$1,315.96
-$1,315.96
-$1,118.57
A
39521130
1
CREW SEAT 2, BOSTROM TANKER 450, ABTS SCBA (DURAWEAR PLUS, LOW SEAM)
IPOS
$1,542.05
$1,542.05
$1,310.74
D
39521410
-1
CREW SEAT 3, BOSTROM TANKER 300CT, ABTS SCBA FLIP UP (DURAWEAR PLUS,
LOW SEAM)
IPOS
$1,315.90
-$1,315.90
-$1,118.52
D
39521411
-1
CREW SEAT 4, BOSTROM TANKER 300CT, ABTS SCBA FLIP UP (DURAWEAR PLUS,
LOW SEAM)
IPOS
$1,315.90
-$1,315.90
-$1,118.52
D
38320000
-2
HELMET STORED IN COMPARTMENT
STD
$0.00
$0.00
$0.00
25
A
39610000
3
SCBA BRACKETS, BOSTROM, SECURE ALL
IPOS
$409.13
$1,227.39
$1,043.28
D
39610105
-4
SCBA BRACKETS, ZIAMATIC, LOAD & LOCK
STD
$0.00
$0.00
$0.00
D
39710005
-1
DOUBLE CREW SEAT COMPT, OPEN SIDES
STD
$0.00
$0.00
$0.00
A
39710010
1
DOUBLE CREW SEAT COMPT, SWING-OUT FRONT DOORS, HINGED AT CENTER
IPOS
$1,152.99
$1,152.99
$980.04
A
39730100
1
LOCKING LATCHES FOR CREW SEAT COMPARTMENT DOORS
IATS
$27.55
$27.55
$23.42
A
11031745
1
OVERHEAD STORAGE, FRONT OF 10" RR W/DOORS
IATS
$4,281.08
$4,281.08
$3,638.92
D
60080000
-1
PUMP, HALE QFLO-1250 SINGLE STAGE
STD
$0.00
$0.00
$0.00
A
60080020
1
PUMP, HALE AMAX X51500 GPM SINGLE STAGE
IPOS
$6,711.30
$6,711.30
$5,704.61
A
60025950
1
PUMP GEARBOX YOKE, 1710
IPOS
-$197.25
-$197.25
-$167.66
D
60025960
-1
PUMP GEARBOX YOKE, 1810
STD
$0.00
$0.00
$0.00
A
60026000
1
PUMP PACKING, HALE
STD
$0.00
$0.00
$0.00
D
60026025
-1
MECHANICAL PUMP SEAL, HALE (PRG)
IPOS
$0.00
$0.00
$0.00
A
60031005
1
ALLOY ANODES, HALE (2)
IATS
$329.06
$329.06
$279.70
D
61090003
-1
PRESSURE GOVERNOR, CLASS 1 TPGJ1939
STD
$0.00
$0.00
$0.00
A
61090009
1
PRESSURE GOVERNOR, FIRE RESEARCH, PUMP BOSS
IPOS
$0.00
$0.00
$0.00
D
61290020
-1
INTAKE PRESSURE CONTROL, TFT A1860
STD
$0.00
$0.00
$0.00
A
61290030
1
INTAKE PRESSURE CONTROL, ELKHART 40-20
IPOS
$309.01
$309.01
$262.66
A
63060100
1
RELIEF VALVE FOR MIV
IATS
$0.00
$0.00
$0.00
A
64090000
1
2.5" RIGHT SIDE INLET
IATS
$2,407.11
$2,407.11
$2,046.04
A
65550910
1
5" FRONT SUCTION, TOP
IATS
$7,198.23
$7,198.23
$6,118.50
A
65552120
1
SWIVEL, 5" NPTX 6" NST
IATS
$1,937.46
$1,937.46
$1,646.84
D
71025900
-1
2.5" DISCHARGE, RIGHT
STD
$2,117.88
-$2,117.88
-$1,800.20
A
71025905
1
3" DISCHARGE, RIGHT
IATS
$2,843.69
$2,843.69
$2,417.14
A
71590000
1
DISCHARGE, 2.5" LEFT REAR
IATS
$4,131.48
$4,131.48
$3,511.76
A
72290000
1
1.5" FRONT BUMPER DISCHARGE, 2" PLUMBING
IATS
$4,999.25
$4,999.25
$4,249.36
A
72570200
1
EXTEND-A-GUN, TASK FORCE TIPS XG18, MANUAL
IATS
$2,177.25
$2,177.25
$1,850.66
D
72890000
-1
CROSSLAYS, TWO 2" W/1.5" SWIVEL
STD
$0.00
$0.00
$0.00
A
72890005
1
CROSSLAY, ONE 2.5" & SPEEDLAYS, TWO 2" W/SWIVELS & POLY LIFT-OUT TRAYS
IPOS
$0.00
$0.00
$0.00
D
72910505
-1
COVER, ALUM W/VINYL SIDES FOR CROSSLAYS
STD
$1,230.45
-$1,230.45
-$1,045.88
A
72910807
1
COVERS, ALUM/WEBBING FOR CROSSLAY/SPEEDLAY
IPOS
$1,607.08
$1,607.08
$1,366.02
D
72932201
-1
COVER FASTENERS, BUNGIE CORDS WITH RED TAB
STD
$0.00
$0.00
$0.00
A
72932220
1
COVER FASTENERS, BLACK PLASTIC BUCKLES
IPOS
$136.25
$136.25
$115.81
A
61790510
3
DRAIN VALVES, HALE, LIFT-UP
STD
$0.00
$0.00
$0.00
A
63090002
1
HALE MASTER INTAKE VALVE, ELEC (FRONT SUCTION)
IATS
$7,150.68
$7,150.68
$6,078.08
A
61729120
3
VALVE, AKRON, HEAVY DUTY
IPOS
$79.04
$237.12
$201.55
A
61729160
1
VALVE, AKRON, SLOW CLOSE
IPOS
$79.04
$79.04
$67.18
A
61770900
3
ACTUATOR, VALVE, PUSH/PULL, CLASS 1
STD
$0.00
$0.00
$0.00
A
61770905
1
ACTUATOR, VALVE, SWING CONTROL
STD
$0.00
$0.00
$0.00
A
77090000
3
GAUGE, DISCH, CLASS 1 2.5"
STD
$0.00
$0.00
$0.00
A
61810160
1
DISCHARGE TERMINATION, STRAIGHT
IPOS
$0.00
$0.00
$0.00
A
60036010
4
THREADS, NST
STD
$0.00
$0.00
$0.00
A
61840267
1
ADAPTER, 3" NST FE X 5" STORZ, 30-DEGREE W/CAP & CHAIN, TFT
IATS
$393.34
$393.34
$334.34
A
10310210
1
FOAM SYSTEM
IATS
$0.00
$0.00
$0.00
A
73540016
1
FOAM SUPPLY SYSTEM, ELKHART W/FLUSH (FOR EXTERNAL EDUCTOR)
IATS
$3,636.25
$3,636.25
$3,090.81
A
73540020
1
FOAM EDUCTOR, AKRON 125 GPM EXTERNAL
IATS
$1,373.14
$1,373.14
$1,167.17
A
73531350
1
FOAM TANK 20 GALLON BUILT INTO BOOSTER TANK
IATS
$1,130.56
$1,130.56
$960.98
D
74914110
-1
PRG SM1 - SIDE MOUNT PUMP PANEL (CROSSLAYS)
STD
$0.00
$0.00
$0.00
A
74914130
1
PRG SM3 - SIDE MOUNT PUMP PANEL (CROSSLAY/SPEEDLAYS)
IPOS
$0.00
$0.00
$0.00
D
74929110
-1
HALE PUMP MODULE CONFIGURATION, SIDE MOUNT
STD
$0.00
$0.00
$0.00
A
74929130
1
HALE PUMP MODULE CONFIGURATION, SIDE MOUNT, CROSSLAY W/SPEEDLAYS
IPOS
$13,587.89
$13,587.89
$11,549.71
D
74930710
-1
PANEL FINISH, BRUSHED STS 14 GAUGE (PRG)
STD
$0.00
$0.00
$0.00
A
74930730
1
PANEL FINISH, BLACK POWDERCOAT (PRG)
IPOS
$2,344.36
$2,344.36
$1,992.71
D
74931250
-1
DISCHARGE GAUGE BEZELS, CHROME (PRG)
STD
$0.00
$0.00
$0.00
A
74931255
1
DISCHARGE GAUGE BEZELS, COLOR CODED (PRG)
IPOS
$569.08
$569.08
$483.72
D
74931690
-1
EXTERIOR DUNNAGE AREA PANEL, BRUSHED STS
STD
$0.00
$0.00
$0.00
A
74931692
1
EXTERIOR DUNNAGE AREA PANEL, BLACK POWDERCOAT
IPOS
$0.00
$0.00
$0.00
A
75040200
1
TROUGH IN RUNNING BOARD, DRIVER'S SIDE
IATS
$1,448.00
$1,448.00
$1,230.80
D
60090020
-1
PUMP PRIMER, HALE, T-HANDLE
STD
$0.00
$0.00
$0.00
A
60090030
1
PUMP PRIMER, TRIDENT, AIR
IPOS
$1,269.29
$1,269.29
$1,078.90
A
60028310
1
(1) PRIMER BUTTON - MAIN SUCTION
STD
$0.00
$0.00
$0.00
A
76031900
1
AIR HORN PUSH BUTTON SWITCH ON PUMP PANEL
IATS
$250.25
$250.25
$212.71
A
77532112
1
GAUGE, WATER LEVEL, WHELEN PSTANK2 LED (2)
IATS
$2,219.41
$2,219.41
$1,886.50
A
77590040
1
GAUGE, FOAM LEVEL, CLASS 1, INTELLI-TANK ITL-4
IATS
$0.00
$0.00
$0.00
D
83525000
-1
WATER TANK BRAND, UNSPECIFIED
STD
$0.00
$0.00
$0.00
A
83525200
1
WATER TANK BRAND, UPF
IPOS
$0.00
$0.00
$0.00
D
1 80189520
-1
IBODY G2 -ALUM 40/51 LAD CHUTE
STD
$225,576.25
-$225,576.25
$191,739.81
26
A
80189590
1
BODY G9 -ALUM 40/51 LADDERS THRU TANK
STD
$236,237.50
$236,237.50
$200,801.88
A
80245012
1
UPPER HATCH COMPARTMENT, LEFT & RIGHT SIDES
IATS
$9,544.11
$9,544.11
$8,112.49
D
80245999
-1
UPPER HATCH COMPARTMENTS - NOT PROVIDED
IATS
$0.00
$0.00
$0.00
D
80290015
-1
COMPT DOORS, ROM ROLL -UP, SATIN FINISH
STD
$0.00
$0.00
$0.00
A
80290025
1
COMPT DOORS, AMDOR ROLL -UP, SATIN FINISH
IPOS
$0.00
$0.00
$0.00
D
80230600
-1
DOOR SILL PROTECTION, BODY COMPTS, PROTEC, CLEAR FILM
STD
$0.00
$0.00
$0.00
A
80230610
1
DOOR SILL PROTECTION, BODY COMPTS, AMDOR SILL PLATE (SINGLE AXLE BODY)
IPOS
$1,427.64
$1,427.64
$1,213.49
D
80225000
-1
REAR COMPT DOOR (Al) ROM ROLL -UP, SATIN FINISH
STD
$0.00
$0.00
$0.00
A
80225100
1
REAR COMPT DOOR (Al) AMDOR ROLL -UP, SATIN FINISH
IPOS
$0.00
$0.00
$0.00
D
84531215
-1
COMPT LIGHTING, TECNIQ LED E44 LIGHT STRIPS, 2 PER COMPT
STD
$0.00
$0.00
$0.00
A
84531230
1
COMPT LIGHTING, AMDOR LED LIGHT STRIPS, 2 PER COMPT
IPOS
$746.03
$746.03
$634.13
D
81410000
-1
COVER, VINYL, MAIN HOSE BED
STD
$1,501.69
-$1,501.69
-$1,276.44
A
81410200
1
COVER, ALUMINUM 2 PC, MAIN HOSE BED
[POS
$6,045.34
$6,045.34
$5,138.54
A
81331155
1
ALUM HOSEBED COVER SUPPORT, REMOVABLE REAR
IPOS
$0.00
$0.00
$0.00
A
81431200
1
REAR HOSEBED COVER, VINYL
STD
$0.00
$0.00
$0.00
A
81330300
1
HOSE BED DIVIDER, ADJ (1)
IATS
$2,002.20
$2,002.20
$1,701.87
A
81332115
1
HOSEBED LIGHTING, SIDES, TECNIQ E44 LED LIGHT STRIPS
IATS
$771.98
$771.98
$656.18
D
82290000
-1
DELETE FRONT BODY STEPS
STD
$0.00
$0.00
$0.00
A
82290010
1
STEPS, FRONT BODY, IC FOLD DOWN W/LIGHT
IPOS
$539.13
$539.13
$458.26
D
82390000
-1
STEPS, REAR BODY (8x8)
STD
$0.00
$0.00
$0.00
A
82390001
1
STEPS, REAR BODY (14x11 & 14x8)
IPOS
$495.23
$495.23
$420.95
A
82032000
1
FULL WIDTH TREADPLATE REAR STEP BELOW HOSEBED ABOVE REAR COMPT
IATS
$663.26
$663.26
$563.77
A
88520100
1
SUCTION HOSE, (2) 10' SECT 6" KOCHEK LIGHTWEIGHT
STD
$0.00
$0.00
$0.00
D
88520300
-1
DELETE 6" SUCTION HOSE
IPOS
-$1,223.38
$1,223.38
$1,039.87
A
88540350
1
SUCTION HOSE MOUNTED IN LADDER CHUTE
STD
$0.00
$0.00
$0.00
D
88540550
-1
DELETE STD SUCTION HOSE MTG
IPOS
-$1,230.19
$1,230.19
$1,045.66
A
88550100
1
STRAINER, 6" KOCHEK BARREL
STD
$0.00
$0.00
$0.00
D
88550300
-1
STRAINER NOT PROVIDED
IPOS
-$279.14
$279.14
$237.27
D
89590002
-1
LADDER CHUTE W/BACKBOARD STORAGE & PIKE POLE STORAGE
STD
$0.00
$0.00
$0.00
A
89590007
1
LADDER CHUTE W/SUCTION HOSE STORAGE & PIKE POLE STORAGE
IPOS
$0.00
$0.00
$0.00
A
84550110
1
LICENSE PLATE BRACKET W/ LIGHT, LED
IATS
$93.49
$93.49
$79.47
D
84550199
-1
LICENSE PLATE BRACKET- NOT PROVIDED
STD
$0.00
$0.00
$0.00
D
85010020
-1
TAILLIGHTS, WELDON 3884 SERIES, LED STOP/TAIL/TURN, HALOGEN REVERSE,
TRIPLE HOUSING (PAIR)
STD
$2,074.26
-$2,074.26
-$1,763.12
A
85010420
1
TAILLIGHTS, WHELEN M6 SERIES, LED STOP/TAIL/TURN/REVERSE, QUAD HOUSING
(PAIR)
IPOS
$3,240.18
$3,240.18
$2,754.15
D
85110000
-1
ICC LIGHTS
STD
$0.00
$0.00
$0.00
A
85110100
1
ICC LIGHTS, LED
IPOS
$685.48
$685.48
$582.66
D
85710000
-1
UNDERCARRIAGE GROUND LIGHTS, TRUCK -LITE #40034 HALOGEN
STD
$0.00
$0.00
$0.00
A
85710040
1
UNDERCARRIAGE GROUND LIGHTS, WHELEN 2G LED
IPOS
$1,253.39
$1,253.39
$1,065.38
D
86510000
-1
REAR WORK LIGHTS, (2) UNITY FLOOD, HALOGEN
STD
$0.00
$0.00
$0.00
A
86528999
1
DELETE REAR WORK LIGHTS
IPOS
-$252.03
-$252.03
-$214.23
D
86610010
-1
UPPER WARNING LIGHTS, ZONE A (FRONT), WHELEN JUSTICE 62" LED LIGHT BAR,
JEONFPA, 10 MODULES
STD
$2,683.44
-$2,683.44
-$2,280.92
A
86610120
1
UPPER WARNING LIGHTS, ZONE A (FRONT), WHELEN FREEDOM IV 72" LED LIGHT
BAR, F4N7QLED, 12 MODULES
IPOS
$5,410.16
$5,410.16
$4,598.64
A
86699998
1
UPPER WARNING LIGHTS, ZONE B (OFFICER'S SIDE), COVERED BY ZONES A & C
(Surface Mount)
IPOS
$0.00
$0.00
$0.00
D
86699999
-1
UPPER WARNING LIGHTS, ZONE B (OFFICER'S SIDE), COVERED BY ZONES A & C
STD
$0.00
$0.00
$0.00
D
86710100
-1
UPPER WARNING LIGHTS, ZONE C (REAR), WHELEN HALOGEN BEACONS, RB6T*P
STD
$1,222.60
-$1,222.60
-$1,039.21
A
86710305
1
UPPER WARNING LIGHTS, ZONE C (REAR), WHELEN LED, M9 SERIES SURFACE
MOUNT, M9* (QTY 4)
IPOS
$3,286.14
$3,286.14
$2,793.22
A
86899998
1
UPPER WARNING LIGHTS, ZONE D (DRIVER'S SIDE), COVERED BY ZONES A & C
(Surface Mount)
IPOS
$0.00
$0.00
$0.00
D
86899999
-1
UPPER WARNING LIGHTS, ZONE D (DRIVER'S SIDE), COVERED BY ZONES A & C
STD
$0.00
$0.00
$0.00
D
87110100
-1
LOWER WARNING LIGHTS, ZONE A (FRONT), WHELEN 600 SUPER LED, 60*02F*R
(QTY 2)
STD
$960.55
-$960.55
-$816.47
A
87110210
1
LOWER WARNING LIGHTS, ZONE A (FRONT), WHELEN M6 LED, M6* (QTY 4)
IPOS
$2,392.05
$2,392.05
$2,033.24
D
87811110
-1
LOWER, ZONE A - MOUNTING LOCATION (SINGLE HOUSINGS)
STD
$0.00
$0.00
$0.00
A
87811130
1
LOWER, ZONE A - MOUNTING LOCATION (DUAL HOUSINGS)
IPOS
$0.00
$0.00
$0.00
D
87210100
-1
LOWER WARNING LIGHTS, ZONE B (OFFICER'S SIDE), WHELEN 600 SUPER LED,
60*02F*R (QTY 2), ION T -SERIES LED, TLI* (QTY 1)
STD
$1,552.91
-$1,552.91
-$1,319.97
A
87210200
1
LOWER WARNING LIGHTS, ZONE B (OFFICER'S SIDE), WHELEN M6 LED, M6* (QTY 2),
ION T -SERIES LED, TU* (QTY 1)
IPOS
$1,788.34
$1,788.34
$1,520.09
D
87310100
-1
LOWER WARNING LIGHTS, ZONE C (REAR), WHELEN 600 SUPER LED, 60*02F*R (QTY
2)
STD
$960.55
$960.55
$816.47
27
A
87310200
1
LOWER WARNING LIGHTS, ZONE C (REAR), WHELEN M6 LED, M6* (QTY 2)
IPOS
$1,196.05
$1,196.05
$1,016.64
D
87410100
-1
LOWER WARNING LIGHTS, ZONE D (DRIVER'S SIDE), WHELEN 600 SUPER LED,
60*02F*R (QTY 2), ION T -SERIES TLI* (QTY 1)
STD
$1,552.91
-$1,552.91
-$1,319.97
A
87410200
1
LOWER WARNING LIGHTS, ZONE D (DRIVER'S SIDE), WHELEN M6 LED, M6* (QTY 2),
ION T -SERIES TLI* (QTY 1)
IPOS
$1,788.34
$1,788.34
$1,520.09
A
87537734
2
ADDITIONAL WARNING LIGHTS, WHELEN M6 LED, M6* (PAIR)
IATS
$1,196.051
$2,392.10
$2,033.29
A
87537744
1
ADDITIONAL WARNING LIGHTS, WHELEN M9 SERIES LED, M9* (PAIR)
IATS
$1,487.98
$1,487.98
$1,264.78
A
87040000
1
TRAFFIC ADVISOR, WHELEN LED, TAL65 36"
IATS
$2,555.40
$2,555.40
$2,172.09
A
88390902
1
SCENE LIGHT, FRC SPECTRA 20K, 12V LED, BROW
IATS
$3,239.75
$3,239.75
$2,753.79
A
88390932
2
SCENE LIGHT, FRC SPECTRA 20K, 12V LED, TELESCOPIC W/SWITCH
IATS
$3,920.13
$7,840.26
$6,664.22
A
86537816
2
SCENE LIGHTS, WHELEN M9 LED, SURFACE MOUNT (PAIR)
IATS
$1,973.91
$3,947.82
$3,355.65
A
86538700
1
SCENE LIGHTS, FIRETECH, 20.26", 12V LED, SEMI -RECESSED, 30 LED, FT-MB2.15-
CPREC (PAIR)
IATS
$6,393.25
$6,393.25
$5,434.26
A
88399940
4
ADDITIONAL SWITCH, 3 -WAY FOR 12V LIGHTS (EA)
IATS
$443.24
$1,772.96
$1,507.02
A
89910010
1
CORROSION REDUCTION PROGRAM (PROPOSALS)
IATS
$0.00
$0.00
$0.00
A
90030015
1
A/C CONDENSER PAINTED ROOF COLOR
IATS
$534.45
$534.45
$454.28
D
90510100
-1
LETTERING, NOT PROVIDED
STD
$0.00
$0.00
$0.00
D
90600100
-1
REFLECTIVE MATL, INTERIOR CAB DOORS, SCOTCHLITE STRIPE
STD
$193.75
-$193.75
-$164.69
D
90610000
-1
4" SCOTCHLITE STRIPE
IPOS
$666.60
-$666.60
-$566.61
A
91030700
1
IZIAMATIC SAC -44 FOLDING WHEEL CHOCKS (PAIR) MTD W/ SQCH-44H HOLDERS
IATS
$1,251.39
$1,251.39
$1,063.68
A
89050850
1
1 BACKBOARD/(3) PIKE POLE STORAGE COMPT, HOSE BED
IATS
$2,951.95
$2,951.95
$2,509.16
D
1 99031105 1
-1
PICK-UP UNIT AT FACTORY
ISTD
$0.00
$0.001
$0.00
TOTAL PUBLISHED
OPTIONS:
$192,818.691
$164,375.92
28
Indian River County Fire Rescue
29
NON -PUBLISHED OPTIONS
Aa
Change,
Delete
OPTION #
QTY
DESCRIPTION
UNIT
PRICE
EXTENDED
PRICE
A
32588888
1
SPECIAL ITEM, ADD SWITCH FOR GROUND LIGHTS
$250.00
$250.00
A
11088888
1
SPECIAL ITEM, REAR EXTERIOR WALL EDGES STS 12" WIDE
$2,000.00
$2,000.00
A
39588888
1
SPECIAL ITEM, EMS TO FILL SPACE BETWEEN EXT CAB COMPARTMENTS
$800.00
$800.00
A
81388888
1
SPECIAL ITEM, EMBROIDER REAR HOSEBED COVER
$600.00
$600.00
A
89988888
1
SPECIAL ITEM, DELETE REAR STEPS OFFICER SIDE
-$177.24
-$177.24
A
87588888
1
SPECIAL ITEM, (6) FLANGES ON HEADLIGHT HOUSING FOR WHELEN M6
$180.00
$180.00
A
99031195
1
DEALER DELIVERY
$6,250.00
$6,250.00
A
PDB001806
1
DEALER SUPPLIED - Graphics Allowance
$10,500.00
$10,500.00
A
PDB000121
1
DEALER SUPPLIED- Compartment Matting -Standard
$2,700.00
$2,700.00
A
PDB000380
1
DEALER SUPPLIED - PDI -Pumper
$2,150.00
$2,150.00
A
PDB001237
1
DEALER SUPPLIED - (2) Akron Revolution Valve 6" x 5" Storz 30°
$4,800.00
$4,800.00
A
PDBOOD096
1
DEALER SUPPLIED - Radio Mount -Single Head
$1,495.00
$1,495.00
A
PDB000102
1
DEALER SUPPLIED - Antenna Mounting(1)
$325.00
$325.00
A
PDB001203
1
DEALER SUPPLIED - Lazy Susan for Rescue Tools
$2,000.00
$2,000.00
A
Other
1
DEALER SUPPLIED - Mount Med Vault
$600.00
$600.00
A
PDB000784
1
DEALER SUPPLIED - Brigade 360 Camera System Pumper
$5,100.00
$5,100.00
A
Other
1
DEALER SUPPLIED - Install Customer Supplied Intercom System
$1,800.00
$1,800.00
A
PDB000737
1
DEALER SUPPLIED - ELkhart Stinger Deck Gun w/Base and 125DE Nozzle
$5,800.00
$5,800.00
A
PDB001217
1
DEALER SUPPLIED - Honda EU22001 Portable Generator
$1,650.00
$1,650.00
A
Other
1
DEALER SUPPLIED - Knox Med Vault
$2,850.00
$2,850.00
A
PDB000732
1
IDEALER SUPPLIED - Cone Holder
$325.00
$325.00
A
PDB001702
1
IDEALER SUPPLIED - Shelving Allowance
$9,500.00
$9,500.00
TOTAL NON -PUBLISHED OPTIONS:
1
$61,497.76
29
Sutphen
49
Component Report
HS- Indian River County Fire Rescue, Florida
Program 1 Pumper
Order#: DQ14160-1
Contact:
Dealership: South Florida
Position:
Emergency Vehicles
Phone:
Address: Finance Department
Mobile:
Vero Beach, 32960
Email:
Bill To
Ship To
Customer: Indian River County Fire Rescue
Customer: Indian River County Fire Rescue
Contact: ,
Contact: ,
Address: Finance Department
Address: Finance Department
Vero Beach, Florida 32960
Vero Beach, 32960
Comments
Project Manager:
Sales Person:
Revision Level:
Truck Type:
Body Facility:
Quote Line Number 1
Line
Item #
Qty
Item Description/Comments
1
1
**ENG Pump Module Series = Program Module
2
1
**ENG Facility = Urbana
3
1
**ENG Truck Series = Program 1
4
1
**ENG Electrical System = Point -to -Point
5
Sourcewell
1
Cooperative Purchasing =Sourcewell
6
10000225
1
STD WIRING SCHEMATIC (USB)
7
10310100
1
CHASSIS
CHASSIS
8
10010001
1
CHASSIS, CUSTOM
9
51070196
1
WHEELBASE = 196
10
25010255
1
FRAME, 10" DOUBLE RAILS, DOMEX, SINGLE AXLE (110K PSI)
11
45040100
1
FRONT BUMPER CLIP
12
45010001
1
FRONT TOW EYES, BELOW BUMPER, PAINTED
13
46010000
1
REAR TOW EYES, PAINTED
30
Line
Item #
Qty
Item Description/Comments
14
40010250
1
STEERING - ROSS TAS-85
15
22010000
1
DRIVE LINE, SPICER, 1710 SERIES
16
23015010
1
ENGINE, CUMMINS X10 MHD 450HP DOC-DPF-DEF-SCR OBD
17
23029200
1
ENGINE WARRANTY, 5 YEAR, 100,000 MILES FOR CUMMINS (X SERIES)
18
23029400
1
AFTERTREATMENT WARRANTY, 5 YEAR, 100,000 MILES FOR CUMMINS (X SERIES)
19
23030006
1
AIR INTAKE/EMBER SEPARATOR
20
23031176
1
FUEL FILTER/WATER SEPARATOR, PRIMARY, FLEETGUARD FUEL PRO FH230
21
23031220
1
FUEL FILTER, SECONDARY, FLEETGUARD, FF5825NN
22
47012510
1
TRANSMISSION, ALLISON GEN 61 EVS3000 (1-9)
23
23110000
1
JACOBS ENGINE BRAKE
24
47024050
1
TRANSMISSION COOLER
25
47030000
1
ALLISON TOUCH PAD SHIFTER
26
47030150
1
SHIFTER PAD GEARING, 5 GEARS OPEN, 6TH GEAR LOCKED
27
21021200
1
COOLING SYSTEM
28
21030195
1
COOLANT FILTER
29
21030000
1
FAN CLUTCH
30
21030200
1
RADIATOR COOLANT RECOVERY, PRESSURIZED SYST
31
26010010
1
FUEL TANK, STAINLESS STEEL, 65 GAL
32
26030000
1
FUEL FILL
33
26030100
1
FUEL COOLER
34
24040000
1
DIESEL EXHAUST FLUID TANK
35
13010205
1
ALTERNATOR, LEECE NEVILLE 320 AMP 4915PA
36
13030100
1
LOW VOLTAGE ALARM, FLOYD BELL TXB-V86-515-QF
37
15010500
1
BATTERIES, INTERSTATE TYPE 31 MHD (4)
38
15031700
1
BATTERY JUMPER TERMINALS
39
15031510
1
BATTERY CHARGER, KUSSMAUL CHIEF 4012
31
Line
Item #
qty
Item Description/Comments
40
1
**ENG Shoreline Cover Color = Yellow.
41
15030465
1
120V SHORELINE INLET, KUSSMAUL SUPER 20 AUTO EJECT W/ OLED DISPLAY 091-55-266-
XX
42
1
**ENG Shoreline Inlet Location = Driver's side of Cab, standard location.
43
15040100
2
120V OUTLET WIRED TO SHORELINE INLET - EA (2)
44
1
**ENG Nema Number = 5-15 House Plug Duplex.
45
14022120
1
FRONT AXLE, HENDRICKSON STEERTEK NXT 20,000 LB.
46
41022120
1
FRONT SUSPENSION, HENDRICKSON 20,000 LBS. (4) 56" LEAFS
47
41040510
1
STEER ASSIST
48
43010306
1
FRONT TIRES, GOODYEAR 385/651122.5 LRJ ARMOR MAX PRO 22.5 x 12.25 WHEELS
49
14510520
1
REAR AXLE, MERITOR RS-24-160 24,000 LB.
50
14530100
1
TOP SPEED, 68 MPH
51
42010000
1
REAR SUSPENSION, REYCO 24,000 LBS. LEAF
52
44010308
1
REAR TIRES, GOODYEAR 121122.5 X 8.25 LRH ENDURANCE RSA HIGHWAY 24,000 - 27,000
GVWR
53
42910300
1
TIRE PRESSURE MONITOR, QUICK PRESSURE
54
44210100
1
WHEELS, ALUM, ACCURIDE (max 27K rear)
55
44270100
1
HUB COVERS, FRONT & REAR, POLISHED STS (Single Axle)
56
44270300
1
CHROME LUG NUT CAPS, FRONT & REAR (Single Axle)
57
44271100
1
MUD FLAPS, FRONT (PAIR)
58
44271200
1
MUD FLAPS, REAR (PAIR)
59
54010010
1
DATA, SAFETY & WARNING TAGS APPLICATION, ADHESIVE
60
16010009
1
BRAKES MERITOR SCAM 6" FRONT, SCAM 7" REAR
61
18010041
1
AIR BRAKE SYST 4 TANKS WABCO 1200 DRYER (24K, 27K)
62
18030010
1
AIR BRAKE RELEASE VALVE, WABCO
63
18030140
1
AIR INLET CONNECTION W/CHECK VALVE
64
1
**ENG Standard Air Inlet Location = Left hand side of Driver's step well.
65
18035110
1
AIR COMPRESSOR, KUSSMAUL AUTO PUMP AC, 100PS1
32
Line
Item #
Qty
Item Description/Comments
66
18036105
1
TIMER, KUSSMAUL AUTO PUMP
67
18220500
1
NO ELEC STABILITY CONTROL SYS
68
18110000
1
WABCO 4 CHANNEL ANTI-LOCK BRAKES (24K, 27K)
69
53510000
1
COMPRESSION FITTINGS ON AIR SYSTEM (CHASSIS)
70
10310110
1
CAB
CAB
71
11023250
1
CAB TSAL4E 73" 10" RR 1/2
72
11030025
1
CAB CERTIFICATION - STRUCTURAL INTEGRITY
73
11030950
1
CAB LOCKDOWN LATCHES
74
11031025
1
CAB TILT SYSTEM, AIR CONTROL VALVE
75
1
**ENG Cab Tilt Controls = Officer's side Pump Panel.
76
11031100
1
MANUAL BACK-UP TILT SYSTEM
77
11031350
1
CAB DOORS, FULL LENGTH (4)
78
11031387
1
CAB STEPS, LOWER GRIP STRUT, INTERMEDIATE DIAMONDPLATE
79
11031396
1
CAB STEP LIGHTING, FEDERAL SIGNAL COMFLEX LED STRIP LIGHTS
80
11031421
1
CAB DOOR WINDOWS, POWER (4)
81
11031401
1
CAB SIDE WINDOWS, FIXED, BOTH SIDES
82
11031460
1
NO WINDOWS, BACK WALL OF CAB
83
11031465
1
WINDOW TINTING (LIMO TINT 8%) - EACH (4)
84
52010010
1
ELECTRIC INTERMITTENT WIPERS
85
52030200
1
WINDSHIELD WASHER RESERVOIR
86
38010015
1
MIRRORS LANG MEKRA 300 SERIES REMOTE
87
11024405
1
UPPER GRILLE, LEVEL STYLE FACADE (X SERIES)
88
11024510
1
FLAMING "S" LOGO, UPPER GRILLE, ILLUMINATED
89
11024615
1
LOWER GRILLE, POLISHED STAINLESS, LASER CUT LETTERING W/ BACKLIGHTING
90
1
**ENG Design for lower grille w/LED backlight = IRCFR
RED BACK LIGHT. (Note: Text cannot be larger than air cut-outs.)
91
20010085
1
BUMPER, 24" POLISHED STAINLESS STEEL
33
Line
Item #
Qty
Item Description/Comments
92
1
**ENG Siren Speaker Perforations = No Speaker Perforations in Bumper.
93
20029802
1
BUMPER SIDES, DIAMONDPLATE, W/POCKET (18-24" EXTENSION)
94
20040212
1
STORAGE WELL, SHALLOW, 3/4 WIDTH (24" BUMPER)
95
20030100
1
STORAGE WELL COVER, TREADPLATE, 2" RAISE
96
20030510
1
CUT-OUT IN STORAGE WELL COVER
97
1
**CLAR NOTES, STORAGE WELL TO BE ALL SHALLOW- NO DEEP CENTER
98
12010400
1
AIR HORNS, DUAL, HADLEY H00978 RECTANGULAR, BEHIND PERFORATION
99
12030015
1
AIR HORNS CUTOUTS IN BUMPER, BEHIND PERFORATIONS (X SERIES)
100
12040010
1
MOMENTARY SWITCH ON DASH, OFFICER'S SIDE
101
12030350
1
LANYARD CONTROL FOR AIR HORNS
102
12510110
1
ELEC SIREN, WHELEN 295HFS2, REMOTE FLUSH MOUNT
103
12620100
1
SIREN SPEAKER, 100W, CAST PRODUCTS, SA4201-613-A
104
12670110
1
SIREN SPEAKER(S) INSTALLED BEHIND CAB GRILLE
105
12710100
1
SIREN, FEDERAL Q213, GRILLE MOUNT
106
1
**ENG Q213 Wiring = Wired to Emergency Master then shed with parking brake on.
107
12730205
1
MECH SIREN WIRED TO STEERING WHEEL BUTTON
108
1
**ENG Siren Brake Switch For Driver
109
12730350
1
MOMENTARY SWITCH ON DASH, OFFICER'S SIDE, FOR MECH SIREN
110
12730363
1
SIREN BRAKE SWITCH FOR MECH SIREN, DRIVER'S & OFFICER'S SIDE
111
1
**ENG Siren Brake Switch For Officer
112
30031675
1
DO NOT MOVE DISENGAGE BUTTON
113
32520520
1
HEADLIGHTS, LED, FIRETECH FT -4X6, DUAL STS HOUSINGS
114
1
**ENG Headlight Interior Finish = Black.
115
32530500
1
ALTERNATING FLASHER FOR HEADLIGHT
116
48010300
1
FRONT TURN SIGNALS, WHELEN 400 SERIES LED (4)
117
32530700
1
DAYTIME RUNNING LIGHTS
34
Line
Item #
Qty
Item Description/Comments
118
32530750
1
ICC LIGHTS, LED, ROOF MOUNTED MARKERS, GROTE
119
32588888
1
SWITCH FOR GROUND LIGHTS
120
27022130
1
HANDRAILS, CAB EXTERIOR, KNURLED STAINLESS STEEL (2) SIDE
121
27030610
1
COAT HOOKS ON UPPER GRAB HANDRAILS, DRIVER'S SIDE (1)
122
27030650
1
COAT HOOKS ON UPPER GRAB HANDRAILS, OFFICER'S SIDE (1)
123
27030710
1
HANDRAILS, FRONT OF CAB, KNURLED STAINLESS STEEL (PAIR)
124
27025000
1
HANDRAILS, CAB INTERIOR, BLACK RUBBER COATED (2) FRONT ENTRY
125
27025500
1
HANDRAILS, CAB INTERIOR, BLACK RUBBER COATED (2) REAR ENTRY
126
27030110
1
HANDRAILS, REAR CAB INTERIOR DOOR, KNURLED STS AT WINDOW (2) ONLY
127
27040100
1
INTERIOR DOOR, NYLON STRAP
128
11031930
1
EXTERIOR DOOR, HINGED, PAINTED
129
11032610
1
DRIVER SIDE, LEFT DOOR HINGE (OPEN TOWARDS FRONT OF CAB)
130
11032025
1
EXTERIOR COMPT, SIDE OF EXT CAB, 80" H, DS
131
11032450
1
COMPT DOOR LOCK - NOT PROVIDED
132
11032200
1
INTERIOR ACCESS, NOT PROVIDED
133
11032100
1
NO OPENING TO CREW SEAT COMPT
134
11032075
1
EXTERIOR COMPT, SIDE OF EXT CAB, 80" H, OS
135
11032450
1
COMPT DOOR LOCK - NOT PROVIDED
136
11032200
1
INTERIOR ACCESS, NOT PROVIDED
137
11032100
1
NO OPENING TO CREW SEAT COMPT
138
11031930
1
EXTERIOR DOOR, HINGED, PAINTED
139
11032620
1
OFFICER'S SIDE, RIGHT DOOR HINGE (OPEN TOWARDS FRONT OF CAB)
140
11032310
2
ADJUSTABLE SHELF, EXTERIOR CAB COMPT (EA) (2)
141
11032340
1
SCBA BRACKET, EXTERIOR CAB COMPT (1)
142
11088888
1
REAR EXTERIOR WALL EDGES STS 12" WIDE
143
11035420
1
DIAMONDPLATE CAB ROOF 30" x FULL WIDTH
wi
Line
Item #
Qty
Item Description/Comments
144
31010285
1
INTERIOR, MULTISPEC BLACK SPECKLE PAINT W/GRAY-BLACK DURAWEAR
145
11032929
1
DOOR PANEL, FULL STS
146
31010291
1
CAB INTERIOR FLOOR COVERING, BLACK RUBBERIZED
147
22510100
1
ENGINE ENCLOSURE, FULL LENGTH
148
22510530
1
ENGINE ENCLOSURE COVERING, SCORPION BLACK URETHANE BLEND
149
11031681
1
TOOL MOUNTING PLATE, TOP OF ENGINE ENCLOSURE
150
11031680
1
CENTER CONSOLE W/MAP BOOK STORAGE, TOP OF ENGINE ENCLOSURE
151
22610050
1
ENGINE HOOD LIGHT, LED (1)
152
11031512
1
COMPUTER TRAY IN LIEU OF GLOVE BOX
153
11031702
1
UPPER CREW DOOR AREA, GLOVE BOX HOLDERS (FLAT BACK)
154
29810100
1
CHASSIS ELECTRICAL DESCRIPTION
155
30010130
1
INSTRUMENTATION, AMETEK W/ CENTER & OVERHEAD CONSOLES
Upper Command Console,
156
30010508
1
LOWER COMMAND CONSOLE, X10
157
30010610
1
CAB PUMP SHIFTER, ELECTRIC W/ROUND KNOB (FOR HALE G-SERIES PUMP
TRANSMISSION)
158
30011000
1
PUMP INTERLOCK, NOT CONNECTED WITH ODOMETER
36
Line
Item #
Qty
Item Description/Comments
159
30031610
1
DO NOT MOVE LIGHT, WHELEN TIR3 LED
160
1
**ENG Door Ajar Light Location = Centered below upper command console.
161
30031650
1
DO NOT MOVE ALARM
162
29930210
1
DELETE MAPBOOK SLOT ON FRONT BREAKER PANEL
163
29910100
1
PROGRAMMABLE LOAD MANAGER, CLASS -1 SUPERNODE II
164
30031100
1
HIGH IDLE SWITCH
165
11040000
1
CAB ACCESSORY FUSE PANEL
166
84541540
1
POWER & GROUND STUDS, UPPER COMMAND CONSOLE
167
1
**ENG Requirements (AMPS) for Power/Ground Studs in Upper Command Console:
(1) 12 -volt 60 -amp, direct to the battery ignition off.
