Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
09/10/2024
�ORI�i BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY FLORIDA COMMISSION AGENDA TUESDAY, SEPTEMBER 10, 2024 - 9:00 AM Commission Chambers Indian River County Administration Complex 1801 27th Street, Building A Vero Beach, Florida, 32960-3388 www.indianriver.gov COUNTY COMMISSIONERS Susan Adams, District 1, Chairman John A. Titkanich, Jr., County Administrator Joseph Flescher, District 2, Vice Chairman Susan J. Prado, Deputy County Attorney Joseph H. Earman, District 3 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 Dr. Christina Moore, Sr. Pastor, Rhema Apostolic International Deliverance Center 3. PLEDGE OF ALLEGIANCE Commissioner Laura Moss 4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS 5. PROCLAMATIONS and PRESENTATIONS 5.A. Presentation of Proclamation Designating the Month of September 2024 As "Hunger Action Month" Attachments: Proclamation 5.B. Presentation of Proclamation Designating Patricia Draper As The Poet Laureate of Indian River County, Florida Attachments: Proclamation 5.C. Presentation of Proclamation Designating September 2024 As National Suicide Prevention Awareness Month Attachments: Proclamation September 10, 2024 Page 1 of 8 S.D. Recognition of Two Indian River County Chamber of Commerce Awards for Outstanding Tourism Marketing and the Henry Award for its redesigned consumer website S.E. Vero Beach All Stars IOU - 2024 Florida State Champions Attachments: Commissioners Memorandum Team Photo 6. APPROVAL OF MINUTES 7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REQUIRING BOARD ACTION 7.A. Indian River County Poet Laureate Attachments: Commissioners Memo Nomination Letter IRC Poet Laureate 2024 7.B. State of Florida Special Olympics Aquatics Championships Attachments: Staff Report 8. CONSENT AGENDA 8.A. Checks and Electronic Payments August 2, 2024 to August 8, 2024 Attachments: Comptroller Division Staff Report 8.11. Checks and Electronic Payments August 9, 2024 to August 15, 2024 Attachments: Comptroller Division Staff Report 8.C. Checks and Electronic Payments August 16, 2024 to August 22, 2024 Attachments: Comptroller Division Staff Report 8.D. Checks and Electronic Payments August 23, 2024 to August 29, 2024 Attachments: Comptroller Division Staff Report 8.E. Subrecipient Award Contracts Attachments: Comptroller Division Staff Report TCHSC Subrecipient Agreement 2024 SRA SubRecipient Grant Agreement 2024 8.F. Request to Extend the Tax Roll Prior to Completion of the VAB Hearings Attachments: Memo from Tax Collector Carole Jean Jordan 8.G. Children's Services Contingency Funding for Fiscal Year 2023-2024 Attachments: Staff Report Letter of Deobligation Second Amended Grant Contract September 10, 2024 Page 2 of 8 8.H. Consideration of the Indian River County SHIP Program 2024 Annual Report Attachments: Staff Report SHIP Funds and Applicants Summary FY21-22 SHIP Annual Report Certification Form SHIP Annual Closeout Report for FY21-22 8.I. Approval of Resolution Establishing Fair Market Rental Rates for Housing Choice Voucher Program for Fiscal Year 2025 Attachments: Staff Report Resolution 8.J. Children's Services Advisory Program FY 24/25 Agency Grant Contract Attachments: Staff Report Sample Grant Contract 8.K. Approval of Renewal of the Services Agreement Attachments: Staff Report Quote Services Agreement Public Safety Communications System Software S.L. Approval of Renewal of the 700 MHz Communications System Infrastructure Maintenance Contract with Communications International, Inc. Attachments: Staff Report Master Service Agreement Master Service Agreement Renewal Maintenance Cost Summary for 2024-2025 CPI Calculation Letter Instructions for Consumer Price Index 8.M. Approval of Public Medical Transportation Letter of Agreement between Indian River County Emergency Services District and the Agency for Health Care Administration (Year Six) Attachments: Staff Report Letter of Agreement Allotments Intergovernmental Transfers Questionnaire 8.N. Approval of County's Stop Loss Policy Transition to Highmark FY24/25 Attachments: Staff Report Stop Loss Proposal HM Insurance Group September 10, 2024 Page 3 of 8 8.0. Authorization of 5 -Year Agreement with USDA -APHIS -WS (2025-2029 Nesting Seasons) Attachments: Staff Report Cooperative Service Agreement 8.P. Miscellaneous Budget Amendment 07 Attachments: Staff Report Budget Resolution Exhibit "A" 8.Q. Rejection of RFP 2024054 for Gifford Aquatic Center Slide Replacement Attachments: Staff Report 8.R. Award of Annual Bid 2025002 for Sulfuric Acid Attachments: Staff Report 8.S. Award of Bid 2024047 for Gifford Elevated Storage Tank Modification and Rehabilitation (IRCDUS 13.23.538) Attachments: Staff Report Agreement 8.T. Change Order 1 to Close Construction for Jones Pier Conservation Bungalow Renovation (Bid 2024009) Attachments: Staff Report Change Order 1 8.U. Special Olympics Fall Classic Attachments: Staff Report Special Olympics Fall Classic Agreement 8.V. NezFest Non -Profit Corporation Pickleball Tournament License Agreement Attachments: Staff Report NezFest License Agreement 8.W. Agreement for Drown Zero stations between Indian River County and The Rotary Club of Vero Beach Sunrise Foundation, Inc. Attachments: Staff Report Drown Zero License Agreement Drown Zero Signage Drown Zero Stations Location Map September 10, 2024 Page 4 of 8 8.X. Scope of Services for a Safe Streets and Roads for All (SS4A) Action Plan Attachments: Staff Report Scope of Services 8.Y. Request for Partial Release of an Easement at 11225 US Highway 1 Attachments: Staff Report Location Map Draft Resolution 82. Approval of Work Order No. 1 to Arcadis U.S., Inc. for America's Water Infrastructure Act Risk and Resilience Assessment and Emergency Response Plan Updates, IRCDUS Project ID 00.24.518 Attachments: Staff Report Arcadis AWIA Final Scope 9. CONSTITUTIONAL OFFICERS and GOVERNMENTAL AGENCIES 10. PUBLIC ITEMS A. PUBLIC HEARINGS B. PUBLIC DISCUSSION ITEMS 10.B.1. Request to Speak from Bill Rigby re: RFP Policies Attachments: Request to Speak B. Rigby 10.B.2. Request to Speak from Joe Idlette III re: Gifford Neighborhood Plan Attachments: Request -to -Speak J.Idlette C. PUBLIC NOTICE ITEMS 10.C.1. Public Notice of Public Hearing for September 24, 2024, to Consider a Resolution Adopting a Non -Ad Valorem Special Assessment Roll on Hospitals for the Local Provider Participation Fund Attachments: Staff Report 10.C.2. Notice of Scheduled Public Hearing to Discuss and Approve a Resolution Adopting New Utility Rates and Fees Attachments: Staff Report 11. COUNTY ADMINISTRATOR MATTERS September 10, 2024 Page 5 of 8 11.A. Second Amendment to the Collective Bargaining Agreement Between the International Association of Firefighter's Local 2201 (IAFF) and the Indian River County Emergency Services District Providing for General Wage Increase Attachments: Staff Report Second Amendment to IAFF Agreement Exhibit A - Article 34 Wages 12. DEPARTMENTAL MATTERS A. Community Services B. Emergency Services C. Human Resources 12.C.1. Approval of Implementation of Compensation and Classification Study for Non -Union and Exempt Employees effective October 4, 2024 Attachments: Staff Report Compensation and Classification Study Final Report D. Information Technology E. Natural Resources F. Office of Management and Budget G. Parks, Recreation, and Conservation H. Planning and Development Services 12.11.1. Indian River Mall Redevelopment Items Attachments: Staff Report Parcel and Future Land Use Map I. Public Works J. Utilities Services 12.11. Spoonbill Marsh Intake Pump Station Electric Power Cable Replacement Waiver of Bid Requirements and Award to Paragon Electric of Vero, Inc. and Approve Amendment No.2 to Work Order No. 5 to Masteller & Moler, IRCDUS Project ID 12.24.501 Attachments: Staff Report Masteller & Moler Amendment No 2 13. COUNTY ATTORNEY MATTERS 14. COMMISSIONERS MATTERS A. Commissioner Susan Adams, Chairman September 10, 2024 Page 6 of 8 14.A.1. Commissioner's Memo Regarding Leadership Opportunities with the Florida Association of Counties Attachments: Commissioner's Memo B. Commissioner Joseph E. Flescher, Vice Chairman C. Commissioner Joseph H. Earman D. Commissioner Deryl Loar 14.D.1. County Administrator Attachments: Commissioner's Memorandum E. Commissioner Laura Moss 15. SPECIAL DISTRICTS AND BOARDS A. Emergency Services District B. Solid Waste Disposal District 15.B.1. Indian River County SWDD Vape Pen Recycling Program Attachments: Staff Report Vape Pen Flyer GAICA Proposal 15.B.2. Work Order No. 2 to Jones Edmunds and Associates for 74th Avenue SW Widening Project Attachments: Staff Report Jones Edmunds Work Order No. 2 C. Environmental Control Board 16. ADJOURNMENT September 10, 2024 Page 7 of 8 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. September 10, 2024 Page 8 of 8 PAqZ0CALAMA7Ioiv DESIGNATING THE MONTH OF SEPTEMBER 2024 AS "HUNGER ACTION MONTH" -Whereas, hunger and poverty remain issues of grave concern in the United States, the State of Florida, and on the Treasure Coast, with 250,000 children, adults, seniors and veterans experiencing food insecurity on a weekly basis; and -Whereas, Indian River County is committed to taking steps to raise awareness about the need to combat hunger in every part of our County and to support efforts to serve the needs of Indian River County citizens; and -Whereas, Indian River County is committed to working with the Treasure Coast Food Bank in educating people about the role and importance of food banks and other hunger relief organizations in addressing hunger and bringing attention to the need to devote more resources and attention to hunger issues; and -Whereas, food banks and hunger relief organizations across the country, including the Treasure Coast Food Bank, are coordinating Hunger Action Day® on September 10th, 2024, and will continue to host numerous events throughout the month of September to shed light on this important issue and encourage involvement in efforts to end hunger in our local communities. Now, 'therefore, be it Proclaimed by the Board of County Commissioners of Indian River County, Florida that the month of September 2024, be designated as "Hunger Action Month" in Indian River County and the Board encourages all citizens to exercise observance. Adopted this 10th day of September 2024. BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY, FLORIDA Susan Adams, Chairman Joseph E. Flescher, Vice Chairman Joseph H. Earman Deryl Loar Laura Moss PIZOC14."A�rlox DESIGNATING PATRICIA DRAPER AS THE POET LAUREATE OF INDIAN RIVER COUNTY, FLORIDA -Whereas, Patricia Draper who has been writing poetry for many years, and is deeply respected for her leadership in the Porch Poets of The Laura (Riding) Jackson Foundation, and, -Whereas, Patricia Draper is recognized throughout Florida and nationally for her many beautiful and heartfelt poems fitting with the character and values of Indian River County including Cousin Interrupted and Nana has Something to Say; and, -Whereas, Patricia Draper has shared her poems to promote awareness of Indian River County and the appreciation of poetry at neighborly gatherings, special occasions, public workshops, and exhibits; and -Whereas, the Indian River County Poet Laureate is an honorary position and carries with it the esteem and appreciation of the citizens of Indian River County; and, -Whereas, Indian River County may call upon its Poet Laureate to compose poems for County occasions and other government events worthy of commemoration; and, -Whereas, the Laura (Riding) Jackson Foundation, a 501C3 organization, recommends the Board of County Commissioners designate Patricia Draper as Indian River County's Poet Laureate. Now, 11herefore, Be It Proclaimed By I e Board Of County Commissioners, lr&an River County, Florida with appreciation and admiration, on this day recognize Patricia Draper as the Poet Laureate of Indian River County, Florida, effective September 1, 2024. Adopted this 10th day of September, 2024. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA Susan Adams, Chairman Joseph E. Flescher, Vice Chairman Joseph H. Earman Deryl Loar Laura Moss Sz_ PROCCAJWA�rlox DESIGNATING SEPTEMBER 2024 AS NATIONAL SUICIDE PREVENTION AWARENESS MONTH Whereas, September is National Suicide Prevention Awareness Month, which directs the community's attention to this public health epidemic which destroys lives, whole families, and sometimes entire communities; and Whereas, suicide rates on the Treasure Coast and in Okeechobee continue to be an issue according to our Medical Examiner's Office, with 136 suicide deaths in 2023; and -Whereas, in 2022 there were more than two times as many suicides (49,476) in the United States as there were homicides (21,196), and for every death by suicide, there were 32 attempts; and Whereas, according to Florida Health Charts, in 2022 the age-adjusted rate per 100,000 population of suicide deaths in Indian River County was 18.4 compared to Florida at 14.1; and Whereas, suicide is the second leading cause of death for ages 10-34 and the fourth leading cause for ages 35-54, and is a major contributor to premature mortality; and Whereas, suicide is preventable, and by offering the public education, data, support, and services, we as a community have taken a step toward preventing another suicide by our residents; and -Whereas, we are honored to be part of the healing process, raising awareness for, and support of those affected by suicide by offering supporting services which address mental health illnesses, and drug and alcohol addiction. Now, Therefore, be it Proclaimed by the Board of County Commissioners, of Indian River County, Florida, that September 2024, be designated as National Suicide Prevention AWareness -Month, in the County of Indian River, Florida and the Board asks all residents to learn how they may help, because suicide prevention is everyone's business. Adopted this 10th day of September, 2024. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA Susan Adams, Chairman Joseph E. Flescher, Vice Chairman Joseph H. Earman Deryl Loar Laura Moss sL September 10, 2024 Presentation Item #5 Indian River County BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: September 03, 2024 SUBJECT: Vero Beach All Stars 10U - 2024 Florida State Champions! FROM: Commissioner Deryl Loar Presentation of Certificate of Achievement: The Board of County Commissioners would like to acknowledge and congratulate the Vero Beach Little League 10-U All -Stars players, coaches and parents for bringing home the 2024 Florida State Championship Title for the first time since 1998! Your hard work, dedication, and teamwork has made Indian River County very proud! PLAYERS: Stryder Schofield Kohen Schofield Janxiel Galagarza James Willis Grady Williams Davis Stancil Cordell Baker Colton Christy Brody Vordermeier Brantley Payne Alexander Short Wyatt Partee COACHES: George Williams — Team Manager Hans Stancil — Assistant Coach Ross Partee — Assistant Coach !l Team Manager George Williams Hans Stancil Ross Partee Players Colton Christy Cordell Baker Janxiel Galagarza Wyatt Partee Brody Vordermeier Brantley Payne Kohen Schofield Stryder Schofield Alexander Short Davis Stancil Grady Williams James Willis p IN September 10, 2024 ITEM 7A INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: August 28, 2024 SUBJECT: Indian River County Poet Laureate FROM: Susan Adams Commissioner, District 1 The Laura (Riding) Jackson Foundation has chosen Patricia Draper to serve as the Indian River County Poet Laureate from September 1, 2024 through September 30, 2028. Please find letter attached. Attachment: Letter from the Laura (Riding) Jackson Foundation 6 Dear Board of County Commissioners, In 2016, the Indian River County Commission designated Sean Sexton as the county's first Poet Laureate for a term of four years and renewed his nomination in 2020 for another four year term. The mission of the Poet Laureate is to promote poetry and other literary forms to the County's diverse population. As Poet Laureate, Mr. Sexton has offered public poetry programs, taught poetry workshops to high school students, judged poetry competitions, and arranged for nationally ranked poets to come to Vero Beach. It is now time to name a new Poet Laureate to fill Sean Sexton's shoes. After conducting the juried process described in the County Resolution dated August 16, 2016, the Laura (Riding) Jackson Foundation is delighted to announce Pat Draper as the Indian River County Poet Laureate for the term 2024-2028. In her professional non -writing career, Ms. Draper has been a nurse practitioner specializing in cardiac care in Vero Beach for twenty years. As a writer, she has published two volumes of poetry and will earn her MFA from Queens University in 2025. She has been an active participant in local writing groups and currently co -leads a poetry group. We are confident that Ms. Draper will represent Indian River County with distinction and successfully fulfill the mission of promoting the literary arts in our community. Sincerely, Sara Wilson Executive Director Laura (Riding) Jackson Foundation i INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Parks, Recreation & Conservation Department Aquatics Division Date: August 21, 2024 To: The Honorable Board of County Commissioners Thru: John A. Titkanich, Jr., County Administrator Michael C. Zito, Deputy County Administrator Beth Powell, Parks, Recreation & Conservation Director From: Dave Smith, Aquatics Manager Subject: State of Florida Special Olympics Aquatics Championships INFORMATIONAL BCC Meeting 09-10-2024 BACKGROUND: The Special Olympics is a global organization that supports athletes with intellectual disabilities. It's the largest sports organization of its kind, with over 4.9 million athletes in 172 countries and more than one million volunteers. The mission of the Special Olympics is to offer year-round sports training and athletic competitions in a range of Olympic -type sports for both children and adults with intellectual disabilities. Since its founding in 1968, this mission has remained as important as ever. Indian River County has been partnering with Florida Special Olympics for many years to host the regional and state aquatics championship at the North County Aquatic Center. DESCRIPTION AND CONDITIONS: Through a renewing agreement previously approved by the Board, the State of Florida Special Olympics Aquatic Championships will be held, for its 19th year on September 28-29, 2024, at the North County Aquatic Center. The Opening Ceremony will take place at 8:00p.m. on September 28, 2024, at the Intergenerational Recreation Center. It is at this local level, where interested volunteers meet the amazing athletes. This year's event will highlight 428 swimmers representing 39 Florida Counties, 120 coaches, family members and volunteers. Currently, there are volunteer position openings for timing, staging, awards, and ushers. Anyone interested in volunteering for this event may call the North County Aquatic Center 772-226-1746 or sign up through a link found at www.IndianRiver.gov/parksandrecreation. The Parks, Recreation & Conservation Department encourages the community to come out and support the hard work of these athletes. FUNDING: No funding is required RECOMMENDATION: There is no action required by the Board as this item is being presented for informational purposes only. 8 Ryan L. Butler Clerk of Circuit Court & Comptroller 1801 27th Street Vero Beach, FL 32960 Telephone: (772) 226-3100 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, CHIEF DEPUTY COMPTROLLER THRU: RYAN L. BUTLER, COMPTROLLER DATE: August 8, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS August 2, 2024 to August 8, 2024 In compliance with Chapter 136.06, Florida Statutes, all money drawn from depositories used by the Board of County Commissioners shall be recorded in the minutes. Approval is requested for the attached list of checks and electronic payments for the time period of August 2, 2024 to August 8, 2024. 9 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12014 08/02/2024 WIRE FLSDU 2,869.96 12015 08/02/2024 WIRE IRC FIRE FIGHTERS ASSOC 12,086.36 12016 08/02/2024 WIRE VEROTOWN LLC 35,357.92 12017 08/02/2024 WIRE EDH HOLDINGS LLC 474.63 12018 08/02/2024 WIRE KIMLEY HORN & ASSOC INC 10,500.00 12019 08/02/2024 WIRE RX BENEFITS INC 662,150.26 12020 08/02/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,538.60 12021 08/02/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 315.45 12022 08/02/2024 WIRE LINCOLN RETIREMENT 106,351.76 12023 08/05/2024 WIRE FL RETIREMENT SYSTEM 1,302,715.82 12024 08/05/2024 WIRE AMERICAN HERITAGE LIFE INS CO 21.96 12025 08/05/2024 WIRE IRS -PAYROLL TAXES 634,760.87 12026 08/05/2024 WIRE VEROTOWN LLC 255,475.73 12027 08/05/2024 WIRE AMERITAS 18.75 12028 08/05/2024 WIRE AMERITAS 123.75 12029 08/05/2024 WIRE AMERITAS 243.75 12030 08/05/2024 WIRE AMERITAS 37.50 12031 08/05/2024 WIRE AMERITAS 258.75 12032 08/05/2024 WIRE AMERITAS 3,273.75 12033 08/05/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 113.03 12034 08/05/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 79.39 12035 08/05/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 113.30 12036 08/06/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 119.24 12037 08/06/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 135.71 12038 08/07/2024 WIRE CER SIGNATURE CLEANING LLC 12,524.20 12039 08/07/2024 WIRE FIDELITY SECURITY LIFE INSURANCE COMPANY 6,996.10 12040 08/07/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 864.98 12041 08/08/2024 WIRE BLUE CROSS & BLUE SHIELD 441,206.96 12042 08/08/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,463.72 12043 08/08/2024 WIRE OPTUMHEALTH FINANCIAL SERVICES 101,229.22 452954 08/02/2024 PRINTED CALIFORNIA STATE DISBURSEMENT UNIT 305.19 452955 08/02/2024 PRINTED FLORIDA BLUE 7,966.00 452956 08/02/2024 PRINTED COMMONWEALTH OF MASSACHUSETTS 562.00 452957 08/08/2024 PRINTED RICOH USA INC 21.96 452958 08/08/2024 PRINTED AT&T 1,317.76 452959 08/08/2024 PRINTED PUBLIX PHARMACY #0772 175.00 452960 08/08/2024 PRINTED INDIAN RIVER COUNTY UTILITY SERVICE 148.59 452961 08/08/2024 PRINTED FLORIDA POWER AND LIGHT 2,492.00 452962 08/08/2024 PRINTED STATE ATTORNEY 19TH JUDICIAL CIRCUIT 13,998.38 452963 08/08/2024 PRINTED THE FLORIDA BAR 265.00 452964 08/08/2024 PRINTED THE FLORIDA BAR 310.00 452965 08/08/2024 PRINTED THE FLORIDA BAR 150.00 452966 08/08/2024 PRINTED THE FLORIDA BAR 310.00 452967 08/08/2024 PRINTED CELICO PARTNERSHIP 4,380.32 452968 08/08/2024 PRINTED JOBEAR CONTRACTING INC 107,195.39 452969 08/08/2024 PRINTED REYES GROUP GENERAL CONSTRUCTION LLC 12,534.00 452970 08/08/2024 PRINTED PATRIOT RESPONSE GROUP LLC 91,560.00 452971 08/08/2024 PRINTED GRAY MATTER SYSTEMS LLC 1,040.00 452972 08/08/2024 PRINTED EMS MANAGEMENT & CONSULTANTS INC 5,205.71 452973 08/08/2024 PRINTED NICKOLAS ACKISON 129.55 452974 08/08/2024 PRINTED JESSE MORGAN 224.00 10 452975 08/08/2024 PRINTED ARIEL GEERAERTS 115.56 452976 08/08/2024 PRINTED ANA MURTAGH 387.16 452977 08/08/2024 PRINTED MARIAH THOMAS 110.78 452978 08/08/2024 PRINTED WINDYIUNKER 52.75 452979 08/08/2024 PRINTED UNIVERSITY OF FLORIDA 1,100.00 452980 08/08/2024 PRINTED BRIAN FREEMAN 62.60 452981 08/08/2024 PRINTED SUSAN ADAMS 68.76 452982 08/08/2024 PRINTED RACE TO SAFETY TRAINING LLC 435.00 452983 08/08/2024 PRINTED MBV ENGINEERING 2,051.80 452984 08/08/2024 PRINTED COMMANDLINK LLC 3,476.26 452985 08/08/2024 PRINTED ACP FACILITY SERVICES 11,736.91 452986 08/08/2024 PRINTED COMMUNICATIONS INTERNATIONAL INC 135.68 452987 08/08/2024 PRINTED COMMUNICATIONS INTERNATIONAL 3,066.92 452988 08/08/2024 PRINTED SOUTHERN SEWER EQUIPMENT SALES 3,084.95 452989 08/08/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 428.78 452990 08/08/2024 PRINTED RICOH USA INC 272.52 452991 08/08/2024 PRINTED SAFETY PRODUCTS INC 5,376.93 452992 08/08/2024 PRINTED DATA FLOW SYSTEMS INC 1,807.53 452993 08/08/2024 PRINTED E -Z BREW COFFEE & BOTTLE WATER SVC 34.00 452994 08/08/2024 PRINTED INDIAN RIVER BATTERY 294.25 452995 08/08/2024 PRINTED GRAINGER INC 2,134.15 452996 08/08/2024 PRINTED GRAYBAR ELECTRIC 161.13 452997 08/08/2024 PRINTED CLIFF BERRY INC 402.30 452998 08/08/2024 PRINTED JIMMYS TREE SERVICE 650.00 452999 08/08/2024 PRINTED MEEKS PLUMBING INC 1,232.00 453000 08/08/2024 PRINTED BOUND TREE MEDICAL LLC 62.12 453001 08/08/2024 PRINTED NEWMANS POWER SYSTEMS 1,216.86 453002 08/08/2024 PRINTED UTILITY SERVICE CO INC 6,387.00 453003 08/08/2024 PRINTED COMPUTYPE INC - 139154 677.80 453004 08/08/2024 PRINTED MIDWEST TAPE LLC 179.20 453005 08/08/2024 PRINTED ODYSSEY MANUFACTURING CO 37,525.50 453006 08/08/2024 PRINTED GALE/CENGAGE LEARNING 49.48 453007 08/08/2024 PRINTED CLERK OF CIRCUIT COURT 474.75 453008 08/08/2024 PRINTED CITY OF VERO BEACH 946.76 453009 08/08/2024 PRINTED HOME DEPOT CREDIT SERVICES 119.99 453010 08/08/2024 PRINTED JANITORIAL DEPOT OF AMERICA INC 362.58 453011 08/08/2024 PRINTED PUBLIX PHARMACY #0240 7.41 453012 08/08/2024 PRINTED PUBLIX PHARMACY #1150 70.27 453013 08/08/2024 PRINTED FEDERAL EXPRESS 88.63 453014 08/08/2024 PRINTED FLORIDA POWER AND LIGHT 61,107.14 453015 08/08/2024 PRINTED GIFFORD YOUTH ACHIEVEMENT CENTER INC 17,186.97 453016 08/08/2024 PRINTED HIBISCUS CHILDRENS CENTER 2,158.66 453017 08/08/2024 PRINTED STRUNK FUNERAL HOMES & CREMATORY 750.00 453018 08/08/2024 PRINTED COMPLETE ELECTRIC INC 1,340.00 453019 08/08/2024 PRINTED EVENTMAKERS INTERNATIONAL LLC 1,445.85 453020 08/08/2024 PRINTED IRC HISTORICAL SOCIETY INC 1,655.17 453021 08/08/2024 PRINTED DAVCO ELECTRICAL CONTRACTORS CORP 573.50 453022 08/08/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 70.00 453023 08/08/2024 PRINTED CELICO PARTNERSHIP 483.61 453024 08/08/2024 PRINTED CONTROL SYSTEMS DESIGN INC 300.00 453025 08/08/2024 PRINTED GHOLAM REZA TORKAMAN 1,000.00 453026 08/08/2024 PRINTED CONSOLIDATED ELECTRIAL DIST INC 1,156.30 11 453027 08/08/2024 PRINTED THOR GUARD INC 720.00 453028 08/08/2024 PRINTED REDLANDS CHRISTIAN MIGRANT ASSOC 10,766.75 453029 08/08/2024 PRINTED PETER J CASSARA 11,550.00 453030 08/08/2024 PRINTED BRENNTAG MID -SOUTH INC 8,922.79 453031 08/08/2024 PRINTED STAT MEDICAL DISPOSAL INC 450.00 453032 08/08/2024 PRINTED ATLANTIC COASTAL LAND TITLE CO LLC 190.00 453033 08/08/2024 PRINTED FLORIDA ARMATURE WORKS INC 5,983.12 453034 08/08/2024 PRINTED OVERDRIVE INC 1,362.40 453035 08/08/2024 PRINTED PROMATIC INC 926.40 453036 08/08/2024 PRINTED PROMATIC INC 58.00 453037 08/08/2024 PRINTED NEWSOM OIL COMPANY 757.50 453038 08/08/2024 PRINTED HONEYWELL ANALYTICS 1,155.00 453039 08/08/2024 PRINTED MUNICIPAL EMERGENCY SERVICES INC 4,498.61 453040 08/08/2024 PRINTED BURNETT LIME CO INC 4,332.00 453041 08/08/2024 PRINTED ATLANTIC ROOFING II OF VERO BEACH INC 24,220.90 453042 08/08/2024 PRINTED STS MAINTAIN SERVICES INC 18,246.20 453043 08/08/2024 PRINTED HAWKINS INC 2,431.00 453044 08/08/2024 PRINTED ECOLOGICAL ASSOCIATES INC 5,371.80 453045 08/08/2024 PRINTED ESI ACQUISITION INC 3,600.00 453046 08/08/2024 PRINTED SERVICE LIGHTING & ELECTRICAL SUPPLIES INC 217.22 453047 08/08/2024 PRINTED SITEONE LANDSCAPE SUPPLY LLC 987.53 453048 08/08/2024 PRINTED BARSALOU VENTURES LLC 328.75 453049 08/08/2024 PRINTED THE GIFFORD FLORIDA YOUTH ORCHESTRA 3,741.00 453050 08/08/2024 PRINTED EASTERN PIPELINE CONSTRUCTION INC 3,550.00 453051 08/08/2024 PRINTED CDW GOVERNMENT 814.94 453052 08/08/2024 PRINTED MATHESON TRI -GAS INC 19,123.20 453053 08/08/2024 PRINTED COLE AUTO SUPPLY INC 2,026.52 453054 08/08/2024 PRINTED KONICA MINOLTA BUSINESS SOLUTIONS 1,213.65 453055 08/08/2024 PRINTED DAY DREAMS UNIFORMS INC 832.01 453056 08/08/2024 PRINTED FLORIDA BULB & BALLAST INC 264.75 453057 08/08/2024 PRINTED CORE & MAIN LP 446.04 453058 08/08/2024 PRINTED BROWNELLS INC 2,986.91 453059 08/08/2024 PRINTED INDIAN RIVER DOCKS LLC 15,500.00 453060 08/08/2024 PRINTED DIRECTV GROUP INC 99.24 453061 08/08/2024 PRINTED AMAZON CAPITAL SERVICES INC 5,782.31 453062 08/08/2024 PRINTED TREASURE COAST PLUMBING LLC 262.50 453063 08/08/2024 PRINTED PACE ANYALYTICAL LLC 10,615.43 453064 08/08/2024 PRINTED METROPOLITAN COMMUNICATION SERVICES INC 348.75 453065 08/08/2024 PRINTED JORDAN MOWERS 288.94 453066 08/08/2024 PRINTED LIFE EXTENSION CLINICS INC 176,390.00 453067 08/08/2024 PRINTED LIBERTY TIRE RECYCLING LLC 4,227.00 453068 08/08/2024 PRINTED MULLINAX FORD OF VERO BEACH 6,576.77 453069 08/08/2024 PRINTED BLUE GOOSE CONSTRUCTION LLC 1,609.47 453070 08/08/2024 PRINTED ORCHARD GROVE VENTURE LLC 530.00 453071 08/08/2024 PRINTED STAPLES INC 329.96 453072 08/08/2024 PRINTED LOWES COMPANIES INC 2,713.44 453073 08/08/2024 PRINTED SUTPHEN CORPORATION 1,138,530.00 453074 08/08/2024 PRINTED SREIT LEXINGTON CLUB LLC 649.00 453075 08/08/2024 PRINTED VOLITION CONTROLS CORP 1,304.00 453076 08/08/2024 PRINTED VERO COLLISION II LLC 2,309.70 453077 08/08/2024 PRINTED HIREQUEST LLC 4,233.45 453078 08/08/2024 PRINTED CER SIGNATURE CLEANING LLC 7,000.00 12 453079 08/08/2024 PRINTED CLEAN SPACE INC 2,167.00 453080 08/08/2024 PRINTED SHRIEVE CHEMICAL CO LLC 12,601.25 453081 08/08/2024 PRINTED BAKER & TAYLOR 3,317.91 453082 08/08/2024 PRINTED CULLIGAN BY GW PUMPS & PURIFICATION 72.76 453083 08/08/2024 PRINTED SEVEN ISLES CAPITAL 1,350.00 453084 08/08/2024 PRINTED VERO BEACH GOLF CARS LLC 2,170.95 453085 08/08/2024 PRINTED KERNER LLC 4,006.00 453086 08/08/2024 PRINTED SUNCOAST RESEARCH LABS INC 1,515.00 453087 08/08/2024 PRINTED RUBEN ZAMARRIPA 640.00 453088 08/08/2024 PRINTED FIRE EQUIPMENT SYSTEMS OF FLORIDA INC 180.50 453089 08/08/2024 PRINTED WOLFPACK FINANCIAL HOLDINGS 1,000.00 453090 08/08/2024 PRINTED UPGUARD INC 6,838.61 453091 08/08/2024 PRINTED ISO CLAIMS SERVICES INC 781.40 453092 08/08/2024 PRINTED WINSUPPLY COMMERCIAL CHARGE 142.68 453093 08/08/2024 PRINTED JOHNSON-LAUX CONSTRUCTION LLC 196,798.97 453094 08/08/2024 PRINTED ARTHUR J GALLAGHER & CO 16,820.00 453095 08/08/2024 PRINTED FL ROADWAY GUARDRAIL & SIGNS INC 3,100.00 453096 08/08/2024 PRINTED BATES AIR & HEAT LLC 187.50 453097 08/08/2024 PRINTED GEARFACE LLC 200.00 453098 08/08/2024 PRINTED A PLUS ENVIRONMENTAL RESTORATION LLC 10,683.89 453099 08/08/2024 PRINTED N NA SERVICES LLC 163.52 453100 08/08/2024 PRINTED C&S CHEMICALS INC 4,421.96 453101 08/08/2024 PRINTED INDIAN RIVER CAMERA & ACCESS LLC 1,887.00 453102 08/08/2024 PRINTED VECELLIO GROUP INC 370.80 453103 08/08/2024 PRINTED PALMDALE INTERMEDIATE LLC 387.88 453104 08/08/2024 PRINTED MORSE COMMUNICATIONS INC 5,544.00 453105 08/08/2024 PRINTED GANNETT MEDIA CORP 1,368.06 453106 08/08/2024 PRINTED SANDY ALEXANDER INC 8,871.92 453107 08/08/2024 PRINTED ALL FLORIDA STRIPING INC 8,830.00 453108 08/08/2024 PRINTED STAVOLA AGGREGATE SUPPLY LLC 2,399.38 453109 08/08/2024 PRINTED PINSON CONTRACTOR SERVICES LLC 7,140.00 453110 08/08/2024 PRINTED THE GORDIAN GROUP INC 3,564.00 1021826 08/02/2024 ACI AT&T 5.29 1021827 08/02/2024 ACI OFFICE DEPOT 1,570.91 1021828 08/02/2024 ACI COMCAST 10.00 1021829 08/02/2024 ACI WASTE MANAGEMENT INC OF FLORIDA 989.02 1021830 08/08/2024 ACI NORTH SOUTH SUPPLY INC 10.63 1021831 08/08/2024 ACI GALLS LLC 1,874.50 1021832 08/08/2024 ACI IRRIGATION CONSULTANTS UNLIMITED INC 69.06 1021833 08/08/2024 ACI GROVE WELDERS INC 917.39 1021834 08/08/2024 ACI WIGINTON FIRE SYSTEMS 4,246.00 1021835 08/08/2024 ACI STRYKER SALES CORPORATION 1,824.00 1021836 08/08/2024 ACI DYER CHEVROLET 60.50 1021837 08/08/2024 ACI HYDRA SERVICE (S) INC 1,263.22 1021838 08/08/2024 ACI UNIFIRST CORPORATION 1,331.95 1021839 08/08/2024 ACI GUARDIAN HAWK SECURITY 255.00 1021840 08/08/2024 ACI NEXAIR LLC 65.66 1021841 08/08/2024 ACI EVERGLADES EQUIPMENT GROUP 2,564.26 1021842 08/08/2024 ACI CUMMINS INC 2,647.17 409216 08/02/2024 DIRECT DEPOSIT ABERNATHY, STEVE 3,692.54 409217 08/02/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 420.07 409217 08/02/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 1,680.27 13 409830 08/02/2024 DIRECT DEPOSIT ACKISON, NICHOLAS 1,716.54 410025 08/02/2024 DIRECT DEPOSIT ACUNA, SHAYNE 1,534.52 409798 08/02/2024 DIRECT DEPOSIT ADAMS, AYESHA 1,249.89 409185 08/02/2024 DIRECT DEPOSIT ADAMS, KEVIN 1,910.11 409043 08/02/2024 DIRECT DEPOSIT ADAMS, SUSAN 2,343.67 409218 08/02/2024 DIRECT DEPOSIT ADKINS, TANISHA 1,974.61 410026 08/02/2024 DIRECT DEPOSIT ADRIANCE, TIMOTHY 1,743.32 409163 08/02/2024 DIRECT DEPOSIT ALBINI, SCOTT 469.06 409973 08/02/2024 DIRECT DEPOSIT ALEXA, MICHELE 1,861.17 409831 08/02/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 729.71 409831 08/02/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 182.43 409219 08/02/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 927.08 409219 08/02/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 1,721.72 409220 08/02/2024 DIRECT DEPOSIT ALICEA, MICHAEL 1,747.14 409714 08/02/2024 DIRECT DEPOSIT ALLEN, NANCY 1,578.68 409067 08/02/2024 DIRECT DEPOSIT AMATO, JAMES 703.23 409164 08/02/2024 DIRECT DEPOSIT ANDERSON, KATHERINE 1,432.21 409740 08/02/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 33.05 409740 08/02/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 1,619.36 409221 08/02/2024 DIRECT DEPOSIT ANGELONE, ANDREW 2,076.59 409222 08/02/2024 DIRECT DEPOSIT ANGOTTI, JEFFREY 2,006.34 409538 08/02/2024 DIRECT DEPOSIT APPLEGATE, JAMES 225.46 409223 08/02/2024 DIRECT DEPOSIT AREYZAGA, CHY'ANN 1,986.18 409586 08/02/2024 DIRECT DEPOSIT ARNDT, MELISSA 1,899.14 409224 08/02/2024 DIRECT DEPOSIT ARNOLD, WESLEY 2,959.52 409611 08/02/2024 DIRECT DEPOSIT ARSEN EAU, JASON 1,459.27 410057 08/02/2024 DIRECT DEPOSIT AUGUSTE, JEHU 1,385.72 410004 08/02/2024 DIRECT DEPOSIT AUSTIN, KENNETH 1,296.13 409587 08/02/2024 DIRECT DEPOSIT AUTON, MICHELLE 1,559.00 409225 08/02/2024 DIRECT DEPOSIT AYERDIS, ALEXANDER 4,232.48 409648 08/02/2024 DIRECT DEPOSIT AZZOLINI, DENNIS 1,610.97 409165 08/02/2024 DIRECT DEPOSIT BACHMANN, SANDRA 1,576.96 768184 08/02/2024 DIRECT DEPOSIT BACON, VAN 1,625.39 768184 08/02/2024 DIRECT DEPOSIT BACON, VAN 348.30 768184 08/02/2024 DIRECT DEPOSIT BACON, VAN 0.00 409226 08/02/2024 DIRECT DEPOSIT BAILEY, JOSHUA 1,575.96 409227 08/02/2024 DIRECT DEPOSIT BAIRD, ALLISON 2,207.25 409649 08/02/2024 DIRECT DEPOSIT BAKER, BENJAMIN 1,744.16 409098 08/02/2024 DIRECT DEPOSIT BAKER, MURRAY 877.23 409896 08/02/2024 DIRECT DEPOSIT BAKER, RANDY 1,871.28 409741 08/02/2024 DIRECT DEPOSIT BAKER, RAYMOND 20.00 409741 08/02/2024 DIRECT DEPOSIT BAKER, RAYMOND 10.00 409741 08/02/2024 DIRECT DEPOSIT BAKER, RAYMOND 2,019.71 409741 08/02/2024 DIRECT DEPOSIT BAKER, RAYMOND 250.00 409650 08/02/2024 DIRECT DEPOSIT BALFE, RYAN 1,598.55 409711 08/02/2024 DIRECT DEPOSIT BALL, SHELBY 1,444.07 409573 08/02/2024 DIRECT DEPOSIT SALTER, CHRISTOPHER 2,635.68 409228 08/02/2024 DIRECT DEPOSIT BARCUS, CHRISTOPHER 2,331.66 410027 08/02/2024 DIRECT DEPOSIT BARDWELL, TIMONTRAYE 2,304.95 409229 08/02/2024 DIRECT DEPOSIT BARKEY, WILLIAM 3,229.19 768185 08/02/2024 DIRECT DEPOSIT BARKWELL, MICHAEL 25.00 409968 08/02/2024 DIRECT DEPOSIT BARRETT, BRENDA 533.19 14 409760 08/02/2024 DIRECT DEPOSIT BARRETT, SHANE 1,487.42 409612 08/02/2024 DIRECT DEPOSIT BARTEE, JAMES 1,441.97 409230 08/02/2024 DIRECT DEPOSIT BARTHOLOMEW, BLAKE 600.00 409230 08/02/2024 DIRECT DEPOSIT BARTHOLOMEW, BLAKE 1,799.83 409099 08/02/2024 DIRECT DEPOSIT BARTOW, BAYLOR 67.49 409099 08/02/2024 DIRECT DEPOSIT BARTOW, BAYLOR 150.00 409742 08/02/2024 DIRECT DEPOSIT BEARDSLEY, JOHN 1,529.89 409832 08/02/2024 DIRECT DEPOSIT BEAVERS, BRYAN 2,616.32 409761 08/02/2024 DIRECT DEPOSIT BELCHER, WILLIAM 2,204.16 768177 08/02/2024 DIRECT DEPOSIT BELL, CRAIG 400.00 409231 08/02/2024 DIRECT DEPOSIT BELL, DAVID 2,287.82 409651 08/02/2024 DIRECT DEPOSIT BELL, THOMAS 1,572.91 409232 08/02/2024 DIRECT DEPOSIT BENDER, JOSHUA 1,095.96 409232 08/02/2024 DIRECT DEPOSIT BENDER, JOSHUA 750.00 409642 08/02/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 1,290.30 409642 08/02/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 25.00 409539 08/02/2024 DIRECT DEPOSIT BENSON, SHAWN 702.93 409652 08/02/2024 DIRECT DEPOSIT BERGINC, CHARLES 1,578.67 409535 08/02/2024 DIRECT DEPOSIT BERGMAN, QUINTIN 1,982.10 409233 08/02/2024 DIRECT DEPOSIT BERNI, CORBIN 1,838.23 409234 08/02/2024 DIRECT DEPOSIT BERNSTEIN, MICHAEL 3,803.46 409833 08/02/2024 DIRECT DEPOSIT BERTON, SOLOMON 1,665.16 409715 08/02/2024 DIRECT DEPOSIT BESANCON, LAURIE 1,652.36 410028 08/02/2024 DIRECT DEPOSIT BESANCON, MARK 100.00 410028 08/02/2024 DIRECT DEPOSIT BESANCON, MARK 2,363.72 409653 08/02/2024 DIRECT DEPOSIT BESAW, BRIAN 1,235.49 409880 08/02/2024 DIRECT DEPOSIT BETHEL, MICHAEL 1,619.77 409235 08/02/2024 DIRECT DEPOSIT BEUTTELL, CLIFTON 3,058.19 409236 08/02/2024 DIRECT DEPOSIT BICKFORD, CLAUDIA 3,135.85 409193 08/02/2024 DIRECT DEPOSIT BILLINGS, JOHNATHAN 2,081.88 409237 08/02/2024 DIRECT DEPOSIT BINAFIF, MAZEN 2,340.82 409133 08/02/2024 DIRECT DEPOSIT BINEGAR, AMBER 424.06 409588 08/02/2024 DIRECT DEPOSIT BIRHANZL, JOHN 632.90 409743 08/02/2024 DIRECT DEPOSIT BISHOP, DANIEL 194.78 409743 08/02/2024 DIRECT DEPOSIT BISHOP, DANIEL 1,752.99 409974 08/02/2024 DIRECT DEPOSIT BLAKE, SYDNEY 1,105.09 410048 08/02/2024 DIRECT DEPOSIT BLANCO PEREZ, YULIEN 1,457.53 409238 08/02/2024 DIRECT DEPOSIT BLOCH, MATTHEW 2,116.14 409654 08/02/2024 DIRECT DEPOSIT BLUM, PHILIP 1,729.82 409936 08/02/2024 DIRECT DEPOSIT BLUME, JEFFREY 1,268.59 409959 08/02/2024 DIRECT DEPOSIT BOHANNON, FAITH 756.90 409166 08/02/2024 DIRECT DEPOSIT BOIKE, REBECCA 1,165.87 409788 08/02/2024 DIRECT DEPOSIT BOMMARITO, RUTH 200.00 409788 08/02/2024 DIRECT DEPOSIT BOMMARITO, RUTH 2,425.42 409194 08/02/2024 DIRECT DEPOSIT BONELL, CALEB 286.06 409239 08/02/2024 DIRECT DEPOSIT BONHOMME, DAVE BRIAN 1,592.40 409068 08/02/2024 DIRECT DEPOSIT BOONE, BLAKE 544.37 409240 08/02/2024 DIRECT DEPOSIT BOROCZKY, TAMAS 2,610.18 409069 08/02/2024 DIRECT DEPOSIT BOSTICK, LINDA 626.43 409241 08/02/2024 DIRECT DEPOSIT BOWDEN, CHASE 2,442.53 409903 08/02/2024 DIRECT DEPOSIT BOWDREN, MARIA 350.00 409903 08/02/2024 DIRECT DEPOSIT BOWDREN, MARIA 1,333.78 15 410029 08/02/2024 DIRECT DEPOSIT BOWEN, CHAD 1,668.63 409070 08/02/2024 DIRECT DEPOSIT BOWEN, ISABELLA 865.82 409134 08/02/2024 DIRECT DEPOSIT BOWKER, JACQUELINE 1,227.11 409540 08/02/2024 DIRECT DEPOSIT BOWLER, NANCY 50.00 409540 08/02/2024 DIRECT DEPOSIT BOWLER, NANCY 1,053.95 409167 08/02/2024 DIRECT DEPOSIT BOWMAN, KATHLEEN 2,353.41 409561 08/02/2024 DIRECT DEPOSIT BOYLL, SUZANNE 3,745.48 410005 08/02/2024 DIRECT DEPOSIT BRADDY, MARTY 50.00 410005 08/02/2024 DIRECT DEPOSIT BRADDY, MARTY 2,375.17 409533 08/02/2024 DIRECT DEPOSIT BRADLEY, DANIEL 1,361.48 409242 08/02/2024 DIRECT DEPOSIT BRAMLETT, RILEY 1,719.43 409904 08/02/2024 DIRECT DEPOSIT BREEN, KRISTEN 1,332.68 409243 08/02/2024 DIRECT DEPOSIT BRENNAN, THOMAS 1,680.06 409244 08/02/2024 DIRECT DEPOSIT BREWER, CHRISTEN 200.00 409244 08/02/2024 DIRECT DEPOSIT BREWER, CHRISTEN 2,061.00 409613 08/02/2024 DIRECT DEPOSIT BRISTOL, SAMUEL 889.65 409245 08/02/2024 DIRECT DEPOSIT BROUWER, JHONATAN 2,492.21 409135 08/02/2024 DIRECT DEPOSIT BROWN, ARIEL 989.38 409044 08/02/2024 DIRECT DEPOSIT BROWN, ASHLEY 1,384.34 409975 08/02/2024 DIRECT DEPOSIT BROWN, JAMEKA 1,402.91 409971 08/02/2024 DIRECT DEPOSIT BROWN, JILL 1,071.54 409614 08/02/2024 DIRECT DEPOSIT BROWN, LOUIS 944.18 409176 08/02/2024 DIRECT DEPOSIT BROWNING, KATHLEEN 413.51 409195 08/02/2024 DIRECT DEPOSIT BROWNLEE, MATTHEW 323.52 409246 08/02/2024 DIRECT DEPOSIT BRUNO, HARRISON 2,221.18 409592 08/02/2024 DIRECT DEPOSIT BUCK, KELLY 2,169.73 409247 08/02/2024 DIRECT DEPOSIT BUDERUS, CHRISTOPHER 1,947.58 409851 08/02/2024 DIRECT DEPOSIT BUERKEL, JAMES 781.25 409852 08/02/2024 DIRECT DEPOSIT BUNNELL, JEFFREY 357.49 409553 08/02/2024 DIRECT DEPOSIT BUNT, NANCY 4,604.30 409937 08/02/2024 DIRECT DEPOSIT BURGESS, TIMOTHY 2,338.98 409248 08/02/2024 DIRECT DEPOSIT BURKE, CHRISTOPHER 2,594.61 409249 08/02/2024 DIRECT DEPOSIT BURKE, DONALD 2,457.23 409250 08/02/2024 DIRECT DEPOSIT BURNS, BOB 1,947.94 409655 08/02/2024 DIRECT DEPOSIT BURRELL, HARRY 1,226.38 409251 08/02/2024 DIRECT DEPOSIT BURRITT, BRIAN 2,133.04 409779 08/02/2024 DIRECT DEPOSIT BUSH, STACEY 1,808.74 409136 08/02/2024 DIRECT DEPOSIT BUSKIRK, KITTIE 1,635.52 409252 08/02/2024 DIRECT DEPOSIT BUSTAMANTE, LUIS 1,528.33 409214 08/02/2024 DIRECT DEPOSIT CAGGIANO, LINDA 1,084.01 409253 08/02/2024 DIRECT DEPOSIT CAGLE, GARRETT 2,015.34 409938 08/02/2024 DIRECT DEPOSIT CAIN, BRANDON 1,436.28 409254 08/02/2024 DIRECT DEPOSIT CALLAHAN, RYAN 4,233.33 409255 08/02/2024 DIRECT DEPOSIT CALLOWAY, JAMIE 2,313.93 409256 08/02/2024 DIRECT DEPOSIT CALZADILLA, EVAN 2,036.88 409186 08/02/2024 DIRECT DEPOSIT CAMPBELL, OMOLARA 807.77 409186 08/02/2024 DIRECT DEPOSIT CAMPBELL, OMOLARA 346.18 409257 08/02/2024 DIRECT DEPOSIT CAPPELEN, RYAN 2,755.44 409853 08/02/2024 DIRECT DEPOSIT CARANI, MARCO 32.83 409799 08/02/2024 DIRECT DEPOSIT CARD, TABITHA 1,237.28 409799 08/02/2024 DIRECT DEPOSIT CARD, TABITHA 65.12 409656 08/02/2024 DIRECT DEPOSIT CARDELL, BURKE 1,487.11 16 409780 08/02/2024 DIRECT DEPOSIT CARDENAS, YAIMA 1,042.52 409117 08/02/2024 DIRECT DEPOSIT CAROW, ELAINE 1,301.26 409744 08/02/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 125.00 409744 08/02/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 2,167.80 409834 08/02/2024 DIRECT DEPOSIT CARPENTER, PATRIC 1,561.49 409854 08/02/2024 DIRECT DEPOSIT CARR, DONALD 423.52 409599 08/02/2024 DIRECT DEPOSIT CARROLL, SHAWNA 1,326.70 409593 08/02/2024 DIRECT DEPOSIT CARTER SOLOMON, VANESSA 165.00 409593 08/02/2024 DIRECT DEPOSIT CARTER SOLOMON, VANESSA 2,083.48 409724 08/02/2024 DIRECT DEPOSIT CASALINA, NICHOLAS 250.00 409724 08/02/2024 DIRECT DEPOSIT CASALINA, NICHOLAS 2,587.84 409600 08/02/2024 DIRECT DEPOSIT CASANO, ELIZABETH 247.42 409600 08/02/2024 DIRECT DEPOSIT CASANO, ELIZABETH 1,402.03 409615 08/02/2024 DIRECT DEPOSIT CASAS, RAY 1,049.37 409615 08/02/2024 DIRECT DEPOSIT CASAS, RAY 45.00 409258 08/02/2024 DIRECT DEPOSIT CASS, JAMES 2,521.77 409541 08/02/2024 DIRECT DEPOSIT CASTLE, JULIE 452.81 409187 08/02/2024 DIRECT DEPOSIT CASTRO, JUAN 1,014.73 409643 08/02/2024 DIRECT DEPOSIT CATAPANO, ROBERT 1,648.75 409259 08/02/2024 DIRECT DEPOSIT CEBRYNSKI, JOSEPH 2,091.09 409976 08/02/2024 DIRECT DEPOSIT CHAMBERS, JASON 1,120.04 410049 08/02/2024 DIRECT DEPOSIT CHAMPAGNE, SAMUEL 1,351.51 409657 08/02/2024 DIRECT DEPOSIT CHANEY, LASEDRIC 1,059.80 409792 08/02/2024 DIRECT DEPOSIT CHAREST, ERIC 70.00 409792 08/02/2024 DIRECT DEPOSIT CHAREST, ERIC 3,142.45 409568 08/02/2024 DIRECT DEPOSIT CHAREST, KATHERINE 2,135.49 409800 08/02/2024 DIRECT DEPOSIT CHECCHI, DAVID 1,934.48 409801 08/02/2024 DIRECT DEPOSIT CHEER, WILLIAM 2,619.19 409785 08/02/2024 DIRECT DEPOSIT CHINYANGANYA, SIPHIKELELO 2,497.97 409260 08/02/2024 DIRECT DEPOSIT CHISHOLM, KEITH 2,249.29 409725 08/02/2024 DIRECT DEPOSIT CHURCH, MICHAEL 1,965.38 409261 08/02/2024 DIRECT DEPOSIT CICERONI, RICHARD 2,356.93 409855 08/02/2024 DIRECT DEPOSIT CLARK, JONATHAN 1,393.35 409902 08/02/2024 DIRECT DEPOSIT CLARK, LUANNE 40.00 409902 08/02/2024 DIRECT DEPOSIT CLARK, LUANNE 1,709.70 409589 08/02/2024 DIRECT DEPOSIT CLAUSS, PATRICIA 707.06 409802 08/02/2024 DIRECT DEPOSIT CLAYBURN, GRAHAM 3,568.06 409803 08/02/2024 DIRECT DEPOSIT CLEMENTS, COLBY 2,297.00 409262 08/02/2024 DIRECT DEPOSIT CLUTE, KEVIN 2,919.62 409263 08/02/2024 DIRECT DEPOSIT COBB, JOHN 2,314.85 409264 08/02/2024 DIRECT DEPOSIT COFFEY, GAVIN 1,573.82 409137 08/02/2024 DIRECT DEPOSIT COLE, KAREN 1,445.69 409265 08/02/2024 DIRECT DEPOSIT COLEMAN, JACOB 1,499.43 409266 08/02/2024 DIRECT DEPOSIT COLEMAN, LEVI 3,166.20 409071 08/02/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 195.03 409071 08/02/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 292.54 409804 08/02/2024 DIRECT DEPOSIT COLLINS, MICHAEL 1,585.12 410006 08/02/2024 DIRECT DEPOSIT COLVIN, THOMAS 2,150.70 410007 08/02/2024 DIRECT DEPOSIT COMPTON, THOMAS 1,000.85 410007 08/02/2024 DIRECT DEPOSIT COMPTON, THOMAS 111.21 409658 08/02/2024 DIRECT DEPOSIT CONKLIN, DANIEL 1,383.75 409960 08/02/2024 DIRECT DEPOSIT CONNELL, KYLE 1,112.12 17 409856 08/02/2024 DIRECT DEPOSIT CONROY, JAMES 593.14 409177 08/02/2024 DIRECT DEPOSIT COOLER HAWK, SHANNON 1,382.29 409267 08/02/2024 DIRECT DEPOSIT COOPER, MIKAL 2,286.83 409554 08/02/2024 DIRECT DEPOSIT COPELAND, KATHY 2,538.29 409659 08/02/2024 DIRECT DEPOSIT COPPERSMITH, JOHN 1,261.98 409196 08/02/2024 DIRECT DEPOSIT COPPOLA, JOHN 481.18 409745 08/02/2024 DIRECT DEPOSIT CORBETT, BRETT 1,361.51 409118 08/02/2024 DIRECT DEPOSIT CORREA, MARIE 500.00 409118 08/02/2024 DIRECT DEPOSIT CORREA, MARIE 1,156.01 409268 08/02/2024 DIRECT DEPOSIT CORSO, JOHN 2,155.38 409269 08/02/2024 DIRECT DEPOSIT COTRONE, NICHOLAS 1,529.26 409555 08/02/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 500.00 409555 08/02/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 1,530.58 409100 08/02/2024 DIRECT DEPOSIT COUSINO, HEATHER 656.32 409119 08/02/2024 DIRECT DEPOSIT COWAN, DONALD 1,168.35 409542 08/02/2024 DIRECT DEPOSIT COX, BRANDON 1,142.99 409270 08/02/2024 DIRECT DEPOSIT CRARY, WILLIAM 1,778.62 409574 08/02/2024 DIRECT DEPOSIT CREAGAN, BRANDON 2,555.54 409746 08/02/2024 DIRECT DEPOSIT CROSBY, WILLIAM 1,865.59 409271 08/02/2024 DIRECT DEPOSIT CRUSE, DEVIN 2,007.30 409272 08/02/2024 DIRECT DEPOSIT CUEVAS, RUBEN 3,608.84 409905 08/02/2024 DIRECT DEPOSIT CUNDIFF, KARI 1,884.14 409660 08/02/2024 DIRECT DEPOSIT CUNNINGHAM, TODD 1,465.13 409661 08/02/2024 DIRECT DEPOSIT CURRY, IRA 1,305.85 409273 08/02/2024 DIRECT DEPOSIT CURTIS, COREY 2,277.58 409747 08/02/2024 DIRECT DEPOSIT D'ANGELO, COLLEEN 2,166.09 409748 08/02/2024 DIRECT DEPOSIT DAILEY, LAWRENCE 2,379.23 409274 08/02/2024 DIRECT DEPOSIT DAMPIER, BRADLEY 1,774.94 409275 08/02/2024 DIRECT DEPOSIT DAMPIER, BRANDON 2,394.54 409276 08/02/2024 DIRECT DEPOSIT DANCY, GARRETT 1,453.79 409039 08/02/2024 DIRECT DEPOSIT DANIELS, DOUGLAS 1,038.86 409789 08/02/2024 DIRECT DEPOSIT DANIELS, KRISTIN 3,443.70 409789 08/02/2024 DIRECT DEPOSIT DANIELS, KRISTIN 1,000.00 409072 08/02/2024 DIRECT DEPOSIT DAVIDIAN, SAGE 764.66 410008 08/02/2024 DIRECT DEPOSIT DAWKINS, PHILLIP 1,311.27 409101 08/02/2024 DIRECT DEPOSIT DAWKINS, WALKER 487.57 409762 08/02/2024 DIRECT DEPOSIT DEAN, MICHELLE 1,361.13 409053 08/02/2024 DIRECT DEPOSIT DEBRAAL, WILLIAM 5,317.57 409277 08/02/2024 DIRECT DEPOSIT DEBROWSKI, FRANCIS 2,034.76 409278 08/02/2024 DIRECT DEPOSIT DEKKER, ANTHONY 2,505.83 409279 08/02/2024 DIRECT DEPOSIT DEKKER, DUSTIN 2,776.83 409073 08/02/2024 DIRECT DEPOSIT DELAPAZ, MATTHEW 650.87 409763 08/02/2024 DIRECT DEPOSIT DELAPAZ, NORBERTO 1,214.67 409280 08/02/2024 DIRECT DEPOSIT DELASHMUTT, KEVIN 2,253.46 409281 08/02/2024 DIRECT DEPOSIT DELGADO, AUSTIN 1,591.22 409857 08/02/2024 DIRECT DEPOSIT DEMARIE, BRYAN 313.45 409897 08/02/2024 DIRECT DEPOSIT DEMERS, ZACHARY 1,361.12 409939 08/02/2024 DIRECT DEPOSIT DEMOSTHENE, ARIEVE 1,958.55 409805 08/02/2024 DIRECT DEPOSIT DENNIS, PETER 1,796.49 409282 08/02/2024 DIRECT DEPOSIT DENT, RICHARD 2,523.93 410009 08/02/2024 DIRECT DEPOSIT DEPINHO, CHARLES 2,119.82 409806 08/02/2024 DIRECT DEPOSIT DERBY, NATHAN 1,783.39 18 409977 08/02/2024 DIRECT DEPOSIT DEVITIS, CRISTI 1,283.31 409616 08/02/2024 DIRECT DEPOSIT DEWSON, WILLIAM 1,060.74 409197 08/02/2024 DIRECT DEPOSIT DIAS-NOVA, DANIEL 1,001.21 409283 08/02/2024 DIRECT DEPOSIT DIAZ, NICHOLAS 2,934.18 409881 08/02/2024 DIRECT DEPOSIT DIETRICH, ERIC 1,802.68 409284 08/02/2024 DIRECT DEPOSIT DION, ROGER 3,623.80 409882 08/02/2024 DIRECT DEPOSIT DIXON, CRESHENA 2,078.05 409961 08/02/2024 DIRECT DEPOSIT DIXON, GERALD 1,617.32 409858 08/02/2024 DIRECT DEPOSIT DONOVAN, JAMES 394.88 409617 08/02/2024 DIRECT DEPOSIT DORNEY, RONALD 1,111.47 409074 08/02/2024 DIRECT DEPOSIT DOTSEY, JESSICA 419.17 409074 08/02/2024 DIRECT DEPOSIT DOTSEY, JESSICA 419.16 409198 08/02/2024 DIRECT DEPOSIT DOTSEY, JOHN 1,690.73 409120 08/02/2024 DIRECT DEPOSIT DOUGLAS, EUGENE 1,105.04 409807 08/02/2024 DIRECT DEPOSIT DOUTRICH, MICHAEL 4,411.46 409662 08/02/2024 DIRECT DEPOSIT DRAWDY, PAULA 1,159.39 409793 08/02/2024 DIRECT DEPOSIT DRAWDY GLASS, SIDNEY 1,807.35 409594 08/02/2024 DIRECT DEPOSIT DRISKELL, DAPHNE 1,534.55 409618 08/02/2024 DIRECT DEPOSIT DUKE, JUSTIN 1,289.77 409543 08/02/2024 DIRECT DEPOSIT DUNHAM, TREVOR 722.16 409808 08/02/2024 DIRECT DEPOSIT DUNKERLEY, RICK 1,492.93 409285 08/02/2024 DIRECT DEPOSIT DUNNE, COLIN 2,104.83 409286 08/02/2024 DIRECT DEPOSIT DUSKIN, MICHAEL 2,541.69 409906 08/02/2024 DIRECT DEPOSIT EANES, MICAH 1,570.76 409045 08/02/2024 DIRECT DEPOSIT EARMAN, JOSEPH 2,725.58 409835 08/02/2024 DIRECT DEPOSIT EDDINGER, RODNEY 2,434.02 409287 08/02/2024 DIRECT DEPOSIT EDENFIELD-ERNSBERGER, TRISTAN 2,089.94 409663 08/02/2024 DIRECT DEPOSIT EDMOND, MAXIME 1,150.28 409288 08/02/2024 DIRECT DEPOSIT EFFEREN, ROBERT 2,232.99 409940 08/02/2024 DIRECT DEPOSIT EHRHARDT, SARAH 1,327.82 409289 08/02/2024 DIRECT DEPOSIT EIRLS, MICHAEL 1,870.85 409121 08/02/2024 DIRECT DEPOSIT EISWERTH, SARAH 1,040.54 409619 08/02/2024 DIRECT DEPOSIT ELLI, ANTON 1,594.43 409664 08/02/2024 DIRECT DEPOSIT ELLIS, CHRISTIAN 272.75 409290 08/02/2024 DIRECT DEPOSIT ELLISON, CRAIG 2,582.78 409168 08/02/2024 DIRECT DEPOSIT ELSEBOUGH, KELLY 904.74 409558 08/02/2024 DIRECT DEPOSIT EMERSON, CYNTHIA 4,292.98 409859 08/02/2024 DIRECT DEPOSIT EMERY, HENRY 469.64 409291 08/02/2024 DIRECT DEPOSIT ESCOBEDO, PAUL 2,205.30 409292 08/02/2024 DIRECT DEPOSIT ESKEW, BRADLEY 2,729.43 409293 08/02/2024 DIRECT DEPOSIT ESPINOZA, JAMES 1,384.15 409294 08/02/2024 DIRECT DEPOSIT ESTELHOMME, BRIAN 1,567.85 409784 08/02/2024 DIRECT DEPOSIT ESTRADA POSADA, MARIANA 970.13 410050 08/02/2024 DIRECT DEPOSIT EVANS, AUSTIN 1,139.89 409764 08/02/2024 DIRECT DEPOSIT EVANS, TONY 1,242.29 409726 08/02/2024 DIRECT DEPOSIT EVERHART, COLBY 1,178.12 409727 08/02/2024 DIRECT DEPOSIT EVERHART, MARK STEVE 2,303.48 409122 08/02/2024 DIRECT DEPOSIT FADAYOMI, BENJAMIN 661.47 409860 08/02/2024 DIRECT DEPOSIT FAIRBANK, STEVEN 402.69 409138 08/02/2024 DIRECT DEPOSIT FARBER, ASHLEY 711.29 409295 08/02/2024 DIRECT DEPOSIT FARRELL, SARAH 2,027.21 409562 08/02/2024 DIRECT DEPOSIT FAULKNER, STACY 150.00 19 409562 08/02/2024 DIRECT DEPOSIT FAULKNER, STACY 1,935.93 409296 08/02/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 2,028.55 409296 08/02/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 750.00 409941 08/02/2024 DIRECT DEPOSIT FERGUSON, ERIK 2,838.84 409297 08/02/2024 DIRECT DEPOSIT FIELDS, DAWSON 1,607.58 409298 08/02/2024 DIRECT DEPOSIT FIGAS, AUSTIN 1,613.87 409299 08/02/2024 DIRECT DEPOSIT FIGUEROA, JULIAN 1,894.23 409199 08/02/2024 DIRECT DEPOSIT FILIZZOLA NOVA, BRENO 905.76 409978 08/02/2024 DIRECT DEPOSIT FISHER, GEORGE 1,732.69 409972 08/02/2024 DIRECT DEPOSIT FLAK, SUSAN 2,152.75 409046 08/02/2024 DIRECT DEPOSIT FLESCHER, JOSEPH 2,496.11 409749 08/02/2024 DIRECT DEPOSIT FLOOD, DOUGLAS 493.39 409749 08/02/2024 DIRECT DEPOSIT FLOOD, DOUGLAS 1,973.54 410010 08/02/2024 DIRECT DEPOSIT FLOOD, STEPHEN 1,904.85 409300 08/02/2024 DIRECT DEPOSIT FLOOD, STEPHEN 1,493.23 409300 08/02/2024 DIRECT DEPOSIT FLOOD, STEPHEN 700.00 409934 08/02/2024 DIRECT DEPOSIT FLORES, CARLOS 3,255.21 409301 08/02/2024 DIRECT DEPOSIT FLORES, IVAN 2,358.31 409302 08/02/2024 DIRECT DEPOSIT FLORES, JULIO 2,055.85 409645 08/02/2024 DIRECT DEPOSIT FLORIAN, YVONNE 1,274.06 409665 08/02/2024 DIRECT DEPOSIT FLOWER, DAVID 1,446.69 410030 08/02/2024 DIRECT DEPOSIT FOLEY, SHANE 1,427.57 409303 08/02/2024 DIRECT DEPOSIT FONTANA, RYAN 1,451.29 409750 08/02/2024 DIRECT DEPOSIT FONVIELLE, JARED 2,221.25 410011 08/02/2024 DIRECT DEPOSIT FORBES, TENNYSON 1,641.09 409304 08/02/2024 DIRECT DEPOSIT FORD, BRADLEY 1,764.78 409305 08/02/2024 DIRECT DEPOSIT FORGET, JUSTIN 4,341.12 410012 08/02/2024 DIRECT DEPOSIT FORMAN, SHANE 1,147.66 409306 08/02/2024 DIRECT DEPOSIT FOWLER, SEAN 1,524.49 409307 08/02/2024 DIRECT DEPOSIT FOX, THOMAS 35.00 409307 08/02/2024 DIRECT DEPOSIT FOX, THOMAS 4,334.29 409139 08/02/2024 DIRECT DEPOSIT FOXX, PAOLA 742.11 409666 08/02/2024 DIRECT DEPOSIT FRALIX, RIDGE 1,213.09 409178 08/02/2024 DIRECT DEPOSIT FRANCIS, RICHARD 1,420.83 409200 08/02/2024 DIRECT DEPOSIT FRANCOEUR, ANDREW 485.06 409570 08/02/2024 DIRECT DEPOSIT FREEMAN, BRIAN 3,276.54 410031 08/02/2024 DIRECT DEPOSIT FREEMAN, KEITH 1,605.51 409308 08/02/2024 DIRECT DEPOSIT FRETWELL, JASON 2,123.61 410013 08/02/2024 DIRECT DEPOSIT FRISBY, CHRISTOPHER 1,630.34 409309 08/02/2024 DIRECT DEPOSIT FUCCI, JAMES 2,896.30 410014 08/02/2024 DIRECT DEPOSIT FULLER, STEVEN 2,010.23 409310 08/02/2024 DIRECT DEPOSIT GABBARD, KYLE 2,871.23 409979 08/02/2024 DIRECT DEPOSIT GAGNON, SHAWN 1,910.33 409169 08/02/2024 DIRECT DEPOSIT GALENTINE, TRACY 1,016.21 409311 08/02/2024 DIRECT DEPOSIT GALLEGOS, MATTHEW 2,636.18 409188 08/02/2024 DIRECT DEPOSIT GARDNER, TRISTON 550.32 409728 08/02/2024 DIRECT DEPOSIT GARRETT, KEITH 85.00 409728 08/02/2024 DIRECT DEPOSIT GARRETT, KEITH 1,876.73 409729 08/02/2024 DIRECT DEPOSIT GEE, DAVID 2,199.45 409312 08/02/2024 DIRECT DEPOSIT GEHRING, JOELY 2,592.93 409861 08/02/2024 DIRECT DEPOSIT GERACI, RICHARD 441.81 409075 08/02/2024 DIRECT DEPOSIT GERNER, JOSHUA 936.01 20 409313 08/02/2024 DIRECT DEPOSIT GIACCO, MICHAEL 1,249.04 409189 08/02/2024 DIRECT DEPOSIT GIANSANTI, JOHN 663.45 409314 08/02/2024 DIRECT DEPOSIT GIBBONS, SEAN 3,810.69 409315 08/02/2024 DIRECT DEPOSIT GIBBONS, TREVOR 1,909.61 409102 08/02/2024 DIRECT DEPOSIT GIBSON, CHASTITY 50.00 409102 08/02/2024 DIRECT DEPOSIT GIBSON, CHASTITY 10.00 409102 08/02/2024 DIRECT DEPOSIT GIBSON, CHASTITY 584.14 409980 08/02/2024 DIRECT DEPOSIT GIBSON, JAMES 100.00 409980 08/02/2024 DIRECT DEPOSIT GIBSON, JAMES 1,440.65 768179 08/02/2024 DIRECT DEPOSIT GIBSON, KEVIN 125.00 409595 08/02/2024 DIRECT DEPOSIT GIL, AMARIS 1,150.33 409809 08/02/2024 DIRECT DEPOSIT GILBERT, KELLY 1,864.59 409316 08/02/2024 DIRECT DEPOSIT GILL, WADE 1,610.52 409667 08/02/2024 DIRECT DEPOSIT GILLETTE, TRAVIS 1,142.18 409317 08/02/2024 DIRECT DEPOSIT GILLIG, JUSTIN 3,016.21 409201 08/02/2024 DIRECT DEPOSIT GILLIGAN, MATTHEW 1,354.47 409981 08/02/2024 DIRECT DEPOSIT GILMER, THOMAS 1,430.07 409590 08/02/2024 DIRECT DEPOSIT GINES, BARBARA 621.95 409054 08/02/2024 DIRECT DEPOSIT GLANVILLE, TERESA 1,528.09 409054 08/02/2024 DIRECT DEPOSIT GLANVILLE, TERESA 241.00 409883 08/02/2024 DIRECT DEPOSIT GLASS, ZACHARY 1,636.99 409765 08/02/2024 DIRECT DEPOSIT GLENTON, JOHN 400.00 409765 08/02/2024 DIRECT DEPOSIT GLENTON, JOHN 1,344.92 409810 08/02/2024 DIRECT DEPOSIT GLOWACKI, ANDREW 1,650.35 409318 08/02/2024 DIRECT DEPOSIT GOICOECHEA, YOMAYRA 1,976.18 409730 08/02/2024 DIRECT DEPOSIT GOLD, JASON 1,512.34 410032 08/02/2024 DIRECT DEPOSIT GOLFE, GREGORY 1,314.71 410032 08/02/2024 DIRECT DEPOSIT GOLFE, GREGORY 100.00 409319 08/02/2024 DIRECT DEPOSIT GOMBOS, RICHARD 1,771.76 409320 08/02/2024 DIRECT DEPOSIT GOMEZ, J JESUS 5,128.67 409321 08/02/2024 DIRECT DEPOSIT GOMEZ, RAMIRO 1,699.54 409982 08/02/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 250.00 409982 08/02/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 990.61 409322 08/02/2024 DIRECT DEPOSIT GOOD, MITCHELL 1,550.54 409140 08/02/2024 DIRECT DEPOSIT GOODEN, TRAVIS 1,036.81 409323 08/02/2024 DIRECT DEPOSIT GOODRICH, EVYN 2,727.38 409324 08/02/2024 DIRECT DEPOSIT GOODSON, RYAN 2,151.98 409055 08/02/2024 DIRECT DEPOSIT GORDON, SHANNON 900.41 409836 08/02/2024 DIRECT DEPOSIT GORE, EDWIN 1,527.77 409862 08/02/2024 DIRECT DEPOSIT GOSSELIN, MARC 540.99 409325 08/02/2024 DIRECT DEPOSIT GRANATH, JOHN 2,387.14 410033 08/02/2024 DIRECT DEPOSIT GRASS, BENTON 1,762.94 409326 08/02/2024 DIRECT DEPOSIT GRAUL, STEVEN 3,682.42 409076 08/02/2024 DIRECT DEPOSIT GRAY, STEVEN 467.28 409327 08/02/2024 DIRECT DEPOSIT GREER, STEPHEN 3,047.56 409811 08/02/2024 DIRECT DEPOSIT GREGORY, JULIE 1,591.03 409863 08/02/2024 DIRECT DEPOSIT GRIGSBY, JAMES 627.04 409328 08/02/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 100.00 409328 08/02/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 2,475.81 409329 08/02/2024 DIRECT DEPOSIT GUANCH, BRIAN 1,000.00 409329 08/02/2024 DIRECT DEPOSIT GUANCH, BRIAN 1,790.37 409942 08/02/2024 DIRECT DEPOSIT GUENTHER, KEVIN 2,047.19 21 409794 08/02/2024 DIRECT DEPOSIT GUERRA, REBECA 2,973.91 409668 08/02/2024 DIRECT DEPOSIT GUERTLER, KEVIN 1,857.12 409812 08/02/2024 DIRECT DEPOSIT GUTHRIE, ASHLEY 1,254.57 409040 08/02/2024 DIRECT DEPOSIT GLITZ, WILLIAM 1,025.72 409907 08/02/2024 DIRECT DEPOSIT GUYNN, ROBERT 1,947.34 409330 08/02/2024 DIRECT DEPOSIT HACKLER, SPENCER 2,510.39 409141 08/02/2024 DIRECT DEPOSIT HADSELL, DARLENE 1,865.45 409331 08/02/2024 DIRECT DEPOSIT HAFFIELD, BRANDON 1,951.10 409731 08/02/2024 DIRECT DEPOSIT HAINES, ROBERT 1,531.87 409943 08/02/2024 DIRECT DEPOSIT HALE, DANIEL 800.00 409943 08/02/2024 DIRECT DEPOSIT HALE, DANIEL 793.78 409190 08/02/2024 DIRECT DEPOSIT HALL, CARLY 799.08 409544 08/02/2024 DIRECT DEPOSIT HALLOWELL, MICHAEL 410.20 409884 08/02/2024 DIRECT DEPOSIT HAMBERGER, DAREN 1,947.53 409332 08/02/2024 DIRECT DEPOSIT HAMILTON, CAMERON 1,642.69 409908 08/02/2024 DIRECT DEPOSIT HAMILTON, DUANE 1,915.78 410034 08/02/2024 DIRECT DEPOSIT HAMLETT, ROBERT 1,058.98 409909 08/02/2024 DIRECT DEPOSIT HANSEN, KEVIN 1,700.62 409669 08/02/2024 DIRECT DEPOSIT HANSEN, SCOTT 1,280.29 409837 08/02/2024 DIRECT DEPOSIT HANSEN, SUZI 200.00 409837 08/02/2024 DIRECT DEPOSIT HANSEN, SUZI 200.00 409837 08/02/2024 DIRECT DEPOSIT HANSEN, SUZI 1,165.64 410035 08/02/2024 DIRECT DEPOSIT HANSON, CHRISTOPHER 2,342.35 409333 08/02/2024 DIRECT DEPOSIT HARKNESS, STEPHEN 2,074.84 409334 08/02/2024 DIRECT DEPOSIT HARLEY-OPPEL, KYLER 1,715.74 409716 08/02/2024 DIRECT DEPOSIT HARRINGTON, LISA 1,429.18 409766 08/02/2024 DIRECT DEPOSIT HARRINGTON, RICHARD 1,205.99 409335 08/02/2024 DIRECT DEPOSIT HARRIS, HEATH 2,688.59 409336 08/02/2024 DIRECT DEPOSIT HASKAS, STAMATIS 1,580.24 409910 08/02/2024 DIRECT DEPOSIT HATALA, BROCK 1,935.00 409670 08/02/2024 DIRECT DEPOSIT HATFIELD, THOMAS 1,419.17 409103 08/02/2024 DIRECT DEPOSIT HATTON, ABIGAIL 779.54 409103 08/02/2024 DIRECT DEPOSIT HATTON, ABIGAIL 137.56 409337 08/02/2024 DIRECT DEPOSIT HATTON, CASEY 1,967.66 409077 08/02/2024 DIRECT DEPOSIT HAUPT, ROSA 830.92 410036 08/02/2024 DIRECT DEPOSIT HAWKINS, DUKE 2,256.22 409338 08/02/2024 DIRECT DEPOSIT HAWKINS, DUSTIN 2,527.18 409838 08/02/2024 DIRECT DEPOSIT HAWKINS, NICHOLAS 2,618.96 409671 08/02/2024 DIRECT DEPOSIT HAYES, CODY 1,669.04 409671 08/02/2024 DIRECT DEPOSIT HAYES, CODY 715.30 409672 08/02/2024 DIRECT DEPOSIT HAYNES, PAUL 1,236.60 409813 08/02/2024 DIRECT DEPOSIT HEATH, BRIANNA 985.35 409813 08/02/2024 DIRECT DEPOSIT HEATH, BRIANNA 50.00 409123 08/02/2024 DIRECT DEPOSIT HEBELER, SANDRA 1,109.77 409142 08/02/2024 DIRECT DEPOSIT HECKMAN, CHELSEA 1,074.97 409864 08/02/2024 DIRECT DEPOSIT HEDGECOCK, KENDALL 1,314.50 409545 08/02/2024 DIRECT DEPOSIT HEFFNER, KEITH 750.08 409885 08/02/2024 DIRECT DEPOSIT REGI, PAULA 1,500.03 409078 08/02/2024 DIRECT DEPOSIT HEINZE, DONALD 968.99 409339 08/02/2024 DIRECT DEPOSIT HELINSKI, MICHAEL 1,947.60 409935 08/02/2024 DIRECT DEPOSIT HELTEMES, ADAM 2,914.02 409143 08/02/2024 DIRECT DEPOSIT HELTON, HEATHER 5.00 22 409143 08/02/2024 DIRECT DEPOSIT HELTON, HEATHER 1,372.19 409202 08/02/2024 DIRECT DEPOSIT HENDERSON, CHRISTOPHER 1,906.80 409340 08/02/2024 DIRECT DEPOSIT HENDERSON, CYNTHIA 2,885.34 409341 08/02/2024 DIRECT DEPOSIT HENDERSON, MARIO 2,798.96 409079 08/02/2024 DIRECT DEPOSIT HENDRICKSEN, TYLER 562.23 409591 08/02/2024 DIRECT DEPOSIT HENRY, CARRI 1,043.72 410037 08/02/2024 DIRECT DEPOSIT HENRY, MARQUEZ 1,418.14 409179 08/02/2024 DIRECT DEPOSIT HERNANDEZ, MELISSA 574.81 409342 08/02/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 100.00 409342 08/02/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 2,854.28 409983 08/02/2024 DIRECT DEPOSIT HERRON, LAURA 1,026.75 409767 08/02/2024 DIRECT DEPOSIT HIBBARD, TOBY 1,440.97 409056 08/02/2024 DIRECT DEPOSIT HICKS, CHRISTOPHER 3,967.81 409673 08/02/2024 DIRECT DEPOSIT HICKS, TROY 1,082.85 409563 08/02/2024 DIRECT DEPOSIT HILL, CHEVY 1,299.98 409563 08/02/2024 DIRECT DEPOSIT HILL, CHEVY 100.00 409575 08/02/2024 DIRECT DEPOSIT HILL, MICHAEL 1,988.55 409674 08/02/2024 DIRECT DEPOSIT HILLS, JOHNATHAN 1,122.49 409343 08/02/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 156.82 409343 08/02/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 1,803.39 409886 08/02/2024 DIRECT DEPOSIT HISH, ANDREW 2,553.16 409620 08/02/2024 DIRECT DEPOSIT HISLE, IVAN 1,117.76 409795 08/02/2024 DIRECT DEPOSIT HITT, STEVEN 1,554.14 409944 08/02/2024 DIRECT DEPOSIT HOFFMAN, CHRISTOPHER 1,355.76 409344 08/02/2024 DIRECT DEPOSIT HOLBROOK, JAMES 2,802.89 409345 08/02/2024 DIRECT DEPOSIT HOLMES, CODY 2,225.69 409346 08/02/2024 DIRECT DEPOSIT HOLTZCLAW, KYLE 1,968.88 409865 08/02/2024 DIRECT DEPOSIT HOOT, CHARLES 654.36 768180 08/02/2024 DIRECT DEPOSIT HORNE, BRIAN 1,650.00 768180 08/02/2024 DIRECT DEPOSIT HORNE, BRIAN 25.00 409347 08/02/2024 DIRECT DEPOSIT HORNER, CHAD 2,997.41 409984 08/02/2024 DIRECT DEPOSIT HOUSING, ERICA 1,389.91 410051 08/02/2024 DIRECT DEPOSIT HOVEY, STORM 1,025.69 409348 08/02/2024 DIRECT DEPOSIT HOWARD, WAYNE 150.00 409348 08/02/2024 DIRECT DEPOSIT HOWARD, WAYNE 3,150.01 409349 08/02/2024 DIRECT DEPOSIT HRUSOVSKY, MCGWIRE 1,308.08 409675 08/02/2024 DIRECT DEPOSIT HUBLER, DARREL 1,603.06 409985 08/02/2024 DIRECT DEPOSIT HUDSON, ANDREA 1,081.56 409144 08/02/2024 DIRECT DEPOSIT HUFF, TANYA 183.00 409144 08/02/2024 DIRECT DEPOSIT HUFF, TANYA 2,034.40 409350 08/02/2024 DIRECT DEPOSIT HUGHES, DEVON 2,928.92 409911 08/02/2024 DIRECT DEPOSIT HULLEN, DANIEL 1,787.40 409962 08/02/2024 