Loading...
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&section=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&section=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