(1) 12 -volt 30 -amp switched battery first position on ignition switch.
(1) 12 -volt 30 -amp ignition power second position on ignition switch.
(1) 12 -volt 125 -amp ground.
168
84541550
1
POWER & GROUND STUDS, UNDER OFFICER'S SEAT
169
1
**ENG Requirements (AMPS) for Power/Ground Studs Under Officers Seat:
(1) 12 -volt 40 -amp controlled by the battery switch. (1) 12 -volt 60 -amp controlled by the
ignition switch. (1) 12 -volt 60 -amp, direct to the battery. (1) 12 -volt 100 -amp ground.
170
30110000
1
VEHICLE DATA RECORDER, AKRON/WELDON
171
30031810
4
12V POWER POINT (4)
172
30031830
4
12V DUAL POWER POINT, USB/USBC, POWERWERX (4)
173
33510030
1
INTERIOR CAB LIGHTS, WHELEN 6" ROUND RED/CLEAR LED (2)
174
34010030
1
INTERIOR CREW LIGHTS, WHELEN 6" ROUND RED/CLEAR LED (2)
175
33530652
1
INTERIOR CAB DOOR WARNING LIGHTS, WHELEN 500 TIR6 LED, 50*03Z*R (QTY 4)
176
28010750
1
DEFROSTER, HEATER & A/C, SEVERE CLIMATE (TM -31)
177
28030500
1
DEFROSTER DUCTWORK, ENTIRE WINDSHIELD
178
11031687
1
TOP HEAT/AC STORAGE, TOOL MOUNTING PLATE, 2S" x 19.5"
179
11031696
1
REAR HEAT/AC STORAGE, 5 SLOTS (3 SMALL, 2 MEDIUM), SLANTED CORNERS
180
38510104
1
DRIVER'S SEAT, BOSTROM SIERRA HIGH BACK AIR RIDE ABTS (DURAWEAR PLUS, LOW
SEAM)
181
38350100
1
SEAT BELT CONFIGURATION, PULL FROM LEFT SHOULDER TO BUCKLE AT RIGHT HIP
182
39010118
1
OFFICER'S SEAT, BOSTROM TANKER 450, ABTS SCBA (DURAWEAR PLUS, LOW SEAM)
37
Line
Item #
Qty
Item Description/Comments
183
38350200
1
SEAT BELT CONFIGURATION, PULL FROM RIGHT SHOULDER TO BUCKLE AT LEFT HIP
184
39030010
1
OFFICER'S SEAT COMPT, OPEN FRONT
185
39521129
1
CREW SEAT 1, BOSTROM TANKER 450, ABTS SCBA (DURAWEAR PLUS, LOW SEAM)
186
38350200
1
SEAT BELT CONFIGURATION, PULL FROM RIGHT SHOULDER TO BUCKLE AT LEFT HIP
187
38320000
1
HELMET STORED IN COMPARTMENT
188
39521130
1
CREW SEAT 2, BOSTROM TANKER 450, ABTS SCBA (DURAWEAR PLUS, LOW SEAM)
189
38350100
1
SEAT BELT CONFIGURATION, PULL FROM LEFT SHOULDER TO BUCKLE AT RIGHT HIP
190
38320000
1
HELMET STORED IN COMPARTMENT
191
11031828
1
EMS CABINET, FORWARD FACING, DOUBLE ON CREW SEAT RISER (RAISED ROOF)
192
11032250
1
INTERIOR ACCESS, ROLL-UP DOOR, AM DOR
193
11032415
1
INTERIOR COMPARTMENT DOOR LOCK
194
11032312
1
ADJUSTABLE SHELVES, EMS COMPT (2)
195
39588888
1
SPECIAL ITEM, EMS TO FILL SPACE BETWEEN EXT CAB COMPARTMENTS
196
39550100
1
SEAT COLOR, GRAY
197
39610000
3
SCBA BRACKETS, BOSTROM, SECURE ALL (3)
198
38410000
1
SEAT BELT WARNING SYSTEM, AKRON / WELDON
199
39710010
1
DOUBLE CREW SEAT COMPT, SWING-OUT FRONT DOORS, HINGED AT CENTER
200
39730100
1
LOCKING LATCHES FOR CREW SEAT COMPARTMENT DOORS
201
11031745
1
OVERHEAD STORAGE, FRONT OF 10" RR W/DOORS
202
10310200
1
PUMP & PLUMBING
PUMP & PLUMBING
203
60080020
1
PUMP, HALE QMAX XS 1500 GPM SINGLE STAGE
204
60025000
1
GEARBOX, HALE, G-SERIES, REAR MOUNTED
205
60025950
1
PUMP GEARBOX YOKE, 1710
206
60026000
1
PUMP PACKING, HALE
207
60031005
1
ALLOY ANODES, HALE (2)
208
60035123
1
PUMP TEST, THIRD PARTY TESTING
38
Line
Item #
Qty
Item Description/Comments
209
61510000
1
AUXILIARY COOLER (HEAT EXCHANGER)
210
62010002
1
STAINLESS STEEL PIPING
211
66090010
1
3" TANK -TO -PUMP W/CHECK VALVE
212
61729120
1
VALVE, AKRON, HEAVY DUTY
213
61770900
1
ACTUATOR, VALVE, PUSH/PULL, CLASS 1
214
73090001
1
TANK FILL 2"
215
61729120
1
VALVE, AKRON, HEAVY DUTY
216
61770900
1
ACTUATOR, VALVE, PUSH/PULL, CLASS 1
217
61090009
1
PRESSURE GOVERNOR, FIRE RESEARCH, PUMP BOSS
218
61290030
1
INTAKE PRESSURE CONTROL, ELKHART 40-20
219
63021500
1
6" MAIN SUCTION, LEFT SIDE
220
65090000
1
2.5" LEFT SIDE INLET
221
61729120
1
VALVE, AKRON, HEAVY DUTY
222
61770905
1
ACTUATOR, VALVE, SWING CONTROL
223
60036010
1
THREADS, NST
224
63025500
1
6" MAIN SUCTION, RIGHT SIDE
225
64090000
1
2.5" RIGHT SIDE INLET
226
61729120
1
VALVE, AKRON, HEAVY DUTY
227
61770905
1
ACTUATOR, VALVE, SWING CONTROL
228
60036010
1
THREADS, NST
229
65550910
1
5" FRONT SUCTION, TOP
230
63090002
1
HALE MASTER INTAKE VALVE, ELEC (FRONT SUCTION)
231
63060100
1
RELIEF VALVE FOR MIV
232
65552120
1
SWIVEL, 5" NPT X 6" NST
233
70525900
1
2.5" DISCHARGE, LEFT - POSITION 1
234
61729120
1
VALVE, AKRON, HEAVY DUTY
10
39
Line
Item #
qty
Item Description/Comments
235
61770915
1
ACTUATOR, VALVE, PUSH/PULL, CLASS 1 W/ RACK & SECTOR
236
77090000
1
GAUGE, DISCH, CLASS 1 2.5"
237
61810150
1
DISCHARGE TERMINATION, 30 DEGREE ELBOW
238
60036010
1
THREADS,NST
239
70525900
1
2.5" DISCHARGE, LEFT - POSITION 2
240
61729120
1
VALVE, AKRON, HEAVY DUTY
241
61770915
1
ACTUATOR, VALVE, PUSH/PULL, CLASS 1 W/ RACK & SECTOR
242
77090000
1
GAUGE, DISCH, CLASS 1 2.5"
243
61810150
1
DISCHARGE TERMINATION, 30 DEGREE ELBOW
244
60036010
1
THREADS, NST
245
71025905
1
3" DISCHARGE, RIGHT - POSITION 3
246
61729160
1
VALVE, AKRON, SLOW CLOSE
247
61770900
1
ACTUATOR, VALVE, PUSH/PULL, CLASS 1
248
77090000
1
GAUGE, DISCH, CLASS 1 2.5"
249
61810160
1
DISCHARGE TERMINATION, STRAIGHT
250
60036010
1
THREADS, NST
251
61840267
1
ADAPTER, 3" NST FE X 5" STORZ, 30 -DEGREE W/CAP & CHAIN, TFT
252
71025900
1
2.5" DISCHARGE, RIGHT - POSITION 4
253
61729120
1
VALVE, AKRON, HEAVY DUTY
254
61770900
1
ACTUATOR, VALVE, PUSH/PULL, CLASS 1
255
77090000
1
GAUGE, DISCH, CLASS 1 2.5"
256
61810150
1
DISCHARGE TERMINATION, 30 DEGREE ELBOW
257
60036010
1
THREADS, NST
258
71590000
1
DISCHARGE, 2.5" LEFT REAR
259
61729120
1
VALVE, AKRON, HEAVY DUTY
260
61770900
1
ACTUATOR, VALVE, PUSH/PULL, CLASS 1
11
40
Line
Item #
Qty
Item Description/Comments
261
77090000
1
GAUGE, DISCH, CLASS 1 2.5"
262
61810150
1
DISCHARGE TERMINATION, 30 DEGREE ELBOW
263
60036010
1
THREADS, NST
264
72290000
1
1.5" FRONT BUMPER DISCHARGE, 2" PLUMBING
265
61729120
1
VALVE, AKRON, HEAVY DUTY
266
61770900
1
ACTUATOR, VALVE, PUSH/PULL, CLASS 1
267
77090000
1
GAUGE, DISCH, CLASS 1 2.5"
268
60036010
1
THREADS,NST
269
1
**ENG Front Discharge Swivel Location/Trough = Top of Bumper.
270
72590002
1
DECK GUN DISCHARGE 3"
271
61729160
1
VALVE, AKRON, SLOW CLOSE
272
61770900
1
ACTUATOR, VALVE, PUSH/PULL, CLASS 1
273
77090000
1
GAUGE, DISCH, CLASS 1 2.5"
274
72570100
1
DECK GUN TERMINATION, THREADED
275
72570200
1
EXTEND -A -GUN, TASK FORCE TIPS XG18, MANUAL
276
72890005
1
CROSSLAY, ONE 2.5" & SPEEDLAYS, TWO 2" W/SWIVELS & POLY LIFT -OUT TRAYS
277
61729120
3
VALVE, AKRON, HEAVY DUTY (3)
278
61770900
3
ACTUATOR, VALVE, PUSH/PULL, CLASS 1 (3)
279
77090000
3
GAUGE, DISCH, CLASS 1 2.5" (3)
280
60036010
3
THREADS, NST (3)
281
72910807
1
COVERS, ALUM/WEBBING FOR CROSSLAY/SPEEDLAY
282
72932220
1
COVER FASTENERS, BLACK PLASTIC BUCKLES
283
1
**ENG Specify details for side covers: Number of flaps, fasteners & and how they
terminate (manufacturer's discretion or customer specified?) = TBD @ Pre -Con.
284
61742000
1
MASTER PUMP DRAIN, MULTIPORT
285
61790510
9
DRAIN VALVES, HALE, LIFT -UP (9)
286
10310210
1
FOAM SYSTEM
FOAM SYSTEM
12
41
Line
Item #
Qty
Item Description/Comments
287
1
**ENG Class of Foam = Class A Foam
288
73540016
1
FOAM SUPPLY SYSTEM, ELKHART W/FLUSH (FOR EXTERNAL EDUCTOR)
289
73540020
1
FOAM EDUCTOR, AKRON 125 GPM EXTERNAL
290
73531350
1
FOAM TANK 20 GALLON BUILT INTO BOOSTER TANK
291
10310220
1
PUMP PANEL
PUMP PANEL
292
74929130
1
HALE PUMP MODULE CONFIGURATION, SIDE MOUNT, CROSSLAY W/ SPEEDLAYS
293
74914130
1
PRG SM3 - SIDE MOUNT PUMP PANEL (CROSSLAY/SPE ED LAYS)
294
74928100
1
PUMP MODULE LENGTH, 44"
295
74930730
1
PANEL FINISH, BLACK POWDERCOAT (PRG)
296
74931055
1
COLOR CODING (PRG)
297
74931255
1
DISCHARGE GAUGE BEZELS, COLOR CODED (PRG)
298
74931290
1
PUMP MODULE FRAMEWORK, SWIRL FINISH
299
74931390
1
PUMP FINISH, PAINTED BY PUMP MFG
300
74931590
1
PLUMBING FINISH, NON -PAINTED
301
1
**ENG Non -Painted Plumbing = Stainless steel welds shall be treated/coated.
302
74931692
1
EXTERIOR DUNNAGE AREA PANEL, BLACK POWDERCOAT
303
75040200
1
TROUGH IN RUNNING BOARD, DRIVER'S SIDE
304
75590010
1
PUMP OPERATOR LIGHTS, LED (PRG)
305
75590110
1
PUMP PANEL LIGHTS OFFICER'S SIDE, LED (PRG)
306
76090002
1
PUMP PANEL GAUGES & CONTROLS (PRG)
307
60090030
1
PUMP PRIMER, TRIDENT, AIR
308
60028310
1
(1) PRIMER BUTTON - MAIN SUCTION
309
76025110
1
COMPRESSION FITTINGS ON AIR SYSTEM (PRG PUMP MODULE)
310
76031900
1
AIR HORN PUSH BUTTON SWITCH ON PUMP PANEL
311
76590000
1
GAUGES, MASTER, CLASS 1 4.5" (PRG)
312
77590000
1
GAUGE, WATER LEVEL, CLASS 1, INTELLI-TANK ITL -4
13
42
Line
Item #
Qty
I Item Description/Comments
313
77532112
1
GAUGE, WATER LEVEL, WHELEN PSTANK2 LED (2)
314
77590040
1
GAUGE, FOAM LEVEL, CLASS 1, INTELLI-TANK ITL -4
315
323
1
**ENG Class of Foam for Foam Gauge = Class A.
316
10310230
1
WATER TANK
WATER TANK
317 83525200 1 WATER TANK BRAND, UPF
318 83590004 1 WATER TANK, 750 GAL, POLY
319 10310300 1 BODY
BODY
320
80189590
1
BODY G9 - ALUM 40/51 LADDERS THRU TANK
321
80089500
1
BODY SUBFRAME, PROGRAM 1 PUMPER
322
80245012
1
UPPER HATCH COMPARTMENT, LEFT & RIGHT SIDES
323
10310302
1
BODY COMPARTMENTS
BODY COMPARTMENTS
Standard Verbiage for locations of Outlets and
other components in Body compartments
1
UNISTRUT TRACK IN COMPTS
L0ARD
TCP
g VI F'J.•'
...J
L*pnd
DOORSILL PROTECTION, BODY COMPTS, AMDOR SILL PLATE (SINGLE AXLEBODY)
iNxwd-- Toward center of
..�....
/ rags
DOOR SILL PROTECTION, REAR COMPT, NOT FACTORY PROVIDED
W Towatd compart-
ment doom
L"vw*A w'aN— t0own st
!^ r.....,.n .......r
emr4pobwot, wAl whkh is to
your left or right
324
81165705
1
UNISTRUT TRACK IN COMPTS
325
80230610
1
DOORSILL PROTECTION, BODY COMPTS, AMDOR SILL PLATE (SINGLE AXLEBODY)
326
80230650
1
DOOR SILL PROTECTION, REAR COMPT, NOT FACTORY PROVIDED
14
43
Line
Item #
Qty
Item Description/Comments
327
80290025
1
COMPT DOORS, AMDOR ROLL -UP, SATIN FINISH
328
80225100
1
REAR COMPT DOOR (Al) AMDOR ROLL -UP, SATIN FINISH
329
80230300
1
COMPT INTERIOR FINISH, SMOOTH
330
84531230
1
COMPT LIGHTING, AMDOR LED LIGHT STRIPS, 2 PER COMPT
331
10310305
1
BODY EXTERIOR
BODY EXTERIOR
332
81380000
1
HOSEBED W/REMOVABLE ALUMINUM FLOORING
333
81330100
1
STANDARD HOSEBED HEIGHT
334
81410200
1
COVER, ALUMINUM 2 PC, MAIN HOSE BED
335
81331155
1
ALUM HOSEBED COVER SUPPORT, REMOVABLE REAR
336
81431200
1
REAR HOSEBED COVER, VINYL
337
81440201
1
COVER FASTENERS, BUNGIE CORDS WITH RED TAB
338
1
**ENG Specify number of rear flaps, fasteners & and how they terminate
(manufacturer's discretion or customer specified?) = TBD @ Pre -Con.
339
81330300
1
HOSE BED DIVIDER, ADJ (1)
340
81332115
1
HOSEBED LIGHTING, SIDES, TECNIQ E44 LED LIGHT STRIPS
341
81388888
1
SPECIAL ITEM, EMBROIDER REAR HOSEBED COVER
342
1
**CLAR NOTES, CUSTOM EMBROIDERY ON REAR TO BE "ENG#INE" # TO BE
DETERMINED
343
81910100
1
HANDRAILS, KNURLED STS
344
82290010
1
STEPS, FRONT BODY, IC FOLD DOWN W/LIGHT
345
82390001
1
STEPS, REAR BODY (14x11 & 14x8)
346
82032000
1
FULL WIDTH TREADPLATE REAR STEP BELOW HOSEBED ABOVE REAR COMPT
347
82510000
1
RUB RAILS, ANODIZED ALUM
348
83010050
1
ALUMINUM TREADPLATE (ALUM PPR, PRG1, C -SER, TANKER)
349
83030350
1
REAR STEP/TAILBOARD CORNERS, 45 DEGREE (PRG1)
350
89988888
1
SPECIAL ITEM, DELETE REAR STEPS OFFICER SIDE
351
80290013
1
4 SCBA CYLINDER COMPTS (2 RIGHT, 2 LEFT)
352
80290310
4
DOOR FINISH, BRUSHED STAINLESS, SINGLE/DOUBLE SCBA COMPT (4)
15
44
Line
Item #
Qty
Item Description/Comments
353
88520100
1
SUCTION HOSE, (2) 10' SECT 6" KOCHEK LIGHTWEIGHT
354
88540350
1
SUCTION HOSE MOUNTED IN LADDER CHUTE
355
88550100
1
STRAINER, 6" KOCHEK BARREL
356
83030705
1
REAR FENDERS, ALUMINUM TREADPLATE
357
89011500
1
ALCO-LITE PEL-24 24'2 SEC & PRL-14 14' ROOF & 10' FOLDING
358
89590007
1
LADDER CHUTE W/SUCTION HOSE STORAGE & PIKE POLE STORAGE
359
89520210
1
LADDER ENCLOSURE, DIAMONDPLATE DOOR
360
10310310
1
ELECTRICAL
ELECTRICAL
361
84550110
1
LICENSE PLATE BRACKET W/ LIGHT, LED
362
84511100
1
BODY ELECTRICAL DESCRIPTION
363
84520000
1
BACK UP ALARM, ECCO SA917
364
85010420
1
TAILLIGHTS, WHELEN M6 SERIES, LED STOP/TAIL/TURN/REVERSE, QUAD HOUSING (PAIR)
365
85110100
1
ICC LIGHTS, LED
366
85510200
1
STEP LIGHTS, LED, REAR BODY & WHELEN 2G AT PUMP PANEL
367
85710040
1
UNDERCARRIAGE GROUND LIGHTS, WHELEN 2G LED
368
1
**CLAR NOTES, ADD SWITCH IN CAB TO TURN ON GROUND LIGHTS MANUALLY WHEN
NEEDED
369
86600000
1
OPTICAL WARNING SYSTEM, UPPER (PUMPER)
16
45
Line
Item #
Qty
Item Descriptio_Lsaw ents
ILJPM WARNING SY; 1 !
(ff M. 90TRIM OF VANS "
■
Side WartlfthA 6004d:
(lookitt� dO�AI�! M1 �Il� ff
gift
4iA
1r3 I
UPPER WARNING LIGHTS, ZONE A (FRONT), WHELEN FREEDOM IV 72" LED LIGHT BAR,
370
86610120
1
F4N7QLED,12 MODULES
ti pp
A > 5 � get '� Y 2Y..;.%� 5. J� �'•
l
371
86920100
1
UPPER ZONE A LIGHTBAR, STANDARD CONFIGURATION
**ENG Zone A, Upper Lightbar Standard Configuration = Single light bar: (2) end red LED
modules, (2) corner red LED modules, (6) forward-facing red LED modules and (2)
372
1
forward-facing white LED modules. All clear outer lenses. Installed on the cab roof as
far forward as possible with two (2) MK8H Sin. cast aluminum risers.
UPPER WARNING LIGHTS, ZONE B (OFFICER'S SIDE), COVERED BY ZONES A & C (Surface
373
86699998
1
Mount)
UPPER WARNING LIGHTS, ZONE C (REAR), WHELEN LED, M9 SERIES SURFACE MOUNT,
374
86710305
1
M9* (QTY 4)
UPPER WARNING LIGHTS, ZONE D (DRIVER'S SIDE), COVERED BY ZONES A & C (Surface
37S
86899998
1
Mount)
376
87100000
1
OPTICAL WARNING SYSTEM, LOWER (PUMPER)
M,
Line
Item #
Qty
Item Description/Comments
UNA 1108-10631 YM'
(FROM SOTT M CW WNHHOW 901"
Side WarniqlZones Explained
(Looking dotm 6n truck from sky)
wrr
mors
377
87110210
1
LOWER WARNING LIGHTS, ZONE A (FRONT), WHELEN M6 LED, M6* (QTY 4)
378
87811130
1
LOWER, ZONE A - MOUNTING LOCATION (DUAL HOUSINGS)
**ENG Zone A, Lower - Front, Mounting Location = (2) Warnings in top headlight housing,
379
1
each side.
LOWER WARNING LIGHTS, ZONE B (OFFICER'S SIDE), WHELEN M6 LED, M6* (QTY 2), ION
380
87210200
1
T-SERIES LED, TLI* (QTY 1)
381
87812110
1
LOWER, ZONE B - MOUNTING LOCATION (PUMPERS, TANKERS, RESCUES)
**ENG Zone B, Lower - Officer's Side, Mounting Location = -(1) Warning Light near the
front corner of the Apparatus. -(1) Warning Light near the rear Axle. -(1) Warning Light
382
1
near the rear corner of the Apparatus. -Reference Shop Order Drawing for lights and
placement.
383
87310200
1
LOWER WARNING LIGHTS, ZONE C (REAR), WHELEN M6 LED, M6* (QTY 2)
LOWER WARNING LIGHTS, ZONE D (DRIVER'S SIDE), WHELEN M6 LED, M6* (QTY 2), ION
384
87410200
1
T-SERIES TLI* (QTY 1)
385
87814110
1
LOWER, ZONE D - MOUNTING LOCATION (PUMPERS, TANKERS, RESCUES)
**ENG Zone D, Lower - Driver's Side, Mounting Location = -(1) Warning Light near the
front corner of the Apparatus. -(1) Warning Light near the rear Axle. -(1) Warning Light
386
1
near the rear corner of the Apparatus. -Reference Shop Order Drawing for lights and
placement.
387
87588888
1
SPECIAL ITEM, (6) FLANGES ON HEADLIGHT HOUSING FOR WHELEN M6
388
87537734
2
ADDITIONAL WARNING LIGHTS, WHELEN M6 LED, M6* (PAIR) (2)
18
47
Line
Item #
Qty
Item Description/Comments
389
87537744
1
ADDITIONAL WARNING LIGHTS, WHELEN M9 SERIES LED, M9* (PAIR) (1)
390
87040000
1
TRAFFIC ADVISOR, WHELEN LED, TAL65 36"
391
88390902
1
SCENE LIGHT, FRC SPECTRA 20K, 12V LED, BROW (1)
392
88390932
2
SCENE LIGHT, FRC SPECTRA 20K, 12V LED, TELESCOPIC W/SWITCH (2)
393
86537816
2
SCENE LIGHTS, WHELEN M9 LED, SURFACE MOUNT (PAIR) (2)
394
86538700
1
SCENE LIGHTS, FIRETECH, 20.26", 12V LED, SEMI -RECESSED, 30 LED, FT-MB2.15-CPREC
(PAIR) (1)
395
1
**ENG Scene Light Details = MIDDLE OF BODY UP HIGH ON HATCH COMPARTMENTS
EACH SIDE
396
88399940
4
ADDITIONAL SWITCH, 3 -WAY FOR 12V LIGHTS (EA) (4)
397
1
**CLAR NOTES, TELE -LIGHTS IN DUNNAGE EACH SIDE
900 SURFACE MOUNT EACH SIDE OF CAB ABOVE FIXED WINDOW AND ON REAR OF
TRUCK UP HIGH
398
10310410
1
PAINT & FINISH
PAINT & FINISH
399
89910010
1
CORROSION REDUCTION PROGRAM (PROPOSALS)
400
90010020
1
PAINT SCHEME
401
90030004
1
PAINT, SINGLE TONE
402
1
**ENG Single Tone Paint Color = RED - MATCH HS 6755.
403
90030154
1
PAINT FRAME RAILS & BODY REAR DROP - BLACK
404
90030190
1
TEXTURED FRAME RAIL COATING
405
90030015
1
A/C CONDENSER PAINTED ROOF COLOR
406
1
**ENG Note Paint AC Condenser Color = MATCH HS 6755
407
1
**ENG Graphics = Dealer supplied graphics will be provided for all options except rear
chevrons.
408
90680120
1
CHEVRON STRIPING, REAR BODY OUTBOARD, REFLEXITE
409
10310420
1
EQUIPMENT
EQUIPMENT
410
91010000
1
MISC EQUIP - (1) PINT TOUCH-UP PAINT, STAINLESS STEEL NUTS & BOLTS
411
91030700
1
ZIAMATIC SAC -44 FOLDING WHEEL CHOCKS (PAIR) MTD W/ SQCH-44H HOLDERS
412
89050850
1
BACKBOARD/(3) PIKE POLE STORAGE COMPT, HOSE BED- SEE ENG NOTES NEXT LINE
19
Line
Item #
Qty
Item Description/Comments
413
1
**ENG Backboard/ (3) Pike Pole Storage Compartment, Hose Bed = WILL HOUSE A
STOKES BASKET AND A BACKBOARD MATCH PREVIOUS ENGINES
414
10310600
1
COMPLETION & WARRANTY
COMPLETION & WARRANTY
415
99010100
1
MANUALS, ELECTRONIC VERSION (2 -USB)
416
99031195
1
DEALER DELIVERY
417
99520110
1
WARRANTY, ONE YEAR
418
99521100
1
WARRANTY, FRAME, LIFETIME
419
99521200
1
WARRANTY, CAB STRUCTURAL, 10 YR.
420
99521300
1
WARRANTY, BODY STRUCTURAL, 10 YR.
421
99521400
1
WARRANTY, PAINT, 10 YR.
422
99521900
1
WARRANTIES, MAJOR VENDOR COMPONENTS
423
10310500
1
DEALER SUPPLIED
DEALER SUPPLIED
424
PDB001806
1
DEALER SUPPLIED — GRAPHICS ALLOWANCE
425
PDB000121
1
DEALER SUPPLIED - Compartment Matting- Standard
426
PDB000380
1
DEALER SUPPLIED - PDI -Pumper
427
PDB001237
1
DEALER SUPPLIED — (2) Akron Revolution Valve 6" x 5" Storz 30°
428
PDB000096
1
DEALER SUPPLIED - Radio Mount -Single Head
429
PDB000102
1
DEALER SUPPLIED - Antenna Mounting(1)
430
PDB001203
1
DEALER SUPPLIED - Lazy Susan for Rescue Tools
431
Other
1
DEALER SUPPLIED - MOUNT MED VAULT
432
PDB000784
1
DEALER SUPPLIED - Brigade 360 Camera System Pumper
433
Other
1
DEALER SUPPLIED - INSTALL CUSTOMER SUPPLIED INTERCOM SYSTEM
434
PDB000737
1
DEALER SUPPLIED - ELkhart Stinger Deck Gun w/Base and Nozzle
435
PDB001217
1
DEALER SUPPLIED - Honda EU22001 Portable Generator
436
Other
1
DEALER SUPPLIED - KNOX MED VAULT
437
PDB000732
1
DEALER SUPPLIED - Cone Holder
20
49
Line
Item #
Qty
I Item Description/Comments
438
PDB001702
1
DEALER SUPPLIED - SHELVING ALLOWANCE
439
PDB001035
1
DEALER SUPPLIED — SFEV PRICE CONCESSION FOR THREE TRUCK PURCHASE
440
FINAL
TOTAL PER TRUCK FOR 3 UNITS ORDERD TOGETHER $ 870,840.00
21
50
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Honorable Board of County Commissioners
THROUGH: John A. Titkanich, Jr., County Administrator
THROUGH: David Johnson, Director of Emergency Services
FROM: Karen Rackard, Emergency Services 911 Coordinator
Department of Emergency Services
DATE: November 7, 2023
SUBJECT: E911 CPE Hardware Refresh
Year Maintenance Agreement,
for 911 State Grant Program
NA
Work Authorization, AK Associates One -
Sole Source Designation, and Application
BACKGROUND:
In 2011, the Board authorized the replacement of the E911 call taking equipment at all four Public
Safety Answering Points (PSAPs), located at the Sheriff's Office, City of Sebastian, City of Vero
Beach, and at the Emergency Operations Center (EOC). On December 5, 2017, the Board declared
AK Associates ("AK") as the Sole Source provider for E911 Hardware upgrades. This designation
has since expired.
AK remains the only vendor with personnel trained to maintain the Solacom equipment at the
PSAPs, and an update, or "refresh" to the Customer Premise Equipment (CPE) equipment
associated with the equipment is required.
DESCRIPTION:
The Solacom equipment has been at end of life, and the necessary refresh will enable the County
to continue with this system through November of 2027. AK has provided a quote, in the amount
of $731,852.57 for this refresh.
The Board approved a five-year maintenance agreement with AK Associates on December 11,
2018, which will expire on December 10, 2023. This Elite Premier Maintenance Contract includes
free labor costs for expansion, moving of equipment and installation of upgrades for the 911
system. Additionally, the contract includes maintenance of all 911 Equipment, including mapping,
recorders, selective routers, and ALI databases. In addition to the hardware refresh, Staff would
like to enter an agreement with AK for maintenance for a single year, with an annual cost of
$93,900.
Additionally, Staff is seeking Board approval to apply for the Florida 9-1-1 State Grant Program
to cover the cost of the of the refresh. The Florida 9-1-1 State Grant Program will fund the entire
project, should Indian River County receive an allocation from the 9-1-1 Board. The Chairman
must sign the grant application before submittal to the 9-1-1 Board.
51
Finally, Staff would like to request the Board designate AK Associates as the sole source provider
for any additional E911 CPE hardware and software service and parts. In accordance with prior
Board direction, this designation would be valid for a three-year period.
FUNDING:
The E911 CPE Hardware Refresh Work Authorization has $700,000 budgeted in the 911
Surcharge Fund/Communication Center/EDP Equipment account, number 12013325-066470. The
additional $31,852.57, for a project total of $731,852.57, will be funded with a budget amendment
from Cash Forward.
Account Description
Account Number
Amount
911 Surcharge Fund/Communication Center/EDP Equipment
12013325-066470
1 $731,852.57
The annual maintenance, in the amount of $93,900, is budgeted and available in the 911 Surcharge
Fund/Communication Center/Maintenance — Other Equipment account, number 12013325-
034690.
Account Description
Account Number
Amount
911 Surcharge Fund/Communication Center/
Maintenance — Other Equipment
12013325-034690
$93,900
RECOMMENDATION:
Staff recommends the Board declare AK Associates as the sole source provider for E911 CPE
system service and parts, approve the quotes for the Solacom hardware refresh and the CPE
hardware maintenance, authorize the 911 Emergency Communications Coordinator to sign the
quotes, authorize the Purchasing Division to issue purchase orders, as necessary.
Staff also recommends the Board approve the Application for E9-1-1 State Grant Program for the
CPE Upgrade, and authorize the Chairman to execute and authorize the Director of Emergency
Services to sign any documents necessary with the Florida E9-1-1 State Grant to execute the work,
after review and approval by the County attorney as to form a legal sufficiency.
ATTACHMENTS:
1. Solacom Sole Source Memo
2. AK Associates Budgetary Quote for Solacom HW Refresh
3. AK Maintenance — 1 Year Elite Premier Maintenance Quote
4. Application for the 911 Grant Program
52
SOLACOM
A Sub -.k y of C."..h faAeconuruticationa Cap,
August 2, 2023
Karen Rackard
911 Emergency Communications Coordinator
Indian River County Emergency Services
4225 43rd Avenue, Vero Beach, FL 32967
Email: Krackard@ircgov.com
Dear Ms. Rackard,
This letter is concerning the Guardian equipment utilized in the processing of 9-1-1 calls that is currently
in use by Indian River County Florida. That equipment referred to typically as the Guardian 9-1-1
system will require a hardware refresh of some components due to 5 years of continuous use. All of the
software licensed remains current and operational for the PSAPs.
The system is maintained by AK Associates, an authorized Solacom distributor and service
organization. AK Associates is the only such organization with factory trained/certified personnel
located in Florida with the requisite experience to perform the refresh. In the event that Solacom offered
the same services and upgrade our pricing would be approximately 20% higher for materials and we
would have to charge you a significantly higher cost for labor than what would be offered by AK. If
you have any further questions please feel free to contact me at 937-609-1911.
Anthony A. Parrott
Vice President of Sales — Call Handling
Via Email:
53
We have prepared a quote for you
Budgetary Solacom HW Refresh
Quote # 001199
Version 7
Prepared for:
Indian River County, FL
Karen Rackard
krackard@ircgov.com .
54
.A"te
We have prepared a quote for you
Budgetary Solacom HW Refresh
Quote # 001199
Version 7
Prepared for:
Indian River County, FL
Karen Rackard
krackard@ircgov.com .
54
Monday, November 06, 2023
Indian River County, FL
Karen Rackard
4225 43rd Avenue
Vero Beach, FL 32967-1671
krackard@ircgov.com
Dear Karen,
Thank you for giving us the opportunity to provide Indian River County, FL with a quote for Budgetary Solacom HW Refresh.
We are excited to work with you. Should you have any questions on this project please feel free to reach out to any
member of the AK Associates team!
�L CAI -6L
Julie Chase
President
AK Associates
Central Equipment A
Description
P -UPS -RM -1500- Rackmount 1500VA UPS + Power Conditioner
PC
ADMIN -R- Administrative Server
GA
P -STD APP -GA Application Server
P-MIK-FXS
Mediant 1000 FXS Module
2
Single module quad FXS trunks
P-MiK-FXO
Mediant 1000 FXO Module
$3,092.40
Single module quad FXO trunks
P-ESK-GEO-C
Switch Kit Geo -Diverse System Cisco
P-ES-C51G24
Cisco Catalyst 9200L Series 24Gb Ports
P -ES-
Cisco Catalyst 24 ports 100M POE
C510OM24POE
Cisco ISR4321 Router 1 year maintenance
P-MSApp
$3,534.00
2
$7,068.00
$6,254.40
1
$3,092.40
1
$7,879.20
$3,092.40
$1#
$8,430.00
1
$8,430.00
$2,596.80
Cisco ISR4321 Router 1 year maintenance
$t�0
4
$2,880.00
2
$9,664.80
$610.80
2
$1,221.60
P-MSApp
Appliance for Managed services
1
$9,108.00
$6,254.40
1
$3,092.40
1
M800 SBC High Availability Pair, 30 Sess
$3,092.40
$1#
1
$12,092.40
$2,596.80
P-MSApp
Appliance for Managed services
$9,108.00
1
$9,108.00
P -M800 SBC -HA
M800 SBC High Availability Pair, 30 Sess
$1#
$12,092.40
P-CISR-4321-1Yr
Cisco ISR4321 Router 1 year maintenance
$4,832.40
2
$9,664.80
Includes: Cisco 4321 ISR AX with Security Lic and one 1 GE NIM.