DIRECT DEPOSIT HUMMEL, ERIC 2,055.02 409351 08/02/2024 DIRECT DEPOSIT HURTADO, DANIEL 2,432.84 409352 08/02/2024 DIRECT DEPOSIT HYDE, JACOB 2,258.79 409712 08/02/2024 DIRECT DEPOSIT HYDE, JENNIFER 2,544.17 409170 08/02/2024 DIRECT DEPOSIT IACHINI, TAYLOR 1,049.50 409912 08/02/2024 DIRECT DEPOSIT INGLETT, REGINALD 2,007.69 409814 08/02/2024 DIRECT DEPOSIT INMAN, DANIEL 2,457.22 409353 08/02/2024 DIRECT DEPOSIT ISAACSON, ERIK 2,623.08 409879 08/02/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 15.00 409879 08/02/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 2,170.94 23 409879 08/02/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 300.00 409717 08/02/2024 DIRECT DEPOSIT JACKSON, SHAQUALIA 1,324.83 409621 08/02/2024 DIRECT DEPOSIT JASPER, RICARDO 1,532.48 409622 08/02/2024 DIRECT DEPOSIT JEFFERSON, LORENZO 1,865.09 409203 08/02/2024 DIRECT DEPOSIT JENKINS, CARLOS 203.62 409354 08/02/2024 DIRECT DEPOSIT JENSEN, CASEY 2,182.93 409986 08/02/2024 DIRECT DEPOSIT JOHNSON, BENJAMIN 1,509.12 409601 08/02/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 1,000.00 409601 08/02/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 3,742.81 409571 08/02/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 25.00 409571 08/02/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 100.00 409571 08/02/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 275.00 409571 08/02/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 877.90 409571 08/02/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 40.00 409887 08/02/2024 DIRECT DEPOSIT JOHNSON, SCOTT 2,694.76 409576 08/02/2024 DIRECT DEPOSIT JOHNSTON, VICKIE 1,636.54 409124 08/02/2024 DIRECT DEPOSIT JONES, ALFRED 500.58 409355 08/02/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 4,022.23 409204 08/02/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 978.18 409356 08/02/2024 DIRECT DEPOSIT JONES, DALTON 2,860.86 409602 08/02/2024 DIRECT DEPOSIT JONES, DONALD 1,940.88 409357 08/02/2024 DIRECT DEPOSIT JONES, LAVIGNE 2,181.12 409718 08/02/2024 DIRECT DEPOSIT JONES, RONALD 2,919.31 409706 08/02/2024 DIRECT DEPOSIT JONES, TRAVIS 1,277.73 410015 08/02/2024 DIRECT DEPOSIT JORDAN, SHAWN 1,886.30 409145 08/02/2024 DIRECT DEPOSIT JUARBE, THALIA 1,013.76 409358 08/02/2024 DIRECT DEPOSIT JUDSON, JASON 2,317.77 409125 08/02/2024 DIRECT DEPOSIT JURAD, DREW 1,781.05 409359 08/02/2024 DIRECT DEPOSIT KAHL, BRANDON 50.00 409359 08/02/2024 DIRECT DEPOSIT KAHL, BRANDON 2,503.48 409360 08/02/2024 DIRECT DEPOSIT KARPINSKI, DODGE 2,563.30 409361 08/02/2024 DIRECT DEPOSIT KEARNS, OLIVER 1,683.76 409171 08/02/2024 DIRECT DEPOSIT KEATLEY, WHITNEY 644.99 409205 08/02/2024 DIRECT DEPOSIT KEATON, KAMERON 1,299.02 409913 08/02/2024 DIRECT DEPOSIT KEITH, DONALD 1,733.97 409913 08/02/2024 DIRECT DEPOSIT KEITH, DONALD 350.00 409969 08/02/2024 DIRECT DEPOSIT KELLEHER, LYNNE 975.51 409768 08/02/2024 DIRECT DEPOSIT KEMP, HAROLD 350.00 409768 08/02/2024 DIRECT DEPOSIT KEMP, HAROLD 2,385.73 409644 08/02/2024 DIRECT DEPOSIT KENDRICK, MEGAN 2,891.11 409866 08/02/2024 DIRECT DEPOSIT KENNEDY, PATRICK 110.45 409676 08/02/2024 DIRECT DEPOSIT KERSHAW, DAMON 1,519.81 409362 08/02/2024 DIRECT DEPOSIT KIERNAN, DAVID 2,992.57 409363 08/02/2024 DIRECT DEPOSIT KING, JOSEPH 1,382.00 409363 08/02/2024 DIRECT DEPOSIT KING, JOSEPH 600.00 409564 08/02/2024 DIRECT DEPOSIT KING, MICHAEL 2,011.26 410016 08/02/2024 DIRECT DEPOSIT KISSELBACK, JOSEPH 1,281.77 410038 08/02/2024 DIRECT DEPOSIT KIVENAS, ZACHARY 1,423.13 409364 08/02/2024 DIRECT DEPOSIT KLAUSE, SHEENA 2,336.90 409577 08/02/2024 DIRECT DEPOSIT KLERLEIN, LEISA 1,176.22 409867 08/02/2024 DIRECT DEPOSIT KLERLEIN, PAUL 1,127.67 409623 08/02/2024 DIRECT DEPOSIT KNAUER, HARVEY 1,623.87 24 409987 08/02/2024 DIRECT DEPOSIT KNIEF, MARK 1,613.39 409365 08/02/2024 DIRECT DEPOSIT KOFKE, KYLE 1,000.00 409365 08/02/2024 DIRECT DEPOSIT KOFKE, KYLE 2,901.48 409366 08/02/2024 DIRECT DEPOSIT KOVALESKI, JOSEPH 1,552.95 409367 08/02/2024 DIRECT DEPOSIT KOVATCH, NATHAN 2,388.05 409878 08/02/2024 DIRECT DEPOSIT KOZAC, MASON 1,783.42 409368 08/02/2024 DIRECT DEPOSIT KRAFT, MATTHEW 1,787.87 409126 08/02/2024 DIRECT DEPOSIT KREBS, JILL 1,952.07 409369 08/02/2024 DIRECT DEPOSIT KRETZSCHMAR, JOSHUA 29.74 409790 08/02/2024 DIRECT DEPOSIT KRISS, ELISE 2,260.82 409370 08/02/2024 DIRECT DEPOSIT KRUEGER, RYAN 2,233.44 409371 08/02/2024 DIRECT DEPOSIT LAMANA, PARRIS 1,121.86 409786 08/02/2024 DIRECT DEPOSIT LAMBERT, BRIANA 1,292.12 409769 08/02/2024 DIRECT DEPOSIT LAMPKIN, TORYANA 1,315.18 409080 08/02/2024 DIRECT DEPOSIT LANCASTER, CORBIN 478.91 409677 08/02/2024 DIRECT DEPOSIT LANCE, KENNETH 27.50 409677 08/02/2024 DIRECT DEPOSIT LANCE, KENNETH 400.00 409677 08/02/2024 DIRECT DEPOSIT LANCE, KENNETH 851.47 409677 08/02/2024 DIRECT DEPOSIT LANCE, KENNETH 135.00 409372 08/02/2024 DIRECT DEPOSIT LANG, GEOFFREY 250.00 409372 08/02/2024 DIRECT DEPOSIT LANG, GEOFFREY 1,411.42 409963 08/02/2024 DIRECT DEPOSIT LARAMIE, BRIANNA 1,254.56 409104 08/02/2024 DIRECT DEPOSIT LAURO, HELEN 618.23 409770 08/02/2024 DIRECT DEPOSIT LAWSON, ANDREW 2,434.90 409646 08/02/2024 DIRECT DEPOSIT LAllARI ESTEVEZ, ANDREA 1,183.22 409146 08/02/2024 DIRECT DEPOSIT LEE, GI 75.32 409146 08/02/2024 DIRECT DEPOSIT LEE, GI 1,205.18 409146 08/02/2024 DIRECT DEPOSIT LEE, GI 225.98 410039 08/02/2024 DIRECT DEPOSIT LEE, TERRENCE 2,906.38 409105 08/02/2024 DIRECT DEPOSIT LEFEBURE, ANNABELLE 692.02 409106 08/02/2024 DIRECT DEPOSIT LEFEBURE, LEVI 722.05 409373 08/02/2024 DIRECT DEPOSIT LEGLEITNER, CHANDLER 1,544.24 409914 08/02/2024 DIRECT DEPOSIT LEIENDECKER, KIRSTIN 4,315.27 410017 08/02/2024 DIRECT DEPOSIT LEKSTON, RICHARD 1,300.11 409719 08/02/2024 DIRECT DEPOSIT LEMONS, VALERIE 1,543.69 409147 08/02/2024 DIRECT DEPOSIT LESCIO, JOLENE 1,415.66 409060 08/02/2024 DIRECT DEPOSIT LESTER, CHESNEY 2,122.37 410058 08/02/2024 DIRECT DEPOSIT LESTER, JEROME 1,815.74 409898 08/02/2024 DIRECT DEPOSIT LEVER, EDWARD 1,504.05 409206 08/02/2024 DIRECT DEPOSIT LEVY, AARON 1,275.29 409206 08/02/2024 DIRECT DEPOSIT LEVY, AARON 75.00 409374 08/02/2024 DIRECT DEPOSIT LEWIS, BRAD 2,768.31 409624 08/02/2024 DIRECT DEPOSIT LEWIS, RICCO 1,004.73 409956 08/02/2024 DIRECT DEPOSIT LEY, JUDY 300.00 409956 08/02/2024 DIRECT DEPOSIT LEY, JUDY 1,211.93 409751 08/02/2024 DIRECT DEPOSIT LIBERUS, LEON 1,816.15 409751 08/02/2024 DIRECT DEPOSIT LIBERUS, LEON 700.00 409839 08/02/2024 DIRECT DEPOSIT LIESKE, SEAN 4,278.23 409678 08/02/2024 DIRECT DEPOSIT LIGUORI, JAMES 1,669.47 409707 08/02/2024 DIRECT DEPOSIT LINGWOOD, ASHLEY 2,146.45 409047 08/02/2024 DIRECT DEPOSIT LIST, KATHY 555.46 409732 08/02/2024 DIRECT DEPOSIT LIST, TERRY 1,684.76 25 409988 08/02/2024 DIRECT DEPOSIT LLOYD, HEATHER 1,846.04 409375 08/02/2024 DIRECT DEPOSIT LLOYD, JAMES 2,128.79 409603 08/02/2024 DIRECT DEPOSIT LLOYD, RYAN 3,422.01 409048 08/02/2024 DIRECT DEPOSIT LOAR, DERYL 2,415.65 409970 08/02/2024 DIRECT DEPOSIT LOBO, EDWINA 510.83 409107 08/02/2024 DIRECT DEPOSIT LOCY, EMILY 1,378.76 409107 08/02/2024 DIRECT DEPOSIT LOCY, EMILY 50.00 409207 08/02/2024 DIRECT DEPOSIT LOCY, ROBBIE 324.38 409376 08/02/2024 DIRECT DEPOSIT LOGSDON, TYLER 2,529.04 409377 08/02/2024 DIRECT DEPOSIT LONDONO, ISAAC 1,835.98 410040 08/02/2024 DIRECT DEPOSIT LONGACRE, KENNETH 1,966.14 409378 08/02/2024 DIRECT DEPOSIT LOPEZ, ANTONIO 1,759.33 409379 08/02/2024 DIRECT DEPOSIT LOPEZ, ERIC 2,408.38 409380 08/02/2024 DIRECT DEPOSIT LOPEZ, JUAN 1,589.62 409381 08/02/2024 DIRECT DEPOSIT LOUDERMILK, JEFFREY 1,768.60 409148 08/02/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 25.00 409148 08/02/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 1,661.42 409733 08/02/2024 DIRECT DEPOSIT LOVEDAY, MICHAEL 2,581.75 409180 08/02/2024 DIRECT DEPOSIT LOWE, CYNTHIA 1,049.40 409382 08/02/2024 DIRECT DEPOSIT LUCAS, DAVID 1,734.71 409625 08/02/2024 DIRECT DEPOSIT LUFT, MICHAEL 1,195.76 409815 08/02/2024 DIRECT DEPOSIT LUNDEEN, ERIKA 3,493.44 409771 08/02/2024 DIRECT DEPOSIT LYNCH, MARKET 1,417.90 409713 08/02/2024 DIRECT DEPOSIT LYSTLUND, DIANE 1,920.52 409989 08/02/2024 DIRECT DEPOSIT MACKEY, MISTY 1,175.15 409383 08/02/2024 DIRECT DEPOSIT MACKINNON, JENNIFER 3,042.65 409679 08/02/2024 DIRECT DEPOSIT MADDOX, BOBBY 1,085.55 409384 08/02/2024 DIRECT DEPOSIT MAGUIRE, KEVIN 1,432.54 409385 08/02/2024 DIRECT DEPOSIT MAHAN, STEVEN 2,296.99 409868 08/02/2024 DIRECT DEPOSIT MAHONEY, FRANCIS 710.01 410052 08/02/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 1,064.21 410052 08/02/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 524.16 409888 08/02/2024 DIRECT DEPOSIT MALDONADO, JASSON 1,656.75 409888 08/02/2024 DIRECT DEPOSIT MALDONADO, JASSON 170.00 409081 08/02/2024 DIRECT DEPOSIT MANGUS, ISABELLA 1,054.04 409572 08/02/2024 DIRECT DEPOSIT MANN, JAMES 2,041.84 409386 08/02/2024 DIRECT DEPOSIT MARCHESINI, TODD 1,988.49 409604 08/02/2024 DIRECT DEPOSIT MARINI, RICHARD 2,976.01 409387 08/02/2024 DIRECT DEPOSIT MARINI, STEVEN 1,649.60 409816 08/02/2024 DIRECT DEPOSIT MARINO, APRIL 2,449.05 409108 08/02/2024 DIRECT DEPOSIT MARLEAU, KATIE 2,059.37 409388 08/02/2024 DIRECT DEPOSIT MARMO, NICOLE 1,375.79 409389 08/02/2024 DIRECT DEPOSIT MARQUES, CARLO 2,438.60 409390 08/02/2024 DIRECT DEPOSIT MARQUES, GABRIELLE 1,653.71 409945 08/02/2024 DIRECT DEPOSIT MARRONE, JOSEPH 95.64 409945 08/02/2024 DIRECT DEPOSIT MARRONE, JOSEPH 1,445.13 409990 08/02/2024 DIRECT DEPOSIT MARTIN, ANGELA 1,184.10 409391 08/02/2024 DIRECT DEPOSIT MARTINEZ, ALYSSA 1,781.67 409781 08/02/2024 DIRECT DEPOSIT MARTINEZ, SYBIA 1,114.35 409680 08/02/2024 DIRECT DEPOSIT MARX, AUSTIN 1,323.01 409392 08/02/2024 DIRECT DEPOSIT MASON, BRETT 1,861.18 409915 08/02/2024 DIRECT DEPOSIT MASON, STACIE 1,407.19 26 409393 08/02/2024 DIRECT DEPOSIT MASTERS, DANIEL 3,340.43 409394 08/02/2024 DIRECT DEPOSIT MATHERLY, CHRISTOPHER 2,734.19 409681 08/02/2024 DIRECT DEPOSIT MATHESON, CHRISTOPHER 1,262.54 409734 08/02/2024 DIRECT DEPOSIT MATHIS, JEFF 1,658.43 409916 08/02/2024 DIRECT DEPOSIT MATHIS, RICHARD 550.00 409916 08/02/2024 DIRECT DEPOSIT MATHIS, RICHARD 1,424.97 409215 08/02/2024 DIRECT DEPOSIT MATTHEWS, JESSICA 1,842.87 409869 08/02/2024 DIRECT DEPOSIT MAXFIELD, DONALD 670.41 409082 08/02/2024 DIRECT DEPOSIT MAYORGA, MARCO 881.01 409395 08/02/2024 DIRECT DEPOSIT MAZZOLA, MICHAEL 2,103.46 409817 08/02/2024 DIRECT DEPOSIT MCADAM, SCOTT 4,072.77 409396 08/02/2024 DIRECT DEPOSIT MCAULIFFE, COLBY 2,082.65 409397 08/02/2024 DIRECT DEPOSIT MCCABE, BENJAMIN 2,999.20 409398 08/02/2024 DIRECT DEPOSIT MCCORMACK, SEAN 3,359.27 409208 08/02/2024 DIRECT DEPOSIT MCDEARMID, RONALD 197.00 409181 08/02/2024 DIRECT DEPOSIT MCDOUGALL, HOLLIE 130.00 409181 08/02/2024 DIRECT DEPOSIT MCDOUGALL, HOLLIE 1,515.57 409181 08/02/2024 DIRECT DEPOSIT MCDOUGALL, HOLLIE 50.00 409149 08/02/2024 DIRECT DEPOSIT MCDOUGALL, STEVEN 1,442.76 409818 08/02/2024 DIRECT DEPOSIT MCFARLAND, RODNEY 1,072.05 409399 08/02/2024 DIRECT DEPOSIT MCGINN, MATTHEW 1,569.35 409889 08/02/2024 DIRECT DEPOSIT MCGRADY, MICHAEL 1,736.05 410018 08/02/2024 DIRECT DEPOSIT MCINTOSH, CHARLIE 1,383.99 410059 08/02/2024 DIRECT DEPOSIT MCINTYRE- MEISENBURG, MELISSA 1,985.61 409127 08/02/2024 DIRECT DEPOSIT MCKAY, HEATHER 1,727.81 409150 08/02/2024 DIRECT DEPOSIT MCKENNA, TERESA 581.56 409061 08/02/2024 DIRECT DEPOSIT MCKINLEY, KELLY 1,922.04 409682 08/02/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 1,394.61 409682 08/02/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 385.00 409578 08/02/2024 DIRECT DEPOSIT MCLENDON, SCHUMETTA 1,979.36 409400 08/02/2024 DIRECT DEPOSIT MCLEOD, CODY 1,588.57 409870 08/02/2024 DIRECT DEPOSIT MCMANUS, HERBERT 379.19 409401 08/02/2024 DIRECT DEPOSIT MCVAY, CHRISTOPHER 2,037.22 409964 08/02/2024 DIRECT DEPOSIT MEAD, DERIC 2,405.98 409840 08/02/2024 DIRECT DEPOSIT MECKES, RICHARD 3,238.76 409402 08/02/2024 DIRECT DEPOSIT MEDINA, NICKOLAS 2,063.59 409720 08/02/2024 DIRECT DEPOSIT MEHTA, HIMANSHU 1,600.00 409720 08/02/2024 DIRECT DEPOSIT MEHTA, HIMANSHU 2,060.27 409403 08/02/2024 DIRECT DEPOSIT MEILAN, TOMAS 1,900.42 409172 08/02/2024 DIRECT DEPOSIT MELASI, SUSAN 1,516.92 409721 08/02/2024 DIRECT DEPOSIT MENDEZ, MARISOL 1,243.40 409683 08/02/2024 DIRECT DEPOSIT MEND, JULIANNE 763.61 409683 08/02/2024 DIRECT DEPOSIT MEND, JULIANNE 134.76 409735 08/02/2024 DIRECT DEPOSIT MESSER, CHARLES 150.00 409735 08/02/2024 DIRECT DEPOSIT MESSER, CHARLES 2,632.76 409404 08/02/2024 DIRECT DEPOSIT METZ, GIANNA 2,084.26 409405 08/02/2024 DIRECT DEPOSIT METZ, MATTHEW 2,098.65 409406 08/02/2024 DIRECT DEPOSIT MEYERS, KYLE 1,989.60 409946 08/02/2024 DIRECT DEPOSIT MICHAEL, ANDREW 600.00 409946 08/02/2024 DIRECT DEPOSIT MICHAEL, ANDREW 1,363.03 409626 08/02/2024 DIRECT DEPOSIT MIEHLE, DANIEL 1,532.34 409684 08/02/2024 DIRECT DEPOSIT MILAS, BARBARA 1,494.77 27 409559 08/02/2024 DIRECT DEPOSIT MILLER, MAYA 536.00 409559 08/02/2024 DIRECT DEPOSIT MILLER, MAYA 20.00 409559 08/02/2024 DIRECT DEPOSIT MILLER, MAYA 1,020.05 409559 08/02/2024 DIRECT DEPOSIT MILLER, MAYA 150.00 409890 08/02/2024 DIRECT DEPOSIT MILLER, RACHEAL 562.53 409890 08/02/2024 DIRECT DEPOSIT MILLER, RACHEAL 1,900.00 409899 08/02/2024 DIRECT DEPOSIT MILLER, ROBERT LEO 1,812.01 409407 08/02/2024 DIRECT DEPOSIT MINCHEVA, TSVETELINA 2,113.03 409408 08/02/2024 DIRECT DEPOSIT MINNS, KYLE 2,071.18 409083 08/02/2024 DIRECT DEPOSIT MINTEL, MATTHEW 353.98 409409 08/02/2024 DIRECT DEPOSIT MIXON, SEAN 1,501.32 409084 08/02/2024 DIRECT DEPOSIT MODESITT, KAMEA 782.53 409049 08/02/2024 DIRECT DEPOSIT MOIRANO, KIMBERLY 1,295.58 409128 08/02/2024 DIRECT DEPOSIT MOLLER, CHRISTINE 618.21 409565 08/02/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 1,489.45 409565 08/02/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 100.00 409410 08/02/2024 DIRECT DEPOSIT MONTPETIT, CHRISTOPHER 1,700.11 409411 08/02/2024 DIRECT DEPOSIT MOONEY, KEVIN 1,486.53 409411 08/02/2024 DIRECT DEPOSIT MOONEY, KEVIN 300.00 409057 08/02/2024 DIRECT DEPOSIT MOORE, CHRISTINA 2,316.90 409917 08/02/2024 DIRECT DEPOSIT MOORE, JEREMY 1,291.59 409772 08/02/2024 DIRECT DEPOSIT MORGAN, JESSE 1,766.21 409151 08/02/2024 DIRECT DEPOSIT MORGAN, JESSICA 716.56 409627 08/02/2024 DIRECT DEPOSIT MORGAN, MARQUIS 627.72 409412 08/02/2024 DIRECT DEPOSIT MORRIS, JOSHUA 2,132.25 409413 08/02/2024 DIRECT DEPOSIT MORRIS, NICOLE 2,789.09 409819 08/02/2024 DIRECT DEPOSIT MORRIS, RUSSELL 2,426.48 409414 08/02/2024 DIRECT DEPOSIT MORRISON, JAMES 2,026.45 409685 08/02/2024 DIRECT DEPOSIT MORSE, JEFFREY 1,844.31 409628 08/02/2024 DIRECT DEPOSIT MOSLEY, IRA 1,213.75 409820 08/02/2024 DIRECT DEPOSIT MOSSMAN, RAYMOND 2,881.07 410041 08/02/2024 DIRECT DEPOSIT MOTT, KODY 1,967.51 409918 08/02/2024 DIRECT DEPOSIT MOWER, BRADLEY 1,532.44 409415 08/02/2024 DIRECT DEPOSIT MOYER, HANNAH 2,994.90 409109 08/02/2024 DIRECT DEPOSIT MULLEN, LYLAH 615.33 410042 08/02/2024 DIRECT DEPOSIT MUNRO, LUCAS 1,981.32 409647 08/02/2024 DIRECT DEPOSIT MUNROE, LESLIE 125.00 409647 08/02/2024 DIRECT DEPOSIT MUNROE, LESLIE 744.59 409416 08/02/2024 DIRECT DEPOSIT MURPHY, ANDREW 1,936.91 409841 08/02/2024 DIRECT DEPOSIT MURPHY, GRACE 1,158.53 409579 08/02/2024 DIRECT DEPOSIT MURPHY, PATRICK 2,527.88 409417 08/02/2024 DIRECT DEPOSIT NADOLNY, VINCENT 2,494.60 409871 08/02/2024 DIRECT DEPOSIT NAGY, BELA 3,220.08 409418 08/02/2024 DIRECT DEPOSIT NAVARRO, MARIO 1,107.40 409182 08/02/2024 DIRECT DEPOSIT NEAL, BRIANNA 508.93 409152 08/02/2024 DIRECT DEPOSIT NEAL, MARY JANE 1,072.56 409686 08/02/2024 DIRECT DEPOSIT NELSON, BRIAN 224.00 409686 08/02/2024 DIRECT DEPOSIT NELSON, BRIAN 1,265.10 409821 08/02/2024 DIRECT DEPOSIT NEWMAN, KATHARINE 1,164.41 409419 08/02/2024 DIRECT DEPOSIT NIELSEN, ALEX 2,069.93 409947 08/02/2024 DIRECT DEPOSIT NIELSEN, RONALD 1,309.01 409842 08/02/2024 DIRECT DEPOSIT NIEMI, KARRINA 1,049.23 28 409085 08/02/2024 DIRECT DEPOSIT NIEVES, ANIBAL 428.31 409629 08/02/2024 DIRECT DEPOSIT NOEL, INOBERT 1,368.06 409420 08/02/2024 DIRECT DEPOSIT NOGAREDA, JORDAN 1,971.31 409421 08/02/2024 DIRECT DEPOSIT NOHRR, JULI 2,943.60 409422 08/02/2024 DIRECT DEPOSIT NORAT, ALEXANDER 1,868.71 409050 08/02/2024 DIRECT DEPOSIT NOVAK, NATALIE 949.13 409050 08/02/2024 DIRECT DEPOSIT NOVAK, NATALIE 500.00 409991 08/02/2024 DIRECT DEPOSIT NOVAK, TRISTAN 1,109.13 409566 08/02/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 625.00 409566 08/02/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 400.00 409566 08/02/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 912.29 409752 08/02/2024 DIRECT DEPOSIT O'CONNELL, TIMOTHY 1,864.36 409992 08/02/2024 DIRECT DEPOSIT O'CONNOR, SHANNON 1,090.74 409086 08/02/2024 DIRECT DEPOSIT O'NEILL, BRANDON 685.09 409086 08/02/2024 DIRECT DEPOSIT O'NEILL, BRANDON 685.08 409567 08/02/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 200.00 409567 08/02/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 1,788.85 409423 08/02/2024 DIRECT DEPOSIT OCONNOR, JOHN 3,848.08 409965 08/02/2024 DIRECT DEPOSIT OGILVIE, JASON 2,485.64 409424 08/02/2024 DIRECT DEPOSIT OHLER, MARK 1,538.38 409425 08/02/2024 DIRECT DEPOSIT OLIVER, LUKE 2,395.48 409687 08/02/2024 DIRECT DEPOSIT OOLEY, DANNY 2,477.70 409822 08/02/2024 DIRECT DEPOSIT ORCEAN, KEYETTA 1,623.48 409426 08/02/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 1,133.33 409426 08/02/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 150.00 409427 08/02/2024 DIRECT DEPOSIT OSGOOD, DAVID 2,991.94 409428 08/02/2024 DIRECT DEPOSIT OSTERMAN, TYLER 1,547.86 409428 08/02/2024 DIRECT DEPOSIT OSTERMAN, TYLER 386.96 409110 08/02/2024 DIRECT DEPOSIT OTT, DAVID 500.48 409209 08/02/2024 DIRECT DEPOSIT OTTO, DANIEL 1,351.50 409580 08/02/2024 DIRECT DEPOSIT OTTOSON, CARRIE 1,150.70 409532 08/02/2024 DIRECT DEPOSIT PACHECO-HOEL, MARCELA 2,046.93 409153 08/02/2024 DIRECT DEPOSIT PAGANO, SADIE 495.19 409173 08/02/2024 DIRECT DEPOSIT PANKIEWICZ-FUCHS, PATRICIA 2,270.60 409736 08/02/2024 DIRECT DEPOSIT PARILLO, TRAVIS 1,667.97 409429 08/02/2024 DIRECT DEPOSIT PARKER, RYAN 3,261.95 409430 08/02/2024 DIRECT DEPOSIT PARKER, TYLER 2,768.65 409431 08/02/2024 DIRECT DEPOSIT PARKERSON, BRANDON 1,911.47 409432 08/02/2024 DIRECT DEPOSIT PARRIS, RYAN 1,918.64 409433 08/02/2024 DIRECT DEPOSIT PATTERSON, RYAN 1,993.08 409737 08/02/2024 DIRECT DEPOSIT PATTESON, SCOTT 615.50 409737 08/02/2024 DIRECT DEPOSIT PATTESON, SCOTT 750.00 409993 08/02/2024 DIRECT DEPOSIT PATTON, LISA 2,072.17 409154 08/02/2024 DIRECT DEPOSIT PAWLAK, FRANCES 1,118.59 409796 08/02/2024 DIRECT DEPOSIT PAVAN, EDGAR 448.35 409796 08/02/2024 DIRECT DEPOSIT PAVAN, EDGAR 700.00 409688 08/02/2024 DIRECT DEPOSIT PEABODY, BRENT 1,426.92 409183 08/02/2024 DIRECT DEPOSIT PEARSAUL, VICTORIA 719.77 410043 08/02/2024 DIRECT DEPOSIT PECHENIK, DEBRA 965.76 409434 08/02/2024 DIRECT DEPOSIT PEDONTI, ZACHARY 1,851.90 409435 08/02/2024 DIRECT DEPOSIT PENA, ADAN 1,952.77 409436 08/02/2024 DIRECT DEPOSIT PENA, JONATHAN 1,536.14 29 410053 08/02/2024 DIRECT DEPOSIT PERALTA, ALEXIS 1,978.71 409437 08/02/2024 DIRECT DEPOSIT PEREZ, ALEXANDER 1,750.68 409155 08/02/2024 DIRECT DEPOSIT PEREZ, JOSHUA 2,527.32 409823 08/02/2024 DIRECT DEPOSIT PEREZ, MARELYN 1,754.93 409994 08/02/2024 DIRECT DEPOSIT PERGOLA, ANITA 1,375.95 409438 08/02/2024 DIRECT DEPOSIT PERRY, SEAN 1,696.25 409722 08/02/2024 DIRECT DEPOSIT PERSON, ANTOWAIN 1,541.15 409439 08/02/2024 DIRECT DEPOSIT PHAN, BRANDON 1,842.04 409872 08/02/2024 DIRECT DEPOSIT PINE, MARK 744.83 409051 08/02/2024 DIRECT DEPOSIT PLESNARSKI, LISA 1,481.06 409782 08/02/2024 DIRECT DEPOSIT PLOURDE, GILTON 1,494.44 409440 08/02/2024 DIRECT DEPOSIT PLOURDE, HUNTER 2,385.01 409441 08/02/2024 DIRECT DEPOSIT POLLY, DONNIE 1,846.41 409442 08/02/2024 DIRECT DEPOSIT PORTER, TODD 810.78 409442 08/02/2024 DIRECT DEPOSIT PORTER, TODD 2,432.32 409891 08/02/2024 DIRECT DEPOSIT PORTWOOD, ZACHARY 2,816.07 409948 08/02/2024 DIRECT DEPOSIT POWELL, DENNIS 1,640.06 409630 08/02/2024 DIRECT DEPOSIT POWELL, ELIZABETH 50.00 409630 08/02/2024 DIRECT DEPOSIT POWELL, ELIZABETH 3,897.63 409443 08/02/2024 DIRECT DEPOSIT POWELL, STEVEN 2,793.49 409058 08/02/2024 DIRECT DEPOSIT PRADO, SUSAN 3,219.74 409058 08/02/2024 DIRECT DEPOSIT PRADO, SUSAN 250.00 409444 08/02/2024 DIRECT DEPOSIT PRESSLEY, JASON 2,335.93 409605 08/02/2024 DIRECT DEPOSIT PRIDGEON, JENNIFER 1,741.65 409210 08/02/2024 DIRECT DEPOSIT PURPURA, CHRISTOPHER 1,303.46 409445 08/02/2024 DIRECT DEPOSIT QUIGLEY, BRENNAN 2,445.74 409753 08/02/2024 DIRECT DEPOSIT QUINLIVAN, STEVEN 2,171.03 409995 08/02/2024 DIRECT DEPOSIT QUINTERO, IVELISSE 1,161.17 409534 08/02/2024 DIRECT DEPOSIT RACKARD, KAREN 2,151.87 409062 08/02/2024 DIRECT DEPOSIT RAMIREZ, REBECCA 1,470.11 409446 08/02/2024 DIRECT DEPOSIT RAMIREZ, SELENA 2,106.74 409546 08/02/2024 DIRECT DEPOSIT RAMMEL, LORELEI 732.49 409783 08/02/2024 DIRECT DEPOSIT RAMOS, ANNA 1,381.98 409824 08/02/2024 DIRECT DEPOSIT RAMOS, NICOLAS 2,559.72 409447 08/02/2024 DIRECT DEPOSIT RAMSEY, RYAN 1,343.81 409174 08/02/2024 DIRECT DEPOSIT RATHMAN, BETHANY 408.01 409949 08/02/2024 DIRECT DEPOSIT RATLIFF, JENNIFER 1,246.08 409448 08/02/2024 DIRECT DEPOSIT RATTRAY, APRIL 3,465.94 409449 08/02/2024 DIRECT DEPOSIT RATTRAY, DAVID 3,731.81 409450 08/02/2024 DIRECT DEPOSIT RAULERSON, JAMESON 2,774.23 409111 08/02/2024 DIRECT DEPOSIT RAULERSON, SPRING 245.09 409581 08/02/2024 DIRECT DEPOSIT RAYNOR, DALLAS 1,352.15 409451 08/02/2024 DIRECT DEPOSIT REARDON, JONATHAN 3,444.18 409689 08/02/2024 DIRECT DEPOSIT REDDIE, FITZROY 1,726.57 409129 08/02/2024 DIRECT DEPOSIT REDFERN, RICHARD 519.81 409129 08/02/2024 DIRECT DEPOSIT REDFERN, RICHARD 129.95 409900 08/02/2024 DIRECT DEPOSIT REDMOND, LAWRENCE 1,244.63 409631 08/02/2024 DIRECT DEPOSIT REED, JIMMY 1,214.32 409632 08/02/2024 DIRECT DEPOSIT REESE, PAUL 851.06 409825 08/02/2024 DIRECT DEPOSIT REEVES, CANDICE 1,906.74 409873 08/02/2024 DIRECT DEPOSIT REGAN, JAMES 452.35 409919 08/02/2024 DIRECT DEPOSIT REICHENBACH, RICHARD 2,651.95 30 409452 08/02/2024 DIRECT DEPOSIT REY, DANIEL 1,815.09 409606 08/02/2024 DIRECT DEPOSIT REYES, ALICIA 1,615.34 409607 08/02/2024 DIRECT DEPOSIT REYES, ERIN 1,729.41 409453 08/02/2024 DIRECT DEPOSIT REYES, LUIS 1,751.82 409454 08/02/2024 DIRECT DEPOSIT RICHARDS, BRADLEY 2,602.83 409608 08/02/2024 DIRECT DEPOSIT RICHARDS, DONNA 959.26 409843 08/02/2024 DIRECT DEPOSIT RICHARDS, HOWARD 4,106.39 409455 08/02/2024 DIRECT DEPOSIT RICHTER, JOSEPH 2,713.17 409920 08/02/2024 DIRECT DEPOSIT RILEY, MARK 1,367.44 409966 08/02/2024 DIRECT DEPOSIT RIMES, BRIAN 1,616.56 409211 08/02/2024 DIRECT DEPOSIT RING, ERIC 1,699.09 409456 08/02/2024 DIRECT DEPOSIT RIVAS, ROBERT 2,849.18 409112 08/02/2024 DIRECT DEPOSIT ROACHE, DEBRA 817.19 409996 08/02/2024 DIRECT DEPOSIT ROBERTS, BRADLEY 1,634.35 409457 08/02/2024 DIRECT DEPOSIT ROBERTS, BRYAN 3,283.52 409921 08/02/2024 DIRECT DEPOSIT ROBERTSON, CRAIG 1,034.67 409458 08/02/2024 DIRECT DEPOSIT ROBERTSON, ZACHARY 2,071.55 409459 08/02/2024 DIRECT DEPOSIT ROBINSON, JORDAN 2,238.94 409460 08/02/2024 DIRECT DEPOSIT ROBINSON, MARCUS 2,450.65 409708 08/02/2024 DIRECT DEPOSIT RODDENBERRY, OLIVIA 1,425.50 409461 08/02/2024 DIRECT DEPOSIT RODRIGUEZ, JATNIEL 1,756.19 409087 08/02/2024 DIRECT DEPOSIT ROHRER, MAREENA 222.94 409087 08/02/2024 DIRECT DEPOSIT ROHRER, MAREENA 668.80 409041 08/02/2024 DIRECT DEPOSIT ROHRER, RYLEE 1,012.96 409844 08/02/2024 DIRECT DEPOSIT ROLAND, JESSE 1,873.02 409690 08/02/2024 DIRECT DEPOSIT ROONEY, ROBERT 1,402.46 409175 08/02/2024 DIRECT DEPOSIT ROSADO-RODRIGUEZ, JEFFREY 1,069.68 409063 08/02/2024 DIRECT DEPOSIT ROSE, CARSON 1,600.39 409633 08/02/2024 DIRECT DEPOSIT ROSECRANTS, PHILLIP 1,003.73 409950 08/02/2024 DIRECT DEPOSIT RUBIERA, MARIO 1,348.20 409156 08/02/2024 DIRECT DEPOSIT RUFCA, GLENNA 673.99 409462 08/02/2024 DIRECT DEPOSIT RUFF, CODY 3,050.32 409463 08/02/2024 DIRECT DEPOSIT RULE, MICHAEL 2,931.49 409464 08/02/2024 DIRECT DEPOSIT RUSSELL, DEREK 1,559.17 409088 08/02/2024 DIRECT DEPOSIT RUVANE, TAYVIA 1,623.72 409922 08/02/2024 DIRECT DEPOSIT SABOT, DENISE 1,198.07 409465 08/02/2024 DIRECT DEPOSIT SALMON, JOHN 1,552.98 409466 08/02/2024 DIRECT DEPOSIT SANSONE, MICHAEL 3,040.55 410019 08/02/2024 DIRECT DEPOSIT SANTAMARIA, JEFFREY 1,560.48 409467 08/02/2024 DIRECT DEPOSIT SANTIAGO, JOSHUA 2,421.26 409997 08/02/2024 DIRECT DEPOSIT SANTISO, DANIEL 281.36 409997 08/02/2024 DIRECT DEPOSIT SANTISO, DANIEL 1,300.00 409157 08/02/2024 DIRECT DEPOSIT SANTOYO, ETHELYN 484.64 409468 08/02/2024 DIRECT DEPOSIT SAPP, JULIA 2,101.12 410020 08/02/2024 DIRECT DEPOSIT SAWYER, CRAIG 95.12 410020 08/02/2024 DIRECT DEPOSIT SAWYER, CRAIG 2,810.82 409469 08/02/2024 DIRECT DEPOSIT SCHAU MAN, ADAM 2,623.65 409998 08/02/2024 DIRECT DEPOSIT SCHERF, CHARLENE 1,422.10 409470 08/02/2024 DIRECT DEPOSIT SCHILLING, THOMAS 2,718.04 409130 08/02/2024 DIRECT DEPOSIT SCHLEICH, MARK 658.28 409471 08/02/2024 DIRECT DEPOSIT SCHLOESSER, STEVEN 1,739.08 409999 08/02/2024 DIRECT DEPOSIT SCHLUSBERG,JOSEPH 463.61 31 409158 08/02/2024 DIRECT DEPOSIT SCHOEN, ERIC 1,227.96 409754 08/02/2024 DIRECT DEPOSIT SCHOONMAKER, JOHN 1,673.36 409042 08/02/2024 DIRECT DEPOSIT SCHREIBER, KEVIN 1,089.99 410000 08/02/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 1,291.16 410000 08/02/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 80.00 409923 08/02/2024 DIRECT DEPOSIT SCHRYVER, DAVID 3,700.49 409892 08/02/2024 DIRECT DEPOSIT SCHULENBURG, KAI 1,268.56 409958 08/02/2024 DIRECT DEPOSIT SECHEN, ANDREW 1,590.43 409547 08/02/2024 DIRECT DEPOSIT SELDES, JERROLD 2,486.35 409472 08/02/2024 DIRECT DEPOSIT SELLERS, ANDREW 2,116.87 409113 08/02/2024 DIRECT DEPOSIT SERVAITES, GREGG 1,553.82 409089 08/02/2024 DIRECT DEPOSIT SERVAITES, THOMAS 757.89 409473 08/02/2024 DIRECT DEPOSIT SEVERING, CHRISTOPHER 1,628.36 409691 08/02/2024 DIRECT DEPOSIT SEYMOUR, SETH 1,096.53 409692 08/02/2024 DIRECT DEPOSIT SHAPIRO, ROBERT 1,364.34 409090 08/02/2024 DIRECT DEPOSIT SHARKEY, ROBERT 477.12 409845 08/02/2024 DIRECT DEPOSIT SHATARA, JIHAD 2,524.98 409826 08/02/2024 DIRECT DEPOSIT SHAW, EVA 1,227.84 409634 08/02/2024 DIRECT DEPOSIT SHEDAKER, MICHAEL 1,010.48 409091 08/02/2024 DIRECT DEPOSIT SHELDON, GAGE 666.41 409474 08/02/2024 DIRECT DEPOSIT SHIELDS, WILLIAM 2,906.43 409827 08/02/2024 DIRECT DEPOSIT SHOFF, TODD 2,375.33 409475 08/02/2024 DIRECT DEPOSIT SHULTS, DEREK 1,787.82 409924 08/02/2024 DIRECT DEPOSIT SILON, DAVID 3,189.82 409092 08/02/2024 DIRECT DEPOSIT SILVIO, SARAH 656.32 409773 08/02/2024 DIRECT DEPOSIT SIMCHICK, EDWARD 1,129.15 409476 08/02/2024 DIRECT DEPOSIT SIMONS, BRADLEY 150.00 409476 08/02/2024 DIRECT DEPOSIT SIMONS, BRADLEY 1,925.26 409093 08/02/2024 DIRECT DEPOSIT SIMPSON, ANDREW 935.19 409477 08/02/2024 DIRECT DEPOSIT SIMS, CHRISTINA 1,797.40 409478 08/02/2024 DIRECT DEPOSIT SINAGRA, MARC 2,674.74 409548 08/02/2024 DIRECT DEPOSIT SIRILLA, JOSEPH 714.09 409925 08/02/2024 DIRECT DEPOSIT SKOK, ROBERT 2,696.70 409479 08/02/2024 DIRECT DEPOSIT SKOK, ROBERT 2,062.94 409480 08/02/2024 DIRECT DEPOSIT SLACK, JOSEPH 1,904.90 409693 08/02/2024 DIRECT DEPOSIT SLEEMAN, DENISE 2,079.40 409609 08/02/2024 DIRECT DEPOSIT SMILOVICH, MICHAEL 2,212.92 409481 08/02/2024 DIRECT DEPOSIT SMITH, BRYANT 1,593.87 409131 08/02/2024 DIRECT DEPOSIT SMITH, DAVID 2,767.08 409131 08/02/2024 DIRECT DEPOSIT SMITH, DAVID 100.00 409774 08/02/2024 DIRECT DEPOSIT SMITH, DEWAYNE 1,350.43 409874 08/02/2024 DIRECT DEPOSIT SMITH, DONALD 259.90 409635 08/02/2024 DIRECT DEPOSIT SMITH, DOUGLAS 1,201.40 409951 08/02/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 50.00 409951 08/02/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 2,118.62 409482 08/02/2024 DIRECT DEPOSIT SMITH, JARED 2,076.27 409483 08/02/2024 DIRECT DEPOSIT SMITH, KAREN 1,999.05 409738 08/02/2024 DIRECT DEPOSIT SMITH, LEVI 1,401.77 409636 08/02/2024 DIRECT DEPOSIT SMITH, LORI 1,635.97 409694 08/02/2024 DIRECT DEPOSIT SMITH, MATTHEW 582.01 409549 08/02/2024 DIRECT DEPOSIT SMITH, MICHAEL 764.07 409846 08/02/2024 DIRECT DEPOSIT SMITH, MICHAEL 1,982.40 32 409484 08/02/2024 DIRECT DEPOSIT SMITH, MICHAEL 1,581.06 409828 08/02/2024 DIRECT DEPOSIT SMITH, ROBERT 2,531.26 410001 08/02/2024 DIRECT DEPOSIT SMITH, SHELLIE 650.00 410001 08/02/2024 DIRECT DEPOSIT SMITH, SHELLIE 1,056.32 409485 08/02/2024 DIRECT DEPOSIT SMITH, STEPHEN 2,196.43 409926 08/02/2024 DIRECT DEPOSIT SMITH, WENDY 2,596.43 409159 08/02/2024 DIRECT DEPOSIT SMITH NIKITIN, KRISTIE 1,585.85 409114 08/02/2024 DIRECT DEPOSIT SNEE, JACKSON 626.21 409927 08/02/2024 DIRECT DEPOSIT SNYDER, CHELSEA 1,623.07 409569 08/02/2024 DIRECT DEPOSIT SOBCZAK, ANDREW 3,839.23 409184 08/02/2024 DIRECT DEPOSIT SOBEL, KATHERINE 561.84 409191 08/02/2024 DIRECT DEPOSIT SORENSON, MICHELLE 1,048.58 409695 08/02/2024 DIRECT DEPOSIT SOTO, EMERSON 1,658.61 410002 08/02/2024 DIRECT DEPOSIT SOVINE, CARL 1,575.58 409928 08/02/2024 DIRECT DEPOSIT SOYKA, MATTHEW 3,113.99 409486 08/02/2024 DIRECT DEPOSIT SPARKMAN, CODY 2,669.54 409115 08/02/2024 DIRECT DEPOSIT SPARKS, KENDALL 560.92 409094 08/02/2024 DIRECT DEPOSIT SPARROW-VOORHEES, TABATHA 1,093.85 410003 08/02/2024 DIRECT DEPOSIT SPOFFORD, JANET 952.02 409487 08/02/2024 DIRECT DEPOSIT SPRENGER, CONSTANT 1,862.07 409488 08/02/2024 DIRECT DEPOSIT SPRINGER, MORRIS 2,211.39 409637 08/02/2024 DIRECT DEPOSIT STAAR, MICHAEL 1,469.18 410021 08/02/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 300.00 410021 08/02/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 1,488.00 409489 08/02/2024 DIRECT DEPOSIT STAMM, JESSICA 1,949.47 409490 08/02/2024 DIRECT DEPOSIT STANFORD, BRIAN 1,589.17 409957 08/02/2024 DIRECT DEPOSIT STANTON, CYNTHIA 3,052.91 409929 08/02/2024 DIRECT DEPOSIT STANTON, JOHN 1,604.90 410044 08/02/2024 DIRECT DEPOSIT STANTON, KASSI 1,125.62 409064 08/02/2024 DIRECT DEPOSIT STAUDT, MICHAEL 2,282.00 409491 08/02/2024 DIRECT DEPOSIT STEELE, JOSHUA 2,447.03 409739 08/02/2024 DIRECT DEPOSIT STEFFEN, KURT 255.00 409739 08/02/2024 DIRECT DEPOSIT STEFFEN, KURT 2,280.85 409492 08/02/2024 DIRECT DEPOSIT STENGER, ANDREW 3,566.84 409160 08/02/2024 DIRECT DEPOSIT STENGER, ELIZABETH 2,677.68 409697 08/02/2024 DIRECT DEPOSIT STEPHENS, LAYNE 2,172.13 409696 08/02/2024 DIRECT DEPOSIT STEPHENS, LAYNE 1,330.96 409493 08/02/2024 DIRECT DEPOSIT STEPHENS, TRAVIS 1,832.09 409494 08/02/2024 DIRECT DEPOSIT STEPHENS, ZACHARIA 2,552.93 409930 08/02/2024 DIRECT DEPOSIT STIFFEN, EDWARD 200.00 409930 08/02/2024 DIRECT DEPOSIT STIFFEN, EDWARD 50.00 409930 08/02/2024 DIRECT DEPOSIT STIFFEN, EDWARD 1,598.77 409901 08/02/2024 DIRECT DEPOSIT STILLWAGGON, ROBERT 1,273.18 409052 08/02/2024 DIRECT DEPOSIT STOKES, MAURA 1,644.60 409095 08/02/2024 DIRECT DEPOSIT STORTS, HOLDEN 595.42 409495 08/02/2024 DIRECT DEPOSIT STOTT, JESSICA 2,068.24 409723 08/02/2024 DIRECT DEPOSIT STREETER, VONNIE 1,714.99 409536 08/02/2024 DIRECT DEPOSIT STUCZYNSKI, JESSICA 1,811.14 409496 08/02/2024 DIRECT DEPOSIT STURTEVANT, MARC 2,216.64 409952 08/02/2024 DIRECT DEPOSIT SUGDEN, CHRIS 450.00 409952 08/02/2024 DIRECT DEPOSIT SUGDEN, CHRIS 924.01 409698 08/02/2024 DIRECT DEPOSIT SUMMERFIELD, GEORGE 1,457.01 33 409497 08/02/2024 DIRECT DEPOSIT SWEATT, CODY 1,542.08 409582 08/02/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 409582 08/02/2024 DIRECT DEPOSIT SWEENEY, RYAN 2,949.77 409582 08/02/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 409709 08/02/2024 DIRECT DEPOSIT SWINDELL, WENDY 2,213.29 409550 08/02/2024 DIRECT DEPOSIT TALARICO, FRANK 583.94 409755 08/02/2024 DIRECT DEPOSIT TAPPEN, AARON 1,781.94 409699 08/02/2024 DIRECT DEPOSIT TARANTINO, MARK 1,296.88 409699 08/02/2024 DIRECT DEPOSIT TARANTINO, MARK 200.00 410054 08/02/2024 DIRECT DEPOSIT TARDIF, TODD 2,080.16 410045 08/02/2024 DIRECT DEPOSIT TATUM, ROYCE 1,434.36 409710 08/02/2024 DIRECT DEPOSIT TAYLOR, JOSEPH 1,312.20 409596 08/02/2024 DIRECT DEPOSIT TAYLOR JOHNSON, TRICIA 1,104.03 409596 08/02/2024 DIRECT DEPOSIT TAYLOR JOHNSON, TRICIA 501.00 409756 08/02/2024 DIRECT DEPOSIT THIELE, MICHAEL 523.77 409756 08/02/2024 DIRECT DEPOSIT THIELE, MICHAEL 2,095.09 409498 08/02/2024 DIRECT DEPOSIT THOMPSON, CLINTON 1,922.46 409499 08/02/2024 DIRECT DEPOSIT THOMPSON, GRIFFIN 2,520.94 409500 08/02/2024 DIRECT DEPOSIT THOMPSON, ROBERT 1,587.54 409501 08/02/2024 DIRECT DEPOSIT THOMPSON, RUSSELL 2,720.01 409931 08/02/2024 DIRECT DEPOSIT THOMPSON, STEVEN 1,119.36 410055 08/02/2024 DIRECT DEPOSIT THORNE, MICHAEL 550.00 410055 08/02/2024 DIRECT DEPOSIT THORNE, MICHAEL 200.00 410055 08/02/2024 DIRECT DEPOSIT THORNE, MICHAEL 1,043.26 409583 08/02/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 324.92 409583 08/02/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 658.00 409583 08/02/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 1,500.00 409502 08/02/2024 DIRECT DEPOSIT TIERNEY, PATRICK 2,272.70 409132 08/02/2024 DIRECT DEPOSIT TILTON, JOSEPH 250.00 409132 08/02/2024 DIRECT DEPOSIT TILTON, JOSEPH 2,273.73 409556 08/02/2024 DIRECT DEPOSIT TITKANICH, JOHN 5,015.80 409556 08/02/2024 DIRECT DEPOSIT TITKANICH, JOHN 1,000.00 409847 08/02/2024 DIRECT DEPOSIT TOBAR, ROBERT 51.96 409847 08/02/2024 DIRECT DEPOSIT TOBAR, ROBERT 2,026.31 409503 08/02/2024 DIRECT DEPOSIT TOBIN, JUSTIN 2,411.03 409875 08/02/2024 DIRECT DEPOSIT TOOF, BRIAN 638.76 409584 08/02/2024 DIRECT DEPOSIT TOOF, NICOLE 1,109.56 409065 08/02/2024 DIRECT DEPOSIT TRAMEL, PATRICK 2,024.15 409116 08/02/2024 DIRECT DEPOSIT TRENT, CECIL 646.68 409504 08/02/2024 DIRECT DEPOSIT TRENT, CHRISTOPHER 2,960.95 409505 08/02/2024 DIRECT DEPOSIT TROSKA, HUNTER 2,590.67 409893 08/02/2024 DIRECT DEPOSIT TRUMBLE, JEREMY 1,620.36 409161 08/02/2024 DIRECT DEPOSIT TRUSS, LAWRENCE 576.13 409700 08/02/2024 DIRECT DEPOSIT TRUSTY, JAMAR 1,542.89 409701 08/02/2024 DIRECT DEPOSIT TUCKER, MATTHEW 1,186.38 409506 08/02/2024 DIRECT DEPOSIT TURPIN, JENA 1,893.38 409876 08/02/2024 DIRECT DEPOSIT TYNER, JAMES 510.73 409848 08/02/2024 DIRECT DEPOSIT TYRPAK, CHRISTINA 1,392.11 409507 08/02/2024 DIRECT DEPOSIT URSULEAN, FLORIN 2,705.59 409508 08/02/2024 DIRECT DEPOSIT URSULEAN, ZACHARY 1,577.88 409509 08/02/2024 DIRECT DEPOSIT USHER, ADAM 2,990.68 409551 08/02/2024 DIRECT DEPOSIT VACCARO, MICHAEL 700.41 34 409829 08/02/2024 DIRECT DEPOSIT VALENCIA, ALBA 2,752.95 409787 08/02/2024 DIRECT DEPOSIT VALENTIN, 1EYLAND 1,181.99 409537 08/02/2024 DIRECT DEPOSIT VANGEISON, DUSTIN 1,894.03 409894 08/02/2024 DIRECT DEPOSIT VARGAS, JONATHAN 2,322.82 409096 08/02/2024 DIRECT DEPOSIT VASQUEZ, ODDY 1,059.81 409597 08/02/2024 DIRECT DEPOSIT VAUGHT, DUSTIN 2,090.15 409849 08/02/2024 DIRECT DEPOSIT VEGA, JOSE 1,760.09 409510 08/02/2024 DIRECT DEPOSIT VELIE, ANTHONY 2,328.20 409638 08/02/2024 DIRECT DEPOSIT VENTO, JAMES 1,130.14 409192 08/02/2024 DIRECT DEPOSIT VERGARA, GUSTAVO 2,874.19 409757 08/02/2024 DIRECT DEPOSIT VERNON, MICHAEL 2,582.54 409066 08/02/2024 DIRECT DEPOSIT VIETZE, MARK 2,002.49 409702 08/02/2024 DIRECT DEPOSIT VOLGARINO, CARL 1,434.46 409557 08/02/2024 DIRECT DEPOSIT VOTZI, SHEILA 300.00 409557 08/02/2024 DIRECT DEPOSIT VOTZI, SHEILA 250.00 409557 08/02/2024 DIRECT DEPOSIT VOTZI, SHEILA 50.00 409557 08/02/2024 DIRECT DEPOSIT VOTZI, SHEILA 1,142.52 409212 08/02/2024 DIRECT DEPOSIT WADE, FARAI 101.02 409212 08/02/2024 DIRECT DEPOSIT WADE, FARAI 43.29 409511 08/02/2024 DIRECT DEPOSIT WAGNER, BRANDON 2,122.01 410022 08/02/2024 DIRECT DEPOSIT WAGNER, DANIEL 1,708.16 409097 08/02/2024 DIRECT DEPOSIT WAGNER, FREDERICK 804.30 409162 08/02/2024 DIRECT DEPOSIT WAGNER, MICHELLE 1,585.55 409512 08/02/2024 DIRECT DEPOSIT WALKER, RODERICK 1,429.46 409513 08/02/2024 DIRECT DEPOSIT WALKER, TYLER 1,863.23 409758 08/02/2024 DIRECT DEPOSIT WALLACE, ALEXANDER 1,619.96 409514 08/02/2024 DIRECT DEPOSIT WALLACE, JEREMY 2,063.37 409515 08/02/2024 DIRECT DEPOSIT WALLS, JOSEPH 2,331.58 410060 08/02/2024 DIRECT DEPOSIT WAPPES, SARA 1,664.63 409703 08/02/2024 DIRECT DEPOSIT WARD, HERSHEL 1,833.48 409775 08/02/2024 DIRECT DEPOSIT WASHBURN, DAVID 1,259.30 409516 08/02/2024 DIRECT DEPOSIT WATKINS, BENJAMIN 2,316.32 409213 08/02/2024 DIRECT DEPOSIT WATKINS, CHRISTOPHER 1,847.21 409517 08/02/2024 DIRECT DEPOSIT WATTS, MEAGAN 1,984.65 409518 08/02/2024 DIRECT DEPOSIT WEAVER, TYLER 1,990.84 410023 08/02/2024 DIRECT DEPOSIT WEBB, ROBERT 1,726.83 409519 08/02/2024 DIRECT DEPOSIT WELLS, MICHAEL 2,160.62 409520 08/02/2024 DIRECT DEPOSIT WELTER, JOSHUA 2,418.97 409521 08/02/2024 DIRECT DEPOSIT WENZEL, JACOB 1,763.59 409967 08/02/2024 DIRECT DEPOSIT WEST, JEFFREY 3,181.73 409522 08/02/2024 DIRECT DEPOSIT WEST, RILEY 1,114.03 409522 08/02/2024 DIRECT DEPOSIT WEST, RILEY 477.44 409523 08/02/2024 DIRECT DEPOSIT WEST, ROSE 986.92 409059 08/02/2024 DIRECT DEPOSIT WESTERIK, NADIA 1,852.01 409059 08/02/2024 DIRECT DEPOSIT WESTERIK, NADIA 500.00 409524 08/02/2024 DIRECT DEPOSIT WESTE RMAN, JAMES 2,143.22 409953 08/02/2024 DIRECT DEPOSIT WHEATLEY, DAVID 916.74 409953 08/02/2024 DIRECT DEPOSIT WHEATLEY, DAVID 916.74 409552 08/02/2024 DIRECT DEPOSIT WHITE, JOSEPH 1,683.83 409525 08/02/2024 DIRECT DEPOSIT WHITE, KEVIN 2,903.12 409639 08/02/2024 DIRECT DEPOSIT WHITE, RALPH 1,536.62 409759 08/02/2024 DIRECT DEPOSIT WHITEHEAD, ROBERT 1,692.48 35 409954 08/02/2024 DIRECT DEPOSIT WHITTINGTON, MICHAEL 2,023.23 409776 08/02/2024 DIRECT DEPOSIT WILES, GARY 50.00 409776 08/02/2024 DIRECT DEPOSIT WILES, GARY 1,471.29 409895 08/02/2024 DIRECT DEPOSIT WILLIAMS, ADAM 2,138.58 409704 08/02/2024 DIRECT DEPOSIT WILLIAMS, CHARLES 1,112.95 409932 08/02/2024 DIRECT DEPOSIT WILLIAMS, JILL 42.57 409932 08/02/2024 DIRECT DEPOSIT WILLIAMS, JILL 2,085.92 410046 08/02/2024 DIRECT DEPOSIT WILLIS, EDDRICK 2,404.85 409526 08/02/2024 DIRECT DEPOSIT WILLMOT, WILLIAM 3,873.70 409527 08/02/2024 DIRECT DEPOSIT WILSNACK, ALEXANDER 2,288.19 409528 08/02/2024 DIRECT DEPOSIT WILSON, NEIL 2,580.31 409705 08/02/2024 DIRECT DEPOSIT WILSON, WILLIAM 1,864.15 409877 08/02/2024 DIRECT DEPOSIT WINDLAN, MATTHEW 537.59 409933 08/02/2024 DIRECT DEPOSIT WINSLOW, MARK 3,074.80 409610 08/02/2024 DIRECT DEPOSIT WISHARD, SHARYNE 27.50 409610 08/02/2024 DIRECT DEPOSIT WISHARD, SHARYNE 20.00 409610 08/02/2024 DIRECT DEPOSIT WISHARD, SHARYNE 62.50 409610 08/02/2024 DIRECT DEPOSIT WISHARD, SHARYNE 1,263.75 409610 08/02/2024 DIRECT DEPOSIT WISHARD, SHARYNE 150.00 409640 08/02/2024 DIRECT DEPOSIT WOODS, DANIEL 1,363.76 409529 08/02/2024 DIRECT DEPOSIT WOODWARD, EDWARD 870.53 409585 08/02/2024 DIRECT DEPOSIT WOODY, LOGAN 1,135.06 409598 08/02/2024 DIRECT DEPOSIT WRZESINSKI, TIMOTHY 1,384.81 409797 08/02/2024 DIRECT DEPOSIT YANCHULA, KYLIE 3,681.61 409777 08/02/2024 DIRECT DEPOSIT YARUSINSKY, SEAN 1,591.02 409641 08/02/2024 DIRECT DEPOSIT YATES, WILLIAM 1,384.30 410056 08/02/2024 DIRECT DEPOSIT YONKERS, LAURA 3,158.01 410024 08/02/2024 DIRECT DEPOSIT YOUNG, GERALD 800.00 410024 08/02/2024 DIRECT DEPOSIT YOUNG, GERALD 1,035.01 409850 08/02/2024 DIRECT DEPOSIT YOUNGBLOOD, HARRISON 3,270.46 409778 08/02/2024 DIRECT DEPOSIT ZANCA, LEONARD 1,474.69 409530 08/02/2024 DIRECT DEPOSIT ZAVALA, ADRIAN 1,632.25 409955 08/02/2024 DIRECT DEPOSIT ZAYATZ, DAVID 1,294.70 409531 08/02/2024 DIRECT DEPOSIT ZEDEK, STACY 2,382.47 410047 08/02/2024 DIRECT DEPOSIT ZIMEI, BENJAMIN 2,623.29 409791 08/02/2024 DIRECT DEPOSIT ZIRKLE, RHONDA 1,361.35 409560 08/02/2024 DIRECT DEPOSIT ZITO, MICHAEL 4,662.58 768169 08/02/2024 PRINTED MATTHES, LAURA M. 2,621.43 768170 08/02/2024 PRINTED FLECK, KELANI E. 939.70 768171 08/02/2024 PRINTED STEWART, MARTHA C. 165.56 768172 08/02/2024 PRINTED WILLIAMS, SOPHIA E. 525.77 768173 08/02/2024 PRINTED BENITEZ, ANGEL G. 1,640.72 768174 08/02/2024 PRINTED MORSE, SHARON M. 2,390.49 768175 08/02/2024 PRINTED RIVIERE, AMBER D. 3,191.17 768176 08/02/2024 PRINTED DAMATO, BRUCE R. 544.33 768177 08/02/2024 PRINTED BELL, CRAIG L. 1,020.98 768178 08/02/2024 PRINTED YOUNG, PARKA. 1,044.26 768179 08/02/2024 PRINTED GIBSON, KEVIN S. 3,052.83 768180 08/02/2024 PRINTED HORNE, BRIAN K. 349.95 768181 08/02/2024 PRINTED MEDECKE, JULIE A. 1,104.30 768182 08/02/2024 PRINTED BOYETTE, JAMES E. 6,342.41 768183 08/02/2024 PRINTED PAYNE, GEORGE H. 2,191.12 W 768184 08/02/2024 PRINTED BACON, VAN E. 348.30 768185 08/02/2024 PRINTED BARKWELL, MICHAEL C. 2,129.52 768186 08/02/2024 PRINTED COOPER, LANDON M. 1,253.83 2288 08/07/2024 PRINTED GENEX HOLDINGS, INC 125.00 55478 08/02/2024 PRINTED HOWARD T. TEE MD 112.50 55479 08/02/2024 PRINTED SPNET 102.85 55480 08/02/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 72.47 55481 08/02/2024 PRINTED SPNET 101.15 55482 08/02/2024 PRINTED VERO ORTHOPAEDICS 11 PA 191.70 55483 08/05/2024 PRINTED MD NOW 146.16 55484 08/05/2024 PRINTED VERO ORTHOPAEDICS II PA 148.50 55485 08/05/2024 PRINTED VERO ORTHOPAEDICS II PA 112.50 55486 08/05/2024 PRINTED HEALTHESYSTEMS LLC 424.13 55486 08/05/2024 PRINTED HEALTHESYSTEMS LLC 576.64 55486 08/05/2024 PRINTED HEALTHESYSTEMS LLC 119.64 55486 08/05/2024 PRINTED HEALTHESYSTEMS LLC 46.49 55486 08/05/2024 PRINTED HEALTHESYSTEMS LLC 104.47 55487 08/05/2024 PRINTED JASON POLLACEK 843.68 55488 08/06/2024 PRINTED VERO ORTHOPAEDICS II PA 137.70 55489 08/06/2024 PRINTED SPNET 144.50 55490 08/06/2024 PRINTED SPNET 68.00 55491 08/06/2024 PRINTED SPNET 140.25 55492 08/07/2024 PRINTED SPNET 48.60 55493 08/07/2024 PRINTED VERO ORTHOPAEDICS II PA 128.70 55494 08/07/2024 PRINTED CLAIM PAY INC 231.28 55495 08/07/2024 PRINTED GILFORD SOUND EMERG PHYS, LLC 73.15 55496 08/07/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 72.47 55497 08/07/2024 PRINTED VERO ORTHOPAEDICS II PA 137.70 55498 08/07/2024 PRINTED VERO ORTHOPAEDICS II PA 148.50 55499 08/07/2024 PRINTED VERO ORTHOPAEDICS II PA 142.20 55500 08/08/2024 PRINTED CARDIOVASCULAR MEDICINE ASSOCIATES PA 87.00 55501 08/08/2024 PRINTED SPNET 102.85 55502 08/08/2024 PRINTED SPNET 102.85 55503 08/08/2024 PRINTED VERO ORTHOPAEDICS II PA 112.50 55504 08/08/2024 PRINTED SPNET 101.15 55505 08/08/2024 PRINTED VERO ORTHOPAEDICS II PA 94.50 55506 08/08/2024 PRINTED VERO ORTHOPAEDICS II PA 127.00 55507 08/08/2024 PRINTED VERO ORTHOPAEDICS II PA 78.30 7,750,138.80 37 Ryan L. Butler Clerk of Circuit Court & Comptroller 1801 27th Street Vero Beach, FL 32960 Telephone: (772) 226-3100 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, CHIEF DEPUTY COMPTROLLER THRU: RYAN L. BUTLER, COMPTROLLER DATE: August 15, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS August 9, 2024 to August 15, 2024 In compliance with Chapter 136.06, Florida Statutes, all money drawn from depositories used by the Board of County Commissioners shall be recorded in the minutes. Approval is requested for the attached list of checks and electronic payments for the time period of August 9, 2024 to August 15, 2024. 38 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12044 08/09/2024 WIRE VEROTOWN LLC 5,000.00 12045 08/09/2024 WIRE AMERITAS 21,431.19 12046 08/09/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 386.31 12047 08/09/2024 WIRE BENEFLEX INC 875.00 12048 08/12/2024 WIRE EDH HOLDINGS LLC 1,237.99 12049 08/12/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 551.34 12050 08/12/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,706.03 12051 08/12/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 386.07 12052 08/13/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 94.79 12053 08/14/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,101.10 12054 08/14/2024 WIRE PUBLIC DEFENDER 4,029.57 12055 08/14/2024 WIRE INDIAN RIVER COUNTY 37,396.94 12056 08/15/2024 WIRE KIMLEY HORN & ASSOC INC 225,133.00 12057 08/15/2024 WIRE INDIAN RIVER COUNTY SHERIFF 9,499.81 12058 08/15/2024 WIRE BLUE CROSS & BLUE SHIELD 226,550.01 12059 08/15/2024 WIRE HALLEY ENGINEERING CONTRACTORS INC 425,219.60 12060 08/15/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 500.00 12061 08/15/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 622.51 12062 08/15/2024 WIRE BLUECROSS AND BLUESHIELD OF SOUTH CAROLINA 80,439.54 453111 08/15/2024 PRINTED REPUBLIC SERVICES INC 594,565.99 453112 08/15/2024 PRINTED EDLUND DRITENBAS BINKLEY ARCHITECTS 1,175.00 453113 08/15/2024 PRINTED CARTER ASSOCIATES INC 29,314.30 453114 08/15/2024 PRINTED GEOSYNTEC CONSULTANTS INC 144,688.67 453115 08/15/2024 PRINTED WASTE MANAGEMENT 235,113.16 453116 08/15/2024 PRINTED MASTELLER & MOLER INC 6,998.50 453117 08/15/2024 PRINTED COMANCO ENVIRONMENTAL CORPORATION 1,600,217.37 453118 08/15/2024 PRINTED SOUTHERN MANAGEMENT LLC 8,323.75 453119 08/15/2024 PRINTED ANFIELD CONSULTING GROUP 10,000.00 453120 08/15/2024 PRINTED ANDERSEN ANDRE CONSULTING ENGINEERS INC 3,713.50 453121 08/15/2024 PRINTED SOUTHEAST SERVICES OF THE 27,997.83 453122 08/15/2024 PRINTED PROCTOR CONSTRUCTION COMPANY LLC 179,556.98 453123 08/15/2024 PRINTED BOWMAN CONSULTING GROUP LTD 12,599.51 453124 08/15/2024 PRINTED INDIAN RIVER SUSTAINABILITY CENTER LLC 113,964.16 453125 08/15/2024 PRINTED STEEPSTEELLLC 1,237.50 453126 08/15/2024 PRINTED KATE PRIEST LCSW LLC 5,000.00 453127 08/15/2024 PRINTED BULK EXPRESS TRANSPORT INC 1,568.66 453128 08/15/2024 PRINTED WATER AND AIR RESEARCH INC 14,391.04 453129 08/15/2024 PRINTED CLOSE CONSTRUCTION SERVICES LLC 305,976.40 453130 08/15/2024 PRINTED AMERICAN FACILITY SERVICES INC 31,778.84 453131 08/15/2024 PRINTED EXP U.S. SERVICES INC 2,319.57 453132 08/15/2024 PRINTED OF LEADERSHIP & EDUCATION FOUNDATION INC 700.00 453133 08/15/2024 PRINTED ROBERT TOBAR 57.32 453134 08/15/2024 PRINTED MASON KOZAC 136.00 453135 08/15/2024 PRINTED TREASURE COAST HUMAN RESOURCE ASSOCIATION INC 70.00 453136 08/15/2024 PRINTED MICHAEL SMILOVICH 277.20 453137 08/15/2024 PRINTED AMANDA LONNAY 44.86 453138 08/15/2024 PRINTED ASPHALT PAVING SYSTEMS INC 330.89 453139 08/15/2024 PRINTED BILLIE SINGLETON 34.19 453140 08/15/2024 PRINTED BURGESS CHAPMAN 46.55 453141 08/15/2024 PRINTED CAMERON CORPORATION 42.71 453142 08/15/2024 PRINTED CBL ENT LLC 264.41 453143 08/15/2024 PRINTED CHERYL VOSHALL 46.04 453144 08/15/2024 PRINTED CHESTER M BLAIRJR 19.66 39 453145 08/15/2024 PRINTED CHRISTOPHER FESTA 31.19 453146 08/15/2024 PRINTED CHRISTY BOWLES 48.47 453147 08/15/2024 PRINTED D R HORTON INC 87.05 453148 08/15/2024 PRINTED DALLAS EVERETT 50.00 453149 08/15/2024 PRINTED DAVID CLARK 36.57 453150 08/15/2024 PRINTED DAVID JOKINES 62.89 453151 08/15/2024 PRINTED DEREK LEWIS 2.58 453152 08/15/2024 PRINTED DONALD H DUFFY JR 87.05 453153 08/15/2024 PRINTED DOROTHY J MARTINO 87.29 453154 08/15/2024 PRINTED EDWARD BASTION 61.30 453155 08/15/2024 PRINTED ELIAS NYSTROM 28.29 453156 08/15/2024 PRINTED GRBK GHO HIGH POINTE LLC 242.33 453157 08/15/2024 PRINTED GRBK GHO LUCAYA POINTE LLC 188.89 453158 08/15/2024 PRINTED HOLIDAY BUILDERS 41.34 453159 08/15/2024 PRINTED HOWARD BERKOWITZ 86.08 453160 08/15/2024 PRINTED JEREMIAH BALLENGER 33.88 453161 08/15/2024 PRINTED JOEY BAKER 50.00 453162 08/15/2024 PRINTED LAURIE ANDERSON 65.16 453163 08/15/2024 PRINTED LLOYD SMITH 14.80 453164 08/15/2024 PRINTED MARONDA HOMES 74.10 453165 08/15/2024 PRINTED MICHAEL FERRIS 82.83 453166 08/15/2024 PRINTED MICHAEL MCDONALD 86.68 453167 08/15/2024 PRINTED NOREEN GALLAGHER 66.05 453168 08/15/2024 PRINTED RANDEE KAYE BURRIS 48.96 453169 08/15/2024 PRINTED ROBERT STEINKRAUS 20.55 453170 08/15/2024 PRINTED ROGAR MANAGEMENT & CONSULTING OF FL LLC 342.19 453171 08/15/2024 PRINTED ROY DAVID MC KENZIE III 1.47 453172 08/15/2024 PRINTED SANDRA LLONCH-COSTIN 38.34 453173 08/15/2024 PRINTED SCOT WILKE 43.49 453174 08/15/2024 PRINTED SHEILA HILL 64.48 453175 08/15/2024 PRINTED TAYLOR A DE LANEY 81.79 453176 08/15/2024 PRINTED TIMOTHY A PRICE 22.44 453177 08/15/2024 PRINTED TRANSFORM SR LLC 2,361.68 453178 08/15/2024 PRINTED TREASURE COAST PREMIER PROPERTIES, LLC 40.07 453179 08/15/2024 PRINTED W J MAURER 10.24 453180 08/15/2024 PRINTED WENDY BEETLE 328.70 453181 08/15/2024 PRINTED WILLIAM ALLEN BROOKS 27.73 453182 08/15/2024 PRINTED YU AN LEE 82.91 453183 08/15/2024 PRINTED AT&T MOBILITY 217.37 453184 08/15/2024 PRINTED AT&T MOBILITY 872.08 453185 08/15/2024 PRINTED AT&T MOBILITY 157.40 453186 08/15/2024 PRINTED AT&T MOBILITY 527.82 453187 08/15/2024 PRINTED CLERK OF CIRCUIT COURT 62.50 453188 08/15/2024 PRINTED CLERK OF CIRCUIT COURT 74.47 453189 08/15/2024 PRINTED INDIAN RIVER COUNTY UTILITY SERVICE 300.00 453190 08/15/2024 PRINTED FLORIDA POWER AND LIGHT ASSIST 5,368.11 453191 08/15/2024 PRINTED GROZA BUILDERS INC 807.00 453192 08/15/2024 PRINTED DAVID & DEBORAH K WHITEHOUSE 500.00 453193 08/15/2024 PRINTED CELICO PARTNERSHIP 1,266.97 453194 08/15/2024 PRINTED NICHOLAS CASALINA 193.68 453195 08/15/2024 PRINTED NAPIER & ROLLIN PLLC 1,222.50 453196 08/15/2024 PRINTED LOWES COMPANIES INC 99.69 453197 08/15/2024 PRINTED ALEXANDRA NICHOLAS 306.21 453198 08/15/2024 PRINTED STRATEGIC GOVERNMENT RESOURCES INC 7,395.00 40 453199 08/15/2024 PRINTED JEHU AUGUSTE 50.00 453200 08/15/2024 PRINTED WINSUPPLY COMMERCIAL CHARGE 146.01 453201 08/15/2024 PRINTED REBECA GUERRA 30.00 453202 08/15/2024 PRINTED TREASURE COAST HUMAN RESOURCE ASSOCIATION INC 60.00 453203 08/15/2024 PRINTED CASA AMIGO MEXICAN KITCHEN LLC 200.00 453204 08/15/2024 PRINTED TIMOTHY ADRIANCE 50.00 453205 08/15/2024 PRINTED DOWN TO EARTH FLOWER FARMS LLC 500.00 453206 08/15/2024 PRINTED SERIOUS LOCK 299.05 453207 08/15/2024 PRINTED STEVE ESSIG 99.00 453208 08/15/2024 PRINTED ANDREW & NANCY INGLE 500.00 453209 08/15/2024 PRINTED HANLEX VERO HIGHLAND LLC 212.00 453210 08/15/2024 PRINTED RYAN SHARLAND 500.00 453211 08/15/2024 PRINTED ARETHA PEARCE 257.53 453212 08/15/2024 PRINTED CITY OF VERO BEACH RECREATION 500.02 453213 08/15/2024 PRINTED ECONOMIC OPPORTUNITIES COUNCIL OF IRC 45.80 453214 08/15/2024 PRINTED FREDJOSEPH 500.00 453215 08/15/2024 PRINTED INDIAN RIVER COUNTY CHAMBER OF COMMERCE 751.52 453216 08/15/2024 PRINTED SABBY HIGHTOWER 503.31 453217 08/15/2024 PRINTED DONALD FANNING 2.22 453218 08/15/2024 PRINTED ECONOMIC OPPORTUNITIES COUNCIL OF IRC 4,425.39 453219 08/15/2024 PRINTED GARY BUCK 50.00 453220 08/15/2024 PRINTED LINDSEY DAVIS 100.00 453221 08/15/2024 PRINTED ROBERT BURKS 25.37 453222 08/15/2024 PRINTED STARBOARD GROUP OF SPACE COAST LLC 185.73 453223 08/15/2024 PRINTED PORT CONSOLIDATED 3,608.79 453224 08/15/2024 PRINTED SUNCOAST WELDING SUPPLIES INC 52.99 453225 08/15/2024 PRINTED COMMUNICATIONS INTERNATIONAL INC 1,271.86 453226 08/15/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 1,029.10 453227 08/15/2024 PRINTED DATA FLOW SYSTEMS INC 877.00 453228 08/15/2024 PRINTED BREATHING AIR SYSTEM 2,143.06 453229 08/15/2024 PRINTED INDIAN RIVER BATTERY 2,063.40 453230 08/15/2024 PRINTED GRAINGER INC 1,762.47 453231 08/15/2024 PRINTED KELLY TRACTOR CO 5,408.79 453232 08/15/2024 PRINTED GRAYBAR ELECTRIC 743.49 453233 08/15/2024 PRINTED APPLE INDUSTRIAL SUPPLY CO 1,709.69 453234 08/15/2024 PRINTED HACH CO 2,988.92 453235 08/15/2024 PRINTED NATIONAL FIRE PROTECTION ASSOC 225.00 453236 08/15/2024 PRINTED KSM ENGINEERING & TESTING INC 276.00 453237 08/15/2024 PRINTED BOUND TREE MEDICAL LLC 12,872.67 453238 08/15/2024 PRINTED DIVE RESCUE INTERNATIONAL INC 2,512.38 453239 08/15/2024 PRINTED ELPEX 15,255.68 453240 08/15/2024 PRINTED DELL MARKETING LP 3,149.98 453241 08/15/2024 PRINTED MIDWEST TAPE LLC 9,735.10 453242 08/15/2024 PRINTED ODYSSEY MANUFACTURING CO 15,876.65 453243 08/15/2024 PRINTED GALE/CENGAGE LEARNING 1,231.98 453244 08/15/2024 PRINTED SHI INTERNATIONAL CORP 8,264.00 453245 08/15/2024 PRINTED PRESERVE AT OSLO 497.00 453246 08/15/2024 PRINTED INDIAN RIVER COUNTY 124.20 453247 08/15/2024 PRINTED CITY OF VERO BEACH 2,988.29 453248 08/15/2024 PRINTED HOME DEPOT CREDIT SERVICES 613.62 453249 08/15/2024 PRINTED FLORIDA DEPT OF TRANSPORTATION 17.24 453250 08/15/2024 PRINTED LIVINGSTON PAGE 525.00 453251 08/15/2024 PRINTED JANITORIAL DEPOT OF AMERICA INC 703.66 453252 08/15/2024 PRINTED TREASURE COAST HOMELESS SERVICES COUNCIL 57,010.90 41 453253 08/15/2024 PRINTED PUBLIX PHARMACY #1150 97.38 453254 08/15/2024 PRINTED WAL MART PHARMACY 157.89 453255 08/15/2024 PRINTED FLORIDA FIRE MARSHALS & INSPECTORS ASSOCIATION 570.00 453256 08/15/2024 PRINTED FLORIDA DEPT OF AGRICULTURE AND 300.00 453257 08/15/2024 PRINTED ACUSHNET COMPANY 3,808.09 453258 08/15/2024 PRINTED THOMSON REUTERS - WEST 332.96 453259 08/15/2024 PRINTED FEDERAL EXPRESS 56.86 453260 08/15/2024 PRINTED TYLER TECHNOLOGIES INC 678.15 453261 08/15/2024 PRINTED VERO HERITAGE INC 50.00 453262 08/15/2024 PRINTED FLORIDA POWER AND LIGHT 32,959.19 453263 08/15/2024 PRINTED FLORIDA POWER AND LIGHT 6,713.02 453264 08/15/2024 PRINTED PEACE RIVER ELECTRIC COOPERATIVE INC 209.87 453265 08/15/2024 PRINTED US KIDS GOLF LLC 797.01 453266 08/15/2024 PRINTED LANGUAGE LINE SOLUTIONS 279.OS 453267 08/15/2024 PRINTED L WALTON ELECTRIC INC 4,108.00 453268 08/15/2024 PRINTED HENRY SMITH 200.00 453269 08/15/2024 PRINTED JOHN BROWN & SONS INC 6,000.00 453270 08/15/2024 PRINTED FIRESTONE COMPLETE AUTO CARE 3,591.89 453271 08/15/2024 PRINTED KIMBALL MIDWEST 262.29 453272 08/15/2024 PRINTED RECHTIEN INTERNATIONAL TRUCKS 414.79 453273 08/15/2024 PRINTED PELICAN ISLAND AUDUBON SOCIETY INC 558.90 453274 08/15/2024 PRINTED MICHAEL J.QUIGLEY 180.00 453275 08/15/2024 PRINTED TRANE U S INC 45.44 453276 08/15/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 137.50 453277 08/15/2024 PRINTED CELICO PARTNERSHIP 2,444.78 453278 08/15/2024 PRINTED SOUTHERN LOCK AND SUPPLY 448.91 453279 08/15/2024 PRINTED LARRYSTEPHENS 75.00 453280 08/15/2024 PRINTED GERELCOM INC 5,760.00 453281 08/15/2024 PRINTED SHOEBOX STORIES 1,875.00 453282 08/15/2024 PRINTED ORCHID ISLAND PROPERTY MGMT II INC 689.46 453283 08/15/2024 PRINTED CONSOLIDATED ELECTRIAL DIST INC 228.98 453284 08/15/2024 PRINTED JOHNNY B SMITH 605.00 453285 08/15/2024 PRINTED DANE MACDONALD 150.00 453286 08/15/2024 PRINTED CEMEX 672.00 453287 08/15/2024 PRINTED VATLAND HONDA 253.50 453288 08/15/2024 PRINTED NICOLACE MARKETING INC 7,102.80 453289 08/15/2024 PRINTED STAT MEDICAL DISPOSAL INC 135.00 453290 08/15/2024 PRINTED GUETTLER BROTHERS CONSTRUCTION LLC 8,693.70 453291 08/15/2024 PRINTED OVERDRIVE INC 4,230.20 453292 08/15/2024 PRINTED ALAN JAY CHEV BUICK GMC CADILLAC 49,817.00 453293 08/15/2024 PRINTED MUNICIPAL EMERGENCY SERVICES INC 1,758.05 453294 08/15/2024 PRINTED ANDERSON'S STUMP GRINDING 3,050.00 453295 08/15/2024 PRINTED BURNETT LIME CO INC 4,398.50 453296 08/15/2024 PRINTED TRINOVA INC 679.20 453297 08/15/2024 PRINTED STS MAINTAIN SERVICES INC 17,976.60 453298 08/15/2024 PRINTED MICHAEL EDWARD HAMILTON 345.49 453299 08/15/2024 PRINTED SYLVIA MILLER 1,626.00 453300 08/15/2024 PRINTED CATHEDRAL CORPORATION 4,228.34 453301 08/15/2024 PRINTED SITEONE LANDSCAPE SUPPLY LLC 369.28 453302 08/15/2024 PRINTED EASTERN PIPELINE CONSTRUCTION INC 5,325.00 453303 08/15/2024 PRINTED DEBBIE CARSON 75.00 453304 08/15/2024 PRINTED COLE AUTO SUPPLY INC 1,891.88 453305 08/15/2024 PRINTED KONICA MINOLTA BUSINESS SOLUTIONS 720.49 453306 08/15/2024 PRINTED BETH NOLAN 186.00 42 453307 08/15/2024 PRINTED DAVE FORD PAINTING INC 1,350.00 453308 08/15/2024 PRINTED RELX INC 443.46 453309 08/15/2024 PRINTED CORE & MAIN LP 11,606.20 453310 08/15/2024 PRINTED GROUP ONE SAFETY & SECURITY 185.00 453311 08/15/2024 PRINTED TAYLOR ANNE HATTON 520.00 453312 08/15/2024 PRINTED DECKS & DOCKS LUMBER COMPANY INC 440.76 453313 08/15/2024 PRINTED AMAZON CAPITAL SERVICES INC 8,529.78 453314 08/15/2024 PRINTED TREASURE COAST PLUMBING LLC 95.00 453315 08/15/2024 PRINTED PACE ANYALYTICAL LLC 453.60 453316 08/15/2024 PRINTED AMERIGAS PROPANE LP 197.25 453317 08/15/2024 PRINTED JORDAN MOWERS 548.45 453318 08/15/2024 PRINTED CK CONTRACTORS & DEVELOPMENT LLC 221,391.67 453319 08/15/2024 PRINTED PC SOLUTIONS & INTEGRATION INC 5,454.60 453320 08/15/2024 PRINTED MULLINAX FORD OF VERO BEACH 12,143.10 453321 08/15/2024 PRINTED JUDITH A BURLEY 532.00 453322 08/15/2024 PRINTED OLD DIXIE PAINT & BODY LLC 1,101.89 453323 08/15/2024 PRINTED KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 1,209.94 453324 08/15/2024 PRINTED MILTON MAYBERRY ENTERPRISES INC 3,300.00 453325 08/15/2024 PRINTED EFLASH NEWSLETTERS LLC 154.50 453326 08/15/2024 PRINTED SUNBELT HYDRAULIC & EQUIPMENT INC 2,241.23 453327 08/15/2024 PRINTED LOBBYTOOLS INC 4,700.00 453328 08/15/2024 PRINTED BLUE GOOSE CONSTRUCTION LLC 3,737.03 453329 08/15/2024 PRINTED STAPLES INC 844.32 453330 08/15/2024 PRINTED LOWES COMPANIES INC 2,741.77 453331 08/15/2024 PRINTED SMI TRADING LLC 98.83 453332 08/15/2024 PRINTED TOSHIBA AMERICA BUISNESS SOLUTIONS INC 1,502.00 453333 08/15/2024 PRINTED SPORTS ENGINE INC 166.50 453334 08/15/2024 PRINTED ROBERT A HUDSON 665.00 453335 08/15/2024 PRINTED THEODORE SEMI 75.00 453336 08/15/2024 PRINTED VERO BEACH LEASED HOUSING ASSOC III LLLP 613.00 453337 08/15/2024 PRINTED SOUTH FLORIDA EMERGENCY VEHICLES LLC 733.47 453338 08/15/2024 PRINTED J -MAC CLEANING SERVICES INC 433.33 453339 08/15/2024 PRINTED WIPEOUT SERVICES LLC 350.00 453340 08/15/2024 PRINTED GEO-COMM INC 50,154.36 453341 08/15/2024 PRINTED LAWRENCE F WALLIN 180.00 453342 08/15/2024 PRINTED HIREQUEST LLC 2,974.40 453343 08/15/2024 PRINTED PETERBILT STORE SOUTH FLORIDA LLC 2,566.83 453344 08/15/2024 PRINTED TAKING GROUND LAWN & LANDSCAPE INC 4,575.00 453345 08/15/2024 PRINTED CER SIGNATURE CLEANING LLC 2,150.00 453346 08/15/2024 PRINTED CLEAN SPACE INC 607.00 453347 08/15/2024 PRINTED MARUBENI AMERICA CORPORATION 1,708.00 453348 08/15/2024 PRINTED DOBBS EQUIPMENT LLC 212.74 453349 08/15/2024 PRINTED GRACIE LTHORNTON 370.00 453350 08/15/2024 PRINTED SHRIEVE CHEMICAL CO LLC 8,135.68 453351 08/15/2024 PRINTED BAKER & TAYLOR 8,438.19 453352 08/15/2024 PRINTED CONSOLIDATED WATER GROUP LLC 169.80 453353 08/15/2024 PRINTED SREIT PEMBERLY PALMS LLC 563.00 453354 08/15/2024 PRINTED SEVEN ISLES CAPITAL 300.00 453355 08/15/2024 PRINTED SCOTT SEELEY 425.00 453356 08/15/2024 PRINTED RONALD MARASCO SR 450.00 453357 08/15/2024 PRINTED BRIGHTVIEW LANDSCAPE SERVICES INC 4,786.75 453358 08/15/2024 PRINTED TAYLOR NELSON AUXIER 25.00 453359 08/15/2024 PRINTED RUBEN ZAMARRIPA 560.00 453360 08/15/2024 PRINTED SYDNEY RIGAUD 440.00 43 453361 08/15/2024 PRINTED WINSUPPLY COMMERCIAL CHARGE 281.54 453362 08/15/2024 PRINTED FLEETPRIDE INC 2,175.51 453363 08/15/2024 PRINTED JORDAN PARKER 545.00 453364 08/15/2024 PRINTED TRANSMASTERS 987.00 453365 08/15/2024 PRINTED VETERINARY MEDICAL CENTER OF IRC INC 1,593.54 453366 08/15/2024 PRINTED MIKELKINNEY RUYLE 210.00 453367 08/15/2024 PRINTED JOHN DIGIACOMO 395.00 453368 08/15/2024 PRINTED LF STAFFING SERVICES INC 68.97 453369 08/15/2024 PRINTED DELANEY ADKINS 160.00 453370 08/15/2024 PRINTED MARK HAYNES 160.00 453371 08/15/2024 PRINTED SAMARA WOOLEY 360.00 453372 08/15/2024 PRINTED CENTRAL FLORIDA EXPRESSWAY AUTHORITY 6.00 453373 08/15/2024 PRINTED KATHERINE L NALL 160.50 453374 08/15/2024 PRINTED SMART SOURCE LLC 3,640.00 453375 08/15/2024 PRINTED KEIYON MILLS 200.00 453376 08/15/2024 PRINTED MARY L TOMARO 150.00 453377 08/15/2024 PRINTED VECELLIO GROUP INC 539.10 453378 08/15/2024 PRINTED PALMDALE INTERMEDIATE LLC 338.70 453379 08/15/2024 PRINTED GANNETT MEDIA CORP 1,289.69 453380 08/15/2024 PRINTED HYLAND SOFTWARE INC 299.11 453381 08/15/2024 PRINTED PLAYAWAY PRODUCTS LLC 2,949.43 453382 08/15/2024 PRINTED FLORIDA ULS OPERATING LLC 7,903.00 453383 08/15/2024 PRINTED GAVIN RYAN MUSSO 225.00 453384 08/15/2024 PRINTED NONPROFIT HOUSING PRESERVATION LLC 574.00 453385 08/15/2024 PRINTED TEN -8 FIRE & SAFETY LLC 620.71 453386 08/15/2024 PRINTED LYNCH FUEL COMPANY LLC 139,321.23 453387 08/15/2024 PRINTED TAFFORD LYLES 625.00 453388 08/15/2024 PRINTED ANCHORAGE YACHT BASIN INC 49,963.00 453389 08/15/2024 PRINTED CAMRON DAVIS 400.00 453390 08/15/2024 PRINTED EXPONENT HOLDINGS LLC 19,911.95 453391 08/15/2024 PRINTED CHRISTOPHER DAVID BRENNER 120.00 453392 08/15/2024 PRINTED NATURES KEEPER INC 5,151.50 453393 08/15/2024 PRINTED JEANETTE GALLAGHER 84.00 453394 08/15/2024 PRINTED CYNTHIA WOLD 375.00 903579 08/15/2024 PRINTED CELICO PARTNERSHIP 40.40 1021843 08/09/2024 ACI AT&T 759.44 1021844 08/09/2024 ACI AT&T 7.01 1021845 08/09/2024 ACI OFFICE DEPOT 1,041.69 1021846 08/09/2024 ACI COMCAST 99.95 1021847 08/09/2024 ACI WASTE MANAGEMENT INC OF FLORIDA 4,769.33 1021848 08/15/2024 ACI ADRON FENCE COMPANY INC 3,497.00 1021849 08/15/2024 ACI INDIAN RIVER OXYGEN INC 5,696.00 1021850 08/15/2024 ACI RING POWER CORPORATION 24,220.88 1021851 08/15/2024 ACI DEMCO INC 109.82 1021852 08/15/2024 ACI MIKES GARAGE & WRECKER SERVICE INC 100.00 1021853 08/15/2024 ACI GALLS LLC 366.98 1021854 08/15/2024 ACI IRRIGATION CONSULTANTS UNLIMITED INC 46.89 1021855 08/15/2024 ACI GROVE WELDERS INC 1,984.69 1021856 08/15/2024 ACI COMPLETE RESTAURANT EQUIPMENT LLC 2,191.93 1021857 08/15/2024 ACI COMMERCIAL ENERGY SPECIALISTS 160.80 1021858 08/15/2024 ACI DYER CHEVROLET 23,599.06 1021859 08/15/2024 ACI UNIFIRST CORPORATION 1,953.43 1021860 08/15/2024 ACI RELIABLE SEPTIC & SERVICES 100.00 1021861 08/15/2024 ACI EVERGLADES EQUIPMENT GROUP 6,153.99 44 1021862 08/15/2024 ACI CARLON INC 2,193.00 55508 08/09/2024 PRINTED SPNET 102.85 55509 08/09/2024 PRINTED VERO ORTHOPAEDICS II PA 137.70 55510 08/09/2024 PRINTED HMA-SOLANTIC JOINT VENTURE LLC 72.47 55511 08/09/2024 PRINTED SPNET 144.50 55512 08/09/2024 PRINTED MARK BIRTEL 676.24 55513 08/12/2024 PRINTED EZ HEALTH CARE 1,950.06 55514 08/12/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 322.18 55515 08/12/2024 PRINTED SPNET 140.25 55516 08/12/2024 PRINTED HEALTHESYSTEMS LLC 25.26 55516 08/12/2024 PRINTED HEALTHESYSTEMS LLC 89.71 55516 08/12/2024 PRINTED HEALTHESYSTEMS LLC 964.19 55516 08/12/2024 PRINTED HEALTHESYSTEMS LLC 6,534.58 55516 08/12/2024 PRINTED HEALTHESYSTEMS LLC 105.56 55516 08/12/2024 PRINTED HEALTHESYSTEMS LLC 40.53 55517 08/12/2024 PRINTED SETH SEYMOUR 488.43 55518 08/12/2024 PRINTED COMMAND INVESTIGATIONS LLC 1,770.00 55519 08/12/2024 PRINTED PIRAMIDSS COURT REPORTING 145.00 410061 08/15/2024 DIRECT DEPOSIT DEBRAAL, WILLIAM K 6,495.00 410062 08/15/2024 DIRECT DEPOSIT PEREZ, JOSHUA 747.86 410063 08/15/2024 DIRECT DEPOSIT GABBARD, KYLE H 2,764.13 410064 08/15/2024 DIRECT DEPOSIT STAAR, MICHAEL D 366.66 410065 08/15/2024 DIRECT DEPOSIT D'ANGELO, COLLEEN L 319.13 410066 08/15/2024 DIRECT DEPOSIT SIMCHICK, EDWARD M 1,759.52 410067 08/15/2024 DIRECT DEPOSIT MOSSMAN, RAYMOND 1 1,214.92 410068 08/15/2024 DIRECT DEPOSIT MILLER, ROBERT LEO 2,372.55 5,482,058.80 45 Ryan L. Butler Clerk of Circuit Court & Comptroller 1801 27th Street Vero Beach, FL 32960 Telephone: (772) 226-3100 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, CHIEF DEPUTY COMPTROLLER THRU: RYAN L. BUTLER, COMPTROLLER DATE: August 22, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS August 16, 2024 to August 22, 2024 In compliance with Chapter 136.06, Florida Statutes, all money drawn from depositories used by the Board of County Commissioners shall be recorded in the minutes. Approval is requested for the attached list of checks and electronic payments for the time period of August 16, 2024 to August 22, 2024. 