P-CISR-NIM-2GE
Cisco 2GE NIM for ISR
$1A7M
2
$3,741.60
P-MIK-FXO-KIT
Mediant 1000 FXO Kit with Dual Power
$3,316.80
2
$6,633.60
Includes Mediant 1000 chassis with single 4Port FXO module and
Dual AC power supply
SL -M800 SBC -10
10 Session License Package for M800 HA
$1,53$00
2
$3,036.00
Re -using:
1 x 42U Cabinet (2018)
2 x LD VoIP (2018)
1 X IQ500 (2018)
1 x 4 -port KVM (2018)
2 x 4 -port IP to Serial device (2018)
1 x 4G SMS Gateway (2022)
1 x M800 SBC (2023)
1 x Guardian Controller License (2011) nor
1 x Guardian Text -fro 911 Controller License (2020)
4 rr\\.n w:4 wti3 m<.�ercuexEt aexrevCANdWv
Quote #001199 v7 Page: 3 of 14
Central Equipment A
Description
Price
qty
Ext. Price
Subtotal:
$83,698.80
Central Equipment B
Description
Ce.
P -UPS -RM -1500-
Rackmount 1500VA UPS + Power Conditioner
$3,534.00
2
$7,068.00
PC
P-ENH ADMIN
Administrative Server
$�
1
$7,879.20
GB
P -STD APP -GB
Application Server
$8,430.00
1
$8,430.00
P-MIK-FXS
Mediant 1000 FXS Module
$7A0
3
.$,1,3.60.00
Single module quad FXS trunks
P-MIK-FXO
Mediant 1000 FXO Module
$610.80
3
$1,832.40
Single module quad FXO trunks
h-ESKC Gw-C
Switch Kit Geo -Diverse System Cisco
$6;3
1
$6,254.40'
P-ES-CS1G24
Cisco Catalyst 9200E Series 24Gb Ports
Y
$3,092.40.
1
$3,092.40
P -ES-
Cisco Catalyst 24 ports 100M POE
1
$2,596.80
CS10OM24POE
P -M800 SBC -HA
M800 SBC High Availability Pair, 30 Sess
$12,092.40
1
$12,092.40
P -GSR -4321 1Yr
Cisco ISR4321 Router 1 year maintenance
2
$9,664.80
Includes: Cisco 4321 iSRAXwith Security Lic and one 1GE NIM.
P-CISR-NIM-2GE
Cisco 2GE NIM for ISR
S1,870.80
2
$3,741.60
P11114(O-KIT
Mediant 1000 FXO Kit with Dual dower
2
$iif33.t0
Includes Mediant 1000 chassis with single 4Port FXO"nsadulle and
Dual AC power supply
SL -M800 SBC -10
10 Session License Package for M800 HA
$1,518.00,
2
$3,036.00
AKINSTALLMAT
Installation Materials
1
$5,000.00
Installation Materials
Re -using:
1 x 42U Cabinet (2018)
2 x LD VoIP (2018)
1 X IQ500 (2018)
Quote #001199 v7
Page: 4 of 14
ox 2880
Central Equipment B
�ption Price e QtyExt
_]
-port KVM (2018)
-port IP to Serial device (2018)
G SMS Gateway (2022)
uardian Controller License (2011)
Subtotal: $79,481.60
Network
TwIption
Price
Qty
Ext. Price
P -N-001 Palo Alto PA -460 Firewall
$4,789.20
8
$38,313.60
1 Firewall per side (A & 8), 2 Firewalls per PSAP
p -N-001 PA -460 Firewall - Security Lic. 1 Year
WOO.
8
$13,228.80
DNS Security License
$522.00
8
$4,176.00
P -N-001 PA -460 Firewall - Security Lic. 1 Year
$1,653.60
8
$13,228.80
Threat Prevention License
P -N-001 PA -460 Firewall - Security Lic. 1 Year
8
$13,228.80
Wildfire License
P -N-001 PA -460 Firewall - Security Lic. 1 Year
$2,481.60
8
$19,852.80
Advanced URL Filtering License
SV -SPE Palo Alto PA -460- Premium Support 1 Year
$8,168.00
SV-SOLAPS Remote Solacom System Engineering I Day
$1,620.00
5
$8,100.00
Subtotal: $114,120.80
PSAP 1
Descriptio
Price
Qty
Ext. Price
P-MOB—POS Guardian Mobile Position Kit
$5,967.60
1
$5,967.60
Includes: laptop, pelican case, Usb headset and mouse.
P -MONITOR 24in Standard Monitor 24"
WOO.
8
$2,227.20
P-TCH MON 24in Touch Monitor 24"
$522.00
8
$4,176.00
P -PAC 11 Position Audio Controller 11 w/ Jack Box
8
$19,785.60
ote #001199 v7
F
�.IM : NEMM,
Description
Price
Qty
Ext. Price
P -DP Dual Prong Handset - 6 Wires
$136.80
8
$1,094.40
HANDSET 6W
$5,967.60
2
PI -XV 16Keypad - 24 Button V Cable W/10' ext
$11,935.20
$94 Ml
P-PRN-CLR Network Color Printer - Laser
$782.40
1
$782.40
P-jEWPOS Enhanced Std PC For Mapping
P -MONITOR 24in
Standard Monitor 24"
--684.40
P -STD RAMup- Standard Position PC RAM upgrade
$148.80
8
$1,190.40
8GB
Touch Monitor 24"
$522.00
Re -using:
10 x IRR (2011)
10 x Guardian Position License (2011)
10 x Guardian Text -from -911 Position License (2020)
Subtotal: $53,818.80
PSAP 2
Description
Price
Qty
Ext. Price
P-MOB—POS
Guardian Mobile Position Kit
$5,967.60
2
$11,935.20
Includes: laptop, pelican case, Usb headset and mouse.
P -MONITOR 24in
Standard Monitor 24"
-$27SAO.
7
$119"
P-TCH MON 24in
Touch Monitor 24"
$522.00
7
$3,654.00
P -PAC -11
Position Audio Controller 11 w/ Jack Box
7
$37,312.40
P -DP
Dual Prong Handset - 6 Wires
$136.80
7
$957.60
HANDSET 6W
P-KYPADU6
Keypad - 24 Button 6'Cable W/10'ext
-7
$823.20
P-PRN-CLR
Network Color Printer - Laser
$782.40
1
$782.40
P-ENH POS
Enhanced Std PC For Mapping
$2,2{
7
$15,447.60
P -STD RAMup-
Standard Position PC RAM upgrade
$148.80
7
$1,041.60
8GB
Re -using:
Amow
Page: 6 of 14
PSAP 2
Description Price Qty Ext. Price
7 x IRR (2011)
7 x Guardian Position License (2011)
9 x Guardian Text -from -911 Position License (2020)
$53,902.80
PSAP 3
Description
Price
Qty
Ext. Price
P-MOB_POS Guardian Mobile Position Kit
$5,967.60
1
$5,967.60
Includes: laptop, pelican case, Usb headset and mouse.
P -MONITOR 24in Standard Monitor 24"3
x.20
P-TCH MON 24in Touch Monitor 24"
$522.00
:; 3
$1,566.00
P -PAC II Position Audio Controller If w/ Jack Boxes.
3
$7,419.60
P -DP Dual Prong Handset - 6 Wires
$136.80
3
$410.40
HANDSET 6W
I' -d YPADU6 Keypad - 24 Button 6' Cable W/10' ext
7 ;6Q
3
P-MIK-FXO-KIT Mediant 1000 FXO Kit with Dual Power
$3,316.80
2
$6,633.60
P 40"XD Mediant 1000 FXO Module
2
$1,221.60
P-MIK-FXS Mediant 1000 FXS Module
$720.00
4
$2,880.00
P -M800 SBC -HA M800 SBC High Availability Pair, 30 Sess
1
$12,092.40
P-ENH POS Enhanced Std PC For Mapping
$2,206.80
3
$6,620.40
RSTDM#Aup- Standard Position PC RAM upgrade'3
$446.40:
8G6 ;
P-CISR-4321-1Yr Cisco ISR4321 Router 1 year maintenance
$4,832.40
2
$9,664.80
P-CISR-NIM-2GE Cisco 2GE NIM for ISR
2
$3,741.60-
Re -using:
4 x IRR (2011)
4 x Guardian Position License (2011)
4 x Guardian Text -from -911 Position License (2020)
0 -SSP-; DIVI-S.SFF Administration/ MIS Server
$7,292.40 1
kt,e#001199 v7
Page: 7 of 14,Ji
PSAP 3
Description
Price
Qty
Ext. Price
P -SM APP -S Application Server
$8,430.00.
1
$8,430.00
P4JPS4W-1500- Rackmount 1500VA UPS+ Power Conditioner
,
2
$7,068.00
P -MONITOR 24in Standard Monitor 24"
$2#
3
$835.20
P-ESK-RED-C Switch Kit Redundant System Cisco
$6,254.40
1
$6,254.40
P-ES-CS1624 Cisco Catalyst 9200E Seri4s 4Gb Ports
$2,41%0
1
3092.40
P -ES- Cisco Catalyst 24 ports 100M POE
$2,596.80
1
$2,596.80
CS10OM24POE
Re -using:
,
3
$352.80
1 x 4 -port KVM (2018)
$3,316.80
2
$6,633.60
1 x 42U Cabinet (2018)
2
$1,221.60
2 x Nema 5-15P 15A vert. pwr bar (2018)
2 x 4 -port IP to Serial device (2018)
1 x Guardian Responder License (2018)
1 x PCIS VoIP (2018)
1 x 1/0 Box (2018)
1 x Guardian Controller License (2011)
$94,586.40
PSAP 4
Description i
Price
Qty
Ext Price..
P-MOB_POS Guardian Mobile Position Kit
$5,967.60
1
$5,967.60
Includes: laptop, pelican case, Usb headset and mouse.
P -MONITOR 24in Standard Monitor 24"
$2#
3
$835.20
P-TCH MON 24in Touch Monitor 24"
$522.00
3
$1,566.00
0 -PAC 11 Position Audio Controller 11w/Jadt$tHt
$2,41%0
3
$7,419.60
P -DP Dual Prong Handset - 6 Wires
$136.80
3
$410.40
HANDSET -6W
P-XYPADU6 ` Keypad - 24 Button 6' Cable W/10' ext
,
3
$352.80
PeM1K-FXO-KIT Mediant 1000 FXO Kit with Dual Power
$3,316.80
2
$6,633.60
P-MIX-FXO Mediant 1000 FXO Module
2
$1,221.60
PSAP 4
Description
Price
Qty
Ext. Price
P -M800 SBC -HA M800 SBC High Availability Pair, 30 Sess
$12,092.40
1
$12,092.40
P-MIK-FXS Mediant 1000 FXS Module
$72&W
4
$2,880.00
P-ENH POS Enhanced Std PC For Mapping
$2,206.80
3
$6,620.40
P -STD RAMup- Standard Position PC RAM upgrade
$148.80
3
$446.40
8GB
P-CISR-4321-1Yr Cisco ISR4321 Router 1 year maintenance
$4,832.40
2
$9,664.80
P-CISR-NIM-2GE Cisco 2GE NIM for ISR
$1,870.80
2
$3,741.60
Re -using:
4 x IRR (2011)
4 x Guardian Position License (2011)
4 x Guardian Text -from -911 Position License (2020)
P -SSP -ADM -S SFF Administration / MIS Server '$7. Sii l
1
$7,292.40
P -STD APP -S Application Server x$,430.00
1
$8,430.00
P -UPS -RM -1540- Rackmount 1500VAUPS# Power Conditioner $ 3�k iQ'
2 ;:
$7,068.00
PC
P-ESK-RED-C Switch Kit Redundant System Cisco $6,254.40
1
$6,254.40
P-ES-CS1G24 Cisco Catalyst 9200L Series 24Gb Ports $3,092:40
1
$3,092.40
P -ES- Cisco Catalyst 24 ports 100M POE $2,596.80
1
$2,596.80
CS10OM24POE
Re -using:
1 x 4 -port KVM (2018)
1 x 42U Cabinet (2018)
2 x Nema 5-15P 15A vert. pwr bar (2018)
2 x 4 -port IP to Serial device (2018)
1 x Guardian Responder License (2018)
1 x PCIS VolP (2018
1 x l/O Box (2018)
1 x Guardian Controller License (2011)
ote #001199 v7
Subtotal: $94,586.40
Page: 9 of 14
LF,m
pares
law
Description Qty
Re -using:
. . . . . . . . . .
7 x PACU (2018)
Professional Services
lalfiks="i tion
SV-InstDaily
Installation Services - Daily Rate
$1,300.00
5
SV-InstRemDaily
Remote Install Services - Daily Rate
S1,300.0$
2
SV-T&LlstD
Travel and Living Expenses - First Day
$1,700.00
1
SV-T&LSubD
Travel and Living Expenses - Daily
$14,475.00
SV-SOLAPS Remote Solacom System Engineering I Day $1,620.00
SV-ServerSetup
Server Configuration Update
$900-00
11
Import existing Database and tune existing configuration for
usability with newer servers and Operating system. Load updated
config onto new servers.
SV-PositionSetup Position Configuration Update
Tune existing PC configuration and import fonIXONYWO Ne"r
PC andOperating system. Load updated cor*g, onto
SV-SiteAudit System Refresh Audit $4 000.0C
System technical audit:
- Audit coordination
- Assess system design, connectivity, user interface usage, call
flow and site conditions
- Review system changes from original to determine changes
required for new updated configuration manual
- Review, determine and produce system upgrade plan based on
current configuration
$6,500.00
$2,1600.00
$1,700.00
$1,11320.00
$9,900.00
SV-PSUpgracle Professional Services Refresh $12,900;01111'
1
$12,900.00
Ensure accurate hardware requirements
Assess database requirements and provide guidance
Assist with management of -upgrade requirements
SV-PMDaySd Secondary Project Management -Daily Rate $965.00
15
$14,475.00
SV-SOLAPS Remote Solacom System Engineering I Day $1,620.00
8
$12,960.00
SV -SBC Setup SBC config & setup for I Network $1,300.00
4
I
$5,200.00
Subtotal:
W to 001199 v7
$89,855.00
63
W
Page: 10 of 14,P,
r
Managed Services
Description
Price
Qty
Ext. Price
SV- Active Remote Monitoring / Pos - i Year
$430.00
21
$9,030.00
ARM—Guardian-
The Guardian first year warranty covers all Hardware for the first
$5,760.00
1y
MT-HSGUARD-06 Guardian Hardware Support - Year 6
SV-AVMgr-lyr Antivirus Management/ Positions - 1 Year
$15O:
26
$3,900.00
SV -OS MGTCore- Server Windows Patch Management 1 year
$360.00
11
$3,960.00
lY
manufacturer support for up to five (5) years. 2. Monitors,
SV -OS MGTPos- Position windows Patch Management 1 year
r i
26
$5,460.00
1Y
order will carry the same support purchased for the associated
Subtotal: $22,350.00
Warranty/Maintenance
Description
Price
Qty " """""" xt. Price
MT-SSGUARD-01 Position Software Support - Year 6
$1,300.00
26 $33,800.00
MT -Warranty Guardian First Year HW Warranty
$tlt
1 $0.00
The Guardian first year warranty covers all Hardware for the first
$5,760.00
year.
MT-HSGUARD-06 Guardian Hardware Support - Year 6
$5,891.97
1 $5,891.97
The Guardian hardware support program covers all hardware
purchased from Solacom with the following exceptions: 1.
Computers and servers are excluded, and are covered under
manufacturer support for up to five (5) years. 2. Monitors,
keyboards and mouse devices purchased with the initial computer
order will carry the same support purchased for the associated
computer or server. 3. UPS, Individually purchased; Keyboards,
mouse devices, headsets, and handsets are covered under the
initial one (1) year warranty and are not eligible for extended
support.
Subtotal: $39,691.97
Shipping
Subtotal: $5,760.00
Quote #001199 0 Page:
Price..
, qty
"";;.
t Price
ShippingFee Shipping and Handling Charges
$5,760.00
1
$5,760.00
Subtotal: $5,760.00
Quote #001199 0 Page:
Payment Terms . . .
Description
Terms of Sale:
• Hardware and software will be invoiced upon shipment
• Services will be invoiced upon completion
• Payment Terms are Net 30
Qty
Budgetary Solacom HW Refresh
Prepared by:
AK Associates
Julie Chase
(603) 432-5755 x.215
Fax(603)432-0900
jchase@AKAssociates911.com
Quote Summary
Prepared for:
Indian River County, FL
4225 43rd Avenue
Vero Beach, FL 32967-1671
Karen Rackard
(772)226-3859
krackard@ircgov.com
Quote Information:
Quote #: 001199
Version: 7
Delivery Date: 11/06/2023
Expiration Date: 01/01/2024
Description
11 ,Central
Amount
Equipment A
$83,698.80
Central fstu mentS
$79,481.60
Network
$114,120.80
PSAP 1
$53,818.80
PSAP 2
$53,902.80
PSAP 3
$94,SW40
PSAP 4
$94,586.40
Professional Services
$89,855.00
Managed Services
$22,350.00
Warranty/(Maintenance
$39,691.97
Shipping
$5,760.00
Total: $731,852.57
Disclaimers: This quote is provided for the listed contact and is not to be shared or disseminated without written consent by AK Associates.
This quote null and voids any previous version.
AK Associates Indian River County, FL
Signature: Signature:
Name: Julie Chase Name: Karen Rackard
Appendix
Solacom Call Taker Computer Specifications.
Subject to Revision or Modification on all Expired Quotes.
Features
STANDARD
ENHANCED
SUPERIOR
PC Type
Yes
Yes
No
Workstation
No
No
Yes
Processor
i3
i3
Intel Xeon
RAM
8 GB
8 GB
8 GB
PCIe Slots
2
2
6
Sound Card
1
1
1
Graphic Card
On -board
1
2
Monitor Supported
2
2
6
Monitor Cables
Provided
No
1 HDMI to HDMI
No
1 DVI to DP
Adapters Provided
No
No
6 mDP to DP
NIC Teaming
Optional
No
Optional
Guardian Map
No
Yes
Yes
3rd Party Software
Cohabitation
No
Certified 3rd Party
Map
Certified 3rd Party Map
Certified CAD
Physical Size
(HeightxLengthxDepth)
11.5 x 3.7 x 11.4"
11.5 x 3.7 x 11.4"
16.3 x 6.8 x 22"
When a Solacom solution configuration includes a FortiGate edge device, it has been included for the known interfaces at the
time of implementation. If interface requirements change in the future, including but not limited to, the ESlnet using IPv6, SIP
over TLS (Secure SIP), SRTP (Secure RTP), deep packet inspection and manipulation, etc., an additional edge device(s) may
be required. Additionally, if transcoding is required (i.e., from ARM or ARM -WB to G711 uLaw), an additional edge device may
also be required.
ote #001199 v7Page: 14 of 14 ' .
We have prepared a quote for you
AK Maintenance - 1 Year
Quote # 001181
Version 3
Prepared for:
Indian River County, FL
Karen Rackard
krackard@ircgov.com
68
Monday, November 06, 2023
Indian River County, FL
Karen Rackard
4225 43rd Avenue
Vero Beach, FL 32967-1671
krackard@ircgov.com
Dear Karen,
Thank you for giving us the opportunity to provide Indian River County, FL with 8 qudte for AK Maintenance
- 1 Year. We are excited to work with you. In this quote you will find two levels of mice offerings. The first
is AK Elite Premier Maintenance, which Indian River currently uses. ANC Elite Ma since is listed as
optional. The descriptions of each level of maintenance are included as well. Shod you have any
questions on this project please feel free to reach out to any member of the AK Associates teami
Julie Chase
President
AK Associates
v�
Quote #001181 v3 Page: 2 of 6
AK Maintenance Options
First-tier support of your 911 equipment.
The level of maintenance service provided by AK Associates will depend on which one of the following
options is selected by an agency. Warranty of the hardware and software (equipment) shall be
between the customer and the equipment and/or software manufacturer. AK Associates will provide an
option to purchase Manufacturer's Software Support and/or Extended Warranty through AK
Associates.
AK Elite Maintenance
• Includes (labor only) basic maintenance service for 9-1-1 systems.
• Response time for major and minor outages is within (4) hours. All other non-
critical maintenance issues will be scheduled during business hours.
• Remote diagnostics, will be done immediately upon receipt of service problem
• It also provides daily remote diagnostics during normal business days (excludes
weekends and holidays). If corrective action is needed it will be performed
remotely or by an on-site visit.
• This option is only available to customers with systems that allow remote
diagnostics.
Note: Non -maintenance, such as adding new or moving existing equipment will be
billed at a rate of $150.00 per hour, plus travel charge of $225.00 per day. New System
installation may be billed in different units -price combinations than hours.
AK Elite Premier Maintenance
• Elite Premier Installation and Maintenance covers everything in Elite
Maintenance.
• Provides a weekly on-site preventive maintenance program to occur during
regular business hours (number of days quoted in EP price is a 1 day per week
site visit, more can be quoted upon request).
• Engineering- Design of PSAP, Call Routing Database, Direct trunking for VoIP,
Landline and Wireless trunking. Design of i3 NENA technology for text
messaging.
• Project Management / Consulting Services included for all new projects
associated with PSAP management, design and implementation.
• Technical Support for system implementation for all new technologies including
Quote #001181 v3
4 of
AIS Maintenance Options
i3 VoIP, CAD, text messaging and Mapping API integration. Includes no incurred
costs for expansion, move of equipment and upgrades of the existing 9-1-1
system.
• Sales - AK Associates will offer all products we sell through our partnerships at
the most competitive rate in the industry.
* AK Associates Elite Premier Installation and Maintenance includes 1St -tier
maintenance of all associated 9-1-1 equipment sold by AK Associates,
equipment that AK technicians are already certified on or the customer agree to
pay to have AK technician certified, including, CAD, mapping, recorders,
selective routers, ALI databases and training.
All LABOR is included in the yearly cost for all adds, moves, upgrades to existing
systems, training, system reconfiguration, selective router programming, direct trunking
and integration support (there would not be a labor charge to move your existing PSAP)
for products sold by AK Associates. Any cost for hardware, software, or manufacturer's
services are the responsibility of Customer.
AK Elite Premier
Description
Price
Qty
Ext. Price
AKEPMaint AK Elite Premier Maintenance
$93,900.00
1
$93,900.00
AK Elite Premier Maintenance (12/1/23-11/30/24)
Please note the addition of positions or configuration change of the
system may affect the price of AK Elite Maintenance.
Subtotal: $93,900.00
ote #001181 v3 Page: 5 of 6-F
AK Maintenance - 1 Year
-
Prepared by:
Prepared for:
Quote Information:
AK Associates
Indian River County, FL
Quote #: 001181
Julie Chase
4225 43rd Avenue
Version: 3
(603) 432-5755 x.215
Vero Beach, FL 32967-1671
Delivery Date: 11/06/2023
Fax (603) 432-0900
Karen Rackard
Expiration Date: 11/30/2023
jchase@AKAssociates911.com
(772) 226-3859
krackard@ircgov.com
Quote Summary
Description Amount
AK Elite Premier $93,900.00
Total: $93,900.00
Disclaimers: This quote is provided for the listed contact and is not to be shared or disseminated without written consent by AK Associates.
This quote null and voids any previous version.
AK Associates Indian River County, FL
Signature
Name:
Title:
Date:
VUL cka-ae-
Julie
Chase
President
11/06/2023
Signature:
Name:
Date:
Karen Rackard
Quote #001181 v3 Page: 6 of by
911 Grant Programs
Application and instructions for 911 Grant Programs, revised May 2023
W Form 3A, incorporated by reference in Fla. Admin. Code R. 60FF1-5.003 911 Grant Programs
74
Application
County INDIAN RIVER COUNTY
Total Amount Requested: $731,852.57
Project Title: CPE Hardware/Software Refresh
1. Chair, Board of County Commissioners: Chairman
Mailing Address: Indian River County BOCC
City:
State:
Phone:
Email Address:
1801 27th street
Vero Beach
Florida
( 772 ) 226-3900
2. County, 911 Coordinator: Karen Rackard
Mailing Address: 4225 43rd Avenue
City:
State:
Phone:
Email Address
Vero Beach
Florida
( 772 ) 226-3943
Krackard(&- ndianriver.gov
3. Federal Tax ID Number: 59-6000674
4. County information
Zip: 32960 -
Fax:
Zip: 32967
Fax:
Number of PSAPs
4
Number of Call -taking Positions per PSAP
IRSO 7, EOC 8, Vero Beach PD 3, Seb PD
3
PSAP(s) in which grant funding will apply.
ALL
Application and instructions for 911 Grant Programs, revised May 2023
W Form 3A, incorporated by reference in Fla. Admin. Code R. 60FF1-5.003 911 Grant Programs
15
75
5. Financial Information
a. What are the current annual costs for your €911 system (e.g., circuits, customer
records hardware and software, etc.) not including maintenance?
$450,053.31
b. What are the current annual costs for maintenance of items included in 5a?
$106,320.00
C. Total amount of 911 fee revenue received in the preceding year. This does not
include any special disbursement, Rural County supplements or training
disbursements.
$855,534.86
d. Total amount of county carry -forward funding retained in the preceding fiscal year.
$19,981.11
e. Total -amount of county carry forward funding your county currently has accrued.?
$19,981.11
f. Two-year maximum calculated amount for applied carry forward funding. (2'tma the
amount calculated on your Form 6A, item 9, in rule 60FF1-5.006)
$513,320.92
g. Subtract the amount in 5f from the amount in 5e.
-$493,339.81
h. If the amount in 5g is greater than zero, insert that number in the Budget Report as
"carry forward funds applied."
E-�
for 911 Grant Programs, revised May 2023
Fla. Admin. Code R. 60FF1-5.003 911 Grant Programs
16
76
6. Describe your county's existing 911 system. Include specific information on
existing system equipment upgrades and when the installation of this
equipment was completed. Please include the PSAP(s) that the grant will be
implemented at to include the type of PSAP(s), primary system, and number of
position seats. Please state if this is a part of a group or regional project and
how you will be interoperable.
Indian River County operates a Type 4 Enhanced 911 System that is Wireless Phase
ii compliant. There are four PSAPs in Indian River County operating Solacom CPE
with GeoComm Dispatch Map. The Solacom is a geo-diverse system with Side A in
the EOC and Side B in the Sheriff's Office. The Solacom system was installed in
2018, and Dispatch Map was installed in 2022.
The Indian River County Sheriff's Office has a Primary PSAP in Vero Beach which
direct dispatches law enforcement calls throughout the unincorporated area. This
PSAP also direct dispatches fire and rescue calls throughout the county including the
Cities of Vero Beach and Sebastian. However, the cities of Sebastian and Vero Beach
each have a primary PSAP for their respective Police Departments. The Indian River
County Emergency Operations Center serves as the County backup.
7. Describe the scope of work for the proposed project including any goal(s) and
objectives. Include the tasks to be performed as part of the project. Provide
scope of work in quantifiable units of deliverables that shall be received and
accepted. For each deliverable specify the required minimum level of service
to be performed and the criteria for evaluating the successful completion of
each deliverable. For any scope of work that includes milestones, please
describe in detail what deliverables are expected to be provided in each
milestone.
The proposed project will refresh the core equipment hardware/software for Indian
River County's Solacom Guardian call -handling. The project goal is t0 upgrade the
hardware/software originally installed in 2011 and refreshed in 2018. The objective
is to ensure continuous support, as well as functionality, and stay in compliance with
the State Plan.
The county 911 coordinator will monitor the proposed project tasks including each
billable deliverable to ensure the tasks performed by the vendor including the
following:
• Project plan, design and system delivery including equipment inventoried by model,
part and serial numbers.
• Installation of the upgrade equipment hardware and software consisting of the
components detailed in the quote.
• Comprehensive communication/network interface testing, cutover coordination
testing
Application and instructions for 911 Grant Programs, revised May 2023
W Form 3A, incorporated by reference in Fla. Admin. Code R. 60FF1-5.003 911 Grant Programs
17
77
and start-up of the CPE, mapping, recording, and system functions including
acceptance documentation for verifying functionality.
• Training and final acceptance including test documentation providing results for
RFP or contract technical and functional items for CPE, net clock, recorder, UPS
and map display.
The county 911 coordinator will monitor and review the project with the vendor
continually through the project schedule to assure the level of service is provided and
the system is being installed and maintained in operable working conditions.
8. Justification of the need for the proposed project. Provide detailed information
on the existing systems/components that need replacement. Document the
condition with details to justify any system with an expected lifespan of less
than one year. Each component on the system, (etc .. memory, hardware, size
of drives), updates of software and/or replacement versions needed,
standalone equipment, and additional upgrades jinclude UPSZ must be listed
in the requests.
Indian River County's Solacom Guardian was originally installed in 2011 and
had a hardware refresh was completed in 2018.It is has a expected lifespan of
less than one (1) year due to it being in service 24x7x365 since last upgrade in
2018. The existing system component's which need replacement are at least
five (5) years old with some components still in use from original install. The
system needs a refresh in order to ensure continued operations. The
accompanying quote details all components that are included in this request.
9. Describe why your county, group of counties or region will not be able to
complete this project without this grant funding.
A comparison of legacy 911 costs and NG 911 costs indicates at least a 35%
increase in costs. Additionally, the .40 monthly fee in Florida is one of the
lowest in the country. Grant funds are needed to implement and sustain these
NG projects. Multiple NG projects in the region and state are already
earmarked, taking a direct toll on 9-1-1 budgets. The Florida regional grant rule
and application process is crucial for each participating county to complete the
transition to Next Generation 911.
Application and instructions for 911 Grant Programs, revised May 2023
W Form 3A, incorporated by reference in Fla. Admin. Code R. 60FF1-5.003 911 Grant Programs
18
78
10. Describe the required steps with an anticipated time schedule which includes
procurement and payment milestones and a total project completion date.
Upon notification of grant award Indian River County will begin the project as contracted
with the appropriate vendor going through the logging recorder hardware/software
refresh process. Contingent on no procurement issues, the anticipated schedule is:
0-90 Days • Procure hardware and software for the call handling equipment, awaiting
delivery of equipment, and preparation of the work area to accommodate the new
equipment. Hardware and software will be invoiced upon shipment.
91-180 days • System installation, comprehensive communication/network interface
testing, cutover coordination testing and start-up of the CPE, recording, routing, and
system functions.
181-200 days • Training, final acceptance test and system commissioning, final
completion and start of the 1st year warranty and maintenance. Remaining balance due
after acceptance.
11. If applicable, sole source justification must meet the state procurement
guidelines and chapter 287.057 (3)I, F.S.
12. If applicable, please include your previous service dates for any maintenance
or support services.
Date: 11/08/2018-11/07/2023
13. Please submit the Budget Report
See attached
Application and instructions for 911 Grant Programs, revised May 2023
W Form 3A, incorporated by reference in Fla. Admin. Code R. 60FF1-5.003 911 Grant Programs
19 79
14. Assurances
ACCEPTANCE OF TERMS AND CONDITIONS: The grantee accepts all grant terms and
conditions. Grantee understands that grants are contingent upon the availability of funds.
DISCLAIMER: The grantee certifies that the facts and information contained in this
application and any attached documents are true and correct. If this requirement is
violated, the grantee is subject to revocation of the grant and return of all grant funds and
interest accrued (if any), pursuant to the E911 Board authority and any other remedy
provided by law.
NOTIFICATION OF AWARDS: The grantee understands and accepts that the notice of
award will be advertised on the Florida E911 website.
MAINTENANCE OF IMPROVEMENT AND EXPANSION: The grantee agrees that any
improvement, expansion or other effect brought about in whole or part by grant funds will
be maintained. No substantial changes or departures from the original proposal shall be
permitted unless the E911 Board gives prior written authorization. Any unauthorized
change will necessitate the return of grant funds, and accrued interest (if any) to the E911
Board.
The county certifies that all applicable state procurement rules/procedures have been met.
Failure to use grant funds as represented jeopardizes the grantee's eligibility to be
considered for future funding.
15. Authority
I hereby affirm my authority and responsibility for the use of funds requested.
SIGNATURE — CHAIR, BOARD OF COUNTY COMMISSIONERS DATE
OR COUNTY MANGER/ADMINISTRATOR
Printed Name
Chairman
Position
Regional Signatures if Applicable (add additional lines if needed)
Application and instructions for 911 Grant Programs, revised May 2023
W Form 3A, incorporated by reference in Fla. Admin. Code R. 60FF1-5.003 911 Grant Programs
20
80
INDIAN RIVER COUNTY, FLORIDA
AGENDA ITEM
Assistant County Administrator /
SANDRIDGE GOLF
Date: November 21, 2023
To: The Honorable Board of County Commissioners
Thru: John A. Titkanich, Jr., County Administrator
Michael C. Zito, Assistant County Administrator
From: Bela Nagy, Golf Professional
Subject: Additional Service No. 4, for Additional Civil Engineering Services — St John's
River Water Management District Permit Modification for Sandridge Golf
Club - New Clubhouse
DESCRIPTION AND CONDITIONS:
On October 1, 2021, Indian River County and Sandridge Golf Club entered into an agreement with
Sun Patrick Architecture, Inc., DBA Sparcdesign for professional services for the Sandridge Golf
Club Clubhouse through RFQ 2021020. Sparcdesign has submitted an additional service request
#4 for additional scope of work for the Engineer to certify the existing master system is constructed
and functioning as designed and permitted.
Sparcdesign has proposed to perform this work as an additional service utilizing the terms outlined
in the Agreement for Professional Services for Sandridge Clubhouse Architectural Design Services
— RFQ2021020-Master Plan Study Phase dated October 1, 2021. The cost for the additional civil
engineering services is a fixed fee of $4,620. This brings the total contract price to $458,155.
The General Conditions of the contract state "without invalidating the Agreement and without
notice to any surety, OWNER may, at any time or from time to time, order additions, deletions, or
revisions in the Work by a Written Amendment, a Change Order, or a Work Change Directive."
There are no prohibitions in Florida Statute or the Purchasing Manual for a work order at this level
of cost.
FUNDING:
Funding, in the amount of $4,620, for the Additional Service No. 4 is available in the Sandridge/
WIP/Clubhouse/Event Space account, number 418-169000-21018.
Descri tion
Account Number
Amount
Sandrid a/WIP/Clubhouse/Event Space
418-169000-21018
$4,620
C:\Granicus\Legistar5\L5\Temp\5e246753-3cf3-4bb4-9fb3-3d1 d4b96fO44.doc
81
Page two
Additional Service No. 4, Additional Civil Engineering Services Sandridge Golf Club New Clubhouse
RECOMMENDATION:
Staff recommends approving Additional Service No. 4 authorizing the $4,620 increase to the
contract with Sparcdesign and authorizing the Chairman to sign the Additional Service No. 4 on
behalf of the Board. The new total contract price will be $458,155.
ATTACHMENTS:
• Sandridge Clubhouse Architectural Design Services RFQ 2021020 — Master Plan Study
Phase Executed Agreement
• Additional Service #1, Master planning hourly not to exceed overage
• Additional Service #2, Additional Civil Engineering Services request
• Additional Service #3, Additional Civil Engineering Services request
• Additional Service #4, Additional Civil Engineering Services request
C:\Granicus\Legistar5\L5\Temp\5e246753-3cf3-4bb4-9fb3-3d1d4b96fO44.doc
82
AGREEMENT FOR-IR)WESSIONAL SERVICES for
ie Clubhouse Architectural nesinn Sprvinp. z — RFr) gr171ry?n _
NMI
THIS AGREEMENT for PROFESSIONAL SERVICES ("Agreement"), entered into
as of this 14th day of September, 2021 by and between INDIAN RIVER COUNTY, a
;political subdivision of the State of Florida, whose address is 1801 27th Street, Vero Beach FL
'32960 ("COUNTY"), and SUN PATRICK ARCHITECTURE, INC, DBA sparcdesign
("Consultant"):
BACKGROUND RECITALS:
A. In accordance with the Consultants' Competitive Negotiations Act, Section
287.055, Florida Statutes, the COUNTY solicited, evaluated and developed ranking of firms
to provide Sandridge Clubhouse Architectural Design Services ("Project"), based on
statement of qualifications received in response to Request for Qualifications 20121020.
B. As a result of its response, the County has selected Consultant to provide
certain professional services relating to Sandridge Clubhouse Architectural Design Master
Plan Study Phase Services ("Ser✓ices") as more fully set forth in the Proposal for Mater Plan
Study, attached as "Exhibit A" to this Agreement and made a part hereof by reference.
' The Consultant is willing and able to perform the Services for the COUNTY on
the terms and conditions set forth below; and
D. The COUNTY and the Consultant wish to enter into this Agreement for the
Consultant's Services for the Project.
NOW THEE, in recognition and consideration of the above Recitals, which are
not merely prefatory, but are incorporated by reference as though fully set forth herein and form
part of the consideration, terms and conditions of this Agreement, and in accordance
with the mutual covenants herein contained and other good and valuable consideration, the
receipt and sufficiency of which are hereby acknowledged, the parties agree as follows:
GENERAL.
1.1 The Background Recitals are true and correct and form a material part of this
Agreement.
12 All professional services provided by the Consultant for the COUNTY shall be
as identified in Exhibit A. The parties agree that the not to exceed services rates in Section 111..
Payment and Compensation of Exhibit A are the basis to be used for billing purposes and that
Consultant's compensation is the total lump sum as set forth in paragraph 5.1. Consultant's
services will be performed in a timely, efficient, cost effective manner. In the performance of
:professional services, he Consultant will use that degree of care and skill ordinarily exercised
by. other similar professionals in the field under similar conditions in similar localities. The
Consultant will use due care in performing its services and will have due regard for acceptable
architectural design standards and principles. Consultant's standard of care shall not be
.83
altered by the applicaMA, interpretatii*, or construction of any other provision of this
Agreement.
1.3 Additional services which would increase, decrease or which are otherwise
outside the scope of Services or level of effort contemplated by the Exhibits shall be
Services for which the Consultant must obtain the prior written approval of the COUN 'las
provided by this Agreement. All terms for the performance of such Services must be agreed
upon in a written document prior to any deviation from the terms of the Agreement, and when
properly authorized and executed by both the Consultant and the COUNTY shall become
an amendment to the Agreement.
2. COUNTY OBLIGATIONS.
2.1 The COUNTY will provide the Consultant with aWpy of any preliminary data
or reports available as required in connection with Un work to be performed under this
Agreement, together with all available drawings, surveys, right-of-way maps, and other
documents in the possession of the COUNTY pertinent to the Project and as otherwise
provided In Exhibit A. The Consultant is responsible for bringing to the COUNTY's
attention, for theUNTY's resolution, material inconsistencies or errors in such data that
are made known to the Consultant, but Consultant is not responsible for discovering errors,
omissions, or inconsistencies in the drawings or data provided.
2.2 The COUNTY shall arrange for access to, and make provisions for the
Consultant to enter upon, public and private property (where required) as necessary for the
Consultant to perform its Services, upon the timely written request of Consultant to COUNTY.
2.3 The COUNTY shall promptly execute all permit applications necessary to the
Project.
2.4 The COUNTY shall examine any and all reports, sketches, proposals and other
documents presented by the Consultant, and render, in writing, decisions pertaining thereto
within a reasonable time.
2.5 Approval by the COUNTY of any of the Consultant's work, including but not
limited to written, reports, or any work products of any nature whatsoever furnished
hereunder, shall not in any way relieve the Consultant of responsibility for the technical
accuracy and adequacy of the work. Neither the COUNTY's review, approval or acceptance
of, or payment for, any of the Services furnished under this Agreement shall be construed to
operate as a waiver of any rights under this Agreement or of any cause of action arising out
of the performance of this Agreement. The Consultant shall be and remain liable in
accordance with all applicable laws for all damages the COUP C aused by the negligent
performance by the Consultant of any of the Servicurnished under this Agreement.
2.6 The COUNTY reserves the right to appoint one or more County Project
Managers for the specific Services in connection with this Agreement. The Project
Manager shall: (a) act as the COUNTY's agent with respect to the Services rendered
hereunder; (b) transmit instructions to and receive information from the Consultant, (c)
2
84
communicate the COUNTY's policies and decisions to the Ca regarding the
Services; and (d) determine, initially, whether the Consultants ;rs fdMkng its duties,
responsibilities, and -obligations hereunder.
2.7 The COUNTY shall give prompt written.:notice to the Consultant whenever the
COUNTY observes or otherwise becomes awareey, development that affects the timing or
delivery of the Consultant's Services, U #tie; Consultant has been delayed in completing its
Services through no fault or negligence of either the Consultant or any sub- consultant, and, as
a result, will be unable to perform fully and satisfactorily under the provisions of this
Agreement, then the Consultant shall promptly notify the Project Manager. In the
COUNTY's sole discretion, and upon the submission to the COUNTY, of evidence of the causes
of the delay, this Agreement shall be modified in writing, subject to the COUNTY'S rights to
change, terminate, or stop any or all of the Services at any time in accordance with this
Agreement.
.2.8 The Consultant shall not be considered in default for a failure to perform if such
failure arises out of causes reasonably beyond the Consultant's control and through no fault or
negligence of the Consultant. The parties acknowledge that adverse weather conditions, acts
of God, or other unforeseen circumstances of a similar nature, may necessitate
modifications to this Agreement. If such conditions and circumstances do in fact occur, then
the COUNTY and Consultant shall mutually agree, in writing, to the modifications to be
made to this Agreement.
-•� • •► Pili It IFII►
3.1 The Consultant agrees to perform all necessary Services as outlined In F
A, in connection with the assigned Project(s) as set forth in this Agreement.
3.2 The Consultant agrees to complete the Project in a timely manner and within a
mutually agreed upon schedule, as may be modified from time to time.
3.3 The Consultant will maintain an adequate staff of qualified personnel and
assign them to work on the project as necessary to complete the agreed upon scope of
services.
3.4 The Consultant will comply with all present and future federal, state, and local
laws, rules, regulations, policies, codes, and guidelines applicable to the Services performed
under this Agreement.
3.5 The Consultant, as a part of the consideration hereof, does hereb covenant WW
agree that: (11)' in connection with the furnishing of Services to the COUNTY hereunder, no
person shall be excluded from participation its, denied the benefits of, or otherwise subjected
to discrimination in regard to the services to be performed by, Consultant under this
Agreement1 the grounds of such person's race, color, creed, national origin, religion,
physical disability, age or sex; and (2).the Consultant shall comply with all existing requirements
concerning discrimination imposed by any and all applicable local, state, and ,federal rules,
regulations, or guidelines, as such rules, regulations, or guidelines may be fratntime to time
3
85
amended.
3.6 The Consultant shall, during the entire term of this Agreement, procure and keep
in full force, effect, and good standing any and all necessary licenses, registrations certificates,
permits, and any and all other authorizations as are required by local, state, or 'federal law,
in order for the Consultant to render its Services as described in this Agreement. '
Consultant shall also require all sub -consultants to comply by contract with the provisionsf`
this section.
3.7 The Consultant will cooperate fully with the COUNTY in order that all
phases of the work may be properly scheduled and coordinated.
3.8 The Consultant will cooperate and coordinate with 0t1 Vt COt1NW
consultants, as directed by the OOU1114TY.
3.9 The Consultant shall report the status of the Services under this Agreement to
the County Project Manager upon request and hold all related work open to the review
of the County Project Manager or his authorized agent at any time, upon reasonable
request.
3.10 All documents, reports, field books, survey notes and,"information, and other data
developed by the Consultant for the purpose of this Agreement„ are and shall remain the
:property of the COUNTY. The foregoing items will be -created, maintained, updated, and
provided in the format specified by the County. When all work contemplated under this.
Agreement is complete, all of the above data shall be delivered to the County Project Manager.
3.11 The Consultant will confer with the COUNTY during the project(s) for which the
Consultant has provided Services, and the Consultant will make corrections to the
Consultant's Work Produot, based an the Scope of Services Defined in Exhibit A, at no
additional cost to the OOUNTY, within thin (30) calendar days of notice by the COUNTY,
or upon a determination of the Consultant th4t corrections are needed, whichever event shall
first occur.
3.12 The Consultant agrees to maintain complete and accurate books and
records ("Books"), in accordance with sound accounting principles and standards for all
Services, costs, and expenditures under this Agreement. The Books shall identify the
Services rendered during each,,month of the Agreement and the date and types of each
Project -related expense. The fUA"Y shall have the right, at any reasonable time and
through any of its designated agents or representatives, to inspect and audit the Books for
the purpose of verifying the accuracy" of any invoice. The CONSULTANT shall retain the
Books, and make them available to the COUNTY as specified above, until the later of three3)
years after the date of termination of this Agreement, or such longer time if required; by
any federal, state, or other governmental law, regulation, or grant requirement.
3.13 The Consultant shall not assign ar, transfer any work under this Agreement
without the prior written +consent of the WUh!* However, the Consultant Is permitted to
retain sub -consultants to perform work finder this Agreement. When applicable and upon
receipt of such consent from the COUNTY, the Consultant shall cause the names of the
4
86
professional subconsultant firms responsible for the major portions of each separate specialty of
the work to be inserted on the reports or other data.
3.14 All documents, prepared by the Consultant pursuant to this Agreement are
related exclusively to the Services describedherein and are not intended or represented to be
suitable for reuse by the COUNTY or others on any other project. Reuse of any documents
prepared by the Consultant is prohibited and shall be at the COUNTY's own risk. The
Consultant shall not be held liable for any modifications made to the documents lay others.
3.15 Consultant is registered with and will use the Department of Homeland
Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all
newly hired employees for the duration of this agreement,, as required by Section 448.095,
F.S. Consultant is also responsible for obtaining proof ~E -Verify registration and utilization
for all subconsultants.
4. TERM; TIME FOR COMPLETION.
4.1 The time for completion of the Project shall be defined in EAft4k
5. COMPENSATION.
1 The COUNTY shall pay to the Consultant a mutually agreed professional fee of
TWENTY-FIVE THOUSAND DOLLARS, to be paid in monthly installments or on a
deliverable basis, all as set forth in Exhibit A. Invoices shall be submitted to the County
Project Manager, in detail sufficient for proper prepayment and post payment audit. Upon
submittal of a proper invoice the County Project Manager will determine if the tasks or
portions thereof have been satisfactorily completed. Upon a determination of satisfactory
completion, the County Project Manager will authorize paymentlt ,,be made. All payments
for services shall be made to the CONSULTANT the COUNTY in accordance with the
Florida Prompt Payment Act, as may be amended from time to time (Section 21&.7% Florida
Statutes, et seq.).
51.1 The Consultant acknowledges and agrees that it will not be reimbursed for travel
within the State of Florida, except for standard government mileage rates for the Architect's
employees and consultants, associated with its Services on this Project.
5.1.2 The COUNTY shall make direct payment of all permit fees paid to regulatory
agencies for approvals directly attributable to the Services under the Project. These permit
fees do not include those permits required for any construction contractor.
5.2 The COUNTY may at arty time notify the Consultant of requested changes to
the Services, and thereupon the CWNTY and the Consultant shall execute a mutually
agreeable amendment to this Agreement.
5.3 The COUNTY shall have the sole right reduce or eliminate, in wholecar in part,
any portion of the Services under Exhibit A at any time and for any reason, upon written notice
to the Consultant specifying the nature and extent of the reduction. In such event, the
87
Consultant shall be paid for the Services already performed and also for the Services
remaining to be done and not reduced or eliminated, upon submission of invoices as set
forth in this Agreement.
5.4 The COUNTY may, at any time and for any reason, direct the Consultant to
suspend Services, in whole or in part under this Agreement. Such direction shall be in writing,
and shall specify the period during which Services shall be stopped. Tim Consultant
shall resume its Services upon the date specified, or upon such other date as the COUNT`
may thereafter specify in writing. Where the COUNTY has suspended the services under this
Agreement for a period in excess of six (6) months, the compensation of Consultant for such
suspended Services may be subject tO `t'1liiodification. The period during which the Services
are stopped by the AUNTY shall be=added to the time of performance of this Agreement.
6.1 If services in addition to the Services provAded hereunder are required or
desired by the County in connection with the Project, the COUNTY may, at the sole option of
the COUt4TY` separately obtain same outside of this Agreement; or request the Consultant
to provide, either directly by the Consultant or by a sub -consultant, such additional services
by a written amendment to this Agreement.
7. INSURANCE AND INDEMNIFICATION.
7.1 The Consultant shall not commence work on this Agreement until
obtained all insurance required under this Agreement and such insurance has been
approved by the County's Risk Manager.
7.2 Consultgnft insurance coverage shall be primary.
7.3 All required insurance policies shall be placed with insurers licensed to do
business in Florida and with a Best's rating of A VII or better.
7.4 The insurance policies procured shall be occurrence forms, not claims made
policies with the exception of professional liability.
7.5 A certificate of insurance shall be provided to the County's Risk Manager for
review and approval, ten (10) days prior to commencement of any work under this
Agreement. The COUNTY shall be named as an additional insured on commercial general
liability policy.
7.6 The insurance companies selected shall send written verification, to the
County Risk Manager that they will provide 30 days prior written notice to the Qpull t Risk
Manager of its intent to cancel or modify any required policies of insurance.
7.7 Consultant shall include all sub -consultants as insured under 1tspolicies or shall
furnish separate certificates and endorsements for each sub -consultant. All coverages for
sub -consultants shall be subject to all of the requirements stated herein.
&i
88
7.8 Consultant agrees that it now carries and will continue fo carry during the
performance of this Agreement, at its own expense, the applicable insurance policies
indicated below, with limits not less than those specified. Any insurance on a "claims made"
basis shall be maintained for at least 3 years after completion of the Services.
AA Worker's Compensation —Statutory
B. Employer's Liability - $1,000,000 per occurrence
C. Commercial General and Contractual Liability — $f';000,000 per occurrence
D. Automobile Liability - $1,000,000 per occurrence
L Umbrella Liability - $2,000,000 aggregate (in excess of B., C. and Bove)
. Professional Liability - $1,000,000 per claim/aggregate.
7.9 The Consultant shall indemnify and hold harmless the CO `' and its
officers and employees, from liabilities, damages, losses, and costs, including, but not limited
to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or
intentionally wrongful conduct of the Consultant and other persons employed or utilized
by the Consultant in the performance of this Agreement.
8. TERMINATION.
8.1 This Agreement may be terminated: (a) by the COUNTY, for any reason, upon
thirty (30) days' prior written notice to the Consultant; or (b) by the Consultant, for any reason,
upon thirty (30) days' prior written notice to the COUNTY; or (c) by the mutual Agreement of the
parties; or (d) as may otherwise be provided below. In the event of the termination of this
Agreement, any liability of one party to the other arising out of any Services rendered, or
for any act or event occurring prior to the termination, shall not be terminated or released.
8.2 In the event of termination by the COUNTY, the COUNTY shall be obligated to
pay the Consultant for those portions of completed work previously authorized Wder this
Agreement. Such payment shall be determined on the basis of the percentages f work
performed by the Consultant; up to the time of termination. In the event of such termination,
the COUNTY may, without penalty or other obligation to the Consultant, elect to employ other
persons to perform the same or similar services.
8.3 In addition to the termination rights set forth in 8.1, the obligation to provide
services under this Agreement may be terminated by either party upon seven (7) days prior
written notice in the event of substantial failure by the other party to perform,in accordance
with the terms of this Agreement through no fault of the terminating party.
8.4 In the event that the Consultant merges with another company, becomes a
subsidiary of, or makes any other substantial change in structure, the COUNTY reserves the
right to terminate this Agreement in accordance with its terms.
8:.5 In the event of termination of this Agreement, the Consultant agrees to
surrender any and all documents prepared by the Consultant for the COUNTY in connection
with this Agreement.
7
89
8.6 The COUNTY may terminate this Agreement for refusal by the Consultant to
allow public access to all documents, papers, letters, or other material subject to Fte`
;provisions of Chapter 14M Florida Statutes and made or received by the Consultant in
conjunction with this Agreement.
8.7 The COUNTY may terminate this Agreement V " Or in part if the
Consultant submits an intended false invoice to the COUNTY.
8.8 TERMINATION IN RWARDS TO 1`.8. 287135: Consultant certifies that it and
those related entities of Consultant as defined by Florida law are not on the Scrutinized
Companies that Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes,
and are not engaged in a boycott of Israel. In addition, Ifthis agreement is for goods or services
of one million dollars ttr more, Consultant certifies that it and those related entities of
Consultant as defined`by Florida law are not Qa the Scrutinized Companies with Activities
in Sudan List or the Scrutinized Companies withActivities in the Iran Petroleum Energy Sector
List, created pursuant to Section 215.473 of 00 Florida Statutes and are not engaged in
business operations in Cuba or Syria.
8.8.1 COUNTY may terminate this Contract if Consultant is found to have submitted
a false certification as provided Under section 287.135(5), Florida Statutes, been placed on
the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with
Activities in the Iran Petroleum Entergy Sector List, or been engaged in business operations
in Cuba or Syria, as defined by section 287.135, Florida Statutes.
8.8.2 COUNTY may terminate this Contract if Consultant, including all wholly owned
subsidiaries, majority-owned subsidiaries, and parent companies that exist for the purpose of
making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel
List or is engaged in a boycott of Israel as set forth in section 25.4725, Florida Statutes.
' o ■ ► ►1.19 1-1,1111•► K434all 1 2W -111111=W9141►
9.1 Execution of this Agreement by the Consultant shall act as the execution of a
truth -in -negotiation certificate certifying that the wage rates and costs used to determine the
compensation provided forin this Agreement are accurate, complete and current as of the
date of the Agreement. The original contract price and any additions thereto will be adjusted
to exclude any significant sums by which the 0UNTY determines the contract price was
increased due to inaccurate, incomplete, or noncurrentwage rates and other factual unit costs.
All such contract adjustments must be made within 1 year following the end of the
contract. COUNTY has the authority and right to audit Consultant's records under this
provision. The COUNTY does not hereby waive any other right it may have pursuant to Section
5, Florida Statutes, as it may be from lime- to -time amended.
9.2 Pursuant to the Consultants' Competitive Negotiations Act, oF. S. section
287, ,
.055, the Consultant warrants that it has not employed or retained an oo"* - or person
other than a bona fide employee working solely for the Consultant to tolicit of secure this
Agreement and that it has not paid' or agreed to pay any company or person other than a
bona fide employee working solely for the Consultant any fee, commission, percentage fee,
gifts or any other considerations, contingent upon or resulting., from the award or making of
8
90
this contract. For breach of violation of this provision, the COUNTY shall havalhe iWJa
terminate this Agreement without liability and, at its discretion, to deduct from the caidrad
price, or otherwise recover, the full amount of such fee, commission, percentage, -; of
consideration.
10. NMCELLANOUS PROVISIONS.
10.1 Independent Contractor. Itis specifically understood and acknowledged by the
parties hereto that the Consultant or employees or subconsultants of the Consultant are in
no way to be considered employees of the COUNTY, but are independent contractors
,performing solely under the terms of the Agreement and not otherwise.
12 Merger; Modification. This Agreement incorporates and includes all prior and
contemporaneous negotiations, correspondence, conversations, agreements or
understandings applicable to the matters contained herein and the parties agree that there
are no commitments, agreements, or understandings of any nature whatsoever con cerrong
the subject matter of the Agreement that are not contained in this document. Accordingly, ft is
agreed that no deviation from the terms hereof shall be predicated upon any prior or
contemporaneous representations or agreements, whether oral or written. No alteration,
change, or modification of the terms of this Agreement shall be valid unless made in writing and
signed by the Consultant and the COUNTY.
10.3 Governing Law, Venue. This Agreement, including all attachments hereto, shall
be construed according to the laws of the State of Florida. Venue for any lawsuit brought by
either party against the other party or otherwise arising out of this Agreement shall be in Indian
River County, Florida, or, in the event of federal jurisdiction, in the United States District Court
for the Southern District of Florida. The prevailing party in any lawsuit arising out of or related
to this Agreement shall be entitled to recover its reasonable attorney's fees and costs,
including fees and costs through appeal. The parties expressly and voluntarily waive any
and all rights to Mal by jury in connection with any litigation arising out of or related to
this Agreement.
10.4 Remedies; No Waiver. All remedies provided in this Agreement shall be
deemed cumulative and additional, and not in lieu or exclusive of each other or of any other
remedy available to either party, at law or in equity. Each right, power and remedy of the parties
provided for in this Agreement shall be cumulative and concurrent and shall be in addition to
every other right, power or remedy provided for in this Agreement or now or hereafter existing
at law or in equity or by statute or otherwise. The failure of either party to insist upon
compliance by the other party with any obligation, or exercise any remedy, does not waive
the right to so in the event of a continuing or subsequent delinquency or default. A party's
waver of one or more defaults does riot constitute a waiver of any other delinquency or
default. If any legal action or other proceeding is brought fbr Vie enforcement of ft
Agreement or because of an alleged dispute, bread default tib' misrepresentallion In
connection with any provisions of this Agreement, each party shall bear its own costs,
10.5 Severability. If any term or provision of this Agreement or the application thereof
to any person or circumstance shall, to any extent be held invalid dir unenforceable for the
9
91
remainder of this Agreement, then the application of such term or provision to persons or
circumstances other than those as #o which it isheld invalid or unenforceable shall not be
affected, and every other term and;provision of this Agreement shall be deemed valid and
enforceable to the extent permittedby law.
10.6 Availability of Funds. The obligations of the COUN"11Y under this Agreement are
subject to the availability of funds lawfully appropriated for its purpose by the Board of County
Commissioners of Indian River County.
10.7 No Pledge of Credit. The Consultant shall not pledge the COUNTY's credit or
make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien or
any form efindebtedness.
10.8 Public Records. COUNTY is a public agency subject to Chapter 119, Florida
Statutes. The Consultant shall comply with Florida's Public Records Law. Specifically, the
Consultant shall:
10.841 Keep and maintain public records required by the CC)kjkW, to perform
the service.
1G_&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.
10.8.3 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 Consultant
does not transfer the records to the COUNTY.
10.8.4 Upon completion of the contract, transfer, at no cost, to the COUNTY all
public records in possession of the Consultant or keep and maintain public records required
by the COUNTY to perform the service. If the Consultant transfers all public records to the
COUNTY upon completion of the contract, the Consultant shall destroy any duplicate public
records that are exempt or confidential and exempt t public records disclosure
requirements. If the Consultant keeps and maintains public records upon completion of
the contract, the Consultant 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.
IF THE CONSULTANT HAS WESTIONS REGARDING THE
APPLICl4 OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONSULTAWM DUTY TO PROVIDE PU13LX RECORDS REL WING
TO THIS CONTRACT, CONTACT THE WLMTODIAN CW PUC
RECORDS AT:
(M) 226-1424
92
10.9 Notices. Any notice, request, demand, consent, approval, or other
communication required or permitted by this Agreement shall be given or made in writing and
shall be served, as elected by the party giving such notice, by any of the following methods:
(a) Hared delivery to the other party; (b) Delivery by commercial overnight courier service;
or (c) Mailed by registered or certified mail (postage prepaid), return receipt requested at the
addresses of the parties shown below:.
County: Indian River County
Attn.- Bela Nagy, Director of Golf
Sandridge Golf Club
-5300 73" Street
Vero Beach, FL 32967
Email: bnagy(a7ircgom
Consultant: Sun Patrick Architecture, Inc.
DBA, sparcdesign
Attn: Sean Patrick Sukhu
3021 Jupiter Park Circle
Suite 102
Jupiter, FL 33458
Email: sean(jd�sparcdesign.us
10.10 Survival. Except as otherwise expressly provided herein, each obligation
in this Agreement to be performed by Consultant shall survive the termination or expiration
of this Agreement.
Notices shall be effective when received at the address as specified above. Email
transmission is acceptable notice effective when received, provided, however, that email
transmissions received after 5:00 p.m. or on weekends or holidays, will be deemed
received on the next daythat is not a weekend day or a holiday. The original of the notice must
additionally be mailed. `Either party may change its address, for the purposes of this section,
by written notice to the other party given in accordance with the provisions of this section.
10.11 Construction. The headings of the sections of this Agreement are for the
purpose of convenience only, and shall not be deemed to expand, limit, ior modify the
provisions contained in such Sections. All pronouns and any variations thereof shall be
deemed to refer to the masculine, feminine or neuter, singular or plural, as the identity of the
party or parties may require. The parties hereby acknowledge and agree that each was
properly represented by counsel and this Agreement was negotiated and drafted at arm's-
length so that the judicial rule of construction to the effect that a legal document shall be
construed against the draftsperson shall be inapplicable to this Agreement
11
_. _ 93
Exhibit A — Proposal for Master Plan Study
13
95
FA-tdbit A - Proposal for Master Pian Study
96
I1. Scope of Work- Basic Services
a. Phase I— kick off design charette/programmin g: (Part of Phase I was included in
the RFQvesponse to RFQ 2021020)
i. Dick off charette - sparcdesign will schedule a Wie-day working session with
the design committee and staff to kick off the (easter plan process. This will
include a round table discussion to review# current planning ideas on
the different facilities to be studied, interviewing appropriate staff,
photographing, and doing some preliminary overlay sketches and
concepts distilled from the meetings: Other goals will be % begin
developing programmatic requirements for each of the facilities to be
studied. We will also discuss overall project goals and outline a project
schedule. We will discuss delivery methods and materials the county
requires for presenting to the Sandridge Design Committee.
b. Phase II - Programming and masterplan solutions (Part of Phase li was included in
the RFQ response to RFQ 2021020)
i. Programming - Following the team's initial kick off, sparcdesign will create
a running meeting agenda and begin to formalize the project schedule
and program requirements for each facility. Refined programming for
each project will include the following
1. Identify each project/facility type and gather relevant
programmatic information for each existing space .
2. Establish goals and objectives specific to each project type/space
3. Discuss Strategies for implementing goals and objectives based on
strategic planning master plan sketches.
4. Discuss overall project budget
5. Program Document summarizing information gathered from Phase
1-2.
ii. Master Plan solutions- Once the program for the master plan is developed
sparcdesign will proceed with developing refined master plan sketch
solutions. We will study to the existing site plan and develop solutions to
integrate the master plan program. This will include studies on how the
proposed facilities will impact the existing property. A site analysis of the
different opportunities and constraints available. A parking analysis will also
be, included studying the current and future parking counts affected by the
master plan study. During this phase we will translate the program
requirements for the facility improvements into conceptual floor plans ,>
inform the building sizes and went onsite. We will include up to fl)
options for the site and floor plan studies in the base fee. During this phase
we will also utilize concept photos of similar types of projects to help
summarize the club's goals in a visual manner.
Phase 10 - Schedule and Budget Verlflcation
L used on the Phase II outcomes, sparcdesign along with the County's
leadership will use the client approved solutions to create a conceptual
tnasterplan schedule from document implementation through
construction. We will also produce a conceptual budget based on the
approved solutions and historical construction cost data. The information
from this phase will be integrated into the program document noted in
Phase II.
d. Phase IV - Presentation Package
i. With information developed from Phase I, II and III sparcdesign will produce
presentation materials in order to communicate the ideas gathered for the
master plan study.
1. Master Plan Study materials
a. program document as noted inPhase II and III above
b. Conceptual site plan
. Conceptual floor pian
d, Conceptual Elevation study
06, 3D conceptual renderings are available at request as an
additional service. (See paragraph Ill.e)
+! ;V -Presentation (Optional)
I. 06t included in the base services. Available at request for Board
PresentatiO hall meetings, focus groups, etc. Will be billed hourly as
requested.
f Phow - Schematic Design - Construction Administration (TBD)
Mot included in Master plan services. Phase VI, Schematic Design through
Construction Administration services will be defined in a separate proposal
once the master plan phase is approved and the final scope of services for
the project is defined. See paragraph Il.f.iii for estimated professional fees
for,Schematic Design through Construction Administration Phase.
ii. Professional and consulting services to be included under the Phase VI
agreement:
I . Architectural
. Structural Engineering
Heating, Ventilating and Air Conditioning (HVAC) Engineering
4.; PlumbingEngineering
Electrical Engineering
b. Landscape Architecture/Planning
Civil Engineering
8. Interior Design
9. Kitchen Design Consulting
10. ACbustical Design Consulting
_4 Pae
iii. Schematic Design through Construction Administration Fee Estimate
Worksheet
Sandridge Golf Club Fee worksheet
Miering
UNION Nb
1.
25,000.00
Subtotal
2,00.0
63,00
,0.005
......: -..
me
$ 157,50D.00
ons
S
7,000.00
59,500.00
' Subtotal
$ 350,000.00
_v;:...
S
55,000.00
Ftxdffee
ii. Final landcape, hardscape construction
TBD (Pending approval of site plan
documents
and identifying scope of work for
Subtotal
$
ss,000.00
Civil Engineering
I.
Site Development/Permit Pians
$
il.
Subtotal
$
Interior Design
1.
Design Services
TBD (Pending approval of master plan
and interior design scope)
FF&A Procurement
li.
TBD(Purchasing on behalf of client
shall be provided under a separate
contract with Interior 06 --sign
S
..„
Subtotal
$
Kitchen Consultant Design Services
1.
Design Services
$
21,450.00
-
Subtotal
$
21,450.00
.... ..
Acoustical Consulting
i.
Design Services
$
8,800.00
-'
Construction Administration
$
-
ii.
Subtotal
$
8,890.00
Pi ►fesdO fetes ere e;=Ws
based on a 1 -story 15,000 sf
clubhouse building and the current
site masterplan per our response to
Sandridge Clubhouse Architectural
TOW
250.00
I Deshm Services - RFQ 2021020
R5_1 P 8 g e
esign
III. Payment and Compensation
a. The owner shall pay the Architect an Initial payment of ($2,500) as q7
payment under this agreement. The initial payment shall be creditec$'[b #"
iftv�ee.
b. Basic Services as outlined in paragraph 11 above, as authorized in writing bit the
client, for the hourly fee, Not to Exceed listed below, plus reimbursable expenses.
i. Phase -Sentkm
Not to exceed
$2,000.00
ii. Phase Il.i -SerAces
Not to exceed
$2,000.00
iii. Phase Ilii -4ices
Not to exceed
$15,000.00
W Phase l - ices
Not to exceed
$1,000.00
t?W-services
Not to exceed
$5,000.00
Phase,' -Services
See Estimate
worksheet
$0.00
Total
$25,000.00
c. Reimbursabte_ExDense
i. Additional costs and expenses (i.e., large format drawing copies, 00,
prints, courier's/delivery, and mileage) will be billed at a multiplier .
times the amounts expended by the Architect, the Architect's employees,
and consultants in the interest of the project.
d. Additional Services
L The following are not part of Basic Services but can be added to the
scope of work for additional services at the client's request.
1. Any services not included in the Scope of Services, Paragraph 11.
2. Preparation of agency submittals and attendance at
hearings/meetings required for government approvals ..
3. Conceptual 3d renderings (estimated cost $2,500.00 perview)
4. Virtual walk-thru conceptual videos
5. Preparation and printing presentation booklets/large format prints.
ii. Additional services hourly rates, Pdncipal $225/hour, Project Manager
$185/hotx, CAD drafter $90/hourand clerical $65/hour.
iii. For consultant additional service as authorized by the Client,
compensation shall be mputed hourly as a multiple of 1..jj,*es the
amount billed to the Architect -for such services.
V. Other Provisions
a. PURE " SECTION , 3.0035 FLORID : .
PATIM ARCH , AM% WM NSIBLERAW
MIRY IE PROFESSIONiAR =.ff AGREES TO _
s,p a r d P S 1 1`l 3021 Jupitecfa 102.. A� ` :.: " .
- :WWW
- 141
6- P
PROVIDE UNDER THIS AGREEMENT.NO INDIVIDUAL
PROFESSIONAL EMPLOYE11, AGENTk DIRECTORO.OFFICM
OR PRI
t BE INNOUAUY
E GRIGIRNM ARISING 00t7of THIS CONTRACT.
The owner acknowledges that design and construction projects are proneft
.changes in the scope of work for a variety of reasons and that a contingerlcy'"
be budgeted in ardance with the standard of care normally associated'
a project Qt this Qomplexity aW location. In order for Owner to obtain a benefit
of a fee which is a lesser allowance for funding risk. The Owner agrees to limit the
Architect liability arising from professional acts errors and omissions such that the
total liability
Authorization to provide the above services:
Sincerely,
zAkaoq, R�*�
Sean P Sukhu, Partner
Owner Signature and date
Printed name and title
May 11,2022
The Owner.
iota Nagy, Director of Goff, RGA
c/o Indian River County Rgehasing Division
1800 271h Street
Vera Beoch> Floddo 32960
August 8,2022
The Owner:
Bela Nagy, Director of Golf, PGA
c/o Indian River County Purchasing Division
1800 27", Street
Vero Beach, Florida 32960
The Architect:
Sun Patrick Architecture, Inc.
DBA: sparcdesign
3021 Jupiter Park Circle, Suite 102
Jupiter, FL 33458
RE: Sandridge Golf Club New Clubhouse
sparcdesign project 2021.159
Additional Service #2, Additional Civil Engineering Services
Dear Mr. Nagy:
We are submitting this additional service request for additional scope of work to complete the Civil Engineering Design for
the New Clubhouse. The additional scope of work arose as a result of coordination with County Engineering for
requirements to Sprinkler the new clubhouse. It was discovered that the existing domestic water supply feeding the site
was insufficient size to meet the county requirements to serve the building's domestic water supply and the Sprinkler system.
As a result, a new water supply service will need to be designed leading from the main supply on 58th avenue to the site.
The tasks are outlined below for the design of the new system.
Task F: Potable Water Extension Main Design
Task G: Permitting
Task H: Responses to Request for Additional Information
We propose to perform this work as an additional service utilizing the terms outlined in the Agreement for Professional
Services for Sandridge Clubhouse Architectural Design Services - RFQ2021020-Master Plan Study Phase dated October 1,
2021. We propose to perform Task 'F' and 'G' work for a fixed fee of eleven thousand two hundred twenty dollars ($11,220).
We propose to perform Task 'H' work for a "Not to Exceed" fee of six thousand six hundred dollars ($6,600).
Feel free to contact me with any comments or questions you have. Acceptance of this proposal may be indicated by
signing, dating, and returning (1) copy of this letter.
APPROVED AS TO
Sincerely, AND LEGAL 81-
San khu,Partner
.•'pv�t •Miss . �`!,A"
Attest: Jeffrey R. Smith, Clerk of
Circuit Court and Comptroller
Client Signature and date ` F* 4a4
Peter D. O'Bryan, Chairman
Printed name and Tirle ` �;v �Q: • Deputy CIO*
May 11,2023
The Owner:
Bela Nagy, Director of Golf, PGA
c/o Indian River County Purchasing Division
1800 27th Street
Vero Beach, Florida 32960
The Architect:
Sun Patrick Architecture, Inc.
DBA: sparcdesign
3021 Jupiter Park Circle, Suite 102
Jupiter, FL 33458
RE: Sandridge Golf Club New Clubhouse
sparcdesign project 2021.159
Additional Service #3, Additional Civil Engineering Services - water main re -design
Dear Mr. Nagy:
We are submitting this additional service request for additional scope of work to complete the Civil Engineering Design for
the New Clubhouse. The additional scope of work arose as a result of coordination with County Engineering for
requirements to bring a new water service to the clubhouse. After the design was complete for a new 12" main on 58th
avenue, the county asked the design team to look at bringing the water main in from a new location to avoid cutting the
road on 58th avenue.
Task I: Potable Water Extension Main Re -Design
Task J: Permitting
Task K: Responses to Request for Additional Information
We propose to perform this work as an additional service utilizing the terms outlined in the Agreement for Professional
Services for Sandridge Clubhouse Architectural Design Services - RFQ2021020-Master Plan Study Phase dated October 1,
2021. We propose to perform Task 'I' and 'J' work for a fixed fee of eleven thousand two hundred twenty dollars ($10,175).
We propose to perform Task 'K' work for a "Not to Exceed" fee of six thousand six hundred dollars ($6,600).
Feel free to contact me with any comments or questions you have. Acceptance of this proposal may be indicated by
signing, dating, and returning (1) copy of this letter,
APPROV90 A* TO FORN4
sincerely, A.433:Lgi". . 1Gtz
e'*Lt
an hu. Partner ,.0
DY
Client Signature and date
' ^�� f Circuit Ctwrt and CanPU*H r
Joseph H. Earman Chairmaifii"` '
-Pnn-f-e-a name ana firle
Deputy Cierk .. .
Jupiter Park Circle Suite 102 :Jupiter Roridia
561.803.7539 www.spa'cdeslgh.Us
105
October 30,2023
The Owner:
Bela Nagy, Director of Golf, PGA
c/o Indian River County Purchasing Division
1800 27th Street
Vero Beach, Florida 32960
The Architect:
Sun Patrick Architecture, Inc.
DBA: sparcdesign
3021 Jupiter Park Circle, Suite 102
Jupiter, FL 33458
RE: Sandridge Golf Club New Clubhouse
sparcdesign project 2021.159
Additional Service #4, Additional Civil Engineering Services - SJRWMD Permit Modification
Dear Mr. Nagy:
We are submitting this additional service request for additional scope of work to complete the Civil Engineering Design for
the New Clubhouse. The additional scope of work arose because of a permit submittal to St. John's River Water
Management District (SJRWMD). SJRWMD requested that the engineer certify the existing that the master system is
constructed and functioning as designed and permitted. The requested certification needs to be signed and sealed by
a registered professional. As a result of the SJRWMD request, the permit application type needs to be changed from a
"Letter Modification" to a "Major Modification". To accomplish this the Engineer conducted a site visit to certify the
structures were working as intended and discovered that modifications were made to the original design. To support the
modifications, the engineer will prepare new storm water computations. The revised designs will be submitted to SJRWMD
to support a "Permit Modification". The engineer will also complete stormwater modeling of the Sandridge Golf Course
North basin to reflect changed to peak storage for the 25 year and 100 year storm events.
Task L: SJRWMD Major Permit Modification
We propose to perform this work as an additional service utilizing the terms outlined in the Agreement for Professional
Services for Sandridge Clubhouse Architectural Design Services - RFQ2021020-Master Plan Study Phase dated October 1,
2021. We propose to perform Task 'L' a fixed fee of Four Thousand Six Hundred twenty dollars ($4,620).
Feel free to contact me with any comments or questions you have. Acceptance of this proposal may be indicated by
signing, dating, and returning (1) copy of this letter.
Sincerely,
Sean Sukhu, Partner
56 P:1U3./539 www.sparcdesign.us X06
it
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Board of County Commissioners
THROUGH: John A. Titkanich, Jr., County Administrator
Sean A. Lieske, Acting Public Works Director
Kirstin Leiendecker, P.E., Assistant. Public Works Director
FROM: Rob Skok, Infrastructure Project Manager
SUBJECT: 6th Avenue Milling & Resurfacing, IRC -1638
Final Payment, Release of Retainage, and Change Order No. 1
DATE: October 29, 2023
ESCRIPTION AND CONDITIONS
On January 11, 2022 the Board of County Commissioners awarded Bid No. 2022008 to OHL, USA, Inc.
in the amount of $2,309,154.91 for milling and resurfacing of 6th Avenue from US1/SR5 to 2111 Street,
including replacing deficient sidewalk panels, filling in sidewalk gaps and upgrading pedestrian
crossings to current Florida Department of Transportation (FDOT) standards.
Change Order No. 1 is to make final adjustments to contract bid items for a decrease to the total
contract work amount by $173,755.78 resulting in a final contract price of $2,135,399.13.
OHL-USA, Inc. has completed the project and has been paid $2,020,631.79 with $106,349.04 held in
retainage. OHL, USA, Inc. has submitted Contractor's Application for Payment No. 1638-15 FINAL for
final payment of $8,418.30 and the release of retainage in the amount of $106,349.04 for a total final
payment of $114,767.34.
FUNDING
Funding in the amount of $114,767.34 is budgeted and available from the following account:
Secondary Roads/6th Avenue-US1 to 21s' Street
Account No. 10921441-066510-19008
$8,418.30
Secondary Roads/6th Avenue — US1 to 21s'
Account No. 109-206000-19008
Street/Retainage/OHL USA Inc.