46 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12063 08/16/2024 WIRE IRC FIRE FIGHTERS ASSOC 12,044.10 12064 08/16/2024 WIRE FL SDU 2,738.61 12065 08/16/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 1,761.72 12066 08/16/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 17,003.72 12067 08/16/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 957.97 12068 08/16/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 4,078.84 12069 08/16/2024 WIRE IRS -PAYROLL TAXES 8,504.30 12070 08/16/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 537.34 12071 08/16/2024 WIRE LINCOLN RETIREMENT 126,482.40 12072 08/16/2024 WIRE EVERSIDE HEALTH LLC 4,886.90 12073 08/16/2024 WIRE EDH HOLDINGS LLC 1,539.67 12074 08/19/2024 WIRE ATLAS ORGANICS INDIAN RIVER LLC 288,385.87 12075 08/19/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 763.89 12076 08/19/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 194.27 12077 08/19/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 208.19 12078 08/19/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 437.73 12079 08/19/2024 WIRE DICKERSON INFRASTRUCTURE INC 142,713.74 12080 08/19/2024 WIRE INDIAN RIVER SHORES POLICE DEPT 7,616.54 12081 08/19/2024 WIRE SAVE ON SP LLC 13,452.90 12082 08/19/2024 WIRE SCHOOL DISTRICT OF INDIAN RIVER COUNTY 88,302.00 12083 08/19/2024 WIRE CITY OF SEBASTIAN 34,674.43 12084 08/19/2024 WIRE IRS -PAYROLL TAXES 626,682.91 12085 08/20/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 87.98 12086 08/20/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 141.35 12087 08/20/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 445.00 12088 08/21/2024 WIRE HUMANE SOCIETY OF VERO BEACH & IRC 93,740.00 12089 08/21/2024 WIRE INDIAN RIVER COUNTY TAX COLLECTOR 36,708.63 12090 08/21/2024 WIRE SAVE ON SP LLC 39,006.18 12091 08/21/2024 WIRE HEALTH ADVOCATE SOLUTIONS INC 3,877.04 12092 08/21/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,024.84 12093 08/21/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 671.90 12094 08/22/2024 WIRE BLUE CROSS & BLUE SHIELD 556,822.29 12095 08/22/2024 WIRE WRIGHT EXPRESS FSC 35,094.28 12096 08/22/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 2,661.05 453395 08/16/2024 PRINTED CALIFORNIA STATE DISBURSEMENT UNIT 305.19 453396 08/16/2024 PRINTED COMMONWEALTH OF MASSACHUSETTS 562.00 453397 08/22/2024 PRINTED INTERNATIONAL GOLF MAINTENANCE INC 900.00 453398 08/22/2024 PRINTED WASTE MANAGEMENT 234,901.48 453399 08/22/2024 PRINTED ARCADIS U S INC 737.50 453400 08/22/2024 PRINTED COASTAL TECHNOLOGY CORPORATION 14,895.00 453401 08/22/2024 PRINTED MASTELLER & MOLER INC 7,095.00 453402 08/22/2024 PRINTED SOUTHERN MANAGEMENT LLC 32,800.00 453403 08/22/2024 PRINTED FLORIDA DESIGN DRILLING CORP 283,415.88 453404 08/22/2024 PRINTED ECOLOGICAL ASSOCIATES INC 20,794.28 453405 08/22/2024 PRINTED CATHEDRAL CORPORATION 19,250.00 453406 08/22/2024 PRINTED CENTERLINE UTILITIES INC 23,021.83 453407 08/22/2024 PRINTED PRP CONSTRUCTION GROUP LLC 17,341.63 453408 08/22/2024 PRINTED BOWMAN CONSULTING GROUP LTD 2,756.46 453409 08/22/2024 PRINTED STANTEC CONSULTING SERVICES INC 31,385.00 453410 08/22/2024 PRINTED J -MAC CLEANING SERVICES INC 5,591.66 453411 08/22/2024 PRINTED LAWRENCE LEE CONSTRUCTION SERVICES INC 448,875.00 453412 08/22/2024 PRINTED ALLEN CONCRETE & MASONRY INC 585.12 453413 08/22/2024 PRINTED SANDHILL ENVIRONMENTAL SERVICES LLC 47,421.25 47 453414 08/22/2024 PRINTED SPIEZLE ARCHITECTURAL GROUP INC 1,041.25 453415 08/22/2024 PRINTED BULK EXPRESS TRANSPORT INC 28,132.55 453416 08/22/2024 PRINTED ATKINS NORTH AMERICA INC 44,016.57 453417 08/22/2024 PRINTED QCR HOLDINGS INC & SUBSIDIARIES 3,009.16 453418 08/22/2024 PRINTED EXP U.S. SERVICES INC 11,085.17 453419 08/22/2024 PRINTED ADAMS HOMES OF NORTHWEST FLA 2.65 453420 08/22/2024 PRINTED AMBER KENNON 79.98 453421 08/22/2024 PRINTED ANDREW RUSHFORD 89.60 453422 08/22/2024 PRINTED ASHLEY HURLEY 66.30 453423 08/22/2024 PRINTED BARBARA MOORE 38.67 453424 08/22/2024 PRINTED BENJAMIN TWIGG 69.69 453425 08/22/2024 PRINTED CHRISTOPHER DEABREU 43.85 453426 08/22/2024 PRINTED D R HORTON INC 164.01 453427 08/22/2024 PRINTED DEBRA M THOMAS 20.34 453428 08/22/2024 PRINTED DONAHUE AITCHESON 42.21 453429 08/22/2024 PRINTED ELIZABETH TURNER 43.85 453430 08/22/2024 PRINTED GABRIEL DUARTE 37.96 453431 08/22/2024 PRINTED GRBK GHO BENT PINE LLC 81.18 453432 08/22/2024 PRINTED GRBK GHO CENTRAL VERO LLC 79.22 453433 08/22/2024 PRINTED GRBK GHO HIGH POINTE LLC 130.50 453434 08/22/2024 PRINTED HAILEY PITTMAN 67.86 453435 08/22/2024 PRINTED HDZ HOMES LLC 30.97 453436 08/22/2024 PRINTED HOLIDAY BUILDERS 91.75 453437 08/22/2024 PRINTED JAMES BARKWELL 66.97 453438 08/22/2024 PRINTED JASON DEAN EMERSON 40.23 453439 08/22/2024 PRINTED JOSEPH & JOAN CATAPANO 25.55 453440 08/22/2024 PRINTED KENNETH MACWHINNEY 24.02 453441 08/22/2024 PRINTED LAURA E FLANDERS 69.69 453442 08/22/2024 PRINTED LUCYJONES 83.14 453443 08/22/2024 PRINTED LUIS GARCIA 91.15 453444 08/22/2024 PRINTED MANUEL V CAMACHO-VERGEL 70.69 453445 08/22/2024 PRINTED NVR INC D/B/A RYAN HOMES 144.71 453446 08/22/2024 PRINTED ONE SEVEN PROPERTIES LLC 34.40 453447 08/22/2024 PRINTED PALLADIO DEVELOPMENT LLC 46.84 453448 08/22/2024 PRINTED PAUL WILLIAMS 38.92 453449 08/22/2024 PRINTED PFVERO,LLC 341.34 453450 08/22/2024 PRINTED RHETT RICKS 65.67 453451 08/22/2024 PRINTED ROSEMARIE DE SOUSA 16.32 453452 08/22/2024 PRINTED SAMUEL KELLER 30.00 453453 08/22/2024 PRINTED SARA ERICKSON 55.27 453454 08/22/2024 PRINTED SKYLAR A WOOD 35.06 453455 08/22/2024 PRINTED SUNSET ISLAND LLC 68.23 453456 08/22/2024 PRINTED VANESSA CRUZ GODWIN 9.66 453457 08/22/2024 PRINTED WELKENY RIVERO 126.48 453458 08/22/2024 PRINTED WILLIAM CONTI 29.29 453459 08/22/2024 PRINTED WILLIAM KELLY 95.09 453460 08/22/2024 PRINTED SOUTHEAST DESALTING ASSOCIATION 450.00 453461 08/22/2024 PRINTED FSBPA 450.00 453462 08/22/2024 PRINTED JEHU AUGUSTE 75.00 453463 08/22/2024 PRINTED MASON KOZAC 428.00 453464 08/22/2024 PRINTED TIMOTHY ADRIANCE 75.00 453465 08/22/2024 PRINTED AT&T MOBILITY 147.92 453466 08/22/2024 PRINTED AT&T MOBILITY 915.32 453467 08/22/2024 PRINTED AT&T MOBILITY 138.64 48 453468 08/22/2024 PRINTED AT&T MOBILITY 299.75 453469 08/22/2024 PRINTED AT&T MOBILITY 220.11 453470 08/22/2024 PRINTED FLORIDA BLUE 7,681.50 453471 08/22/2024 PRINTED CANARX GROUP INC 3,016.90 453472 08/22/2024 PRINTED DMS DIVISION OF TELECOMMUNICATIONS 127,387.44 453473 08/22/2024 PRINTED LOWES COMPANIES INC 121.58 453474 08/22/2024 PRINTED P&A ADMINISTRATIVE SERVICES INC 576.00 453475 08/22/2024 PRINTED INTERACTION INSIGHT CORPORATION 2,070.00 453476 08/22/2024 PRINTED ADAPTIVE HR SOLUTIONS LLC 13,000.00 453477 08/22/2024 PRINTED ADAMS HOMES OF NORTHWEST FLA 30.93 453478 08/22/2024 PRINTED ALISHA RENFREW 216.38 453479 08/22/2024 PRINTED ALLISON BEAM 132.60 453480 08/22/2024 PRINTED AMIT MARCOVICH 86.81 453481 08/22/2024 PRINTED ANNE B DEVORE 15.12 453482 08/22/2024 PRINTED APRIL WIDMAYER 27.79 453483 08/22/2024 PRINTED BRIAN TURNQUIST 48.31 453484 08/22/2024 PRINTED D R HORTON INC 76.41 453485 08/22/2024 PRINTED DEAN A CHESNUT 15.20 453486 08/22/2024 PRINTED DI VOSTA HOMES L P 341.06 453487 08/22/2024 PRINTED DONALD C GRASSMAN 33.52 453488 08/22/2024 PRINTED EDGAR R SULLIVAN 12.43 453489 08/22/2024 PRINTED EMPOWER AGENCY GROUP LLC 45.88 453490 08/22/2024 PRINTED EUGENE WOLACK 54.74 453491 08/22/2024 PRINTED EUGENO ROSARRIO DE SICO 81.71 453492 08/22/2024 PRINTED GARETTSCHIEFER 48.56 453493 08/22/2024 PRINTED GLENFORD HAUGHTON 39.10 453494 08/22/2024 PRINTED GOMISNEBTEX, LLC 79.48 453495 08/22/2024 PRINTED GRBK GHO HIGH POINTE LLC 79.10 453496 08/22/2024 PRINTED GRBK GHO LUCAYA POINTE LLC 70.07 453497 08/22/2024 PRINTED GRBK GHO PROPERTIES LLC 91.56 453498 08/22/2024 PRINTED GREGORY MCCANN 15.70 453499 08/22/2024 PRINTED JAN VERLE 46.02 453500 08/22/2024 PRINTED JEANKEL G EDMOND 41.52 453501 08/22/2024 PRINTED JOAN F FRAZIER 66.05 453502 08/22/2024 PRINTED JOANNA SAHM 35.48 453503 08/22/2024 PRINTED JOHN B HONSBERGER 111.50 453504 08/22/2024 PRINTED KATHLEEN SCHUTT 44.82 453505 08/22/2024 PRINTED LARRY ROSE 27.46 453506 08/22/2024 PRINTED LEWIN & JEANNE COCKS 62.31 453507 08/22/2024 PRINTED MARONDA HOMES 10.12 453508 08/22/2024 PRINTED MONATAJEAN NEIL 79.00 453509 08/22/2024 PRINTED NATASHA LOPES 26.87 453510 08/22/2024 PRINTED PAUL LOMONACO 44.64 453511 08/22/2024 PRINTED PROFRAME PLUS, INC 37.51 453512 08/22/2024 PRINTED RANAE MARIE CARTER 78.40 453513 08/22/2024 PRINTED RICHFRAN, INC 180.09 453514 08/22/2024 PRINTED ROBERT G WILLIAMS 8.80 453515 08/22/2024 PRINTED ROBERT GLIDER 25.29 453516 08/22/2024 PRINTED SHARON MINTHORN 89.63 453517 08/22/2024 PRINTED SUZANNE HUMMEL 67.37 453518 08/22/2024 PRINTED VERNALEE WINDSOR 62.94 453519 08/22/2024 PRINTED VICTORIA GREGORY 117.89 453520 08/22/2024 PRINTED W H BASS INC 328.19 453521 08/22/2024 PRINTED WALTER S.JARDINE 69.83 49 453522 08/22/2024 PRINTED PORT CONSOLIDATED 1,075.20 453523 08/22/2024 PRINTED STURGIS LUMBER & PYLWOOD CO 6.98 453524 08/22/2024 PRINTED COMMUNICATIONS INTERNATIONAL INC 610.50 453525 08/22/2024 PRINTED SOUTHERN SEWER EQUIPMENT SALES 968.61 453526 08/22/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 141.50 453527 08/22/2024 PRINTED RICOH USA INC 108.64 453528 08/22/2024 PRINTED SAFETY PRODUCTS INC 4,155.35 453529 08/22/2024 PRINTED E -Z BREW COFFEE & BOTTLE WATER SVC 34.00 453530 08/22/2024 PRINTED INDIAN RIVER BATTERY 817.45 453531 08/22/2024 PRINTED GRAINGER INC 408.03 453532 08/22/2024 PRINTED KELLY TRACTOR CO 229.82 453533 08/22/2024 PRINTED GRAYBAR ELECTRIC 22.73 453534 08/22/2024 PRINTED MCMASTER CARR SUPPLY CO 302.17 453535 08/22/2024 PRINTED APPLE INDUSTRIAL SUPPLY CO 803.68 453536 08/22/2024 PRINTED BENSONS LOCK SERVICE INC 45.10 453537 08/22/2024 PRINTED CLIFF BERRY INC 617.55 453538 08/22/2024 PRINTED MEEKS PLUMBING INC 20,182.00 453539 08/22/2024 PRINTED ELPEX 1,821.55 453540 08/22/2024 PRINTED ABCO GARAGE DOOR CO 757.50 453541 08/22/2024 PRINTED STAMM MANUFACTURING 5,355.00 453542 08/22/2024 PRINTED MIDWEST TAPE LLC 887.96 453543 08/22/2024 PRINTED FATHER & SON CARPET LLC 1,991.00 453544 08/22/2024 PRINTED ODYSSEY MANUFACTURING CO 22,862.50 453545 08/22/2024 PRINTED BAKER DISTRIBUTING CO 29.33 453546 08/22/2024 PRINTED PING INC 512.05 453547 08/22/2024 PRINTED INDIAN RIVER COUNTY HEALTH DEPT 469.33 453548 08/22/2024 PRINTED CITY OF VERO BEACH 5,679.48 453549 08/22/2024 PRINTED INDIAN RIVER ALL FAB INC 5,725.77 453550 08/22/2024 PRINTED HOME DEPOT CREDIT SERVICES 117.15 453551 08/22/2024 PRINTED UNITED STATES POSTAL SERVICE 4,800.00 453552 08/22/2024 PRINTED TREASURE COAST HOMELESS SERVICES COUNCIL 20,526.61 453553 08/22/2024 PRINTED PUBLIX PHARMACY #0240 30.95 453554 08/22/2024 PRINTED WAL MART PHARMACY 94.04 453555 08/22/2024 PRINTED CLEVELAND GOLF/SRIXON 225.20 453556 08/22/2024 PRINTED FEDERAL EXPRESS 799.69 453557 08/22/2024 PRINTED CENTRAL AIR CONDITIONING & REFRIGERATION SUPPLY 41.37 453558 08/22/2024 PRINTED TIMOTHY ROSE CONTRACTING INC 17,790.00 453559 08/22/2024 PRINTED FLORIDA POWER AND LIGHT 51,967.66 453560 08/22/2024 PRINTED CITY OF FELLSMERE 275.00 453561 08/22/2024 PRINTED NEW HORIZONS 29,379.50 453562 08/22/2024 PRINTED COMPLETE ELECTRIC INC 510.00 453563 08/22/2024 PRINTED IRC HEALTHY START COALITION INC 50,604.18 453564 08/22/2024 PRINTED UNIVERSITY OF FLORIDA 2,200.00 453565 08/22/2024 PRINTED JOHN BROWN & SONS INC 8,250.00 453566 08/22/2024 PRINTED SCHOOL DISTRICT OF I R COUNTY 2,112.50 453567 08/22/2024 PRINTED RECHTIEN INTERNATIONAL TRUCKS 8,981.33 453568 08/22/2024 PRINTED PELICAN ISLAND AUDUBON SOCIETY INC 5,720.71 453569 08/22/2024 PRINTED ST LUCIE COUNTY BOCC 3,096.30 453570 08/22/2024 PRINTED TRANE U S INC 1,962.09 453571 08/22/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 610.50 453572 08/22/2024 PRINTED CELICO PARTNERSHIP 1,337.80 453573 08/22/2024 PRINTED SYNAGRO TECHNOLOGIES INC 75,852.58 453574 08/22/2024 PRINTED SHERWIN WILLIAMS CO 157.75 453575 08/22/2024 PRINTED LARRYSTEPHENS 200.00 50 453576 08/22/2024 PRINTED ORCHID ISLAND PROPERTY MGMT II INC 3,460.00 453577 08/22/2024 PRINTED CONSOLIDATED ELECTRIAL DIST INC 388.06 453578 08/22/2024 PRINTED SIMS CRANE & EQUIPMENT CO 663.00 453579 08/22/2024 PRINTED PETER J CASSARA 1,150.00 453580 08/22/2024 PRINTED STAT MEDICAL DISPOSAL INC 100.00 453581 08/22/2024 PRINTED CREATIVE POWER SOLUTIONS INC 55,443.25 453582 08/22/2024 PRINTED TORRES ELECTRICAL SUPPLY COMPANY INC 16,060.00 453583 08/22/2024 PRINTED FLORIDA COAST EQUIPMENT INC 344.26 453584 08/22/2024 PRINTED OVERDRIVE INC 2,015.64 453585 08/22/2024 PRINTED JSR ENTERPRISES LLC 1,379.63 453586 08/22/2024 PRINTED WILD TURKEY ESTATES OF VERO LLC 379.44 453587 08/22/2024 PRINTED MUNICIPAL EMERGENCY SERVICES INC 6,194.98 453588 08/22/2024 PRINTED ANDERSON'S STUMP GRINDING 1,000.00 453589 08/22/2024 PRINTED SOUTHERN MANAGEMENT LLC 5,990.00 453590 08/22/2024 PRINTED BSN SPORTS INC 184.08 453591 08/22/2024 PRINTED STS MAINTAIN SERVICES INC 17,743.77 453592 08/22/2024 PRINTED SITEONE LANDSCAPE SUPPLY LLC 93.87 453593 08/22/2024 PRINTED ADVANCE AUTO PARTS 18.28 453594 08/22/2024 PRINTED THE GIFFORD FLORIDA YOUTH ORCHESTRA 11,263.50 453595 08/22/2024 PRINTED AC VETERINARY SPECIALTY SERVICES 62.50 453596 08/22/2024 PRINTED MATHESON TRI-GAS INC 9,835.50 453597 08/22/2024 PRINTED UNITED AGAINST POVERTY INC 344.98 453598 08/22/2024 PRINTED COLE AUTO SUPPLY INC 2,619.91 453599 08/22/2024 PRINTED KONICA MINOLTA BUSINESS SOLUTIONS 640.04 453600 08/22/2024 PRINTED DAY DREAMS UNIFORMS INC 400.00 453601 08/22/2024 PRINTED RECYCLING ROCKS LLC 880.00 453602 08/22/2024 PRINTED CORE & MAIN LP 9,051.20 453603 08/22/2024 PRINTED SOLE SISTERS SHOES LLC 1,599.90 453604 08/22/2024 PRINTED BROWNELLS INC 448.57 453605 08/22/2024 PRINTED WOERNER AGRIBUSINESS LLC 140.00 453606 08/22/2024 PRINTED BOTTOMS UP BEVERAGE OF FLORIDA LLC 6,812.00 453607 08/22/2024 PRINTED DIRECTV GROUP INC 102.72 453608 08/22/2024 PRINTED BURRIS COMPUTER FORMS 157.63 453609 08/22/2024 PRINTED AMAZON CAPITAL SERVICES INC 4,595.36 453610 08/22/2024 PRINTED TREASURE COAST PLUMBING LLC 334.64 453611 08/22/2024 PRINTED PACE ANYALYTICAL LLC 34.65 453612 08/22/2024 PRINTED AMERIGAS PROPANE LP 6,131.20 453613 08/22/2024 PRINTED THE HOPE FOR FAMILIES CENTER INC 4,038.46 453614 08/22/2024 PRINTED JORDAN MOWERS 882.00 453615 08/22/2024 PRINTED CK CONTRACTORS & DEVELOPMENT LLC 61,909.19 453616 08/22/2024 PRINTED LIBERTY TIRE RECYCLING LLC 6,339.80 453617 08/22/2024 PRINTED PC SOLUTIONS & INTEGRATION INC 31,392.50 453618 08/22/2024 PRINTED MULLINAX FORD OF VERO BEACH 5,736.63 453619 08/22/2024 PRINTED OLD DIXIE PAINT & BODY LLC 542.40 453620 08/22/2024 PRINTED KRONOS SAASHR INC 458.64 453621 08/22/2024 PRINTED KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 84.63 453622 08/22/2024 PRINTED JENNIFER D JAMES 75.00 453623 08/22/2024 PRINTED FERGUSON US HOLDINGS INC 1,950.00 453624 08/22/2024 PRINTED BLUE GOOSE CONSTRUCTION LLC 3,588.56 453625 08/22/2024 PRINTED LOWES COMPANIES INC 1,383.46 453626 08/22/2024 PRINTED SMI TRADING LLC 263.43 453627 08/22/2024 PRINTED CONTROL TECHNOLOGIES INC 26,230.35 453628 08/22/2024 PRINTED SOUTH FLORIDA EMERGENCY VEHICLES LLC 387.67 453629 08/22/2024 PRINTED 1LA GEOSCIENCES INC 16,156.00 51 453630 08/22/2024 PRINTED TRAILHEAD LABS INC 1,250.00 453631 08/22/2024 PRINTED FERREIRA CONSTRUCTION COMPANY INC 3,498.65 453632 08/22/2024 PRINTED SAMBERG CONSTRUCTION & DEVELOPMENT LLC 4,582.00 453633 08/22/2024 PRINTED HIREQUEST LLC 3,177.20 453634 08/22/2024 PRINTED SAFE FAMILIES FOR CHILDREN 7,489.44 453635 08/22/2024 PRINTED BAKER & TAYLOR 3,705.62 453636 08/22/2024 PRINTED TK ELEVATOR CORPORATION 562.00 453637 08/22/2024 PRINTED TPH HOLDINGS LLC 412.59 453638 08/22/2024 PRINTED TARKETT USA INC 2,514.24 453639 08/22/2024 PRINTED JEFFERY HOGUES 3,000.00 453640 08/22/2024 PRINTED FIRE EQUIPMENT SYSTEMS OF FLORIDA INC 125.00 453641 08/22/2024 PRINTED PREMIER NURSERIES LLC 3,655.00 453642 08/22/2024 PRINTED XEROX CORPORATION 70.53 453643 08/22/2024 PRINTED B&H PAINTING CO LLC 2,550.00 453644 08/22/2024 PRINTED BATES AIR & HEAT LLC 613.05 453645 08/22/2024 PRINTED LF STAFFING SERVICES INC 155.19 453646 08/22/2024 PRINTED SUMMIT FIRE & SECURITY LLC 1,949.75 453647 08/22/2024 PRINTED CENTRAL FLORIDA EXPRESSWAY AUTHORITY 6.50 453648 08/22/2024 PRINTED ROUTE 1 MOTORSPORTS UNLIMITED INC 875.85 453649 08/22/2024 PRINTED NOREGON SYSTEMS LLC 2,199.00 453650 08/22/2024 PRINTED WRIGHT NATIONAL FLOOD INSURANCE COMPANY 20,974.00 453651 08/22/2024 PRINTED VECELLIO GROUP INC 286.20 453652 08/22/2024 PRINTED WATERBLASTING LLC 32,080.80 453653 08/22/2024 PRINTED PALMDALE INTERMEDIATE LLC 95.68 453654 08/22/2024 PRINTED PALMDALE INTERMEDIATE LLC 451.73 453655 08/22/2024 PRINTED CENTURION SECURITY GROUP LLC 5,451.86 453656 08/22/2024 PRINTED BRADY COMPANIES LLC 2,659.93 453657 08/22/2024 PRINTED GRAPHICS AND TEES LLC 1,188.00 453658 08/22/2024 PRINTED STAVOLA AGGREGATE SUPPLY LLC 1,110.02 453659 08/22/2024 PRINTED TEN -8 FIRE & SAFETY LLC 49,226.48 453660 08/22/2024 PRINTED LYNCH FUEL COMPANY LLC 23,511.35 453661 08/22/2024 PRINTED ARAMSCO INC 3,876.00 453662 08/22/2024 PRINTED BRIDGE BROTHERS INC 84,526.05 903580 08/16/2024 VOID CALIFORNIA STATE DISBURSEMENT UNIT 0.00 903581 08/16/2024 VOID COMMONWEALTH OF MASSACHUSETTS 0.00 1021863 08/16/2024 ACI AT&T 1,641.99 1021864 08/16/2024 ACI OFFICE DEPOT 2,000.09 1021865 08/16/2024 ACI COMCAST 672.55 1021866 08/16/2024 ACI WASTE MANAGEMENT INC OF FLORIDA 10,061.47 1021867 08/22/2024 ACI MIKES GARAGE & WRECKER SERVICE INC 345.00 1021868 08/22/2024 ACI GALLS LLC 85.79 1021869 08/22/2024 ACI IRRIGATION CONSULTANTS UNLIMITED INC 186.72 1021870 08/22/2024 ACI GROVE WELDERS INC 3,183.73 1021871 08/22/2024 ACI WIGINTON FIRE SYSTEMS 703.00 1021872 08/22/2024 ACI COMPLETE RESTAURANT EQUIPMENT LLC 925.00 1021873 08/22/2024 ACI MINUTEMAN PRESS 4,732.73 1021874 08/22/2024 ACI DYER CHEVROLET 9,499.39 1021875 08/22/2024 ACI HYDRA SERVICE (S) INC 5,932.38 1021876 08/22/2024 ACI UNIFIRST CORPORATION 1,541.58 1021877 08/22/2024 ACI GUARDIAN HAWK SECURITY 85.00 1021878 08/22/2024 ACI NEXAIR LLC 177.66 1021879 08/22/2024 ACI EVERGLADES EQUIPMENT GROUP 2,823.46 1021880 08/22/2024 ACI CARLON INC 1,581.00 1021881 08/22/2024 ACI STERLING INFOSYSTEMS INC 105.00 52 410069 08/16/2024 DIRECT DEPOSIT DANIELS, DOUGLAS 1,049.70 410070 08/16/2024 DIRECT DEPOSIT GUTZ, WILLIAM 969.91 410071 08/16/2024 DIRECT DEPOSIT ROHRER, RYLEE 637.96 410072 08/16/2024 DIRECT DEPOSIT SCHREIBER, KEVIN 1,091.28 410073 08/16/2024 DIRECT DEPOSIT ADAMS, SUSAN 2,349.25 410074 08/16/2024 DIRECT DEPOSIT BROWN, ASHLEY 1,386.14 410075 08/16/2024 DIRECT DEPOSIT EARMAN, JOSEPH 2,732.67 410076 08/16/2024 DIRECT DEPOSIT FLESCHER, JOSEPH 2,506.79 410077 08/16/2024 DIRECT DEPOSIT LIST, KATHY 555.44 410078 08/16/2024 DIRECT DEPOSIT LOAR, DERYL 2,420.45 410079 08/16/2024 DIRECT DEPOSIT MOIRANO, KIMBERLY 1,297.74 410080 08/16/2024 DIRECT DEPOSIT NOVAK, NATALIE 950.92 410080 08/16/2024 DIRECT DEPOSIT NOVAK, NATALIE 500.00 410081 08/16/2024 DIRECT DEPOSIT PLESNARSKI, LISA 1,478.05 410082 08/16/2024 DIRECT DEPOSIT STOKES, MAURA 1,572.18 410083 08/16/2024 DIRECT DEPOSIT DEBRAAL, WILLIAM 5,356.28 410084 08/16/2024 DIRECT DEPOSIT GLANVILLE, TERESA 1,378.23 410084 08/16/2024 DIRECT DEPOSIT GLANVILLE, TERESA 241.00 410085 08/16/2024 DIRECT DEPOSIT HICKS, CHRISTOPHER 3,967.79 410086 08/16/2024 DIRECT DEPOSIT MOORE, CHRISTINA 2,328.23 410087 08/16/2024 DIRECT DEPOSIT PRADO, SUSAN 3,226.31 410087 08/16/2024 DIRECT DEPOSIT PRADO, SUSAN 250.00 410088 08/16/2024 DIRECT DEPOSIT WESTERIK, NADIA 1,857.17 410088 08/16/2024 DIRECT DEPOSIT WESTERIK, NADIA 500.00 410089 08/16/2024 DIRECT DEPOSIT LESTER, CHESNEY 2,127.97 410090 08/16/2024 DIRECT DEPOSIT MCKINLEY, KELLY 1,927.07 410091 08/16/2024 DIRECT DEPOSIT RAMIREZ, REBECCA 1,472.02 410092 08/16/2024 DIRECT DEPOSIT ROSE, CARSON 1,600.39 410093 08/16/2024 DIRECT DEPOSIT STAUDT, MICHAEL 2,325.75 410094 08/16/2024 DIRECT DEPOSIT TRAMEL, PATRICK 2,079.01 410095 08/16/2024 DIRECT DEPOSIT VIETZE, MARK 2,388.00 410096 08/16/2024 DIRECT DEPOSIT AMATO, JAMES 876.30 410097 08/16/2024 DIRECT DEPOSIT BOONE, BLAKE 300.55 410098 08/16/2024 DIRECT DEPOSIT BOSTICK, LINDA 542.30 410099 08/16/2024 DIRECT DEPOSIT BOWEN, ISABELLA 583.02 410100 08/16/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 44.08 410100 08/16/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 66.12 410101 08/16/2024 DIRECT DEPOSIT DAVID IAN, SAGE 660.47 410102 08/16/2024 DIRECT DEPOSIT DELAPAZ, MATTHEW 1,085.52 410103 08/16/2024 DIRECT DEPOSIT DOTSEY, JESSICA 273.32 410103 08/16/2024 DIRECT DEPOSIT DOTSEY, JESSICA 273.31 410104 08/16/2024 DIRECT DEPOSIT GERNER, JOSHUA 580.09 410105 08/16/2024 DIRECT DEPOSIT GRAY, STEVEN 410.24 410106 08/16/2024 DIRECT DEPOSIT HAUPT, ROSA 736.01 410107 08/16/2024 DIRECT DEPOSIT HEINZE, DONALD 995.42 410108 08/16/2024 DIRECT DEPOSIT HENDRICKSEN, TYLER 755.73 410109 08/16/2024 DIRECT DEPOSIT LANCASTER, CORBIN 588.99 410110 08/16/2024 DIRECT DEPOSIT MANGUS, ISABELLA 915.71 410111 08/16/2024 DIRECT DEPOSIT MAYORGA, MARCO 776.37 410112 08/16/2024 DIRECT DEPOSIT MINTEL, MATTHEW 606.89 410113 08/16/2024 DIRECT DEPOSIT MODESITT, KAMEA 779.43 410114 08/16/2024 DIRECT DEPOSIT NIEVES, ANIBAL 637.27 410115 08/16/2024 DIRECT DEPOSIT O'NEILL, BRANDON 685.34 410115 08/16/2024 DIRECT DEPOSIT O'NEILL, BRANDON 685.33 53 410116 08/16/2024 DIRECT DEPOSIT ROHRER, MAREENA 170.55 410116 08/16/2024 DIRECT DEPOSIT ROHRER, MAREENA 511.63 410117 08/16/2024 DIRECT DEPOSIT RUVANE, TAYVIA 1,625.72 410118 08/16/2024 DIRECT DEPOSIT SERVAITES, THOMAS 859.47 410119 08/16/2024 DIRECT DEPOSIT SHARKEY, ROBERT 785.72 410120 08/16/2024 DIRECT DEPOSIT SHELDON, GAGE 693.23 410121 08/16/2024 DIRECT DEPOSIT SILVIO, SARAH 1,089.85 410122 08/16/2024 DIRECT DEPOSIT SIMPSON, ANDREW 941.20 410123 08/16/2024 DIRECT DEPOSIT SPARROW-VOORHEES, TABATHA 1,095.25 410124 08/16/2024 DIRECT DEPOSIT STORTS, HOLDEN 360.07 410125 08/16/2024 DIRECT DEPOSIT VASQUEZ, ODDY 828.68 410126 08/16/2024 DIRECT DEPOSIT WAGNER, FREDERICK 347.70 410127 08/16/2024 DIRECT DEPOSIT BAKER, MURRAY 938.90 410128 08/16/2024 DIRECT DEPOSIT BARTOW, BAYLOR 390.99 410128 08/16/2024 DIRECT DEPOSIT BARTOW, BAYLOR 150.00 410129 08/16/2024 DIRECT DEPOSIT COUSINO, HEATHER 520.91 410130 08/16/2024 DIRECT DEPOSIT DAWKINS, WALKER 374.01 410131 08/16/2024 DIRECT DEPOSIT GIBSON, CHASTITY 50.00 410131 08/16/2024 DIRECT DEPOSIT GIBSON, CHASTITY 10.00 410131 08/16/2024 DIRECT DEPOSIT GIBSON, CHASTITY 614.47 410132 08/16/2024 DIRECT DEPOSIT HATTON, ABIGAIL 436.84 410132 08/16/2024 DIRECT DEPOSIT HATTON, ABIGAIL 77.09 410133 08/16/2024 DIRECT DEPOSIT LAURO, HELEN 333.85 410134 08/16/2024 DIRECT DEPOSIT LEFEBURE, ANNABELLE 485.32 410135 08/16/2024 DIRECT DEPOSIT LEFEBURE, LEVI 650.15 410136 08/16/2024 DIRECT DEPOSIT LOCY, EMILY 1,380.65 410136 08/16/2024 DIRECT DEPOSIT LOCY, EMILY 50.00 410137 08/16/2024 DIRECT DEPOSIT MARLEAU, KATIE 2,062.02 410138 08/16/2024 DIRECT DEPOSIT MULLEN, LYLAH 667.06 410139 08/16/2024 DIRECT DEPOSIT OTT, DAVID 469.42 410140 08/16/2024 DIRECT DEPOSIT RAULERSON, SPRING 443.50 410141 08/16/2024 DIRECT DEPOSIT ROACHE, DEBRA 411.48 410142 08/16/2024 DIRECT DEPOSIT SERVAITES, GREGG 1,555.93 410143 08/16/2024 DIRECT DEPOSIT SNEE, JACKSON 541.06 410144 08/16/2024 DIRECT DEPOSIT SPARKS, KENDALL 539.38 410145 08/16/2024 DIRECT DEPOSIT TRENT, CECIL 569.47 410146 08/16/2024 DIRECT DEPOSIT CAROW, ELAINE 1,301.92 410147 08/16/2024 DIRECT DEPOSIT CORREA, MARIE 500.00 410147 08/16/2024 DIRECT DEPOSIT CORREA, MARIE 1,152.66 410148 08/16/2024 DIRECT DEPOSIT COWAN, DONALD 1,147.84 410149 08/16/2024 DIRECT DEPOSIT DOUGLAS, EUGENE 990.72 410150 08/16/2024 DIRECT DEPOSIT EISWERTH, SARAH 1,664.83 410151 08/16/2024 DIRECT DEPOSIT FADAYOMI, BENJAMIN 481.84 410152 08/16/2024 DIRECT DEPOSIT HEBELER, SANDRA 1,124.99 410153 08/16/2024 DIRECT DEPOSIT JONES, ALFRED 410.27 410154 08/16/2024 DIRECT DEPOSIT JURAD, DREW 1,653.27 410155 08/16/2024 DIRECT DEPOSIT KREBS, JILL 1,916.45 410156 08/16/2024 DIRECT DEPOSIT MCKAY, HEATHER 1,676.94 410157 08/16/2024 DIRECT DEPOSIT MOLLER, CHRISTINE 543.91 410158 08/16/2024 DIRECT DEPOSIT REDFERN, RICHARD 300.01 410158 08/16/2024 DIRECT DEPOSIT REDFERN, RICHARD 75.00 410159 08/16/2024 DIRECT DEPOSIT SCHLEICH, MARK 678.22 410160 08/16/2024 DIRECT DEPOSIT SMITH, DAVID 2,811.30 410160 08/16/2024 DIRECT DEPOSIT SMITH, DAVID 100.00 54 410161 08/16/2024 DIRECT DEPOSIT TILTON, JOSEPH 250.00 410161 08/16/2024 DIRECT DEPOSIT TILTON, JOSEPH 2,277.08 410162 08/16/2024 DIRECT DEPOSIT BINEGAR, AMBER 484.64 410163 08/16/2024 DIRECT DEPOSIT BOWKER, JACQUELINE 1,228.68 410164 08/16/2024 DIRECT DEPOSIT BROWN, ARIEL 990.61 410165 08/16/2024 DIRECT DEPOSIT BUSKIRK, KITTIE 1,639.11 410166 08/16/2024 DIRECT DEPOSIT COLE, KAREN 1,466.84 410167 08/16/2024 DIRECT DEPOSIT FARBER, ASHLEY 712.31 410168 08/16/2024 DIRECT DEPOSIT FOXX, PAOLA 648.02 410169 08/16/2024 DIRECT DEPOSIT GOODEN, TRAVIS 1,036.80 410170 08/16/2024 DIRECT DEPOSIT HADSELL, DARLENE 1,869.89 410171 08/16/2024 DIRECT DEPOSIT HECKMAN, CHELSEA 1,076.37 410172 08/16/2024 DIRECT DEPOSIT HELTON, HEATHER 5.00 410172 08/16/2024 DIRECT DEPOSIT HELTON, HEATHER 1,374.39 410173 08/16/2024 DIRECT DEPOSIT HUFF, TANYA 183.00 410173 08/16/2024 DIRECT DEPOSIT HUFF, TANYA 2,039.73 410174 08/16/2024 DIRECT DEPOSIT JUARBE, THALIA 1,015.05 410175 08/16/2024 DIRECT DEPOSIT LEE, GI 75.42 410175 08/16/2024 DIRECT DEPOSIT LEE, GI 1,206.70 410175 08/16/2024 DIRECT DEPOSIT LEE, GI 226.26 410176 08/16/2024 DIRECT DEPOSIT LESCIO, JOLENE 1,417.37 410177 08/16/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 25.00 410177 08/16/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 1,664.76 410178 08/16/2024 DIRECT DEPOSIT MCDOUGALL, STEVEN 1,444.69 410179 08/16/2024 DIRECT DEPOSIT MCKENNA, TERESA 581.56 410180 08/16/2024 DIRECT DEPOSIT MORGAN, JESSICA 764.76 410181 08/16/2024 DIRECT DEPOSIT NEAL, MARY JANE 1,073.93 410182 08/16/2024 DIRECT DEPOSIT PAGANO, SADIE 495.20 410183 08/16/2024 DIRECT DEPOSIT PAWLAK, FRANCES 1,501.25 410184 08/16/2024 DIRECT DEPOSIT PEREZ, JOSHUA 2,534.34 410185 08/16/2024 DIRECT DEPOSIT RUFCA, GLENNA 677.95 410186 08/16/2024 DIRECT DEPOSIT SANTOYO, ETHELYN 484.63 410187 08/16/2024 DIRECT DEPOSIT SCHOEN, ERIC 1,229.54 410188 08/16/2024 DIRECT DEPOSIT SMITH NIKITIN, KRISTIE 1,588.09 410189 08/16/2024 DIRECT DEPOSIT STENGER, ELIZABETH 2,686.44 410190 08/16/2024 DIRECT DEPOSIT TRUSS, LAWRENCE 583.32 410191 08/16/2024 DIRECT DEPOSIT WAGNER, MICHELLE 1,587.88 410192 08/16/2024 DIRECT DEPOSIT ALBINI, SCOTT 540.03 410193 08/16/2024 DIRECT DEPOSIT ANDERSON, KATHERINE 1,434.02 410194 08/16/2024 DIRECT DEPOSIT BACHMANN, SANDRA 1,579.43 410195 08/16/2024 DIRECT DEPOSIT BOIKE, REBECCA 1,167.22 410196 08/16/2024 DIRECT DEPOSIT BOWMAN, KATHLEEN 2,362.82 410197 08/16/2024 DIRECT DEPOSIT ELSEBOUGH, KELLY 664.78 410198 08/16/2024 DIRECT DEPOSIT GALENTINE, TRACY 1,009.94 410199 08/16/2024 DIRECT DEPOSIT IACHINI, TAYLOR 1,050.97 410200 08/16/2024 DIRECT DEPOSIT KEATLEY, WHITNEY 697.62 410201 08/16/2024 DIRECT DEPOSIT MELASI, SUSAN 1,519.43 410202 08/16/2024 DIRECT DEPOSIT PANKIEWICZ-FUCHS, PATRICIA 2,277.48 410203 08/16/2024 DIRECT DEPOSIT RATHMAN, BETHANY 816.05 410204 08/16/2024 DIRECT DEPOSIT ROSADO-RODRIGUEZ, JEFFREY 1,071.08 410205 08/16/2024 DIRECT DEPOSIT BROWNING, KATHLEEN 490.03 410206 08/16/2024 DIRECT DEPOSIT COOLER HAWK, SHANNON 1,383.78 410207 08/16/2024 DIRECT DEPOSIT FRANCIS, RICHARD 1,422.63 410208 08/16/2024 DIRECT DEPOSIT HERNANDEZ, MELISSA 574.80 55 410209 08/16/2024 DIRECT DEPOSIT LOWE, CYNTHIA 1,050.85 410210 08/16/2024 DIRECT DEPOSIT MCDOUGALL, HOLLIE 130.00 410210 08/16/2024 DIRECT DEPOSIT MCDOUGALL, HOLLIE 1,518.00 410210 08/16/2024 DIRECT DEPOSIT MCDOUGALL, HOLLIE 50.00 410211 08/16/2024 DIRECT DEPOSIT NEAL, BRIANNA 508.93 410212 08/16/2024 DIRECT DEPOSIT PEARSAUL, VICTORIA 782.37 410213 08/16/2024 DIRECT DEPOSIT SOBEL, KATHERINE 561.84 410214 08/16/2024 DIRECT DEPOSIT ADAMS, KEVIN 1,914.08 410215 08/16/2024 DIRECT DEPOSIT CAMPBELL, OMOLARA 888.99 410215 08/16/2024 DIRECT DEPOSIT CAMPBELL, OMOLARA 381.00 410216 08/16/2024 DIRECT DEPOSIT CASTRO, JUAN 1,015.28 410217 08/16/2024 DIRECT DEPOSIT GARDNER, TRISTON 678.33 410218 08/16/2024 DIRECT DEPOSIT GIANSANTI, JOHN 627.73 410219 08/16/2024 DIRECT DEPOSIT HALL, CARLY 827.13 410220 08/16/2024 DIRECT DEPOSIT SORENSON, MICHELLE 1,039.87 410221 08/16/2024 DIRECT DEPOSIT VERGARA, GUSTAVO 2,879.17 410222 08/16/2024 DIRECT DEPOSIT BILLINGS, JOHNATHAN 2,088.75 410223 08/16/2024 DIRECT DEPOSIT BROWNLEE, MATTHEW 323.52 410224 08/16/2024 DIRECT DEPOSIT COPPOLA, JOHN 328.77 410225 08/16/2024 DIRECT DEPOSIT DIAS-NOVA, DANIEL 1,001.22 410226 08/16/2024 DIRECT DEPOSIT DOTSEY, JOHN 1,692.41 410227 08/16/2024 DIRECT DEPOSIT FILIZZOLA NOVA, BRENO 821.18 410228 08/16/2024 DIRECT DEPOSIT FRANCOEUR, ANDREW 348.13 410229 08/16/2024 DIRECT DEPOSIT GILLIGAN, MATTHEW 1,323.35 410230 08/16/2024 DIRECT DEPOSIT HENDERSON, CHRISTOPHER 1,909.91 410231 08/16/2024 DIRECT DEPOSIT HERNANDEZ, ANTHONY 178.78 410232 08/16/2024 DIRECT DEPOSIT JENKINS, CARLOS 182.78 410233 08/16/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 725.53 410234 08/16/2024 DIRECT DEPOSIT KEATON, KAMERON 1,443.98 410235 08/16/2024 DIRECT DEPOSIT LEVY, AARON 1,238.08 410235 08/16/2024 DIRECT DEPOSIT LEVY, AARON 75.00 410236 08/16/2024 DIRECT DEPOSIT LOCY, ROBBIE 324.37 410237 08/16/2024 DIRECT DEPOSIT MCDEARMID, RONALD 358.25 410238 08/16/2024 DIRECT DEPOSIT OTTO, DANIEL 1,353.41 410239 08/16/2024 DIRECT DEPOSIT PURPURA, CHRISTOPHER 1,281.14 410240 08/16/2024 DIRECT DEPOSIT RING, ERIC 2,024.71 410241 08/16/2024 DIRECT DEPOSIT WADE, FARAI 442.97 410241 08/16/2024 DIRECT DEPOSIT WADE, FARAI 189.85 410242 08/16/2024 DIRECT DEPOSIT WATKINS, CHRISTOPHER 1,608.17 410243 08/16/2024 DIRECT DEPOSIT CAGGIANO, LINDA 1,089.99 410244 08/16/2024 DIRECT DEPOSIT MATTHEWS, JESSICA 1,845.15 410245 08/16/2024 DIRECT DEPOSIT ABERNATHY, STEVE 3,950.33 410246 08/16/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 559.50 410246 08/16/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 2,237.99 410247 08/16/2024 DIRECT DEPOSIT ADKINS, TANISHA 1,977.22 410248 08/16/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 928.14 410248 08/16/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 1,723.69 410249 08/16/2024 DIRECT DEPOSIT ALICEA, MICHAEL 1,775.13 410250 08/16/2024 DIRECT DEPOSIT ANGELONE, ANDREW 1,999.58 410251 08/16/2024 DIRECT DEPOSIT ANGOTTI, JEFFREY 1,405.38 410252 08/16/2024 DIRECT DEPOSIT AREYZAGA, CHY'ANN 1,458.63 410253 08/16/2024 DIRECT DEPOSIT ARNOLD, WESLEY 2,248.67 410254 08/16/2024 DIRECT DEPOSIT AYERDIS, ALEXANDER 2,132.71 410255 08/16/2024 DIRECT DEPOSIT BAILEY, JOSHUA 1,578.24 56 410256 08/16/2024 DIRECT DEPOSIT BAIRD, ALLISON 1,913.65 410257 08/16/2024 DIRECT DEPOSIT BARCUS, CHRISTOPHER 2,336.29 410258 08/16/2024 DIRECT DEPOSIT BARKEY, WILLIAM 2,482.42 410259 08/16/2024 DIRECT DEPOSIT BELL, DAVID 2,255.17 410260 08/16/2024 DIRECT DEPOSIT BENDER, JOSHUA 1,125.91 410260 08/16/2024 DIRECT DEPOSIT BENDER, JOSHUA 750.00 410261 08/16/2024 DIRECT DEPOSIT BERNI, CORBIN 1,861.33 410262 08/16/2024 DIRECT DEPOSIT BERNSTEIN, MICHAEL 2,809.38 410263 08/16/2024 DIRECT DEPOSIT BEUTTELL, CLIFTON 2,311.54 410264 08/16/2024 DIRECT DEPOSIT BICKFORD, CLAUDIA 2,329.11 410265 08/16/2024 DIRECT DEPOSIT BINAFIF, MAZEN 2,346.34 410266 08/16/2024 DIRECT DEPOSIT BLOCH, MATTHEW 2,936.03 410267 08/16/2024 DIRECT DEPOSIT BONHOMME, DAVE BRIAN 2,113.06 410268 08/16/2024 DIRECT DEPOSIT BOROCZKY, TAMAS 2,675.62 410269 08/16/2024 DIRECT DEPOSIT BOWDEN, CHASE 3,000.29 410270 08/16/2024 DIRECT DEPOSIT BRAMLETT, RILEY 1,746.53 410271 08/16/2024 DIRECT DEPOSIT BRENNAN, THOMAS 1,682.28 410272 08/16/2024 DIRECT DEPOSIT BREWER, CHRISTEN 200.00 410272 08/16/2024 DIRECT DEPOSIT BREWER, CHRISTEN 2,067.79 410273 08/16/2024 DIRECT DEPOSIT BROUWER, JHONATAN 2,240.63 410274 08/16/2024 DIRECT DEPOSIT BRUNO, HARRISON 1,954.81 410275 08/16/2024 DIRECT DEPOSIT BUDERUS, CHRISTOPHER 1,772.77 410276 08/16/2024 DIRECT DEPOSIT BURKE, CHRISTOPHER 2,565.88 410277 08/16/2024 DIRECT DEPOSIT BURKE, DONALD 1,976.59 410278 08/16/2024 DIRECT DEPOSIT BURNS, BOB 1,954.31 410279 08/16/2024 DIRECT DEPOSIT BURRITT, BRIAN 1,991.41 410280 08/16/2024 DIRECT DEPOSIT BUSTAMANTE, LUIS 1,495.24 410281 08/16/2024 DIRECT DEPOSIT CAGLE, GARRETT 2,363.60 410282 08/16/2024 DIRECT DEPOSIT CALLAHAN, RYAN 2,968.98 410283 08/16/2024 DIRECT DEPOSIT CALLOWAY, JAMIE 2,318.98 410284 08/16/2024 DIRECT DEPOSIT CALZADILLA, EVAN 2,070.07 410285 08/16/2024 DIRECT DEPOSIT CAPPELEN, RYAN 3,694.87 410286 08/16/2024 DIRECT DEPOSIT CASS, JAMES 2,774.09 410287 08/16/2024 DIRECT DEPOSIT CEBRYNSKI, JOSEPH 2,125.03 410288 08/16/2024 DIRECT DEPOSIT CHISHOLM, KEITH 3,033.78 410289 08/16/2024 DIRECT DEPOSIT CICERONI, RICHARD 2,266.82 410290 08/16/2024 DIRECT DEPOSIT CLUTE, KEVIN 2,621.02 410291 08/16/2024 DIRECT DEPOSIT COBB, JOHN 1,715.23 410292 08/16/2024 DIRECT DEPOSIT COFFEY, GAVIN 1,576.10 410293 08/16/2024 DIRECT DEPOSIT COLEMAN, JACOB 2,083.32 410294 08/16/2024 DIRECT DEPOSIT COLEMAN, LEVI 2,154.04 410295 08/16/2024 DIRECT DEPOSIT COOPER, MIKAL 2,292.85 410296 08/16/2024 DIRECT DEPOSIT CORSO, JOHN 1,935.21 410297 08/16/2024 DIRECT DEPOSIT COTRONE, NICHOLAS 1,531.49 410298 08/16/2024 DIRECT DEPOSIT CRARY, WILLIAM 1,731.32 410299 08/16/2024 DIRECT DEPOSIT CRUSE, DEVIN 2,881.16 410300 08/16/2024 DIRECT DEPOSIT CUEVAS, RUBEN 2,210.48 410301 08/16/2024 DIRECT DEPOSIT CURTIS, COREY 1,722.35 410302 08/16/2024 DIRECT DEPOSIT DAMPIER, BRADLEY 1,751.20 410303 08/16/2024 DIRECT DEPOSIT DAMPIER, BRANDON 1,818.31 410304 08/16/2024 DIRECT DEPOSIT DANCY, GARRETT 1,391.97 410305 08/16/2024 DIRECT DEPOSIT DEBROWSKI, FRANCIS 2,066.57 410306 08/16/2024 DIRECT DEPOSIT DEKKER, ANTHONY 2,547.98 410307 08/16/2024 DIRECT DEPOSIT DEKKER, DUSTIN 2,861.60 57 410308 08/16/2024 DIRECT DEPOSIT DELASHMUTT, KEVIN 2,100.44 410309 08/16/2024 DIRECT DEPOSIT DELGADO, AUSTIN 1,416.19 410310 08/16/2024 DIRECT DEPOSIT DENT, RICHARD 3,236.54 410311 08/16/2024 DIRECT DEPOSIT DIAZ, NICHOLAS 2,477.94 410312 08/16/2024 DIRECT DEPOSIT DION, ROGER 3,080.07 410313 08/16/2024 DIRECT DEPOSIT DUNNE, COLIN 1,915.36 410314 08/16/2024 DIRECT DEPOSIT DUSKIN, MICHAEL 3,117.43 410315 08/16/2024 DIRECT DEPOSIT EDENFIELD-ERNSBERGER, TRISTAN 1,576.12 410316 08/16/2024 DIRECT DEPOSIT EFFEREN, ROBERT 1,974.01 410317 08/16/2024 DIRECT DEPOSIT EIRLS, MICHAEL 1,827.89 410318 08/16/2024 DIRECT DEPOSIT ELLISON, CRAIG 1,905.30 410319 08/16/2024 DIRECT DEPOSIT ESCOBEDO, PAUL 2,040.92 410320 08/16/2024 DIRECT DEPOSIT ESKEW, BRADLEY 2,678.61 410321 08/16/2024 DIRECT DEPOSIT ESPINOZA, JAMES 1,365.01 410322 08/16/2024 DIRECT DEPOSIT ESTELHOMME, BRIAN 2,088.05 410323 08/16/2024 DIRECT DEPOSIT FARRELL, SARAH 1,867.43 410324 08/16/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 1,165.16 410324 08/16/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 750.00 410325 08/16/2024 DIRECT DEPOSIT FIELDS, DAWSON 2,045.67 410326 08/16/2024 DIRECT DEPOSIT FIGAS, AUSTIN 1,591.49 410327 08/16/2024 DIRECT DEPOSIT FIGUEROA, JULIAN 1,794.39 410328 08/16/2024 DIRECT DEPOSIT FLOOD, STEPHEN 1,522.33 410328 08/16/2024 DIRECT DEPOSIT FLOOD, STEPHEN 700.00 410329 08/16/2024 DIRECT DEPOSIT FLORES, IVAN 2,736.30 410330 08/16/2024 DIRECT DEPOSIT FLORES, JULIO 2,731.52 410331 08/16/2024 DIRECT DEPOSIT FONTANA, RYAN 1,430.26 410332 08/16/2024 DIRECT DEPOSIT FORD, BRADLEY 1,758.26 410333 08/16/2024 DIRECT DEPOSIT FORGET, JUSTIN 2,405.11 410334 08/16/2024 DIRECT DEPOSIT FOWLER, SEAN 1,549.24 410335 08/16/2024 DIRECT DEPOSIT FOX, THOMAS 35.00 410335 08/16/2024 DIRECT DEPOSIT FOX, THOMAS 2,715.26 410336 08/16/2024 DIRECT DEPOSIT FRETWELL, JASON 2,532.02 410337 08/16/2024 DIRECT DEPOSIT FUCCI, JAMES 2,479.91 410338 08/16/2024 DIRECT DEPOSIT GABBARD, KYLE 2,906.19 410339 08/16/2024 DIRECT DEPOSIT GALLEGOS, MATTHEW 2,947.01 410340 08/16/2024 DIRECT DEPOSIT GEHRING, JOELY 3,406.64 410341 08/16/2024 DIRECT DEPOSIT GIACCO, MICHAEL 2,032.09 410342 08/16/2024 DIRECT DEPOSIT GIBBONS, SEAN 3,817.91 410343 08/16/2024 DIRECT DEPOSIT GIBBONS, TREVOR 1,913.80 410344 08/16/2024 DIRECT DEPOSIT GILL, WADE 2,124.82 410345 08/16/2024 DIRECT DEPOSIT GILLIG, JUSTIN 2,295.99 410346 08/16/2024 DIRECT DEPOSIT GOICOECHEA, YOMAYRA 2,638.30 410347 08/16/2024 DIRECT DEPOSIT GOMBOS, RICHARD 1,746.15 410348 08/16/2024 DIRECT DEPOSIT GOMEZ, J JESUS 4,097.96 410349 08/16/2024 DIRECT DEPOSIT GOMEZ, RAMIRO 1,501.50 410350 08/16/2024 DIRECT DEPOSIT GOOD, MITCHELL 1,552.86 410351 08/16/2024 DIRECT DEPOSIT GOODRICH, EVYN 2,201.08 410352 08/16/2024 DIRECT DEPOSIT GOODSON, RYAN 1,471.58 410353 08/16/2024 DIRECT DEPOSIT GRANATH, JOHN 2,231.75 410354 08/16/2024 DIRECT DEPOSIT GRAUL, STEVEN 4,299.86 410355 08/16/2024 DIRECT DEPOSIT GREER, STEPHEN 3,067.33 410356 08/16/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 100.00 410356 08/16/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 2,051.43 410357 08/16/2024 DIRECT DEPOSIT GUANCH, BRIAN 1,000.00 58 410357 08/16/2024 DIRECT DEPOSIT GUANCH, BRIAN 2,354.56 410358 08/16/2024 DIRECT DEPOSIT HACKLER, SPENCER 1,520.09 410359 08/16/2024 DIRECT DEPOSIT HAFFIELD, BRANDON 1,989.25 410360 08/16/2024 DIRECT DEPOSIT HAMILTON, CAMERON 1,668.34 410361 08/16/2024 DIRECT DEPOSIT HARKNESS, STEPHEN 2,077.61 410362 08/16/2024 DIRECT DEPOSIT HARLEY-OPPEL, KYLER 1,573.58 410363 08/16/2024 DIRECT DEPOSIT HARRIS, HEATH 2,663.69 410364 08/16/2024 DIRECT DEPOSIT HASKAS, STAMATIS 1,446.60 410365 08/16/2024 DIRECT DEPOSIT HATTON, CASEY 2,038.56 410366 08/16/2024 DIRECT DEPOSIT HAWKINS, DUSTIN 2,568.21 410367 08/16/2024 DIRECT DEPOSIT HELINSKI, MICHAEL 1,640.01 410368 08/16/2024 DIRECT DEPOSIT HENDERSON, CYNTHIA 2,416.61 410369 08/16/2024 DIRECT DEPOSIT HENDERSON, MARIO 3,307.83 410370 08/16/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 100.00 410370 08/16/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 2,860.71 410371 08/16/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 176.83 410371 08/16/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 2,033.54 410372 08/16/2024 DIRECT DEPOSIT HOLBROOK, JAMES 2,766.37 410373 08/16/2024 DIRECT DEPOSIT HOLMES, CODY 2,321.10 410374 08/16/2024 DIRECT DEPOSIT HOLTZCLAW, KYLE 1,961.60 410375 08/16/2024 DIRECT DEPOSIT HORNER, CHAD 2,528.58 410376 08/16/2024 DIRECT DEPOSIT HOWARD, WAYNE 150.00 410376 08/16/2024 DIRECT DEPOSIT HOWARD, WAYNE 3,821.54 410377 08/16/2024 DIRECT DEPOSIT HRUSOVSKY, MCGWIRE 1,311.50 410378 08/16/2024 DIRECT DEPOSIT HUGHES, DEVON 2,186.45 410379 08/16/2024 DIRECT DEPOSIT HURTADO, DANIEL 2,017.83 410380 08/16/2024 DIRECT DEPOSIT HYDE, JACOB 2,702.57 410381 08/16/2024 DIRECT DEPOSIT ISAACSON, ERIK 2,244.74 410382 08/16/2024 DIRECT DEPOSIT JENSEN, CASEY 3,022.43 410383 08/16/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 2,245.07 410384 08/16/2024 DIRECT DEPOSIT JONES, DALTON 1,809.25 410385 08/16/2024 DIRECT DEPOSIT JONES, LAVIGNE 2,185.37 410386 08/16/2024 DIRECT DEPOSIT JUDSON, JASON 3,326.18 410387 08/16/2024 DIRECT DEPOSIT KAHL, BRANDON 50.00 410387 08/16/2024 DIRECT DEPOSIT KAHL, BRANDON 2,996.31 410388 08/16/2024 DIRECT DEPOSIT KARPINSKI, DODGE 2,317.02 410389 08/16/2024 DIRECT DEPOSIT KEARNS, OLIVER 2,236.32 410390 08/16/2024 DIRECT DEPOSIT KIERNAN, DAVID 3,001.30 410391 08/16/2024 DIRECT DEPOSIT KING, JOSEPH 1,605.62 410391 08/16/2024 DIRECT DEPOSIT KING, JOSEPH 600.00 410392 08/16/2024 DIRECT DEPOSIT KLAUSE, SHEENA 2,117.20 410393 08/16/2024 DIRECT DEPOSIT KOFKE, KYLE 1,000.00 410393 08/16/2024 DIRECT DEPOSIT KOFKE, KYLE 2,934.71 410394 08/16/2024 DIRECT DEPOSIT KOVALESKI, JOSEPH 1,555.06 410395 08/16/2024 DIRECT DEPOSIT KOVATCH, NATHAN 2,393.52 410396 08/16/2024 DIRECT DEPOSIT KRAFT, MATTHEW 1,548.34 410397 08/16/2024 DIRECT DEPOSIT KRUEGER, RYAN 2,239.11 410398 08/16/2024 DIRECT DEPOSIT LAMANA, PARRIS 1,123.64 410399 08/16/2024 DIRECT DEPOSIT LANG, GEOFFREY 250.00 410399 08/16/2024 DIRECT DEPOSIT LANG, GEOFFREY 2,044.51 410400 08/16/2024 DIRECT DEPOSIT LEGLEITNER, CHANDLER 1,766.28 410401 08/16/2024 DIRECT DEPOSIT LEWIS, BRAD 1,724.56 410402 08/16/2024 DIRECT DEPOSIT LLOYD, JAMES 2,12998 410403 08/16/2024 DIRECT DEPOSIT LOGSDON, TYLER 2,536.22 59 410404 08/16/2024 DIRECT DEPOSIT LONDONO, ISAAC 1,566.42 410405 08/16/2024 DIRECT DEPOSIT LOPEZ, ANTONIO 1,577.10 410406 08/16/2024 DIRECT DEPOSIT LOPEZ, ERIC 2,425.19 410407 08/16/2024 DIRECT DEPOSIT LOPEZ, JUAN 1,614.36 410408 08/16/2024 DIRECT DEPOSIT LOUDERMILK, JEFFREY 2,633.62 410409 08/16/2024 DIRECT DEPOSIT LUCAS, DAVID 1,566.21 410410 08/16/2024 DIRECT DEPOSIT MACKINNON, JENNIFER 2,698.91 410411 08/16/2024 DIRECT DEPOSIT MAGUIRE, KEVIN 1,433.45 410412 08/16/2024 DIRECT DEPOSIT MAHAN, STEVEN 3,054.68 410413 08/16/2024 DIRECT DEPOSIT MARCHESINI, TODD 1,992.95 410414 08/16/2024 DIRECT DEPOSIT MARINI, STEVEN 1,480.75 410415 08/16/2024 DIRECT DEPOSIT MARMO, NICOLE 1,355.97 410416 08/16/2024 DIRECT DEPOSIT MARQUES, CARLO 2,444.45 410417 08/16/2024 DIRECT DEPOSIT MARQUES, GABRIELLE 1,655.73 410418 08/16/2024 DIRECT DEPOSIT MARTINEZ, ALYSSA 1,939.95 410419 08/16/2024 DIRECT DEPOSIT MASON, BRETT 1,840.35 410420 08/16/2024 DIRECT DEPOSIT MASTERS, DANIEL 2,452.64 410421 08/16/2024 DIRECT DEPOSIT MATHERLY, CHRISTOPHER 2,659.82 410422 08/16/2024 DIRECT DEPOSIT MAZZOLA, MICHAEL 2,696.59 410423 08/16/2024 DIRECT DEPOSIT MCAULIFFE, COLBY 2,106.88 410424 08/16/2024 DIRECT DEPOSIT MCCABE, BENJAMIN 1,866.84 410425 08/16/2024 DIRECT DEPOSIT MCCORMACK, SEAN 2,406.03 410426 08/16/2024 DIRECT DEPOSIT MCGINN, MATTHEW 1,571.36 410427 08/16/2024 DIRECT DEPOSIT MCLEOD, CODY 2,745.56 410428 08/16/2024 DIRECT DEPOSIT MCVAY, CHRISTOPHER 2,068.85 410429 08/16/2024 DIRECT DEPOSIT MEDINA, NICKOLAS 2,068.40 410430 08/16/2024 DIRECT DEPOSIT MEILAN, TOMAS 2,566.46 410431 08/16/2024 DIRECT DEPOSIT METZ, GIANNA 2,282.48 410432 08/16/2024 DIRECT DEPOSIT METZ, MATTHEW 2,149.64 410433 08/16/2024 DIRECT DEPOSIT MEYERS, KYLE 1,960.94 410434 08/16/2024 DIRECT DEPOSIT MINCHEVA, TSVETELINA 1,622.80 410435 08/16/2024 DIRECT DEPOSIT MINNS, KYLE 2,073.92 410436 08/16/2024 DIRECT DEPOSIT MIXON, SEAN 2,085.22 410437 08/16/2024 DIRECT DEPOSIT MONTPETIT, CHRISTOPHER 1,451.54 410438 08/16/2024 DIRECT DEPOSIT MOONEY, KEVIN 1,490.54 410438 08/16/2024 DIRECT DEPOSIT MOONEY, KEVIN 300.00 410439 08/16/2024 DIRECT DEPOSIT MORRIS, JOSHUA 2,136.88 410440 08/16/2024 DIRECT DEPOSIT MORRIS, NICOLE 2,831.93 410441 08/16/2024 DIRECT DEPOSIT MORRISON, JAMES 2,731.95 410442 08/16/2024 DIRECT DEPOSIT MOYER, HANNAH 2,169.25 410443 08/16/2024 DIRECT DEPOSIT MURPHY, ANDREW 1,940.49 410444 08/16/2024 DIRECT DEPOSIT NADOLNY, VINCENT 2,457.98 410445 08/16/2024 DIRECT DEPOSIT NAVARRO, MARIO 1,108.99 410446 08/16/2024 DIRECT DEPOSIT NIELSEN, ALEX 2,015.74 410447 08/16/2024 DIRECT DEPOSIT NOGAREDA, JORDAN 1,447.17 410448 08/16/2024 DIRECT DEPOSIT NOHRR, JULI 3,584.23 410449 08/16/2024 DIRECT DEPOSIT NORAT, ALEXANDER 1,907.78 410450 08/16/2024 DIRECT DEPOSIT OCONNOR, JOHN 3,441.26 410451 08/16/2024 DIRECT DEPOSIT OHLER, MARK 1,565.43 410452 08/16/2024 DIRECT DEPOSIT OLIVER, LUKE 2,400.66 410453 08/16/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 1,156.38 410453 08/16/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 150.00 410454 08/16/2024 DIRECT DEPOSIT OSGOOD, DAVID 2,069.50 410455 08/16/2024 DIRECT DEPOSIT OSTERMAN, TYLER 1,136.58 60 410455 08/16/2024 DIRECT DEPOSIT OSTERMAN, TYLER 284.15 410456 08/16/2024 DIRECT DEPOSIT PARKER, RYAN 3,392.84 410457 08/16/2024 DIRECT DEPOSIT PARKER, TYLER 2,775.98 410458 08/16/2024 DIRECT DEPOSIT PARKERSON, BRANDON 1,743.79 410459 08/16/2024 DIRECT DEPOSIT PARRIS, RYAN 1,730.48 410460 08/16/2024 DIRECT DEPOSIT PATTERSON, RYAN 1,766.82 410461 08/16/2024 DIRECT DEPOSIT PEDONTI, ZACHARY 1,829.85 410462 08/16/2024 DIRECT DEPOSIT PENA, ADAN 1,825.15 410463 08/16/2024 DIRECT DEPOSIT PENA, JONATHAN 1,499.29 410464 08/16/2024 DIRECT DEPOSIT PEREZ, ALEXANDER 1,701.97 410465 08/16/2024 DIRECT DEPOSIT PERRY, SEAN 1,681.94 410466 08/16/2024 DIRECT DEPOSIT PHAN, BRANDON 1,818.42 410467 08/16/2024 DIRECT DEPOSIT PLOURDE, HUNTER 2,277.85 410468 08/16/2024 DIRECT DEPOSIT POLLY, DONNIE 1,576.90 410469 08/16/2024 DIRECT DEPOSIT PORTER, TODD 612.01 410469 08/16/2024 DIRECT DEPOSIT PORTER, TODD 1,836.03 410470 08/16/2024 DIRECT DEPOSIT POWELL, STEVEN 2,279.90 410471 08/16/2024 DIRECT DEPOSIT PRESSLEY, JASON 2,323.60 410472 08/16/2024 DIRECT DEPOSIT QUIGLEY, BRENNAN 2,449.22 410473 08/16/2024 DIRECT DEPOSIT RAMIREZ, SELENA 1,917.31 410474 08/16/2024 DIRECT DEPOSIT RAMSEY, RYAN 1,433.79 410475 08/16/2024 DIRECT DEPOSIT RATTRAY, APRIL 3,116.94 410476 08/16/2024 DIRECT DEPOSIT RATTRAY, DAVID 3,740.65 410477 08/16/2024 DIRECT DEPOSIT RAULERSON, JAMESON 2,779.93 410478 08/16/2024 DIRECT DEPOSIT REARDON, JONATHAN 2,553.34 410479 08/16/2024 DIRECT DEPOSIT REY, DANIEL 1,605.10 410480 08/16/2024 DIRECT DEPOSIT REYES, LUIS 1,677.79 410481 08/16/2024 DIRECT DEPOSIT RICHARDS, BRADLEY 2,006.53 410482 08/16/2024 DIRECT DEPOSIT RICHTER, JOSEPH 3,670.98 410483 08/16/2024 DIRECT DEPOSIT RIVAS, ROBERT 1,990.75 410484 08/16/2024 DIRECT DEPOSIT ROBERTS, BRYAN 2,276.57 410485 08/16/2024 DIRECT DEPOSIT ROBERTSON, ZACHARY 2,073.78 410486 08/16/2024 DIRECT DEPOSIT ROBINSON, JORDAN 1,653.35 410487 08/16/2024 DIRECT DEPOSIT ROBINSON, MARCUS 3,181.99 410488 08/16/2024 DIRECT DEPOSIT RODRIGUEZ, JATNIEL 1,758.49 410489 08/16/2024 DIRECT DEPOSIT RUFF, CODY 2,148.76 410490 08/16/2024 DIRECT DEPOSIT RULE, MICHAEL 2,745.00 410491 08/16/2024 DIRECT DEPOSIT RUSSELL, DEREK 2,862.08 410492 08/16/2024 DIRECT DEPOSIT SALMON, JOHN 1,555.01 410493 08/16/2024 DIRECT DEPOSIT SANSONE, MICHAEL 2,680.16 410494 08/16/2024 DIRECT DEPOSIT SANTIAGO, JOSHUA 2,086.60 410495 08/16/2024 DIRECT DEPOSIT SAPP, JULIA 2,028.63 410496 08/16/2024 DIRECT DEPOSIT SCHAUMAN, ADAM 2,523.80 410497 08/16/2024 DIRECT DEPOSIT SCHILLING, THOMAS 2,722.17 410498 08/16/2024 DIRECT DEPOSIT SCHLOESSER, STEVEN 2,369.58 410499 08/16/2024 DIRECT DEPOSIT SELLERS, ANDREW 1,938.14 410500 08/16/2024 DIRECT DEPOSIT SEVERINO, CHRISTOPHER 1,604.36 410501 08/16/2024 DIRECT DEPOSIT SHIELDS, WILLIAM 2,132.68 410502 08/16/2024 DIRECT DEPOSIT SHULTS, DEREK 1,755.83 410503 08/16/2024 DIRECT DEPOSIT SIMONS, BRADLEY 150.00 410503 08/16/2024 DIRECT DEPOSIT SIMONS, BRADLEY 1,974.93 410504 08/16/2024 DIRECT DEPOSIT SIMS, CHRISTINA 2,074.60 410505 08/16/2024 DIRECT DEPOSIT SINAGRA, MARC 2,705.98 410506 08/16/2024 DIRECT DEPOSIT SKOK, ROBERT 2,217.85 61 410507 08/16/2024 DIRECT DEPOSIT SLACK, JOSEPH 1,804.48 410508 08/16/2024 DIRECT DEPOSIT SMITH, BRYANT 1,512.04 410509 08/16/2024 DIRECT DEPOSIT SMITH, JARED 1,919.67 410510 08/16/2024 DIRECT DEPOSIT SMITH, KAREN 2,680.74 410511 08/16/2024 DIRECT DEPOSIT SMITH, MICHAEL 1,583.33 410512 08/16/2024 DIRECT DEPOSIT SMITH, STEPHEN 2,199.48 410513 08/16/2024 DIRECT DEPOSIT SPARKMAN, CODY 3,017.85 410514 08/16/2024 DIRECT DEPOSIT SPRENGER, CONSTANT 1,839.85 410515 08/16/2024 DIRECT DEPOSIT SPRINGER, MORRIS 2,214.82 410516 08/16/2024 DIRECT DEPOSIT STAMM, JESSICA 1,748.93 410517 08/16/2024 DIRECT DEPOSIT STANFORD, BRIAN 1,591.45 410518 08/16/2024 DIRECT DEPOSIT STEELE, JOSHUA 2,890.31 410519 08/16/2024 DIRECT DEPOSIT STENGER, ANDREW 4,139.63 410520 08/16/2024 DIRECT DEPOSIT STEPHENS, TRAVIS 1,834.84 410521 08/16/2024 DIRECT DEPOSIT STEPHENS, ZACHARIA 2,073.43 410522 08/16/2024 DIRECT DEPOSIT STOTT, JESSICA 2,052.77 410523 08/16/2024 DIRECT DEPOSIT STURTEVANT, MARC 2,252.30 410524 08/16/2024 DIRECT DEPOSIT SWEATT, CODY 1,542.95 410525 08/16/2024 DIRECT DEPOSIT THOMPSON, CLINTON 1,747.17 410526 08/16/2024 DIRECT DEPOSIT THOMPSON, GRIFFIN 2,353.36 410527 08/16/2024 DIRECT DEPOSIT THOMPSON, ROBERT 1,589.81 410528 08/16/2024 DIRECT DEPOSIT THOMPSON, RUSSELL 3,744.91 410529 08/16/2024 DIRECT DEPOSIT TIERNEY, PATRICK 2,776.55 410530 08/16/2024 DIRECT DEPOSIT TOBIN, JUSTIN 2,414.86 410531 08/16/2024 DIRECT DEPOSIT TRENT, CHRISTOPHER 3,512.67 410532 08/16/2024 DIRECT DEPOSIT TROSKA, HUNTER 3,089.99 410533 08/16/2024 DIRECT DEPOSIT TURPIN, JENA 1,895.99 410534 08/16/2024 DIRECT DEPOSIT URSULEAN, FLORIN 2,709.36 410535 08/16/2024 DIRECT DEPOSIT URSULEAN, ZACHARY 2,097.33 410536 08/16/2024 DIRECT DEPOSIT USHER, ADAM 2,996.66 410537 08/16/2024 DIRECT DEPOSIT VELIE, ANTHONY 2,334.31 410538 08/16/2024 DIRECT DEPOSIT WAGNER, BRANDON 2,049.85 410539 08/16/2024 DIRECT DEPOSIT WALKER, RODERICK 1,431.57 410540 08/16/2024 DIRECT DEPOSIT WALKER, TYLER 2,425.65 410541 08/16/2024 DIRECT DEPOSIT WALLACE, JEREMY 2,396.93 410542 08/16/2024 DIRECT DEPOSIT WALLS, JOSEPH 2,336.74 410543 08/16/2024 DIRECT DEPOSIT WATKINS, BENJAMIN 2,208.95 410544 08/16/2024 DIRECT DEPOSIT WATTS, MEAGAN 2,061.15 410545 08/16/2024 DIRECT DEPOSIT WEAVER, TYLER 1,906.58 410546 08/16/2024 DIRECT DEPOSIT WELLS, MICHAEL 2,161.81 410547 08/16/2024 DIRECT DEPOSIT WELTER, JOSHUA 2,424.15 410548 08/16/2024 DIRECT DEPOSIT WENZEL, JACOB 1,584.65 410549 08/16/2024 DIRECT DEPOSIT WEST, RILEY 1,083.89 410549 08/16/2024 DIRECT DEPOSIT WEST, RILEY 464.52 410550 08/16/2024 DIRECT DEPOSIT WEST, ROSE 988.28 410551 08/16/2024 DIRECT DEPOSIT WESTERMAN, JAMES 2,150.20 410552 08/16/2024 DIRECT DEPOSIT WHITE, KEVIN 2,260.44 410553 08/16/2024 DIRECT DEPOSIT WILLMOT, WILLIAM 3,224.47 410554 08/16/2024 DIRECT DEPOSIT WILSNACK, ALEXANDER 2,215.65 410555 08/16/2024 DIRECT DEPOSIT WILSON, NEIL 2,585.71 410556 08/16/2024 DIRECT DEPOSIT WOODWARD, EDWARD 871.55 410557 08/16/2024 DIRECT DEPOSIT ZAVALA, ADRIAN 1,634.35 410558 08/16/2024 DIRECT DEPOSIT ZEDEK, STACY 2,426.10 410559 08/16/2024 DIRECT DEPOSIT PACHECO-NOEL, MARCELA 2,051.16 62 410560 08/16/2024 DIRECT DEPOSIT BRADLEY, DANIEL 1,363.31 410561 08/16/2024 DIRECT DEPOSIT RACKARD, KAREN 2,156.46 410562 08/16/2024 DIRECT DEPOSIT BERGMAN, QUINTIN 1,986.44 410563 08/16/2024 DIRECT DEPOSIT STUCZYNSKI, JESSICA 1,813.77 410564 08/16/2024 DIRECT DEPOSIT VANGEISON, DUSTIN 1,896.56 410565 08/16/2024 DIRECT DEPOSIT APPLEGATE, JAMES 225.45 410566 08/16/2024 DIRECT DEPOSIT BENSON, SHAWN 682.58 410567 08/16/2024 DIRECT DEPOSIT BOWLER, NANCY 50.00 410567 08/16/2024 DIRECT DEPOSIT BOWLER, NANCY 937.48 410568 08/16/2024 DIRECT DEPOSIT CASTLE, JULIE 676.33 410569 08/16/2024 DIRECT DEPOSIT COX, BRANDON 1,144.36 410570 08/16/2024 DIRECT DEPOSIT DUNHAM, TREVOR 687.97 410571 08/16/2024 DIRECT DEPOSIT HALLOWELL, MICHAEL 575.91 410572 08/16/2024 DIRECT DEPOSIT HEFFNER, KEITH 707.59 410573 08/16/2024 DIRECT DEPOSIT MALDONADO, ELI 122.79 410574 08/16/2024 DIRECT DEPOSIT RAMMEL, LORELEI 921.75 410575 08/16/2024 DIRECT DEPOSIT SELDES, JERROLD 2,491.89 410576 08/16/2024 DIRECT DEPOSIT SIRILLA, JOSEPH 742.54 410577 08/16/2024 DIRECT DEPOSIT SMITH, MICHAEL 707.60 410578 08/16/2024 DIRECT DEPOSIT TALARICO, FRANK 636.32 410579 08/16/2024 DIRECT DEPOSIT VACCARO, MICHAEL 700.41 410580 08/16/2024 DIRECT DEPOSIT WHITE, JOSEPH 1,687.41 410581 08/16/2024 DIRECT DEPOSIT BUNT, NANCY 4,627.61 410582 08/16/2024 DIRECT DEPOSIT COPELAND, KATHY 2,582.30 410583 08/16/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 500.00 410583 08/16/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 1,571.14 410584 08/16/2024 DIRECT DEPOSIT TITKANICH, JOHN 5,027.26 410584 08/16/2024 DIRECT DEPOSIT TITKANICH, JOHN 1,000.00 410585 08/16/2024 DIRECT DEPOSIT VOTZI, SHEILA 300.00 410585 08/16/2024 DIRECT DEPOSIT VOTZI, SHEILA 250.00 410585 08/16/2024 DIRECT DEPOSIT VOTZI, SHEILA 50.00 410585 08/16/2024 DIRECT DEPOSIT VOTZI, SHEILA 1,145.14 410586 08/16/2024 DIRECT DEPOSIT EMERSON, CYNTHIA 4,337.35 410587 08/16/2024 DIRECT DEPOSIT MILLER, MAYA 536.00 410587 08/16/2024 DIRECT DEPOSIT MILLER, MAYA 20.00 410587 08/16/2024 DIRECT DEPOSIT MILLER, MAYA 1,022.53 410587 08/16/2024 DIRECT DEPOSIT MILLER, MAYA 150.00 410588 08/16/2024 DIRECT DEPOSIT ZITO, MICHAEL 4,744.44 410589 08/16/2024 DIRECT DEPOSIT BOYLL, SUZANNE 3,759.39 410590 08/16/2024 DIRECT DEPOSIT FAULKNER, STACY 150.00 410590 08/16/2024 DIRECT DEPOSIT FAULKNER, STACY 1,939.06 410591 08/16/2024 DIRECT DEPOSIT HILL, CHEVY 1,301.54 410591 08/16/2024 DIRECT DEPOSIT HILL, CHEVY 100.00 410592 08/16/2024 DIRECT DEPOSIT KING, MICHAEL 2,015.91 410593 08/16/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 1,491.50 410593 08/16/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 100.00 410594 08/16/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 625.00 410594 08/16/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 400.00 410594 08/16/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 919.89 410595 08/16/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 200.00 410595 08/16/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 1,799.41 410596 08/16/2024 DIRECT DEPOSIT CHAREST, KATHERINE 2,140.03 410597 08/16/2024 DIRECT DEPOSIT SOBCZAK, ANDREW 3,885.56 410598 08/16/2024 DIRECT DEPOSIT FREEMAN, BRIAN 3,284.00 63 410599 08/16/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 25.00 410599 08/16/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 100.00 410599 08/16/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 275.00 410599 08/16/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 879.55 410599 08/16/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 40.00 410600 08/16/2024 DIRECT DEPOSIT MANN, JAMES 2,046.99 410601 08/16/2024 DIRECT DEPOSIT BALTER, CHRISTOPHER 2,641.50 410602 08/16/2024 DIRECT DEPOSIT CREAGAN, BRANDON 2,559.35 410603 08/16/2024 DIRECT DEPOSIT HILL, MICHAEL 1,992.29 410604 08/16/2024 DIRECT DEPOSIT JOHNSTON, VICKIE 1,638.67 410605 08/16/2024 DIRECT DEPOSIT KLERLEIN, LEISA 1,210.56 410606 08/16/2024 DIRECT DEPOSIT MCLENDON, SCHUMETTA 1,984.14 410607 08/16/2024 DIRECT DEPOSIT MURPHY, PATRICK 2,594.44 410608 08/16/2024 DIRECT DEPOSIT OTTOSON, CARRIE 1,151.24 410609 08/16/2024 DIRECT DEPOSIT RAYNOR, DALLAS 1,353.65 410610 08/16/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 410610 08/16/2024 DIRECT DEPOSIT SWEENEY, RYAN 2,956.20 410610 08/16/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 410611 08/16/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 330.36 410611 08/16/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 658.00 410611 08/16/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 1,500.00 410612 08/16/2024 DIRECT DEPOSIT TOOF, NICOLE 1,110.82 410613 08/16/2024 DIRECT DEPOSIT WOODY, LOGAN 1,136.54 410614 08/16/2024 DIRECT DEPOSIT ARNDT, MELISSA 1,903.68 410615 08/16/2024 DIRECT DEPOSIT AUTON, MICHELLE 1,560.74 410616 08/16/2024 DIRECT DEPOSIT BIRHANZL, JOHN 425.91 410617 08/16/2024 DIRECT DEPOSIT CLAUSS, PATRICIA 707.07 410618 08/16/2024 DIRECT DEPOSIT GINES, BARBARA 751.34 410619 08/16/2024 DIRECT DEPOSIT HENRY, CARRI 922.17 410620 08/16/2024 DIRECT DEPOSIT BUCK, KELLY 2,595.05 410621 08/16/2024 DIRECT DEPOSIT CARTER SOLOMON, VANESSA 165.00 410621 08/16/2024 DIRECT DEPOSIT CARTER SOLOMON, VANESSA 1,990.07 410622 08/16/2024 DIRECT DEPOSIT DRISKELL, DAPHNE 1,536.63 410623 08/16/2024 DIRECT DEPOSIT GIL, AMARIS 1,152.84 410624 08/16/2024 DIRECT DEPOSIT TAYLOR JOHNSON, TRICIA 1,351.41 410624 08/16/2024 DIRECT DEPOSIT TAYLOR JOHNSON, TRICIA 501.00 410625 08/16/2024 DIRECT DEPOSIT VAUGHT, DUSTIN 1,796.57 410626 08/16/2024 DIRECT DEPOSIT CARROLL, SHAWNA 1,328.74 410627 08/16/2024 DIRECT DEPOSIT CASANO, ELIZABETH 247.82 410627 08/16/2024 DIRECT DEPOSIT CASANO, ELIZABETH 1,404.28 410628 08/16/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 1,000.00 410628 08/16/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 3,808.27 410629 08/16/2024 DIRECT DEPOSIT JONES, DONALD 1,918.73 410630 08/16/2024 DIRECT DEPOSIT LLOYD, RYAN 3,427.28 410631 08/16/2024 DIRECT DEPOSIT MARINI, RICHARD 2,980.27 410632 08/16/2024 DIRECT DEPOSIT PRIDGEON, JENNIFER 1,744.10 410633 08/16/2024 DIRECT DEPOSIT REYES, ALICIA 1,617.34 410634 08/16/2024 DIRECT DEPOSIT REYES, ERIN 1,731.93 410635 08/16/2024 DIRECT DEPOSIT RICHARDS, DONNA 961.05 410636 08/16/2024 DIRECT DEPOSIT SMILOVICH, MICHAEL 2,214.11 410637 08/16/2024 DIRECT DEPOSIT WISHARD, SHARYNE 27.50 410637 08/16/2024 DIRECT DEPOSIT WISHARD, SHARYNE 20.00 410637 08/16/2024 DIRECT DEPOSIT WISHARD, SHARYNE 62.50 410637 08/16/2024 DIRECT DEPOSIT WISHARD, SHARYNE 1,273.41 64 410637 08/16/2024 DIRECT DEPOSIT WISHARD, SHARYNE 150.00 410638 08/16/2024 DIRECT DEPOSIT ARSENEAU, JASON 1,461.55 410639 08/16/2024 DIRECT DEPOSIT BARTEE, JAMES 1,443.91 410640 08/16/2024 DIRECT DEPOSIT BRISTOL, SAMUEL 890.18 410641 08/16/2024 DIRECT DEPOSIT BROWN, LOUIS 945.51 410642 08/16/2024 DIRECT DEPOSIT CASAS, RAY 1,050.86 410642 08/16/2024 DIRECT DEPOSIT CASAS, RAY 45.00 410643 08/16/2024 DIRECT DEPOSIT DEWSON, WILLIAM 1,069.35 410644 08/16/2024 DIRECT DEPOSIT DORNEY, RONALD 1,112.93 410645 08/16/2024 DIRECT DEPOSIT DUKE, JUSTIN 1,394.69 410646 08/16/2024 DIRECT DEPOSIT ELLI, ANTON 1,596.93 410647 08/16/2024 DIRECT DEPOSIT HISLE, IVAN 1,114.27 410648 08/16/2024 DIRECT DEPOSIT JASPER, RICARDO 1,527.34 410649 08/16/2024 DIRECT DEPOSIT JEFFERSON, LORENZO 1,869.26 410650 08/16/2024 DIRECT DEPOSIT KNAUER, HARVEY 1,626.64 410651 08/16/2024 DIRECT DEPOSIT LEWIS, RICCO 1,006.09 410652 08/16/2024 DIRECT DEPOSIT LUFT, MICHAEL 1,197.24 410653 08/16/2024 DIRECT DEPOSIT MIEHLE, DANIEL 1,548.47 410654 08/16/2024 DIRECT DEPOSIT MORGAN, MARQUIS 1,005.71 410655 08/16/2024 DIRECT DEPOSIT MOSLEY, IRA 1,215.38 410656 08/16/2024 DIRECT DEPOSIT NOEL, INOBERT 1,787.90 410657 08/16/2024 DIRECT DEPOSIT POWELL, ELIZABETH 50.00 410657 08/16/2024 DIRECT DEPOSIT POWELL, ELIZABETH 3,938.67 410658 08/16/2024 DIRECT DEPOSIT REED, JIMMY 1,215.59 410659 08/16/2024 DIRECT DEPOSIT REESE, PAUL 852.36 410660 08/16/2024 DIRECT DEPOSIT ROSECRANTS, PHILLIP 1,005.72 410661 08/16/2024 DIRECT DEPOSIT SHEDAKER, MICHAEL 1,011.79 410662 08/16/2024 DIRECT DEPOSIT SMITH, DOUGLAS 1,266.83 410663 08/16/2024 DIRECT DEPOSIT SMITH, LORI 1,639.67 410664 08/16/2024 DIRECT DEPOSIT STAAR, MICHAEL 1,471.13 410665 08/16/2024 DIRECT DEPOSIT VENTO, JAMES 1,147.29 410666 08/16/2024 DIRECT DEPOSIT WHITE, RALPH 1,531.98 410667 08/16/2024 DIRECT DEPOSIT WOODS, DANIEL 1,365.93 410668 08/16/2024 DIRECT DEPOSIT YATES, WILLIAM 1,649.58 410669 08/16/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 1,297.23 410669 08/16/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 25.00 410670 08/16/2024 DIRECT DEPOSIT CATAPANO, ROBERT 1,823.47 410671 08/16/2024 DIRECT DEPOSIT KENDRICK, MEGAN 2,894.75 410672 08/16/2024 DIRECT DEPOSIT FLORIAN, YVONNE 1,275.49 410673 08/16/2024 DIRECT DEPOSIT LAZZARI ESTEVEZ, ANDREA 1,184.61 410674 08/16/2024 DIRECT DEPOSIT MUNROE, LESLIE 125.00 410674 08/16/2024 DIRECT DEPOSIT MUNROE, LESLIE 745.52 410675 08/16/2024 DIRECT DEPOSIT AZZOUNI, DENNIS 1,608.30 410676 08/16/2024 DIRECT DEPOSIT BAKER, BENJAMIN 1,747.70 410677 08/16/2024 DIRECT DEPOSIT BALFE, RYAN 1,196.09 410678 08/16/2024 DIRECT DEPOSIT BELL, THOMAS 1,590.73 410679 08/16/2024 DIRECT DEPOSIT BERGINC, CHARLES 1,580.59 410680 08/16/2024 DIRECT DEPOSIT BESAW, BRIAN 1,248.36 410681 08/16/2024 DIRECT DEPOSIT BLUM, PHILIP 1,735.39 410682 08/16/2024 DIRECT DEPOSIT BURRELL, HARRY 1,228.06 410683 08/16/2024 DIRECT DEPOSIT CARDELL, BURKE 1,489.29 410684 08/16/2024 DIRECT DEPOSIT CONKLIN, DANIEL 1,385.60 410685 08/16/2024 DIRECT DEPOSIT COPPERSMITH, JOHN 1,628.37 410686 08/16/2024 DIRECT DEPOSIT CUNNINGHAM, TODD 1,466.67 65 410687 08/16/2024 DIRECT DEPOSIT CURRY, IRA 1,307.80 410688 08/16/2024 DIRECT DEPOSIT DRAWDY, PAULA 1,157.08 410689 08/16/2024 DIRECT DEPOSIT EDMOND, MAXIME 1,166.93 410690 08/16/2024 DIRECT DEPOSIT FRALIX, RIDGE 1,214.62 410691 08/16/2024 DIRECT DEPOSIT GILLETTE, TRAVIS 1,429.28 410692 08/16/2024 DIRECT DEPOSIT GUERTLER, KEVIN 1,864.79 410693 08/16/2024 DIRECT DEPOSIT HANSEN, SCOTT 1,320.94 410694 08/16/2024 DIRECT DEPOSIT HATFIELD, THOMAS 1,420.68 410695 08/16/2024 DIRECT DEPOSIT HAYES, CODY 1,671.68 410695 08/16/2024 DIRECT DEPOSIT HAYES, CODY 716.43 410696 08/16/2024 DIRECT DEPOSIT HAYNES, PAUL 1,236.60 410697 08/16/2024 DIRECT DEPOSIT HICKS, TROY 1,368.55 410698 08/16/2024 DIRECT DEPOSIT HILLS, JOHNATHAN 1,124.82 410699 08/16/2024 DIRECT DEPOSIT HURLER, DARREL 1,922.22 410700 08/16/2024 DIRECT DEPOSIT KERSHAW, DAMON 1,206.69 410701 08/16/2024 DIRECT DEPOSIT LANCE, KENNETH 27.50 410701 08/16/2024 DIRECT DEPOSIT LANCE, KENNETH 400.00 410701 08/16/2024 DIRECT DEPOSIT LANCE, KENNETH 854.14 410701 08/16/2024 DIRECT DEPOSIT LANCE, KENNETH 135.00 410702 08/16/2024 DIRECT DEPOSIT LIGUORI, JAMES 1,673.65 410703 08/16/2024 DIRECT DEPOSIT MADDOX, BOBBY 1,086.93 410704 08/16/2024 DIRECT DEPOSIT MARX, AUSTIN 1,294.27 410705 08/16/2024 DIRECT DEPOSIT MATHESON, CHRISTOPHER 1,263.93 410706 08/16/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 1,109.19 410706 08/16/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 385.00 410707 08/16/2024 DIRECT DEPOSIT MEND, JULIANNE 764.12 410707 08/16/2024 DIRECT DEPOSIT MEND, JULIANNE 134.84 410708 08/16/2024 DIRECT DEPOSIT MILAS, BARBARA 1,496.65 410709 08/16/2024 DIRECT DEPOSIT MORSE, JEFFREY 