$106,349.04
107
Page 2 of 2
Final Payment, Release of Retainage & CO 1 for 6" Avenue Milling & Resurfacing
BCC Agenda Item for 11/21/2023
RECOMMENDATION
Staff recommends approval of Change Order No. 1 and payment of Contractor's Application for
Payment No. 1638-15 FINAL to OHL, USA, Inc. in the amount of $114,767.34 for final payment and
release of retainage.
ATTACHMENTS ARE AVAILABLE FOR VIEWING IN ENGINEERING DIVISION
1. Contractor's Application for Payment No. 1638-15 FINAL
2. Change Order No. 1
APPROVED AGENDA ITEM FOR NOVEMBER 21, 2023
C:\Granicus\Legistar5\L5\Temp\430e4914-b761-4bb8-885e-f6de91e005de.doc 108
SECTION 00942 - Change Order Form
DATE OF ISSUANCE: 11/21/2023
No. 1
EFFECTIVE DATE: 11/21/2023
OWNER: Indian River County
CONTRACTOR OHL-USA, Inc.
Project: 611 AVENUE MILLING & RESURFACING
OWNER's Project No. IRC -1638 OWNER'S Bid No. 2022008
You are directed to make the following changes in the Contract Documents:
Reason for Change Order:
The project is complete. This change order is intended to make final adjustments to bid line
items in order to finalize the contract amount, release retainage to the Contractor and make
final contract time adjustments.
Attachments: (List documents supporting change)
Description of Itemized Changes
CHANGE IN CONTRACT PRICE:
Description
Amount
Original Contract Price
$2,309,154.91
Net decrease of this Change Order:
($173,755.78)
Contract Price with all approved Change
Orders:
$2,135,399.13
ACCEPTED:
By:
CONTRACTOR (Signature)
Date:
CHANGE IN CONTRACT TIMES
Description
Time
Original Contract Time:
(days)
Substantial Completion:
150
Final Completion:
180
Net increase this Change Order:
(days)
Substantial Completion:
180
Final Completion:
180
Contract Time with all approved
(days)
Change Orders:
Substantial Completion:
330
Final Completion:
360
RECOMMENDED:
By:
ENGINEER (Signature)
Date:
APPROVED:
By:
OWNER (Signature)
Date:
IRC -1638 COl 20231121
00942-1
FAPublic Works\ENGINEERING DIVISION PROJECTS\1638 6th Avenue US -1 to 21st Street Resurfacing (SCOP)\1-AdmWAgenda Items\Project Closeout\NO LDS\IRC-
1638_COt_20231121.doc Rev. 05/01 109
CHANGE ORDER NO. 1
DESCRIPTION OF ITEMIZED CHANGES
PROJECT NAME: 6th Avenue Milling & Resurfacing
IRC -1638 BID NO. 2022008
110
RIPuble W.,WENGINEERING DIVISION PROJECTSt16386M Avenue US -1 W 21st Sheet Resurtsdng (SCOPh1-AAm1nAgeMa Usms%Pm(ed CbssoutWOIDSURG1838_FCO_20231121
xi,,,
110410
REMOVAL OF EXISTING CONCRETE PAVEMENT, REMOVAL OF
EXISTING CONCRETE
SY
44.95
20.20
907.99
337 7 83
ASPHALTIC CONCRETE FRICTION COURSE (TRAFFIC C)
(FC12.5) (PG 76-22
TN
662.76
151.81
100 613.60
520110 ICONCRETE
CURB & GUTTER, TYPE F
LF
7.00
17.69
123.83
5222
CONCRETE SIDEWALKS & DRIVEWAYS, 6e THICK, (3,000PSI
FIBERMESH REINFORCED)
SY 1
476.37
47.62
22684.74
5272
DETECTABLE WARNINGS
SF
221.50
41.63
9,221.05
630211
CONDUIT, FURNISH & INSTALL, OPEN TRENCH
LF
16.00
7.81
124.96
6331 123
FIBER OPTIC CABLE F&I UNDERGROUND 49-96 FIBERS
LF
840.00
4.16
3,494.40
635211
PULL & SPLICE BOX F&I, 13" X 24" COVER SIZE
EA
37.00
749.39
27,727.43
635212
PULL & SPLICE BOX, F&I, 24e X 26e COVER SIZE
EA
11.00
1696.53
18,661.83
635213
PULL & SPLICE BOX F&I, 30e X 60e COVER SIZE
EA
3.00
4738.82
14 216.46
706 1 1
RAISED PAVEMENT MARKER, TYPE B, WITHOUT FINAL
SURFACE MARKINGS
EA
88.00
3.64
320.32
711 11123
THERMOPLASTIC, STANDARD, WHITE, SOLID, 12e FOR
CROSSWALK AND ROUNDABOUT
LF
467.00
3.02
1,410.34
711 11125
THERMOPLASTIC, STANDARD, WHITE, SOLID, 24" FOR STOP
LINES AND CROSSWALK
LF
51.00
6.04
308.04
711 16201
THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW,
SOLID 6-
GM
0.239
4126.83
986.31
1080 21108
UTILITY FITURE VALVE BOX FURNISH & INSTALL 8-
EA
12.00
884.69
10 616.28
327 70 6
MILLING EXISTING ASPHALT PAVEMENT 1-1/2- AVG DEPTH
SY
1557.00
3.41
5 309.37
4256
VALVE BOXES ADJUST
EA
7.00
624.49
4,371.43
57012
PERFORMANCE TURF SOD
SY
3905.00
3.12
12 183.60
71111170
THERMOPLASTIC STANDARD WHITE ARROWS
EA
9.00
57.24
515.16
711 16101
THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE,
ISOLID, 6-
GM
0.01
4126.83
41.27
71116131
THERMOPLASTIC, OTHER SURFACES, WHITE, SKIP, 6e, 10-30
SKIP
GM
0.013
1032.36
13.42
711 16231
THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW,
SKIP 6-
GM
0.026
1032.45
26.84
WCD#1
DRAINAGE WORK 690 6TH AVENUE
LS
1.00
98172.26
98 172.26
WCD#2
DRAINAGE WORK 1610 TO 1640 6TH AVENUE
LS
1.00
97028.44
97,028.44
999-25
FORCE ACCOUNT
LS
1.00
180 000.00
180 000.00
SUBTOTALS
I
1
1 217,661.79
1 391,417.57
6th Avenue Milling & Resurfacing TOTAL
1 ($173,755.78
110
RIPuble W.,WENGINEERING DIVISION PROJECTSt16386M Avenue US -1 W 21st Sheet Resurtsdng (SCOPh1-AAm1nAgeMa Usms%Pm(ed CbssoutWOIDSURG1838_FCO_20231121
•
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Board of County Commissioners
THROUGH: John A. Titkanich, Jr., County Administrator
Sean A. Lieske, Acting Public Works Director
Kirstin Leiendecker, P.E., Assistant Public Works Director
FROM: Robert S. Skok, Infrastructure Project Manager
SUBJECT: Award of Bid No. 2023059
Traffic Operations Facility, IRC -2104
DATE: October 24, 2023
DESCRIPTION AND CONDITIONS
On April 6, 2021, Work Order No. 4 was issued to Donadio & Associates, Architects P.A., A Spiezle
Group, Inc. Company for professional design services for a new, single story 20,600 sq. ft. Traffic
Operation Facility, as well as a 5,130 sq ft. covered storage structure. The new Traffic Operations Facility
will be located at 4548 411t Street in Vero Beach, onsite of the existing Traffic Operation Complex. The
facility will be constructed of masonry bearing walls, and a metal deck roof structure, low slope roof
membrane system and interior Architectural, HVAC, Plumbing and Electrical systems.
A bid opening for the project was held on October 11, 2023. As summarized below, four (4) bids were
received and opened during a public meeting. A detailed bid tabulation is on file and available for
viewing in the Public Works Engineering Division. Bid totals are as follows:
COMPANY
BID AMOUNT
Proctor Construction Company, LLC Vero Beach, FL
$5,310,348.97*
$5,898,392.32*
Rycon Construction, Inc. Fort Myers, FL
H.A. Contracting Corp. Doral, FL
$6,284,548.75
Kast Construction Company, LLC West Palm Beach, FL
$6,595,369.07*
*Denotes mathematical errors on bid form corrected
Proctor Construction Company, LLC is considered to be the lowest, responsive, responsible bidder for
the project with a bid totaling $5,310,348.97, which is $1,367,028.03 below the Architect's Cost
Estimate of $6,677,377.00. Proctor Construction Company, LLC has successfully completed projects for
the County in the past.
111
Award of Bid No. 2023059
Traffic Operations Facility, IRC -2104
For November 21, 2023 BCC Meeting
FUNDING
Funding for this project, in the amount of $5,310,348.97 had $3,092,215 budgeted in previous years,
which will be rolled over, and $2,250,000 budgeted in FY 23/24.
Account Description
Account Number
Amount
Optional Sales Tax/Facilities Management/Traffic
Operations Building
31522019-066510-20017
$5,310,348.97
RECOMMENDATION
Staff recommends the project be awarded to Proctor Construction Company, LLC in the amount of
$5,310,348.97. Staff further recommends the Board approve the sample agreement and authorize the
Chairman to execute said agreement after review and approval of both the agreement and required
Public Construction Bond by the County Attorney as to form and legal sufficiency, and the receipt and
approval of required insurance by the Risk Manager.
ATTACHMENTS
Sample Agreement
AGENDA ITEM FOR NOVEMBER 21, 2023
C:\Gr icw\Legistar5\LS\Temp\97306f22-66604ccc-960c-2e96eOc445ee.doc 112
SECTION 00520 Agreement (Public Works)
TABLE OF CONTENTS
Title
Page
ARTICLE1- WORK................................................................... ......................... ......2
ARTICLE 2 - THE PROJECT...............................................................................................2
ARTICLE 3 - ENGINEER .................................... ....... •eT.... .................2
ARTICLE 4 - CONTRACT TIMES ................................................. ... ........2
ARTICLE 5 - CONTRACT PRICE ...................... .... ................ ...........3
ARTICLE 6 - PAYMENT PROCEDURES ........,,. '' ........ .. ............... ..............3
ARTICLE 7 - INDEMNIFICATION .... ...... ........ ........................4
ARTICLE 8 - CONTRACTOR'S REPRES ATIO .................... .................................4
ARTICLE 9 - CONTRACT DOCUMEN .. .... .................................................................6
ARTICLE 10 - MISCELLANEOUS .. ..... ... ...............................................7
[Th r of THISPageWAS BLANK INTENTIONALLY]
Agreement (Public Works) REV 04-07 - 00520 - 1
C:\Granicus\Legistar5\L5\Temp\OSf7d9d8-d519-4be8-833f-0b440dbd8b40.docx
113
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:
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:
The proposed project includes a single story concrete block structure with a total
of 16,617 square feet. The space will be split between office, shop, and warehouse.
The roof will be a modified bitumen system on rigid insulation and mechanically
attached to a galvanized metal deck on steel bar joists. Two covered parking
structures are proposed consisting of metal roof over rigid steel frame. Work to also
include demolition of the existing site in two phases, leaving the existing shop until
phase 11 to demo. An existing parking area will be modified to create a new
entrance%xit. Site utility work is also necessary to complete the project.
ARTICLE 2 - THE PROJECT
14-, 4
2.01 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:
County Project Number:
Bid Number:
Project Address:
ARTICLE 3 - ENGINE
TRAFFIC OPERATIONS FACILITY
IRC -2104
2023059
4548 41" Street, Vero Beach, FL 32967
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
Agreement (Public Works) REV 04-07 - 00520 - 2
C:\Gramcus\Legistar5\L5\Tem p\08f7d9d8-d519-4be8-833f-Ob440dbd8b40.doa
114
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.
4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment
A. The Work will be substantially completed on or before the 335th 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 365th 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 the essence 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 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
$3,819.001 for each calendar day that expires after the time specified in paragraph 4.02 for
Substantial Completion until the Work is substantially complete. After Substantial
Completion, if CONTRACTOR shall neglect, refuse, or fail to complete the remaining Work
within the Contract Time or any proper extension thereof granted by OWNER,
CONTRACTOR shall pay OWNER $3,819.001 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 final 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 5.01.A and summarized in paragraph 5.01.B, 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
Agreement (Public Works) REV 04-07 - 00520 - 3
C:\Gran icus\Leg istar5\L5\Temp\O8f7d9d8-d519-4be8-833f-Ob440dbd8b40.docx
115
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.
1 Reference for liquidated damages amount "Standard Specifications for Road 6 Bridge Construction", Florida Department o1 Transportation (FDOT) FY 2023-24, Section 8-10.2
for projects over $5, 000, 000 but less$10,000,000 than. THE ACTUAL LIQUIDATED DAMAGES AMOUNT WILL BE BASED ON THE CONTRACT AWARD AMOUNTAND WILL
BE DETERMINED USING THE REFERENCED FDOT CRITERIA.
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 five percent (5%)
of the payment amounts due to the CONTRACTOR until substantial completion of
all work to be performed by CONTRACTOR under the Contract Documents.
B. For construction projects less than $10 million, at the time the Owner is in receipt
of the Certificate of Substantial Completion, the Owner shall have 30 calendar days
to provide a list to the Contractor of items to be completed and the estimated cost
to complete each item on the list. Owner and Contractor agree that the Contractor's
itemized bid shall serve as the basis for determining the cost of each item on the
list. For projects in excess of $10 million, owner shall have up to 45 calendar days
following receipt of Certificate of Substantial Completion of the project to provide
contractor with said list.
C. Payment of Retainage - Within 20 business days following the creation of the list,
Owner shall pay Contractor the remaining contract balance including all retainage
previously withheld by Owner except for an amount equal to 150% of the estimated
cost to complete all of the items on the list. Upon completion of all items on the list,
the Contractor may submit a payment request for the amount of the 150%
retainage held by the Owner. If a good faith dispute exists as to whether one or
more of the items have been finished, the owner may continue to withhold the
150% of the total cost to complete such items. The owner shall provide Contractor
written reasons for disputing completion of the list.
6.03 Pay Requests.`
A. Each req t for a progress payment shall be submitted on the application
provided OWNER and the application for payment shall contain the
CONTRACTOR'S certification. All progress payments will be on the basis of
progress of the work measured by the schedule of values established, or in the
case of unit price work based on the number of units completed.
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
Agreement (Public Works) REV 04-07 - 00520 - 4
C:\Granicus\Legistar5\L5\Tem p\08f7d9d8-d519-4be8-833f-Ob440dbd8 W.doa
116
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
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.
ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS
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 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 carefully 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,
Agreement (Public Works) REV 04-07 - 00520 - 5
C\Granicus\Legistar5\L5\Temp\08f7d9d8-d 519-4be8-833f-0b440dbd8b40.dou
117
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
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 sufficient toindicate and convey understanding of
all terms and conditions for performance and furnishing of the Work.
K. Contractor is registered with and viill use the Department of Homeland Security's E -Verify
system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees
for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also
responsible for obtaining an affidavit from all subcontractors, as required in Section
448.095(5)(b), F.S., stating the subcontractor does not employ, contract with, or subcontract
with an unauthorized alien.
ARTI
9.01 Contents
A. The Contract Curs consist of the following:
1. This Agreement (pages 00520-1 to 00520-10, inclusive);
2. Notice to Proceed (page 00550-1);
3. Public Construction Bond (pages 00610-1 to 00610-3, inclusive);
4. Sample Certificate of Liability Insurance (page 00620-1);
5. Contractor's Application for Payment (pages 00622-1 to 00622-6 inclusive);
6. Certificate of Substantial Completion (pages 00630-1 to 00630-2, inclusive);
7. Contractor's Final Certification of the Work (pages 00632-1 to 00632-2, inclusive);
Agreement (Public Works) REV 04-07 - 00520 - 6
C:\Granicus\Legistar5\L5\Temp\08f7d9d8-d519-4be8-833f-Ob440dbd8b40.docx
118
8. Professional Surveyor & Mapper's Certification as to Elevations and Locations of the
Work (page 00634-1);
9. General Conditions (pages 00700-1 to 00700-37, inclusive);
10. Supplementary Conditions (pages 00800-1 to 00800-13, inclusive);
11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical
Provisions);
12. Drawings consisting of a cover sheet, an index sheet, and sheets numbered Civil C-1
to C16, Architectural A1.10 to A6.22, Structural S-1 to S-6, Mechanical M0.1 to M6.1,
Electrical E0.1 to E5.1, and Plumbing P0.1 to P5.1, inclusive, with each sheet bearing
the following general title: Traffic Operations Facility;
13. Addenda (if applicable );
14. Appendices to this Agreement (enumerated as follows):
Appendix A — Permits
Appendix B — Indian River County Fertilizer Ordinances
Appendix C — Indian River County Traffic Engineering Special Conditions for Right of
Way Construction
15. CONTRACTOR'S BID (pages 00310-1 to 00310-9, inclusive);
16. Bid Bond (page 00430-1);
17. Sworn Statement Under ction 105.08, Indian River County Code, on Disclosure of
Relation ges 0 to 00!LW, , inclusive);
18. Sworn Stat ent Flo da Trench Safety Act (pages 00454-1 to 00454-2,
inclusive);
19. Qualifications Questionnaire (page 00456-1 to 00456-2, inclusive);
20. List of Subcontractors (page 00458-1);
21. Certification Regarding Prohibition Against Contracting with Scrutinized Companies
(page 00460-1);
22. 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);
Agreement (Public Works) REV 04-07 - 00520 - 7
C:\Granicus\Legis[ar5\L5\Temp\08f7d9d8-d 519-0be8-833f-Ob440dbd8 b40.doa
119
ARTICLE 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
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 ocuments 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
s ' en provision.
10.05 Venue
A. This Contract 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 Contract 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.
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:
Agreement (Public Works) REV 04-07 - 00520 - 8
C:\Granicus\Legistar5\LS\Temp\O8f7d9d8-d519-4be8-833f-Ob440d bd8W.doa
120
(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 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 inform4ition 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@indianriver.gov
Indian River County Office of the County Attorney
1801 27t' Street
Vero Beach, F 2960
C. Failure of the Corr tactor to comply with these requirements shall be a material breach of
this Agreement.
[The remainder of this page was left blank intentionally]
Agreement (Public Works) REV 04-07 - 00520 - 9
C:\Granicus\Legistar5\LS\Tem p\08f7d9d8-d 519-4be8-833f-0b440dbd8b40.docx
121
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 day of 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:
INDIAN RIVER COUNTY
By:
John A. Titkanich, Jr., County Administrato
APPROVED AS TO FORM AN6:
SUFFICIENCY:
By:
William K. DeBraal, Cou ttorney
Ryan L. Butler, Clerk of Court and Comptroller
Attest:
Deputy Clerk
(SEAL)
Designated Representative:
Name: Kirstin Leiendecker, P.E.
Title: Assistant Public Works Director
1801 27th Street
Vero Beach, Florida 32960
(772) 226-1380
Facsimile: (772) 226-1371
CONTRACTOR:
Address for giving notices:
License No.
(Where applicable)
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 * *
Agreement (Public Works) REV 04-07 - 00520 - 10
C:\G ran icu s\Legistar5\L5\Temp\O8f7d9d8-d519-4be8-833f-Ob440dbd8b40.do x
122
•
CONSENT
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Board of County Commissioners
THROUGH: John A. Titkanich, Jr., County Administrator
Sean A. Lieske, Acting Public Works Director
Kirstin Leiendecker, P.E., Assistant Public Works Director
FROM: Richard Reichenbach, P.E., Project Engineer
SUBJECT: Award of Bid No. 2024011
Annual Asphalt Paving and Resurfacing, IRC -2304
DATE: October 27, 2023
DESCRIPTION AND CONDITIONS
On October 4, 2023, a bid opening was held for annual paving and resurfacing to establish firm fixed
prices for the purchase and/or placement of asphalt concrete on an as needed basis. The initial term of
the contract shall be for a one (1) year period from the date of award with the option to extend the
contract for two (2) additional one (1) year periods, subject to vendor acceptance, satisfactory
performance, and County approval.
Four (4) bids were received and announced during a public meeting and a detailed unit price breakdown
is on file and available for viewing in the Public Works Engineering Division. The submitted bids were as
follows:
COMPANY
M&M Asphalt Maintenance Inc.
Delray Beach, FL
Ranger Construction Industries, Inc.
Ft. Pierce, FL
C.W. Roberts Contracting, Inc.
Palm City, FL
Janice M. Riley, Inc.
Boyton Beach
Multiple awards were anticipated under this agreement with work being assigned under a project by
project basis, based on price and contractor availability. M&M Asphalt Maintenance Inc. and Ranger
Construction Industries, Inc. are considered to be the lowest, responsive, responsible bidders for this
project.
123
Award of Bid No. 2024011
Annual Asphalt Paving and Resurfacing
For November 21, 2023 BCC Meeting
FUNDING
Funding for this project, in the amount of $2,110,094.00 is budgeted and available in the ARP
Fund/Road Resurfacing Account Number 13821441-053360.
RECOMMENDATION
Staff recommends the project be awarded to both M&M Asphalt Maintenance Inc. and Ranger
Construction Industries, Inc. Staff further recommends the Board approve the sample agreement and
authorize the Chairman to execute said agreement after review and approval of the agreement by the
County Attorney as to form and legal sufficiency, and the receipt and approval of required insurance by
the Risk Manager.
ATTACHMENTS
Sample Agreement
AGENDA ITEM FOR NOVEMBER 21, 2023
C:\Granicus\Legistar5\L5\Temp\a4da5094-eb37-439a-8b20-69a0930c5079.doc 124
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
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
(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:
Asphalt Paving and Resurfacing
ARTICLE 2 - THE PROJECT
2.1 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: Annual Asphalt Paving and Resurfacing (IRC -2304)
Bid Number: 2024011
Project Address: Countywide
2.2 Asphalt paving and resurfacing services shall be identified in individual Task Assignments prepared
by the COUNTY, referencing an existing Purchase Order, and signed by the Public Works Director or his
designee. Task Assignments shall include a location and description of paving and resurfacing services to
be performed, and an anticipated deadline for completion of the work to be performed by the
CONTRACTOR; and any other additional instructions or provisions relating to the specific project that does
not conflict with the terms of this Agreement.
2.3 Services related to any individual Task Assignment which would increase or decrease cost, or
which are otherwise outside the scope of Services or level of effort must be approved by the COUNTY.
2.4 No representation or guarantee is made by Indian River County as to the minimum or maximum
dollar value, volume of work, or type of work, if any, that CONSULTANT will receive during the term of
this Agreement.
ARTICLE 3 - CONTRACT TIMES
The initial contract term shall be for a one (1) year period from the date of award. Indian River County ("the
County") reserves the option to extend the contract for two additional periods of one (1) year each, subject
to vendor acceptance, satisfactory performance and staff's determination that a renewal would be in the
best interest of the County.
125
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
ARTICLE 4 - CONTRACT PRICE
CONTRACTOR shall invoice OWNER monthly for assigned work completed and at prices stated in
CONTRACTOR's Bid, attached hereto as Exhibit 1.
ARTICLE 5 - PAYMENT PROCEDURES
Owner shall make monthly payments based on invoices submitted and for work completed by the
CONTRACTOR, in accordance with the provisions of the Local Government Prompt Payment Act, Florida
Statutes section 218.70 et. seq.
ARTICLE 6 - INDEMNIFICATION
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 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.
C. 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.
J. Contractor is registered with and will use the Department of Homeland Security's E -Verify system
(www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the
duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for
obtaining an affidavit from all subcontractors, as required in Section 448.095(5)(b), F.S., stating
the subcontractor does not employ, contract with, or subcontract with an unauthorized alien.
K. Contractor will comply with all the requirements as imposed by the Americans with Disabilities
Act of 1990 ("ADA"), the regulations of the Federal government issued thereunder, and the
assurance by the Contractor pursuant thereto.
126
fe93d704-5e94-415d-8375-7ea7a216a 5552024011
Annual Asphalt Paving and Resurfacing
ARTICLE 8 - CONTRACT DOCUMENTS
8.01 Contents
A. The Contract Documents consist of the following:
(1) This Agreement;
(2) Notice to Proceed;
(3) Public Construction Bond(s), if requested;
(4) Certificate(s) of Liability Insurance;
(5) Invitation to Bid 2024011;
(6) Addenda (numbers to , inclusive);
(7) CONTRACTOR'S Bid Form;
(9) Qualifications Questionnaire;
(10) Drug Free Workplace Form;
(11) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of
Relationships;
(12) Certification Regarding Prohibition Against Contracting with Scrutinized Companies;
(13) Certification Regarding Lobbying;
(14) 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) Individual Project Purchase Order(s);
c) Individual Task Assignments.
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
127
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
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 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
128
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
pubIicrecords@indianriver.gov
Indian River County Office of the County Attorney
180127 th 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, sexual orientation, gender identity, 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, sexual orientation, gender identity, 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, sexual orientation, gender identity, or national origin.
(3) The contractor will not discharge or in any other manner discriminate against any employee
or applicant for employment because such employee or applicant has inquired about, discussed, or
disclosed the compensation of the employee or applicant or another employee or applicant. This provision
shall not apply to instances in which an employee who has access to the compensation information of
other employees or applicants as a part of such employee's essential job functions discloses the
compensation of such other employees or applicants to individuals who do not otherwise have access to
such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of
an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or
is consistent with the contractor's legal duty to furnish information.
(4) 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
(5) 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.
(6) 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.
129
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
(7) 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, 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.
(8) The contractor will include the portion of the sentence immediately preceding paragraph (1)
and the provisions of paragraphs (1) through (8) 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.
The applicant further agrees that it will be bound by the above equal opportunity clause with respect to
its own employment practices when it participates in federally assisted construction work: Provided, that
if the applicant so participating is a state or local government, the above equal opportunity clause is not
applicable to any agency, instrumentality or subdivision of such government which does not participate
in work on or under the contract.
The applicant agrees that it will assist and cooperate actively with the administering agency and the
Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal
opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will
furnish the administering agency and the Secretary of Labor such information as they may require for the
supervision of such compliance, and that it will otherwise assist the administering agency in the discharge
of the agency's primary responsibility for securing compliance.
The applicant further agrees that it will refrain from entering into any contract or contract modification
subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has
not demonstrated eligibility for, Government contracts and federally assisted construction contracts
pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal
opportunity clause as may be imposed upon contractors and subcontractors by the administering agency
or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant
agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any
or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan,
insurance, guarantee); refrain from extending any further assistance to the applicant under the program
with respect to which the failure or refund occurred until satisfactory assurance of future compliance has
been received from such applicant; and refer the case to the Department of Justice for appropriate legal
proceedings.
B. Davis -Bacon Act, as amended (40 U.S.C. 3141-3148). [Applicable to Federal Construction Work
except under PA or Hazard Mitigation Grants]
130
fe93d704-5e94-415d-8375-7ea7a216a 5552024011
Annual Asphalt Paving and Resurfacing
(1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work
(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or
development of the project), will be paid unconditionally and not less often than once a week, and without
subsequent deduction or rebate on any account (except such payroll deductions as are permitted by
regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of
wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at
rates not less than those contained in the wage determination of the Secretary of Labor which is attached
hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist
between the contractor and such laborers and mechanics. Contributions made or costs reasonably
anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers
or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of
paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a
weekly period (but not less often than quarterly) under plans, funds, or programs which cover the
particular weekly period, are deemed to be constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed, without regard to skill, except as provided
in §5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated
at the rate specified for each classification for the time actually worked therein: Provided, That the
employer's payroll records accurately set forth the time spent in each classification in which work is
performed. The wage determination (including any additional classification and wage rates conformed
under paragraph (a)(1)(ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all
times by the contractor and its subcontractors at the site of the work in a prominent and accessible place
where it can be easily seen by the workers.
(ii)(A) The contracting officer shall require that any class of laborers or mechanics, including
helpers, which is not listed in the wage determination and which is to be employed under the contract
shall be classified in conformance with the wage determination. The contracting officer shall approve an
additional classification and wage rate and fringe benefits therefore only when the following criteria have
been met:
(1) The work to be performed by the classification requested is not performed by a classification
in the wage determination; and
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(B) If the contractor and the laborers and mechanics to be employed in the classification (if
known), or their representatives, and the contracting officer agree on the classification and wage rate
(including the amount designated forfringe benefits where appropriate), a report of the action taken shall
be sent by the contracting officer to the Administrator of the Wage and Hour Division, U.S. Department
of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30 -day period that additional time is
necessary.
(C) In the event the contractor, the laborers or mechanics to be employed in the classification or
their representatives, and the contracting officer do not agree on the proposed classification and wage
rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall
refer the questions, including the views of all interested parties and the recommendation of the
contracting officer, to the Administrator for determination. The Administrator, or an authorized
representative, will issue a determination within 30 days of receipt and so advise the contracting officer
or will notify the contracting officer within the 30 -day period that additional time is necessary.
131
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs (a)(1)(ii) (B) or (C) of this section, shall be paid to all workers performing work in the
classification under this contract from the first day on which work is performed in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either
pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an
hourly cash equivalent thereof.
(iv) If the contractor does not make payments to a trustee or other third person, the contractor
may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably
anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary
of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -
Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate
account assets for the meeting of obligations under the plan or program.
(2) Withholding. 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 the contractor under
this contract or any other Federal contract with the same prime contractor, or any other federally -assisted
contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime
contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers
and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any
subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer
or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work
(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or
development of the project), all or part of the wages required by the contract, the OWNER may, after
written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to
cause the suspension of any further payment, advance, or guarantee of funds until such violations have
ceased.
(3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained
by the contractor during the course of the work and preserved for a period of three years thereafter for
all laborers and mechanics working at the site of the work (or under the United States Housing Act of
1937, or under the Housing Act of 1949, in the construction or development of the project). Such records
shall contain the name, address, and social security number of each such worker, his or her correct
classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona
fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -
Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever
the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic
include the amount of any costs reasonably anticipated in providing benefits under a plan or program
described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show
that the commitment to provide such benefits is enforceable, that the plan or program is financially
responsible, and that the plan or program has been communicated in writing to the laborers or mechanics
affected, and records which show the costs anticipated or the actual cost incurred in providing such
benefits. Contractors employing apprentices or trainees under approved programs shall maintain written
evidence of the registration of apprenticeship programs and certification of trainee programs, the
registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
(ii)(A) The contractor shall submit weekly for each week in which any contract work is performed
a copy of all payrolls to the Federal Emergency Management Agency (FEMA) if the agency is a party to the
contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant,
sponsor, or owner, as the case may be, for transmission to FEMA. The payrolls submitted shall set out
132
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i),
except that full social security numbers and home addresses shall not be included on weekly transmittals.
Instead the payrolls shall only need to include an individually identifying number for each employee (e.g.,
the last four digits of the employee's social security number). The required weekly payroll information
may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage
and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site.
The prime contractor is responsible for the submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full social security number and current address of each
covered worker, and shall provide them upon request to FEMA if the agency is a party to the contract, but
if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as
the case may be, for transmission to FEMA, the contractor, or the Wage and Hour Division of the
Department of Labor for purposes of an investigation or audit of compliance with prevailing wage
requirements. It is not a violation of this section for a prime contractor to require a subcontractor to
provide addresses and social security numbers to the prime contractor for its own records, without weekly
submission to the sponsoring government agency (or the applicant, sponsor, or owner).
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the
contractor or subcontractor or his or her agent who pays or supervises the payment of the persons
employed under the contract and shall certify the following:
(1) That the payroll for the payroll period contains the information required to be provided under
§5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5
(a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;
(2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on
the contract during the payroll period has been paid the full weekly wages earned, without rebate, either
directly or indirectly, and that no deductions have been made either directly or indirectly from the full
wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;
(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe
benefits or cash equivalents for the classification of work performed, as specified in the applicable wage
determination incorporated into the contract.
(C) The weekly submission of a properly executed certification set forth on the reverse side of
Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance"
required by paragraph (a)(3)(ii)(B) of this section.
(D) The falsification of any of the above certifications may subject the contractor or subcontractor
to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United
States Code.
(iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of
this section available for inspection, copying, or transcription by authorized representatives of the (write
the name of the agency) or the Department of Labor, and shall permit such representatives to interview
employees during working hours on the job. If the contractor or subcontractor fails to submit the required
records or to make them available, the Federal agency may, after written notice to the contractor,
sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon
request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
(4) Apprentices and trainees
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the
work they performed when they are employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of Labor, Employment and Training
Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State
133
fe93d704-5e94-415d-8375-7ea7a216a5SS2024011
Annual Asphalt Paving and Resurfacing
Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of
probationary employment as an apprentice in such an apprenticeship program, who is not individually
registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer
and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary
employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any
craft classification shall not be greater than the ratio permitted to the contractor as to the entire work
force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on
the wage determination for the classification of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio permitted under the registered program shall be
paid not less than the applicable wage rate on the wage determination for the work actually performed.
Where a contractor is performing construction on a project in a locality other than that in which its
program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly
rate) specified in the contractor's or subcontractor's registered program shall be observed. Every
apprentice must be paid at not less than the rate specified in the registered program for the apprentice's
level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable
wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the
apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must
be paid the full amount of fringe benefits listed on the wage determination for the applicable
classification. If the Administrator determines that a different practice prevails for the applicable
apprentice classification, fringes shall be paid in accordance with that determination. In the event the
Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency
recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer
be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed
until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than
the predetermined rate for the work performed unless they are employed pursuant to and individually
registered in a program which has received prior approval, evidenced by formal certification by the U.S.
Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on
the job site shall not be greater than permitted under the plan approved by the Employment and Training
Administration. Every trainee must be paid at not less than the rate specified in the approved program for
the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the
applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of
the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the
full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and
Hour Division determines that there is an apprenticeship program associated with the corresponding
journeyman wage rate on the wage determination which provides for less than full fringe benefits for
apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating
in a training plan approved by the Employment and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the classification of work actually performed. In
addition, any trainee performing work on the job site in excess of the ratio permitted under the registered
program shall be paid not less than the applicable wage rate on the wage determination for the work
actually performed. In the event the Employment and Training Administration withdraws approval of a
training program, the contractor will no longer be permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable program is approved.
(iii) Equal employment opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of Executive
Order 11246, as amended, and 29 CFR part 30.
134
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
(5) Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR part 3, which are incorporated by reference in this contract.
(6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as FEMA may by appropriate
instructions require, and also a clause requiring the subcontractors to include these clauses in any lower
tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or
lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor as
provided in 29 CFR 5.12.
(8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of
the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by
reference in this contract.
(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of
this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be
resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and
7. Disputes within the meaning of this clause include disputes between the contractor (or any of its
subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their
representatives.
(10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither
it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm
ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR
5.12(a)(1).
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(iii) The penaltyfor making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.
C. Compliance with the Copeland "Anti -Kickback" Act. [Applicable to Construction Work greater than
$2,000 where Davis -Bacon applies]
(1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the
requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this
contract.
(2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above
and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring
the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be
responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract
clauses.
(3) Breach. A breach of the contract clauses above may be grounds for termination of the contract,
and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.
D. Compliance with the Contract Work Hours and Safety Standards Act: [Applicable to projects over
$100K requiring mechanics or laborers, if Davis -Bacon Applies]
(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.
135
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
(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.
A. Further Compliance with the Contract Work Hours and Safety Standards Act: [Applicable to FEMA -
funded work exceeding $100K requiring mechanics or laborers, if Davis -Bacon does NOT apply, such as PA
or Hazardous Mitigation Grant Funds]
(1) The contractor or subcontractor shall maintain payrolls and basic payroll records during the
course of the work and shall preserve them for a period of three years from the completion of the contract
for all laborers and mechanics, including guards and watchmen, working on the contract. Such records
shall contain the name and address of each such employee, social security number, correct classifications,
hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages
paid.
(2) Records to be maintained under this provision shall be made available by the contractor or
subcontractor for inspection, copying, or transcription by authorized representatives of the Department
of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and
the contractor or subcontractor will permit such representatives to interview employees during working
hours on the job.
F. Clean Air Act and Federal Water Pollution Control Act: [Applicable to all Federally -funded projects
over $150k]
(1) Clean Air Act.
(a) 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.
(b) 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 Federal Emergency
Management Agency, and the appropriate Environmental Protection Agency Regional Office.
(c) The contractor agrees to include these requirements in each subcontract exceeding $150,000
financed in whole or in part with Federal assistance provided by FEMA.
136
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
(2) Federal Water Pollution Control Act
(a) 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.
(b) The contractor agrees to report each violation to the OWNER and understandsand agrees that
the OWNER will, in turn, report each violation as required to assure notification to the Federal Emergency
Management Agency, and the appropriate Environmental Protection Agency Regional Office.
(c) The contractor agrees to include these requirements in each subcontract exceeding $150,000
financed in whole or in part with Federal assistance provided by FEMA.
G. Suspension and Debarment [Applicable to all Federal Projects]
(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 OWNER. 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.
H. Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (as amended) [Applicable to all Federal Projects
over $100K]
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 who in
turn will forward the certification(s) to the awarding agency.
I. Procurement of Recycled/ Recovered Materials: [Applicable to all Federal Projects over $10,000]
(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
web site, https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program.
(3) The Contractor also agrees to comply with all other applicable requirements of Section 6002 of
the Solid Waste Disposal Act.
137
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
J. Prohibition on Contracting for Covered Telecommunications Equipment or Services: [All Federal
Projects]
(a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered
telecommunications equipment or services; interconnection arrangements; roaming; substantial or
essential component; and telecommunications equipment or services have the meaning as defined in
FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications
Equipment or Services (Interim), as used in this clause—
(b) Prohibitions.
(1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L.
No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020,
from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain
telecommunications products or from certain entities for national security reasons.
(2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may
not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency
Management Agency to:
(i) Procure or obtain any equipment, system, or service that uses covered telecommunications
equipment or services as a substantial or essential component of any system, or as critical technology of
any system;
(ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service
that uses covered telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology of any system;
(iii) Enter into, extend, or renew contracts with entities that use covered telecommunications
equipment or services as a substantial or essential component of any system, or as critical technology as
part of any system; or
(iv) Provide, as part of its performance of this contract, subcontract, or other contractual
instrument, any equipment, system, or service that uses covered telecommunications equipment or
services as a substantial or essential component of any system, or as critical technology as part of any
system.
(c) Exceptions.
(1) This clause does not prohibit contractors from providing—
(i) A service that connects to the facilities of a third -party, such as backhaul, roaming, or
interconnection arrangements; or
(ii) Telecommunications equipment that cannot route or redirect user data traffic or permit
visibility into any user data or packets that such equipment transmits or otherwise handles.
(2) By necessary implication and regulation, the prohibitions also do not apply to:
(i) Covered telecommunications equipment or services that:
i. Are not used as a substantial or essential component of any system; and
ii. Are not used as critical technology of any system.
(ii) Other telecommunications equipment or services that are not considered covered
telecommunications equipment or services.
(d) Reporting requirement.
(1) In the event the contractor identifies covered telecommunications equipment or services used as a
substantial or essential component of any system, or as critical technology as part of any system, during
contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other
source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or
subrecipient, unless elsewhere in this contract are established procedures for reporting the information.
(2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause:
138
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
(i) Within one business day from the date of such identification or notification: The contract
number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known);
supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original
equipment manufacturer number, manufacturer part number, or wholesaler number); item description;
and any readily available information about mitigation actions undertaken or recommended.
(ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any
further available information about mitigation actions undertaken or recommended. In addition, the
contractor shall describe the efforts it undertook to prevent use or submission of covered
telecommunications equipment or services, and any additional efforts that will be incorporated to prevent
future use or submission of covered telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in
all subcontracts and other contractual instruments.
K. Domestic Preference for Procurements [Applicable to all Federal Projects]
As appropriate, and to the extent consistent with law, the contractor should, to the greatest extent
practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials
produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other
manufactured products.
For purposes of this clause:
Produced in the United States means, for iron and steel products, that all manufacturing processes, from
the initial melting stage through the application of coatings, occurred in the United States.
Manufactured products mean items and construction materials composed in whole or in part of non-
ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe;
aggregates such as concrete; glass, including optical fiber; and lumber.
L. Access to Records [Applicable to FEMA funded Projects]:
The following access to records requirements apply to this contract:
(1) The contractor agrees to provide OWNER, the State of Florida, 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.
(4) In compliance with section 1225 of the Disaster Recovery Act of 2018, the OWNER and the Contractor
acknowledge and agree that no language in this contract is intended to prohibit audits or internal reviews
by the FEMA Administrator or the Comptroller General of the United States.
M. DHS Seal, Logo, and Flags: [Applicable to all FEMA funded Projects] 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. The contractor shall include this provision in any subcontracts.
N. Compliance with Federal Law, Regulations, and Executive Orders: [Applicable to all FEMA funded
Projects] This is an acknowledgement that FEMA financial assistance will be used to fund all or a portion
of the contract. The contractor will comply will all applicable Federal law, regulations, executive orders,
and FEMA policies, procedures, and directives.
139
fe93004-5e94-415d-8375-7ea7a216a 5552024011
Annual Asphalt Paving and Resurfacing
0. No Obligation by Federal Government: [Applicable to all Federal projects] 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.
P. Program Fraud and False or Fraudulent Statements or Related Acts: [Applicable to all Federal
Projects] The contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims
and Statements) applies to its actions pertaining to the contract.
Q. Affirmative Steps: [Applicable to all Federal projects] If subcontracts are to be let, the prime
contractor is required to take all necessary steps identified in 2 C.F.R. § 200.321(b)(1)-(5) to ensure that
small and minority businesses, women's business enterprises, and labor surplus area firms are used when
possible.
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
(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.
140
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
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.
Contractor shall not be entitled to any other claim for compensation or damages against the
County in the event of such termination.
F. TERMINATION IN REGARDS TO F.S. 287.135: CONTRACTOR certifies that it and those related
entities of CONTRACTOR as defined by Florida law are not on the Scrutinized Companies that
Boycott Israel List, created pursuant to s. 215.4725 of the Florida Statutes, and are not engaged
in a boycott of Israel. In addition, if this agreement is for goods or services of one million dollars
or more, CONTRACTOR certifies that it and those related entities of CONTRACTOR as defined by
Florida law are not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to Section
215.473 of the Florida Statutes and are not engaged in business operations in Cuba or Syria.
OWNER may terminate this Contract if CONTRACTOR is found to have submitted a false
certification as provided under section 287.135(5), Florida Statutes, been placed on the
Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in
the Iran Petroleum Energy Sector List, or been engaged in business operations in Cuba or Syria, as
defined by section 287.135, Florida Statutes.
OWNER may terminate this Contract if CONTRACTOR, including all wholly owned subsidiaries,
majority-owned subsidiaries, and parent companies that exist for the purpose of making profit, is
found to have been placed on the Scrutinized Companies that Boycott Israel List or is engaged in
a boycott of Israel as set forth in section 215.4725, Florida Statutes.
141
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
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:
By:
Joseph H. Earman, Chairman (Contractor)
By: (CORPORATE SEAL)
John A. Titkanich, Jr., County Administrator
Attest
APPROVED AS TO FORM AND LEGAL SUFFICIENCY:
Bv:
William K. DeBraal, County Attorney
Ryan L. Butler, Clerk of Court and Comptroller
Attest:
Deputy Clerk
(SEAL)
Designated Representative:
Name:
Title:
Address:
Phone
Email
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.)
142
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
EXHIBIT 1 TO THE AGREEMENT - PRICING
143
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
TASK ASSIGNMENT
Contractor:
Date Issued:
Project Location:
Project Special Instructions:
Complete by:
Reference and Bill Purchase Order
County Point of Contract:
Authorized by (signature):
Printed Name of Public Works Administrator or Designee:
Please respond by email to indicate receipt of this assignment.
144
fe93d704-5e94-415d-8375-7ea7a216a 5552024011
Annual Asphalt Paving and Resurfacing
PUBLIC CONSTRUCTION BOND
INSTRUCTION FOR PUBLIC CONSTRUCTION BOND
The front or cover page to the required public construction/payment and performance bond shall
contain the information required by Fla. Stat. 255.05(1)(a), and be substantially in the format
shown on the first page following this instruction.
The Public Construction Bond shall be in the form suggested by Fla. Stat. 255.05(3) as shown on
the second page following this instruction.
A Power of Attorney from a surety insurer authorized to do business in Florida, authorizing the
signature of the Attorney in Fact who executes the Public Construction Bond shall accompany
that Bond.
145
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
Public Work
F.S. Chapter 255.05 (1)(a)
Cover Page
THIS BOND IS GIVEN TO COMPLY WITH SECTION 255.05 OR SECTION 713.23 FLORIDA STATUTES, AND ANY ACTION
INSTITUTED BY A CLAIMANT UNDER THIS BOND FOR PAYMENT MUST BE IN ACCORDANCE WITH THE NOTICE AND TIME
LIMITATION PROVISIONS IN SECTION 255.05(2) OR SECTION 713.23 FLORIDA STATUTES.
BOND NO:
CONTRACTOR NAME:
CONTRACTOR ADDRESS:
CONTRACTOR PHONE NO:
SURETY COMPANY NAME:
SURETY PRINCIPAL
BUSINESS ADDRESS:
SURETY PHONE NO:
OWNER NAME:
OWNER ADDRESS:
.�11210i 0 A W: [6]011ML63
OBLIGEE NAME:
(If contracting entity is different from
the owner, the contracting public entity)
OBLIGEE ADDRESS:
OBLIGEE PHONE NO:
BOND AMOUNT:
CONTRACT NO:
(If applicable)
DESCRIPTION OF WORK:
PROJECT LOCATION:
LEGAL DESCRIPTION:
(If applicable)
FRONT PAGE
All other bond page(s) are deemed subsequent to this page regardless of any page number(s) that maybe printed thereon.
146
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
PUBLIC CONSTRUCTION BOND
Bond No.
(enter bond number)
BY THIS BOND, We as Principal and a
corporation, as Surety, are bound to , herein called Owner, in the sum of
$ , for payment of which we bind ourselves, our heirs, personal representatives, successors,
and assigns, jointly and severally.
THE CONDITION OF THIS BOND is that if Principal:
1. Performs the contract dated between Principal and Owner for construction of
the contract being made a part of this bond by reference, at the
times and in the manner prescribed in the contract; and
2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes,
supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the
prosecution of the work provided for in the contract; and
3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate
proceedings, that Owner sustains because of a default by Principal under the contract; and
4. Performs the guarantee of all work and materials furnished under the contract for the time specified
in the contract, then this bond is void; otherwise it remains in full force.
Any action instituted by a claimant under this bond for payment must be in accordance with the notice
and time limitation provisions in Section 255.05(2), Florida Statutes.
Any changes in or under the contract documents and compliance or noncompliance with any formalities
connected with the contract or the changes does not affect Surety's obligation under this bond.
DATED ON ,
0
(Name of Principal)
(As Attorney in Fact)
(Name of Surety)
147
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
Attachment 1 to ITB 2024011— IRC Highway Prevailing Wage
Determination
"General Decision Number: FL20230170 01/06/2023
Superseded General Decision Number: FL20220170
State: Florida
Construction Type: Highway
County: Indian River County in Florida.
HIGHWAY CONSTRUCTION PROJECTS
Note: Contracts subject to the Davis -Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis -Bacon Act itself, but do not apply to
contracts subject only to the Davis -Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(2)-(60).
JIf the contract is entered
linto on or after January 30,
12022, or the contract is
Irenewed or extended (e.g., an
(option is exercised) on or
(after January 30, 2022:
I I
I I
I I
I I
IIf the contract was awarded onl.
Ior between January 1, 2015 andl
(January 29, 2022, and the I
(contract is not renewed or I.
lextended on or after January I
Executive Order 14026 l
generally applies to the I
contract. i
The contractor must pay l
all covered workers at I
least $16.20 per hour (or I
the applicable wage rate I
listed on this wage i
determination, if it is I
higher) for all hours I
spent performing on the i
contract in 2023. I
I
Executive Order 13658 I
generally applies to the
contract. I
The contractor must pay alll
covered workers at least I
148
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
130, 2022: 1 $12.15 per hour (or the I
I I applicable wage rate listedl
1 on this wage determinati.on,l
1 1 if it is higher) for all I
I hours spent performing on I
I that contract in 2023.
I I I
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/06/2023
ELEC0915-004 12/05/2022
Rates Fringes
ELECTRICIAN ......................$ 32.56 42%+$0.35
----------------------------------------------------------------
SUFL2013-031 08/19/2013
Rates
CARPENTER ........................$ 15.68 **
CEMENT MASON/CONCRETE
FINISHER, Includes Form Work ..... $ 15.01 **
HIGHWAY/PARKING LOT STRIPING:
Operator (Striping Machine) ..... $ 15.57 **
HIGHWAY/PARKING LOT STRIPING:
Painter .........................$ 12.13 **
Fringes
0.00
0.00
0.00
0.00
149
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
IRONWORKER, ORNAMENTAL ...........
$ 13.48
**
0.00
IRONWORKER, REINFORCING ..........
$ 15.38
**
0.00
IRONWORKER, STRUCTURAL ...........
$ 16.42
0.00
LABORER (Traffic Control
Specialist) ......................$
11.79
**
0.00
LABORER: Asphalt, Includes
Raker, Shoveler, Spreader and
Distributor ......................$
14.05
**
0.00
LABORER: Common or General ......
$ 10.69
**
0.00
LABORER: Flagger................$
13.09
**
0.00
LABORER: Grade Checker ..........
$ 14.66
**
0.00
LABORER: Mason Tender -
Cement/Concrete..................$
12.58
**
0.00
LABORER: Pipelayer..............$
12.44
**
0.00
OPERATOR:
Backhoe/Excavator/Trackhoe.......
$ 14.96
**
0.00
OPERATOR: Bobcat/Skid
Steer/Skid Loader ................$
12.88
**
0.00
OPERATOR: Broom/Sweeper .........
$ 12.91
**
0.00
OPERATOR: Bulldozer .............$
15.23
**
0.00
OPERATOR: Concrete Finishing
Machine ..........................$
15.44
**
0.00
OPERATOR: Crane .................$
22.04
0.00
OPERATOR: Curb Machine ..........
$ 18.45
0.00
OPERATOR: Drill .................$
13.04
**
0.00
OPERATOR: Forklift ..............$
10.43
**
0.00
150
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
OPERATOR: Gradall...............$
14.71
**
0.00
OPERATOR: Grader/Blade ..........
$ 18.20
0.00
OPERATOR: Loader ................$
13.14
**
0.00
OPERATOR: Mechanic ..............$
17.52
0.00
OPERATOR: Milling Machine .......
$ 16.04
**
0.00
OPERATOR: Oiler .................$
16.67
0.00
OPERATOR: Paver (Asphalt,
Aggregate, and Concrete) .........
$ 15.47
**
0.00
OPERATOR: Piledriver ............
$ 17.23
0.00
OPERATOR: Post Driver
(Guardrail/Fences)...............$
15.97
**
0.00
OPERATOR: Roller ................$
12.50
**
0.00
OPERATOR: Scraper ...............$
12.21
**
0.00
OPERATOR: Screed ................$
14.14
**
0.00
OPERATOR: Trencher ..............$
14.25
**
0.00
PAINTER: Spray ..................$
19.57
0.00
TRAFFIC SIGNALIZATION:
Traffic Signal Installation ......
$ 15.11
**
0.00
TRUCK DRIVER: Dump Truck ........
$ 11.86
**
0.00
TRUCK DRIVER: Flatbed Truck .....
$ 14.28
**
0.00
TRUCK DRIVER: Lowboy Truck ......
$ 16.25
0.00
TRUCK DRIVER: Slurry Truck ......
$ 11.96
**
0.00
TRUCK DRIVER: Water Truck .......
----------------------------------------------------------------
$ 13.57
**
0.00
151
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($16.20) or 13658
($12.15). Please see the Note at the top of the wage
determination for more information.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis -Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the E0, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)) .
The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of ""identifiers"" that indicate whether the particular
152
fe93d 704-5e94-415d-8375-7ea 7a 216a5552024011
Annual Asphalt Paving and Resurfacing
rate is a union rate (current union negotiated rate for local),
a survey rate (weighted average rate) or a union average rate
(weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed
in dotted lines beginning with characters other than ""SU"" or
""UAVG"" denotes that the union classification and rate were
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of
the union which prevailed in the survey for this
classification, which in this example would be Plumbers. 0198
indicates the local union number or district council number
where applicable, i.e., Plumbers Local 0198. The next number,
005 in the example, is an internal number used in processing
the wage determination. 07/01/2014 is the effective date of the
most current negotiated rate, which in this example is July 1,
2014.
Union prevailing wage rates are updated to reflect all rate
changes in the collective bargaining agreement (CBA) governing
this classification and rate.
Survey Rate Identifiers
Classifications listed under the ""SU"" identifier indicate that
no one rate prevailed for this classification in the survey and
the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that
classification. As this weighted average rate includes all
rates reported in the survey, it may include both union and
non-union rates. Example: SULA2012-007 5/13/2014. SU indicates
the rates are survey rates based on a weighted average
calculation of rates and are not majority rates. LA indicates
the State of Louisiana. 2012 is the year of survey on which
these classifications and rates are based. The next number, 007
in the example, is an internal number used in producing the
wage determination. 5/13/2014 indicates the survey completion
date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a
new survey is conducted.
153
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate
that no single majority rate prevailed for those
classifications; however, 1000 of the data reported for the
classifications was union data. EXAMPLE: UAVG-OH-0010
08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in
the example, is an internal number used in producing the wage
determination. 08/29/2014 indicates the survey completion date
for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of
each year, to reflect a weighted average of the current
negotiated/CBA rate of the union locals from which the rate is
based.
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
National Office because National Office has responsibility for
the Davis -Bacon survey program. If the response from this
initial contact is not satisfactory, then the process described
in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
154
fe93d704-5e94-415d-8375-7ea7a216a5552024011
Annual Asphalt Paving and Resurfacing
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington,.DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
----------------------------------------------------------------
----------------------------------------------------------------
END OF GENERAL DECISIO"
155
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Board of County Commissioners
THROUGH: John A. Titkanich, Jr., County Administrator
Sean A. Lieske, Acting Public Works Director
Kirstin Leiendecker, P.E., Assistant Public Works Director
FROM: Richard Reichenbach, P.E., Project Engineer
SUBJECT: CR603/Indian River Boulevard Resurfacing from 53 Street to the
Merrill Barber Bridge, IRC -1707, FDOT FM 441919-1-54-01
Release of Retainage and Change Order No. 1
DATE: October 16, 2023
DESCRIPTION AND CONDITIONS
On July 12, 2022, the Board of County Commissioners awarded Bid No. 2022046 to C.W. Roberts
Contracting, Inc. in the amount of $4,989,884.10 for Construction (Milling and Resurfacing) and
Construction Engineering Inspection (CEI) Services for CR-603/Indian River Boulevard from
Merrill Barber Bridge to 53rd Street. The improvements, designed in-house, include milling and
resurfacing, widening the shoulder to guarantee a minimum 5 -foot -wide bike lane along a major
North/South corridor, ADA sidewalk return improvements and interconnect improvements for
hardening and resiliency.
Change Order No. 1 is to make final adjustments to contract bid items for a decrease to the total
contract price by $301,346.69 for a final cost of $4,688,537.41 and to make final contract time
adjustments.
C.W. Roberts Contracting, Inc. has successfully completed the project and has been paid
$4,454,110.54 with $234,426.87 held in retainage to date. C.W. Roberts Contracting, Inc. has
submitted Contractor's Application for Payment No. 1707-12 for release of retainage in the
amount of $234,426.87.
FUNDING
Funding in the amount of $234,426.87 is budgeted and available from Account No. 109-206000-
21014/Secondary Roads — Indian River Blvd Resurfacing (Barber Bridge to 53rd St)/Retainage —
CW Roberts Contracting.
C:\G ran icus\Legistar5\LS\Temp\7fb2744f-9aa 2-4615-a 17b-fa4842bb27gl,dp6
PAGE 2
IRC -1707— Indian River Boulevard Resurfacing (53rd Street to Merrill Barber Bridge)
Release of Retainage and Change Order No. 1
For November 21, 2023 BCC Meeting
RECOMMENDATION
Staff recommends approval of Change Order No. 1 and payment of Contractor's Application for
Payment No. 1707-12 to C.W. Roberts Contracting, Inc. in the amount of $234,426.87 for release
of retainage.
ATTACHMENTS ARE AVAILABLE FOR VIEWING IN ENGINEERING DIVISION
1. Change Order No. 1
2. Contractor's Application for Payment No. 1707-12
AGENDA ITEM FOR NOVEMBER 21, 2023
Page 2 of 2
C:\Granicus\Legistar5\L5\Tem p\7fb2744f-9aa2-4615-a17b-fa4842bb2741,d=
SECTION 00942 - Change Order Form
DATE OF ISSUANCE: 11/21/2023
No. 1
EFFECTIVE DATE:11/21/2023
OWNER: Indian River County
CONTRACTOR C.W. Roberts Contracting, Inc.
Project: IRC -1707
FM No. 441919-1-54-01 OWNER'S Bid No. 2022046
You are directed to make the following changes in the Contract Documents:
Reason for Change Order:
The project is complete. This change order is intended to make final adjustments to bid line
items in order to finalize the contract amount, release retainage to the Contractor and make
final contract time adjustments.
Attachments: (List documents supporting change)
Description of Itemized Changes
CHANGE IN CONTRACT
PRICE:
Description
Amount
Original Contract Price
$4,989,884.10
Net decrease of this
Change Order:
($301,346.69)
Contract Price with all
approved Change Orders:
$4,688,537.41
ACCEPTED:
By:
CONTRACTOR (Signature)
Date:
CHANGE IN CONTRACT TIMES
Description
Time
Original Contract Time:
(days)
Substantial Completion:
180
Final Completion:
210
Net increase this Change Order:
(days)
Substantial Completion:
142
Final Completion:
142
Contract Time with all approved
Change Orders:
(days)
Substantial Completion:
322
Final Completion:
352
RECOMMENDED:
By:
ENGINEER (Signature)
Date:
APPROVED:
By:
OWNER (Signature)
Date:
IRC -1707 COl 20231121
00942-1
FAPublic Works\ENGINEERING DIVISION PROJECTS\1707 Indian River Blvd Merrill Barber Bridge to 53rd St Resurfacing (SCOP)\1-Admin\Agenda Items\Project I �^
Closeout\IRC-1707_ C01_20231121.doc Rev. 05/01 1 8i
CHANGE ORDER NO. 1
DESCRIPTION OF ITEMIZED CHANGES
PROJECT NAME: INDIAN RIVER BLVD. RESURFACING FROM 53RD ST. TO THE MERRILL BARBER BRIDGE
PROJECT NO. IRC -1707 BID NO. 2018062
FOOT FM NO.441919-154-01
0706 1 3A
RAISED PAVEMENT MARKER, TYPE B (BI-DIRECTIONAL
W HITEIRED)
EA
537
4.25
2,282.25
0711 16 102
THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE, SOLID,
8'
GM
0.16
6,900.00
1,104.00
0711 16 131
THERMOPLASTIC, OTHER -SURFACES, WHITE, SKIP, 6',10-30 SKIP
OR 3-9 LANE DROP
GM
0.06
1 2,000.00
120.00
0711 16 201
THERMOPLASTIC, STANDARD -OTHER SURFACES, YELLOW,
SOLID, 6-
GM
0.119
6,300.00
749.70
W CD -2
0570 12 PERFORMANCE TURF SOD BAHIA
BY
2,997
4.50
13 486.50
W CD -2
0570 1 2A PERFORANCE TURF SOD FLORATAM
SY
3,997
7.00
27 979.00
WCD-2
0630 212 CONDUITFSI DIRECTIONAL BORE
LF
741
21.00
15 561.00
W CD -2
REMOBILIZATION OF DIRECTIONAL DRILLING
LS
1
2,750.00
2,750.00
W CD4
PAY ITEM 0425 14 1 GRATE FOR EXISTING DRAINAGE STRUCTURE
SF
55.58
334.00
18 563.72
0630 211
CONDUIT FURNISH & INSTALL OPEN TRENCH
LF
1,560
6.70
10 452.00
070613
RAISED PAVEMENT MARKER, TYPE B (BI-DIRECTIONAL
AMBER/AMBER)
EA
1
4.25
4.25
070613B
RAISED PAVEMENT MARKER, TYPE B (BI-DIRECTIONAL
WHITE/MONO)
EA
71
4.25
301.75
0711 11123
THERMOPLASTIC, STANDARD, WHITE, SOLID, 12' FOR
CROSSWALK AND ROUNDABOUT
LF
265
2.35
622.75
0711 11124
THERMOPLASTIC, STANDARD, WHITE, SOLID, 18' FOR
DIAGONALS AND CHEVRONS
LF
306
3.65
1,116.90
0711 11125
THERMOPLASTIC, STANDARD, WHITE, SOLID, 24' FOR STOP LINE
AND CROSSWALK
LF
41
7.30
299.30
071111141
THERMOPLASTIC, STANDARD, WHITE, 24 DOTTED GUIDELINE/6-
10 GAP EXTENSION 6-
GM
1.29
2,200.00
2,831.40
0711 11160
THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL
HELMETED BICYCLE SYMBOL AND BIKE LANE ARROW
EA
1 1
338.00
338.00
0711111608(ONLY)
THERMOPLASTIC, STANDARD, WHITE, MESSAGE OR SYMBOL
EA
1 1
337.00
337.00
0711 11170
THERMOPLASTIC STANDARD WHITE ARROW
EA
1
92.00
92.00
0711 11224
THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18' FOR
DIAGONAL OR CHEVRON
LF
159
3.00
477.00
071111241
THERMOPLASTIC, STANDARD, YELLOW, 24 DOTTED GUIDELINE/6-
UIDELINE/071111241 10 DOTTED EXTENSION LINE 6-
GM
0.095
3,700.00
351.50
071116101
THERMOPLASTIC, STANDARD -OTHER SURFACES, WHITE, SOLID,
6'
GM
0.174
6,300.00
1,096.20
WCDt
EBUILDER ISSUE
LS
1.000
622.81
622.81
FA
FORCE ACCOUNT
LS
1
1 365 000.00
1
365 000.00
SUBTOTALS
1
82,596.17
383,942.86
INDIAN RIVER BLVD. RESURFACING FROM 53RD ST. TO THE
MERRILL BARBER BRIDGE TOTAL
$ (301,346.69)
159
1
F.U'.Wc Wm TNGINEERING DIVISION PROJECTM1707 IMi. Riw BW NWrilB Bddpeb53rd SlRNunccug(SCOP)\l-AdM.%g"a ft r V.alact Cbs RP1707_FCO _20231121
CONSENT
INDIAN RIVER COUNTY
MEMORANDUM
TO: Honorable Board of County Commissioners
THROUGH: John A. Titkanich, Jr., County Administrator
FROM: Suzanne Boyll, Human Resources Director
DATE: November 8, 2023
SUBJECT: Revision to AM -703.1 Leaves of Absence
.�1rd1rj-e4 T.irrrr.M
M
Indian River County has established administrative policies outlining various policies, practices
and procedures applicable to County employees. AM -703.1 identifies the County's policy related
to leaves of absence when other forms of leave do not apply or have been exhausted and the
employee is requesting unpaid leave.
Staff is requesting the policy be updated to reflect that department heads have the authority to
approve unpaid leaves of absence for periods of less than 90 days and the County Administrator
must approve any leave of absence beyond 90 days.
The policy revision also establishes that employees on unpaid leave will be required to pay
applicable premiums by the end of each month to continue group health benefits.
FUNDING:
There is no additional cost.
RECOMMENDATION:
Staff respectfully requests the Board of County Commissioners approve staff's recommendation
the revise AM -703.1 Leaves of Absence.
ATTACHMENTS:
AM -703.1 Leaves of Absence
160
Ili11MIs
It is the policy of the County to grant employees extended unpaid leave of absence from the County
under certain circumstances. Except as otherwise provided, the decision to grant a leave of absence is
a matter of administrative discretion and may only be approved by the County Administrator,
department heads or County Attorney as provided in this policy. For policy with regard to absences of
short duration, see units ATTENDANCE AND PUNCTUALITY, AM -701.1 and SHORT-TERM ABSENCES,
AM -702.3.
COMMENT:
1. Employees are eligible for unpaid leave of absence for causes generally beyond the control of
the employee and when other types of leave afforded by the County do not apply or have been
exhausted (e.g., sick and vacation leave, workers' compensation leave, military leave, FMLA leave,
etc.). Employees may be granted a personal leave of absence to attend to personal matters in cases in
which the County determines that an extended period of time away from the job will be in the best
interests of the employee and the County. The duration of each leave of absence shall be determined
by the County.
2. When possible, requests for a leave of absence or any extension of a leave of absence should
be submitted in writing to the employee's department head thirty days prior to commencement of the
leave period or as soon the need for leave has been determined. The request should include the
reason for the leave, the duration of the requested leave, and the expected return to work date. The
department head will discuss the request with the Human Resources Director. If approved, Human
Resources will notify the employee of the approval and the expected return to work date and include
information concerning the payment of any benefit premiums while on leave. Any cumulative leave of
absence (extensions included) will generally not exceed 90 days. Leave of absence beyond 90 days in
duration, must also receive approval by the County Administrator. If the request for leave of absence
is not approved, Human Resources will notify the employee in writing.
3. Employees returning from a leave of absence will be reinstated to their same job or one of
similar status and pay provided the County's circumstances have not changed to the extent that it
would be impossible or unreasonable to provide reinstatement. If the same job or one of similar status
and pay is not available, reinstatement may be deferred until a position is available, and the employee
may be granted a preference in recall.
161
SECTION
NUMBER
EFFECTIVE DATE
ADMINISTRATIVE
Human Resources
I AM -703.1
11/21/2023
SUBJECT
PAGE
POLICY
MANUAL
Leaves of Absence
1 of 2
It is the policy of the County to grant employees extended unpaid leave of absence from the County
under certain circumstances. Except as otherwise provided, the decision to grant a leave of absence is
a matter of administrative discretion and may only be approved by the County Administrator,
department heads or County Attorney as provided in this policy. For policy with regard to absences of
short duration, see units ATTENDANCE AND PUNCTUALITY, AM -701.1 and SHORT-TERM ABSENCES,
AM -702.3.
COMMENT:
1. Employees are eligible for unpaid leave of absence for causes generally beyond the control of
the employee and when other types of leave afforded by the County do not apply or have been
exhausted (e.g., sick and vacation leave, workers' compensation leave, military leave, FMLA leave,
etc.). Employees may be granted a personal leave of absence to attend to personal matters in cases in
which the County determines that an extended period of time away from the job will be in the best
interests of the employee and the County. The duration of each leave of absence shall be determined
by the County.
2. When possible, requests for a leave of absence or any extension of a leave of absence should
be submitted in writing to the employee's department head thirty days prior to commencement of the
leave period or as soon the need for leave has been determined. The request should include the
reason for the leave, the duration of the requested leave, and the expected return to work date. The
department head will discuss the request with the Human Resources Director. If approved, Human
Resources will notify the employee of the approval and the expected return to work date and include
information concerning the payment of any benefit premiums while on leave. Any cumulative leave of
absence (extensions included) will generally not exceed 90 days. Leave of absence beyond 90 days in
duration, must also receive approval by the County Administrator. If the request for leave of absence
is not approved, Human Resources will notify the employee in writing.
3. Employees returning from a leave of absence will be reinstated to their same job or one of
similar status and pay provided the County's circumstances have not changed to the extent that it
would be impossible or unreasonable to provide reinstatement. If the same job or one of similar status
and pay is not available, reinstatement may be deferred until a position is available, and the employee
may be granted a preference in recall.
161
4. Employees who are unable to report for work because of arrest and incarceration may be
placed on a leave of absence provided that it is requested during the first three working days of the
incarceration. If the employee is freed on bail, a decision will be made by the employee's department
head and the Human Resources Director as to whether to allow the resumption of active employment
pending disposition of the charges. They shall determine whether reinstatement would be consistent
with the County's needs and requirements. If the decision is to not allow resumption of active
employment pending disposition of the charges, a "pre -suspension" hearing will be set, at which the
employee will be advised of the reasons for the suspension and would have the opportunity to refute
the underlying premises for the suspension and argue for immediate reinstatement. This element of
employee "due process" shall generally parallel the protection provided in the unit DISCIPLINARY
PROCEDURE, AM -807.1.
5. An employee who fails to return to work at the conclusion of an approved leave of absence or
an approved extension of a leave of absence will be considered as having voluntarily quit.
6. While on leave of absence, the employee will be required to pay applicable premiums by the
end of each month to continue group health benefits. If an employee is delinquent in the payment of
premiums, coverage may be terminated by the County. Eligible employees will be provided COBRA
continuation rights.
7. No continuous service benefits will accrue during an unpaid leave. This includes vacation, sick
leave and retirement credits.
162
SECTION
NUMBER
EFFECTIVE DATE
ADMINISTRATIVE
Human Resources
AM -703.1
11/21/2023
SUBJECT
PAGE
POLICY
MANUAL
Leaves of Absence
2 of 2
4. Employees who are unable to report for work because of arrest and incarceration may be
placed on a leave of absence provided that it is requested during the first three working days of the
incarceration. If the employee is freed on bail, a decision will be made by the employee's department
head and the Human Resources Director as to whether to allow the resumption of active employment
pending disposition of the charges. They shall determine whether reinstatement would be consistent
with the County's needs and requirements. If the decision is to not allow resumption of active
employment pending disposition of the charges, a "pre -suspension" hearing will be set, at which the
employee will be advised of the reasons for the suspension and would have the opportunity to refute
the underlying premises for the suspension and argue for immediate reinstatement. This element of
employee "due process" shall generally parallel the protection provided in the unit DISCIPLINARY
PROCEDURE, AM -807.1.
5. An employee who fails to return to work at the conclusion of an approved leave of absence or
an approved extension of a leave of absence will be considered as having voluntarily quit.
6. While on leave of absence, the employee will be required to pay applicable premiums by the
end of each month to continue group health benefits. If an employee is delinquent in the payment of
premiums, coverage may be terminated by the County. Eligible employees will be provided COBRA
continuation rights.
7. No continuous service benefits will accrue during an unpaid leave. This includes vacation, sick
leave and retirement credits.
162
aL
INDIAN RIVER COUNTY, FLORIDA
AGENDA ITEM
Department of Parks, Recreation & Conservation
Date: November 2, 2023
To: The Honorable Board of County Commissioners
Thru: John A. Titkanich, Jr., County Administrator
Michael C. Zito, Deputy County Administrator
From: Beth Powell, Parks, Recreation & Conservation Director
Subject: Approve Streaming Video Licensing Agreement with Steve Billig, dba
Live Pickleball Courts for provision of cameras at Dick Bird (South
County) Regional Park
BACKGROUND:
In June of 2023, Staff was approached by a resident pickleball player about the possibility of live
streaming the new pickleball courts at Dick Bird (South County) Regional Park. Staff was
informed that a company called "Livepickleballcourts.com" was already live streaming the
pickleball courts at Pocahontas Park in Vero Beach and users of that facility loved the opportunity
to log into this website and check on the number of people playing, the weather and court
conditions. Upon further research, Staff learned that this website hosts cameras at both private and
public courts throughout the United States. Staff reached out to Mr. Billig who agreed that the
courts at the park would be an ideal location for live streaming.
DESCRIPTION AND CONDITIONS:
The cameras are solar and able to broadcast via a cell phone signal, and will not need County
supported infrastructure in order to be operational. Staff will approve the exact location on site
once the agreement is approved to ensure maximum visibility of the courts. Mr. Billig generates
revenue by selling advertising on the website, thus as part of the agreement a condition for
approval is that any site must be "G" rating (suitable for all audiences). These cameras will add to
the service delivery of the park by showcasing the facility, allowing players to determine playable
capacity before arriving, and viewing inclement weather.
FUNDING:
No funding is required for the subject task.
RECOMMENDATION:
Staff respectfully requests that the Board of County Commissioners approve the Streaming Video
Licensing agreement with Steve Billig, dba Live Pickleball Courts and authorize the Chairman to
execute the agreement after review and approval by the County Attorney for legal sufficiency.
ATTACHMENTS:
Draft Agreement
163
APPROVED AGENDA ITEM FOR NOVEMBER 21, 2023
164
STREAMING VIDEO LICENSING AGREEMENT
This LICENSING AGREEMENT ("Agreement") is entered into effective the day
of 202_ (the "Effective Date"), by and between Steve Billig, an individual doing business
as "Live Pickleball Courts" (as "Licensor"), whose address is 410 South Front Street, Unit 210,
Philadelphia, PA 19147, and Indian River County, a political subdivision of the State (as
"Licensee"), whose address is 1801 27h Street, Vero Beach, Florida 32960. The Licensee and
Licensor are sometimes individually referred to herein as a "Party" and collectively as the
"Parties."
Recitals
WHEREAS, Licensor is in the business of selling advertising to businesses and
individuals;
WHEREAS, Licensee is the owner and operator of 12 pickleball courts at Richard "Dick"
Bird Park in Vero Beach Florida (the "Facility");
WHEREAS, Licensor, at his sole cost and expense desires to provide two web cameras
and other required equipment to allow Licensee to continuously stream pickleball play at the
facility to the public, and others as may be desired by Licensee;
WHEREAS, Licensor certifies that it and its related entities, as defined by Florida law are
not on the Scrutinized Companies that Boycott Israel List, created pursuant to § 215.4725 of the
Florida Statutes; and are not engaged in a boycott of Israel; and
WHEREAS, Licensee shall terminate this Agreement if Licensor, including all wholly
owned subsidiaries, majority-owned subsidiaries, and parent companies that exist for the purpose
of making profit, is found to have been placed on the Scrutinized Companies that Boycott Israel
List or is engaged in a boycott of Israel as set forth in § 215.4725, of the Florida Statutes.
NOW, THEREFORE, in consideration of the use of the facility for live streaming
pickleball play and other valuable consideration, the legal sufficiency of which is hereby
acknowledged by both Parties, and of the mutual covenants herein contained, the Parties, as
indicated by their authorized representative's signatures below, hereby agree to the terms.and
conditions set forth herein:
1. The Parties agree that the foregoing Recitals are true and correct and are fully
incorporated herein by reference.
2. Licensor shall, at his sole cost and expense provide Licensee with two (2) web
cameras and all necessary equipment necessary (the "Equipment") to allow continuous
165
streaming video of pickleball play on Licensor's website. The Equipment shall remain the
property of Licensor, subject to the other terms of this agreement. Licensor does hereby assume
all risks of loss for damage and destruction of the Equipment unless such damage is wholly
caused by the intentional acts of Licensee. Licensor shall not be charged any fees of any kind or
nature to Licensee for the use of the Cameras or for the streaming of the video feed from the
Facility. The benefit derived by Licensor in entering this agreement solely is to be able to
provide advertising content from its advertisers to anyone livestreaming Licensee's facility.
3. Licensor shall install the Equipment at the Facility in such positions at the Facility as
agreed by both Parties. In no case shall the Equipment at the Facility capture, film, record, or
broadcast any place that is objectively considered private or has a reasonable expectation of
privacy.
4. Licensee does hereby grant Licensor a revocable license to include the video feed
from the Facility (the "Video Feed") on its website livepickleballcourts.com, except however
Licensor shall not be entitled to charge any fee or consideration for broadcast, or re -broadcast of
the Video Feed without the prior written consent of Licensee.
5. Licensor may include advertisements on its website which are related to the sport of
pickleball or other lawful activities and purposes provided such advertisements are of a "G-
rating" and would not be generally considered offensive to underaged family members. Without
limiting the generality of the foregoing, no advertisement which appears on
livepickleballcourts.com shall promote adult entertainment, drugs, or any unlawful or any mature
/ adult activity or production.
6. This Agreement is and shall constitute a revocable license allowing either party upon
written notice to the other to immediately terminate the license by providing written notice by
US certified mail to the other (the "Termination Notice"), with neither party owing any further
obligation to the other except as specifically set for in this paragraph. If terminated then
Licensee shall cooperate in returning the Equipment in "as is" condition to Licensor at
Licensor's expense. Licensor shall provide shipping instructions and costs of shipping to
Licensee and Licensee shall cause the Equipment to be returned to Licensor. In the event the
license is terminated and Licensor has not provided shipping instructions and associated fees to
Licensee within fourteen (14) days from receipt of the Termination Notice then the Equipment
shall be deemed to be abandoned and Licensee may discard the Equipment as it deems
appropriate.