2,774.91 410710 08/16/2024 DIRECT DEPOSIT NELSON, BRIAN 224.00 410710 08/16/2024 DIRECT DEPOSIT NELSON, BRIAN 1,526.19 410711 08/16/2024 DIRECT DEPOSIT OOLEY, DANNY 2,485.40 410712 08/16/2024 DIRECT DEPOSIT PEABODY, BRENT 1,439.38 410713 08/16/2024 DIRECT DEPOSIT REDDIE, FITZROY 1,730.90 410714 08/16/2024 DIRECT DEPOSIT ROONEY, ROBERT 1,405.32 410715 08/16/2024 DIRECT DEPOSIT SEYMOUR, SETH 877.13 410716 08/16/2024 DIRECT DEPOSIT SHAPIRO, ROBERT 1,365.95 410717 08/16/2024 DIRECT DEPOSIT SLEEMAN, DENISE 2,074.33 410718 08/16/2024 DIRECT DEPOSIT SMITH, MATTHEW 1,161.88 410719 08/16/2024 DIRECT DEPOSIT SOTO, EMERSON 1,661.90 410720 08/16/2024 DIRECT DEPOSIT STEPHENS, LAYNE 2,177.48 410721 08/16/2024 DIRECT DEPOSIT STEPHENS, LAYNE 1,296.20 410722 08/16/2024 DIRECT DEPOSIT SUMMERFIELD, GEORGE 1,460.07 410723 08/16/2024 DIRECT DEPOSIT TARANTINO, MARK 1,298.98 410723 08/16/2024 DIRECT DEPOSIT TARANTINO, MARK 200.00 410724 08/16/2024 DIRECT DEPOSIT TRUSTY, JAMAR 1,545.37 410725 08/16/2024 DIRECT DEPOSIT TUCKER, MATTHEW 1,207.16 410726 08/16/2024 DIRECT DEPOSIT VOLGARINO, CARL 1,438.79 410727 08/16/2024 DIRECT DEPOSIT WARD, HERSHEL 1,926.17 410728 08/16/2024 DIRECT DEPOSIT WILLIAMS, CHARLES 1,115.37 410729 08/16/2024 DIRECT DEPOSIT WILSON, WILLIAM 1,906.37 410730 08/16/2024 DIRECT DEPOSIT JONES, TRAVIS 1,341.75 410731 08/16/2024 DIRECT DEPOSIT LINGWOOD, ASHLEY 2,149.32 410732 08/16/2024 DIRECT DEPOSIT RODDENBERRY, OLIVIA 1,427.52 66 410733 08/16/2024 DIRECT DEPOSIT SWINDELL, WENDY 2,220.45 410734 08/16/2024 DIRECT DEPOSIT TAYLOR, JOSEPH 1,330.53 410735 08/16/2024 DIRECT DEPOSIT BALL, SHELBY 1,446.03 410736 08/16/2024 DIRECT DEPOSIT HYDE, JENNIFER 2,585.29 410737 08/16/2024 DIRECT DEPOSIT LYSTLUND, DIANE 1,924.14 410738 08/16/2024 DIRECT DEPOSIT ALLEN, NANCY 1,581.34 410739 08/16/2024 DIRECT DEPOSIT BESANCON, LAURIE 2,562.70 410740 08/16/2024 DIRECT DEPOSIT HARRINGTON, LISA 1,252.12 410741 08/16/2024 DIRECT DEPOSIT JACKSON, SHAQUALIA 2,130.91 410742 08/16/2024 DIRECT DEPOSIT JONES, RONALD 2,960.85 410743 08/16/2024 DIRECT DEPOSIT LEMONS, VALERIE 1,646.86 410744 08/16/2024 DIRECT DEPOSIT MENTA, HIMANSHU 1,600.00 410744 08/16/2024 DIRECT DEPOSIT MEHTA, HIMANSHU 2,989.47 410745 08/16/2024 DIRECT DEPOSIT MENDEZ, MARISOL 1,239.94 410746 08/16/2024 DIRECT DEPOSIT PERSON, ANTOWAIN 1,568.89 410747 08/16/2024 DIRECT DEPOSIT STREETER, VONNIE 1,734.19 410748 08/16/2024 DIRECT DEPOSIT CASALINA, NICHOLAS 250.00 410748 08/16/2024 DIRECT DEPOSIT CASALINA, NICHOLAS 2,010.21 410749 08/16/2024 DIRECT DEPOSIT CHURCH, MICHAEL 1,972.95 410750 08/16/2024 DIRECT DEPOSIT EVERHART, COLBY 1,180.07 410751 08/16/2024 DIRECT DEPOSIT EVERHART, MARK STEVE 2,686.77 410752 08/16/2024 DIRECT DEPOSIT GARRETT, KEITH 85.00 410752 08/16/2024 DIRECT DEPOSIT GARRETT, KEITH 1,881.83 410753 08/16/2024 DIRECT DEPOSIT GEE, DAVID 2,181.88 410754 08/16/2024 DIRECT DEPOSIT GOLD, JASON 1,514.41 410755 08/16/2024 DIRECT DEPOSIT HAINES, ROBERT 1,533.77 410756 08/16/2024 DIRECT DEPOSIT LIST, TERRY 1,731.24 410757 08/16/2024 DIRECT DEPOSIT LOVEDAY, MICHAEL 2,622.48 410758 08/16/2024 DIRECT DEPOSIT MATHIS, JEFF 1,579.32 410759 08/16/2024 DIRECT DEPOSIT MESSER, CHARLES 150.00 410759 08/16/2024 DIRECT DEPOSIT MESSER, CHARLES 2,305.02 410760 08/16/2024 DIRECT DEPOSIT PARILLO, TRAVIS 1,671.97 410761 08/16/2024 DIRECT DEPOSIT PATTESON, SCOTT 617.92 410761 08/16/2024 DIRECT DEPOSIT PATTESON, SCOTT 750.00 410762 08/16/2024 DIRECT DEPOSIT SMITH, LEVI 1,647.78 410763 08/16/2024 DIRECT DEPOSIT STEFFEN, KURT 255.00 410763 08/16/2024 DIRECT DEPOSIT STEFFEN, KURT 2,289.31 410764 08/16/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 52.06 410764 08/16/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 2,550.92 410765 08/16/2024 DIRECT DEPOSIT BAKER, RAYMOND 20.00 410765 08/16/2024 DIRECT DEPOSIT BAKER, RAYMOND 10.00 410765 08/16/2024 DIRECT DEPOSIT BAKER, RAYMOND 2,336.78 410765 08/16/2024 DIRECT DEPOSIT BAKER, RAYMOND 250.00 410766 08/16/2024 DIRECT DEPOSIT BEARDSLEY, JOHN 1,377.28 410767 08/16/2024 DIRECT DEPOSIT BISHOP, DANIEL 149.86 410767 08/16/2024 DIRECT DEPOSIT BISHOP, DANIEL 1,348.76 410768 08/16/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 125.00 410768 08/16/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 2,208.76 410769 08/16/2024 DIRECT DEPOSIT CORBETT, BRETT 1,363.31 410770 08/16/2024 DIRECT DEPOSIT CROSBY, WILLIAM 2,913.26 410771 08/16/2024 DIRECT DEPOSIT D'ANGELO, COLLEEN 2,819.90 410772 08/16/2024 DIRECT DEPOSIT DAILEY, LAWRENCE 2,432.58 410773 08/16/2024 DIRECT DEPOSIT FLOOD, DOUGLAS 402.68 410773 08/16/2024 DIRECT DEPOSIT FLOOD, DOUGLAS 1,610.70 67 410774 08/16/2024 DIRECT DEPOSIT FONVIELLE, JARED 2,518.89 410775 08/16/2024 DIRECT DEPOSIT LIBERUS, LEON 1,856.30 410775 08/16/2024 DIRECT DEPOSIT LIBERUS, LEON 700.00 410776 08/16/2024 DIRECT DEPOSIT O'CONNELL, TIMOTHY 1,878.22 410777 08/16/2024 DIRECT DEPOSIT QUINLIVAN, STEVEN 1,512.87 410778 08/16/2024 DIRECT DEPOSIT SCHOONMAKER, JOHN 1,999.30 410779 08/16/2024 DIRECT DEPOSIT TAPPEN, AARON 1,785.88 410780 08/16/2024 DIRECT DEPOSIT THIELE, MICHAEL 695.49 410780 08/16/2024 DIRECT DEPOSIT THIELE, MICHAEL 2,781.98 410781 08/16/2024 DIRECT DEPOSIT VERNON, MICHAEL 2,362.29 410782 08/16/2024 DIRECT DEPOSIT WALLACE, ALEXANDER 1,749.59 410783 08/16/2024 DIRECT DEPOSIT WHITEHEAD, ROBERT 2,278.02 410784 08/16/2024 DIRECT DEPOSIT BARRETT, SHANE 1,489.28 410785 08/16/2024 DIRECT DEPOSIT BELCHER, WILLIAM 2,554.25 410786 08/16/2024 DIRECT DEPOSIT DEAN, MICHELLE 1,362.68 410787 08/16/2024 DIRECT DEPOSIT DELAPAZ, NORBERTO 1,214.66 410788 08/16/2024 DIRECT DEPOSIT EVANS, TONY 1,238.28 410789 08/16/2024 DIRECT DEPOSIT GLENTON, JOHN 400.00 410789 08/16/2024 DIRECT DEPOSIT GLENTON, JOHN 1,349.20 410790 08/16/2024 DIRECT DEPOSIT HARRINGTON, RICHARD 1,182.71 410791 08/16/2024 DIRECT DEPOSIT HIBBARD, TOBY 1,645.86 410792 08/16/2024 DIRECT DEPOSIT KEMP, HAROLD 350.00 410792 08/16/2024 DIRECT DEPOSIT KEMP, HAROLD 2,892.27 410793 08/16/2024 DIRECT DEPOSIT LAMPKIN, TORYANA 1,329.57 410794 08/16/2024 DIRECT DEPOSIT LAWSON, ANDREW 4,445.35 410795 08/16/2024 DIRECT DEPOSIT LYNCH, MARKEI 1,399.50 410796 08/16/2024 DIRECT DEPOSIT MORGAN, JESSE 1,821.97 410797 08/16/2024 DIRECT DEPOSIT SIMCHICK, EDWARD 1,572.51 410798 08/16/2024 DIRECT DEPOSIT SMITH, DEWAYNE 1,352.10 410799 08/16/2024 DIRECT DEPOSIT WASHBURN, DAVID 1,261.14 410800 08/16/2024 DIRECT DEPOSIT WILES, GARY 50.00 410800 08/16/2024 DIRECT DEPOSIT WILES, GARY 1,473.56 410801 08/16/2024 DIRECT DEPOSIT YARUSINSKY, SEAN 1,593.15 410802 08/16/2024 DIRECT DEPOSIT ZANCA, LEONARD 1,476.95 410803 08/16/2024 DIRECT DEPOSIT BUSH, STACEY 1,811.56 410804 08/16/2024 DIRECT DEPOSIT CARDENAS, YAIMA 1,043.86 410805 08/16/2024 DIRECT DEPOSIT MARTINEZ, SYBIA 1,115.96 410806 08/16/2024 DIRECT DEPOSIT PLOURDE, GILTON 1,496.12 410807 08/16/2024 DIRECT DEPOSIT RAMOS, ANNA 1,382.62 410808 08/16/2024 DIRECT DEPOSIT ESTRADA POSADA, MARIANA 991.85 410809 08/16/2024 DIRECT DEPOSIT CHINYANGANYA, SIPHIKELELO 2,497.98 410810 08/16/2024 DIRECT DEPOSIT LAMBERT, BRIANA 1,273.14 410811 08/16/2024 DIRECT DEPOSIT VALENTIN, JEYLAND 1,189.37 410812 08/16/2024 DIRECT DEPOSIT BOMMARITO, RUTH 200.00 410812 08/16/2024 DIRECT DEPOSIT BOMMARITO, RUTH 2,440.82 410813 08/16/2024 DIRECT DEPOSIT DANIELS, KRISTIN 3,486.13 410813 08/16/2024 DIRECT DEPOSIT DANIELS, KRISTIN 1,000.00 410814 08/16/2024 DIRECT DEPOSIT KRISS, ELISE 2,265.84 410815 08/16/2024 DIRECT DEPOSIT ZIRKLE, RHONDA 1,358.53 410816 08/16/2024 DIRECT DEPOSIT CHAREST, ERIC 70.00 410816 08/16/2024 DIRECT DEPOSIT CHAREST, ERIC 3,156.44 410817 08/16/2024 DIRECT DEPOSIT DRAWDY GLASS, SIDNEY 1,812.00 410818 08/16/2024 DIRECT DEPOSIT GUERRA, REBECA 2,981.44 410819 08/16/2024 DIRECT DEPOSIT HITT, STEVEN 1,684.97 68 410820 08/16/2024 DIRECT DEPOSIT PAYAN, EDGAR 450.02 410820 08/16/2024 DIRECT DEPOSIT PAYAN, EDGAR 700.00 410821 08/16/2024 DIRECT DEPOSIT YANCHULA, KYLIE 3,688.92 410822 08/16/2024 DIRECT DEPOSIT ADAMS, AYESHA 1,243.41 410823 08/16/2024 DIRECT DEPOSIT CARD, TABITHA 1,190.66 410823 08/16/2024 DIRECT DEPOSIT CARD, TABITHA 62.67 410824 08/16/2024 DIRECT DEPOSIT CHECCHI, DAVID 2,009.04 410825 08/16/2024 DIRECT DEPOSIT CHEER, WILLIAM 2,665.91 410826 08/16/2024 DIRECT DEPOSIT CLAYBURN, GRAHAM 3,229.83 410827 08/16/2024 DIRECT DEPOSIT CLEMENTS, COLBY 2,124.48 410828 08/16/2024 DIRECT DEPOSIT COLLINS, MICHAEL 1,553.49 410829 08/16/2024 DIRECT DEPOSIT DENNIS, PETER 1,828.91 410830 08/16/2024 DIRECT DEPOSIT DERBY, NATHAN 1,952.03 410831 08/16/2024 DIRECT DEPOSIT DOUTRICH, MICHAEL 4,613.20 410832 08/16/2024 DIRECT DEPOSIT DUNKERLEY, RICK 1,441.50 410833 08/16/2024 DIRECT DEPOSIT GILBERT, KELLY 2,085.44 410834 08/16/2024 DIRECT DEPOSIT GLOWACKI, ANDREW 1,625.86 410835 08/16/2024 DIRECT DEPOSIT GREGORY, JULIE 1,383.61 410836 08/16/2024 DIRECT DEPOSIT GUTHRIE, ASHLEY 1,264.42 410837 08/16/2024 DIRECT DEPOSIT HEATH, BRIANNA 923.52 410837 08/16/2024 DIRECT DEPOSIT HEATH, BRIANNA 50.00 410838 08/16/2024 DIRECT DEPOSIT INMAN, DANIEL 2,481.18 410839 08/16/2024 DIRECT DEPOSIT LUNDEEN, ERIKA 3,242.78 410840 08/16/2024 DIRECT DEPOSIT MARINO, APRIL 2,459.57 410841 08/16/2024 DIRECT DEPOSIT MCADAM, SCOTT 4,120.89 410842 08/16/2024 DIRECT DEPOSIT MCFARLAND, RODNEY 1,072.56 410843 08/16/2024 DIRECT DEPOSIT MORRIS, RUSSELL 2,502.27 410844 08/16/2024 DIRECT DEPOSIT MOSSMAN, RAYMOND 2,873.54 410845 08/16/2024 DIRECT DEPOSIT NEWMAN, KATHARINE 1,184.56 410846 08/16/2024 DIRECT DEPOSIT ORCEAN, KEYETTA 1,604.32 410847 08/16/2024 DIRECT DEPOSIT PEREZ, MARELYN 1,522.20 410848 08/16/2024 DIRECT DEPOSIT RAMOS, NICOLAS 2,359.43 410849 08/16/2024 DIRECT DEPOSIT REEVES, CANDICE 2,079.50 410850 08/16/2024 DIRECT DEPOSIT SHAW, EVA 1,229.39 410851 08/16/2024 DIRECT DEPOSIT SHOFF, TODD 2,377.94 410852 08/16/2024 DIRECT DEPOSIT SMITH, ROBERT 2,600.28 410853 08/16/2024 DIRECT DEPOSIT VALENCIA, ALBA 2,848.84 410854 08/16/2024 DIRECT DEPOSIT ACKISON, NICHOLAS 1,718.71 410855 08/16/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 1,105.23 410855 08/16/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 276.31 410856 08/16/2024 DIRECT DEPOSIT BEAVERS, BRYAN 2,622.32 410857 08/16/2024 DIRECT DEPOSIT BERTON, SOLOMON 1,586.24 410858 08/16/2024 DIRECT DEPOSIT CARPENTER, PATRIC 1,553.98 410859 08/16/2024 DIRECT DEPOSIT EDDINGER, RODNEY 2,077.65 410860 08/16/2024 DIRECT DEPOSIT GORE, EDWIN 1,519.64 410861 08/16/2024 DIRECT DEPOSIT HANSEN, SUZI 200.00 410861 08/16/2024 DIRECT DEPOSIT HANSEN, SUZI 200.00 410861 08/16/2024 DIRECT DEPOSIT HANSEN, SUZI 1,167.95 410862 08/16/2024 DIRECT DEPOSIT HAWKINS, NICHOLAS 1,908.90 410863 08/16/2024 DIRECT DEPOSIT LIESKE, SEAN 4,319.83 410864 08/16/2024 DIRECT DEPOSIT MECKES, RICHARD 3,254.28 410865 08/16/2024 DIRECT DEPOSIT MURPHY, GRACE 494.21 410866 08/16/2024 DIRECT DEPOSIT NIEMI, KARRINA 870.28 410867 08/16/2024 DIRECT DEPOSIT RICHARDS, HOWARD 4,158.70 69 410868 08/16/2024 DIRECT DEPOSIT ROLAND, JESSE 2,143.17 410869 08/16/2024 DIRECT DEPOSIT SHATARA, JIHAD 2,530.74 410870 08/16/2024 DIRECT DEPOSIT SMITH, MICHAEL 1,987.58 410871 08/16/2024 DIRECT DEPOSIT TOBAR, ROBERT 52.07 410871 08/16/2024 DIRECT DEPOSIT TOBAR, ROBERT 2,030.90 410872 08/16/2024 DIRECT DEPOSIT TYRPAK, CHRISTINA 1,404.89 410873 08/16/2024 DIRECT DEPOSIT VEGA, JOSE 1,803.50 410874 08/16/2024 DIRECT DEPOSIT YOUNGBLOOD, HARRISON 3,278.58 410875 08/16/2024 DIRECT DEPOSIT BUERKEL, JAMES 770.24 410876 08/16/2024 DIRECT DEPOSIT BUNNELL, JEFFREY 448.61 410877 08/16/2024 DIRECT DEPOSIT CAPPUCCIO, PATRICIA 86.68 410878 08/16/2024 DIRECT DEPOSIT CARANI, MARCO 391.07 410879 08/16/2024 DIRECT DEPOSIT CARR, DONALD 439.60 410880 08/16/2024 DIRECT DEPOSIT CLARK, JONATHAN 1,396.79 410881 08/16/2024 DIRECT DEPOSIT CONROY, JAMES 574.73 410882 08/16/2024 DIRECT DEPOSIT DEMARIE, BRYAN 226.88 410883 08/16/2024 DIRECT DEPOSIT DONOVAN, JAMES 299.21 410884 08/16/2024 DIRECT DEPOSIT EMERY, HENRY 423.67 410885 08/16/2024 DIRECT DEPOSIT FAIRBANK, STEVEN 333.46 410886 08/16/2024 DIRECT DEPOSIT GERACI, RICHARD 208.97 410887 08/16/2024 DIRECT DEPOSIT GOSSELIN, MARC 266.45 410888 08/16/2024 DIRECT DEPOSIT GRIGSBY, JAMES 500.41 410889 08/16/2024 DIRECT DEPOSIT HEDGECOCK, KENDALL 1,324.75 410890 08/16/2024 DIRECT DEPOSIT HOOT, CHARLES 515.20 410891 08/16/2024 DIRECT DEPOSIT KENNEDY, PATRICK 289.56 410892 08/16/2024 DIRECT DEPOSIT KLERLEIN, PAUL 1,120.52 410893 08/16/2024 DIRECT DEPOSIT MAHONEY, FRANCIS 698.44 410894 08/16/2024 DIRECT DEPOSIT MAXFIELD, DONALD 667.17 410895 08/16/2024 DIRECT DEPOSIT MCMANUS, HERBERT 376.14 410896 08/16/2024 DIRECT DEPOSIT NAGY, BELA 3,228.18 410897 08/16/2024 DIRECT DEPOSIT PINE, MARK 686.59 410898 08/16/2024 DIRECT DEPOSIT REGAN, JAMES 555.35 410899 08/16/2024 DIRECT DEPOSIT SMITH, DONALD 328.91 410900 08/16/2024 DIRECT DEPOSIT TOOF, BRIAN 570.46 410901 08/16/2024 DIRECT DEPOSIT TYNER, JAMES 510.73 410902 08/16/2024 DIRECT DEPOSIT WINDLAN, MATTHEW 442.55 410903 08/16/2024 DIRECT DEPOSIT KOZAC, MASON 1,785.76 410904 08/16/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 15.00 410904 08/16/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 2,178.92 410904 08/16/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 300.00 410905 08/16/2024 DIRECT DEPOSIT BETHEL, MICHAEL 1,621.81 410906 08/16/2024 DIRECT DEPOSIT DIETRICH, ERIC 1,850.98 410907 08/16/2024 DIRECT DEPOSIT DIXON, CRESHENA 2,117.87 410908 08/16/2024 DIRECT DEPOSIT GLASS, ZACHARY 1,663.93 410909 08/16/2024 DIRECT DEPOSIT HAMBERGER, DAREN 1,991.98 410910 08/16/2024 DIRECT DEPOSIT HEGI, PAULA 1,507.62 410911 08/16/2024 DIRECT DEPOSIT HISH, ANDREW 2,557.07 410912 08/16/2024 DIRECT DEPOSIT JOHNSON, SCOTT 2,738.03 410913 08/16/2024 DIRECT DEPOSIT MALDONADO, JASSON 1,732.09 410913 08/16/2024 DIRECT DEPOSIT MALDONADO, JASSON 170.00 410914 08/16/2024 DIRECT DEPOSIT MCGRADY, MICHAEL 1,824.26 410915 08/16/2024 DIRECT DEPOSIT MILLER, RACHEAL 566.25 410915 08/16/2024 DIRECT DEPOSIT MILLER, RACHEAL 1,900.00 410916 08/16/2024 DIRECT DEPOSIT PORTWOOD, ZACHARY 2,859.93 70 410917 08/16/2024 DIRECT DEPOSIT SCHULENBURG, KAI 1,270.13 410918 08/16/2024 DIRECT DEPOSIT TRUMBLE, JEREMY 1,691.52 410919 08/16/2024 DIRECT DEPOSIT VARGAS, JONATHAN 2,324.08 410920 08/16/2024 DIRECT DEPOSIT WILLIAMS, ADAM 2,173.61 410921 08/16/2024 DIRECT DEPOSIT BAKER, RANDY 1,875.51 410922 08/16/2024 DIRECT DEPOSIT DEMERS, ZACHARY 1,362.98 410923 08/16/2024 DIRECT DEPOSIT LEVER, EDWARD 1,505.93 410924 08/16/2024 DIRECT DEPOSIT MILLER, ROBERT LEO 1,826.98 410925 08/16/2024 DIRECT DEPOSIT REDMOND, LAWRENCE 1,246.26 410926 08/16/2024 DIRECT DEPOSIT STILLWAGGON, ROBERT 1,276.34 410927 08/16/2024 DIRECT DEPOSIT CLARK, LUANNE 40.00 410927 08/16/2024 DIRECT DEPOSIT CLARK, LUANNE 1,712.72 410928 08/16/2024 DIRECT DEPOSIT BOWDREN, MARIA 350.00 410928 08/16/2024 DIRECT DEPOSIT BOWDREN, MARIA 1,339.04 410929 08/16/2024 DIRECT DEPOSIT BREEN, KRISTEN 1,295.21 410930 08/16/2024 DIRECT DEPOSIT CUNDIFF, KARI 1,882.37 410931 08/16/2024 DIRECT DEPOSIT EANES, MICAH 1,572.87 410932 08/16/2024 DIRECT DEPOSIT GUYNN, ROBERT 1,949.65 410933 08/16/2024 DIRECT DEPOSIT HAMILTON, DUANE 1,960.83 410934 08/16/2024 DIRECT DEPOSIT HANSEN, KEVIN 1,706.18 410935 08/16/2024 DIRECT DEPOSIT HATALA, BROCK 1,938.92 410936 08/16/2024 DIRECT DEPOSIT HULLEN, DANIEL 1,789.76 410937 08/16/2024 DIRECT DEPOSIT INGLETT, REGINALD 2,011.74 410938 08/16/2024 DIRECT DEPOSIT KEITH, DONALD 1,938.01 410938 08/16/2024 DIRECT DEPOSIT KEITH, DONALD 350.00 410939 08/16/2024 DIRECT DEPOSIT LEIENDECKER, KIRSTIN 4,322.12 410940 08/16/2024 DIRECT DEPOSIT MASON, STACIE 1,409.55 410941 08/16/2024 DIRECT DEPOSIT MATHIS, RICHARD 550.00 410941 08/16/2024 DIRECT DEPOSIT MATHIS, RICHARD 2,398.50 410942 08/16/2024 DIRECT DEPOSIT MOORE, JEREMY 1,293.36 410943 08/16/2024 DIRECT DEPOSIT MOWER, BRADLEY 1,649.17 410944 08/16/2024 DIRECT DEPOSIT REICHENBACH, RICHARD 2,657.39 410945 08/16/2024 DIRECT DEPOSIT RILEY, MARK 1,368.98 410946 08/16/2024 DIRECT DEPOSIT ROBERTSON, CRAIG 1,035.98 410947 08/16/2024 DIRECT DEPOSIT SABOT, DENISE 1,199.69 410948 08/16/2024 DIRECT DEPOSIT SCHRYVER, DAVID 3,715.11 410949 08/16/2024 DIRECT DEPOSIT SILON, DAVID 3,205.66 410950 08/16/2024 DIRECT DEPOSIT SKOK, ROBERT 2,702.70 410951 08/16/2024 DIRECT DEPOSIT SMITH, WENDY 2,603.04 410952 08/16/2024 DIRECT DEPOSIT SNYDER, CHELSEA 1,625.17 410953 08/16/2024 DIRECT DEPOSIT SOYKA, MATTHEW 3,118.34 410954 08/16/2024 DIRECT DEPOSIT STANTON, JOHN 1,607.66 410955 08/16/2024 DIRECT DEPOSIT STIFFEN, EDWARD 200.00 410955 08/16/2024 DIRECT DEPOSIT STIFFEN, EDWARD 50.00 410955 08/16/2024 DIRECT DEPOSIT STIFFEN, EDWARD 1,605.09 410956 08/16/2024 DIRECT DEPOSIT THOMPSON, STEVEN 1,120.85 410957 08/16/2024 DIRECT DEPOSIT WILLIAMS, JILL 42.75 410957 08/16/2024 DIRECT DEPOSIT WILLIAMS, JILL 2,094.58 410958 08/16/2024 DIRECT DEPOSIT WINSLOW, MARK 3,092.90 410959 08/16/2024 DIRECT DEPOSIT FLORES, CARLOS 3,259.48 410960 08/16/2024 DIRECT DEPOSIT HELTEMES, ADAM 2,925.91 410961 08/16/2024 DIRECT DEPOSIT BLUME, JEFFREY 1,270.18 410962 08/16/2024 DIRECT DEPOSIT BURGESS, TIMOTHY 1,940.28 410963 08/16/2024 DIRECT DEPOSIT CAIN, BRANDON 1,386.30 71 410964 08/16/2024 DIRECT DEPOSIT DEMOSTHENE, ARIEVE 2,614.28 410965 08/16/2024 DIRECT DEPOSIT EHRHARDT, SARAH 1,390.20 410966 08/16/2024 DIRECT DEPOSIT FERGUSON, ERIK 2,846.58 410967 08/16/2024 DIRECT DEPOSIT GUENTHER, KEVIN 2,131.97 410968 08/16/2024 DIRECT DEPOSIT HALE, DANIEL 800.00 410968 08/16/2024 DIRECT DEPOSIT HALE, DANIEL 1,007.33 410969 08/16/2024 DIRECT DEPOSIT HOFFMAN, CHRISTOPHER 1,343.49 410970 08/16/2024 DIRECT DEPOSIT MARRONE, JOSEPH 95.64 410970 08/16/2024 DIRECT DEPOSIT MARRONE, JOSEPH 1,455.30 410971 08/16/2024 DIRECT DEPOSIT MICHAEL, ANDREW 600.00 410971 08/16/2024 DIRECT DEPOSIT MICHAEL, ANDREW 1,152.77 410972 08/16/2024 DIRECT DEPOSIT NIELSEN, RONALD 1,310.66 410973 08/16/2024 DIRECT DEPOSIT POWELL, DENNIS 1,643.21 410974 08/16/2024 DIRECT DEPOSIT RATLIFF, JENNIFER 1,373.37 410975 08/16/2024 DIRECT DEPOSIT RUBIERA, MARIO 1,350.10 410976 08/16/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 50.00 410976 08/16/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 2,336.88 410977 08/16/2024 DIRECT DEPOSIT SUGDEN, CHRIS 450.00 410977 08/16/2024 DIRECT DEPOSIT SUGDEN, CHRIS 1,111.69 410978 08/16/2024 DIRECT DEPOSIT WHEATLEY, DAVID 887.47 410978 08/16/2024 DIRECT DEPOSIT WHEATLEY, DAVID 887.47 410979 08/16/2024 DIRECT DEPOSIT WHITTINGTON, MICHAEL 2,061.91 410980 08/16/2024 DIRECT DEPOSIT ZAYATZ, DAVID 990.62 410981 08/16/2024 DIRECT DEPOSIT LEY, JUDY 300.00 410981 08/16/2024 DIRECT DEPOSIT LEY, JUDY 1,253.64 410982 08/16/2024 DIRECT DEPOSIT STANTON, CYNTHIA 3,099.36 410983 08/16/2024 DIRECT DEPOSIT SECHEN, ANDREW 1,592.44 410984 08/16/2024 DIRECT DEPOSIT BOHANNON, FAITH 1,480.42 410985 08/16/2024 DIRECT DEPOSIT CONNELL, KYLE 1,099.71 410986 08/16/2024 DIRECT DEPOSIT DIXON, GERALD 2,229.85 410987 08/16/2024 DIRECT DEPOSIT HUMMEL, ERIC 1,851.07 410988 08/16/2024 DIRECT DEPOSIT LARAMIE, BRIANNA 1,247.94 410989 08/16/2024 DIRECT DEPOSIT MEAD, DERIC 1,873.31 410990 08/16/2024 DIRECT DEPOSIT OGILVIE, JASON 2,491.47 410991 08/16/2024 DIRECT DEPOSIT RIMES, BRIAN 1,419.02 410992 08/16/2024 DIRECT DEPOSIT WEST, JEFFREY 2,653.47 410993 08/16/2024 DIRECT DEPOSIT BARRETT, BRENDA 703.66 410994 08/16/2024 DIRECT DEPOSIT KELLEHER, LYNNE 981.13 410995 08/16/2024 DIRECT DEPOSIT LOBO, EDWINA 514.30 410996 08/16/2024 DIRECT DEPOSIT BROWN, JILL 900.67 410997 08/16/2024 DIRECT DEPOSIT FLAK, SUSAN 1,843.04 410998 08/16/2024 DIRECT DEPOSIT ALEXA, MICHELE 1,817.83 410999 08/16/2024 DIRECT DEPOSIT BLAKE, SYDNEY 1,120.78 411000 08/16/2024 DIRECT DEPOSIT BROWN, JAMEKA 1,404.72 411001 08/16/2024 DIRECT DEPOSIT CHAMBERS, JASON 1,177.68 411002 08/16/2024 DIRECT DEPOSIT DEVITIS, CRISTI 1,230.39 411003 08/16/2024 DIRECT DEPOSIT FISHER, GEORGE 1,878.81 411004 08/16/2024 DIRECT DEPOSIT GAGNON, SHAWN 1,912.88 411005 08/16/2024 DIRECT DEPOSIT GIBSON, JAMES 100.00 411005 08/16/2024 DIRECT DEPOSIT GIBSON, JAMES 1,438.26 411006 08/16/2024 DIRECT DEPOSIT GILMER, THOMAS 1,431.88 411007 08/16/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 250.00 411007 08/16/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 1,004.61 411008 08/16/2024 DIRECT DEPOSIT HERRON, LAURA 1,022.52 72 411009 08/16/2024 DIRECT DEPOSIT HOUSING, ERICA 1,396.92 411010 08/16/2024 DIRECT DEPOSIT HUDSON, ANDREA 1,087.78 411011 08/16/2024 DIRECT DEPOSIT JOHNSON, BENJAMIN 1,391.65 411012 08/16/2024 DIRECT DEPOSIT KNIEF, MARK 1,585.94 411013 08/16/2024 DIRECT DEPOSIT LLOYD,HEATHER 1,881.13 411014 08/16/2024 DIRECT DEPOSIT MACKEY, MISTY 1,176.57 411015 08/16/2024 DIRECT DEPOSIT MARTIN, ANGELA 1,164.70 411016 08/16/2024 DIRECT DEPOSIT NOVAK, TRISTAN 1,080.31 411017 08/16/2024 DIRECT DEPOSIT O'CONNOR, SHANNON 1,088.51 411018 08/16/2024 DIRECT DEPOSIT PATTON, LISA 2,079.48 411019 08/16/2024 DIRECT DEPOSIT PERGOLA, ANITA 1,301.65 411020 08/16/2024 DIRECT DEPOSIT QUINTERO, IVELISSE 1,162.65 411021 08/16/2024 DIRECT DEPOSIT ROBERTS, BRADLEY 1,600.92 411022 08/16/2024 DIRECT DEPOSIT SANTISO, DANIEL 256.40 411022 08/16/2024 DIRECT DEPOSIT SANTISO, DANIEL 1,300.00 411023 08/16/2024 DIRECT DEPOSIT SCHERF, CHARLENE 1,414.89 411024 08/16/2024 DIRECT DEPOSIT SCHLUSBERG,JOSEPH 148.66 411025 08/16/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 1,273.64 411025 08/16/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 80.00 411026 08/16/2024 DIRECT DEPOSIT SMITH, SHELLIE 650.00 411026 08/16/2024 DIRECT DEPOSIT SMITH, SHELLIE 1,103.61 411027 08/16/2024 DIRECT DEPOSIT SOVINE, CARL 1,446.12 411028 08/16/2024 DIRECT DEPOSIT SPOFFORD, JANET 857.23 411029 08/16/2024 DIRECT DEPOSIT AUSTIN, KENNETH 1,304.99 411030 08/16/2024 DIRECT DEPOSIT BRADDY, MARTY 50.00 411030 08/16/2024 DIRECT DEPOSIT BRADDY, MARTY 2,622.38 411031 08/16/2024 DIRECT DEPOSIT COLVIN, THOMAS 2,154.50 411032 08/16/2024 DIRECT DEPOSIT COMPTON, THOMAS 1,034.05 411032 08/16/2024 DIRECT DEPOSIT COMPTON, THOMAS 114.89 411033 08/16/2024 DIRECT DEPOSIT DAWKINS, PHILLIP 1,407.99 411034 08/16/2024 DIRECT DEPOSIT DEPINHO, CHARLES 2,620.24 411035 08/16/2024 DIRECT DEPOSIT FLOOD, STEPHEN 1,985.00 411036 08/16/2024 DIRECT DEPOSIT FORBES, TENNYSON 1,648.29 411037 08/16/2024 DIRECT DEPOSIT FORMAN, SHANE 1,208.41 411038 08/16/2024 DIRECT DEPOSIT FRISBY, CHRISTOPHER 1,953.04 411039 08/16/2024 DIRECT DEPOSIT FULLER, STEVEN 1,808.22 411040 08/16/2024 DIRECT DEPOSIT JORDAN, SHAWN 1,797.35 411041 08/16/2024 DIRECT DEPOSIT KISSELBACK, JOSEPH 1,266.77 411042 08/16/2024 DIRECT DEPOSIT MCINTOSH, CHARLIE 1,384.65 411043 08/16/2024 DIRECT DEPOSIT SANTAMARIA, JEFFREY 1,562.75 411044 08/16/2024 DIRECT DEPOSIT SAWYER, CRAIG 95.12 411044 08/16/2024 DIRECT DEPOSIT SAWYER, CRAIG 1,954.17 411045 08/16/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 300.00 411045 08/16/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 2,075.89 411046 08/16/2024 DIRECT DEPOSIT WAGNER, DANIEL 1,713.59 411047 08/16/2024 DIRECT DEPOSIT WEBB, ROBERT 1,971.55 411048 08/16/2024 DIRECT DEPOSIT YOUNG, GERALD 800.00 411048 08/16/2024 DIRECT DEPOSIT YOUNG, GERALD 1,041.78 411049 08/16/2024 DIRECT DEPOSIT ACUNA, SHAYNE 1,522.56 411050 08/16/2024 DIRECT DEPOSIT ADRIANCE, TIMOTHY 1,839.29 411051 08/16/2024 DIRECT DEPOSIT BACON, VAN 1,177.30 411051 08/16/2024 DIRECT DEPOSIT BACON, VAN 252.28 411051 08/16/2024 DIRECT DEPOSIT BACON, VAN 252.27 411052 08/16/2024 DIRECT DEPOSIT BARDWELL, TIMONTRAYE 1,363.43 73 411053 08/16/2024 DIRECT DEPOSIT BESANCON, MARK 100.00 411053 08/16/2024 DIRECT DEPOSIT BESANCON, MARK 2,406.04 411054 08/16/2024 DIRECT DEPOSIT BOWEN, CHAD 1,583.74 411055 08/16/2024 DIRECT DEPOSIT FOLEY, SHANE 1,268.20 411056 08/16/2024 DIRECT DEPOSIT FREEMAN, KEITH 1,423.92 411057 08/16/2024 DIRECT DEPOSIT GOLFE, GREGORY 1,193.94 411057 08/16/2024 DIRECT DEPOSIT GOLFE, GREGORY 100.00 411058 08/16/2024 DIRECT DEPOSIT HAMLETT, ROBERT 1,042.92 411059 08/16/2024 DIRECT DEPOSIT HANSON, CHRISTOPHER 1,915.81 411060 08/16/2024 DIRECT DEPOSIT HAWKINS, DUKE 2,299.72 411061 08/16/2024 DIRECT DEPOSIT HENRY, MARQUEZ 1,368.75 411062 08/16/2024 DIRECT DEPOSIT KIVENAS, ZACHARY 1,581.34 411063 08/16/2024 DIRECT DEPOSIT LEE, TERRENCE 2,775.18 411064 08/16/2024 DIRECT DEPOSIT LONGACRE, KENNETH 2,799.58 411065 08/16/2024 DIRECT DEPOSIT MOTT, KODY 2,104.78 411066 08/16/2024 DIRECT DEPOSIT MUNRO, LUCAS 1,376.46 411067 08/16/2024 DIRECT DEPOSIT PECHENIK, DEBRA 965.75 411068 08/16/2024 DIRECT DEPOSIT STANTON, KASSI 1,126.91 411069 08/16/2024 DIRECT DEPOSIT TATUM, ROYCE 1,171.97 411070 08/16/2024 DIRECT DEPOSIT WILLIS, EDDRICK 2,658.34 411071 08/16/2024 DIRECT DEPOSIT ZIMEI, BENJAMIN 2,945.27 411072 08/16/2024 DIRECT DEPOSIT BLANCO PEREZ, YULIEN 1,459.39 411073 08/16/2024 DIRECT DEPOSIT CHAMPAGNE, SAMUEL 1,377.65 411074 08/16/2024 DIRECT DEPOSIT EVANS, AUSTIN 1,141.27 411075 08/16/2024 DIRECT DEPOSIT HOVEY, STORM 1,028.02 411076 08/16/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 1,065.49 411076 08/16/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 524.79 411077 08/16/2024 DIRECT DEPOSIT PERALTA, ALEXIS 1,983.22 411078 08/16/2024 DIRECT DEPOSIT TARDIF, TODD 2,097.49 411079 08/16/2024 DIRECT DEPOSIT THORNE, MICHAEL 550.00 411079 08/16/2024 DIRECT DEPOSIT THORNE, MICHAEL 200.00 411079 08/16/2024 DIRECT DEPOSIT THORNE, MICHAEL 1,279.99 411080 08/16/2024 DIRECT DEPOSIT YONKERS, LAURA 3,164.88 411081 08/16/2024 DIRECT DEPOSIT AUGUSTE, JEHU 1,428.14 411082 08/16/2024 DIRECT DEPOSIT LESTER, JEROME 1,493.77 411083 08/16/2024 DIRECT DEPOSIT MCINTYRE- MEISENBURG, MELISSA 1,986.49 411084 08/16/2024 DIRECT DEPOSIT WAPPES, SARA 1,664.63 768196 08/16/2024 DIRECT DEPOSIT BELL, CRAIG 400.00 768200 08/16/2024 DIRECT DEPOSIT GIBSON, KEVIN 125.00 768201 08/16/2024 DIRECT DEPOSIT HORNE, BRIAN 1,650.00 768201 08/16/2024 DIRECT DEPOSIT HORNE, BRIAN 25.00 768207 08/16/2024 DIRECT DEPOSIT BARKWELL, MICHAEL 25.00 768187 08/16/2024 PRINTED MATTHES, LAURA 2624.59 768188 08/16/2024 PRINTED FLECK, KELANI 744.46 768189 08/16/2024 PRINTED WILLIAMS, SOPHIA 525.76 768190 08/16/2024 PRINTED BARTHOLOMEW, BLAKE 7000.37 768191 08/16/2024 PRINTED BENITEZ, ANGEL 2665.94 768192 08/16/2024 PRINTED RIVIERE, AMBER 3191.15 768193 08/16/2024 PRINTED WRZESINSKI, TIMOTHY 1963.52 768194 08/16/2024 PRINTED DAMATO, BRUCE 581.07 768195 08/16/2024 PRINTED MORAN, MORGAN 613.12 768196 08/16/2024 PRINTED BELL, CRAIG 1023.16 768197 08/16/2024 PRINTED CHANEY, LASEDRIC 467.32 768198 08/16/2024 PRINTED FLOWER, DAVID 1201.97 74 768199 08/16/2024 PRINTED YOUNG, PARK 1151.81 768200 08/16/2024 PRINTED GIBSON, KEVIN 2537.89 768201 08/16/2024 PRINTED HORNE, BRIAN 997.02 768202 08/16/2024 PRINTED MEDECKE, JULIE 1136.61 768203 08/16/2024 PRINTED PAYNE,GEORGE 2168.41 768204 08/16/2024 PRINTED CHAMBERS, ALEXANDER 471.19 768205 08/16/2024 PRINTED MROTZ, LOUONNIE 1144.18 768206 08/16/2024 PRINTED LEKSTON, RICHARD 628.42 768207 08/16/2024 PRINTED BARKWELL, MICHAEL 2415.46 768208 08/16/2024 PRINTED GRASS, BENTON 3415.73 768209 08/16/2024 PRINTED MCGRATH, WILLIAM 686.18 55543 08/16/2024 PRINTED VERO ORTHOPAEDICS II PA 137.70 55544 08/16/2024 PRINTED TENET FLORIDA PHYSICIAN SERVICES II LLC 151.05 55545 08/16/2024 PRINTED VERO ORTHOPAEDICS II PA 87.98 55546 08/16/2024 PRINTED VERO ORTHOPAEDICS II PA 112.50 55547 08/16/2024 PRINTED VERO ORTHOPAEDICS II PA 148.50 55548 08/16/2024 PRINTED PIRAMIDSS COURT REPORTING 512.35 55549 08/19/2024 PRINTED EZ COMP CARE INC 2534.98 55550 08/19/2024 PRINTED HOWARD T. TEE MD 253.80 55551 08/19/2024 PRINTED MARCUS MALONE MD LLC DBA ELITE 87.46 55552 08/19/2024 PRINTED SPNET 72.00 55553 08/19/2024 PRINTED VERO ORTHOPAEDICS II PA 145.80 55554 08/19/2024 PRINTED VERO ORTHOPAEDICS II PA 137.70 55555 08/19/2024 PRINTED HEALTHESYSTEMS LLC 931.23 55555 08/19/2024 PRINTED HEALTHESYSTEMS LLC 507.83 55555 08/19/2024 PRINTED HEALTHESYSTEMS LLC 1714.91 55555 08/19/2024 PRINTED HEALTHESYSTEMS LLC 142.63 55555 08/19/2024 PRINTED HEALTHESYSTEMS LLC 58.33 55555 08/19/2024 PRINTED HEALTHESYSTEMS LLC 22.24 55555 08/19/2024 PRINTED HEALTHESYSTEMS LLC 1183.64 55555 08/19/2024 PRINTED HEALTHESYSTEMS LLC 964.19 55556 08/19/2024 PRINTED COMMAND INVESTIGATIONS LLC 2065.00 6,482,959.30 75 Ryan L. Butler Clerk of Circuit Court & Comptroller 1801 27t" Street Vero Beach, FL 32960 Telephone: (772) 226-3100 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, CHIEF DEPUTY COMPTROLLER THRU: RYAN L. BUTLER, COMPTROLLER DATE: August 29, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS August 23, 2024 to August 29, 2024 In compliance with Chapter 136.06, Florida Statutes, all money drawn from depositories used by the Board of County Commissioners shall be recorded in the minutes. Approval is requested for the attached list of checks and electronic payments for the time period of August 23, 2024 to August 29, 2024. 76 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12097 08/23/2024 WIRE EDH HOLDINGS LLC 536.99 12098 08/23/2024 WIRE KIMLEY HORN & ASSOC INC 11,434.00 12099 08/23/2024 WIRE KIMLEY HORN & ASSOC INC 42,257.50 12100 08/23/2024 WIRE MUTUAL OF OMAHA 2,332.50 12101 08/23/2024 WIRE TIMOTHY ROSE CONTRACTING INC 688,231.05 12102 08/23/2024 WIRE TIMOTHY ROSE CONTRACTING INC 26,293.79 12103 08/23/2024 WIRE TIMOTHY ROSE CONTRACTING INC 47,068.62 12104 08/23/2024 WIRE SENIOR RESOURCE ASSOCIATION 645,277.29 12105 08/23/2024 WIRE VETERANS COUNCIL OF I R C 7,854.26 12106 08/23/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 999.52 12107 08/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 153.86 12108 08/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 196.84 12109 08/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,272.65 12110 08/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 100.52 12111 08/27/2024 WIRE FLORIDA DEPT OF TRANSPORTATION 30,184.00 12112 08/27/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 129.91 12113 08/28/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 637.18 12114 08/29/2024 WIRE KIMLEY HORN & ASSOC INC 5,525.70 12115 08/29/2024 WIRE BLUE CROSS & BLUE SHIELD 427,734.40 12116 08/29/2024 WIRE IRC CHAMBER OF COMMERCE 51,774.84 12117 08/29/2024 WIRE IRC CHAMBER OF COMMERCE 9,879.93 12118 08/29/2024 WIRE MUTUAL OF OMAHA 28,168.69 12119 08/29/2024 WIRE RX BENEFITS INC 2,218.48 12120 08/29/2024 WIRE RX BENEFITS INC 742,544.62 12121 08/29/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 877.30 12122 08/29/2024 WIRE EVERSIDE HEALTH LLC 63,240.66 12123 08/29/2024 WIRE EDH HOLDINGS LLC 14,947.25 12124 08/29/2024 WIRE TD BANK 3,043.13 12125 08/29/2024 WIRE PAYMENTUS CORPORATION 4,267.20 12126 08/29/2024 WIRE GLOBAL PAYMENTS DIRECT INC 19,204.87 12127 08/29/2024 WIRE GLOBAL PAYMENTS DIRECT INC 16,646.66 12128 08/29/2024 WIRE NBCUNIVERSAL LLC 5,532.33 12129 08/29/2024 WIRE CARDCONNECT LLC 773.77 453663 08/29/2024 PRINTED AMANDA KUNDROT 41.42 453664 08/29/2024 PRINTED ANNETTE MEJIA 120.87 453665 08/29/2024 PRINTED BRITTANY M PRICE-ACQUAVIVA 15.51 453666 08/29/2024 PRINTED CELINA MARTINEZ 56.55 453667 08/29/2024 PRINTED CHRISTOPHER BARRINGTON 253.23 453668 08/29/2024 PRINTED CINDY GALE 44.62 453669 08/29/2024 PRINTED D R HORTON INC 323.35 453670 08/29/2024 PRINTED DANIEL KAZBEK SHAMAEL 15.01 453671 08/29/2024 PRINTED DANIELA CAMBORDA 51.14 453672 08/29/2024 PRINTED DAVID COZAD 7.11 453673 08/29/2024 PRINTED DON SAMUEL 42.70 453674 08/29/2024 PRINTED DYANNE BECKETT 59.94 453675 08/29/2024 PRINTED GABRIEL WALS 57.61 453676 08/29/2024 PRINTED GEORGE W POWE 6.37 453677 08/29/2024 PRINTED GRBK GHO CENTRAL VERO LLC 61.88 453678 08/29/2024 PRINTED GRBK GHO HIGH POINTE LLC 125.97 453679 08/29/2024 PRINTED HAWLEY BIGELOW 42.02 453680 08/29/2024 PRINTED HOLIDAY BUILDERS 116.54 77 453681 08/29/2024 PRINTED IRVINE ROBINSON ROONEY 28.54 453682 08/29/2024 PRINTED 1AELYN KAE BAXLEY 36.00 453683 08/29/2024 PRINTED JAMES VANNOY 36.03 453684 08/29/2024 PRINTED JEANNE DIEHL 83.26 453685 08/29/2024 PRINTED LACY J RUGAR 73.18 453686 08/29/2024 PRINTED MARONDA HOMES 60.06 453687 08/29/2024 PRINTED MATTHEW CRAGIN 42.01 453688 08/29/2024 PRINTED MONTE W CARLO 42.42 453689 08/29/2024 PRINTED PEM REAL ESTATE LLC 47.97 453690 08/29/2024 PRINTED PJD HOLDINGS LLC 41.97 453691 08/29/2024 PRINTED RICK BUGADO 3.32 453692 08/29/2024 PRINTED RJT III LLC 30.40 453693 08/29/2024 PRINTED SHANNON MILBOURNE 37.16 453694 08/29/2024 PRINTED SHEILA SINGLETON 34.68 453695 08/29/2024 PRINTED SHELBY LOWE 19.47 453696 08/29/2024 PRINTED STEVEN JAMES STRETZ 100.00 453697 08/29/2024 PRINTED THOMAS CASTRILLI 76.79 453698 08/29/2024 PRINTED THOMAS COOK 64.80 453699 08/29/2024 PRINTED US ARMY CORPS OF ENGINEERS 68.01 453700 08/29/2024 PRINTED WILLIAM STANGANELLI 45.92 453701 08/29/2024 PRINTED AMANDA RICHARDSON 69.77 453702 08/29/2024 PRINTED BION HENDERSON 61.17 453703 08/29/2024 PRINTED CATHERINE MILARD-BOUCHARD 60.53 453704 08/29/2024 PRINTED CHRISTOPHER ELLIS 33.19 453705 08/29/2024 PRINTED D R HORTON INC 117.14 453706 08/29/2024 PRINTED DEBORAH SPEARS 22.65 453707 08/29/2024 PRINTED DENIS P HOVASSE 4.75 453708 08/29/2024 PRINTED DI VOSTA HOMES L P 44.07 453709 08/29/2024 PRINTED DIANE PERKINS 24.34 453710 08/29/2024 PRINTED DON SAMMONS 51.69 453711 08/29/2024 PRINTED EVELYN J STYLES 40.53 453712 08/29/2024 PRINTED FRANK P & SANDRA C PENDLETON 30.25 453713 08/29/2024 PRINTED GRBK GHO NORTH BEACH LLC 62.49 453714 08/29/2024 PRINTED HOLIDAY BUILDERS 306.75 453715 08/29/2024 PRINTED JAMES DEPIANO 73.52 453716 08/29/2024 PRINTED JOANN CHRISTIANSON 59.06 453717 08/29/2024 PRINTED JOHN J BOYLE III 54.19 453718 08/29/2024 PRINTED JOHNNY BURLISON 131.87 453719 08/29/2024 PRINTED JULIE SULLIVAN 67.26 453720 08/29/2024 PRINTED KATELYN VOLD 29.53 453721 08/29/2024 PRINTED KIMBERLY JACKSON 40.14 453722 08/29/2024 PRINTED MARIAN B CONNOR (LE) 29.15 453723 08/29/2024 PRINTED MARONDA HOMES 39.98 453724 08/29/2024 PRINTED MICHAELSCIMEMI 55.01 453725 08/29/2024 PRINTED NANCY AVERITTE 39.79 453726 08/29/2024 PRINTED ROSANGELA DE ALMEIDA 12.00 453727 08/29/2024 PRINTED SAMANTHA RENEE JULES 77.42 453728 08/29/2024 PRINTED THE HILL GROUP 30.19 453729 08/29/2024 PRINTED UMED ZOKIROV 11.14 453730 08/29/2024 PRINTED WINSTON C KELSEY 27.62 453731 08/29/2024 PRINTED NAEMT 180.00 453732 08/29/2024 PRINTED LESLIE N MUNROE 910.96 78 453733 08/29/2024 PRINTED KIMBERLY K MOIRANO 12.99 453734 08/29/2024 PRINTED RONTJONES 121.22 453735 08/29/2024 PRINTED TISA BLIDGEN 1,400.00 453736 08/29/2024 PRINTED COMMUNICATIONS INTERNATIONAL INC 31,879.52 453737 08/29/2024 PRINTED MEEKS PLUMBING INC 83,155.00 453738 08/29/2024 PRINTED INTERNATIONAL GOLF MAINTENANCE INC 121,141.05 453739 08/29/2024 PRINTED GEOSYNTEC CONSULTANTS INC 3,809.44 453740 08/29/2024 PRINTED TLC DIVERSIFIED INC 316,586.49 453741 08/29/2024 PRINTED MBV ENGINEERING 17,315.00 453742 08/29/2024 PRINTED ANFIELD CONSULTING GROUP 10,000.00 453743 08/29/2024 PRINTED CONSOR ENGINEERS LLC 172,885.54 453744 08/29/2024 PRINTED TIGER, INC. 58,366.15 453745 08/29/2024 PRINTED INDIAN RIVER COUNTY HEALTH DEPT 63,325.92 453746 08/29/2024 PRINTED ROGER J NICOSIA 1,500.00 453747 08/29/2024 PRINTED CITY OF VERO BEACH 477,025.39 453748 08/29/2024 PRINTED CITY OF VERO BEACH 2,230.27 453749 08/29/2024 PRINTED CITY OF VERO BEACH 11,987.50 453750 08/29/2024 PRINTED AT&T 198.00 453751 08/29/2024 PRINTED AT&T 690.00 453752 08/29/2024 PRINTED TREASURE COAST HOMELESS SERVICES COUNCIL 8,062.36 453753 08/29/2024 PRINTED FLORIDA POWER AND LIGHT 6,118.16 453754 08/29/2024 PRINTED STATE ATTORNEY 19TH JUDICIAL CIRCUIT 11,017.85 453755 08/29/2024 PRINTED ST LUCIE COUNTY BOCC 66,715.16 453756 08/29/2024 PRINTED ST LUCIE COUNTY BOCC 8,253.08 453757 08/29/2024 PRINTED ANTHEM BC BS OF CONNECTICUT 429.26 453758 08/29/2024 PRINTED SUNCOAST REALTY & RENTAL MGMT LLC 540.00 453759 08/29/2024 PRINTED VERO BEACH INVESTMENTS LLC 716.00 453760 08/29/2024 PRINTED MHC OPERATING LIMITED PARTNERSHIP 536.00 453761 08/29/2024 PRINTED VALAPTSLLC 840.00 453762 08/29/2024 PRINTED H&H SHADOWBROOK LLC 705.00 453763 08/29/2024 PRINTED RYAN HOMES 8,784.40 453764 08/29/2024 PRINTED ORCHARD GROVE VENTURE LLC 1,318.00 453765 08/29/2024 PRINTED VERO BEACH LEASED HOUSING ASSOC III LLLP 1,226.00 453766 08/29/2024 PRINTED COASTAL AND ESTUARINE RESEARCH FEDERATION 160.00 453767 08/29/2024 PRINTED XEROX CORPORATION 160.57 453768 08/29/2024 PRINTED SON NGUYEN 1,000.00 453769 08/29/2024 PRINTED HAMCO CONSTRUCTION LLC 59,400.00 453770 08/29/2024 PRINTED SMART SOURCE LLC 339.00 453771 08/29/2024 PRINTED GANNETT MEDIA CORP 96.12 453772 08/29/2024 PRINTED EMS MANAGEMENT & CONSULTANTS INC 11,747.69 453773 08/29/2024 PRINTED CLETE J SAUNIER 1,223.24 453774 08/29/2024 PRINTED CHARLES E ROSS 960.00 453775 08/29/2024 PRINTED GABRIELLA GAZARRA 800.00 453776 08/29/2024 PRINTED JENNIFER SHULER 443.79 453777 08/29/2024 PRINTED FADDEN PROPERTIES LLC 2,119.52 453778 08/29/2024 PRINTED FRANCELENE CETOUTE 75.00 453779 08/29/2024 PRINTED CORY HULINGS 50.00 453780 08/29/2024 PRINTED CLEMENTS PEST CONTROL 125.00 453781 08/29/2024 PRINTED PORT CONSOLIDATED 1,042.94 453782 08/29/2024 PRINTED COMMUNICATIONS INTERNATIONAL INC 324.60 453783 08/29/2024 PRINTED COMMUNICATIONS INTERNATIONAL 194.40 453784 08/29/2024 PRINTED SOUTHERN SEWER EQUIPMENT SALES 1,395.66 79 453785 08/29/2024 PRINTED FISHER SCIENTIFIC 603.00 453786 08/29/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 1,091.88 453787 08/29/2024 PRINTED UNIVERSAL SIGNS & ACCESSORIES 5,230.00 453788 08/29/2024 PRINTED SAFETY PRODUCTS INC 1,074.78 453789 08/29/2024 PRINTED PARALEE COMPANY INC 1,368.82 453790 08/29/2024 PRINTED E-Z BREW COFFEE & BOTTLE WATER SVC 86.00 453791 08/29/2024 PRINTED INDIAN RIVER BATTERY 230.75 453792 08/29/2024 PRINTED GRAINGER INC 4,992.76 453793 08/29/2024 PRINTED SAFETY KLEEN SYSTEMS INC 358.55 453794 08/29/2024 PRINTED GRAYBAR ELECTRIC 15,094.21 453795 08/29/2024 PRINTED BENSONS LOCK SERVICE INC 9.30 453796 08/29/2024 PRINTED HACH CO 19,853.32 453797 08/29/2024 PRINTED CLIFF BERRY INC 8,747.38 453798 08/29/2024 PRINTED AVERY DENNISON CORPORATION 1,547.04 453799 08/29/2024 PRINTED BOUND TREE MEDICAL LLC 15,685.53 453800 08/29/2024 PRINTED DIVE RESCUE INTERNATIONAL INC 672.68 453801 08/29/2024 PRINTED DELL MARKETING LP 2,150.00 453802 08/29/2024 PRINTED MIDWEST TAPE LLC 1,066.06 453803 08/29/2024 PRINTED ODYSSEY MANUFACTURING CO 31,031.00 453804 08/29/2024 PRINTED HARRINGTON INDUSTRIAL PLASTICS LLC 177.30 453805 08/29/2024 PRINTED BAKER DISTRIBUTING CO 139.40 453806 08/29/2024 PRINTED GALE/CENGAGE LEARNING 152.22 453807 08/29/2024 PRINTED SOUTHERN EMBROIDERY 869.05 453808 08/29/2024 PRINTED ENNIS PAINT INC 4,946.44 453809 08/29/2024 PRINTED INDIAN RIVER COUNTY 1,142.50 453810 08/29/2024 PRINTED INDIAN RIVER COUNTY HEALTH DEPT 746.54 453811 08/29/2024 PRINTED ROGER J NICOSIA 400.00 453812 08/29/2024 PRINTED CITY OF VERO BEACH 2,065.64 453813 08/29/2024 PRINTED INDIAN RIVER ALL FAB INC 365.00 453814 08/29/2024 PRINTED HOME DEPOT CREDIT SERVICES 1,712.19 453815 08/29/2024 PRINTED LIVINGSTON PAGE 350.00 453816 08/29/2024 PRINTED JANITORIAL DEPOT OF AMERICA INC 256.70 453817 08/29/2024 PRINTED PUBLIX PHARMACY #0240 55.73 453818 08/29/2024 PRINTED PUBLIX PHARMACY 45.60 453819 08/29/2024 PRINTED WAL MART PHARMACY 58.70 453820 08/29/2024 PRINTED ACUSHNET COMPANY 622.78 453821 08/29/2024 PRINTED FLORIDA WATER & POLLUTION CONTROL 30.00 453822 08/29/2024 PRINTED FEDERAL EXPRESS 40.90 453823 08/29/2024 PRINTED CENTRAL AIR CONDITIONING & REFRIGERATION SUPPLY 264.98 453824 08/29/2024 PRINTED FLORIDA POWER AND LIGHT 162,668.09 453825 08/29/2024 PRINTED FLORIDA POWER AND LIGHT 37,483.77 453826 08/29/2024 PRINTED GIFFORD YOUTH ACHIEVEMENT CENTER INC 11,019.40 453827 08/29/2024 PRINTED TREASURE COAST SPORTS COMMISSION 9,375.10 453828 08/29/2024 PRINTED HENRY SMITH 375.00 453829 08/29/2024 PRINTED JOHN BROWN & SONS INC 2,000.00 453830 08/29/2024 PRINTED CHILDRENS HOME SOCIETY 2,000.00 453831 08/29/2024 PRINTED CUES 574.52 453832 08/29/2024 PRINTED SYMBIONT SERVICE CORP 38.00 453833 08/29/2024 PRINTED VERO BEACH ROOFING INC 14,860.00 453834 08/29/2024 PRINTED MICHAEL J.QUIGLEY 120.00 453835 08/29/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 345.50 453836 08/29/2024 PRINTED CELICO PARTNERSHIP 724.09 80 453837 08/29/2024 PRINTED DOWN UNDER TANK TESTING OF FLORIDA INC 1,950.00 453838 08/29/2024 PRINTED CINTAS CORPORATION #283 221.40 453839 08/29/2024 PRINTED FLORIDA DEPT OF JUVENILE JUSTICE 49,223.45 453840 08/29/2024 PRINTED SOUTHERN LOCK AND SUPPLY 76.94 453841 08/29/2024 PRINTED FASTENAL COMPANY 95.36 453842 08/29/2024 PRINTED JACKS COMPLETE TREE SERVICE INC 1,300.00 453843 08/29/2024 PRINTED SEBASTIAN RIVER AREA CHAMBER OF COMMERCE 18,071.90 453844 08/29/2024 PRINTED KNOX ASSOCIATES INC 2,158.00 453845 08/29/2024 PRINTED CONSOLIDATED ELECTRIAL DIST INC 28.44 453846 08/29/2024 PRINTED JOHNNY B SMITH 95.00 453847 08/29/2024 PRINTED DANE MACDONALD 225.00 453848 08/29/2024 PRINTED WEIMANN CONSTRUCTION INC 30,000.00 453849 08/29/2024 PRINTED GLOBALSTAR USA 226.77 453850 08/29/2024 PRINTED AFFORDABLE WATER & COFFEE SVC 181.24 453851 08/29/2024 PRINTED TREASURE COAST FOOD BANK INC 153.99 453852 08/29/2024 PRINTED MARINCO BIOASSAY LABORATORY INC 5,710.00 453853 08/29/2024 PRINTED NICOLACE MARKETING INC 7,639.00 453854 08/29/2024 PRINTED BRENNTAG MID -SOUTH INC 26,363.47 453855 08/29/2024 PRINTED ATLANTIC COASTAL LAND TITLE CO LLC 95.00 453856 08/29/2024 PRINTED GILCO 368.12 453857 08/29/2024 PRINTED MONICA L FOLK 2,625.00 453858 08/29/2024 PRINTED OVERDRIVE INC 2,041.36 453859 08/29/2024 PRINTED UNIVERSAL ENGINEERING SCIENCES 33,588.75 453860 08/29/2024 PRINTED NEWSOM OIL COMPANY 3,117.50 453861 08/29/2024 PRINTED WILD TURKEY ESTATES OF VERO LLC 8,479.84 453862 08/29/2024 PRINTED ALAN JAY FORD LINCOLN MERCURY INC 41,192.00 453863 08/29/2024 PRINTED BURNETT LIME CO INC 13,032.10 453864 08/29/2024 PRINTED THE LAW OFFICES OF 1,135.00 453865 08/29/2024 PRINTED STS MAINTAIN SERVICES INC 5,066.87 453866 08/29/2024 PRINTED HAWKINS INC 4,740.50 453867 08/29/2024 PRINTED CATHEDRAL CORPORATION 2,984.16 453868 08/29/2024 PRINTED SOLAR SOLUTIONS WINDOW TINTING INC 254.00 453869 08/29/2024 PRINTED SITEONE LANDSCAPE SUPPLY LLC 1,619.33 453870 08/29/2024 PRINTED HYDROMAX USA LLC 19,566.50 453871 08/29/2024 PRINTED BARSALOU VENTURES LLC 1,466.40 453872 08/29/2024 PRINTED CROSSOVER MISSION INC 9,583.00 453873 08/29/2024 PRINTED EASTERN PIPELINE CONSTRUCTION INC 5,325.00 453874 08/29/2024 PRINTED WILLIS SPORTS ASSOCIATION INC 7,785.00 453875 08/29/2024 PRINTED COLE AUTO SUPPLY INC 1,665.51 453876 08/29/2024 PRINTED KREMEDY LLC 3,500.00 453877 08/29/2024 PRINTED KONICA MINOLTA BUSINESS SOLUTIONS 199.29 453878 08/29/2024 PRINTED BETH NOLAN 360.00 453879 08/29/2024 PRINTED DAY DREAMS UNIFORMS INC 742.74 453880 08/29/2024 PRINTED ENVIRONMENTAL OPERATING SOLUTION INC 39,985.20 453881 08/29/2024 PRINTED CORE & MAIN LP 13,658.68 453882 08/29/2024 PRINTED BROWNELLS INC 22,770.70 453883 08/29/2024 PRINTED AMAZON CAPITAL SERVICES INC 6,840.75 453884 08/29/2024 PRINTED PACE ANALYTICAL SERVICES LLC 226.80 453885 08/29/2024 PRINTED PACE ANYALYTICAL LLC 680.40 453886 08/29/2024 PRINTED METROPOLITAN COMMUNICATION SERVICES INC 476.25 453887 08/29/2024 PRINTED JORDAN MOWERS 1,245.41 453888 08/29/2024 PRINTED CK CONTRACTORS & DEVELOPMENT LLC 169,625.01 81 453889 08/29/2024 PRINTED WASTEQUIP LLC 6,199.00 453890 08/29/2024 PRINTED DERECK R PRINCE 165.00 453891 08/29/2024 PRINTED MULLINAX FORD OF VERO BEACH 4,435.20 453892 08/29/2024 PRINTED JUDITH A BURLEY 100.00 453893 08/29/2024 PRINTED PUMP SERVICE & IRRIGATION INC 649.88 453894 08/29/2024 PRINTED SOUTH CENTRAL PLANNING & DEVELOPMENT COMMISSION 4,813.33 453895 08/29/2024 PRINTED KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 91.20 453896 08/29/2024 PRINTED JENNIFER D JAMES 625.00 453897 08/29/2024 PRINTED ECONOLITE SYSTEMS INC 26,314.00 453898 08/29/2024 PRINTED MT CAUSLEY LLC 63,731.25 453899 08/29/2024 PRINTED BLUE GOOSE CONSTRUCTION LLC 5,691.16 453900 08/29/2024 PRINTED ORCHARD GROVE VENTURE LLC 631.00 453901 08/29/2024 PRINTED STAPLES INC 298.24 453902 08/29/2024 PRINTED LOWES COMPANIES INC 9,045.65 453903 08/29/2024 PRINTED SMI TRADING LLC 4.84 453904 08/29/2024 PRINTED TOSHIBA AMERICA BUISNESS SOLUTIONS INC 448.21 453905 08/29/2024 PRINTED MILLENNIUM CREMATORY LLC 750.00 453906 08/29/2024 PRINTED ENVIRONMENTAL PRODUCTS GROUP INC 123.30 453907 08/29/2024 PRINTED RARESTEP INC 163.15 453908 08/29/2024 PRINTED KELE INC 115.05 453909 08/29/2024 PRINTED GARBER FORD INC 40,428.00 453910 08/29/2024 PRINTED ROBERT A HUDSON 50.00 453911 08/29/2024 PRINTED FLASHPOINT INDUSTRIES LLC 3,229.59 453912 08/29/2024 PRINTED WIPEOUT SERVICES LLC 175.00 453913 08/29/2024 PRINTED AQUATIC WEED CONTROL INC 195.00 453914 08/29/2024 PRINTED GEO-COMM INC 40,099.50 453915 08/29/2024 PRINTED BENEVATEINC 3,500.00 453916 08/29/2024 PRINTED FUN EXPRESS LLC 409.03 453917 08/29/2024 PRINTED SAMBERG CONSTRUCTION & DEVELOPMENT LLC 1,537.55 453918 08/29/2024 PRINTED CER SIGNATURE CLEANING LLC 2,000.00 453919 08/29/2024 PRINTED PIVOTAL UTILITY HOLDINGS INC 21,561.25 453920 08/29/2024 PRINTED TREASURE COAST VENTURES INC 960.00 453921 08/29/2024 PRINTED SHRIEVE CHEMICAL CO LLC 16,365.59 453922 08/29/2024 PRINTED BAKER & TAYLOR 4,898.51 453923 08/29/2024 PRINTED CONSOLIDATED WATER GROUP LLC 98.20 453924 08/29/2024 PRINTED ERGOFLEX SYSTEMS INC 5,641.80 453925 08/29/2024 PRINTED SEVEN ISLES CAPITAL 902.00 453926 08/29/2024 PRINTED SCOTT SEELEY 200.00 453927 08/29/2024 PRINTED VERO BEACH GOLF CARS LLC 699.50 453928 08/29/2024 PRINTED RONALD MARASCO SR 95.00 453929 08/29/2024 PRINTED DRONE NERD INC 200.00 453930 08/29/2024 PRINTED RUBEN ZAMARRIPA 500.00 453931 08/29/2024 PRINTED XEROX CORPORATION 2,704.64 453932 08/29/2024 PRINTED WINSUPPLY COMMERCIAL CHARGE 283.12 453933 08/29/2024 PRINTED DAMON O'NEAL 3,000.00 453934 08/29/2024 PRINTED AIRVAC INC 1,508.60 453935 08/29/2024 PRINTED JORDAN PARKER 75.00 453936 08/29/2024 PRINTED EUROFINS ENVIRONMENT TESTING AMERICA HOLDINGS INC 5,025.00 453937 08/29/2024 PRINTED ALPHA GUNS AND AMMO LLC 480.00 453938 08/29/2024 PRINTED SUBSTANCE ABUSE COUNCIL OF IRC 6,295.00 453939 08/29/2024 PRINTED CAROL W SCHULZ 100.00 453940 08/29/2024 PRINTED JOHN DIGIACOMO 50.00 82 453941 08/29/2024 PRINTED RS AMERICAS INC 1,374.99 453942 08/29/2024 PRINTED BATES AIR & HEAT LLC 293.75 453943 08/29/2024 PRINTED LF STAFFING SERVICES INC 3,731.91 453944 08/29/2024 PRINTED DELANEY ADKINS 40.00 453945 08/29/2024 PRINTED KATHERINE NALL 123.50 453946 08/29/2024 PRINTED C&S CHEMICALS INC 4,350.32 453947 08/29/2024 PRINTED INDIAN RIVER CAMERA & ACCESS LLC 8,214.00 453948 08/29/2024 PRINTED KEIYON MILLS 525.00 453949 08/29/2024 PRINTED MARY LTOMARO 150.00 453950 08/29/2024 PRINTED HASTY AWARDS 2,056.30 453951 08/29/2024 PRINTED VECELLIO GROUP INC 998.10 453952 08/29/2024 PRINTED AZAREL HOLDINGS INC 245.10 453953 08/29/2024 PRINTED PALMDALE INTERMEDIATE LLC 277.10 453954 08/29/2024 PRINTED DAVID D SIMPSON 400.00 453955 08/29/2024 PRINTED GAVIN RYAN MUSSO 325.00 453956 08/29/2024 PRINTED DENNIS FIEDLER 300.00 453957 08/29/2024 PRINTED INSPIRE PLACEMAKING COLLECTIVE INC 5,721.75 453958 08/29/2024 PRINTED BRADY COMPANIES LLC 4,376.68 453959 08/29/2024 PRINTED DOTY & SONS CONCRETE PRODUCTS INC 39,609.00 453960 08/29/2024 PRINTED HG PRINTING & GRAPHICS LLC 7,942.00 453961 08/29/2024 PRINTED ARAMSCO INC 12,256.00 453962 08/29/2024 PRINTED TAFFORD LYLES 325.00 453963 08/29/2024 PRINTED CAMRON DAVIS 600.00 453964 08/29/2024 PRINTED EXPONENT HOLDINGS LLC 19,651.55 453965 08/29/2024 PRINTED MAUREEN SCANLON 90.00 453966 08/29/2024 PRINTED CHRISTOPHER DAVID BRENNER 120.00 453967 08/29/2024 PRINTED CUTTER NETWORKS INC 6,123.00 453968 08/29/2024 PRINTED MIRIT WIENER 28.00 453969 08/29/2024 PRINTED PLACEVISION INC 4,855.00 453970 08/29/2024 PRINTED VICE SPORTING GOODS INC 3,370.80 453971 08/29/2024 PRINTED GILLIG LLC 1,684,132.00 453972 08/29/2024 PRINTED CYNTHIA WOLD 75.00 903582 08/29/2024 PRINTED FLORIDA POWER AND LIGHT 34.00 903583 08/29/2024 PRINTED HERITAGE VILLAS OF VERO BEACH 1,796.00 903584 08/29/2024 PRINTED ORCHARD GROVE VENTURE LLC 854.00 903585 08/29/2024 PRINTED SREIT LEXINGTON CLUB LLC 850.00 903586 08/29/2024 PRINTED VERO BEACH LEASED HOUSING ASSOC III LLLP 1,480.00 903587 08/29/2024 PRINTED AMAZON CAPITAL SERVICES INC 24.95 1021882 08/23/2024 ACI OFFICE DEPOT 708.44 1021883 08/23/2024 ACI WASTE MANAGEMENT INC OF FLORIDA 115.42 1021884 08/29/2024 ACI RING POWER CORPORATION 3,333.94 1021885 08/29/2024 ACI GALLS LLC 1,389.77 1021886 08/29/2024 ACI IRRIGATION CONSULTANTS UNLIMITED INC 527.82 1021887 08/29/2024 ACI GROVE WELDERS INC 400.00 1021888 08/29/2024 ACI WIGINTON FIRE SYSTEMS 570.00 1021889 08/29/2024 ACI COMPLETE RESTAURANT EQUIPMENT LLC 3,928.91 1021890 08/29/2024 ACI GRILL PLACE 263.00 1021891 08/29/2024 ACI UNIFIRST CORPORATION 1,796.53 1021892 08/29/2024 ACI EVERGLADES EQUIPMENT GROUP 611.66 1021893 08/29/2024 ACI CARLON INC 1,539.90 1021894 08/29/2024 ACI CUMMINS INC 3,993.33 1021895 08/29/2024 ACI AT&T 4,482.16 83 1021896 08/29/2024 ACI OFFICE DEPOT 2,897.04 1021897 08/29/2024 ACI COMCAST 593.92 55580 08/23/2024 PRINTED CLEVELAND CLINIC INDIAN RIVER HOSPITAL 2,395.71 55581 08/23/2024 PRINTED FOURSTONE HEALTH LLC 375.00 55582 08/23/2024 PRINTED MD NOW 70.25 55583 08/23/2024 PRINTED QUEST DIAGNOSTICS 26.13 55584 08/23/2024 PRINTED QUEST DIAGNOSTICS 83.60 55585 08/23/2024 PRINTED VERO ORTHOPAEDICS II PA 137.70 55586 08/23/2024 PRINTED VERO ORTHOPAEDICS II PA 152.10 55587 08/26/2024 PRINTED HOWARD T. TEE MD 126.90 55588 08/26/2024 PRINTED MD NOW 100.94 55589 08/26/2024 PRINTED QUEST DIAGNOSTICS 80.75 55590 08/26/2024 PRINTED QUEST DIAGNOSTICS 30.40 55591 08/26/2024 PRINTED VERO ORTHOPAEDICS II PA 50.00 55592 08/26/2024 PRINTED HOWARD T. TEE MD 126.90 55593 08/26/2024 PRINTED RADEAS, LLC 253.39 55594 08/26/2024 PRINTED SPNET 110.50 55595 08/26/2024 PRINTED UMIAMI MEDICINE - ANESTHESIOLOGY 549.10 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 17.00 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 105.00 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 156.00 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 424.00 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 1,087.00 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 1,453.00 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 355.50 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 1,942.00 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 242.50 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 212.00 55596 08/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 661.50 55597 08/26/2024 PRINTED HEALTHESYSTEMS LLC 82.97 55597 08/26/2024 PRINTED HEALTHESYSTEMS LLC 2,266.23 55597 08/26/2024 PRINTED HEALTHESYSTEMS LLC 54.24 55597 08/26/2024 PRINTED HEALTHESYSTEMS LLC 568.48 55597 08/26/2024 PRINTED HEALTHESYSTEMS LLC 281.55 55597 08/26/2024 PRINTED HEALTHESYSTEMS LLC 57.73 55597 08/26/2024 PRINTED HEALTHESYSTEMS LLC 97.49 55598 08/26/2024 PRINTED HOWARD T. TEE MD 150.00 7,561,197.44 84 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 Circuit Court Et Comptroller DATE: August 22, 2024 SUBJECT: Subrecipient Award Contracts As part of the federal government requirement under 2 CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Award, (commonly known as the Uniform Grant Guidance), subrecipient agreements must be entered into and approved by the Board of County Commissioners for any new grants or updates to current grants. Based on the classification of grant recipients, the Treasure Coast Homeless Services Council (TCHSC) and the Senior Resource Association (SRA) are classified as grant subrecipients. On July 2, 2024, the Board acknowledged the renewal of the Housing and Urban Development (HUD) grant for the Continuum of Care (CoC) Program in the amount of $1,181,964. Per the requirements of the Uniform Grant Guidance, a subrecipient grant agreement must be approved with the TCHSC that encompasses this grant. It should be noted that this grant contract is currently in the process of transitioning from Indian River County to Treasure Coast Homeless Services Council. The transfer would enhance the management and utilization of the grant contract, however, until such time the subrecipient agreement must be entered into and approved. The Board was awarded a Florida Department of Transportation Public Transit Block Grant, Service Development Grant and Transit Corridor Grant. Also awarded were Federal Transit Administration Section 5307, 5339 and 5311 Grants. A subrecipient agreement must be approved with the SRA that encompasses these grants. Recommendation: Approve the Subrecipient Award agreements with the TCHSC and the SRA and execute any related documents. 85 Indian River County Grant Contract Subrecipient Award This Grant Contract ("Contract") entered into effective this September 10th, 2024 by and between Indian River County, a political subdivision of the State of Florida, 1800 27th Street, Vero Beach FL, 32960 ("County') and Treasure Coast Homeless Services Council, Inc. ("Subrecipient"), 2525 St. Lucie Avenue, Vero Beach, FL 32960, for Continuum of Care grants. Background Recitals A. The County received Continuum of Care consolidated grant ("Award") from the Department of Housing and Urban Development (HUD) on February 26, 2024. B. The Award is for homeless rental assistance. C. The Federal Award Identification Number ("FAIN") for the Award is FL01141-411092316. D. The Assistance Listing Number (ALN) for the Award is 14.267. The total dollar amount made available under the Award is $1,181,964. E. The indirect cost rate for the Award, including if the de minimis rate is charge, per federal regulations is up to 10 percent on rental assistance grants; however 7% has been agreed upon between the County and subrecipient. F. The Subrecipient, by submitting a proposal to the County, has applied for a grant of money ("Grant") for the Grant Period (as such term is hereinafter defined) on the terms and conditions set forth herein. G. The County has agreed to provide such Grant funds to the Subrecipient or Subrecipient's County -approved designee for the Grant Period (as such term is hereinafter defined) on the terms and conditions set forth herein. NOW THEREFORE, in consideration of the mutual covenants and promises herein contained, and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the parties agree as follows: 1. Background Recitals. The background recitals are true and correct and form a material part of this Contract. 2. Purpose of Grant. The Grant shall be used only for the purposes set forth in the complete proposal submitted by the Subrecipient and incorporated herein by this reference (such purposes hereinafter referenced as "Grant Purposes"). 3. Research and Development. The award under this Contract is not for research activities, both basic and applied, and all development activities that are performed by non -Federal entities. The term research also includes activities involving the training of individuals in research techniques where such activities utilize the same facilities as other research and development activities and where such activities are not included in the instruction function. 4. Term. The Subrecipient acknowledges and agrees that the Grant is limited to the period of performance dated 04/01/24-08/31/25. 86 5. Grant Funds and Payment. The amount of federal funds obligated under this Contract by the County to the Subrecipient is $1,181,964. The County agrees to reimburse the Subrecipient or Subrecipient's County approved designee from such Grant funds for actual documented costs incurred for Grant Purposes provided in accordance with this Contract. Reimbursement requests may be made no more frequently than monthly. Each reimbursement request shall contain the information, at a minimum, that is set forth in Exhibit "B" attached hereto and incorporated herein by this reference. All reimbursement requests are subject to audit by the County. In addition, the County may require additional documentation of expenditures, as it deems appropriate. 6. Indirect costs. Subrecipient is permitted to charge an indirect cost rate of 7% to the federal award. (The rate shall be based on either the County's federally negotiated indirect cost rate or, if no such rate has been obtained, a fixed rate of 10% of modified total direct costs) 7. Additional Obligations of Subrecipient. 7.1 Records. The Subrecipient shall maintain adequate internal controls in order to safeguard the Grant. In addition, the Subrecipient shall maintain adequate records fully to document the use of the Grant funds for at least three (3) years after the expiration of the Grant Period. The County and its auditors shall have access to all books, records, documents and financial statements as required by the County to meet federal requirements or by this Section for the purpose of inspection or audit during normal business hours at the County's expense, upon five (5) days prior written notice. 7.2 Compliance with Laws. The Subrecipient shall comply at all times with all applicable federal, state, and local laws, rules, and regulations, including Title 2 US Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principals, and Audit Requirements of Federal Awards (Uniform Guidance), and Chapter 10.550, Rules of the Auditor General, and the terms and conditions of the Award. Subrecipient 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. Subrecipient is also responsible for obtaining proof of E -Verify registration and utilization for all subcontractors. The Subrecipient has provided an affidavit in accordance with 287.138, Florida Statutes, relating to prohibition against contracting with entities of foreign concern. 7.3 Performance Reports. The Subrecipient shall submit cumulative, Performance Reports to the Finance Department of the County within 90 days following the completion of the grant. These reports should include but not limited to grant expenses and other statistics as required by the grants during the quarter, and the progress the agency has made toward meeting their goals and objectives as they stated in their RFP response. 7.4 Audit Requirements. If Subrecipient receives $100,000 or more in the aggregate from all Indian River County government funding sources, the Subrecipient is required to have an audit completed by an independent certified public accountant at the end of the Subrecipient's fiscal year. Within 180 days of the end of the Subrecipient's fiscal year, the Subrecipient shall submit the audit to the Indian River County Office of Management and Budget. The Office of Management and Budget may extend the 180 day audit submittal requirement, based upon a written request justifying the extension and if deemed to be in the best interest of the County. 87 The extension will typically not exceed the three (3) months from the original due date. The fiscal year will be as reported on the application for funding, and the Subrecipient agrees to notify the County prior to any change in the fiscal period of Subrecipient. The Subrecipient acknowledges that the County may deny funding to any Subrecipient if an audit required by this Contract for a prior fiscal year is past due and has not been submitted within the 180 day period (or extension period). If Subrecipient expends $750,000 ($1,000,000 beginning October 1, 2024) in Federal Awards during Subrecipient's fiscal period, a single audit must be conducted for that fiscal period in accordance with the compliance requirements of Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance). 7.4.1 The Subrecipient further acknowledges that, promptly upon receipt of a qualified opinion from their independent auditor, such qualified opinion shall immediately be provided to the Indian River County Office of Management and Budget. The qualified opinion shall thereupon be reported to the Board of County Commissioners and funding under this Contract will cease immediately. The foregoing termination right is in addition to any other right of the County to terminate this Contract. 7.4.2 The Indian River County Office of Management and Budget reserves the right at any time to send a letter to the Subrecipient requesting clarification if there are any questions regarding a part of the financial statements, audit comments, or notes. 7.5 Insurance Requirements. Subrecipient shall, no later than October 1, provide to the Indian River County Risk Management Division a certificate or certificates issued by an insurer or insurers authorized to conduct business in Florida that is rated not less than category A-: VII by A.M. Best, subject to approval by Indian River County's risk manager, of the following types and amounts of insurance: (i) Commercial General Liability Insurance in an amount not less than $1,000,000 combined single limit for bodily injury and property damage, including coverage for premises/operations, products/completed operations, contractual liability, and independent contractors; (ii) Business Auto Liability Insurance in an amount not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage, including coverage for owned autos and other vehicles, hired autos and other vehicles, non -owned autos and other vehicles; and (iii) Workers' Compensation and Employer's Liability (current Florida statutory limit) (iv) In the event that children are supervised, Sexual Molestation Liability Insurance in an amount not less than $1,000,000 each occurrence/claim. 7.6 Insurance Administration. The insurance certificates, evidencing all required insurance coverages shall be fully acceptable to County in both form and content, and shall provide and specify that the related insurance coverage shall not be cancelled without at least thirty (30) calendar days prior written notice having been given to the County. In addition, the County may request such other proofs and assurances as it may reasonably require that the insurance is and at all times remains in full force and effect. 88 Subrecipient agrees that it is the Subrecipient's sole responsibility to coordinate activities among itself, the County, and the Subrecipient's insurer(s) so that the insurance certificates are acceptable to and accepted by County within the time limits set forth in this Contract. The County shall be listed as an additional insured on all insurance coverage required by this Contract, except Workers' Compensation insurance. The Subrecipient shall, upon ten (10) days' prior written request from the County, deliver copies to the County, or make copies available for the County's inspection at Subrecipient's place of business, of any and all insurance policies that are required in this Contract. If the Subrecipient fails to deliver or make copies of the policies available to the County; fails to obtain replacement insurance or have previous insurance policies reinstated or renewed upon termination or cancellation of existing required coverages; or fails in any other regard to obtain coverages sufficient to meet the terms and conditions of this Contract, then the County may, at its sole option, terminate this Contract. 7.7 Indemnification. The Subrecipient shall indemnify and save harmless the County, its agents, officials, and employees from and against any and all claims, liabilities, losses, damage, or causes of action which may arise from any misconduct, negligent act, or omissions of the Subrecipient, its agents, officers, or employees in connection with the performance of this Contract. 7.8 Public Records. The Subrecipient agrees to comply with the provisions of Chapter 119, Florida Statutes (Public Records Law). Specifically, the Subrecipient shall: (1) Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service. (2) Provide the public with access to public records on the same terms and conditions that the County would provide the records and 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. (4) Meet all requirements for retaining public records and transfer, at no cost, to the County all public records in possession of the Subrecipient upon termination of the Contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. Failure of the Subrecipient to comply with these requirements shall be a material breach of this Agreement. 7.9 Cooperation. The Subrecipient, its directors, managers, employees, and volunteers shall cooperate with any requests for information relating to this Contract and the services and programs provided under this Contract by the County or Clerk of the Circuit Court & Comptroller. Cooperation shall include, but is not limited to, providing records, answering questions, and participating in interviews by County or Clerk of Circuit Court & Comptroller staff. The Subrecipient, its directors, managers, employees, and volunteers shall respond to requests for information within 5 business days, unless the County or Clerk of Circuit Court & Comptroller agree to an alternative response time. 89 IF THE SUBRECIPIENT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUBRECIPIENT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772)226-1424 PUBLICRECORDS(c_INDIANRIVER.GOV Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 Termination. Termination in regards to F.S. 287.135: Subrecipient certifies that it and those related entities of SUBRECIPIENT 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, Subrecipient certifies that it and those related entities of Subrecipient 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 Subrecipient 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 Subrecipient, 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. This Contract may be terminated by either party, without cause, upon thirty (30) days prior written notice to the other party. In addition, the County may terminate this Contract for convenience upon ten (10) days prior written notice to the Subrecipient if the County determines that such termination is in the public interest. 9. Notice and Contact Information - Except as otherwise provided in this Contract, any notice required pursuant to this Contract from either party to the other party must be in writing and sent by certified mail, return receipt requested, or by personal delivery with receipt. For purposes of all notices, the representatives of the County and Subrecipient are: 90 County: Kristin Daniels, Director Office of Management and Budget Indian River County 1801 27th Street Building A Vero Beach, FL 32960 Subrecipient: Rayme Nuckles, Visionary Leader Treasure Coast Homeless Services Council, Inc. 2525 St. Lucie Avenue Vero Beach, FL 32960 10. Availability of Funds. The obligations of the County under this Contract are subject to the availability of funds lawfully appropriated for its purpose by the Board of County Commissioners of Indian River County. 11. Standard Terms. This Contract is subject to the standard terms attached hereto as Exhibit C and incorporated herein in its entirety by this reference. 12. Sovereign Immunity. Nothing herein shall constitute a waiver of the County's sovereign immunity. IN WITNESS WHEREOF, County and Subrecipient have entered into this Contract on the date first above written. INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS By: Susan Adams, Chairman Attest: Ryan L. Butler, Clerk of Circuit Court & Comptroller By: Deputy Clerk Approved: John A. Titkanich, Jr., County Administrator S B CI NT: B Ra"e u kl ,Visionary Leader Approved as to form and legal sufficiency: Jennifer Shuler, County Attorney Agency Name: Treasure Coast Homeless Services Council, Inc. 91 EXHIBIT A �sw�rd�y U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT Al * WASHINGTON, DC 20410-7000 v�4b6thu �� OFFICE OF ASSISTANT SECRETARY FOR COMMUNITY PLANNING AND DEVELOPMENT February 26, 2024 Ms. Leigh Uribe Human Services Programs Coordinator Indian River County Board of County Commissioners 1801 27th Street Vero Beach, FL 32960 Dear Ms. Uribe: Congratulations! I am delighted to inform you of the funding for your project(s) under HUD's Notice of Funding Opportunity (NOFO) for Fiscal Year (FY) 2023 Continuum of Care Competition and Renewal or Replacement of Youth Homeless Demonstration Program Grants for a total of $1,181,964. The CoC Program is an important part of HUD's mission. CoCs around the country will continue to improve the lives of men, women, and children through their local planning efforts and through the direct housing and service programs funded under the FY 2023 CoC Program Competition. Projects like those of your organization, funded through the CoC program, continue to demonstrate their value by improving accountability and performance every year. The enclosure provides details about your organization's award(s) including: the name(s) of the individual project(s); the project number(s); and the specific amount(s) of the obligation(s) for each project. HUD field office staff will notify you when they are available to process grant agreements; once all conditions are satisfied and the grant agreement is executed, your organization can expend funds. HUD commends your organization's work and encourages it to continue to strive for excellence in the fight to end homelessness. Sincerely, Marion McFadden Principal Deputy Assistant Secretary Office of Community Planning and Development www.hud.gov espanol.hud.gov 92 U.S. Department of Housing and Urban Development Office of Community Planning and Development w 400 West Bay Street Suite 1015 Jacksonville, FL 32202 �r Grant Number: FL0114L411092316 Recipient's Name: Indian River County Board of Commissioners Tax ID Number: 59-6000674 Unique Entity Identifier [SAM]: FB3SLJJZ38K9 Federal Award Date: 7/16/2024 CONTINUUM OF CARE PROGRAM (CDFA# 14.267) GRANT AGREEMENT This Grant Agreement ("this Agreement") is made by and between the United States Department of Housing and Urban Development ("HUD") and Indian River County Board of Commissioners (the "Recipient"). This Agreement, the Recipient's use of funds provided under this Agreement (the "Grant" or "Grant Funds"), and the Recipient's operation of projects assisted with Grant Funds are governed by 1. The Consolidated Appropriations Act, 2023 (Pub. L. 117-328, approved December 29, 2022) 2. title IV of the McKinney-Vento Homeless Assistance Act 42 U.S.C. 11301 et seq. (the "Act"); 3. the Continuum of Care Program rule at 24 CFR part 578 (the "Rule"), as amended from time to time; 4. and the Notice of Funding Opportunity for the fiscal year in which the funds were awarded; and 5. the Recipient's application submissions on the basis of which these Grant Funds were approved by HUD, including the certifications, assurances, technical submission documents, and any information or documentation required to meet any grant award condition (collectively, the "Application"). The Application is incorporated herein as part of this Agreement, except that only the project (those projects) listed below are funded by this Agreement. In the event of any conflict between any application provision and any provision contained in this Agreement, this Agreement shall control. Capitalized terms that are not defined in this agreement shall have the meanings given in the Rule. HUD's total funding obligation authorized by this grant agreement is $1,181,964, allocated between the project(s) listed below (each identified by a separate grant number) and, within those projects, between budget line items, as shown below. The Grant Funds an individual project will receive are as shown in the Application on the final HUD -approved Summary Budget for the project. Recipient shall use the Grant Funds provided for the projects listed below, during the budget period(s) period stated below. www.hud.gov espanol.hud.gov Page 1 93 Grant No. Grant Term Performance Period Total Amount FL0114L4H092316 17 months 04-01-2024 - 08-31-2025 $1,181,964 a. Continuum of Care planning activities $0 b. Acquisition $0 c. Rehabilitation $0 d. New construction $0 e. Leasing $0 f. Rental assistance $1,181,964 g. Supportive services $0 h. Operating costs $0 i. Homeless Management Information System $0 j. VAWA $0 k. Rural $0 1. Admin Costs $0 m. Relocation Costs $0 n. HPC homelessness prevention activities: Housing relocation and stabilization services $0 Short-term and medium-term rental assistance $0 www.hud.gov espanol.hud.gov Page 2 94 Pre -award Costs for Continuum of Care Planning The Recipient may, at its own risk, incur pre -award costs for continuum of care planning awards, after the date of the HUD selection notice and prior to the effective date of this Agreement, if such costs: a) are consistent with 2 CFR 200.458; and b) would be allowable as a post -award cost; and c) do not exceed 10 percent of the total funds obligated to this award. The incurrence of pre- award costs in anticipation of an award imposes no obligation on HUD either to make the award, or to increase the amount of the approved budget, if the award is made for less than the amount anticipated and is inadequate to cover the pre -award costs incurred. These provisions apply to all Recipients: If any new projects funded under this Agreement are for project -based rental assistance for a term of fifteen (15) years, the funding provided under this Agreement is for the performance period stated herein only. Additional funding is subject to the availability of annual appropriations. The budget period and performance period of renewal projects funded by this Agreement will begin immediately at the end of the budget period and performance period of the grant being renewed. Eligible costs incurred between the end of Recipient's budget period and performance period under the grant being renewed and the date this Agreement is executed by both parties may be reimbursed with Grants Funds from this Agreement. No Grant Funds for renewal projects may be drawn down by Recipient before the end date of the project's budget period and performance period under the grant that has been renewed. For any transition project funded under this Agreement the budget period and performance period of the transition project(s) will begin immediately at the end of the Recipient's final operating year under the grant being transitioned. Eligible costs, as defined by the Act and the Rule incurred between the end of Recipient's final operating year under the grant being transitioned and the execution of this Agreement may be paid with funds from the first operating year of this Agreement. HUD designations of Continuums of Care as High -performing Communities (HPCS) are published on HUD.gov in the appropriate Fiscal Years' CoC Program Competition Funding Availability page. Notwithstanding anything to the contrary in the Application or this Agreement, Recipient may only use grant funds for HPC Homelessness Prevention Activities if the Continuum that designated the Recipient to apply for the grant was designated an HPC for the applicable fiscal year. The Recipient must complete the attached "Indirect Cost Rate Schedule" and return it to HUD with this Agreement. The Recipient must provide HUD with a revised schedule when any change is made to the rate(s) included in the schedule. The schedule and any revisions HUD receives from the Recipient will be incorporated into and made part of this Agreement, provided that each rate included satisfies the applicable requirements under 2 CFR part 200 (including appendices). This Agreement shall remain in effect until the earlier of 1) written agreement by the parties; 2) by HUD alone, acting under the authority of 24 CFR 578.107; 3) upon expiration of the budget period and performance period for all projects funded under this Agreement; or 4) upon the expiration of the period of availability of Grant Funds for all projects funded under this Agreement. www.hud.gov espanol.hud.gov Page 3 95 HUD notifications to the Recipient shall be to the address of the Recipient as stated in the Recipient's applicant profile in e -snaps. Recipient notifications to HUD shall be to the HUD Field Office executing the Agreement. No right, benefit, or advantage of the Recipient hereunder may be assigned without prior written approval of HUD. Build America, Buy America Act. The Grantee must comply with the requirements of the Build America, Buy America (BABA) Act, 41 USC 8301 note, and all applicable rules and notices, as may be amended, if applicable to the Grantee's infrastructure project. Pursuant to HUD's Notice, "Public Interest Phased Implementation Waiver for FY 2022 and 2023 of Build America, Buy America Provisions as Applied to Recipients of HUD Federal Financial Assistance" (88 FR 17001), any funds obligated by HUD on or after the applicable listed effective dates, are subject to BABA requirements, unless excepted by a waiver. The Agreement constitutes the entire agreement between the parties and may be amended only in writing executed by HUD and the Recipient. By signing below, Recipients that are states and units of local government certify that they are following a current HUD approved CHAS (Consolidated Plan). www.hud.gov espanol.hud.gov Page 4 96 Agency/Dept./Major Function Indirect Cost Schedule Indirect Cost Rate Direct Cost Base This schedule must include each indirect cost rate that will be used to calculate the Recipient's indirect costs under the grant. The schedule must also specify the type of direct cost base to which each included rate applies (for example, Modified Total Direct Costs (MTDC)). Do not include indirect cost rate information for subrecipients. For government entities, enter each agency or department that will carry out activities under the grant, the indirect cost rate applicable to each department/agency (including if the de minimis rate is used per 2 CFR §200.414), and the type of direct cost base to which the rate will be applied. For nonprofit organizations that use the Simplified Allocation Method for indirect costs or elects to use the de minimis rate of 10% of Modified Total Direct Costs in accordance with 2 CFR §200.414, enter the applicable indirect cost rate and type of direct cost base in the first row of the table. For nonprofit organizations that use the Multiple Base Allocation Method, enter each major function of the organization for which a rate was developed and will be used under the grant, the indirect cost rate applicable to that major function, and the type of direct cost base to which the rate will be applied. To learn more about the indirect cost requirements, see 24 CFR 578.63; 2 CFR part 200, subpart E; Appendix IV to Part 200 (for nonprofit organizations); and Appendix VII to Part 200 (for state and local governments). www.hud.gov espanol.hud.gov Page 6 98 Enclosure FL0114L4H092316 2023 Alcohope Renewal $1,181,964 Total Amount: $1,181,964 99 :*0Zool1 [From pol ] opte ]b ]In ] n R ver Count Bo r Of Count Commiss oners on Febru r 19, 2002 ] N F npr fit Agency Resp I-nsibilities After Award IF ffnding F In ] n R ver Count prov ]es fun ]ng to 9 nonprof t gen ]es on re mbursement b � s onl . ] All re mburs pie expenses must be o Pmente ]b n nvo ]e n ]or op ]of the ]n ele ] he Y. ] An � xpense not o �mente ] properl to the s I sf ]t on of the Off a of M an] gement & Bu bet ] n /or the Count A ]m in str for m a }got be re mburse j ] If n gen ] repe le ] f ]s to prov ]e ]equ le o Pment t on, th s m a pe reporte ]to the Bo r ] of Comm ss oners. In the event n gen ] prov ]es n ] equ le o Pment ton on ons stent ] b s s, fun ]ng m a ]be ]s ont nue ] mme ] tel . A ] t on ]I , th s m a ] versel jfe I future ] fun ]ng requests. ] Expen ]tures m a ]onl be re mburse ] from the f s ] I e r for wh ]h fun ]ng w s w r e ] For ] ex pnple, no expen ]tures pr or to O Bober 1St m a ]be re mburse ] w th fun � from the follow ng ] e r. A ] ton ]I , f n ] fun � re unexpen ]e t the en ] of f s ] I e r, these fun � re not ] rr e ] over to the next P r unless express) uthor ze b ]the Bo r of Comm ss oners. ] All requests for re mbursement t f s ] I e r en ] (September 30th) must be subm tte ] on t mel ] b s s. E ] h e r, the Off a of M an] gement & Bu bet w II sen ] letter to 9 nonprof t gen ]es ] vis ng of the e ] I ne for re mbursement requests for the f s ] I e r. Th s e ] I ne s t p ] II ] e rl to m i -P dober, s n P the Comptroller Division oes not pro Pss he ] s for the pr or f s ] I e r ] be pn ]th x po nt. ] E ] h re mbursement request must n ]u a summar] of expenses b ]t pe. These summar es shoul ] be broken own nto s ] res, benefts, suppl es, ontr ]tu ] sery ]es, et . If In ] n Rver Count s ] re mburs ng n gen ] for oni port on of n expense (e.g. s ] r of n emplo ee), then the metho ] for this portion should be disclosed on the summary. The Office of Management & Bu bet h js ] summar] forms v ]I ble. ] In ] n R ver Count w II not re mburse ert h t pes of expen ]tures. These expen ]ture t pes re ] I ste ] below. ] Tr vel expenses for tr vel outs ]e the Count n ]u ]ng but not I m to ]to; m ie ge re mbursement, ] hotel rooms, me Is, me I gow ]n es, per D em, n ]tolls. M ie be re mbursement for to ] I tr vel ] (w th n In ] n R ver Count ) s gow ]ble. ] b. S ]k or V ] t on p ] ments for emplo ees. S n P gen ]es m a ]h ]✓e v r ous s ]k n ]v ] t on p ] pol ]es, these must be prov ]e from other sour es. ] An ]expenses not sso ] to ] w th the prov s on of the progr m for wh ]h the Count h � w r e ] fun ]ng. ] An ]expense not outl ne ] n the gen ] 's fun ]ng ppl ]ton. ] The Count reserves the r ght to e ] ne re mbursement for n ]expense s eeme ne ass r ." ] 100 EXHIBIT C T D DTE FO RG R T CO M CT VeFrue; F e f Law: T Fe val d ty, nterpretat R, Fnstru F n, and effe F f t F Fntra Fs 611 be F n a F rdan E w t and g verned by t o laws f t e State f I r da, nly. T e I at R f r settlement F f any and all la ms, Fntr vers es, r d sputes, ar s ng ut f r relat ng t any part f t F Fntra F F r any brea F ere F as well as any It gat R between t e part es, s 611 be Ind an R ver Funty, F I r da f r la ms br ug F n state Furt, and t e S Fut ern D str F F F r da f r t Fse la ms F just fable n federal Fu rt. F 2. EnFrety f Agreement: T Fs Fntra F n Frp Fates and n Fudes all pr F and Fntemp rane Es F neg Fat Rs, Frresp Rden E, Fnversat Rs, agreements, and understand ngs appl able t t e F matters Fnta ned ere n and t e part es agree t at t ere are n F Fmm tments, agreements, r F understand ngs Fn ern ng t e subje F matter F t F F ntra F t at are n F Fnta ned Fere n. F A F rd ngly, t s agreed t at n Fdev at R fr m t e terms ere Fs Ell be pred Fated up R any pr F F representat Rs r agreements, w Fet er ral r wr tten. It s furt er agreed t at n Fm odlF at R, F amendment r alterat R n t e terms and Fnd t Rs Fnta ned ere n s Ell be effe Fve unless F nta ned n a wr tten d Fument s gned by b F part es. F 3. Sdverab I ty: In t e event any pr v s Fn f t F Fntra F s determ ned t be unenf r eable r nval d, F su F unenf r eab I ty r nval d ty s all n t affe Ft a rema n ng pr v s Fns f t s Fntra F and every F t er term and pr v s Fn F t 6 F ntra F s EII be deemed val d and enf r eable t t e extent F perm itdd by law. T R at extent, t F Fntra F s deemed severable. F 4. C 6pt Rs and Interpretat Rs: Ept Rs n t F Fntra Fare n Fuded f r Fnven en E my and are F n t t be Fns dered n any Fnstru F n r nterpretat R f t F Fntra F r any f is pr v s Fns. F Unless t o Fntext nd Fates t erw se, w Frds mp rt ng t e s ngular number n rude t o plural F number, and v Fe versa. Words f any gender n Fide t e Frrelat ve w Frds f t e t er genders, F unless t e sense nd Fates t erw se. F 5. Independent Fntra F r: T Fe Subre Fp ent s and s Ell be an ndependent Fntra F r f r all purp Fes F under t F Fntra F T Fe Subre Fp ent s n Fan agent r empl yee f t e Funty, and any and all F pers Rs engaged n any f t e sery Fes r a Fv t es funded n w F le r n part pert rmed pursuant F t t F Fntra Fs 611 at all t mes and n all pla es be subje Ft t e Subre Fp ent's s Fe d re F n, F supery s Fn, and Fntr I. F 6. AsFs gnment: T Fs F ntra F may n F be ass gned by t e Subre Fp ent w t Fut t e pr F wr tten F nsent ft e Funty. F 101 Indian River County Grant Contract Subrecipient Award This Grant Contract entered into and effective this September 10, 2024, by and between Indian River County, a political subdivision of the State of Florida, 1801 27th Street, Vero Beach FL, 32960 (County) and Senior Resource Association (SRA - Subrecipient), 694 14th Street, Vero Beach, FL, 32960, for providing and administering mass transit service for Indian River County. Background Recitals A. The County received grants (see attached list) - Exhibit A (Award) from the Federal Transit Administration (FTA) and the Florida Department of Transportation (FDOT) on the Award Date listed in Exhibit A. B. The Award is for planning, acquisition, construction, improvement and operating costs of facilities, equipment, and capital maintenance items used in public transportation. C. The Federal Award Identification Number ("FAIN") for the Award, if applicable, is listed in Exhibit A. D. The Assistance Listing Number (ALN) and Catalog of State Finance Assistance Number (CSFA) for the Award, if applicable, is listed in Exhibit A. The total dollar amount made available under the Award is $5,828,186. E. The indirect cost rate for the Award, including if the de minimis rate is charged, per federal regulations is based upon the County approved indirect cost allocation plan. F. The Subrecipient, by submitting a proposal to the County, has applied for a grant of money (Grant) for the Grant Period (as such term is hereinafter defined) on the terms and conditions set forth herein. G. The County has agreed to provide such Grant funds to the Subrecipient for the Grant Period (as such term is hereinafter defined) on the terms and conditions set forth herein. NOW THEREFORE, in consideration of the mutual covenants and promises herein contained, and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the parties agree as follows: 1. Background Recitals: The background recitals are true and correct and form a material part of this Contract. 2. Purpose of Grant: The Grant shall be used only for the purposes set forth in the complete proposal submitted by the Subrecipient and incorporated herein by this reference (Exhibit B). 3. Research and Development: The award under this Contract is not for research activities, both basic and applied, and all development activities that are performed by non -Federal entities. The term research also includes activities involving the training of individuals in research techniques where such activities utilize the same facilities as other research and development activities and where such activities are not included in the instruction function. 102 4. Term: The Subrecipient acknowledges and agrees that the Grant is limited to the fiscal year(s) listed in Exhibit A (Grant Period). 5. Grant Funds and Payment: The approved Grant for the Grant Period is $5,828,186. (Exhibit A). The amount of federal funds obligated under this Contract by the County to the Subrecipient is $3,598,281 (Exhibit A). The County agrees to reimburse the Subrecipient from such Grant funds for actual documented costs incurred for Grant Purposes provided in accordance with this Contract. Reimbursement requests may be made no more frequently than monthly. Each reimbursement request shall contain the information, at a minimum, that is set forth in Exhibit "C" attached hereto and incorporated herein by this reference. All reimbursement requests are subject to audit by the County. In addition, the County may require additional documentation of expenditures, as it deems appropriate. 6. Indirect costs: Subrecipient is permitted to charge an indirect cost rate of 0% to the federal award because indirect costs are charged directly through an approved indirect cost allocation plan. (The rate shall be based on either the County's federally negotiated indirect cost rate or, if no such rate has been obtained, a fixed rate of 10% of modified total direct costs). 7. Additional Obligations of Subrecipient. 7.1 Records: The Subrecipient shall maintain adequate internal controls in order to safeguard the Grant. In addition, the Subrecipient shall maintain adequate records fully to document the use of the Grant funds for at least three (3) years after the expiration of the Grant Period. The County and its auditors shall have access to all books, records, documents and financial statements as required by the County to meet federal requirements or by this Section for the purpose of inspection or audit during normal business hours at the County's expense, upon five (5) days prior written notice. 7.2 Compliance with Laws: The Subrecipient shall comply at all times with all applicable federal, state, and local laws, rules, and regulations, including Title 2 US Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principals, and Audit Requirements of Federal Awards (Uniform Guidance), and Chapter 10.550, Rules of the Auditor General, and the terms and conditions of the Award. Subrecipient 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. Subrecipient is also responsible for obtaining proof of E -Verify registration and utilization, in the form of an affidavit, for all subcontractors. The Subrecipient has provided an affidavit in accordance with 287.138, Florida Statutes, relating to prohibition against contracting with entities of foreign concern. 7.3 Quarterly Performance Reports: The Subrecipient shall submit quarterly, cumulative, Performance Reports to the Metropolitan Planning Organization Department of the County within thirty (30) business days following: December 31, March 31, June 30, and September 30. These reports should include but not limited to grant expenses and other statistics as required by the grant during the quarter, and the progress the agency has made toward meeting their goals and objectives as they stated in their RFP response. 103 7.4 Audit Requirements: If Subrecipient receives $100,000 or more in the aggregate from all Indian River County government funding sources, the Subrecipient is required to have an audit completed by an independent certified public accountant at the end of the Subrecipient's fiscal year. Within 180 days of the end of the Subrecipient's fiscal year, the Subrecipient shall submit the audit to the Indian River County Office of Management and Budget. The fiscal year will be as reported on the application for funding, and the Subrecipient agrees to notify the County prior to any change in the fiscal period of Subrecipient. The Subrecipient acknowledges that the County may deny funding to any Subrecipient if an audit required by this Contract for a prior fiscal year is past due and has not been submitted within the 180 day period. The Office of Management and Budget may extend the 180 day audit submittal requirement, based upon a written request justifying the extension and if deemed to be in the best interest of the County. The extension will typically not exceed the three (3) months from the original due date. If Subrecipient expends $750,000 or more ($1,000,000 starting October 1, 2024) in Federal Awards during Subrecipient's fiscal period, a single audit must be conducted for that fiscal period in accordance with the compliance require ments of Title 2 U.S. Code of Federal Regulations Part 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (Uniform Guidance). 7.4.1 The Subrecipient further acknowledges that, promptly upon receipt of a qualified opinion from their independent auditor, such qualified opinion shall immediately be provided to the Indian River County Office of Management and Budget. The qualified opinion shall thereupon be reported to the Board of County Commissioners and funding under this Contract will cease immediately. The foregoing termination right is in addition to any other right of the County to terminate this Contract. 7.4.2 The Indian River County Office of Management and Budget reserves the right at any time to send a letter to the Subrecipient requesting clarification if there are any questions regarding a part of the financial statements, audit comments, or notes. 7.5 Insurance Requirements: Subrecipient shall, no later than October 1 each year, provide to the Indian River County Risk Management Division a certificate or certificates issued by an insurer or insurers authorized to conduct business in Florida that is rated not less than category A-: VII by A.M. Best, subject to approval by Indian River County's Risk Manager, of the following types and amounts of insurance: (i) Commercial General Liability Insurance in an amount not less than $1,000,000 combined single limit for bodily injury and property damage, including coverage for premises/operations, products/completed operations, contractual liability, and independent contractors; (ii) Business Auto Liability Insurance in an amount not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage, including coverage for owned autos and other vehicles, hired autos and other vehicles, non - owned autos and other vehicles; and (iii) Workers' Compensation and Employer's Liability (current Florida statutory limit); and 104 (iv) In the event that children are supervised, Sexual Molestation Liability Insurance in an amount not less than $1,000,000 each occurrence/claim. 7.6 Insurance Administration: The insurance certificates, evidencing all required insurance coverages shall be fully acceptable to County in both form and content, and shall provide and specify that the related insurance coverage shall not be cancelled without at least thirty (30) calendar days prior written notice having been given to the County. All such insurance shall provide a waiver of subrogation in favor of the County; and be primary and without contribution from the County or its insurance carrier. In addition, the County may request such other proofs and assurances as it may reasonably require that the insurance is and at all times remains in full force and effect. Subrecipient agrees that it is the Subrecipient's sole responsibility to coordinate activities among itself, the County, and the Subrecipient's insurer(s) so that the insurance certificates are acceptable to and accepted by County within the time limits set forth in this Contract. The County shall be listed as an additional insured on all insurance coverage required by this Contract, except Workers' Compensation insurance. The Subrecipient shall, upon ten (10) days' prior written request from the County, deliver copies to the County, or make copies available for the County's inspection at Subrecipient's place of business, of any and all insurance policies that are required in this Contract. If the Subrecipient fails to deliver or make copies of the policies available to the County; fails to obtain replacement insurance or have previous insurance policies reinstated or renewed upon termination or cancellation of existing required coverages; or fails in any other regard to obtain coverages sufficient to meet the terms and conditions of this Contract, then the County may, at its sole option, terminate this Contract. 7.7 Indemnification: The Subrecipient shall indemnify and save harmless the County, its agents, officials, and employees from and against any and all claims, liabilities, losses, damage, or causes of action which may arise from any misconduct, negligent act, or omissions of the Subrecipient, its agents, officers, or employees in connection with the performance of this Contract. 7.8 Public Records: The Subrecipient agrees to comply with the provisions of Chapter 119, Florida Statutes (Public Records Law). Specifically, the Subrecipient shall: (1) Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service. (2) Provide the public with access to public records on the same terms and conditions that the County would provide the records and 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. (4) Meet all requirements for retaining public records and transfer, at no cost, to the County all public records in possession of the Subrecipient upon termination of the Contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. Failure of the Subrecipient to comply with these requirements shall be a material breach of this Agreement. 105 7.9 Cooperation: The Subrecipient, its directors, managers, employees, and volunteers shall cooperate with any requests for information relating to this Contract and the services and programs provided under this Contract by the County of Clerk of Circuit Court & Comptroller. Cooperation shall include, but is not limited to, providing records, answering questions, and participating in interviews by County or Clerk of Circuit Court & Comptroller staff. The Subrecipient, its directors, managers, employees, and volunteers shall respond to requests for information within 5 business days, unless the County or Clerk of Circuit Court & Comptroller agree to an alternative response time. IF THE SUBRECIPIENT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUBRECIPIENT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772)226-1424 PUBLICRECORDS&NDIANRIVER. GOV Indian River County Office of the County Attorney 1801 27' Street Vero Beach, FL 32960 Termination: Termination in regards to F.S. 287.135: Subrecipient certifies that it and those related entities of Subrecipient 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, Subrecipient certifies that it and those related entities of Subrecipient 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 Subrecipient 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 Subrecipient, 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. This Contract may be terminated by either party, without cause, upon thirty (30) days prior written notice to the other party. 106 In addition, the County may terminate this Contract for convenience upon ten (10) days prior written notice to the Subrecipient if the County determines that such termination is in the public interest. 9. Notice and Contact Information: Except as otherwise provided in this Contract, any notice required pursuant to this Contract from either party to the other party must be in writing and sent by certified mail, return receipt requested, or by personal delivery with receipt. For purposes of all notices, the representatives of the County and Subrecipient are: County: Kristin Daniels, Budget Director Indian River County 1801 27th Street - Building A Vero Beach, FL 32960 Subrecipient: Karen Deigl, President/CEO Senior Resource Association 694 14th Street Vero Beach, FL 32960 10. Availability of Funds: The obligations of the County under this Contract are subject to the availability of funds lawfully appropriated for its purpose by the Board of County Commissioners of Indian River County. 11. Standard Terms: This Contract is subject to the standard terms attached hereto as Exhibit D and incorporated herein in its entirety by this reference. 12. Sovereign Immunity: Nothing herein shall constitute a waiver of the County's sovereign immunity. IN WITNESS WHEREOF, County and Subrecipient have entered into this Contract on the date first above written. INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS By: Commissioner Susan Adams, Chairman Attest: Ryan L. Butler, Clerk of Circuit Court & Comptroller By: Deputy Clerk Approved as to form and legal sufficiency: Approved: John A. Titkanich, Jr., County Administrator Jennifer Shuler, County Attorney 107 Indian River County BOCC SRA Related Grants Description/Grant Name State Grants: FDOT Public Transportation Block Grant FDOT Service Development Grant FDOT Transit Corridor Grant Total State Grants Federal Grants: FTA Section 5307 Grant FTA Section 5339 Grant FTA Section 5311 Grant FTA Section 5311 Grant CRRSAA and ARP Total Federal Grants Total of All Awards State Award ID CSFA Federal Award ID ALN G2U98 G2V45 G2N79 FL -2024-006-00 FL -2024-006-00 G2X84 G2F91 EXHIBIT A Amount Award Date Grant Period 55.010 $ 729,905 55.012 $ 1 1,200,000 55.013 $ 300,000 2,229,905 3/11/2024 03/11/2024-06/30/2027 4/14/2024 04/14/2024-03/31/2027 09/29/2023 09/29/2023-09/30/2026 20.507 2,841,623 02/14/2024 20.526 212,246 02/14/2024 20.509 180,000 06/04/2024 20.509 364,412 01/12/2023 3,598,281 $ 5,828,186 02/14/2024-03/31/2032 02/14/2024-03/31/2032 06/04/2024-04/30/2026 01/12/2023-12/31/2025 109 EXHIBIT DocuSign Envelope ID 0816=7-006146844CM _ EC50ME207 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Fofm 726-000.01 PUBLIC TRANSPORTATION - - - dEYEIOPELOP E NT � MENT GRANT AGREEMENT 0G07u Financial Projl>et i(11� Mber(s): Fund(sj ,, J)M. LF FLAIR Category: 088774 (Item-t-a+�r�c,.) _._..........�..1 _ Intermodal 407190-5494H Rail Crossing Closure Work Activity Code/Function: Object Code 751000 (Note Section 15 ar,d Exhibit G do not apply to federally matched funding) Federal Number/Federal Award Org. Code 55042010429 Exhibit A: F'Coject Description and Responsibilities Identification Number (FAIN)°-*7Ve ll aW. r„ Vendor Number- F596000674006 Contract Number: G2U98 _ Federal Award Date: 'Exhibit 63: Alternative Advanced Pay (Trarsit Bus Program) _ CFDA Number N/A Agency SAWUEl Number X Exhibit E: Program Specific Terms and Conditions CFDATitle: N/A X `Exhibit C3: Audit Requirements for Awards of State Financial Assistance A -Number 55.010 CCA TMe.- Public Transit Block Grant PW_Vm THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement") is entered into March 11, 2024 by and between the State of Florida, Department of Transportation. ("Department"). and Indian Rivertounty BOCC ("Agency") The Department and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the 'Parties NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties agree to the following. 1. Authority. The Agency by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part of this Agreement.. has authorized its officers to execute this Agreement on its behalf The Department has the authority pursuant to Section(s) 341.052 Florida Statutes, to enter kft tttiR Agreemert 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation in Block Grant fund na for ooeratino assistance to Indian River County BOCC for fts urbanized area of Indian River, as further described in Exhibit "A", Project Description and N-i-poniftweis; attached and incorporated into this Agreement ("Project"), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner it which the Project will be undertaken and completed. 3. Program Area. For identification purposes only. this Agreement is implemented as part of the Department program area selected below (select all programs that apply): _ Aviation _ Seaports X Transit _ Intermodal Rail Crossing Closure _ Match to Direct Federal Funding (AvidlIbnor-Transit) (Note Section 15 ar,d Exhibit G do not apply to federally matched funding) Other 4. . ThefollowMg Exhibits are attached and incorporated into this Agreement: Exhibit A: F'Coject Description and Responsibilities Exhibit B: Schedule of Faimial Assistance 'Exhibit B1: Deferred Reimbursement Financial Provisions `Exhibit B2: Advance Payment Financial Provisions _ 'Exhibit 63: Alternative Advanced Pay (Trarsit Bus Program) _ 'Exhibit C: Terms and Conditions of Construction X Exhibit D: Agency Resolution X Exhibit E: Program Specific Terms and Conditions X Exhibit F. Contract Payment Requirements X `Exhibit C3: Audit Requirements for Awards of State Financial Assistance 110 Pe" 101,93 DocuSign Envelope ID: 0816C707 -0061-46B*- ;44Et:%M49W? STATE OF FLOMDA DEPARTMENT OF TRANSPMAIM /am 725.000-01 PUBLIC TRANSPORTATION"MW'W DEVELOPMENT GRANS AGREEMENT OGC 7122 'Exhibit H: Audit Requirements for Awards of Federal Financial Assistance 'Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor "Additional Exhibit(s); `Indicates that the Exhibit is only attached and incorporated if applicable box is selected. Time. Unless specified otherwise, all references to `days" within this Agreement refer to calendar days ii. Term bf Agreement. This Agreement shall commence upon full execution by both Parties ("Effective Date") and continue through June 30, 2027 If the Agency does not complete the Project within this time period, this Agreement will expire unless an extension of the time period is requested by the Agency and granted in writing by the Department prior to the expiration of this Agreement. ExpirabOn bfthis Agreement will be considered termination of the Project. The cost of any wcate-performed prior tO the Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department, a. _ If this box is checked the following provision applies: Unless terminated earlier, work on the Project shall commence no later than the_ of or within _ days of the issuance of the Notice to Proceed for the construction phase of the Project (if the Project involves construction), whichever date is earlier. The Department shall have the option to immediately terminate this Agreement should the Agency fail to meet the above -required dates 7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the prior written consent of the Department. 8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend any or all of the Department's obligations under this Agreement for the Agency's failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected. a. Notwithstanding any other provision of this Agreement, if the Department intends to terminate the Agreement, the Department shall notify the Agency of such termination in writing at least thirty (30) days prior to the termination of the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. b. The Parties to this Agreement may terminate this Agreement when its continuation would not produce beneficial results commensurate with the further expenditure of funds. In this event, the Parties shall agree upon the termination conditions. c. If the Agreement is terminated before performance is completed, the Agency shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment however, may not exceed the equivalent percentage of the Department's maximmftnancial assistance. If any portion of the Project is located on the Department's right-of-way, then all work in progress on the Department right-of-way will become the property of the Department and will be Wmed over promptly by the Agency: d. In the event the Agency fails to perform yr honor the requirements and provisions of this moment, the Agency shall promptly refihd in full to the Department within thirty (30) days offt.bMination of the Agreement any flims that were determined b Depa Ctt:l have been expended in violation of the Agreement. e. The Department reserves the eight to. unilaterallyfor "mtr ft Agency to comply with the Public Records provisions of Chapter fit. arida Statutes. 111 Page 2 of 23 0OW11th 19"WOM 00111116=7-0061-468444M ,, 49C5WWG`` V STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT "I REEMENT occ 7/22 9. Project Cost: a. The estimated total cost of the Project is $1,459,810. This amount is based upet fthibit "B", Schedule of Financial Assistance. The timeline for deliverables and distributigpf estimated amounts between deliverables within a grant phase, as outlined in ExNi*'AW*A fehedule of Financial Assistance, may be modified by mutual written agreement of the Parties and does not require execution of an Amendment to the Public Transportation Grant Agreement. The timeline for deliverables and distribution of estimated amounts between grant phases requires an amendment executed by both Parties in the same form as this Agreement. ib. The Department agrees to participate in the Project cost up to the maximum amour.d Of 729,905 and, the Department's participation in the Project shall not exceed 50.00% offt total eligible cost of the Project, and as more fully described in Exhibit "B", Schedule'{N Financial Assistance. The Agency agrees to bear all expenses in excess of the amount o1 the Departments participation and any cost overruns or deficits involved. 10. Compensation and Payment: a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit "A", Project Description and Responsibilities, and as set forth it Exhibit "B", Schedule of Financial Assistance b. Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project and the quantifiable, measurable, and verifiable units of deliverables are described more fully in Exhibit "A", Project Description and Responsibilities. Modifications to the deliverables it Exhibit "A", Project Description and Responsibilities requires a formal written amendment. c. Invoicing. Invoices shall be submitted no More often than monthly by the Agency in detail sufficient for a proper pre -audit and post -audit, based on the quantifiable, measurable. and verifiable deliverables as established in Exhibit "A", Project Description and Responsibilities. Deliverables and costs incurred must be received and approved by the Department prior to reimbursement. Requests for reimbursement by the Agency shall include an invoice, progress report, and supporting documentation for the deliverables being billed that are acceptable to the Department. The Agency shall use the format for the invoice and progress report that is approved by the Department d. Supporting Documentation. Supporting documentation must establish that the deliverables were received and accepted in writing by the Agency and must also establish that the required minimum standards or level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit "A", Project Description and Responsibilities has been met. All costs invoiced shall be supported by properly executed payrolls, time records, invoices. contracts, or vouchers evidencing in proper detail the nature and propriety of charges as described in Exhibit "F", Contract Payment Requirements. e. Travel Expenses. The selected provision below is controlling regarding travel expenses; Travel expenses are NOT eligible for reimbursement under this Agreement. _ Travel expenses ARE eligible for reimbursement under this Agreement. Bills for travel expenses specifically authorized in this Agreement shall be submitted on the Department'#: Contractor TmvW Form N& 3000)(11,06 and will be paid in accordance wiihl W'1'l2AK DocuSign _nvelope ID: 0816C707-0061-4664-, : 86EC5OA4E207 STATE OF FLORIDA DEPARTMENT OF TRANSPORU"M - /gym 725.0 Ai PUBLIC TRANSPORTATION Ste"` WAOMMENT Florida Statutes, and the most outrent ver#Rtf1 Otf Departments Disbursemer t O for Employees and Managers. f. Financial Consequences. Payment shall be made only after 10c*t ilpiod approval of deliverables and costs incurred unless advance payments all by the Chief Financial Officer of the State of Florida under Chapters 215 and 2M- ,, Statutes, or the Department's Comptroller hider Section 334.044(29), Florida Statutes. If the Department determines that the perfom*re of the Agency .is unsatisfactory, the Department shall notify the Agency of the deficiencyto b porrected, WhIdt correctiob shall be made within,* 666. frame to be specified by the Department, The Agency shall, w .(30) days atdtts from the Department, provide the D Mi with a corrective action plait describing how the Agency will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum per omance levels, deliverable deficiencies, of *mtract wf- cornplance. If the corrective action plan is unacceptable to the Department, the Agency will not be reimbursed. if the def clemy is subsequently resolved, the Agency may bill the Department for the amount that WpprevKw*fiatteirnbursed during fihg period. If the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement's tern. g. Invoice Processing. An Agency receiving financial assistance from the Department should be aware of the following time frarres. inspection or verification and approval of deliverables shall take no longer than 20 days from the Departrrwnt's receipt of the invoice. The Department has 20 days ice deliver a request for payment (vouches .16 tho =l»'3epartment of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the deliverables are received. inspected or verified, and appcovedl If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice anvunt, to the Agency. Interest penalties of less than one (1) dollar,** not be enforced unless the Agency requests payment. Invoices that have to be returned to an Agency because of Agency preparation errors will result in a delay in the payment. the invoice payment requirements do not start until a properly completed invoice is provided to the Department. A Vendor Ombudsman has been established within the Departmertt of Anancial Services. The duties of this individual include acting as an advocate for . Agency who May be experiencing problems in obtaining timely payment(s) from a state agency,. T -J* Viroft Ombudsman may be contacted at (850)413-5516. #L lte0a6861%„ The Agency shall maintain an accounting system or separate amounts lowmre funds and.priojeots are tracked separately. Records of costs incurred under the terms of this Agreement shall be maintained and (' .elvailablen request is**:Depa*nent at all times during the period of this Agreement and for five years after final payment is made. Copies of these records shall be furnished to the Department upon request, Records of costs incurred include the Agency's general accounting records and the Project records, together with supporting documents and records, of the Contractor and all subcontractonli performing work on the Project, and all other records of the Contractor and subcontractoreaoonsidered necessary by the De *mnt for a proper audit of costs. L Progress Reports. Upon, Mquest, the Agency agrees `to provide progress reports :Iletine Department lathe standard format used by the Department and at intervals establish6o Department. Thkbep� d will be entitled at all times to be advised, at its requ , S t�MA status of the P0*' 4 and of details thereof. j. Submission of OthoW DgoWentW The Agency shall submit to the Departmert such data, reports, records, end oaten documents relating to the Project as the Department �13�1o��ai t�> 0:0611111=7-flp M11111944M ,,EC50MF207 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form it ? PUBLIC TRANSPORTATION ~ DEVELOPMENT' GRANT AGREEMENT °GC 7*2 may require as listed in Exhibit "E", Program SpectWT*Mf!lMt �0bnditions attached to and incorporated into this Agreement. k. Offsets for Claims. If, after Project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement. the Department may offset such ernount' 1 payments due for or services darty Under any agreerftft that it has with the Agenci owing such amount if, upon written demand, payment of the amount is not made within 60 days to the Department. Offsetting any amount pursuant to thin j paragraph shall not be considered a breach of contract by the Department, 1. Final Invoice. The Agency must submit the final invoice on the Project to the 130potment i within 120 days after the completion of the Project. Invoices submitted after the 120-day time, period may not be paid. nL Department's Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement is { contingent upon an annual appropriation by the Legislature. If the Department's funding for j this Project is in multiple fiscal years, a notice of availability of funds from the Department's project manager must be received prior to costs being incurred by the Agency See Exhibit "B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds I approval being received The Department will notify the Agency in writing when funds are available. 11. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this Agreement is in excess of $25,000 and has a term for a period of more #00 one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated' i "The Department, during any fiscal year, shall rot expend money, inWt any l liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent j the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or t agreed to be paid for in succeeding fiscal years and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year." o. Agency Obligation to Refund Department. Any Project funds made available by the Department pursuantto this Agreement that are determined by the Department to have been expended by the Agency in violation Df this Agreement or any other applicable law or regulation shall be promptly refunded in full to the Department. Acceptance by the Department of any documentation or certifications, mandatory or otherwise pen? ltted, that the Agency files shall not constitute a waiver of the Department's rights as the funding ager W to verify all information at a later date by audit or investigation. p. Non -Eligible Costs. In determining the amountV the payment, the Department will exclude all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred after the expiration of the Agreement, costs that are not provided for in Exhibit "A", Project Description and Responsibilities, and as set W* in Exhibit OW, ScheduM-efHasn" Assistance, costs agreed to be borne by the Agency or its contractors and subcontractors for AMW DocuSign Envelope ID0816C7D7-0061-46B4-1 -86EC50A4E207 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 72500041 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT G RANT MMEM ENT Occ 7122 not meeting the Project commencement and final invoice time lines, and costs attributable to goods or services received under a contract or other arrangement that has not been approved in writing by the Department. Specific unallowable costs may be listed in Exhibit Wj Project Description and Responsibilities. 11. General Requirements. The Agency shall complete the Project with all practical dispatch in a sttitrlid, economical, and efficient manner. and in accordance with the provisions in this Agreement and all Opplicable laws. L Necessary Permits Certification. The Agency shall certify to the Department that the Agency's design consultant and/or construction contractor has secured the necessary permits. b. Right -of -Way Certification. If the Project involves construction, then the Agency shall provide to the Department certification and a copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification is required prior to authorization for advertisement for or solicitation of bids for construction of the Project, even if no right-of-way is required. c. Notification Requirements When Performing Construction on Department's Right -of. Way. In the event the cost of the Project is greater than $250,000.00, and the Project involves construction on the Department's right-of-way, the Agency shall provide the Department with written notification of either its intent to: i. Require the construction work of the Project that is on the Department's right-of-way to be performed by a Department prequalified contractor, or ii. Construct the Project utilizing existing Agency employees, if the Agency can complete said Project within the time frame set forth in this Agreement. d. _ If this box is checked, then the Agency is permitted to utilize its own forces and the following provision applies. Use of Agency Workforce. In the event the Agency proceeds with any phase of the Project utilizing its own forces the Agency will only be reimbursed for direct costs (this excludes general overhead). e. _ If this box is checked, then the Agency is permitted to utilize Indirect Costs: Reimbursement for Indirect Program Expenses (select one): i. _Agency has selected to seek reimbursement from the Department for actual indirect expenses (no rate) ii. _Agency has selected to apply a de minimus rate of 10% to modified total direct costs. Note: The de minimus rate is available only to entities that have never had a negotiated indirect cost rate. When selected, the de minimus rate must be used consistently for all federal awards until such time the agency chooses to negotiate a rate. A cost polley statement and de minimis certification form must be submitted to the Department for review and approval. iii. _ Agency has selected to apply a state or federally approved indirect cost rate. A federally approved rate agreement or indirect cost allocation plan (ICRP) must be submitted annually. f. Agency Compliance with Laws, Rules, and Regulations, Guidelines, *"Standards. The Agency shall comply and require its contractors and subcontractors to comply with all terms and conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project. DocuSign Envelope lU 08160707-0061-468+4, i STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Farm n5-000.01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT oGcnu g. Claims and Requests for Additional Work. The Agency shall have the sole responsibility for resolving claims and requests for additional work for the Project. The Agency will make best efforts to obtain the Department's input in its decisions. The Department is not obligated to reimburse for claims or requests for additional work. 12. Contracts of the Agency; a. Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and ail third party tdoittacts with respect to the Project before the Agency executes or obligates itself in any manner te�.ttuing the disbursement of Department funds, including consultant and purchase of corritflodit 'Contracts, or amendments thereto. lythe Department chooses to review and appttiVo t1fMtlf party contracts for this Project A W the Agency fails to obtain such approval, th ltShWI be sufficient cause for nonpayment. 1 t'tlW Department. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. If Federal Transit AidMinistration (FT* 11'trrds are used in the Project. the Department must exercise the right 0 third party contract review b. Procurement of Commodities or Contractual Services. It is understood and agreed by the Parties hereto that participation by the Department in a project with the Agency, where said project involves the purchase of commodities or contractual services where purchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287017, Florida Statutes, is contingent on the Agency complying in full with the provisions of Section 287.057, Florida Statutes. The Agency's Authorized Official shall certify to the Department that the Agency's purchase of commodities or contractual services has been accomplished in compliance with Section 287.057., Florida Statutes. It shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the current threshold limits. Contracts, purchase orders.. task orders, construction change orders, or any other agreement that would result in exceeding the current budget contained in Exhibit "B", Schedule of Financial Assistance, or that is not consistent with the Project description and scope of services contained in Exhibit "A", Project Description and Responsibilities must be approved by the Department prior to Agency execution. FaHm to obtain such approval, and subsequent execution of an amendment to the Agreement if required, shall be sufficient cause for nonpayment by the Department. in accordance with this Agreement. C. Consultants' Competitive Negotiation AcL It is understood and agreed by#* Parties to this Agreement that participation by the Department in a project with the Age�,,,,where said project involves a consultant contract for professional services, is contingent an the Agency's full compliance with provisions of Sectiorv287455, Florida Statutes, Consultants' Competitive Negotiation Act. In all cases. the Agency s Authorized Official shall certify to the Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act. d, Disadvantaged Business Enterprise ODBE) Policy and Obligation. It is the policy of the Department that DBEs, m defined in 49 ,CF.