7. This contract shall be construed according to the laws of the State of Florida.
8. Any and all notices required or desired to be sent pursuant to the agreement, including
the Termination Notice shall be sent to the following address:
If to the Licensor:
166
Steve Billig, d/b/a "Live Pickleball Courts"
410 South Front Street
Unit 210
Philadelphia, PA 19147 Email: info@livepickleballcourts.com
If to Licensee:
Attn: Beth Powell
Indian River County iG Center
Indian River County Parks, Recreation & Conservation Department
1590 9�' St. SW
Vero Beach, FL 32962
IN WITNESS WHEREOF the Parties have executed this contract to be effective on the
Effective Date.
LIVE PICKLEBALL COURTS BOARD OF COUNTY COMMISSIONERS
Steve Billig INDIAN RIVER COUNTY, FLORIDA
By: _
Name:
Title:
By:
Joseph H. Earman, Chairman
BCC Approved:
Approved:
By:
John A. Titkanich. Jr.
County Administrator
Attest: Ryan L. Butler, Clerk of Court
and Comptroller
By:
Deputy Clerk
Approved as to form and legal sufficiency
William K. DeBraal
County Attorney
167
Ryan L. t1w
Clerk of Circuit Court $ Comptroller1
1801 27th Street
Vero Beach, FL 32960
r°
Telephone: (772) 6-3100 ... ►'�
INDIAN RIVER COUNTY, FLORIDA
CLERK OF THE CIRCUIT COURT AND COMPTROLLER
STATEMENT OF REVENUES, EXPENDITURES AND
CHANGES 1N FUND BALANCES - BUDGET AND ACTUAL
GENERALFUND
FOR THE YEAR ENDED SEPTEMBER 30, 2023
NON COURT OPERATIONS REVENUE
COURT OPERATIONS REVENUE
MISCELLANEOUS REVENUES
TOTALREVENUES
EXPENDITURES
PERSONAL SERVICES
OPERATING EXPENDITURES
CAPITAL OUTLAY
DEBT SERVICE:
PRINCIPAL
INTEREST
TOTAL EXPENDITURES
EXCESS OF REVENUES OVER (UNDER) EXPENDITURES
GENERALFUND
OTHER FINANCING SOURCES (USES)
TRANSFERS FROM BOARD OF COUNTY COMMISSIONERS
TRANSFERS TO BOARD OF COUNTY COMMISSIONERS
TOTAL OTHER FINANCING SOURCES (USES)
EXCESS OF REVENUES AND OTHER SOURCES OVER
(UNDER) EXPENDITURES AND OTHER USES
FUND BALANCES 10/01/22
FUND BALANCES 9/30/23
I, Ryan L. Butler, Clerk of the Circuit Court and Comptroller of
Indian River County, Florida, do hereby certify that the
foregoing are true and accurate annual reports of all official
expenses and net income and unexpended budget balances
as of the close of the fiscal year ended September 30, 2023.
1 have hereunto set my official seal this date, October 31, 2023.
Ryan L. Butler, Clerk of Circuit Court and Comptroller
5,770,723 5,350,541 420,182
654,063 740,214 (86,151)
7,500 - 7,500
3,225 3,544 (319)
1,945 2,078 (133)
6,437,456 6,096,377 341,079
(1,387,025) (1,103,863)
1,387,025 1,387,025
- (283,162)
1,387,025 1,103,863
283,162
(283,162)
(283,162)
169
VARIANCE
FINAL
FAVORABLE
BUDGET
ACTUAL
(UNFAVORABLE)
$ 1,684,500 $
1,346,172 $
(338,328)
3,238,202
3,367,854
129,652
127,729
278,488
150,759
5,050,431
4,992,514
(57,917)
OTHER FINANCING SOURCES (USES)
TRANSFERS FROM BOARD OF COUNTY COMMISSIONERS
TRANSFERS TO BOARD OF COUNTY COMMISSIONERS
TOTAL OTHER FINANCING SOURCES (USES)
EXCESS OF REVENUES AND OTHER SOURCES OVER
(UNDER) EXPENDITURES AND OTHER USES
FUND BALANCES 10/01/22
FUND BALANCES 9/30/23
I, Ryan L. Butler, Clerk of the Circuit Court and Comptroller of
Indian River County, Florida, do hereby certify that the
foregoing are true and accurate annual reports of all official
expenses and net income and unexpended budget balances
as of the close of the fiscal year ended September 30, 2023.
1 have hereunto set my official seal this date, October 31, 2023.
Ryan L. Butler, Clerk of Circuit Court and Comptroller
5,770,723 5,350,541 420,182
654,063 740,214 (86,151)
7,500 - 7,500
3,225 3,544 (319)
1,945 2,078 (133)
6,437,456 6,096,377 341,079
(1,387,025) (1,103,863)
1,387,025 1,387,025
- (283,162)
1,387,025 1,103,863
283,162
(283,162)
(283,162)
169
.. ..... ..
.. .. .
t
C,
C
Y
✓
1
EO
i c N
,
p
C N
R �
t E
a
'
ai m
� c
v
R
C
W
Z
Y
N � t
e
J
C
a
LL i
-
y
� C
Y=
yN
� Y
7
C C
E i
�
t
v
m
�
v
p
.4 A I i I "
y E
M N Y K
w
E� n � i � - _ o N
N C Y m Y C C C
E �
v
d m d OI OoC
Y
A Y � > G WX T lzJ Z
Y Y
w m m do
u g R LL v tp7 m e
C C? L
�O CL
d�Wa.LF 2 y�+C� O O D
U K VRf O rd G +n O O W t7 LL a Q W
ti V—
� Lo
m ? w
CL
Q D E
O
U
U E
C U
_ O
w
ci
dc
Q C
>aa
y C
Z
O S d
O A
LD ID
m o
w
Ln
w m
L
'n
c
e �
W
b
L
N
E
Ll VY N
Zm
N L m .ti O
Ln
c) .� m Ln
0 0 0 m Ln �
c
d O O O O
0 0 0 0 0
w 00 1., N
N m O LO cY
Ln N m r W
7r .ti �7 t0'
v m �
v
"I i In
m m O m m m O N
O O O O O N N N m
N N N N N N N N N N N
r
G
O u
7 Q
6 x u
E w
E W aci
W V m > Q
N
H Z C U 03 C
d
,m4-
o� v m W
c o$ o o a J
m w c
Z3
3 v .61c .c n o v m
m Q O O L3 o O O V Q ~ LL H
.l
m N v m P- r N
00r- N o o v o
r. ,ti O O O O O
O O O O O
0
0
0
0
0
0
u
u
0
O
m
LO
0000
00
coo
00
w
m
LD
-1-11
N
00
N
n
i
C
Ln
it
�
0 0
Ln
�
cU!)o
�
V
r,
LO
N
ai
O
m
00r,
O1
L'i ei
N
Ol
N
00
in H
N
U:)
m N v m P- r N
00r- N o o v o
r. ,ti O O O O O
O O O O O
n
u
u
IR
O
LC!
LLl7
a--1
NLD
cli
CD
r,
rl
Lo in
O
M
V
V
00
00 d'
O
N
00r,
O1
L'i ei
N
Ol
N
00
in H
N
U:)
R
d
^
u O
V1
V?
V}
V?
VY
lf� N
u
u
•L
t;
t
C
d
^
u O
n
u`�"
r° >
u
3
n
o
v �
p
O
V)
w
L=
O
C
G
m
t
a
7
y N
0
Q
V
m
LL
V1
V)
cc0
G
Q
= LL
N
d
C
(7
VI
CH
CC
C
O
V
C
a]
a
C
G
f
C
O
QJ
U
>
O
C7
0
m
O
0 0 0 0 0 0 0 0 0 a
4 m ' O I� al e -t x N w O
N LNu' O r- � rn 00�� m
Cl) LO al Q) Lf) O ri lqr t -I it
%-ii m 0
rri Ln j m O 00 N N00
N I m
V). V). th in• tri v? tri- V? t!). tr} trl if). U) I tr)-
tn• V-1 V} V). Vn tn.
0
0
O
O
0
o
CD
O
O
o
O
O
O
O
O
o
�
T`
f\
a
oo
00
a)
LD
Ln
N
N
O
R:r
O
-!T
LD
Ln
LO
tD
O
O
Ln
m
Ln
R::'
m
0
6)
a)
al
Ul
a)
Lfl
m
O
't
m
m
m
m
n
trf
to
LD
N
tri
0
0
0
N
i
�t
0
Ln
0
0
to
o
m
rF
�
M
M
a1
ut
Ln
N
rn
tB
O
CLr-
'a
`^
rn
C
U:)
LD
i
Ln
N
O
U
ai
a)
o
Ln
o
tr}
tn
trs.
CU
CL
Q
w
0
�R
�
0
Q
r -I
0L�
m
0 0
m
EC)
0
Ln
0
Ln
C)
cn
M
I`
a)
1p
a)
'_
N
a
Q
U
�t
�t
—1
00
m
:n
in
o
m
4t
Ln
lD
M
O
a
Ln
00
t
o
o
a'i
ri
>Z
C!y
tn• V-1 V} V). Vn tn.
N
til} till. <r} til} try til? th i!} V)-
if) -
O
0
00
tz
m
0
0
0
0
0
CD
CD
O
O
O
O
O
O
O
O
o
�
�
0
a
oo
ri
a)
LD
Ln
C)
al
O
R:r
Ol
-!T
LD
Ln
N
N
O
O
LD
m
Ln
R::'
m
0
6)
a)
al
Ul
a)
Lfl
m
O
't
m
f,
m
m
n
O
e -i
LD
N
ri
m
e -i
N
i
�t
N
til} till. <r} til} try til? th i!} V)-
if) -
O
0
00
tz
m
0
0
0
0
0
0
0
0
0
0
0
0
Lo
C
�
o
N
O
lD
O
al
N
LO
d`
r -i
H
m
ri
O
L/3
Y
uj
to
vi
m
-U
L11
X
u
u
o
LL)
Ir
U
V
y
U
Lri
Ln
(i
4�-
to
C
�
M
M
C0-
E
ut
Ln
Q
tB
O
CLr-
'a
`^
a"
C
M
Q
Oc_
i
Ln
N
O
U
a)
o
a
o
CU
CL
Q
w
Q
�R
�
O
Q
r -I
0L�
m
dt
m
EC)
Ln
O
Ln
rn
Qj
cn
M
A
ri
ri
4-1
�''
'_
ri
ca
Q
U
�•
m
cn
m
m
Lv
2
'
¢)
E
E
x
N
O
a
LUQ
a
o
o
a'i
>Z
C!y
U
U
O
C
a-
c
LLI
LLJ
o'
m
LL.
LL.
Ln
a M
S
.-i
N
m
d'
Ln
N
M
ri
N
M
tt m,:t
m
ri
ri
r♦
ri
ri
LA
Ln
Ln
111
Ln
m N
N
N
H
r -i
N
N
N
N N
N
N
N
N
N
N
0
0
0
0
0
0
0
0
0
0
0
0
Lo
o
�
o
N
O
lD
O
al
N
LO
d`
r -i
H
m
ri
ri
V). ih VF tr} V). tr}
O
o
O
O
O
O
O
O
0
0
0
0
U
U
C
C
O
O
LD
N
O
tT
N
ci
Ln
ri
—1
ih iPF til} t/}
U
U
L11Ln
(U
C
L/3
Y
uj
to
vi
m
-U
X
u
u
o
LL)
U_
Lri
Ln
•U
4�-
to
C
�
C
Ql
Q
Ln
'cLa
'a
`^
a"
C
M
U)
0
o
a
o
w
Q
�R
�
O
Q
r -I
N
m
dt
m
N
Ln
Ln
Ln
Ln
Ln
M
ri
ri
a -i
ri
ri
m
m
cn
m
m
v�
r
m r4
ft
m
L
NC�
0
o
Q
Q
o
Q
Q
o
Q
Q
Q
0
0
0
0
0
0
0
0
0
Cl
0
Q
Q
O
o
0
Co
0
0
0
0
o
Q
Q
o
0
qt
O
it
N
00
rj
, r!
O
O
Lf
' 00
O
O
N
O
6
s4
co
O7
a.., 4,
O
N
c+n
66
Ln
m
Ln
O
MC)
O
L\
O
N
O
O
m
N
m
q1
Q
O
00
O
Ln
00
O
O
N
0O
Q1
N
Q1
to
O
ri
t
O
y 'O
r-1
O
O
N
LO
ei
Oe
-I
C1'
cr
L>0
0
�
LO
N
ct
a
Qi
7
Cl
Ln
m
N
r-1
N
ri
ri
ri
O
Ti
Or
vi
M
ri
r -L
LO
V m
ri
N
M.
N
VS• ih
V}
th
V)•
V>, V} V}
V} <!} V}
�!}
t/}
V)• in V)
V}
V} V}
V} V}
Vx
to
V} V1.
V}
V}
X
LL L
C
O
C
O
C
CD
W
cu
d
Z
O
O
L7
.0
O
t
G7
O
N
E
cn E
y
�
Ln
Q7
CL
�
00
Ln
m
°
y
c
L
a
L0
CL
'�
ri
al
m
rl
O
o
Q
C
-0
ma
a�
0
.�
c
in
O'
y
V1,
O
y
O
O
O
O
s
O
O
O
Q.
O
m
a
O
0
0
L?�
O
}, y
O
O
O
O
O
c Lt1
O
O
O
O
Q
O
Ln
0
0
41
O
N
N
r♦
i -I
a�
Ln
0O
O
N
V
O1
v
d'
N
O
N
u
M
LO
Ln
M
J
Mri
t
L�
N
'� 41
M
l�
P1
h0
0
00
O
N
n
n
N
On
O
u
O
Ln
u
Cc
00
O
N
5 0
tO'
CO
00
N'
a-1
ri
i—
a.
L1
N
N
L u
�
O
L U
a -L
Q
O
V}
V}
V}
V}
.14
1--
m
Vi
V}
-cn
ri
V}
N
V}
Vt•
V}
m r4
ft
m
L
NC�
0
N
' r
0
M C14
Q � N
Q ri
M
t'
m
a1
mcli r
O
Q
O
L u
O
L1 y
O
LL.
O
tri- V1• V1• V). V} In V} Vf. tf1. V). t). V} t!} V)• to V1 V}
u:
O
O
cn
00
n
LO
r-
39 39
0
0
0
0
O
O'
O
O
O
O
O
O
O
O
O
O
O
0
0
0
0
O
0
0
0
0
O
O
O
O
O
O
O
O
O
qt
0
0
O
O
L7
O
O
O
O
O
O
O
O
Ln
O
L0
O
N
O
Ln
O
O
Ln
O
O
00
O
O
O
O
O
00
O
C
O
O
O
O
in
ri
et
O
Ln
LO
O
N
0
0
0
r f
O
OY
Oa
Ln
lit'
rl
O
r♦
N
r -I
O
LA'
L6t-4Ln
0
-i
.
Ln
m
N
N
r 1
r L
000
r-1
.-i
M
N
N
Or
tri- V1• V1• V). V} In V} Vf. tf1. V). t). V} t!} V)• to V1 V}
u:
O
O
cn
00
n
LO
r-
39 39
Ln
W
Ln
z
W
M.
y
LU
y
a+
X
LL L
C
C
C
CD
W
cu
d
Z
C
L7
.0
t
G7
Ln
0
E
cn E
y
Ln
Ln
Q7
CL
Ln
Ln
m
°
y
c
L
a
L0
CL
'�
R
'3
al
m
W
O
o
Q
C
-0
ma
a�
0
.�
c
O'
y
Q
�, Cr
y
c-
y
'C7
s
=
C
Q.
c
o
m
a
O
u
L?�
m
}, y
O
LU
Ln
c Lt1
O
Ln
00
Q
a.
Ln
; ,
41
a�
L11
u
V
Q?
V
lU
V
V
O1
v
C
L
N
u
y
u
R\
J
O
t
>
H
'� 41
t
P1
h0
t
u
0
u
M
O
O
5 0
-
i—
a.
L1
N
L u
�
O
L U
n.
Q
O
0.0
m
Ln
LIJ
0
1--
m
-;t
O
ri
ri
N M"
N
m
qzt
Ln e1
N
en
q
h
ri
N
o0
ri
N
rt
N
m
m
m
d'
d'
Ln
Ln zt
Ln
Ln
in
Ln
c}' Ln
Ln
Ln
Ln
4
Ln
Ln
Ln
Ln
Ln
Ln
Ln
m
Ln
N
N
d
'Ct
d'
LO
W
LO
LD
01
cl
m
d'
-t
-t
it
d
%t
It
tt
qr
wt
Ci
I;t
%t
Ct
Ln
Ln
Ln
Ln
m
I- N
OJ O
N N
L N
Q 4- N
Q 47 O
a00 N
a
CII 47
Q.J
CL
O U
CL Ln
LL
0
0
O
0
o
a
N
O
00
OI
r-
O
00
of
Ul
m
m'
n
ci
ct
m
t/} i/1- i1} ih i/} I V) -
C:)
O
O
O
O
O
O
O
O
O
c -q
a --I
ii!} It/}
O
O
O
O
O
O
00
O
00
O
n
O
O
111
Ul
O
m
m
ci
ct
m
ih i1: I i/T
I
t
T
in Ich
0
o
o
a
0
0
o
O
cn
111
ui
Ln
m
m
in Ich
0
o
0
0
0
0
0
o
r\
O
O
et
O
O
Lr
O
O
'd'
r -I
c-{
00
r-
z
O
in- i1} ih t/} if} in
m mm
ih 1 4-0-
I
h
sm
O O O
O O O
00 00 lD
O O to
m m O
C71 m N
ci ri
v�irl3Kv..
co O O O
0 0 0 0
00 0 00 <t
Lo O �D r,
m o m r-+
,-1 O " c -i
Ql -1 O �
a --I N cfl
yr i� t11ih
I It
O O
OJ
i
r-
z
>
L
N
b0
a
4-
G
O
U`
d
c
QJ
Ccc
++
LU
Y m
y
E
J
Z
(!Y
to
c
U
a.
0
Y
Fa_-
Q
u
R
'N
i
CL i
7
QCf
-
C
o
u
Q
c
Q,
U
o
O
v
U
C
as
Z
Qui
Qwi
U
LnJ
Y
a
Q°
z
m
-s
a
a
m
o
C
0
n
E
O
O
0 O
O>
m
f^
Z
w
O
Ln
uj
I-
}-
N
m4,
O
�
N
m�zr
Ln Ln
to
in
�n
rn
rn
rn
M
I It
O O
qC
Sheriff
Indian River � x 1
• Office
November 15, 2023
The Honorable Joseph Earman, Chairman
Indian River Board of County Commissioners
180127th Street
Vero Beach, FL 32960-3388
Re: FY22/23 Reversion Fees
We submit to the Board of County Commissioners a statement and ACH for the following excess
fees for Fiscal Year 2022/2023:
Fund 016, General Fund $ 1,211,627.79
Fund 160, Law Enforcement Trust Fund $ 115,009.68
Fund 165, Offender Fees Fund $ 3,410.68
For the General Fund, we respectfully request $1,001,627 returned to the agency as a FY24 budget
amendment in order to cover outstanding purchase orders and projected cost increases from
TCCH for the management of the jail medical unit. This process was discussed with County
Administrator Titkanich during the FY24 budget negotiations. Additionally, there were high
priority unforeseen circumstances that occurred after the FY24 budget was submitted to the
County that would have been included in the FY24 budget had they been known at that time.
For the Law Enforcement Trust Fund, we respectfully request $24,900 returned to the agency
instead of placing back in the County's Fund 112 in order to cover the ordered outstanding items
that were approved by the Board on August 15, 2023. The remaining amount of $90,109.68 may go
back into the County's Fund 112.
For the Offender Fund, we respectfully request the $3,410.68 returned to the agency to cover the
ordered outstanding items that were approved by the Board on August 15, 2023.
if,
Carole jean Jordan, c.Fc.
Tax Collector "How may we help you?"
MEMORANDUM
TO: John A. Titkanich, Jr., County Administrator
FROM: Carole Jean Jordan, Tax Collector
SUBJECT: Agenda Item
DATE: October 26, 2023
Please place the following on the Agenda for the Board of County Commissioners meeting on
Tuesday November 21, 2023, under Constitutional Officer's Matters: Tax Collector, Carole Jean
Jordan.
We are hereby presenting our Annual Fiscal Report for the Fiscal Year Ended September 30, 2023,
as required by Section 218.36 of the Florida Statutes. Also attached is the Report of Distribution
of Excess Fees for fiscal year ended September 30, 2023.
Thank you for your attention to this matter, and if you have any questions or if we can be of any
assistance, please feel free to call me at extension 1335.
4 aloA, 9444a'0-Va
cc: Kristen Daniels, Budget Director
Elissa Nagy, Finance Director
P.O. Box 1509, Vero Beach, FL 32961-1509
Website: www.irctax.com Phone: (772) 226-1343 Fax: (772) 226-1965
178
EXCESS2223
INDIAN RIVER COUNTY TAX COLLECTOR
CAROLE JEAN JORDAN, TAX COLLECTOR
EXCESS FEE DISTRIBUTION
FISCAL YEAR ENDED SEPTEMBER 30, 2023
COMMISSIONS 9/30/2023
COLLECTED EXCESS FEES
AGENCY 2022/2023 $ 2,554,421.81
GENERALFUND
FIND
SCHOOLBOARD
FL GREEN FINANCE AUTH
ST JOHNS WMD
SEB INLET DIST
MOSQUITO CONT
HOSPITAL
FELLSMERE WCD
IR FARMS WCD
ST JOHNS IMPROVE DIST
SEB RIVER IMPROV DISTRICT
VERO LAKES WCD
DELTA FARMS WCD
SEBASTIAN STORM DRAIN
CITY OF VERO BEACH
TOTAL
DUE TO COUNTY
DUE TO OTHER GOVT
TOTAL EXCESS FEES
$
6,107,513.17
$
2,359,143.98
$
14,449.63
$
5,581.48
$
2.73
$
1.05
$
36.82
$
14.22
$
89,074.23
$
34,434.94
$
9,513.93
$
3,674.87
$
112,629.23
$
43,506.42
$
230,776.94
$
89,145.76
$
1,500.00
$
579.36
$
1,502.42
$
579.36
$
1,571.81
$
579.36
$
1,500.00
$
579.36
$
19.04
$
7.35
$
1,500.00
$
579.36
$
39,846.89
$
15,389.50
$
1,619.31
$
625.44
$
6,613,056.15
$
2,554,421.81
100.208.1000 $ 2,359,143.98
100.208.0000 $ 195,277.83
$ 2,554,421.81
ALLOC
92.36%
7.64%
179
0
z
D
LL
}
U
z
W
0
Q
C)
O J C
LL
p Q
LL Z LL
W
(D
F
2
M m
W5
Q
D0u
LL c
C
u
u
o (7 F
N Z
p C
z
LL ~ F
d
co O
N O
04 0
M (
ONO ' or. -Wo
tO
O G S N 0 1 n (.-
�
h
M W N w m N
Lr) m
v
H
SII t
m
m
N
N
N
(D O N D) '
aac ' L lo
LO
)Nf)
N a D) (O
Lr) Lr)
a
N
"10
O) N ao ao co co O 00
000 (ham )!1 lD aO NNN N N N NN
N
N
N
N
Ix
W
z
Cl) O
w cn w
U
a w0 0 Cl) LL IxU
~ W m W
m =) W O Qw w F Q
LL w 0 2 � c7 p p
V)Jw wa0 Z W 00 L) O -i LL
a m J} 3: a. Q J U LL>> N p
Q w VQmQ 0 W m mLLLLOz m(n0)z z
v Ww>°- LLix 9a> >0 > ��ra m w j (n
JU W Z CO u)0 J LLxW W W JJJD W V 0 W
F- OwU>(nF-F-a F m 0a, mmm0 z W
w( n w X— zmmO Vw7 J V)Zm V)O W H J J J W m Q Z m
z o z (n W m<< F- V) p F-- Q O W W W Q_' Q O m = Q
Q F F F J LL J
50wmw W W p Q =JU»>Z W HF F U Q O j Q Q
Q w OU >> F F p :5<000D 0000Q O =) LL O O
UCL W QZ— 0?OOQ h - F LL F F
0
00
M
(L O
LL
N
M
w
w
LLL
m
0: =)
Z0XUUJ
U Z W
OJ
Z Q
U 0
> Q W W
ER F m d
Q p}
Z =
LL F
Cl)
J
Q
O
N
0
O
Cl)
cr
m w
m
O
g
0U F
O w LL
U -j W
Cl)it
w XOX W
iR Q 0
Z m W
Q Z Z
Z�Ww
a' w J
0ZHU
Q U Q Co m
' LL
�y
J J
NJ W5 W
N O J U =
F U O Z F
U W
LL LL
C)
O J C
LL
p Q
LL Z LL
W
(D
F
2
M m
W5
Q
D0u
LL c
C
u
u
o (7 F
N Z
p C
z
LL ~ F
d
co O
N O
04 0
M (
ONO ' or. -Wo
tO
O G S N 0 1 n (.-
�
h
M W N w m N
Lr) m
v
H
SII t
m
m
N
N
N
(D O N D) '
aac ' L lo
LO
)Nf)
N a D) (O
Lr) Lr)
a
N
"10
O) N ao ao co co O 00
000 (ham )!1 lD aO NNN N N N NN
N
N
N
N
Ix
W
z
Cl) O
w cn w
U
a w0 0 Cl) LL IxU
~ W m W
m =) W O Qw w F Q
LL w 0 2 � c7 p p
V)Jw wa0 Z W 00 L) O -i LL
a m J} 3: a. Q J U LL>> N p
Q w VQmQ 0 W m mLLLLOz m(n0)z z
v Ww>°- LLix 9a> >0 > ��ra m w j (n
JU W Z CO u)0 J LLxW W W JJJD W V 0 W
F- OwU>(nF-F-a F m 0a, mmm0 z W
w( n w X— zmmO Vw7 J V)Zm V)O W H J J J W m Q Z m
z o z (n W m<< F- V) p F-- Q O W W W Q_' Q O m = Q
Q F F F J LL J
50wmw W W p Q =JU»>Z W HF F U Q O j Q Q
Q w OU >> F F p :5<000D 0000Q O =) LL O O
UCL W QZ— 0?OOQ h - F LL F F
0
00
FINST2223(B)
TAX COLLECTOR, INDIAN RIVER COUNTY
CAROLE JEAN JORDAN, TAX COLLECTOR
FINANCIAL STATEMENTS
FOR THE FISCAL YEAR ENDED SEPTEMBER 30, 2023
REVENUES
CHARGES FOR SERVICES:
COUNTY OFFICERS COMMISSIONS
MISCELLANEOUS REVENUES:
INTEREST
OTHER REVENUES
TOTAL REVENUES
EXPENDITURES
GENERAL GOVERNMENT SERVICES:
FINANCIAL AND ADMINISTRATIVE:
PERSONAL SERVICES
OPERATING EXPENDITURES
CAPITAL OUTLAY
DEBT SERVICE:
LEASE PRINCIPAL
LEASEINTEREST
TOTAL EXPENDITURES
INDIAN RIVER COUNTY, FLORIDA
TAX COLLECTOR
STATEMENT OF REVENUES,EXPENDITURES AND
CHANGES IN FUND BALANCES - BUDGET AND ACTUAL
ALL GOVERNMENTAL FUNDS
FOR THE YEAR ENDED SEPTEMBER 30, 2023
GENERAL FUND
VARIANCE
FAVORABLE
ACCOUNT NUMBER BUDGET ACTUAL (UNFAVORABLE) %
EXCESS OF REVENUES OVER (UNDER) EXPENDITURES
OTHER FINANCING SOURCES (USES)
TRANSFERSIN
LEASE PURCHASE PROCEEDS
LEASE PURCHASE CIP
TRANSFERS OUT TO BOARD OF COUNTY COMMISSIONERS
TRANSFERS OUT TO OTHER GOVERNMENTS
TOTAL OTHER FINANCING SOURCES (USES)
EXCESS OF REVENUES AND OTHER SOURCES OVER
(UNDER) EXPENDITURES AND OTHER USES
FUND BALANCES 10/01/22
FUND BALANCES 9/30/23
341.80 $8,511,688 $ 8,382,744 $ (128,944)
361.10 10,000 208,295 $ 198,295
381.00 80,580 $ 80,580
$ 8,521,688 $ 8,671,619 $ 149,931
513.10
$ 4,961,987 $
4,765,217
$ 196,770
513.30
1,264,647
795,219
$ 469,428
513.60
56,725
129,989
$ (73,264)
513.71
-
423,390
$ (423,390)
513.72
3,382
$ (3,382)
$ 6,283,359 $
6,117,197
$ 166,162 2.644%
$ 2,238,329 $
2,554,422
$ 316,093
(2,067,215) (2,359,144) (291,929) 14.122% 92.355%
(171,113) (195,278) (24,164) 14.122% 7.645%
$ (2,238,329) $ (2,554,422) $ (316,093)
0 $ - $ 0
I do solemnly swear that the foregoing is a true, correct and complete report of all revenues and expenditures of my office for the
year ending the 30th day of September, 2023.
(Signature)
Office of Tax Collector, Indian River County
181
C
LU
Z_
m
2
O
U
0
O
0)
0
Z
LL
69 64 69 69 63 69 691 64
N
w_
00
M
H
0)
69 69 69 69 69 69
J_
lll�
It O
m
Q
O
O
M
O
J
o N
o
Z
00
Z O
Q N
C
LL
M
0 W O
M
M
w
0 Q m
M
N
Z Z
N
Lf)
} O H
o
O
O
M
::)wCDico
O Z U o
o
Z
69
U)
Z
LCL
M
�OL)LU C o
Cl)
Ln
w LLQw
Ln
Ln
F -Z 0-1
LO
N
Z Q W
N
N
Q Lu >-
N
M
2i
2i w
Z H 2
M
N
H
H Q'
O
O
N
UJ O
LL
N
C)
Z
�mw
Of
Z
Q z z
LU
co
co
2i
U 0 0
Z 0 w
O
U
D U
w
Z(n[n
X 0 0
U w
of O C/)
as
Zf-
LLJ U 0
H
E O
Z Z
Q~Fw
Q Z Q
z0LLJ
2LU
O H J
O-
U
Z F-
U UQa)c)
Lli
CN J LL
J
N J w Q w
OU J
H Z H
LL F-QLLO LL
69 64 69 69 63 69 691 64
00
00
M
L!)
0)
69 69 69 69 69 69
N
lll�
It O
M
M
O
00
69.
00
LO
Oo
M
cl
M
M
M
N
N
69 64 69 69 63 69 691 64
69 1 6c.�
cn
w
Hcn
J Z
cn m O
Q
cn ui
z
Zuj Z w Q
= J
> J i Z O
m o w w O
Q C� o
ui w w w O
<CoLU �Zd
Z U O w O
U U)Z
Z Z 2 Z O 0 0
0<
H==)0 z
wOLLwwD
a �
UZZ Z QQO
Ln LO)
M Cl)
Lf)
co
00
00
Cl)
LO
U')
69 69 69 69 69 69
N
lll�
It O
M
r
M
O Il-
00
69.
O
LO
O
(`
cl
rl-
Ln
U)
r
O
r
O)
Lf)
LL)
O
O
M
M
69
U)
Z
69
M
O
Cl)
Ln
F—
Ln
Ln
U
LO
N
W
N
N
o
N
M
J
M
O
F-
O
N
N
69 1 6c.�
cn
w
Hcn
J Z
cn m O
Q
cn ui
z
Zuj Z w Q
= J
> J i Z O
m o w w O
Q C� o
ui w w w O
<CoLU �Zd
Z U O w O
U U)Z
Z Z 2 Z O 0 0
0<
H==)0 z
wOLLwwD
a �
UZZ Z QQO
Ln LO)
M Cl)
Lf)
co
Cl)
M
Cl)
N
N
69 69 69 69 69 69
69
M
00
M
O
Lf)
O
M
CD
O
O)
N
O
N
69 69 69 69
co 0) Il -
LO
o v
M N Lf)
M
6911 Eg 69
M CD LP)
00 O r -
M — 0)
� 0)
LL) M
O
M
Eg I I 69 69
I- CD N
CD 00 —
O 'IT 00
I- LO CD
0) — Ln
0) N f-
mI�-N
O
(N
61)
CD
(D
d'
609-
00
900
0)
N
N
r -
O
6911 V=T 69169
N
00
CD
r t-
O
0) '
H
It O
Cl)
F
O Il-
00
O
M N
LO
d
M
cl
F -
69 69 69 69
co 0) Il -
LO
o v
M N Lf)
M
6911 Eg 69
M CD LP)
00 O r -
M — 0)
� 0)
LL) M
O
M
Eg I I 69 69
I- CD N
CD 00 —
O 'IT 00
I- LO CD
0) — Ln
0) N f-
mI�-N
O
(N
61)
CD
(D
d'
609-
00
900
0)
N
N
r -
O
6911 V=T 69169
Z
_O
H
F
O
d
F -
w
Z
Q
U)
Z
U
::)
O
o
F—
w
U
Z
W Z
W
U)
2 O
o
Q CD
Z F
w0�
J
w Z
Of
LLI
co
F-
C)
0
m OZwOF-
0
Qof
�mw
of
a< U w wU a_
Q z z
p m 0 0w
U 0 0
Z 0
�0000
U 0
Z(n[n
X 0 0
-Li of
as
Zf-
U»>w0
H
W Q o o o o w
Z Z
K
G`
J Jf
J 0 ,
O 0
V W [
Q N e
H f
WZ f N
Q� W f
J
O f
Z p
C.
H11
W w,
W u
W d F
O O u
3 1
[
MIA GP:
co
W H N
uj
Q Ln W N
w N
LU d N
t/1 t/► N
OW H N
Q V1 W N
J N
W a N
W F N
Q
Ln W N
J N
w a N
OW Ln H N
F W Z O
Q W N
W N
W d N
to of �
0
0
Ln
00 m
1-1
a1 m
V1
V1
�
w v
r
N
N
N
l0
%R
l0
W
LU z
r
r
m
cn
R
Q Q to W
n
n
n
n
vlT to
to to
to
tn• N
N
An to
O J
w Qa
MIA GP:
co
W H N
uj
Q Ln W N
w N
LU d N
t/1 t/► N
OW H N
Q V1 W N
J N
W a N
W F N
Q
Ln W N
J N
w a N
OW Ln H N
F W Z O
Q W N
W N
W d N
to of �
O
CA a1
O m
i10
Ln
Ln
00 m
LU z N
LU
N
a1 m
V1
V1
00 R
Ln
Q LA W
W
2
N
N
N
W � �
G W N
J
H LL W ~
uj
~
J YN
LL O m
Q m
CJ
Z C Q
d N
W d N
H
0 3
to
vlT to
to to
to
tn• N
N
An to
O
CA a1
O m
i10
m m
O 0)
.1
.1
J F N n
I1
a1 m
N
3
u w
W
2
� V1 W N
lQ.i LL J
o�
3
LL� o
G W N
J
H LL W ~
uj
~
Q Q O
LL O m
Q m
CJ
Z C Q
d N
Z U
H
0 3
to
vlT to
to to
to
M
00
u
J
J
Q Qui
J
H
Z
3
u w
W
2
VI H J
lQ.i LL J
o�
3
LL� o
ui 0
H LL W ~
uj
W ~
fO11 ui
m
LL O m
Q m
CJ
Z C Q
LL W
Z U
H
0 3
D 0
a
M
00
October 26, 2023
Carole Jean Jordan, c.Fc.
Tax Collector "How may we help you?"
The Honorable Joe Earman
Chairman, Board of County Commissioners
Indian River County
180127' Street, Bldg A
Vero Beach, Florida 32960
Dear Chairman Earman:
I am enclosing the 2023 Excess Fee Report of the Indian River County Tax Collector's Office.
Total income for fees from all sources and investment income for 2023 was $8,671,619 a
difference of $149,931 over projected income; total expenditures were $6,117,197, which is
$166,162 under projected expenditures. The excess fees were $2,554,422 an increase over
projected excess fees of $316,093. This breaks down to $2,359,144 being returned to the Board
of County Commissioners, an increase of $291,929 from our projected amount, and $195,278
being returned to the other taxing districts.
If you have any questions, please contact me.
Sincerely,
46 " 9-11004"04..�
Carole Jean Jordan
Tax Collector
CJJ:ban
Enclosure
cc: Elissa Nagy, Finance Director
P.O. Box 1509, Vero Beach, FL 32961-1509
Website: www.irctax.com Phone: (772) 226-1343 Fax: (772) 226-1965
184
EXCESS2223
INDIAN RIVER COUNTY TAX COLLECTOR
CAROLE JEAN JORDAN, TAX COLLECTOR
EXCESS FEE DISTRIBUTION
FISCAL YEAR ENDED SEPTEMBER 30, 2023
COMMISSIONS 9/30/2023
COLLECTED EXCESS FEES
AGENCY
2022/2023
$
2,554,421.81
GENERAL FUND
$
6,107,513.17
$
2,359,143.98
FIND
$
14,449.63
$
5,581.48
SCHOOL BOARD
$
2.73
$
1.05
FL GREEN FINANCE AUTH
$
36.82
$
14.22
ST JOHNS WMD
$
89,074.23
$
34,434.94
SEB INLET DIST
$
9,513.93
$
3,674.87
MOSQUITO CONT
$
112,629.23
$
43,506.42
HOSPITAL
$
230,776.94
$
89,145.76
FELLSMERE WCD
$
1,500.00
$
579.36
IR FARMS WCD
$
1,502.42
$
579.36
ST JOHNS IMPROVE DIST
$
1,571.81
$
579.36
SEB RIVER IMPROV DISTRICT
$
1,500.00
$
579.36
VERO LAKES WCD
$
19.04
$
7.35
DELTA FARMS WCD
$
1,500.00
$
579.36
SEBASTIAN STORM DRAIN
$
39,846.89
$
15,389.50
CITY OF VERO BEACH
$
1,619.31
$
625.44
TOTAL $ 6,613,056.15 $ 2,554,421.81
ALLOC
DUE TO COUNTY 100.208.1000 $ 2,359,143.98 92.36%
DUE TO OTHER GOVT 100.208.0000 $ 195,277.83 7.64%
TOTAL EXCESS FEES $ 2,554,421.81
185
October 20, 2023
The Honorable Joe Earman, Chairman
Indian River County Board of County Commissioners
Building A
180127"' Street
Vero Beach, FL 32960-3388
Dear Chairman Earman:
81 V��
ocl z za�3
Attached is check number 6.294 in the amount of $ 12,693.01 which represents funds due to the
Board of County Commissioners for the period ending September 30, 2023, as detailed below:
Interest Earned $ 44.27
Excess 22/23 Budget $12,648.74
TOTAL $12,693.01
Should you have any questions or require additional information, please do not hesitate to
contact me at 226-4705.
Sincerely,
Leslie Rossway Swan
Supervisor of Elections
CC:
Elissa Nagy, Finance Director
Kristin Daniels, Budget Director
r
4t
W
. .
c
7
.' � ll
w
�/
t
2aLLI
LL
\\
$
2 2 / ..
< .
Z
@�
c
\
q
\
/
Leslie R. Swan
Indi(in River County ,Supervisor of Elections
November 15, 2023
The Honorable Joe Earman
Chairman, Board of County Commissioners
Indian River County
1801 27th Street, Building A
Vero Beach, FL 32960
VotdndianRiver.gov
4375 43rd Avenue
Vero Beach, FL 32967
772-226-4700
Dear Chairman Earman:
The Supervisor of Elections office conducts municipal elections for our five local municipalities. On
November 7, 2023, elections were held for the following cities.-
City
ities:
City of Sebastian
City of Vero Beach
I am requesting to have the revenue received from conducting the November 7, 2023 municipal elections
be rolled into the Supervisor of Elections 2023/2024 budget. The cost for conducting these elections was
$91,383.00. These election costs were not accounted for in our 2023/2024 budget. Should you have
any questions regarding the appropriation of these funds please do not hesitate to contact me.
Most sincerely,
Leslie R. Swan
Supervisor of Elections
Enclosures
188
Leslie R. Swan
Indian River County Supervisor of Elections
November 15, 2023
Jeanette Williams, City Clerk
City of Sebastian
1225 Main Street
Sebastian, Florida 32958
Dear Ms. Williams:
VoteIndianRiver.gov
4375 43rd Avenue
Vero Beach, FL 32967
772-226-4700
It was a pleasure to conduct the City of Sebastian's 2023 Municipal Election. Enclosed please find the invoice and
book closing voter totals for the November 7, 2023 election.
The total cost for the City of Sebastian Municipal Election is $58,710.00. The cost is based on $3.00 per registered
voter residing in the City of Sebsatian as of the book closing date on October 10, 2023. The City of Sebastian had
19,570 registered voters on the book closing date.
It is our privilege to conduct your municipal election.
Sincerely,
Leslie Rossway Swan
Supervisor of Elections
Enclosure
189
Leslie Rossway Swan
Date 11/14/2023
Supervisor of Elections
Indian River County, FL
Time 11:00 AM
Book Closing Party Summary by District for
2023 CITY ELECTIONS
Election 101
Closing Date = Oct/10/2023
Total Voters
Dems Rens Nva
Other
LPF
City
FELLSMERE
0
0 0 0
0
0
0
SEBASTIAN
19,570
4,593 9,465 4,968
497
47
0
VERO BEACH
10,891
2,601 5,456 2,529
265
40
0
30,461
7,194 14,921 7,497
762
87
0
Page 1 190
RECEIPT
IRC Supervisor of Elections
4375 4311 Avenue
Vero Beach, FL 32967
Bill To
City of Sebastian
1225 Main St
Sebastiar, FL 32958
Invoice: 101
Date: November 15, 2023
Description
Quantity
Rate
Amount
Cost to conduct
Number of Registered
$3.00 per Registered Voter
$58,710.00
November 7, 2023 City
Voters as of Book Closing
Council Election
19,570
Total Due $58,710.00
191
Leslie R. Swan
Indian River County Supervisor of Elections
November 15, 2023
Tammy Bursick, City Clerk
City of Vero Beach
P.O. Box 1389
Vero Beach, Florida 32960
Dear Ms. Bursick:
VoteIndianRiver.gov
4375 43rd Avenue
Vero Beach, FL 32967
772-2264700
It was a pleasure to conduct the City of Vero Beach's 2023 Municipal Election. Enclosed please find the invoice and
book closing voter totals for the November 7, 2023 election.
The total cost for the City of Vero Beach Municipal Election is $32,673. The cost is based on $3.00 per registered
voter residing in the City of Vero Beach as of the book closing date on October 10, 2023. The City of Vero Beach had
10,891 registered voters on the book closing date.
It is our privilege to conduct your municipal election.
Sincerely,
Leslie Rossway Swan
Supervisor of Elections
Enclosure
192
Leslie Rossway Swan
Date 11/14/2023 Supervisor of Elections Indian River County, FL
Time 11:00AM Book Closing Party Summary by District for 2023 CITY ELECTIONS
Election 101
Page 1
0
0
0
0
193
Closing Date = Oct/10/2023
Total Voters
Dems Rens Nva
Other
LPF
City
FELLSMERE
0
0 0 0
0
0
SEBASTIAN
19,570
4,593 9,465 4,968
497
47
VERO BEACH
10,891
2,601 5,456 2,529
265
40
30,461
7,194 14,921 7,497
762
87
Page 1
0
0
0
0
193
RECEIPT
IRC Supervisor of Elections
►375 43rd Avenue
Vero Beach, FL 32967
Bill To
City of Vero Beach
PO Box 1389
Vero Beach, Fl 32960
Invoice: 100
Date: November 15, 2023
Description Quantity
Rate
Amount
Cost to conduct Number of Registered
$3.00 per Registered Voter
$32,673.00
November 7, 2023 City Voters as of Book Closing
Council Election 10,891
i
Total Due $32,673.00
194
INDIAN RIVER COUNTY, FLORIDA
MEMORANDUM
TO: Board of County Commissioners
THROUGH: John Titkanich, Jr., ICMA-CM, AICP; County Administrator
PREPARED BY: Brandon C. Creagan, LEED Green Associate; Senior Planner,
Current Development
DATE: November 6, 2023
SUBJECT: Enterprise Leasing Company of Florida, LLC's Request for Abandonment
of a 30' Wide Platted Right -of -Way [ROWA-23-06-02 / 94070074 - 94465]
It is requested that the data herein presented be given formal consideration by the Board of County
Commissioners at its regular meeting of November 21, 2023.
DESCRIPTION AND CONDITIONS:
Enterprise Leasing Company of Florida, LLC, is requesting abandonment of a 30' wide platted
right-of-way, west of Lot 7 and east of the FEC Railroad in the Vero Land Company's Subdivision
per St. Lucie County Plat Book 3, Page 19, said lands now lying in Indian River County, Florida
(see attachment 1). As required by the County land development regulations (LDRs), prior to the
Technical Review Committee (TRC) meeting at which the subject petition was reviewed, staff
notified by mail each property owner adjacent to the subject right-of-way. No questions or
responses were received from any adjacent property owners. Additionally, all County departments
and utility providers having jurisdiction or potential interests have reviewed the abandonment
request and support the request.
At this time, the applicant requests that the subject portion of right-of-way be abandoned.
ANALYSIS:
Consistent with guidelines established by the Board of County Commissioners, this petition was
reviewed by all County departments and utility providers having jurisdiction or potential interests
within the subject 30 -foot -wide strip of land reserved for a public road that is located west of Lot
7 and east of the FEC Railroad within the Vero Land Company's Subdivision. Upon review, all
reviewing departments recommended approval, to support the request for abandonment.
Therefore, all departments support the request for abandonment, and no easements are being
retained within any portion of the area being abandoned. It should be noted that the proposed
abandonment area will have no impact on the existing FEC Railroad right-of-way. If approved,
the abandonment request will slightly increase the buildable area for the applicant's property and
will ensure that any possible claim of right-of-way is abandoned adjacent to or within the bounds
of the property.
Page 1 of 2195
As noted on the County Thoroughfare Plan, the subject right-of-way is not part of the County's
major roadway system and is not needed for the thoroughfare system or for traffic circulation in
the surrounding neighborhood. In this case, the subject right-of-way does not provide primary
access to any property. The abandonment will not affect the right of convenient access to any
surrounding properties. Also, the County Attorney's Office has reviewed and approved the
attached abandonment resolution for legal form and sufficiency.
RECOMMENDATION:
Staff recommends that the Board of County Commissioners abandon its rights to the subject
portion of right-of-way, and authorize the chairman to execute the attached abandonment
resolution.
ATTACHMENTS:
1. Location Map
2. Abandonment Resolution
Page 2 of 2196
Q
cm
C
i
O
u
O
J
M
RESOLUTION 2023 -
RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF
INDIAN RIVER COUNTY, FLORIDA, PROVIDING FOR THE CLOSING,
ABANDONMENT, VACATION AND DISCONTINUANCE OF A PORTION
OF A 30' WIDE UNIMPROVED, UNNAMED RIGHT-OF-WAY, WEST OF
LOT 7 AND EAST OF THE FEC RAILROAD IN THE VERO LAND
COMPANY SUBDIVISION LOCATED IN INDIAN RIVER COUNTY,
FLORIDA.
WHEREAS, Indian River County originally received a duly executed and documented
petition from Enterprise Leasing Company of Florida, LLC on March 16, 2023, requesting that
the County close, vacate, abandon, discontinue, renounce and disclaim any right, title and interest
of the County and the public in and to a portion of a 30' wide unimproved, unnamed right-of-way,
west of Lot 7 and east of the FEC Railway in the Vero Land Company Subdivision located in
Indian River County, Florida; and
WHEREAS, in accordance with Florida Statutes 336.10, notice of a public hearing to
consider said petition was duly published; and
WHEREAS, after consideration of the petition, supporting documents, staff investigation
and report, and testimony of all those interested and present, the Board finds that the subject right-
of-way is not necessary for continuity of the County's street and thoroughfare network, and does
not provide exclusive access to any private property.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY
COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA that:
All right, title and interest of the County and the public in and to that certain right-of-way
segment more particularly described as follows:
A 30 FOOT STRIP OF LAND IN THE SOUTHEAST 1/4 OF SECTION 12, TOWNSHIP
33 SOUTH, RANGE 39 EAST, LYING EAST OF THE FLORIDA EAST COAST
RAILWAY RIGHT-OF-WAY AND WEST OF LOT 7, AS DEPICTED ON THE PLAT
OF VERO LAND COMPANY'S SUBDIVISION, ACCORDING TO THE PLAT
THEREOF, AS RECORDED IN PLAT BOOK 3, PAGE 19, PUBLIC RECORDS OF ST.
LUCIE COUNTY, FLORIDA, NOW LYING IN INDIAN RIVER COUNTY, FLORIDA,
BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS:
BEGINNING AT THE NORTHWEST CORNER OF SAID LOT 7, SAID POINT BEING
THE BEGINNING OF A NON -RADIAL CURVE CONCAVE TO THE NORTHEAST,
HAVING A RADIUS OF 8912.84 FEET, A CENTRAL ANGLE OF 02°13'32", AN ARC
LENGTH OF 346.21 FEET, A CHORD BEARING OF SOUTH 18°28'46" EAST, TO
THE SOUTHWEST CORNER OF SAID LOT 7, A CHORD DISTANCE OF 346.19
FEET; THENCE ALONG THE WESTERLY EXTENSION OF SAID SOUTH LINE,
NORTH 89041'36" WEST, TO THE EAST RIGHT-OF-WAY LINE OF THE FLORIDA
EAST COAST RAILWAY, A DISTANCE OF 31.90 FEET TO A NON -RADIAL
CURVE CONCAVE TO THE NORTHEAST, HAVING A RADIUS OF 8942.84 FEET,
A CENTRAL ANGLE OF 01049'37", AN ARC LENGTH OF 285.16 FEET, A CHORD
Attachmep4g
RESOLUTION 2023 -
BEARING OF NORTH 18036'33" WEST, TO THE WEST LINE OF THE SOUTHEAST
1/4 OF SECTION 12, TOWNSHIP 33 SOUTH, RANGE 39 EAST, FOR A CHORD
DISTANCE OF 285.14 FEET; THENCE DEPARTING SAID EAST RIGHT-OF-WAY
LINE AND ALONG SAID SECTION LINE, NORTH 00024'34" EAST, TO A POINT
ON THE WESTERLY EXTENSION OF THE NORTH LINE OF SAID LOT 7, A
DISTANCE OF 58.00 FEET; THENCE DEPARTING SAID SECTION LINE AND
ALONG SAID WESTERLY EXTENSION OF SAID NORTH LINE, SOUTH 89°42'51"
EAST, A DISTANCE OF 12.75 FEET TO THE PLACE AND POINT OF BEGINNING.
SAID LANDS CONTAINING 9,839 SQUARE FEET OR 0.23 ACRES, MORE OR
LESS.
Lying and being in Indian River County, Florida is hereby forever closed, abandoned,
renounced, disclaimed, and vacated (see attached Exhibit A).
2. The closing, vacation, and abandonment of this segment of public right-of-way is in the
best interests of the public.
3. Notice of the adoption of this resolution shall be forthwith published once within thirty
(30) days from the date of adoption hereof.
4. The Clerk is hereby directed to record this resolution together with the proofs of publication
required by Florida Statutes 33 6. 10 in the Official Record Books of Indian River County
without undue delay.
5. The subject portion of right-of-way that is located immediately west of Lot 7 and east of
the FEC Railroad shall revert entirely to and be absorbed into Lot 7 in the Vero Land
Company Subdivision in Indian River County, Florida.
The foregoing resolution was offered by Commissioner who moved
its adoption. The motion was seconded by Commissioner , and upon being put
to a vote, the vote was as follows:
Susan Adams
Joseph E. Flescher
Joseph H. Earman
Deryl Loar
Laura Moss
The Chairman thereupon declared the resolution duly passed and adopted this day
of , 2023.
Attachmepgo
RESOLUTION 2023 -
BOARD OF COUNTY COMMISSIONERS
INDIAN RIVER COUNTY, FLORIDA
MX
ATTEST: Ryan L. Butler, Clerk of Court and Comptroller
BY:
Deputy Clerk
State of Florida
County of Indian River
I HEREBY CERTIFY that on this day, before me, an officer duly authorized in this State and
County to take acknowledgments, personally appeared , and
as Chairman of the Board of County Commissioners and Deputy Clerk,
respectively, to me known to be the persons described in and who executed the foregoing
instrument and they acknowledged before me that they executed the same.
WITNESS my hand and official seal in the County and State last aforesaid this day of
, 2023.
Notary Public
APPROVED AS TO LEGAL SUFFICIENCY
:•
William K. DeBraal, County Attorney
APPROVED AS TO PLANNING MATTERS
Andrew Sobczak, Planning & Development Services Director
Attachmep§0
z
0
z
T
3:
Ir
I
1
1
I
z
W
f
z
z
a
0
cc
cc
s
N
N
N
s
4
i
i
a
s
N
2
4
U
Eni
X
0
W
p
v
h
N
N
a
v
a
u
O
m
c
12.75'—
S89'42' 1 "E
d-
o �
00 �(N
0 ?-,
cli
LJ
Li
= 0 M
M
owz
uj
_z LL
J M
�(L
N
Exhibit A
PORTION OF LOT 8
VERO LAND COMPANY'S SUBDIVISION
P.B. 3, PG. 19
S,L.C. PUBLIC RECORDS
WESTERLY EXTENSION OF THE
NORTH LINE OF LOT 7
NORTH LINE OF LOT 7 (B.B.)�
`.� n , n S8942'51 -E
,100'R=8942.84'
t-= 001 '49' 37"
L=285.16'
1 CB=N18'36'33"W
CL=285.14'
LEGAL & SK.ETCH I
v •wv.
NORTHWEST
CORNER LOT 7
PARCEL NO.: '
33391200015000000007.6
R=8912.84'
d=002'13'32"
L=346.21'
CB=S18'28'46"E
CL=346.19'
LEGEND OF
ABBREVIATIONS
W.
A
CENTRAL ANGLE(DELTA)
B.B.
BEARING BASE
CB
CHORD BEARING
CL
CHORD LENGTH
E.
LAS[
L
LENGTH
L.B.
LICENSED BUSINESS
N.
NORTH
No.
NUMBER
PG;
PAGE
P.B.
PLAT BOOK
P.0.8.
POINT OF BEGINNING
R/W
RIGHT OF WAY
R
RADIUS
RNG.
RANGE
S.
SOUTH
S.L.C.
ST. LUCIE COUNTY
S4.FT.
SQUARE FEET
SUB,
SUBDIVISION
TWP.
TOWNSHIP
W.
WEST
Ul
;.A`
SUBDIVISION
P.B. 3, PG. 19
G
u'`
G
O
ST. LUCIE COUNTY
P.B. 3,. PG. 19
f,
sr
-
'{
PORTION OF LOT 7
PORTION
VERO LAND COMPANY'S
0
k
G
SUBDIVISION
P.B. 3, PG. 19
G
u'`
l
O
ST. LUCIE COUNTY
P.B. 3,. PG. 19
'^ PURLIC RECORDS 0
f
NOTES ro, 9N f
1. LANDS SHOWN HEREON 5 v,Z�
WERE NOT ABSTRACTED FOR ! -7
0A
RIGHTS--OF-WAY AND/OR flf� N PARCEL NO.:
EASEMENTS OF RECORD. r- Z�o yo� 33391200015000000007,7 1
2. LEGAL DESCRIPTION BY p 0 >;
SURVEYOR. CO �fy� oy
3. BEARING BASE IS THE
NORTH LINE OF LOT 7, AS 4-
�U1
SHOWN.
4. THIS IS A SKETCH OF
LEGAL DESCRIPTION ONLY, NO WESTERLY EXTENSION OF THE
f
A BOUNDARY SURVEY. SOUTH LINE OF LOT 7
� �z
5. THE SCALE OF THIS �„� SOUTHWEST
DRAWING MAY HAVE BEEN CORNER LOT 7
IrTORTEd DUR'NG
REPRODUCTION PROCESSES. I
SOUTH LINE OF LOT 7
N89'41'36'W
VERO LANDTCOMPANY'S
31.90 SUBDIVISION
P.B. 3,. PG. 19
S.L,C. PUBLIC RECORDS
0 .50' 100'
GRAPHIC SCALE 50'
REVISED PER COUNTY COMMENTS - .9/21/23 SHEET IOF2
THIS LEGAL DESCRIPTION AND SKETCH OR COPIES THEREOF ARE NOT
RNV ABANDONMENT
VALID WITHOUT THE SIGNATURE AND ORIGINAL RAISED SEAL OF A
FLORIDA LICENSED SURVEYOR AND MAPPER.
LEGAL &SKETCH
dIIh
DItc,)r iOiamEwarame-My
KMA
-r
D'YrysigWE1 tcruso—�'kri4a
Reason' Iahestto Ne acuaary arW
PROJECT No.: 22-2011
_ inftnty oaths uocunwm
Daw 2023-0945 12:34-04 00
ENGINEERING &.SURVEYING, LLC.
DRAWN BY: PCS
WILLIAM E. HAYHURST
3001 INDUSTRIAL AVE
CHECKED BY: WEH
DATE
FT, PIERCE, FL 32949
DATE: 4120123
PROFESSIONAL SURVEYOR &MAPPER
PHONE (772) $69-5505
L.B. NO 8351
SCALE: 1"=50'
FLORIDA REGISTRATION NO 4416
AttaMent 2
Exhibit A
LEGAL DESCRIPTION
A 30 FOOT STRIP OF LAND IN THE SOUTHEAST 1/4 OF SECTION 12, TOWNSHIP 33 SOUTH,
RANGE 39 EAST, LYING EAST OF THE FLORIDA EAST COAST RAILWAY RIGHT-OF-WAY AND
WEST OF LOT 7, AS DEPICTED ON THE PLAT OF VERO LAND COMPANY'S SUBDIVISION,
ACCORDING TO THE PLAT THEREOF, AS RECORDED IN PLAT BOOK 3, PAGE 19, PUBLIC
RECORDS OF ST. LUCIE COUNTY, FLORIDA, NOW LYING IN INDIAN RIVER COUNTY, FLORIDA,
BEING MORE PARTICULARLY DESCRIBED AS FOLLOWS:
BEGINNING AT THE NORTHWEST CORNER OF SAID LOT 7, SAID POINT BEING THE BEGINNING OF
A NON -RADIAL CURVE CONCAVE TO THE NORTHEAST, HAVING A RADIUS OF 8912.84 FEET, A
CENTRAL ANGLE OF 02'13'32", AN ARC LENGTH OF 346.21 FEET, A CHORD BEARING OF
SOUTH 18'28'46 EAST, TO THE SOUTHWEST CORNER OF SAID LOT 7, A CHORD DISTANCE OF
346.19 FEET; THENCE ALONG THE WESTERLY EXTENSION OF SAID SOUTH LINE, NORTH
89'41'36" WEST, TO THE EAST RIGHT-OF-WAY LINE OF THE FLORIDA EAST COAST RAILWAY, A
DISTANCE OF 31.90 FEET TO A NON -RADIAL CURVE CONCAVE TO THE NORTHEAST, HAVING A
RADIUS OF 8942.84 FEET, A CENTRAL ANGLE OF 01'49'37", AN ARC LENGTH OF 285.16 FEET,
A CHORD BEARING OF NORTH 18'36'33" WEST, TO THE WEST LINE OF THE SOUTHEAST 1/4 OF
SECTION 12, TOWNSHIP 33 SOUTH, RANGE 39 EAST, FOR A CHORD DISTANCE OF 285.14 FEET;
THENCE DEPARTING SAID EAST RIGHT-OF-WAY LINE AND ALONG SAID SECTION LINE, NORTH
00'24'34" EAST, TO A POINT ON THE WESTERLY EXTENSION OF THE NORTH LINE OF SAID LOT
7, A DISTANCE OF 58.00 FEET; THENCE DEPARTING SAID SECTION LINE AND ALONG SAID
WESTERLY EXTENSION OF SAID NORTH LINE, SOUTH 89'42'51" EAST, A DISTANCE OF 12.75
FEET TO THE PLACE AND POINT OF BEGINNING.
SAID LANDS CONTAINING 9,839 SQUARE FEET OR 0.23 ACRES, MORE OR LESS.
KMA
.
ENGINEERING & SURVEYING, LLC.
30011NDUSTR1AL AVE 2
FT. PIERCE, FL 32949
PHONE: (772) 569=5505
L.6. NO. 8351
SHEET 2 OF 2
AttaMent 2
11/21/2023 Item 10.A.1.
Enterprise ROW Abandonment
Board of County Commissioners
November 21, 2023
Location Map
1.
�, ,`� " " ' Area to be abandoned
a
A
2
11/21/2023 Item l O.A.1.
Summary
• All reviewing departments have reviewed and
recommended abandonment
• Not needed for County roadway or access to any
surrounding properties
• No easement required
• Applicant has coordinated with the FEC Railroad who
also have no objection to the abandonment
Staff Recommendation
Staff recommends that the Board of County
Commissioners abandon its rights to the subject
portion of the subject right-of-way, and authorize the
chairman to execute the abandonment resolution.
3
4
Z- DZ 2
H21 • 2S
* LocaliQ
Florida PO Box 631244 Cincinnati, OH 45263-1244
GANNETT
NOTICE OF PUBLIC HEARING-
PROOF OF PUBLICATION ABANDONMENT
This is notice of a public hearing of
the Board of County Commissioners
Kathy Charest to consider Enterprise Leasing
Kathyharest Company of Florida, LLC's request
to abandon a 30' wide platted right-
Indian River County Planning of-way west of Lot 7, east of the
1801 27 Th Street FEC Railroad as recorded in Vero
Land Company's subdivision Plat
Vero Beach FL 32960 Book 3, Page 19 of St. Lucie County
records.
A public hearing,at which parties in
interest and citizens shall have an
STATE OF WISCONSIN, COUNTY OF BROWN opportunity to be heard,will be held
by the Board of County Commission-
ers of Indian River County, Florida,
Before the undersigned authority personally appeared, who in the County Commission Cham-
bers of the County Administration
on oath says that he or she is the Legal Advertising Building, located at 1801 27th Street,
Vero Beach, Florida on Tuesday,
Representative of the Indian River Press Journal/St Lucie November 21,2023 at 9:00 a.m.
Please direct planning-related ques-
News Tribune/Stuart News, newspapers published in Indian tions to the Current Development
River/St Lucie/Martin Counties, Florida;that the attached Planning Section at 772-226-1003. All
documents pertaining to this request
copy of advertisement, being a Legal Ad in the matter of are on file in the Indian River
County Planning Division, located at
Govt Public Notices, was published on the publicly 1801 27th Street within building "A"
of the County Administration
accessible websites of Indian River/St Lucie/Martin Complex. Documents may be
Counties, Florida, or in a newspaper print in the issues reviewed by members of the public
by during normal business hours. All
of, on: membattend eand rs fparticipate the anpublic e the public invited
hearing.
Anyone who may wish to appeal any
11/05/2023 decision,which may be made at this
meeting, will need to ensure that a
verbatim record of the proceedings
Affiant further says that the website or newspaper complies is made,and evidence'upon whch ich the testimonys appe
with all legal requirements for publication in chapter 50, is based.
ANYONE WHO NEEDS A SPECIAL
Florida Statutes. ACCOMMODATION FOR THIS
Subscribed and sworn to before me, by the legal clerk,who MEETING MUST CONTACT THE
COUNTY'S AMERICANS WITH
is personally known to me, on 11/05/2023 DISABILITIES ACT (ADA) COOR-
DINATOR AT 772-226-1223 AT
LEAST 48 HOURS IN ADVANCE
OF THE MEETING.
< INDIAN RIVER COUNTY
BOARD OF COUNTY
COMMISSIONERS
Legal C rk f, BY-s-Joseph H. Earmon,
Chairman
Pub: Nov 5,2023
Notary,State o WI,County of Brown TCN9459565
My commision expir•s
Publication Cost: $113.68
Order No: 9459565 #of Copies:
Customer No: 1125971 1
PO#:
THIS IS NOT AN INVOICE!
Please do not use this form for payment remittance.
pi; Of'
KAITLYN FELTY
Notary Public
State of Wisconsin
Page 1 of 1
-..,,, LocaliQ
Florida PO Box 631244 Cincinnati, OH 45263-1244
GANNETT
PROOF OF PUBLICATION
Kathy Charest
Indian River County Planning
1801 27 Th Street
Vero Beach FL 32960
STATE OF WISCONSIN, COUNTY OF BROWN
Before the undersigned authority personally appeared,who
on oath says that he or she is the Legal Advertising
Representative of the Indian River Press Journal/St Lucie
News Tribune/Stuart News, newspapers published in Indian
River/St Lucie/Martin Counties, Florida;that the attached
copy of advertisement, being a Legal Ad in the matter of
Govt Public Notices,was published on the publicly
accessible websites of Indian River/St Lucie/Martin
Counties, Florida,or in a newspaper by print in the issues
of, on:
12/10/2023
Affiant further says that the website or newspaper complies
with all legal requirements for publication in chapter 50,
Florida Statutes.
Subscribed and sworn to before me, by the legal clerk,who
is personally known to me, on 12/10/2023
Legal Clerk
Notary,State of WI, �of Brown , 7/
My commision expires
Publication Cost: $45.08
Order No: 9602629 #of Copies:
Customer No: 1125971 -1
PO#: LSAR0039819
THIS IS NOT AN INVOICE!
Please do not use this form for payment remittance.
KAITLYN FELTY
Notary Public
State of Wisconsin
Page 1 of 2
w.t
NOTICE OF ABANDONMENT
Notice is hereby given that Resolu -
tion 2023-Q74 was adopted by the
Board of County Commissioners
of Indian River County, Florida on
Tuesday, November 21 , 2023 vacat-
ing a 30 ' wide platted right-of-way
west of Lot 7, east of the FEC
Railroad recorded in Vero Land
Company 's subdivision Plat Book 3,
Page 19 of St . Lucie County records ,
located in Indian River County, as
described in the above- referenced
resolution .
INDIAN RIVER COUNTY
BOARD OF COUNTY
COMMISSIONERS
BY -s- Susan Adams ,
Chairman
December 10 2023
LSAR00398I 4
William K. DeBraal, County Attorney
Susan J. Prado, Deputy County Attorney
K. Keith Jackman, Assistant County Attorney
W2
Public Notice Item - B.C.C. 11-21-2023
Oce of
INDIAN RIVER COUNTY
ATTORNEY
16 15lu(177:11-0-al ►�l
TO: Board of County Commissioners
THROUGH: John Titkanich, Jr., County Administrator
FROM: William K. DeBraal, County Attorney
DATE: November 13, 2023
SUBJECT: Public Notice of Public Hearing for December 5, 2023, to Consider Amending an
Ordinance Imposing An Additional Cent of Tourist Development Taxes
The Board of County Commissioners will hold a Public Hearing on Tuesday, December 5, 2023, at 9:05
a.m. or as soon thereafter as the matter may be heard, to consider adoption of the following:
AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN
RIVER COUNTY, FLORIDA, AMENDING PARTS OF SECTION 210.01 (TAXING
DISTRICT AND LEVY) AND SECTION 210.03 (AUTHORIZED USES OF
REVENUE) OF CHAPTER 210 (TOURIST DEVELOPMENT TAX) OF THE CODE
OF INDIAN RIVER COUNTY, FLORIDA IN ORDER TO REMOVE AN
ADDITIONAL CENT OF TOURIST DEVELOPMENT TAXES; AND PROVIDING
FOR CODIFICATION, SEVERABILITY, REPEAL OF CONFLICTING
PROVISIONS, AND AN EFFECTIVE DATE.
The public hearing will be held in the County Commission Chambers located on the first floor of Building
A of the County Administrative Complex, 1801 27t' Street, Vero Beach, Florida 32960.
203
158 (
SWDD Item
Indian River County, Florida
Solid Waste Disposal District
Board Memorandum
Date: November 3, 2023
To: The Solid Waste Disposal District Board of Commissioners
Through: John A. Titkanich, Jr., County Administrator
Sean C. Lieske, Director of Utility Services
Prepared By: Himanshu H. Mehta, PE, Managing Director, Solid Waste Disposal District
Subject: Twenty Second Amendment and Extension to Republic Services
Descriptions and Conditions:
On November 16, 2010, the Solid Waste Disposal District (SWDD) Board authorized the Solid
Waste Operations and Maintenance Agreement (Agreement) with Republic Services of Florida,
Limited Partnership (Republic Services). The agreement covers the operation and maintenance
(0&M) of the county's Class 1 landfill as well as non -Class 1 landfill services, which includes
O&M of the landfill gas system. Per an extension by the SWDD Board on February 21, 2017, the
agreement is valid through December 31, 2024.
On August 15, 2023, the SWDD Board approved staff recommendation to negotiate a nine-
month extension with Republic Services for the contract to terminate on September 30, 2025.
Staff is recommending approval of the attached Twenty Second Amendment and Extension to
Republic Services.
Analysis:
The following is a summary of services and costs from Republic Service for the nine-month
contract extension:
• Landfill Operations and Maintenance — Per Board approval on August 15, 2023, the Class 1
Landfill Services shall increase by 7% from the Calendar 2024 Year rate of $15.20 per ton to
$16.26 per ton of municipal solid waste (MSW) and construction & demolition (C&D) debris
disposed in the Class 1 landfill ("Class 1 Rates").
@BCL@E013475F Page 104
SWDD Item
• Non -Class 1 Landfill Services — At this time, staff is recommending the approval of a 7%
increase to the Calendar 2024 Year Non -Class 1 Landfill Services rates as the specific amount
may change between now and the end of that period.
Funding:
The increased rates are already accounted for and budgeted in the current Fiscal Year (FY)
2023/2024. Funding for the SWDD Class 1 Landfill services for FY 2024/2025 will be budgeted
and available in the SWDD/Landfill/Contractual Services account, number 41121734-033489, in
the estimated amount of $4,000,000, along with non -Class 1 Landfill services in the SWDD/CC &
Recycling/Contractual Services account, number 41125534-033489, in the amount of
$4,000,000. These accounts are funded from SWDD assessments and user fees.
Description
Account
Amount
SWDD/Landfill/Contractual Services
41121734-033489
$4,000,000
SWDD/CC & Recycling/Contractual Services
41125534-033489
$4,000,000
Recommendation:
Solid Waste Disposal District staff recommends that its Board approve the Twenty Second
Amendment and Extension to Republic Services; and authorize the Chairman to execute the
agreement.
Attachment:
Twenty Second Amendment and Extension to Republic Services
@BCL@E013475F Page tog
TWENTY SECOND AMENDMENT AND EXTENSION TO CONTRACT
AGREEMENT
INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT,
INDIAN RIVER COUNTY, FLORIDA
SOLID WASTE OPERATIONS AND MAINTENANCE
THIS TWENTY SECOND AMENDMENT AND EXTENSION TO CONTRACT
AGREEMENT INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT,
INDIAN RIVER COUNTY, FLORIDA SOLID WASTE OPERATIONS AND
MAINTENANCE ("Twentieth Amendment") is entered into as of the _ day of ,
2023 by and between Indian River County Solid Waste Disposal District, a dependent special
district of Indian River County, Florida, whose address is 1801 27h Street, Vero Beach, Florida
(hereinafter referred to as the "District" or "SWDD"), and Republic Services of Florida, Limited
Partnership, whose address is 3905 Oslo Road, Vero Beach, Florida 32968 (the "Contractor").
RECITALS
WHEREAS, on January 1, 2011, SWDD and Contractor entered into that certain Contract
Agreement Indian River County Solid Waste Disposal District Indian River County, Florida Solid
Waste Operations and Maintenance, as amended by the First Amendment to Contract Agreement,
dated February 7, 2012; the Second Amendment to Contract Agreement, dated April 2, 2013; the
Third Amendment to Contract Agreement, dated November 12, 2013; the Fourth Amendment to
Contract Agreement, dated July 8, 2014; the Fifth Amendment to Contract Agreement, dated
November 4, 2014; the Sixth Amendment to Contract Agreement, dated January 20, 2015; the
Seventh Amendment to Contract Agreement, dated May 17, 2016; the Eighth Amendment to
Contract Agreement, dated December 15, 2016; the Ninth Amendment and Extension to Contract
Agreement, dated February 21, 2017; the Tenth Amendment to Contract Agreement, dated
September 12, 2017; the Eleventh Amendment to Contract Agreement, dated September 18, 2018;
the Twelfth Amendment to Contract Agreement, dated September 10, 2019; the Thirteenth
Amendment to Contract Agreement, dated March 3, 2020; the Fourteenth Amendment to Contract
Agreement, dated July 14, 2020; the Fifteenth Amendment to Contract Agreement, dated February
16, 2021; the Sixteenth Amendment to Contract Agreement, dated February 1, 2022; the
Seventeenth Amendment to Contract Agreement, dated April 5, 2022; the Eighteenth Amendment
to Contract Agreement, dated October 18, 2022; the Nineteenth Amendment to Contract
Agreement, dated January 31, 2023; the Twentieth Amendment to Contract Agreement, dated
March 7, 2023; and the Twenty First Amendment to Contract Agreement, dated May 16, 2023 (the
"Contract") for the Contractor to operate and maintain the SWDD landfill located at 1325 74th
Avenue SW, Vero Beach, Florida (the "Landfill") and customer convenience centers ("CCCs");
and
WHEREAS, the Contractor and SWDD have mutually agreed to renew the Contract for
an additional nine-month period; and
WHEREAS, the Contractor and SWDD have mutually agreed to revise the Contract as set
forth herein.
Twenty Second Amendment and Extension to Contract Page I of 3
206
WHEREAS, the Contractor and SWDD have mutually agreed to revise the Contract as set
forth herein.
NOW THEREFORE, in consideration of the mutual undertakings herein and other good
and valuable consideration, the receipt and adequacy of which is hereby acknowledged, the parties
agree, as follows:
1. Recitals. The above recitals are true and correct and are incorporated herein.
2. Extenstion. Pursuant to Article 2- Term of Contract of the Contract, the Contractor and
SWDD hereby agree to renew the Contract for the additional nine (9) month period,
beginning January 1, 2025 (the "Extension Term Start Date") and ending September 30,
2025 (the "Extension Term").
Pricing.
a. Class 1 Landfill Operations Rates. SWDD and the Contractor agree that beginning
on January 1, 2025, and during the Extension Term, compensation to the Contractor
for the Class 1 landfill operations shall be Sixteen Dollars and Twenty Six Cents
($16.26) per ton of municipal solid waste (MSW) and construction & demolition
(C&D) debris disposed in the Class 1 landfill ("Class 1 Rates").
b. Non Class 1 Landfill Operations Rates. SWDD and the Contractor agree that
beginning on January 1, 2025, and during the Extension Term, compensation to the
Contractor for the Contractor's operation and management of the non -Class 1
landfill portions of the Landfill, as more specifically detailed in the Contract, shall
be a 7% increase to the Calendar 2024 per year rate (the `Non -Class 1 Rates").
4. Ratification. Except as specifically provided in this Twenty Second Amendment and
Extension, all other provisions of the Contract shall remain in full force and effect.
[signature page follows]
Twenty Second Amendment and Extension to Contract Page 2 of 3
207
IN WITNESS WHEREOF, the parties have caused this Twenty Second Amendment and
Extension to be executed by their respective duly authorized officers as of the day and year first
written above.
Attest:
Ryan L. Butler, Clerk of Court and
Comptroller
By:
Deputy Clerk
Date Approved by SWDD:
Approved By:
(Owner)
Solid Waste Disposal District
Indian River County, Florida
Joseph H. Earman, Chairman
Approved as to Form and Legal Sufficiency By:
John A. Titkanich, Jr., County Administrator William K. DeBraal, County Attorney
Signed, sealed, and delivered in the presence Republic Services of Florida, Limited Partnership
of: ("Contractor")
By: Republic Services of Florida GP, Inc.,
its General Partner
Print Name:
Print Name:
Print Name:
Print Title:
[remainder of page intentionally left blank]
Twenty Second Amendment and Extension to Contract Page 3 of 3
208