> ' Part 26, as amended, 4hall have the opportunity to participate in -tete performance of contracts financed in whole or in part with Department funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The Agency and its contractors agree to ensure that DBEs have the opportundylo participate in #A performance of this AgreemOnt In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBEs have the opportunity to compete for and perform contracts. The Agency on its.contractors and subcontractors shalt not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. DocuSign Envelope ID: 0816=7-0061-4684-t -✓ G ` STATE OF FLORIDA DEPARTMENT OF TRANSPORTAI PUBLIC TRANSPORTATION GRANT AGREEMENT occ 7121 13. Maintenance Obligations. In the event the Project includes construction or the acquisition of commodities then the following provisions are incorporated into this Agreement: a. The Agency agrees to accept all future maintenance and other attendant costs occurring after completion of the Project for all improvements constructed or commodities acquired as part of the Project. The terms of this provision shall survive the termination of4ftAgreement. 14. Sale, Transfer, or Disposal of Department -funded Property: a. The Agency will not SSI Or otherwise transfer or dispose of any part of its title or other interests in real property, facilities. or equipment funded in any part by the Department uttit this Agreement without prior written approval by the Department. b. If a sale, transfer, or disposal by the Agency of all or a portion of Department -funded real property, facilities or equipment is approved by the Department, the following provisions will �plY i. The Agency shall reimburse the Department a proportional amount of the proceeds of the sale of any Department -funded property ii. The proportional amount shall be determined on the basis of the ratio of the Department funding of the development or acquisition of the property multiplied against the sale amount, and shall be remitted to the Department within ninety (90) days of closing of sale. iii. Sale of property developed or acquired with Department funds shall be at market value as determined by appraisal or public bidding process, and the contract and process for sale must be approved in advance by the Department. iv. If any portion of the proceeds from the sale to the Agency are non-cash considerations. reimbursement to the Department shall include a proportional amount based on the value of the non -Cash considerations c. The terms of provisions "a" and -b" above shall survive the termination of this Agreement. (; The terms shall remain in full force and effect throughout the useful life of facilities developed, equipment acquired, or. Project items installed within a facility, but shall not exceed twenty (20) years from he effective date of this Agreement. ii. There shall be no limit on the duration of the terms with respect to real property acquired with Department funds. 15. Single Audit. The administration of Federal or State resources awarded through the Department to the Agency by this Agreement may be subject to audits and/or monitoring by the Department. The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or State financial assistance or limit the authority of any state agency inspector general, the State of Florida Auditor General, or any other state official. The Agency shall comply with all audit and audit reporting requirements as specified below. Federal Funded: A. itt addition to reviews of audits condUCtedL ift Adoodoftilift2 CM. i 0, Subpart F — Audit Requirements, monitoring procedures may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, e n surift .Corrective actift;*rdissuing management deciSk on weaknesses found through audits when those findings pertain to Federal awards proved Form7i64M*4i srnAIMW DEVELO►AIA - OOC TP4 through the Department by ;this Agreement: By entering into this Agreement, the Agency agrees to comply and oq fully with any monitoring pfocedures/processes deemed. appropriate by the Dem Ther Agency further agrees to gomply and.000perate with any inspections, reviews, invest4plikMe, or audits deemed necessary by the Department, State4f Florida Chief Financial Officer (0", or State of Florida Auditor General. b. The Agency, a non -Federal entity as defined by 2 CFR Part 200, Subpart F — Audit Requirements, as a subrecipient of a Federal award awarded by the Department through this Agreement, is subject to the following requirements: L In the event the Agency expends a total of 1*_+Qf Fed6fal;awards equal to or X11 excess of the threshold established by 2 C t Part .2M, Subpart F - Audit Requirements, the Agency must have a Federal single Orprogram-specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Pact 200, Subpart F — Audit Requirements. Exhibit "H", Audit Requirements for Award of Federal Financial Assistance, to this Agreement provides the required Federal award identification information needed by the Agency to further comply with the requiremerts of 2 CFR Part 200, Subpart F — Audit Requirements. In determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs. including the Federal award provided through the Department by this Agreement. The determination of amourts of Federal awards expended stNW be in accordance with the guidelines established by 2 CFR Part 200, Subpart F e —dit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2 CFR Part 200, Subpart F -- Audit Requirements, will meet the requirements of this part. it N. In connection with the audit requirements, the Ager shall "U"14 the requirementsrelative to the audkee responalbili0es ars proved W2 CSR Pad 200,: Subpart F — Audit Requirements; Ili. In the event the Agency expends less than the threshold established by 2 CFR Pert 200, Subpart F - Audit Requirements, In Federal awards, the Aged: s exempt from Federal audit it titsmonts for that fiscal year.. However, the Agency must provide a single audit exemption statement to the Department at FQTSinoleAud1IO_dot.state.fl.us no later than nine months after the OW of the Agency's audit period for each applicable audit year. In the event the Agerwy.eowds loss than the threshold established by 2 CFR Part 200, Subpart F Audit Requirements, in Federal awards in a fiscal year and elects to have bi audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F -AOX. RaquN@ments, the cost of the audit must be paid from non -Federal resources(L9.,' OW of such an audit must be paid ice' **Agency's resources obtained front COW gran Federal entitles). Iv. The Agency Must electronically submit to the Federal Audit ClearinghotWo (FAQ #, httas://harvester.census.gov/facweb/ the audit reporting package as required by 2 CFR Part 200, Subpart F — Audit Requirements, within the earlier of 30 calendar days after receipt ttf the auditor's report(s) or nitre months after the and of #.audit period The FAC is the repository orf terror+dr audits required iter t:�+plrt 21i�11 $ybpart F —Audit Requirements. However, thgtMpartment requires a copy du a audit reporting package also be submitted to FDC:i$inaleAuddC@dot.state.fl.us atithin the earlier of 30 calendar days after receiptON. rauditors ) ar.M r s after *W of the audit period as required by 2CFR Part 1,ftpWt,p-Audit Requiri11ti1f. v. Within six months of acceptance of the audit report by the FAC, the Department will review the Agency's audit reporting package, including corrective action plans and 118 Page 9 of 23 DocuSign Envelope ID 0816=7-0061-4604-E 86EC50A4E207 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATIQII Form 72S-000-01 - PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT occ 7122 management letters, to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. If the Agency fails to have an audit conducted in accordance with 2 CFR Part 200, Subpart F — Audit Requirements, the Department may impose additional conditions to remedy noncompliance, If the Department determines that noncompliance cannotto wriedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which actions may include but not be limited to the following: 1. Temporarily withhold cash payments pending correction of the deficiency bv the Agency or 10ore severe enforcement action by the Department, 2. Disallow (deny both use of funds and any applicable matching credit foF or part offt cost of the activity or acti0h 09 in a mpliance; 3. Wholly or partly suspend or terminate the Federal award; 4. Initiate suspension or debarment proceedings as authorized under 2, R. Part 180 and Federal awarding agency regulations (or in ate case of the Department, recommend such a proceeding be initiated by the Federal awarding agency), 5. Withhold further Federal awards for the Project or program; 6. Take other remedies that may be legally available. vi. As a condition of receiving this Federal award, the Agency shall permit the Department or its designee. the CFO, or State of Florida Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers. and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. vii. The Department's contact Information for requirements under this part is as follows: Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0450 FDOTS ingleAudWdct.state flus State Funded: a. In addition to reviews of audits conducted in accordance with Section 215.97, Florida Statutes. monitoring procedures to monitor the Agency's use of state financial assistance may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up. ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to state financial assistance awarded through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agencyfnrther agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, the Department of Financial Services (DFS), or State of Florida Auditor General b. The Agency, fii °rtonstate entity" as defined by Sec.NMT1s: ", F!t!1. da Statutes, as a recioili ft of state financial assistance awarded by the Deparblott[ough this Agreement, is subject to the following requirements i. In the event the Agency meets the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency must have a State single or project- specific rojectspecific audt wnducted for tiiiMI year in accordanCOW t' Seaiott 145 1 Florida Statutes; applicable rule$ of the Department of Financial Services; and ,gage 10 of 23 DocuSign Envelope ID: 0816C7107-006146134 I4i' STATE Of FLORIDA DEPARTMENT Of TRANSPORTATION Form 725-000-01 PUBLIC TRANSPORTATION STRATEGIC ,. DEVELOPMENT SMT AGREEMENT OGC 7/72 Chapters 10.5N (k)cal governmental entities) or 10,650 (nonprofit and for-profit organizations), ktltbs of the Auditor General. Exhibit "G", Audit Requirements for A14ardi:of State Financial Assistance, to this Agreement indicates state financial assistance awarded through the Department by this Agreement needed by the Agency to further comply with the requirements of Section 215.97, Florida Statutes In determining the state financial assistance expended in a faw year, lhe,Agency shall consider all sources of state financial assistance, including state financial assistance received from the Department by this Agreement, other state agencies and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. ii. In connection with the audit requirements. the Agency shall ensure that the audit complies with the requirements of Section 215 97(8), Florida Statutes This includes submission of a financial reporting package as defined by Section 215.97(2)(e), ftrida Statutes. and Chapters 10 550 (local governmental entities) or 1II650 (nonprofit and for-profit organizations). Rules of the Auditor General. iii. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency is exempt for such fiscal year from the state single audit requirements of Section 215 97. Florida Statutes. However, the Agency must provide a single audit exemption statement to the Department at FDOTSingleAudit(a)dot,state fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency does not meet the audit threshold requirements established by Section 215 97 Florida Statutes, in a fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the Agency's resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than State entities). iv. In accordance with Chapters 10.530 (local governmental entities) or 10.650 (nonprofit and for-profit organizations}, Rules of the Auditor Generair copies of financial reporting packages required by this Agreement shall be submitted to. Florida Department of Transportation Office of Comptroller MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 FDOTSingleAudit(c�dot.state fl us And State of Florida Auditor General Local Government Auddsl342 111 West Madison Street, Room 401 Tallahassee, FL 32399-1450 Email: flaudgen localgovt(abaud.state flus V4 Any copies of financial reporting packages. reports. or other information required to be submitted to the Department shall be submitted timely in accordance with Section 245.97, Florida Statutes, and Chapters 10.550 (local governmental Ontities) or 10.6.60 (nonprofit and for-profit organizations;, Rules of the AudiEtN Cameral.. as applicable vi. The Agency, when submitting financial reporting packages to iw bepartmenvfar audits done in accordance with Chapters 10.550 (local goverrfMental entitieAl 1* g 12 agM 11 eN23 DocuSign Envelope ID 0816=7-0061-4684-E •86EC50ME20 silo OF FLOMDA DEPARTMENT OF TRAMWORTAto PUBLIC TRANSPORTATION te4eaPMENr AGREEMEW occ 7M 10.650 (nonprofit and for-profit organizations), Rules of the Auditor i3eft'ral, should indicate the date the reporting package was delivered to Jillij Agency in correspondence accompanying the reporting package. vii. Upon receipt, and within six months, the Department will review the Agency's financial reporting package, including corrective action plans and management letters, to the extent necessary Is determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement. If the Agency fails to have an audit conducted consistent with Sectiori'2139T, Florida Statutes, the Department may take appropriate corrective action to enforce compliance viii. As a condition of receiving state financial assistance, the Agency shall permit the Department or its designee, DIPS, or the Auditor General access JD.0e Agency records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute Is resolved c. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department or its designee, DFS. or State of Florida Auditor General access to such records upon request. The Agency shall ensure that the audit working papers are made available to the Department or its designee, DFS or State of FloridaAkuditor General upb0 request for a period of five years from the date the audit report is issue!, unless extended in writing by the Department. 16. Notices and Approvals. Notices and approvals referenced in this Agreement must be obtained in writing from the Parties' respective Administrators or their designees. 17. Restrictions, Prohibitions, Controls and Labor Provisions: a. Convicted Vendor List. A person or affiliate who has been placed ot1 the convicted vendor list following a conviction for a public entity crime may not submit a bid on At contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity: may not be awarded or perform work as a contractor. supplier, subcontractor or consultant under a contract with any public entity'. and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes. for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b. Discriminatory Vendor List. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed an the Discriminatory Vendor List, kept �% the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; tnay not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; alfl may not transact business with any public entity. c. Non -Responsible Contractors. An entity or affiliate wlto has had its Certificate of Qualification suspended, revoked, denied, or have further beeffdetermined by the Department to be a non -responsible contractor, may not, submit a bkl orp.04. , e constructiel'1 or repair of a public building or public work on a contradll*App, UP" 112 of 23 DocuSign Envelope ID 0816=7-0061-46844rG,& _; EC50A4E207 i STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Forth 726-900.01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT occ7/= flk Prohibition on Using Funds for Lobbying. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section;216.347, Florida Statutes, e. Unauthorized Aliens. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the lilntEtioration and Nationality Act. If the contractor knowingly emp" 'owthorized aliens, such violation will be cause for unilateral cancellation of this Agreement. f. Procurement of Construction Services. If the Project is procured pursuant `6Chapter 255. Florida Statutes, for construction services and at the time of the competitive solicitation for the Project, 50 percent or more of the cost of the Project is to be paid from state -appropriated funds, then the Agency must comply with the requirements of Section 255 0991, Florida Statutes. g. E -Verify. The Agency shall: L Utilize the U.S. Department ,of.Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired the Agency during the term of the contract. and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E - Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. h. Executive Order 20-44. Pursuant to Governor's Executive Order 20-44, if the Agency is required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which the Department must form a sole -source, public-private agreement; or through contract or other agreement with the State, annually receives 50% or more of its budget fromthle State or from a combination of State and Federal funds. Recipient shall submit an Annual Report :to the Department. including the most recent IRS Form 990, detailing the total compensation for each member of the Agency executive leadership team. Total compensation shall include salary, bonuses, cashed -in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real -property gifts, and any other payout. The Agency shall inform the Department of any changes in total executive compensation during the period between the filing of Annual Reports within 60 days of any change taking effect: All compensation reports shall detail the percentage of executive leadership compensation received directly from all State and/or Federal allocations to the Agency Annual Reports shall be in the form approved by the Department and shall be submitted to the Department at fdotsingleaudit@dot.state.fl.us within 180 days following the end of each tax year of the Agency receiving Department funding. L Design Services and Construction Engineering and Inspection Services. If the Project is wholly or partially funded by>the DepartxwW and administered by a inow governmental entity except for a seaport listed in Section 31109, Florida Statutes, or an airport as defined in Section 332.004, Florida Statutes, the entity performing design and construction engineering and inspection services may not be the same entity. At bUbmnification and Insurance: a. It is specilllcally agreed between the Parties executing this Agreement that it is not intended by any of the provisions of any part of this Agreement to create in the public or any member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The Agency guarantees the payment elf all just claims for materials, supplies, tools. or labor and other just claims against the Agency. or any I 12 DowSign Envelope ID 0816C7D7-0061-46B4- sTATEr�"ASIORS" 01"MW OF TRANrsvoarA M PUKX 7%~ORTATION. ~#CREEMENT .. subcor>tra , in conte with tills Agri. �I ionafly, 4he Agency shall irideMlOy, defend, and !iW harrrtleaaic State of Dirk, IN rtment afTWsportation, including file DepartmeWs Officers and employees, *i1i , damages, tosses, and costs, including, but not ltmiaed to, reasonable attorney's 'lees, to the extent caused by the negligence, reddeserli s, or intentional wrongful mboon_c#u+ t 1! the Agency and persons employed or srtifi d # the Ager •lit the perfonnar4a +> Agreement. 'alis; #emnificatlon shalt survive termrnsrtiafr dii this Agreement. Additionally, the Agency agrees toincludethe foYowing indemni%tion in all contracts with contractors/subcontractors and oorrsuitants/subconsuttants who perform work in connection with this Agreement; 'to the fullest extent permitted by law, the Agency's; acto0conw'Itant shall lndemnlfy defend, and hold harmless the Agency a nielthe State of�a, Depart t"ransportatiolii, including the Departments officers aid# employees, frtult liabilities, don0ps, losses a W costs, including, but not limited to, reasonable attorney's fees. to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractorfconsultant and persons employed or Mind .by the contractor/consultant in the performance of this Agreement. This indemnification shall survive the termination of this Agreement.' b. The Agency stall provide Wort eW Compensation Insurance in accordance with Florida's Workers' Compensation law for all employees. If subletting any of the work, ensure that the subcontractor(s) and suJ;omulta sl) have VAWAers' OwrOnsation instsame for ter employees in accordance with Flo dais Workers' Compensation law. If using 'leased employees' or employees obtained through professional employer organizations CPEOY), ensure that such employees are covered by WorkeW tornpensation InsurraO*' #Wftgh the PEO's or other leasing entities. Ensure that any equipment rental agreements that include operators or other personnel who are employees of independent contractors, sole proprietorships, or partners are covered by insurance required under Florida's Workers' Compensation law. c. if the Agency elects to self -perform the Project, them the Agency may self -insure. If the Agency elects to hire a contractor or consultant to perform the Project, then the Agency shall carry, or cause its contractor or consultant to carry, Commercial General Liability insurance providing continuous coverage for all work or operations performed under this Agreement. Such insurance shall be no awe restrictive 006.t pri ded bythe latest of encs form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida. The Agency shall cause, or Muse its aontrac tior or consultant to cause, the 'Department to be made an Additional Insured as to °l,1 * kwi coverage shall be on an "occurrence' basis and shall include Products/Completed Operations coverage. The coverage afforded to the Department as an Additional Insured shall be primary as to any other available insurance and shall not be rat .restrictive than do tloverage afforded to the Named Insured. The limits of coverage shall not be less than $1:,.1100,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations performed under the Agreement, and way i* be shared with or diminished by claims unrelated to the Agreement. The policyres and coverage described herein may be subject to a deductible and such deductibles shall be paid by the.::. Named insured. Ng.policy/ies oar4everage dowibed Mrsin t1 gt lt:aubjedt> test Retention or a$elf-Insured Retenln unless a AgeF y is a state any ter subdivis%r of the State of Florida that elects to self-perfoft the Pfaject. Prior to the execution of the Agreement, ar `at all renewal�;�`40 final r ifr � ,the Department shall be provided wtih alt ACM Certr aile of Liability Insurance fr Being the coverage described herein. The Depefiment shall be notified in writing within teff yrs of any cancellation, notice of cancellation, lapse, renewal, * proposed change to +ter coverage described herein. The Departments approval orfailurelst disapprove any " , DocuSi n Envelop veltlp 10: E1848C?D7-gdB't4 287 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPOIWAT ll t GRANT AGREES 0007 coverage. or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights or defenses the Department may have. d. When the Agreement includes the construction of a railroad grade crossing, railroad overpass or underpass structure, or any other work or operations within the limits of the railroad right- of-way, including any encroachments thereon #C= work or operations in the vicinity d lila, railroad right-of-way, the Agency shall, or cause its contractor to, in addition to the insurance coverage required above, procure and maintain Railroad Protective Liability Coverage (ISO Form GG 00 35) where the railroad is the Named Insured and where the limits are not less than $2,000,000 combined single limit for bodily injury and/or property damage per occurrence, and with an annual aggregate limit of not less than $6.000.000. The railroad shall also be added along with the Department as an Additional Insured on the policylies pmwred pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The insurance described herein shall be maintained through final acceptance of the work. Both the Department and the railroad shall be noted in writing within ten days of any cancellation. notice of cancellation. renewal, or proposed change to any polic3y, or coverage described herein. The Department's approval or failure to disapprove any policylies, coverage. or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein nor serve as a waiver of any rights the Department may have. e. When the Agreement involves work on or in the vicirity of utility-owned pro orlaci , the utility shall be added along with the Department as an Additional�lfttWed on ft Commercial General Liability policylies procured above. 19. Miscellaneous: a. Environmental Regulations. The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any loss incurred it connection therewith b. Non -Admission of Liability, In no event shall the making by the Departmentof any payment to the Agency constitute or be construed as a waiver by the Department of my breach of covenant or any default which may then exist on the part of the Agency and the making of such payment by the Department, while any such breach or default shall exist, shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default. c. Severability. If any provision Of this Agreement is held invalid the remainder of this Agreement shall not be affected. In such an instance, the remainder would then continue to conform to the terms and requirements of applicable law d. Agency not an agent of Department. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement. e. Bonus or Commission. By execution of the Agreement, the Agency represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. f hl n -Contravention of State Law. Nothing in the Agreement shall require th4k.,AGWAY W Observe or enforce compliance with any provision or perform any act or do any moi" in a�111a af�S . w. DocuSign Envelope ID: 0816C7D7-0061-46B4-,-86EC50A4E207 A STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Forte 725.000-01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRAW AGREEMENT OGC 711112022 contravention of any applicable state law. if any of the provisions of the Agreement violate any applicable state law, the Ager" WM: et once notify the Department in writing so that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the Project. g. Execution of Agreement. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this Agreement with a signatures behalf of a party will be legal and binding on such party. h. Federal Award Identification Number (FAIN). If the FAIN is not available prior to execution of the Agreement, the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement. If this occurs, an updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the Department of Financial Services' Florida Accountability Contract Tracking System FACTS). i. Inspector General Cooperation. The Agency agrees to comply with Section 20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. j. Law, Forum, and Venue. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. In the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum and venue and that the Department shall determine the forum and venue in which any dispute under this Agreement is decided. IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above. . a1I5Si ',•. AGENCY IndianRiv�F_nty Bim••` OF FLORIDA, DEPARTMENT OF TRANSPORTATION L/—DocuSigned by. •� ahn P. Krane, P.E _ Name: Tuua:nA dams e ���; .• r ^irector of Transportation Development .y Title STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION Legal Review: DocuSig—d by: Fir vu, Sf"xv E0883038Fa66 DocuSign Envelope iD 0816C7D7-0061-4684-8C._ STATE OF FLOWA DEPARTMENT OF TUNSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS EST A description and Responsibilities A. Project Description (description of Agency's project to provide context, description of project components funded via this Agreement (if not the entire project)): This agreement:provides for the department's participation in the agency's operational expenses using the State Block Grantl'unds for costs associated with #wfted route transit system. This funding provides fifty percent (50%) of the net operating cost of the public transportation services in the urbanized area of Vero Beach. IB. Project Location (limits, city, county. map). Indian River County BOCCNero Beach, FVlndian River C. Pfoject Scope (allowable costs: describe project components, improvement typelservice type, approximate timeline, project schedule, project size) Provide public bus transit services to people in theurbanized area within Vero Beach in accordance with the requirement of the state public transit block grant prt3"i procedure 725.030.020 and the provisions of this agreement D. Deliverable(s) 1) Submit a copy of the National Transit Data base (Section 5.33isij report, or FTA acknowledgement letter as soor as available 2) Submit the performance measure report for approval as identified in Table A-1 (Required Performance Measure for Newspaper Publication) of FDOT Procedure 725-030-030 by September 15th of each year. 3) Submit the publisher's affidavit from the newspaper covering the transit service area The affidavit must show that the performance measures as identified in Table A-1 (Required Performance Measure for Newspaper Publication) of FDOT Procedure 725-030-030 were published each year after the Department written approval. 4) Submit a copy of the Transit Development Plan (TOP) annual progress report or updates each year. 5) Submit quarterly progress reports including ridership, goals, and milestones via TrarsCIP by logging Into http.//www2.transcip com 15) Submit an invoice on the project at least every quarter The agency shall upload a copy of the invoice in the format proV'ided by the Department to TransCIP and email the original to D40MDID@dot. state fl.us for processing. The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements Supporting documentation will be quantifiable. measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency E. [ M9 Costs (including but I 1IIdW t: F. Transit Operating Grant Requirements (Itansit Only): Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables forOwyaw have been met. 't7'klt 12 ,••. DocuSign Envelope ID 0816C7D7-0061-46B4-8 86EC5OA4E207 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION ... PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 725-000-02 STRATEGIC DEVELOPMENT OGC 7122 EXHIBIT B ! i Schedule of Financial Assistance TRANSIT OPERATING ONLY FUPM AWARDED TO TIS AGENCY PUF48UAMI` TO. THIS AGREEMENT CO~ its T ,F1UMM A. Fund Type and RsW*aer: Financial Fungi f, FLAIR State Object CSFA/ CSI=/UCFDA Title or Flurng; Project Type Category Fiscal Cade CFDA Funding Source Description Amount $729,905 $M,905 Year Trav�►I$0, Number $0 407190-5-84-01 DPTO 06$774 2024 761W Public Transit Block Grant Funding $729,905.00 407190-5-84-01 Local Funds 068774 2024 76100 Local Funding $729,905.00 Assistance $1,459,810.00 B. Operations Phase - Estimate of Project Costs by Budget Category: r LJUUUWa vaLcyvI Hca Operations (Transit Only) " State Local Federal Total Salaries $0 $0 Fringe Benefits $0 $0 Contractual Services $729,905 $M,905 Trav�►I$0, $0 Other Direct Costs $0. Inalrect wu I 'Du .;1W. I 3u j Totals $72 $729,•µ .. IZ. $1,459, Budget category amounts are estimates ..can be shifted between items without amendment (because they are all within the Operations Phase). C. Cost Reimbursement The Agency will submit invoices for cost reimbursement on a: Monthly X Quarterly _ Other basis upon the approval of the deliverables including tha enditure detall p the Agency. LScope Code and/or Activi Line Item (ALI) (Transit Only) BUDGETICOST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION !"46.3475, FLORIDA STATUTES: 1 certify that the cost for each fine item budget category has been evaluated and dWermined to be allowable reasonable, and necessary as requ rcid by SectiddI16.3476, Florida Statutes. DoWmentation is on file evidencing the methodology used and the conch: MWAhed. DocuSign Envelope ID: 0816C7D7-0061-4664-8CF EMA4E207 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 726-000.02 PUBLIC TRANSPORTATIONSTRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS 0OC7f22 3 EXHIBIT D I.. AGENCY RESOLUTION PLEASE SEE ATTACHED DocuSign Envelope ID: 0816=7-0061-46844 �0i' STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION .. PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS EXHIBIT E PROGRAM SPECIFIC TERMS ANDWItYMS — TRANSIT (For State Block Grant Only) This exhibit forms an integral part of the Agreement between the Department and the Agency 1. Statutory Reference. Section 341.052, F S. 2. Eligibility. The Department shall provide block grant funds for eligible capital and operating costs of public bus transit and local public fixed guideway projects. Eligibility of this Agency to receive grant funding is provided in Section 341.052(1), F.S., and Sections 5307 and 5311 of the Federal Transit Act, 49 U.S.C. 5307, and 49 U,&C. $311 respectively. a) Eligible transit capital costs means any costs that would be defined as capital cow by llo Federal Transit Administration b) Eligible transit operating costs are the total administrative, management and operation costs directly incident to the provision of public bus transit services excluding any depreciation or amortization of capital assets 3. Local Revenue Limits. Block grant funds shall nt3 exceed local revenue during the term of this Agreement. Local revenue is defined as the sum of money received from local government entities to assist in paying transit operation costs, including tax funds, and revenue earned from fare box receipts. charter service, contract service. express service and non - transportation activities. 4. Supplanting Local Tax Revenue. Block grant funds shall not supplant local tax revenues made avakd**lf operations in the year immediately preceding this Agreement. 5. State Participation. State participation in eligible public transit operating costs may not exceed fifty (50) percent of such costs or an amount equal to the total revenue, excluding farebox, charter, and advertising revenue and federal funds, received by the provider for operating costs, whichever amount is less. 6, Required Budget. The Agency shall provide the Department with two (2) copies of its most current adopted budget by March 1. Unless the adopted budget uses a format consistent with the National Transit Database (NTD) report, the copy provided to the Department will indicate how the projections for total local revenue, local tax revenue made available for operations, and depreciation and amortization costs, as "Will appear in the NTD report, can be identified. 7. Required Publication of Productivity and Performance Measures. The Agency shall publish in the local newspaper of its area, in the format prescribed by the Department, The productivity 00,performance measures established for the transit providers rnoo recently completed fiscal year and,ihp p(lor Kcal year. ThW,teport shall be approved by the Department prior to its publication. This report shall be submitted to the Department no later than November 15 of each year, and published either by December 31 or no later than twenty-eight (28) calendar days of the Department's written approval of the report. The Agency shall furnish an affidavit -of' publication to the Department within twenty eight (28) calendar days of publication. 8. Annual Plan or Update. The Agency shall submit a Transit Development Plan (TDP) or annual update to the Department by September 1 of each year. a) As a separate part of the transit development plan or annual report, the Agency will address potential enhancements to productivity and performance which would have the effect of increasing farebox ratio pursuant to Section 341.071.(2),A& . envik"* 091Q 1t17-t106I MItt:E C6ltiR#E2 7 STATE OF FLORIDA DEPARTMENT Or TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS Form 7264100-02 STPANWC DEVELOPMENT OGC 722 b) A TDP shall conform to the requirements in Rule 14-13, miiable st: http //fac dos. state flus/faconline/chapterl4 pdf. 9. Sit*Rapirements. Mark the required:&afety submittal 0provisions for this Agreement if applicable. _ Bus Transit System —In accordance with Section 114 1001i Fly., Wd Rule 14-90, Florida Administrative Code, the Agency shall submit, and the Department shall have on file, an annual safety certification that the Agency has adopted and is complying with its adopted System Safety and Security Program Plan pursuant to Rule Chapter 14-90 and has performed annual safety inspections of all buses operated. fted Guideway Transportation System (established) — In accordance with Sectift N I.IiK F S., ft Agency shall submit, and the Department shall have on file annual certification by1 *AgwWyGf compliance with its System Safety and Security Program Plan. pursuant to Rule 1446M.Towthe "Safety and Security Oversight Program Standards Manual DOT Topic Number 10-030-014, Fixed Guideway Transportation System — This applies to New Starts projects and subsequenttt': projects to extend, rehabilitate, or modify an existing system,. or to replace vehicles and equipmeft In accordance with Section 341.0611, F.S., the Agency shall submit a certification attesting to the adoption of a System Safety Program PkM.pursuant to Rule 14-15.017 and the "Safety and Security Oversight Program Standards Manual", DOTTopic Number 725-030-014 Prior to beginning passenger service operations, the Agency shall submit a certification to the Department that the new start system or major modification to an existing system is safe for passenger service. Not Applicable. 10. Transit Vehicle Inventory Management. The agency will follow the DepartmenNB Transit Vehicle Inventory Management Procedure (725-030-02.bi), which outlines the requirements for continuing management control, inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of roiling stock using the FTA Section 5310 Section 5311, Section 5316 and Section 5317 programs as the funding source, or where the Department participates in 50% or more of the public transit vehicle's purchase price. This may include vehicles purchased under the State Transit Block Grant Program, State Transit Corridor Program, State Transit Service Development Program, or other applicable Departmental programs. 11. Formula Information. As authorized in Section 341.062, F.5„ the arnual appropriation nthe program is divided by formula and then distributed to each eligible transit system. The formula described below is adjusted each year based on data received from the transit systems' federally required National Transit Data (NTD) report. A copy of the NTD report is required to be sent to the Department each year Distribution is accomplished through a multiple step process. 15% of the appropriation is giver, to the Commission for the Transportation Disadvantaged to be distributed to the Community Transportation Coordinators in accordance with Chapter 427, F.S. The remaining 85% is divided into three equal portions Each eligible transit system gets a percentage of the first portion based on their percentage of total population served the second portion is allocated based on their percentage of total revenue miles of service provided, and the third portion is allocated based on their percentage of total passengers carried. The total from all three portions is the total available allocation for each eligible transit system in the state. 0* DocvSign Envelope ID 0816C7D7-0061-4664-r '-86E i W" OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMEW WHIBITS EXHIBIT F Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Reimburs 1 Cwtracts _ Ic 001111OPMENT OGC V22 Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel. expenses, etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being claimed indicating that the item has been paid. Documentation for each amount'W—vi1llrjeimbursement is being claimed must indicate that the item has been paid. Check numhe m may be provided in Ott cficopies of actual che" . Each piece of documentation should clearly reflect the dates of service. Only expenditures forcategories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant III* law) and directly related to the services being provided Listed below are types and examples of supporting documentation for cost reimbursement agreements (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges fringe benefits, other deductions and net pay If an individual for whom reimbursement is :being claimed is paid by the hour a document reflecting the hours worked times the rate of pay will be -acceptable. (2) Fringe Benefits. Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid) If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefitsthen the calculation for the fringe benefits amount must be shown. Exception Governmental entities are not required to pmvkle the* rNmlbers or Go*s of 1 for fTl#tSe benefits (3) Travel Reimbursement for travel must be in accordance with Sectior 112.061, Florida Statutes. which Includes submission of the claim on the approved State travel voucher or electronic nWns (4) Other direct costs Reimbursement will be made based on paid invoices/receipts If nonexpendabie property is purchased using State funds the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017 Florida Administrative Code regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02. Flonda Statutes, for subsequent transfer to the State (5) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log which shows ft units times the rate being charged. I% rates must be reasonable. (6) Indirect costs: If the contract specifies that iEct costs will be plaid based on a specified rate, delft the calculation should be shown. Contracts between state agencies. andfor contracts between unWmities may submit alternative documentation to substantiate the reimbursement request that may be in the fan 'itlf FLAIR reports or other detailed reports The Florida Department of Financial Services, online Reference Guide kr $111ft. I.bpenditures itallrt be found at this web address https //www.myfloridacfo.com/Division/AA/Manuals/documents/Refeqgo%ideforStateExpenditures.pdf. AN% DocuSign Envelope ID: 0816C707 -0061-4884-8C6_ .,ECSOME207 STATE OF FLORIDA DEPARTMENT OF TUMPORTATM Pam YU40"2 PUBLIC TRANSPORTATION DEVELOPMENT sTOPMEW GRANT AGREEMENT EXHIBITS °OCTM EXHIBIT G AUDIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:. SUBJECT TO SECTION 215.97, FLORIDA STATUTES:— Awarding Agency: Florida Department of Transportation State Project Title: Public Transit Block Grant Program CSFA Number: 55.010 *Award Amount: $1,459,810 *The award amount may change with amendments Specific project information for CSFA Number 55.010 is provided at: httos://apps.fldfs.com/fsaa/searchCataloa.aspx COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT: State Project Compliance Requirements for CSFA Number 55.010 are provided at: https://apps.fldfs.comtfsaa/searchCompliance.aspx The State Projects Compliance Supplement is provided at: httos://ayps.fldfs com/fsaa/compliance.asox 133 low DocuSign Envelope ID 0616C7D7-0061-46B4-8CL ,-.,6EC50A4E207 RESOLUTION NO.2924-005 The Cbwrman thereupon declared the Resaftim dpi y passed and adopted this 23" day of n DocuSign Envelope lD8DF53EAC-E3A&4AA6-8O'°E86F4FtECB80 os iTMOF FLoItlOA MPARTMENT OF TRANSPORTATION Form 726400.01 PUiiLIGi ANSPORTATION0MLOPU C ~AGREEMENT ow V22 �$ PUBLIC TRANWIP ri nC)l GRANT AGREEMENT reemenr) is entered into T /14/2024 l 5: 51 PM iis'L1iT by and between the State of FkMa, Department of Transportation, ("Department'), and the Indian 11%*JCountv Board of County Comm' ers ("AgertW-� The Department and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the 'Parties." NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project the Parties agree to the following: 1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized IRofficers to execute this Agreement on its behalf. The Department has the authority pursuant to Section(s) 34lg5l Florida Statutes, to enter into this Agreement. 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation in funding transit service imerovements and modifications, as further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated into this Agreement ("Project"), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner in which the Project will be undertaken and completed. 3. Program Area. For identification purposes only this Agreement is implemented as part of the Decartment program area selected below (select all programs that apply): _ Fund(s): - FLAIR Category. 088774 141" Worn Activity Code/Fu Object Code: 71111111111111111 Federal Number/Federal Ailillid Org. Code: Rail Crossing Closure Identification Number TAIM I -1f vendor Number _ Federal Award Date:_ Other Agency SAM/UC-J Tle followkV Ate aftdW 04 Wcorporated into this Agreement: X Exhibit A: #erect Description and Responsibilities X t�FJt..Aht�llLllfT: .: `Exhibit 81: Deferred Reimbursement Financial Provisions OVA Tft Servim �$ PUBLIC TRANWIP ri nC)l GRANT AGREEMENT reemenr) is entered into T /14/2024 l 5: 51 PM iis'L1iT by and between the State of FkMa, Department of Transportation, ("Department'), and the Indian 11%*JCountv Board of County Comm' ers ("AgertW-� The Department and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the 'Parties." NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project the Parties agree to the following: 1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized IRofficers to execute this Agreement on its behalf. The Department has the authority pursuant to Section(s) 34lg5l Florida Statutes, to enter into this Agreement. 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation in funding transit service imerovements and modifications, as further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated into this Agreement ("Project"), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner in which the Project will be undertaken and completed. 3. Program Area. For identification purposes only this Agreement is implemented as part of the Decartment program area selected below (select all programs that apply): _ Aviation _ Seaports X_ Transit Intermodal _ Rail Crossing Closure Match to Direct Federal Funding (Aviation or Transit) _ (Note Section 15 and Exhibit G do not apply to federally matched funding) Other 4. Exhibits. Tle followkV Ate aftdW 04 Wcorporated into this Agreement: X Exhibit A: #erect Description and Responsibilities X Exhibit Q'edule of Financial Assistance `Exhibit 81: Deferred Reimbursement Financial Provisions _ X `Exhibit B2: Advance Payment Financial Provisions 'Exhibit 83: Alternative Advanced Pay (Transit Bus Program) ' tQ Terms and Conditions of Construction .&W M.Agency Resolution jbW& Program Specific Terms and Cort"tlfM ;: Contract Payment Requirements ... . ."Q:.AWd Oft Requirements for Awards of SW44nencial Asshlopp. 11aNiI�1D�¢10:8DF53EAC-E3A84AAo-' "`"1E36F4F1ECBBI] STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION )MINF�' PUBLIC TRANSPORTAT- M oEvELo C AGREEMENT °OC"n _ *Exhlott AM* Requirements for Awards of Federal Financial Assistance ., *Exalt It. Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor *Addi Tonal Exhibit(s)- `Indicates that the Exhibit is only attached and incorporated if applicable box is selected. 5. Time. Unless specified otherwise, all references to `days" within this Agreement refer to calendar days. 6. Term of Agreement. This Agreement shall commence upon full eectgon by both Parties {`Effective Date") and continue through March 31, 2027 If the Agency does not complete the Pmt within this time period, this Agreement will expire unless an extension of the time period is requested by the Agency and granted in wnting by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the Project. The cost of any work performed prior to the Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department. a. _ If this box is checked the following provision applies Unless terminated earlier, work on the Project shall commence no later than the _ day of 4w within _ days of the issuance of the Notice to Proceed for the construction phase of the Project (if the Project irvoives construction), whichever date is earlier. The Department shall have the optior to immediately terminate this Agreement should the Agency fail to meet the above -required dates. 7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the prior written consent of the Department. 8. Termination or Suspension of Project. The Department may, by written notice to the Agency. suspend any or all of the Departments obligations under this Agreement for the Agency's failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected a. Notwithstanding any other provision of this Agreement if the Department intends to terminate the Agreement, the Department shall notify the Agercy of such termination in writing at least thirty (30) days prior to the termination of the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. b. The Parties to this Agreement may terminate this Agreement when its continuation would not produce beneficial results commensurate with the further expenditure of funds In this event, the Parties shall agree upon the termination conditions. c. If the Agreement is terminated before performance is completed, the Agency shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department's maximum financial assistance. If any portion of the Project is located on the Department's right-of-way, then all work jrltprogress on the Departmerilright-of-way will become the property Department and will be turned over promptly bylhe Agency d. in the event the Agenc r fails to perfogtlt or honor the requirements and provisions O( llj* Agreement, the Agency shall promptly refund in full to the Department within thirty (30) of the termination of the Agreement any funds that were determined by the Departrt# have been expended in violation of the Agreement. e. The Department reserves the right to unilaterally cancel this Agreement for failure:1111Y10111111, Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes. Page 2 of 23 136 DocuSign Envelope ID: 8DF53EAC-E3AB-4AA6-8E86F4FtECB80 STATE OF FLORIDA MPFIRTMENT OF TRANSPORTATION PUBLIC TRANSPOFWFAT N GRANT AGREE 9. Project Cost: GO Forth 725-000-07 STRATEGIC DEVELOPMENT OGC 7122 a. The estimated total cost of the Project is $2.#M.000. This amount is based upon Exhibit "B", Schedule of Financial Assistance. The timeline for deliverables and distribution of estimated amounts between deliverables within a grant phase, as outlined in Exhibit "B", Schedule of Financial Assistance, may be modified by mutual written agreement of the Parties and does not require execution of an Amendment to the Public Transportation Grant Agreement. The timeline for deliverables and distribution of estimated amounts between grant pholses requires an amendment executed by both Parties in the same form as this Agreement. b. The Department agrees to participate in the Protect cost up to the maximum afro A $1200,000 and, the Department's participation in the Project shall not exceed 50.00% e*d total eligible cost of the Project, and as more fully described in Exhibit "B", Schedule of Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of the Department's participation and any cost overruns or deficits involved. 10. Compensation and Payment: a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance. b. Deliverables. The Agency shall provide quant"rfiaible, measurd)* and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project and the quantifiable, measurable, and venfiable units of deliverables are described more fully in Exhibit "A", Project Description and Responsibilities. Modifications to the deliverables in Exhibit "A", Project Description and Responsibilities requires a formal written amendment. c. Invoicing. Invoices shall be submitted no more often than monthly by the Agency in detail sufficient for a proper pre -audit and post -audit, based on the quantifiable, measurable, and verifiable deliverables as established in Exhibit "A", Project Description and Responsibilities. Deliverables and costs incurred must be received and approved by the Department prior to reimbursement. Requests for reimbursement by the Agency shall include an invoice, progress report, and supporting documentation for the deliverables being billed that are acceptable to the Department. The Agency shall use the format for the invoice and progress report that is approved by the Department. d. Supporting Documentation. Supporting documentation must establish that the deliverables were received and accepted in writing by the Agency and must also establish that the required minimum standards or level of service to be performed based on the criteria for evaluatffla successful completion as specified . in Exhibit *fit", ji?roject Description .."ll, Responsibilities has been met. All costs invoiced shall be supported by properly execute payrolls, time records, invoices, contracts, or vouchers evidencing in proper detail the nature and propriety of charges as described in:lExhibit "F", Ceintract Payment Requirements. e. Travel Expo"OL M selected provisioftbaillWk controlling regarding travel expenses: TfIRY ii7odpilles are NOT eligible for rol tbursemcoi Under this Agreement. TfsNIll'expenses ARE eligible for reimbursement under this Agreement. Billt'Ip11WWi siqxWAM specifically authorized in this Agreement shall be submitted on the Depf, Travel Form No. 300-000-06 and will be paid in accordance with Section",. DocuSign Envelope ID: 8DF53EAC-E3AB-4AA6-0"4'i-E86F4F1ECB80 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANTAGREEMENT Form 725-00041 STRATEGIC DEVELOPMENT OGC 1122 Florida Statutes, and the most Current version of the Department's Disbursement Handbook for Employees and Managers f. Financial Consequences. Payment shall be made only after receipt and approval of deliverables and costs incurred unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216 Florida Statutes, or the Department's Comptroller under Section 334.044(29), Florida Statutes. If the Department determines that the performance of the Agency is unsatisfactory, the Department shall notify the Agency of the deficiency to be corrected, which correction shall be made within a time- frame to be specified by the Department. The Age" shall, within thirty (30) days after notice from the Department, provide the Department with a:Wrrective action plan describing how the Agency will address all issues of contract non-performance, unacceptable performance. failure to meet the minimum performance levels, deliverable deficiencies, or contract non- compliance. If the corrective action plan is unacceptable to the Department, the Agency will not be reimbursed. If the deficiency is subsequently resolved, the Agency may bill the Department for the amount that was previously not reimbursed during the next billing period. If the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement's term g. Invoice Processing. An Agency receiving financial assistance from the Department should be aware of the following time frames. Inspectior, or verification and approval of deliverables shall take no longer than 20 days from the Department's receipt of the invoice. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the deliverables are received, inspected or verified, and approved. If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount, to the Agency. Interest penalties of less than one (1) dollar will not be enforced unless the Agency requests payment. Invoices that have to be returned to an Agency because of Agency preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for Agency who may be experiencing problems in obtaining timely payment(s) from a state agency The Vendor Ombudsman may be contacted at (850) 413-5516. In. Records Retention. The Agency shall maintain an accounting system or separate accounts to ensure funds and protects are tracked separately. Records of costs incurred vadWthe terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for five years after final payment is made. Copies of these records shall be furnished to*& Department upon request Records of costs incurred include the Agency's general accounting records and the Project records, together with supporting documents and records, of the Contractor and all subcontractors performing work ap #0 Project, and all other records of the Contractor and subcontractors considered neceswAy by the Department for a proper audit of costs L Progress Reports. 'Upon request, the Agency agrees to provide progress reports to the Departmerttin the standard format used by the Department and at intervals established by the Departnlatit The Department will be entitled at all times to be advised, at its request, as to the status ofttls Project and of details thereof j. Submission of Other Documents. The Agency shall submit to the Department such data, reports, records, contracts, OW other documents relating to the Project as the Department Page 4 of 23 138 DocuSign Envelope ID: 8DF53EAC-E3AB-4AA6-8r-'O"''E86F4F1ECB80 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Feft _ PUBLIC TRANSPORTATION' DEHELO� t GRAM` AGREEMENT may require as listed in Exhibit "E", Program Specific Terms and Conditions attaChW.,,b and incorporated into this Agreement. k. Offsets for Claims. If, after Project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement that it has with the Agency owing such amount if, 4*W written demand, paymenteite amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department. I. Final Invoice. The Agency must submit the final invoice on the Project to the Department within 120 days after the completion of the Project. Invoices submitted after the 120 -day time period may not be paid. m. Departmenft Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. If the Department's funding for this Project is in multiple fiscal years, a notice of avaiiab1ity of funds from the Department's project manager must be received prior to costs being incurred by the Agency. See Exhibit "B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. The Department will notify the Agency, in writing, when funds are available In. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated. "The Department, during any fiscal year, shall not expend money, incur any liability. or enter into any contract which, by its term, s• involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null anc void. and no money may be paid cn such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing Herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a tem for a period of more than 1 year." o. Agency Obligation to Refund Department. Any Project funds made available by the Department pursuant to this Agreement that are determined by the Department to have been expended by the Agency in violation of this Agreement or any other applicable law or regulation shall be promptly refunded in full to the Department. Acceptance by the Department of any documentation or certifications, mandatory or otherwise permitted, that the Agency files shall not constitute a waiver of the Department's rights as the funding agency to verify all information at a later date by audit or investigation. p. Non -Eligible Costs. In determining the amount of the payment, the Department will exclude all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred after the expiration of the Agreement, costs that are not provided for in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Fkimcial Assistance: costs agreed to be bome by the Agency or its contractors and subcontractors for Pop 139 DocuSign Envelope ID: 8DF53EAC-E3AB-4AA6-0'0",E86F4F1EC880 STATE Of FLORIDA DEPARTMENT OF TRANSPORTATION Form 726.000.01 PUBLIC TRANSPORTATION STRATEGIC DEveLoP EMEroT GRANT AGREEMENT occ7'22 not meeting the Project Commencement and final invoice time lines, and costs attributable to goods or services received under a contract or other arrangement that has not been approved in writing by the Department. Speck unallowable costs may be listed in Exhibit "A", Project Description and Responsibilities. 1111, General Requirements. The Agency shall complete the Project with all practical dispatch in a sound, economical, and efficient manner, and in accordance with the provisions in this Agreement and all applicable laws a. Necessary Permits Certification. The Agency shall certify to the Department that the Agency's design consultant and/or construction contractor has secured the necessary permits. b. Right -of -Way Certification. If the Project involves construction, then the Agency shall provide to the Department certification and a copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification is required prior to authorization for advertisement for or solicitation of bids for construction of the Project, even if no right-of-way is required. c. Notification Requirements When Performing Construction on Department's Right -of - Way. In the event the cost of the Project is greater than $250,000.00 and the Project involves construction on the Department's right-of-way, the Agency shall provide the Department with written notification of either its intent to - i. IReyuire the cotfetruction work of the Project that is on the Department is be performed by a Department prequalified contractor, or III. Construct the Project utilizing existing Agency employees, if the Agency can complete said Project within the time frame set forth in this Agreement. d. _ If this box is checked, then the Agency is permitted to utilize its own forces and the following provision applies Use of Agency Workforce. In the event the Agency proceeds with any Phase of the Project utilizing its own forces, the Agency will only be reimbursed for direct costs (this excludes general overhead). e._ If this box Is checked, then the Agency is permitted to utilize Indirect Costs: Reimbursement for Indirect Program Expenses (select one). i. _ Agency has selected to seek reimbursement from the Department for actual indirect expenses (no rate). ii. _Agency has selected to apply a de minimus rate of 10% to modified total direct . costs. Note: The de minimus rate is available only to entities that have never had a negotiated indirect cost rate. Wher selected, the de minimus rate must be used consistently for all federal awards until such time the agency chooses to negotiate a . rate. A cost policy statement and de minimis certification form must be submitted to the Department for review and approval. iii. _ Agency has selected to apply a state or federally approved indiret Cost rate A federally approved rate agreement or indirect cost allocation plan (Ii must be submitted annually. f. Agency Compliance with Laws, Rules, and Regulations, Guidelines, and Standards. The Agency shall comply and require its contractors and subcontractors to comply with all terms and conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project. 140 DocuSign Envelope ID: 80F53EAC-E3AB-4AA6-8t""„"r-86F4F 1 E(-- 680 STATE OF FLORIDA DEPARTMENT Of TRANSPORTATION Farm 726 -ON -01 STRATEGIC PUBLIC TRAN^ TAT DEVELOPMENT GRANT AGREE�%Ii °` 722 g. Claims and Requests for Additional 10ltlit The Agency shall have the sole responsibility for resolving claims and requests for additional work for the Project The Agency will make best efforts to obtain the Department's input in Is decisions. The Department is not obligated to reimburse for claims or requests for additional work. 12. Contracts of the Agency: a. Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates itself in any manner requiring the disbursement of Department funds, including consultant and purchase of commodities contracts, or amendments thereto. If the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval, that shad be sufficient cause for nonpayment by the Department. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. If Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review. b. Procurement of Commodities or Contractual Services. It is understood and:40raW by the Parties hereto that participation by the Department in a project with the Agenaf, where said project involves the purchase of commodities or contractual services wherefpirchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287:{ lf# Flonda Statutes, is contingent on the Agency complying in full with the provisions of Section 287.057, Florida Statutes. The Agency's Authorized Official shall certify to the Department that the Agency's purchase of commodities or contractual services has been accomplished in compliance with Saci*m W.W,, Florida Statutes. It shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the current threshold limits. Contracts, purchase orders, task orders, construction change orders, or any other agreement that would result in exceeding the current budget contained in Exhibit "B", Schedule of Financial Assistance, or that is not consistent with the Project description and scope of services contained in Exhibit "A". Project Description and Responsibilities must be approved by the Department prior. to Agency execution. f=ailure to obtain such approval, and subsequent execution of an Wftndment tc the Agreement if required, shall be sufficient cause for nonpayment by the DepUNINK In accordance with this Agreement. c. Consultants' Competitive Negoti-11111Ifr Act. ft is understood and agreed by the Parties to this Agreement that participation by ft Department in a project with the Agency, where said project involves a consultant contract for professional services, is contingent on the Agency's full compliance with provisions of Section 287.055, Florida Statutes, Consultants' Competitive Negotiation Act. in all cases, the Agency's Authorized Official shall certify to the Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act. d. Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy ttf #w Department that DBEs, as defined in 49 C.F.R. Part 26, as amended, shall heNt the opportunity to participate in the performance of 60turacts financed in wh61160 bt Vilit with Department funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The Agency and its contractors agree to ensure that DBEs have the opportunity to participate in the performance of this Agreement. In #* regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBEs have the opportunity to compete for and perform contracts. The Agency and its contractors and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. it3: 141 DocuSign Envelope ID 8DF53EAC-E3A6-4AA6-'" "*;-:36F4F1ECB8a STATE Of F1.ONDA DEPARTMENT OF TRANSPORTATION Forth 725.00041 PUBLIC TRANSPORTATION DeS"�r vFLoPwtlr GRANT AGREEMENT O°c* 13. Maintenance Obligations. In the event the Project includes construction or the acquisition of commmvtA s . then the following provisions are incorporated into this Agreement: a. The Agency agrees to accept all future maintenance and other attendant costs occurring after completion of the Project for all improvements constructed or commodities acquired as part of the Project The terms of this provision shall survive the termination of this Agreement. 14. Sale, Transfer, or Disposal of Department -funded Property: a. The Agency will not sell or otherwise transfer or dispose of any part of its title or other interests in real property, facilities, or equipment funded in any part by the Department under this Agreement without prior written approval by the Department. b. If a sale, transfer or disposal by the Agency of all or a portion of Department -funded real property, facilitiesor equipment is approved by the Department, the following provisions will apply I. The Agency shall reimburse the Department a proportional amount of the proceeds of the sale of any Department -funded property I ii. The proportional amount shall be determined on the basis of the ratio of the Department funding of the developr~ent or acquisition of the property multiplied against the sale amount, and shall be remitted to the Department within ninety (90) days of closing of sale iii. Sale of property developed or acquired with Department funds shall be at market value as determined by appraisal or public bidding process, and the contract and process for sale must be approved in advance by the Department iv. If any portion of the proceeds from the sale to the Agency are non-cash considerations, reimbursement to the Department shall Include a proportional amount based or, the value of the non-cash considerations. c. The terms of prows;ons 'a" and "b" above shall survive the termination of this Agreement. i. The terms snail remain in full force and effect throughout the useful life of facilities developed equipment acquired, or Project Mems installed within a facility, but shall not exceed twenty (20) years from the effective date of this Agreement. ii. There shall be no limit on the duration of the terms with respect to real property acquired with Department funds. 15. Single Audit -The administration of Federal or State resources awarded through the Department to the Agency by this Agreement may be subject to audits and/or monitoring by the Department. The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or State financial assistance or limit the authority of any state agency inspector general, the State of Florida Auditor General, or any other state official, The Agency shall comply with all audit and audit reporting requirements as specified below. Federal Funded: a. In addition to reviews of audits conducted in accordance with 2 CFR 8 4200, Subpart F - Audit Requirements, monitoring procedures may include but not be Iirni D on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports; following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided Page 8 of 23 142 DocuSign Envelope ID: 8DF53EAC-E3A84AA6-800'"-E86F4FIEC880 40111104, STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION form 7264-011"1 PU0W "C�POrr1'T^MW STRATEGIC N DEVELOPMENT ORA* AGREEM1tW OGC T'22 through the Department by this Agreement, Tby entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring p4/processes deemed appropriate by the Department. The Agency further agrees to s»! cooperate with any inspections, reviews, investigations, of audits deemed necessary*- OVepartment, State of Florida Chief Financial Officer (CFO, or State of Flonda Auditor Gem{, b, The Agency, a non -Federal entity as defined by 2 IVIR Part 2W, Subpart F - Requirements, as a subrecipient of a Federal award awarded by the Department th** #0 Agreement, is subject to the following requirements: in the event the Agency expends a total amount of Federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, the Agency must have a Federal single or program -specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements. Exhibit "W', Audit Requirements for Awards of Federal Financial Assistance, to this Agreement provides the required Federal award identification information needed by the Agency la further comply with the requirements of 2 CFR Part 200, Subpart F - Audit Requirements. In determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based an when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F - Audit Requirements. An audit conducted by the S4100— f FlDnda Auditor General in accordance with the provisions of 2 CFR Parf 2W, Subpart F - Audit Requirements.. will meet the requirements of this part. ii. In connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F - Audit Requirements. iii. In the event the Agency expends less than the threshold established by 2 CFR Part 200 Subpart F - Audit Requirements, in Federal awards, the Agency is exempt from Federal audit requirements for that fiscal year However, the Agency must provide a single audit exemption statement to the Department at FDOTSincleAuditQdot.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F - Audit Requirements, in Federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F -Audit Requirements, the oullof the audit must be paid from non -Federal resources (L&. OW cast of such an audj! t7flg be paid from the Agency's resources obtained irottt lit than Fed" entit*4 iv. The Agency must eiectronicaHy submit to the Federal Audit Clearinghouse (FAC"j at ht�s:/Marves�„er.census. aovffacweb/ the audit reporting package as required by 2 CFR Part, Subpart F -Audit Requirements, within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period. The FAC is the repository of record for audits required by 2 CFR Pildt 200, Subpart F -Audit Requirements. However, the Department requires a copy of the audit reporting package also be submitted to FDOTShyIeAudd&dot.state.fl.us within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period as required by 2 CFR Part 200, Subpart IF ., Audit Requirements. v, Within six months of acceptance of the audit report by the FACo, the Department will review the Agency's audit reporting package, including corrective action plans and 143 DocuSign Envelope ID 8DF53EJ4G•�Af EKF4FIECB80 C0 - :.. STAIN41MI1101INK11111111110111Form 726-000.01 PUBLIC TRANSPORTATIONs'""sED" DEVELOPMENT GRANT AGREEMENT 0%7122 management IOwler to the extent necessary Iq dgllWmine whether timely and appropriate action Wf all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. if the Agency fails to have an audit conducted in accordance wjth,2,0R Part 200, Su 'JF 7A0, ' , aquirements, the Department may impose additional conditions to fair**, noncompliance If the Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate >1 *Q!00 `b enforce compliance, which actions may include but not be limited to the follow". 1. Temporarily withhold cash payments pending correction of the deficieilt,7:11 the Agency or more severe enforcement action by the Department; c, 2. Disallow (deny both use of funds and any applicable matching credit $1 or part of the cost of the activity txAi Noenot in compliancy 3. Wholly or partly suspend or terminate the Federal award; 4. Initiate suspension or debarment proceedings as authori M w0er 2 C.F:R Part 180 and Federal awarding agency regulations (or In ft case of to Department, recommend such a proceeding be initiate$ by the Federal awarding agency); 5. Withhold further Federal awards for the Project or program; 6. Take other remedies that may be legally available. vi. As a condition of receiving this Federal award, the Agency shall permit the Department or its designee, the CFO, or State of Florida Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. vii. The Department's contact information for requirements under this part is as follows: Office of Comptroller, MS 24 605 Suwannee Street Tallahassee. Florida 32399-0450 FDOTSinaleAud it(&dot. state. fi. us State Funded: a. In addition to reviews of audits conducted in accordance with Secti(AVI IV, Florida Statutes. monitoring procedures to monitor the Agency's use of state financial assistance may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to state financial assistance awarded through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, the Department of Financial Services (DFS), or State of Florida Auditor General. b. The Agency, a "nonstate entity" as defined by Section 215.97 Florida Statutes, as a recipient of state financial assistance awarded by the Department through this Agreement, is subject to the following requirements: . L In the event the Agency meets the audit threshold requirements established kty Section 215.97, Florida Statutes, the Agency must have a State single or pr ' specific audit conducted for such fiscal year in accordance WN Section MAI Florida Statutes; applicable rules of the Department of Financial Services; and Page 10x28 .......,iia .., DocuSign Envelope ID: 8DF53EAC-E3AB-4AA6-8r jE86F4F1ECB80 "" STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 728 -OW -01 PUBLIC TRANSPORTATION STRATEGIC DEYELOPMIENT GRANT AGREEMENT ooc 7f22 Chapters 10.550 (local governmental entities) at 16650 (nonprofit WW fid. organizations). Rules of the Auditor General. Exhibit "G", Audit Requirements for Awards of State Financial Assistance, to this Agreement indicates state financial assistance awarded through the Department by this Agreement needed by #w Agency to further comply with the requirements of Section 215.97,fiorida Statutes. In determining the state financial assistance expended in 19%cal year, the Agency shall consider all sources of state financial assistance, Including state financial assistance received from the Department by this Agreement, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity. for Federal program matching requirements. ii. In connection with the audit requirements, the Agency shall ensure that thee complies with the requirements of Section 215.97(8), Florida Statutes. This in6lti" submission of a financial reporting package as defined by Section 215.97e), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General iii. In the event the Agency does not meet the audk threshold requirements established by Section 215.97, Florida Statutes. the Agency is exempt for such fiscal year from the state single audit requirements of Section 215 97, Florida Statutes. However, the Agency must provide a single audit exemption statement to the Department at FDOTS ingleAudit,,E�dot.state. fl. us no later than nine months after the end of the Agency's audit period for each applicable audit year In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, it a fiscal year and elects to have an audit conducted In accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the Agency's resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than State entities). iv. In accordance with Chapters 10.550 (local governmental entitles) or 10.650 (nonprofit and far -profit organizations), Rules of the Auditor General copies of financial reporting packages required by this Agreement shall be submitted to: Florida Department of Transportation Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 FDOTSingleAuditrc:dot.state.fl. us And State of Florida Auditor General Local Government Audits/342 111 West Madison Street, Room 40M Tallahassee, FL 32399-1450 Email: flaudgen locaIgovt(apaud.state. fl. us V. Any copies of financial reporting packages, reports, or other information required to be submitted to the Department shall be submitted timely in accordance with Section 215.97, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. vi. The Agency when submitting financial reporting packages to the Department for audits done in accordance with Chapters 10.556 (local governmental entities) or Page 11 014� 145 DocuSign Envelope ID: 8DF53EAC-E3AB-4AA6-1` "" 1-E86F4F1EC680 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Forth 72S -000-D1 PUBU6 TRANSPORTATION sTRATSGic DEVELOPMENT GFtANT AGREEMENT OGC 7`22 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date the reporting package was delivered to the Agency in correspondence accompanying the reporting package. vii. Upon receipt, and within six months, the Department will review the Agency's financial reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement. If the Agency fails to have an audit conducted consistent with Section 215.97, Florida Statutes the Department may take appropriate corrective action to enforce compliance. viii. As a condition of receiving state financial assistance. the Agency shall permit the Department or its designee, DFS, or the Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. c. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department or its designee, DFS, or State of Florida Auditor General access to such records upon: request. The Agency shall ensure that the audit working papers are made available to the Department or its designee, DF$, or State of Florida Auditor General up" request for a period of five years from the date the audit report is issued, unless extended Jit writing by the Department. 16. Notices and Approvals. Notices and approvals referenced in this Agreement must be obtained in writing from the Parties' respective Administrators or their designees. 17. Restrictions, Prohibitions, Controls and Labor Provisions: a. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list following a ccrviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity: may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work: may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes for CATEGORY TWO for a period of 36 months from the date of beim placed on the convicted vendor list b. Discriminatory Vendor List. In accordance with Section 287 134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity: and may not transact business with any p�blic entity. c. Non -Responsible Contractors. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied, or have further been determined by the Department to be a non -responsible contractor, may not submit a bid or perform work for the construction or repair of a public building or public work on acontract with the Agency Page 12 of 23 146 -A DocuSign Envelope ID: 80F53EAC-E3A8 STATE OF FLORIDA DEPARTMENT OF TRA' Form 726.006-01 Pv1U7IRANSPORT STRATEGIC -. DEVELOPMENT MWAGREEMEAT °GC 7t22 d. Pwhibition on Using Funds for Lobbying. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section 216.347, Florida Statutes. e. Unauthorized Aliens. The Department shall consider the employmertky OW contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement f. Procurement of Construction Services. If the Prois procured pursuant to Chapfer 255, Florida Statutes, for construction services and at the time of the competitive solicitation for the Project, 50 percent or more of the cost of the Project is to be paid from state -appropriated funds, then the Agency must comply with the requirements of Section 255.Mi 1, Florida Statutes. g. E -Verify, ThO AGency : ' I. Utilize the U.S. DApErtment of Homeland Security's E -Verify system to verify the employment-001lity of all new employees hired by the Agency during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E - Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. h. Executive Order 20-44. Pursuant to Governor's Executive Order 20-44, if the Agency is required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which the Department must form a sole -source, public-private agreement; or through contract or other agreement with the State, annually receives 50% or more of its budget from the State or from a combination of State and Federal funds, Recipient shall submit an Annual Report to the Department, including the most recent IRS Form 990, detailing the totai compensation for each member of the Agency executive leadership team. Total compensation shall include salary, bonuses, cashed -in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real -property gifts, and any other payout. The Agency shall inform the Department of any changes in total executive compensation during the period between the filing of Annual Reports within 60 days of any change taking effect. All compensation reports shall detail the percentage of executive leadership compensation received directly from all State andlor Federal allocations to the Agency. Annual Reports shall be in the form approved by the Department and shall be submitted to the Department at fdotsingleaudit@dot.state.fl.us within 180 days following the end of each tax year of the Agency receiving Department funding. I. Design Services and Construction Engineering and Inspection Services. If the Project is wholly or partially funded by the Department and administered by a local governmental entity, except for a seaport listed in Section 311.09, Florida Statutes, or an airport as defined in Section 332.004, Florida Statutes., the entity performing design and construction engineering and inspection services may not be the same entity. 18. Indemnification and Insurance: a. It is specifically agreed between the Parties executing this Agreement that it is not intended by any of the provisions of any part of this Agreement to create is 00 0k*iW,i W0W member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of,Agreement. TJ* 1�.*wrantees the paymettjeet claims for materials, supplift tDols, or labor sil'Id other just claims against the : or any 1h� 1�4f 147: DocuSign Envelope ID: 8DF53EAC-E3AB-4AA6- "O"""i-E86F4F1 ECB80 ON STATE OF FL01W A DEPARTMENT OF Form 725-000-01 PUBLIC''fRANSPORTA _ DEVELOPMENT STRATEGIC GRANT AGREEMENT 0GC 7122 subcontractor, in connection with this Agreement. Additionally, the Agency shall indemnify, defend, and hold harmless the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent causer by the negligence, recklessness, or intentional wrongful misconduct of the Agency and persons employed or utilized by the Agency in the performance of this Agreement. This indemnification shall survive the termination of this Agreement. Additionally, the Agency agrees to include the following indemnification IA . all contracts with contractors/subcontractors and consultants/subconsuttantslMli perform work in connection with this Agreement: To ft fullest a4pM permitted by law, the Agency's contractor/consultant shall indemnify, defend, and hold harmless the Agency and the State of Florida, Department of Transportation, Including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and persons employed or utilized by the contractor/consultant in the performance of this Agreement. This indemnification shall survive the termination of this Agreement." b. The Agency shall provide Workers' Compensation Insurance in accordance with Florida's Workers' Compensation law for all employees. If subletting any of the work, ensure that the subcontractor(s) and subconsultant(s) have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. If using "leased . employees" or employees obtained through professional employer organizations ("PEO's"), ensure that such employees are covered by Workers' Compensation h the I PEO's or other leasing entities. Ensure that any equipment rental agreements that include operators or other personnel who are employees of independent contractors, sole I: proprietorships, or partners are covered by insurance required under Florida's Vis' Compensation law. f c. If the Agency elects to self -perform the Project, then-OW.Agillincy may self -insure. If the Agency elects to hire a contractor or consultant to perform the Project, then the Agency shall carry, or cause its contractor or consultant to carry, Commercial General Liability insurance providing continuous coverage for all work or operations performed under Oft ;Agreement. 84ch insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida. The Agency shall cause.. or cause its contractofr*eonsuRant to cause, the Department to be made an Additional Insured as to such insurance. Such coverage shall be on an "occurrence" basis and shall include Products/Completed Operations coverage. The coverage afforded to the Department as an Additional IrOuMd shall be primary as to any other available insurance and shall not be more restrictive than the coverage afforded to the Named Insured. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations performed under the Agreement, and may not be shared with ardintinished by claims unrelated **aAgreement T*—VoOp ll IN erage described herein may be subject to a deductible and such deductibles shall be paid by the Named Insured. No policylies or coverage described herein may contain or be subject to a Retention or a Self -Insured Retention unless the A00*4illi s stat,; 1110111Mdfr;oF the State of Florida that elects to self -perform the Project. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, the Department shall tom' vided with Mt Certificate of LABbility Insurance reflecting the ... coverage described herein. The Department shall be notified in writing within ten days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/les, .. 44 . _I 148 00MAI q IN 11 1114 1Lk in Wk STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 726-90141 PUBLIC TRANSPORTATION STRATEGIC DEVELOPM£NT GRANT AGREEMENT °GC rt22 coverage, or ACORD Certificates shall not relieve or excuse any obligaticfp'.1D pmure and maintain the insurance required herein, nor serve as a waiver of any rights or defenses the Department may have. d. When the Agreement includes the construction of a railroad grade crossing, railroad overpass or underpass structure, or any other work or operations within the limits of the railroad right- of-way, including any encroachments thereon from work or operations in the vicinity of the railroad right-of-way, the Agency shall, or cause its contractor to, in addWtlltI*ftimurance coverage required above, procure and maintain Railroad Protective Liability Coverage (ISO Form CG 00 35) where the railroad is the Named Insured and where the limits are not less than $2,000,000 combined single limit for bodily injury and/or property damage per occurrence, and with an annual aggregate limit of not less than $6,000,000. The railroad shall also be added along with the Department as an Additional Insured on the policy(es procured pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The insurance described herein shall be maintained through final acceptance of the work. Both the Department and the railroad shall be noted in writing within ten days of any cancellation, notice of cancellation, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policyties, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights the Department may have. e. When the Agreement involves work on or in the vicinity of utility -owned property or facilities, the utility shall be added along with the Department as an Additional Insured on the Commercial General Liability policy/ies procured above. 19. Miscellaneous: a. Environmental Regulations. The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any loss incurred in connection therewith. b. Non -Admission of Liability. In no event shall the making by the Department of any payment to the Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may then exist on the part of the Agency and the making of such payment by the Department, while any such breach or default shall exist. shall in no way impair or prejudice any right or remedy availablatothe Department with respect to such breach or default. c. Severabillty. If any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected. In such an instance, the remainder would then continue to conform to the terms and requirements of applicable law. d. Agency not an agent of Department. The Agency and the DepartM that the Agency, its employees, contractors, subcontractors, consultants, and sub, I I IN nts are not agents of the Department as a result of this Agreement. e. Bonus or Commission. By execution of the Agreement. the Agency represents that it has not pad and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. f. Non -Contravention of State Law. Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision or perform any act or do any other thing in hp 15 of 23 149 DocuSgn Envelope ID: 8DF53EAC-E3A&4AA6--E86F4F1ECB80 Aww" STATE OF FLORIDA DUARTMENT OF TRANSPORTAnOh Form 726.006.0i PUBLIC TRANSPORTATION DEV o WiEW GRAM# AGREEMENT DGC 7122 contravention of any applicable state law. If any of the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department in writing so that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the Project. g. Execution of Agreement. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original,. but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf of a party will be legal and binding on such party. h. Federal Award Identification Number (FAIN). If the FAIN is not available prior to execution of the Agreement, the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement. If this occurs, an updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the Department of Financial Services' Florida Accountability Contract Tracking System (PACTS), I. Inspector General Cooperation. The Agency agrees to comply with Sec*m 2tt: Florida Statutes, and to incorporate in all subcontracts the obligation to com**" 20.055(5), Florida Statutes. Ji. Low, Forum, and Venue. This Agreement shall be governed by and construed in acm with the laws of the State of Florida. In the event of a conflict between any portion of On contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum and venue and that the Department shall determine the forum and venue in which any dispute under this Agreement is decided. IN WITNESS WHEREOF, the Parties have executed this Agreement on the day and year written above. Ai EhtCY _. OF FL(?RIDw� DEPARTMENT OF TRANSPORTATION . t1F,T964d by A5 - Name, Tkw- STATE OF FLORIDA, DEPART14MNT OF TRANSPORTATK)N t"W Ftanriew: 0"Uftned W. COW and APPROVEDAt AND Clerk BY t�INL'�FA P46 U di2S :150 DocuSign Envelope ID: 8DF53EAC-E3AB-4AA6-8C'—'�86F4F1ECB80 STATE OF FIA111116111114,11lWARTMENT OF TRANSPORTATION Form 725-000-02 PUBUC TIRANSPORTATION DESTRATEGIC VELOPMENT GRANT AGREEMENT EXHIBITS occ722 EXHIBIT A Project Description and Responsibilities A. Project Description (description of Agency's project to provide context, description of project components funded via this Agreement (if not the entire project)): Transit service modifications including but not limited to extended weekday service hours and extended Saturday service hours, JL- Project Location (limits, city, county, map): Indian River County C. Project Scope (allowable costs. describe OMject components, Improvement type/service type, approximate timeline, project schedule, project size) This Service Development Grant will allow the implementation of service modifications that are intended to address the growing demand for public transportation service in Indian River County Each of these service modifications are identified in the 2023 Transit Development Plan, which was approved in September of 2023. Based on the recommendations of the TDP all of the following service modifications will be implemented with the Service Development Grant: Extend Weekday Service Hours: GoLine currently operates on weekdays from 6.00am to T00pm. A service improvement recommended by the Transit Development Plan (TDP) is the extension of weekday service to 9:00 pm. The addition of two service hours on weekday evenings will benefit all GoLine riders. In addition, it will make GoLine a more viable transportation option for those who commute to jobs in the service -sector, since many service -sector work shifts end later than 7:00 pm. Extend Saturday Service Hours: GoLine currently operates 12 out of 14 routes on Saturdays. Service hours are limited on Saturdays: 8:00 am to 5'00 pm. The TDP recommends a phased extension of"Saturday service. With this service improvement, the new Saturday service hours would be from 7:00 am to 7:00 prn. In addition to extending hours of service, Saturday service would also be expanded to one route that is not currently operated on Saturdays (Route 13). Route 15, which primarily serves Indian River State College students, would continue to operate on weekdays only. "Service Development Projects specifically include projects involving the use of new technologies, services, routes, or vehicle frequencies, the purchase of special transportation services, and other such techniques for increasing service to the riding public as are applicable to specific localities and transit user groups. Projects involving the application of new technologies or methods for improving operations, maintenance, and marketing in public transit systems can be funded through the Service Development program Eligible capital costs are any wsts that would be defined as capital costs by the Federal Transit Administration. Examples would include, but not be l knited to the acquisition of buses for fleet and service expansions; transfer facilities: intermodal terminals and park and ride facilities; and passenger amenities, such as passenger shelters and bus stop signs. Eligible net operating costs are all operating costs of a project, less any federal funds, fares or other sources of income to the project." D. Deliverable(s): fxpanded transit hours of service The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements Supporting documentation will be quantifiable, measurable, and verifiable to allow for a determination of the amount of incremental progress that has been made, and provice evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency E. Unallowable Costs (including but not limited to): candy, alcohol, decorations, greeting -cards, lobbying, personal cell phone, office parties, entertainment, food.. fans, coffee pots, portable heaters, refrigerators, microwave ovens, congratulatory telegrams, refreshments, banquets, catering, gifts, flowers, or promotional items 151 DocuSign Envelope ID: 8DF53EAC-E3AB-4AA&J**W3-E86F4F 1 ECB80 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Fo- 725-00042 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS occ7122 It. Transit Operating Grant Requirements (TransitOtte Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverabies for the year have been met. DocuSign Envelope ID 80F53EAC-E3AB-4AA&,q$ *,-E86F4F1ECB80 STATE OF FLORWA DEPARTMENT OF TRANSPORTATICN Form 726-00402 PUBLIC TRArNSPORTATIONSTRATEGIC DEVELOPMENT GRANT AWMEMENT EXHIBITS OGC 1122 EXHIBIT B Schedule of Financial Assistance TRANSIT OPERATING ONLY FUW* :AVS TO IM A084CY PURSUANT TO THIS AGREEMENT' NSIST OF 1W f?0UV4 & A. FwW Type wW t%CBI Year; Object CSFA/ 41 Project Cly < Mcal Code CFDA CSFA/CFDA Title or Iru1�N1g Number = Year Numberfending Source Description Amount 454105-1-84-01 2024 751000 55.0 _ 2 6rvice Development Ply ,200,000.00 f " .00 B. Operations Phase - Estimate of Project Costs by Budget Category: Budget Categories !!iM t,1Nia1 Federal Total Operations (Tr�tslt On1,yj ,. V Salaries Fringe AlAilft�- 011tet Direct C0lti . .:W Indirect Costs i0 0 otals •, -Kam Ser , .� Budget category amounts Sime estim and tat out antelndment (because they are all within the Operations Phase), C. Cost Reimbursement The Agency will sebmit irvoices for cost reimbursement on a _ Monthly _ Quarterly _ Other- basis therbasis upon the approval of the deliverables including the expenditure detail provided by Agency. Scope Code and/or Activity Line Item (ALI) (Transit Only} BUDGETICOST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES: I certify that the cost for each line item budget category has been evaluated and determined t0 be allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached. Jayne Pietrowski DepartR+e+rEQwA6 Manager Name ,.� ,� .I: y .ti ....r..;' Page 19 of 23 153 DocuSign Envelope 10: 8DF53EAC-E3A&4AA6-AO'*4-E86F4F1ECB80 STATE OF FLORIDA DEPARTMENT O^' TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS EXHIBIT D AGENCY RESOLUTION PLEASE SEE ATTACHED EmO Fome 71540042 STRATEGIC DEVELOPMENT OGC 7122 F \Community Development\Users1MPaTrrnsit!Grants\Service DevelopmentlExtended Servio$2024\bcc resoluuon.doex 12 15.5- DocuSign Envelope ID: 80F53EAC-E3AB-4AA6-80WE86F4F 1 ECB80 .. STATE OF FLORIDA DEPARTMENT OF TRAWORTAIM ... Fam 72"00-02 P1JBW TPANSP0WA1111#E1li MATE= GRAW AGREEMENT EXHIBI10. OOC TW EXHIBIT E, PROGRAM SPECIFIC SERMS ANDCONO'flt—TVAM sis (Service Development) 1. Conformance with Enabling Legislation. This Agreement is in conformance with Section 341.051, P.S. L. Bus Transit System. In accordance with Section 341.061, F S., and Rule Chapter 14-90, Florida Administrative Code, the Agency shall submit and the Department shall have on file, an annual safety certification that the Agency has adopted and is complying with its adopted System Safety Program Plan pursuant to Rule Chapter 14-90, F.A. C , and has performed annual safety inspections of all buses operated. 3. Transit Vehicle Inventory Management. The agency will follow the Department's Transit Vehicle Inventory Management Procedure (725-030-025), which outlines the requirements for continuing managementof 3l. inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of rolling stock Lift the FTA Section 5310, Section 5311, Section 5316, and Section 5317 programs as the funding source, or where the Department participates in 50% or more of the public transit vehicle's purchase price. This may include vehicles purchased under the State Transit Block Grant Program, Stade Transit Corridor Program, State Transit Service Development Program, or other applicable Department programs 4. Progress Reports. The Agency will submit Semi-Annual Progress Reports on monthly ridership data. Reports are due no later than January 3011' for the period ending December 31" and July 35M for the period ending June 30th. 5. Project Goals and Service Data. The Agency must report on work efforts and provide a detailed, side-by-side comparison of the project goals and actual service data 6. Submittal of Proposed TWeline. The Agency will submit 0 Proposed Time Line for Service Development Activities prior to the commencement ot the project, 7. Final Report. At any time when it becomes necessary to terminate the pt or at the end of the two years, a Final import will be submitted by the Agency This report will accompany the F **Vi'ice for reimbursement. The Final RNpod*11 include the follow! ng: ) An evaluation of the attainment of the goals and objectives. i) The reasons any of the goals were not met c) The benefit accrued by the Agency. dj -A statement of the Agency's intent to continue with the service demonstrated. — End of Exhibit E — 157 DowSign Envelope ID 8DF53EAC-E3A8-4AA6-0""I-i-E86F4FlECB80 STATE OF F101!9*01111ARTMENT OF TR iITA1101t Forth 725.000-02 p%X "�:T*WPOJIITA ION STF"ATEOI DEVELOPMENT GRANTAGREEMENT EXHIBITS occ 7122 EXHIBIT F Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided Listed below are types and examples of supporting documentation for cost reimbursement agreements. (1) Salaries. A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges. fringe benefits other deductions and net pay If an individual for whom reimbursement is being claimed is paid by the hour a document reflecting the hours worked times the rate of pay will be acceptable 12).1it ge Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the Mrtpfoyee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception: Governmental entit es are not required to provide chsdc; roin.tets or o0ohm qt:chocks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 111:*, Slahlbeb, which includes submission of the claim on the approved State travel voucher or electroni0mom. (4) Other direct costs: Reimbursement will be made based on paid invoicestrecaipts. If nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-7.1319, Florida Administrative Code. regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State (6) charges: Chimes which may be of an internal nature (e.g., postage, copies, etc.) may be Nknbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable. (6) Indirect costs: if the contract species that indirect costs will be paid based on a specified rate, then the calculation should be shown. Contracts between state agencies, and/or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the %M dFLAIR reports or other detailed reports. The Florida Department of Financial Services, online Reference Guide fW State Expenditures can be found at this web address http§:/)www.myftoddacfo.coMQivisiQrVAAlManuais/documents/ReferenceGuideforStateExpenditures.odf_ Page 22 of 23 158 I. DocuSign Envelope ID: 8DF53EAC-E3AB-4AA8rF+IFFE(3890 STATE Of FLORIDA DEPARTMENT OF TRANSPORTATION Form 726-40042 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANTAGREEMENT EXHIBITS-. OGCWZ` ExNW G AUDIT REQUIREMENTS 'I AWAPM30F.1111TAit11111INANCIAL ASSISTANCE THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREgI CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIDA STATUTES:— Awarding Agency: Flonda Department of Transportation State Project Title: Public Transit Service Development Program CSFA Number: 55.012 `Award Amount: $1,200,000 "The award amount may change with amendments Specific project information for CSFA Number 55.012 is provided at: httos:/!apos.fldfs.com/fsaa/searchCataloc.aspx COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT: State Project Compliance Requirements for CSFA Number 55.012 are provided at, https:/iapps.fldfs.com/fsaa/searchCompliance aspx The State Projects Compliance Supplements provided at https:t/asaps.fldfs.corn/fsaa/comciiance,asox Page 23 of 23 159 DocuSign Envelope 10 8DF53EAC-E3AB4C53 E86F4F1ECB80 To: Jayns.PistrowskIQdoLstste.fi.us FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL G2V45 3/2012024 CONTRACT INFORMATION Co G2V45 Contract Type GO - GRANT DISBURSEMENT (GRAN') Method of Procurement: G - GOVERMENTAL. AGENCY (287.D57,F Vendor Name: INDIAN RIVER COUNTY BOCC Vendor ID: F696ODD674029 Beginning Data of This Agree ' 03119/2024 Ending Date of This Agreeme 03/31/2027 Contract TotaUSudgetary Ceiii r a = j1,200,000.00 SERVICE DEVELOPMENT, INDIAN RIVER, EXTENDED TRANSIT SERVICE Description. FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR JASON ADANK, CPA, COMPTROLLER ON 3/20/2024 AC'.icn: Origina or i Organization Code: _M55042010429 ExpansionOption, A"; Objec' code*,,"751000 lAmount= $1,200,DOD.00 Financial Projecta: 45410518401 tWork Ac::uit'j (ECT): 215 Fiscal Year, `° 2024 6Ucget Entity; j55100100 Category/Category Yes 088774124 Amendment )a AN 0001 Sequence: 00 User Assigned ID: 0001104 Total Amount: $1,200,000.00 Pagel of 1 160 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF **$150,000 amendment approved by BOCC 08/20/24.** STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT Financial Project Number(s): (item -segment -phase -sequence) 435846-1-84-01 Contract Number: G2N79 CFDA Number: N/A CFDA Title: N/A Fund(s): DDR FLAIR Category: 088774 Work Activity Code/Function: 215 Object Code: Federal Number/Federal Award Org. Code: Identification Number (FAIN) — Transit only: Vendor Number: Federal Award Date: Agency SAMWEI Number: CSFA Number: 55.013 CSFA Title: Transit Corridor Development Program 751000 55042010429 VF5960000674029 THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement") is entered into 09/29/2023 1 1: 56 PM EDT, by and between the State of Florida, Department of Transportation, ("Department"), and the Indian River County BOCC, ("Agency"). The Department and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the `Parties." NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties agree to the following: 1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized its officers to execute this Agreement on its behalf. The Department has the authority pursuant to Section(s) 341.000, Florida Statutes, to enter into this Agreement. 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation in providing annual operating funds for an inter -county bus route the SE Regional Corridor Route, with service to Indian River State College, as further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated into this Agreement ("Project"), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner in which the Project will be undertaken and completed. 3. Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply): _ Aviation _ Seaports X_ Transit _ Intermodal Rail Crossing Closure _ Match to Direct Federal Funding (Aviation or Transit) (Note: Section 15 and Exhibit G do not apply to federally matched funding) Other 4. Exhibits. The following Exhibits are attached and incorporated into this Agreement: X Exhibit A: Project Description and Responsibilities X_ Exhibit B: Schedule of Financial Assistance _ *Exhibit 131: Deferred Reimbursement Financial Provisions _ *Exhibit B2: Advance Payment Financial Provisions _ *Exhibit B3: Alternative Advanced Pay (Transit Bus Program) *Exhibit C: Terms and Conditions of Construction X Exhibit D: Agency Resolution X Exhibit E: Program Specific Terms and Conditions X Exhibit F: Contract Payment Requirements X *Exhibit G: Audit Requirements for Awards of State Financial Assistance 161 Page 1 of 22 DS Form 725-000-01 STRATEGIC DEVELOPMENT OGC 4/25/2023 DDR FLAIR Category: 088774 Work Activity Code/Function: 215 Object Code: Federal Number/Federal Award Org. Code: Identification Number (FAIN) — Transit only: Vendor Number: Federal Award Date: Agency SAMWEI Number: CSFA Number: 55.013 CSFA Title: Transit Corridor Development Program 751000 55042010429 VF5960000674029 THIS PUBLIC TRANSPORTATION GRANT AGREEMENT ("Agreement") is entered into 09/29/2023 1 1: 56 PM EDT, by and between the State of Florida, Department of Transportation, ("Department"), and the Indian River County BOCC, ("Agency"). The Department and the Agency are sometimes referred to in this Agreement as a "Party" and collectively as the `Parties." NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties agree to the following: 1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized its officers to execute this Agreement on its behalf. The Department has the authority pursuant to Section(s) 341.000, Florida Statutes, to enter into this Agreement. 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation in providing annual operating funds for an inter -county bus route the SE Regional Corridor Route, with service to Indian River State College, as further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated into this Agreement ("Project"), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner in which the Project will be undertaken and completed. 3. Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all programs that apply): _ Aviation _ Seaports X_ Transit _ Intermodal Rail Crossing Closure _ Match to Direct Federal Funding (Aviation or Transit) (Note: Section 15 and Exhibit G do not apply to federally matched funding) Other 4. Exhibits. The following Exhibits are attached and incorporated into this Agreement: X Exhibit A: Project Description and Responsibilities X_ Exhibit B: Schedule of Financial Assistance _ *Exhibit 131: Deferred Reimbursement Financial Provisions _ *Exhibit B2: Advance Payment Financial Provisions _ *Exhibit B3: Alternative Advanced Pay (Transit Bus Program) *Exhibit C: Terms and Conditions of Construction X Exhibit D: Agency Resolution X Exhibit E: Program Specific Terms and Conditions X Exhibit F: Contract Payment Requirements X *Exhibit G: Audit Requirements for Awards of State Financial Assistance 161 Page 1 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000.01 PUBLIC TRANSPORTATION DEVELOPM NIT GRANT AGREEMENT OGCQ2512023 _ *Exhibit H: Audit Requirements for Awards of Federal Financial Assistance _ *Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor *Additional Exhibit(s): *Indicates that the Exhibit is only attached and incorporated if applicable box is selected. 5. Time. Unless specified otherwise, all references to "days" within this Agreement refer to calendar days. 6. Term of Agreement. This Agreement shall commence upon full execution by both Parties ("Effective Date") and continue through September 30, 2026. If the Agency does not complete the Project within this time period, this Agreement will expire unless an extension of the time period is requested by the Agency and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the Project. The cost of any work performed prior to the Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department. a. _ If this box is checked the following provision applies: Unless terminated earlier, work on the Project shall commence no later than the _ day of _, or within _ days of the issuance of the Notice to Proceed for the construction phase of the Project (if the Project involves construction), whichever date is earlier. The Department shall have the option to immediately terminate this Agreement should the Agency fail to meet the above -required dates. 7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the prior written consent of the Department. 8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend any or all of the Department's obligations under this Agreement for the Agency's failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected. a. Notwithstanding any other provision of this Agreement, if the Department intends to terminate the Agreement, the Department shall notify the Agency of such termination in writing at least thirty (30) days prior to the termination of the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. b. The Parties to this Agreement may terminate this Agreement when its continuation would not produce beneficial results commensurate with the further expenditure of funds. In this event, the Parties shall agree upon the termination conditions. c. If the Agreement is terminated before performance is completed, the Agency shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department's maximum financial assistance. If any portion of the Project is located on the Department's right-of-way, then all work in progress on the Department right-of-way will become the property of the Department and will be turned over promptly by the Agency. d. In the event the Agency fails to perform or honor the requirements and provisions of this Agreement, the Agency shall promptly refund in full to the Department within thirty (30) days of the termination of the Agreement any funds that were determined by the Department to have been expended in violation of the Agreement. e. The Department reserves the right to unilaterally cancel this Agreement for failure by the Agency to comply with the Public Records provisions of Chapter 119, Florida Statutes. 16f age 2 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725.000.01 PUBLIC TRANSPORTATION DEVELOPMENIT GRANT AGREEMENT OGC 4/2512023 9. Project Cost: a. The estimated total cost of the Project is $150,000. This amount is based upon Exhibit "B", Schedule of Financial Assistance. The timeline for deliverables and distribution of estimated amounts between deliverables within a grant phase, as outlined in Exhibit "B", Schedule of Financial Assistance, may be modified by mutual written agreement of the Parties and does not require execution of an Amendment to the Public Transportation Grant Agreement. The timeline for deliverables and distribution of estimated amounts between grant phases requires an amendment executed by both Parties in the same form as this Agreement. b. The Department agrees to participate in the Project cost up to the maximum amount of $150,000 and, the Department's participation in the Project shall not exceed 100.00% of the total eligible cost of the Project,, and as more fully described in Exhibit "B", Schedule of Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of the Department's participation and any cost overruns or deficits involved. 10. Compensation and Payment: a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance. b. Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project and the quantifiable, measurable, and verifiable units of deliverables are described more fully in Exhibit "A", Project Description and Responsibilities. Modifications to the deliverables in Exhibit "A", Project Description and Responsibilities requires a formal written amendment. c. Invoicing. Invoices shall be submitted no more often than monthly by the Agency in detail sufficient for a proper pre -audit and post -audit, based on the quantifiable, measurable, and verifiable deliverables as established in Exhibit "A", Project Description and Responsibilities. Deliverables and costs incurred must be received and approved by the Department prior to reimbursement. Requests for reimbursement by the Agency shall include an invoice, progress report, and supporting documentation for the deliverables being billed that are acceptable to the Department. The Agency shall use the format for the invoice and progress report that is approved by the Department. d. Supporting Documentation. Supporting documentation must establish that the deliverables were received and accepted in writing by the Agency and must also establish that the required minimum standards or level of service to be performed based on the criteria for evaluating successful completion as specified in Exhibit "A", Project Description and Responsibilities has been met. All costs invoiced shall be supported by properly executed payrolls, time records, invoices, contracts, or vouchers evidencing in proper detail the nature and propriety of charges as described in Exhibit "F", Contract Payment Requirements. e. Travel Expenses. The selected provision below is controlling regarding travel expenses: — Travel expenses are NOT eligible for reimbursement under this Agreement. X Travel expenses ARE eligible for reimbursement under this Agreement. Bills for travel expenses specifically authorized in this Agreement shall be submitted on the Department's Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 112.061, 163 Page 3 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-01 PUBLIC TRANSPORTATION DEVELOPM NIT GRANT AGREEMENT OGC 412512023 Florida Statutes, and the most current version of the Department's Disbursement Handbook for Employees and Managers. f. Financial Consequences. Payment shall be made only after receipt and approval of deliverables and costs incurred unless advance payments are authorized by the Chief Financial Officer of the State of Florida under Chapters 215 and 216, Florida Statutes, or the Department's Comptroller under Section 334.044(29), Florida Statutes. If the Department determines that the performance of the Agency is unsatisfactory, the Department shall notify the Agency of the deficiency to be corrected, which correction shall be made within a time- frame to be specified by the Department. The Agency shall, within thirty (30) days after notice from the Department, provide the Department with a corrective action plan describing how the Agency will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non- compliance. If the corrective action plan is unacceptable to the Department, the Agency will not be reimbursed. If the deficiency is subsequently resolved, the Agency may bill the Department for the amount that was previously not reimbursed during the next billing period. If the Agency is unable to resolve the deficiency, the funds shall be forfeited at the end of the Agreement's term. g. Invoice Processing. An Agency receiving financial assistance from the Department should be aware of the following time frames. Inspection or verification and approval of deliverables shall take no longer than 20 days from the Department's receipt of the invoice. The Department has 20 days to deliver a request for payment (voucher) to the Department of Financial Services. The 20 days are measured from the latter of the date the invoice is received or the deliverables are received, inspected or verified, and approved. If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount, to the Agency. Interest penalties of less than one (1) dollar will not be enforced unless the Agency requests payment. Invoices that have to be returned to an Agency because of Agency preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for Agency who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (850) 413-5516. h. Records Retention. The Agency shall maintain an accounting system or separate accounts to ensure funds and projects are tracked separately. Records of costs incurred under the terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for five years after final payment is made. Copies of these records shall be furnished to the Department upon request. Records of costs incurred include the Agency's general accounting records and the Project records, together with supporting documents and records, of the Contractor and all subcontractors performing work on the Project, and all other records of the Contractor and subcontractors considered necessary by the Department for a proper audit of costs. I. Progress Reports. Upon request, the Agency agrees to provide progress reports to the Department in the standard format used by the Department and at intervals established by the Department. The Department will be entitled at all times to be advised, at its request, as to the status of the Project and of details thereof. j. Submission of Other Documents. The Agency shall submit to the Department such data, reports, records, contracts, and other documents relating to the Project as the Department 164 Page 4 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000.01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT OGCI125/2023 may require as listed in Exhibit "E", Program Specific Terms and Conditions attached to and incorporated into this Agreement. k. Offsets for Claims. If, after Project completion, any claim is made by the Department resulting from an audit or for work or services performed pursuant to this Agreement, the Department may offset such amount from payments due for work or services done under any agreement that it has with the Agency owing such amount if, upon written demand, payment of the amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department. I. Final Invoice. The Agency must submit the final invoice on the Project to the Department within 120 days after the completion of the Project. Invoices submitted after the 120 -day time period may not be paid. m. Department's Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. If the Department's funding for this Project is in multiple fiscal years, a notice of availability of funds from the Department's project manager must be received prior to costs being incurred by the Agency. See Exhibit "B", Schedule of Financial Assistance for funding levels by fiscal year. Project costs utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. The Department will notify the Agency, in writing, when funds are available. n. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this Agreement is in excess of $25,000 and has a term for a period of more than one year, the provisions of Section 339.135(6)(a), Florida Statutes, are hereby incorporated: "The Department, during any fiscal year, shall not expend money, incur any liability, or enter into any contract which, by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year." o. Agency Obligation to Refund Department. Any Project funds made available by the Department pursuant to this Agreement that are determined by the Department to have been expended by the Agency in violation of this Agreement or any other applicable law or regulation shall be promptly refunded in full to the Department. Acceptance by the Department of any documentation or certifications, mandatory or otherwise permitted, that the Agency files shall not constitute a waiver of the Department's rights as the funding agency to verify all information at a later date by audit or investigation. p. Non -Eligible Costs. In determining the amount of the payment, the Department will exclude all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred after the expiration of the Agreement, costs that are not provided for in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance, costs agreed to be borne by the Agency or its contractors and subcontractors for 165Page 5 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725.000-01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT OGC4/25/2023 not meeting the Project commencement and final invoice time lines, and costs attributable to goods or services received under a contract or other arrangement that has not been approved in writing by the Department. Specific unallowable costs may be listed in Exhibit "A", Project Description and Responsibilities. 11. General Requirements. The Agency shall complete the Project with all practical dispatch in a sound, economical, and efficient manner, and in accordance with the provisions in this Agreement and all applicable laws. a. Necessary Permits Certification. The Agency shall certify to the Department that the Agency's design consultant and/or construction contractor has secured the necessary permits. b. Right -of -Way Certification. If the Project involves construction, then the Agency shall provide to the Department certification and a copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification is required prior to authorization for advertisement for or solicitation of bids for construction of the Project, even if no right-of-way is required. c. Notification Requirements When Performing Construction on Department's Right -of - Way. In the event the cost of the Project is greater than $250,000.00, and the Project involves construction on the Department's right-of-way, the Agency shall provide the Department with written notification of either its intent to: Require the construction work of the Project that is on the Department's right-of-way to be performed by a Department prequalified contractor, or ii. Construct the Project utilizing existing Agency employees, if the Agency can complete said Project within the time frame set forth in this Agreement. d. —If this box is checked, then the Agency is permitted to utilize its own forces and the following provision applies: Use of Agency Workforce. In the event the Agency proceeds with any phase of the Project utilizing its own forces, the Agency will only be reimbursed for direct costs (this excludes general overhead). e. _ If this box is checked, then the Agency is permitted to utilize Indirect Costs: Reimbursement for Indirect Program Expenses (select one): L _Agency has selected to seek reimbursement from the Department for actual indirect expenses (no rate). ii. —Agency has selected to apply a de minimus rate of 10% to modified total direct costs. Note: The de minimus rate is available only to entities that have never had a negotiated indirect cost rate. When selected, the de minimus rate must be used consistently for all federal awards until such time the agency chooses to negotiate a rate. A cost policy statement and de minimis certification form must be submitted to the Department for review and approval. iii. _ Agency has selected to apply a state or federally approved indirect cost rate. A federally approved rate agreement or indirect cost allocation plan (ICAP) must be submitted annually. f. Agency Compliance with Laws, Rules, and Regulations, Guidelines, and Standards. The Agency shall comply and require its contractors and subcontractors to comply with all terms and conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project. 166Page 6 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Forth 725-000-01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT OGC412612023 g. Claims and Requests for Additional Work. The Agency shall have the sole responsibility for resolving claims and requests for additional work for the Project. The Agency will make best efforts to obtain the Department's input in its decisions. The Department is not obligated to reimburse for claims or requests for additional work. 12. Contracts of the Agency: Approval of Third Party Contracts. The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates itself in any manner requiring the disbursement of Department funds, including consultant and purchase of commodities contracts, or amendments thereto. If the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the Department. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. If Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review. b. Procurement of Commodities or Contractual Services. It is understood and agreed by the Parties hereto that participation by the Department in a project with the Agency, where said project involves the purchase of commodities or contractual services where purchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida Statutes, is contingent on the Agency complying in full with the provisions of Section 287.057, Florida Statutes. The Agency's Authorized Official shall certify to the Department that the Agency's purchase of commodities or contractual services has been accomplished in compliance with Section 287.057, Florida Statutes. It shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the current threshold limits. Contracts, purchase orders, task orders, construction change orders, or any other agreement that would result in exceeding the current budget contained in Exhibit "B", Schedule of Financial Assistance, or that is not consistent with the Project description and scope of services contained in Exhibit "A", Project Description and Responsibilities must be approved by the Department prior to Agency execution. Failure to obtain such approval, and subsequent execution of an amendment to the Agreement if required, shall be sufficient cause for nonpayment by the Department, in accordance with this Agreement. c. Consultants' Competitive Negotiation Act. It is understood and agreed by the Parties to this Agreement that participation by the Department in a project with the Agency, where said project involves a consultant contract for professional services, is contingent on the Agency's full compliance with provisions of Section 287.055, Florida Statutes, Consultants' Competitive Negotiation Act. In all cases, the Agency's Authorized Official shall certify to the Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act. d. Disadvantaged Business Enterprise (DBE) Policy and Obligation. It is the policy of the Department that DBEs, as defined in 49 C.F.R. Part 26, as amended, shall have the opportunity to participate in the performance of contracts financed in whole or in part with Department funds under this Agreement. The DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The Agency and its contractors agree to ensure that DBEs have the opportunity to participate in the performance of this Agreement. In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal and state laws and regulations to ensure that the DBEs have the opportunity to compete for and perform contracts. The Agency and its contractors and subcontractors shall not discriminate on the basis of race, color, national origin or sex in the award and performance of contracts, entered pursuant to this Agreement. 167Page 7 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725.000.01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT OGC412512023 13. Maintenance Obligations. In the event the Project includes construction or the acquisition of commodities then the following provisions are incorporated into this Agreement: a. The Agency agrees to accept all future maintenance and other attendant costs occurring after completion of the Project for all improvements constructed or commodities acquired as part of the Project. The terms of this provision shall survive the termination of this Agreement. 14. Sale, Transfer, or Disposal of Department -funded Property: a. The Agency will not sell or otherwise transfer or dispose of any part of its title or other interests in real property, facilities, or equipment funded in any part by the Department under this Agreement without prior written approval by the Department. b. If a sale, transfer, or disposal by the Agency of all or a portion of Department -funded real property, facilities, or equipment is approved by the Department, the following provisions will apply: I. The Agency shall reimburse the Department a proportional amount of the proceeds of the sale of any Department -funded property. ii. The proportional amount shall be determined on the basis of the ratio of the Department funding of the development or acquisition of the property multiplied against the sale amount, and shall be remitted to the Department within ninety (90) days of closing of sale. iii. Sale of property developed or acquired with Department funds shall be at market value as determined by appraisal or public bidding process, and the contract and process for sale must be approved in advance by the Department. iv. If any portion of the proceeds from the sale to the Agency are non-cash considerations, reimbursement to the Department shall include a proportional amount based on the value of the non-cash considerations. c. The terms of provisions "a" and "b" above shall survive the termination of this Agreement. I. The terms shall remain in full force and effect throughout the useful life of facilities developed, equipment acquired, or Project items installed within a facility, but shall not exceed twenty (20) years from the effective date of this Agreement. ii. There shall be no limit on the duration of the terms with respect to real property acquired with Department funds. 15. Single Audit. The administration of Federal or State resources awarded through the Department to the Agency by this Agreement may be subject to audits and/or monitoring by the Department. The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or State financial assistance or limit the authority of any state agency inspector general, the State of Florida Auditor General, or any other state official. The Agency shall comply with all audit and audit reporting requirements as specified below. Federal Funded: a. In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F — Audit Requirements, monitoring procedures may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awards provided 16Wage 8 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-13FE3-63613MEBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-01 PUBLIC TRANSPORTATION DEVELOPM NIT GRANT AGREEMENT OGC412512023 through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, State of Florida Chief Financial Officer (CFO), or State of Florida Auditor General. b. The Agency, a non -Federal entity as defined by 2 CFR Part 200, Subpart F — Audit Requirements, as a subrecipient of a Federal award awarded by the Department through this Agreement, is subject to the following requirements: In the event the Agency expends a total amount of Federal awards equal to or in excess of the threshold established by 2 CFR Part 200, Subpart F — Audit Requirements, the Agency must have a Federal single or program -specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200, Subpart F — Audit Requirements. Exhibit "H", Audit Requirements for Awards of Federal Financial Assistance, to this Agreement provides the required Federal award identification information needed by the Agency to further comply with the requirements of 2 CFR Part 200, Subpart F — Audit Requirements. In determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F — Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2 CFR Part 200, Subpart F — Audit Requirements, will meet the requirements of this part. ii. In connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CFR Part 200, Subpart F — Audit Requirements. iii. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F — Audit Requirements, in Federal awards, the Agency is exempt from Federal audit requirements for that fiscal year. However, the Agency must provide a single audit exemption statement to the Department at FDOTSinctleAudit0dot.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F — Audit Requirements, in Federal awards in a fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F — Audit Requirements, the cost of the audit must be paid from non -Federal resources (Le., the cost of such an audit must be paid from the Agency's resources obtained from other than Federal entities). iv. The Agency must electronically submit to the Federal Audit Clearinghouse (FAC) at httys://harvester.census.gov/facweb/ the audit reporting package as required by 2 CFR Part 200, Subpart F — Audit Requirements, within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period. The FAC is the repository of record for audits required by 2 CFR Part 200, Subpart F —Audit Requirements. However, the Department requires a copy of the audit reporting package also be submitted to FDOTSingleAuditCaidot.state.fl.us within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the end of the audit period as required by 2 CFR Part 200, Subpart F — Audit Requirements. v. Within six months of acceptance of the audit report by the FAC, the Department will review the Agency's audit reporting package, including corrective action plans and 169Page 9 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT OGC 412512023 management letters, to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. If the Agency fails to have an audit conducted in accordance with 2 CFR Part 200, Subpart F — Audit Requirements, the Department may impose additional conditions to remedy noncompliance. If the Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which actions may include but not be limited to the following: 1. Temporarily withhold cash payments pending correction of the deficiency by the Agency or more severe enforcement action by the Department; 2. Disallow (deny both use of funds and any applicable matching credit for) all or part of the cost of the activity or action not in compliance; 3. Wholly or partly suspend or terminate the Federal award; 4. Initiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and Federal awarding agency regulations (or in the case of the Department, recommend such a proceeding be initiated by the Federal awarding agency); 5. Withhold further Federal awards for the Project or program; 6. Take other remedies that may be legally available. vi. As a condition of receiving this Federal award, the Agency shall permit the Department or its designee, the CFO, or State of Florida Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. vii. The Department's contact information for requirements under this part is as follows: Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0450 FDOTSingleAudadot.state.fl.us State Funded: a. In addition to reviews of audits conducted in accordance with Section 215.97, Florida Statutes, monitoring procedures to monitor the Agency's use of state financial assistance may include but not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to state financial assistance awarded through the Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, the Department of Financial Services (DFS), or State of Florida Auditor General. b. The Agency, a "nonstate entity" as defined by Section 215.97, Florida Statutes, as a recipient of state financial assistance awarded by the Department through this Agreement, is subject to the following requirements: In the event the Agency meets the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency must have a State single or project - specific audit conducted for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and 171'age 10 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-01 PUBLIC TRANSPORTATION DEVELOPM NIT GRANT AGREEMENT Occ4/25/2023 Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. Exhibit "G", Audit Requirements for Awards of State Financial Assistance, to this Agreement indicates state financial assistance awarded through the Department by this Agreement needed by the Agency to further comply with the requirements of Section 215.97, Florida Statutes. In determining the state financial assistance expended in a fiscal year, the Agency shall consider all sources of state financial assistance, including state financial assistance received from the Department by this Agreement, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. ii. In connection with the audit requirements, the Agency shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(e), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. iii. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency is exempt for such fiscal year from the state single audit requirements of Section 215.97, Florida Statutes. However, the Agency must provide a single audit exemption statement to the Department at FDOTSinctleAudit(tidot.state.ft.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, in a fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the Agency's resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than State entities). iv. In accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, copies of financial reporting packages required by this Agreement shall be submitted to: Florida Department of Transportation Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 F DOTSin-gleAuditadot.state.fl.us And State of Florida Auditor General Local Government Audits/342 111 West Madison Street, Room 401 Tallahassee, FL 32399-1450 Email: flaudgen localgovt0aud.state.fl.us V. Any copies of financial reporting packages, reports, or other information required to be submitted to the Department shall be submitted timely in accordance with Section 215.97, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. Vi. The Agency, when submitting financial reporting packages to the Department for audits done in accordance with Chapters 10.550 (local governmental entities) or 17fage 11 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725.000-01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT OGC412512023 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date the reporting package was delivered to the Agency in correspondence accompanying the reporting package. vii. Upon receipt, and within six months, the Department will review the Agency's financial reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement. If the Agency fails to have an audit conducted consistent with Section 215.97, Florida Statutes, the Department may take appropriate corrective action to enforce compliance. viii. As a condition of receiving state financial assistance, the Agency shall permit the Department or its designee, DFS, or the Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. c. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department or its designee, DFS, or State of Florida Auditor General access to such records upon request. The Agency shall ensure that the audit working papers are made available to the Department or its designee, DFS, or State of Florida Auditor General upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Department. 16. Notices and Approvals. Notices and approvals referenced in this Agreement must be obtained in writing from the Parties' respective Administrators or their designees. 17. Restrictions, Prohibitions, Controls and Labor Provisions: a. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Discriminatory Vendor List. In accordance with Section 287.134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity. c. Non -Responsible Contractors. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied, or have further been determined by the Department to be a non -responsible contractor, may not submit a bid or perform work for the construction or repair of a public building or public work on a contract with the Agency. 172age 12 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000.01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT occ412512023 d. Prohibition on Using Funds for Lobbying. No funds received pursuant to this Agreement may be expended for lobbying the Florida Legislature, judicial branch, or any state agency, in accordance with Section 216.347, Florida Statutes. e. Unauthorized Aliens. The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the contractor knowingly employs unauthorized aliens, such violation will be cause for unilateral cancellation of this Agreement. f. Procurement of Construction Services. If the Project is procured pursuant to Chapter 255, Florida Statutes, for construction services and at the time of the competitive solicitation for the Project, 50 percent or more of the cost of the Project is to be paid from state -appropriated funds, then the Agency must comply with the requirements of Section 255.0991, Florida Statutes. g. E -Verify. The Agency shall: i. Utilize the U.S. Department of Homeland Security's E -Verify system to verify the employment eligibility of all new employees hired by the Agency during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E - Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. h. Executive Order 20-44. Pursuant to Governor's Executive Order 20-44, if the Agency is required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which the Department must form a sole -source, public-private agreement; or through contract or other agreement with the State, annually receives 50% or more of its budget from the State or from a combination of State and Federal funds, Recipient shall submit an Annual Report to the Department, including the most recent IRS Form 990, detailing the total compensation for each member of the Agency executive leadership team. Total compensation shall. include salary, bonuses, cashed -in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real -properly gifts, and any other payout. The Agency shall inform the Department of any changes in total executive compensation during the period between the filing of Annual Reports within 60 days of any change taking effect. All compensation reports shall detail the percentage of executive leadership compensation received directly from all State and/or Federal allocations to the Agency. Annual Reports shall be in the form approved by the Department and shall be submitted to the Department at fdotsingleaudit@dot.state.fl.us within 180 days following the end of each tax year of the Agency receiving Department funding. i. Design Services and Construction Engineering and Inspection Services. If the Project is wholly or partially funded by the Department and administered by a local governmental entity, except for a seaport listed in Section 311.09, Florida Statutes, or an airport as defined in Section 332.004, Florida Statutes, the entity performing design and construction engineering and inspection services may not be the same entity. 18. Indemnification and Insurance: a. It is specifically agreed between the Parties executing this Agreement that it is not intended by any of the provisions of any part of this Agreement to create in the public or any member thereof, a third party beneficiary under this Agreement, or to authorize anyone not a party to this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The Agency guarantees the payment of all just claims for materials, supplies, tools, or labor and other just claims against the Agency or any 17Sage 13 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725.000.01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT OGC412512023 subcontractor, in connection with this Agreement. Additionally, the Agency shall indemnify, defend, and hold harmless the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the Agency and persons employed or utilized by the Agency in the performance of this Agreement. This indemnification shall survive the termination of this Agreement. Additionally, the Agency agrees to include the following indemnification in all contracts with contractors/subcontractors and consultants/subconsultants who perform work in connection with this Agreement: "To the fullest extent permitted by law, the Agency's contractor/consultant shall indemnify, defend, and hold harmless the Agency and the State of Florida, Department of Transportation, including the Department's officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and persons employed or utilized by the contractor/consultant in the performance of this Agreement. This indemnification shall survive the termination of this Agreement." b. The Agency shall provide Workers' Compensation Insurance in accordance with Florida's Workers' Compensation law for all employees. If subletting any of the work, ensure that the subcontractor(s) and subconsultant(s) have Workers' Compensation Insurance for their employees in accordance with Florida's Workers' Compensation law. If using "leased employees" or employees obtained through professional employer organizations ("PEO's"), ensure that such employees are covered by Workers' Compensation Insurance through the PEO's or other leasing entities. Ensure that any equipment rental agreements that include operators or other personnel who are employees of independent contractors, sole proprietorships, or partners are covered by insurance required under Florida's Workers' Compensation law. c. If the Agency elects to self -perform the Project, then the Agency may self -insure. If the Agency elects to hire a contractor or consultant to perform the Project, then the Agency shall carry, or cause its contractor or consultant to carry, Commercial General Liability insurance providing continuous coverage for all work or operations performed under this Agreement. Such insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida. The Agency shall cause, or cause its contractor or consultant to cause, the Department to be made an Additional Insured as to such insurance. Such coverage shall be on an "occurrence" basis and shall include Products/Completed Operations coverage. The coverage afforded to the Department as an Additional Insured shall be primary as to any other available insurance and shall not be more restrictive than the coverage afforded to the Named Insured. The limits of coverage shall not be less than $1,000,000 for each occurrence and not less than a $5,000,000 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply fully to the work or operations performed under the Agreement, and may not be shared with or diminished by claims unrelated to the Agreement. The policy/ies and coverage described herein may be subject to a deductible and such deductibles shall be paid by the Named Insured. No policylies or coverage described herein may contain or be subject to a Retention or a Self -Insured Retention unless the Agency is a state agency or subdivision of the State of Florida that elects to self -perform the Project. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, the Department shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The Department shall be notified in writing within ten days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/ies, 174age 14 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725.000-01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT OGC 4/25/2023 coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights or defenses the Department may have. d. When the Agreement includes the construction of a railroad grade crossing, railroad overpass or underpass structure, or any other work or operations within the limits of the railroad right- of-way, including any encroachments thereon from work or operations in the vicinity of the railroad right-of-way, the Agency shall, or cause its contractor to, in addition to the insurance coverage required above, procure and maintain Railroad Protective Liability Coverage (ISO Form CG 00 35) where the railroad is the Named Insured and where the limits are not less than $2,000,000 combined single limit for bodily injury and/or property damage per occurrence, and with an annual aggregate limit of not less than $6,000,000. The railroad shall also be added along with the Department as an Additional Insured on the policy/ies procured pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The insurance described herein shall be maintained through final acceptance of the work. Both the Department and the railroad shall be notified in writing within ten days of any cancellation, notice of cancellation, renewal, or proposed change to any policy or coverage described herein. The Department's approval or failure to disapprove any policy/ies, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights the Department may have. e. When the Agreement involves work on or in the vicinity of utility -owned property or facilities, the utility shall be added along with the Department as an Additional Insured on the Commercial General Liability policylies procured above. 19. Miscellaneous: a. Environmental Regulations. The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any loss incurred in connection therewith. b. Non -Admission of Liability. In no event shall the making by the Department of any payment to the Agency constitute or be construed as a waiver by the Department of any breach of covenant or any default which may then exist on the part of the Agency and the making of such payment by the Department, while any such breach or default shall exist, shall in no way impair or prejudice any right or remedy available to the Department with respect to such breach or default. c. Severability. If any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected. In such an instance, the remainder would then continue to conform to the terms and requirements of applicable law. d. Agency not an agent of Department. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement. e. Bonus or Commission. By execution of the Agreement, the Agency represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. f. Non -Contravention of State Law. Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision or perform any act or do any other thing in 175age 15 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725.000-01 PUBLIC TRANSPORTATION DEVELOPM NIT GRANT AGREEMENT OGC 4/2512023 contravention of any applicable state law. If any of the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department in writing so that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the Project. g. Execution of Agreement. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf of a party will be legal and binding on such party. h. Federal Award Identification Number (FAIN). If the FAIN is not available prior to execution of the Agreement, the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement. If this occurs, an updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the Department of Financial Services' Florida Accountability Contract Tracking System (FACTS). L Inspector General Cooperation. The Agency agrees to comply with Section 20.055(5), Florida Statutes, and to incorporate in all subcontracts the obligation to comply with Section 20.055(5), Florida Statutes. j. Law, Forum, and Venue. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. In the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum and venue and that the Department shall determine the forum and venue in which any dispute under this Agreement is decided. IN WITNESS WHEREOF, the Paiii�S)ited this Agreement on the day and year written above. AGENCY the Indian River Caupty Bi �FFLORIDA, DEPARTMENT OF TRANSPORTATION 4AT�P; DocuSigned by: By:`! OF -0L !!J4 L `� • �Q� �,—A534C9FDF7984A5 . '•:;� � Ai_Z-$ John P. Krane, P.E. Name:T�cenh H. Farm a�r'fRCo��?.• Title: Director of Transportation Development Title: Chairman STATE OF FLORIDA, DEPARTMENT OF TRANSPORTATION Legal Review: r— DocuSigned by: SI APPR105VEWOF A� Attest: Ryan L. Butler, Clerk of Circuit Court and Comptroller 4 ILLI BY:-. DEPUTY COUNTY ATYORNEY" Clerk 17lgage 16 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000.02 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS OGC4/2512023 EXHIBIT A Project Description and Responsibilities A. Project Description (description of Agency's project to provide context, description of project components funded via this Agreement (if not the entire project)): providing annual operating funds for an inter -county bus route, the SE Regional Corridor Route, with service to Indian River State College. B. Project Location (limits, city, county, map): Indian River and St. Lucie Counties, FL C. Project Scope (allowable costs: describe project components, improvement type/service type, approximate timeline, project schedule, project size): The SE Regional Corridor, Route 15, is an intercounty route that provides express service from the Oslo Road area to the Indian River State College (IRSC) Main Campus in Fort Pierce, a 37- mile round trip. In comparison, all other GoLine routes are considered local routes. Route 15 has no stops between Oslo Road and IRSC, located on Virginia Avenue in Fort Pierce. The project is designed to relieve congestion and improve capacity within an identified corridor, by increasing people carrying capacity through the use and facilitated movement of high occupancy conveyances. D. Deliverable(s): Transit Service The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements. Supporting documentation will be quantifiable, measurable, and verifiable, to allow for a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency. E. Unallowable Costs (including but not limited to): candy, alcohol, decorations, greeting -cards, lobbying, personal cell phone, office parties, entertainment, food, fans, coffee pots, portable heaters, refrigerators, microwave ovens, congratulatory telegrams, refreshments, banquets, catering, gifts, flowers, or promotional items. F. Transit Operating Grant Requirements (Transit Only): Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress report, will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year have been met. 17Page 17 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-02 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS OGC4/2512023 EXHIBIT B Schedule of Financial Assistance TRANSIT OPERATING ONLY FUNDS AWARDED TO THE AGENCY PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: A. Fund Type and Fiscal Year: Tota B: Opemdons Phase - Estimate of Project Costs by Budget Category: amendment (because they are all within the Operations Phase). C. Cost Reimbursement The Agency will submit invoices for cost reimbursement on a: Monthly X Quarterly _ Other: basis upon the approval of the deliverables including the expenditure detail provided by the Agency. Scope Code and/or Activity f W901:300-00Line Item AL1 Transit O ;` . . .. . BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDA STATUTES: I certify that the cost for each line item budget category has been evaluated and determined to be allowable, reasonable, and necessary as required by Section 216.3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached. Jayne Pietrowski DepaMLa�nager Name btt. Pitfrews�Ci D9/27/2023 a 2 19:0M EDT Signa oEiass5o55isaeo_ . . .. Date 17§age 18 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-02 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS O6c412512023 EXHIBIT D AGENCY RESOLUTION PLEASE SEE ATTACHED 17f age 19 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-02 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS OGC4/2512023 EXHIBIT E PROGRAM SPECIFIC TERMS AND CONDITIONS — TRANSIT (Transit Corridor Program) 1. Conformance with Enabling Legislation. This Agreement is in conformance with Section 341.051, F.S. 2. Bus Transit System - In accordance with Section 341.061, F.S., and Rule Chapter 14-90, Florida Administrative Code, the Agency shall submit, and the Department shall have on file, an annual safety certification that the Agency has adopted and is complying with its adopted System Safety Program Plan pursuant to Rule Chapter 14-90, F.A.C., and has performed annual safety inspections of all buses operated. 3. Transit Vehicle Inventory Management. The Agency will follow the Department's Transit Vehicle Inventory Management Procedure (725-030-025), which outlines the requirements for continuing management control, inventory transfer and disposal actions. This procedure pertains ONLY to capital procurements of rolling stock using the FTA Section 5310, Section 5311, Section 5316, and Section 5317 programs as the funding source, or where the Department participates in 50% or more of the public transit vehicle's purchase price. This may include vehicles purchased under the State Transit Block Grant Program, State Transit Corridor Program, State Transit Service Development Program, or other applicable Department programs. 4. Progress Reports. The Agency will submit Semi -Annual Progress Reports on monthly ridership data. Reports are due no later than January 30th for the period ending December 31St and July 30th for the period ending June 30th. S. Project Goals and Service Data. The Agency must report on work efforts and provide a detailed, side-by-side comparison of the project goals and actual service data. 6. Submittal of Proposed Timeline. The Agency will submit a Proposed Timeline for Transit Corridor Activities prior to the commencement of the project. 7. Annual Report. The Agency will provide an annual report including the following information: an evaluation of the attainment of the goals and objectives, the reasons any of the goals were not met, and the benefit accrued by the Agency/Community. Should a project not meet its goals and objectives, the District shall determine if it is necessary to terminate the project. This report will accompany the Final Invoice for reimbursement. -- End of Exhibit E — is6age 20 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725.000.02 PUBLIC TRANSPORTATION DEVELOPM NIT GRANT AGREEMENT EXHIBITS Occa2612023 EXHIBIT F Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc.). Supporting documentation shall be submitted for each amount for which reimbursement is being claimed indicating that the item has been paid. Documentation for each amount for which reimbursement is being claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided. Listed below are types and examples of supporting documentation for cost reimbursement agreements: (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits: Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 112.061, Florida Statutes, which includes submission of the claim on the approved State travel voucher or electronic means. (4) Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State. (5) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates must be reasonable. (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the calculation should be shown. Contracts between state agencies, and/or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports. The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address https://www myfloridacfo com/Division/AA/Manuals/documents/ReferenceGuideforStateExpenditures.pdf. 18f age 21 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-02 PUBLIC TRANSPORTATION DEVELOPMENT GRANT AGREEMENT EXHIBITS OGC4/25/2023 EXHIBIT G AUDIT REQUIREMENTS FOR AWARDS OF STATE FINANCIAL ASSISTANCE THE STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: SUBJECT TO SECTION 215.97, FLORIDA STATUTES:— Awarding Agency: Florida Department of Transportation State Project Title: Transit Corridor Development Program CSFA Number: 55.013 *Award Amount: $150,000 *The award amount may change with amendments Specific project information for CSFA Number 55.013 is provided at: https://apps.fldfs.com/fsaa/searchCatalon,pax COMPLIANCE REQUIREMENTS APPLICABLE TO STATE RESOURCES AWARDED PURSUANT TO THIS AGREEMENT: State Project Compliance Requirements for CSFA Number 55.013 are httt)s://at)r)s.fldfs.com/fsaa/searchCompliance.aspx The State Projects Compliance Supplement is provided at: https:Happs.fidfs.com/fsaa/comnliance.asjpx provided at: 18f age 22 of 22 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF RESOLUTION NO. 2023 - 048 A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY AUTHORIZING THE EXECUTION OF A PUBLIC TRANSPORTATION GRANT AGREEMENT WITH THE FLORIDA DEPARTMENT OF TRANSPORTATION. WHEREAS, Indian River County has applied for and been allocated state mass transit operating assistance under FDOT Procedure number 725-030-025, also known as the Transit Corridor Grant Program; and WHEREAS, Indian River County, as the designated recipient of federal and state public transportation funding, must be the recipient of those funds on behalf of the Senior Resource Association, Inc.; and WHEREAS, Indian River County is eligible to receive grant funding under Section 341.000, Florida Statutes, and under 49 USC Ch. 53, Section 5307 and 49 USC 1614; and WHEREAS, the Florida Department of Transportation provides Transit. Corridor Grant funds to Indian River County to provide intercounty transit service to the Indian River State College Main Campus in Fort Pierce. NOW, THEREFORE, BE IT RESOLVED BY THE INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS: 1. That the Chairman of the Indian River County Board of County Commissioners is authorized to execute a Public Transportation Grant Agreement with the Florida Department of Transportation to obtain $150,000 in FY 2023/24 state Transit Corridor Grant funds for operating assistance as part of the County's ongoing public transportation service. 2. That the Indian River County Community Development Director or his designee is authorized to furnish such additional information as the Florida Department of Transportation may require in connection with the County's Transit Corridor Grant. THIS RESOLUTION was moved for adoption by Joseph F - F 1 P .qc h P r , and the motion was seconded by Susan Adams and, upon being put to a vote, the vote was as follows: Chairman Joseph Earman AYE Vice -Chairman Susan Adams AYE Commissioner Joseph E. Flescher AYE Commissioner Deryl Loar AYE Commissioner Laura Moss AYE R\Community Development\U-secs\MPO\Transit\Grants\Corridor\SE Corridor\2023_PTGA%cc resolution.doex Page 1 of 2 183 DocuSign Envelope ID: CCB05173-23E1-4847-BFE3-636BDF3EBBEF RESOLUTION NO. 2023 - 048 The Chairman thereupon declared the resolution duly passed and adopted this 29th day of Au ust, 2023. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, Joseph Earman, Attest: Ryan L. Butler, Clerk of Court and Comptroller State of Florida, County of Indian River The foregoing instrument was acknowledged before by means of NO physical presence or N online notarization, this 29 day of August, 2023 by Joseph Earman as Chairman of the Indian River County Board of County Commissioners who is ® personally known or N produced identification Type of ID Produced Printed name of Notary Signature of Notary Notary Seal APPROVED AS TO F RMAND LEGAL UFFICIENCY BY 11LK—'&'- IA—r William K. Der , County Attorney APPROVED AS TO COMMUNITY DEVELOPMENT MATTERS BY: An ew Sobzcak, Interim Community Development Director F:\Community Development\Users\MPO\Transit\Grants\Corridor\SE Corridor\2023_PTGA\bcc resolution.docx Page 2 of 2 184 P"[®d of pwfoMUw mart Rabb 3lIMM4 Original Period of Performance End Date Current Period of Performance End Date 31/2©32 R!!MlWW f: Q r vSd?: Yea 19 Title: FY 9023 SM71 M Capital and OWating Suppi t Sebastian -Vera h UZA FAIN Award Application Cost Dab Ir�� izitellp Center Creafbd ... OMP IWAM FI;- 4- Active Grant Region 4 I23 4N=. No 006-00 t Executed) Award Executive Sutmnusry The total eligible cost is: $4,663,87$. The federal stere is $3,063,W9. ~ corgi 91'"i,823 In FTA Section 5307 funds (FY 2023) and $212,248 In 5 ocftn SM capikM bus IFY . 2023). Copies of the FY 2423 F1cdds ms's lepers aro attd*d far rho Sec W and Sec 6339 programs. This supergrant will gore* of $1,553,869 (Federal) in capital expert awl $IAM 08+0 (Federal) in operating expenditures. The notllbderal share of operating expendkUrt* (b %) tpR be tai between $ 750,004 In FDOT (116%= from G2F87 and $660,$7#1 it m QMW) and 37150, 3 from Indian Rivee' Counily. Copies of the MOT grant agreements have kieart uplioaded'ip Applig'ation pequments. The Florida Department of Transportation has authorized toll revenue credits in the amount of $30,470 in suppQrt:.of this application dated June 2, 2©23. Qf the toll revenue credit amount, $3U,406 suppgf the nonhWeratshare of 5307 capital expendituresand $53,064 supports the nonfederW share of 5339 capital expendRures In accordance Whit federal regulations, a public hearing Was conducted on Jun: 6, 2423and advertised in prance. The current FY 2023 FOOT STIP is atiachod. 63©7 Capital Assistance is IWW in Item nurrtttet?f Fiill8407IW2. An required, 1% of Me award has been allocated to „58glrit 4eiat'ed pry (sea ALL 11.42.09): .A -copy of tl'wEt FtA NEPA class of action for the transit hub/festrom is ailed (in the Appiic;a : Oa:u ). 1r4an River aide aisWV chide Manufacturers (TVM) (https://www . /reg nd•g tMr1 1 fiD ensure esCh is listed as a Indian River will d>edc ti7e current of'Trartsit V cerbfled TVt'M in compliance with FTA aligWaltions. Hagan River County will follow all 3rd party procuroMptpok4es as defined in C4 .1F (d'IPartY Contracting Guidance), Indian River County will ensure contractors procumd wMakbit onto FTA 8 d Debarment IIM, In addition to FTAe B America Aa, whidt Buy requires 111100iesl, tFon, and mueeteictured goods used ut an FTA -funded proje d am produced in the Unites! SIMM (49 U.S. G. 53230)(1)), the Build America, OW AtnWOa Arc# (SA> (Public Law 117-58, dir.0 7W14(a)) now requires that donstrub -materials uead In InOstruot ire projects are also prodUad In Ste Utliijadates. Refer to terms and conditions in 186 FTAs Master Agreement Section 15 The BABA requirement applies to this grant, in addition to the Buy America Act, except to the extent a waiver of either requirements may apply. Frequency of Milestone Progress Reports (MPR) Quarterly Frequency of Federal Financial Reports (FFR) Quarterly Does this application include funds for research and/or development activities? This award does not include research and development activities. Pre -Award Authority This award is using Pre -Award Authority. Does this application include suballocation funds? Recipient organization is suballocated these apportioned funds and can apply for and receive these funds directly Will this Grant be using Lapsing Funds? No, this Grant does not use Lapsing Funds Will indirect costs be applied to this application? This award does not include an indirect cost rate Indirect Rate Details: N/A Requires E.O. 12372 Review No this application does not regu!m F -O. 12372 Review. Delinquent Federal Debt No, my organization does not have delinquent federal debt. Award Desion'ptloon Purpose The purpose of this combined FY 2023 FTA section 5307/5339 supergrant is to provide capital assistance, operating assistance, ADA-paratransit operating assistance, and preventive maintenance for public transportation in Indian River County, which consists of the GoLine fixed -route system and the Community Coach demand -response service. Activities to be performed: 187 60 The activities will replace vehicles and equipment that have exceeded useful life requirements, construct bus station improvements at the North County Hub, and perform monthly service and repairs for all vehicles. The activities are necessary to maintain a reliable public transportation system. Indian River County will ensure that all vehicles purchased are accessible, purchased from an FTA approved TVM, and reported to FTA within 30 days after contract is signed. Expected outcomes: Funding will permit Indian River County to continue to provide safe and reliable public transportation service. Intended beneficiaries: Most riders are dependent on the GoLine and Community Coach to get to employment, school, medical, shopping, and tourism -related destinations. Subrecipient Activities: None Award Point of Contact Information First Name Last Name Title E-mail Address Phone amanda.reuning@dot.gov General Engineer aries.little@dot.gov Community Planner Mark Vietze Planner mvietze@ircgov.com (772) 226-1222 Award Budget Control Totals Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 20507 $2,841,623 forward) W9 — Buses and Bus Facilities Formu l LOGO ot>�o Award Budget Non -FTA Total Eligible Budget Item i`"1'rAl,tt Quantity Amount Amount BUB — 01= : tTATION/STOPSJTERMINALS $250,000" $250,000.00 0 2024- 11. ;t#Z +i - 040Q0.00 $0.00 $250,000.00 0 4t 0"1- Imo, STAT1+ Oi0 JIFL-114- 2 0014- BUS: SUPPORT EQUIP AN1 " $157,46100 $o o 0 $157.461.00I Q1- ... R Az) 2024 11.42.07 AC00ft - A#?F" $0.00 $32,045.00 6 OAB-Q1- HARDWARE 00 ACQUIRE 006401- MOKESU FIV/ 11.42.09 $28,418.00. $&'00 $28,4400 6 SECURITY 00 EQUIP FL- 2024 ACQUIRE - 00"1—VEHICLES 11.42.11 SUPPORT $20,000.00 $0.,00 i,WQ.At3 1 00 FL— REHAB/ 2024— 006-01— REWVATE 14.44:01 ADMINISTRATIVE $77,000.00 $0.00 $77,000.00 00 FACILITY FL- 2024- 006-01- 00 (117- OTHER CAPITAL ITEMS (BUS) $650,000.00$0.00 $650,000.00 00 A3) FL- 2024- 006-01- 11 7A 00 PREVENTIVE MAINTENANCE $660,000.00 $0.00 $65000000 0 00 FL- 300- 2024- 006-01- 00 (300- OPERATING ASSISTANCE $1,500,000.00, , ,1,500,000.0 ., : $3,000,000.00 ,. 1024- 006-01— 110.0,01 LtP TQ s #6 1=E{IERALHA $184 3 t 100,00 $10WO(10 ' A 00 FUS 2024- 00 7 RQCILING STOZCT � - $2772467�0 $212,246.00 1 189 FL- BUY 2024- 11.12.03 REPLACEMENT 006-02- 30 -FT BUS 00 WIL 117- 2024 00 OTHER CAPITAL ITEMS (BUS) 006-03- (117- 00 A5) FL- NON FIXED 2024- ROUTE ADA 006-03- 11.7C.00 PARATRANSIT 00 SERVICE Discretionary Allocations This application does not contain discretionary allocations. Sources of Flederei Finance Assistance PO Project Scope Scope Scope UZA Area Account Amendment Cumulative Number Number Name Number Suffix Code Name Class FPC Description Amount Amount Code FL -2024 OPERAT Urbanized Ar FL -90-Y 006-01-0 INGASSI 300-00 ( A6 1200 Fiord 2C23.2J.9 04 as Formula G $1,500,000 $1,500,000 244 ii: STAMM W.. 00 a 0:81.2 FL FL -2024- Cb PEAL " t 7 00 a 1200 Florid 2023.2) 9� - &an¢ed Ar 006-03-0 ea Formula G $284,162 $284,tfi2 244 0 ITEMS (B -17� . G0 ` a 0.91 .2 rants OTHER FL -90-Y FL -2024- APITAL 117-00 ( A3 Qf� : FIoeW i't3 2J.il U*00"d At 00 an Ftrmwis 8 1W,m ssw ow 244 0 ITEMS (B 117) 00 a 0.1".2 rants US) BUS: SU FL -2024- PPORTlrbanized Ar L -90-Y 006-01-0 EQUIP A 114-00 t A2 1200 Florid 2023 .2).9 00 ea Formula G $157,461 $157,461 0 ND FACT 114) 0.91 2 rants UTIES. .. em -ST FL -2024- ATION/S 1 FL -90Y 113-00( 006-01-0 TOPSIfE Al T O i�i0t10 t.9 M�Ser�tlNirrCi jrt if > iQ�dtt(1: 244 0 RHINAL 113) 00 a 11.13. S _. 00 alo BF.2 s a AUoc 12,240 312;2, a EQ Project Number Temporary Project Number Date Created Start Date End Date FL -2024-006-01-00 5630-2023-1-P1 5/5/2023 10/1/2022 3/31/2027 Project Description The total Capital assistance cost is $1,057,461, of which the federal share is $1,057,461 with a match of Transportation Development Credits in the amount of $264,365 provided by FDOT. The capital assistance will provide funding for vehicle replacement, transit stop improvements, computer hardware and software, radios, shop equipment, security equipment, preventive maintenance, signage, bus wraps, and Administration Building Office Improvements. All Intelligent Transportation Systems (ITS) equipment/components are compatible with both Regional and National ITS architectures. All new buses and vans will be wheelchair -accessible using either ADA -compliant lifts or ramps. The total Operating Assistance cost is $3,000,000, of which the federal share is $1,500,000. The nonfederal share consists of $750,000 in local funds and $750,000 in state funds. Operating assistance is for Indian River County's GoLine fixed -route system and Community Coach on demand -response service. The total project cost is $4,057,461, of which the federal share is $2,557,461. The nonfederal share will consist of $750,000 in Indian River County matching funds, $750,000 in FDOT state funds, and $264, 365 in Transportation Development Credits provided by FDOT. Project Benefits The project will allow for the preservation and expansion of the GoLine and Community Coach public transportation services. Additionally, the project will enable the replacement of existing vehicles and equipment that have exceeded useful life requirements. The project is necessary to maintain a reliable public transportation system. Additional Information None provided. Location Description Indian River County is located on the east coast of Florida. Communities in Indian River County include the municipalities of Vero Beach, Sebastian, Felismere, and Indian River Shores and the unincorporated communities of Gifford, Wabasso, and Oslo. Project Location (Urbanized Areas) UZA Code Area Name 120000 Florta Congressional District Information District > . B Program Plan Information Ili Project Budget co FL* AGi1RE - 11.o.00 4 o .: 4" 6 - SECURITY 0A EQUIP FL- - 11,43.11 8UPPM ulkoweo SCAQ U0,000.00 1 00 1- V Hass FL- REHAB! 1• 11.44 01 RENOVATE- AG MINISTRATIVO, cx� , � t r O 1 iw IFAtrSJTY 2024- 006-01- 00 (117- OTHER CAPITAL ITEMS (BUS)' 50,000.00 IIIW6.00 $650,OOO.Q 00 A3) FL- 2024- 006-01- PREVENTIVE 11.7A.00 MAINTENANCE$850,800.40 $0.00 6650,000 00 0 00 FL- 300 - 024- 00 OPERATING ASSISTANCE1,500,000.00 $1,500,000.00 $3,000,000.0 6-01- (300- FL- 24- 30.09.01 UP TO $1,500,000.00 $1.500,000.00 $3,000,004.p0 0 . 006,01- FEDERAL SHARE 00 Project Budget Activity Line Items Budget Activity Line Item: 30.09.01 - UP TO 50% FEDERAL SHARE Scope Name / Code #Line Item Line Item Name Activity Quantity OPERATING ASSISTANCE UP TO50%FEDERAL OPERATING (300-00) 34,49.01 SHARE A$$ISTANCE 0 Extended Budget Description Operating expenses for existing service dull ".pppciod of eftto 74i M,. Will 3rd Rorty contractors be used to fulfill this activity line iterro Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Statute Number 193 5307 - Urbanized Area Formula Grants (2013 and $1,500,000 forward)Oi► ffm Milestone Name Description Contract Award 8OkO23 Final Expeditures 7/30/2024 Budget Activity Line Item: 11.44.01 - REHABi'MMiE-ADVOMM ! FACILi"1Y Scope Name / Code Line Line item Name Activity Quantity Item # BUS; SUPPORT REHAB/RENOVATE - REHAB/RENOVATE BUS EQUIP AND 11.44.01 ADMINISTRATIVE SUPPORT FACIL/EQUIP 1 FACILITIES (114-00) FACILITY Extended Budget Description Design and construct an interior remodeling and expansion of the Transit Administration Building's Main Conference Room located at 4385 43rd Ave, Vero Beach, FL 32967. The remodeling work is an interior retrofit of an existing area within the building. No expansion or enlargement of the building will occur. A copy of the Documented CE from the original construction of the building has been uploaded to the Application Documents. Useful life is 15 years. Funds are to continue work as began in FL -2022-055 ALI. Will 3rd Party contractors be used to fulfil this activity line item? Nn 3rfi Partv r.nntrartnre will not ha i r¢a l fnr +hie lino item W EGO Transportation Development Credit Total Eligible Cost Milestone NamEst e' Completion Description Date 707. Contract Award 6/30/2023 RFP/IFB Issued 12/31/2033 Budget Activity Line Item: 11.7A.00 - PREVENTIVE MAINTENANCE Scope Name t Code Line Item Line Item Name Activity Quantity OTHER CAPITAL ITEMS 11PREVENTIVE OTHER CAPITAL 0 (BUS) (117-00) .7A.00 MAINTENANCE ITEMS (BUS) Extended Budget Description Monthly service and repairs for all vehicles from 10/1/2022 to 9/30/2023; includes replacement of tires and batteries, oil changes/lubes at regular service intervals. Most of the work is performed in-house, while some work is (e.g, transmissions) is contracted. A Force Account Plan is on -file for in-house labor. Indian River County does not anticipate the purchase of items over $5,000 in value at this time. Any items with value over $5,000 identified during the execution of the activities under this ALI will be included after award (actual value and useful life). Will 3rd Party contractors be used to fulfill this activity line item? No, 3rd Party Contractors will not be used for this line item. Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Graft (2013 and „ 20507 $650,000 forward) l os�uln-Kind :.. �D State/In-Kind Transportation Development Credit 1 Total Eligible Cost Budget Activity Line Item: 11.42.11 - AiUIRI` - SUP VEHICLES Line Scope Name / Code nem # Line item Name Activity QW BUS: SUPPORT EQUIP ACQUIRE - ACQUISITION OF BUS AND FACILITIES (114- 11.42.11 SUPPORT SUPPORT EQUIP/FACILITIES 1 00) VEHICLES Extended Budget Description Vehicle for maintenance and operations support activities. The vehicle will be purchased through a competitive procurement in compliance with FTA Circular 4220. Approximate cost is $35,000 per vehicle. Useful life is 4 years/100,000 miles to fit the categories described on PG IV -25 of the 5010 circular. The acquisition of the referenced support vehicle in P1 will cost $35,000. This grant will request $20,000 of FY2023 Section 5307 and the remaining $15,000 will/is requested in application FL -2021-014-00 FY2019/2020 Section 5307 Capital Assistance. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Amount Statute Number 5307 - Urbanized Area Formula Grants (2013 and 5307-2A 205076,0W forward) I ... . LocaUfn-Kind ... S In-lCnt# SO TranWpo Won Dweliopmwt Credit TOW ENUIble Cost SOL Comet Milestone Name i t7f1 .... ...... RFPAFS houipid 1011la Project Complete 1iu3112o25 Budget Activity Line item: 11.42.09 - ACQUIRE - MOBILE SURV/SECURITY EQUIP Scope Name / Code Line Line nem Name Activity Quantity item # 196 Imo, SUPPORT EQUIP ACQUIRE �- MOBILE Q 914 AND FACIU, TIES (114- 11.42.00 r���ii Mir . . VIM EPIf11JT i E'ftbendsd Budget Descrlptlon Security cameras and recording equipment for vehicles and the Mein 'Transit Hub, includes equipment for new vehicles and replacing old equipment as needed. This ALI satisfies the required 1% of the award for security -related projects. If an equipment Rem purchased with these funds which has a cost over $5,000, a budget revision will be submitted to Identilly the item and provide Its useful fife. WIl13rd Party controctora be us>I to IWMI this activity Illlw olrra? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CMAStatute Number 5307 - Urbanized Area Formula Grants (2013 and 5X7 -7A 2MISM416 forward) Pcal Local/In-Kind tate State/In-Kind Other Federal Transportation Development Credit '107;144 Adjustmerti Total Eligible COa# :28,416 Extended Budget Description New ADP hardware includes computers, mobile tablets for vehicles, and networit-equipment (firewall, routes, and switches). If an equipment item is purchased with these funds which has -a cost over $5,000, a budget revision will be submitted to identify the item and provide its useful life. Will 3rd Party 6011hV rs be used to fulfill this aCtlV*8W: llj Yes, 3rd Party Conbim9ft, will be used for this line 'ft fl'. 197 Milestone Name Est. Cam Date, ... .. ... .. RFP/IFB Issued 10/31/2025 Project Complete 12/31/2024 Budget Activity Line Item: 11.33.02 - CONSTft=_.4W.wrATm Scope Name I Code Line Line Item Activity Quantity Item # Name BUS - CONSTRUCT- CONSTRUCTION OF BUS STATION/STOPS/TERMINALS 11.33.02 BUS STATION STATIONS/TERMINALS 0 (113-00) Extended Budget Description Construction of bus station improvements in conjunction with the programmed widening of County Road 510. Improvements to include a restroom facility with covered shelter for passengers at the North County Transit Hub. The improvements will be located on the west side of CR 510 just north of Sebastian River High School at 9001 90th Avenue (aka CR 510). The improvements will be located on a stormwater pond parcel to be dedicated to Indian River County by FDOT as part of the CR 510 widening project. The facility will be owned by Indian River County and operated and maintained by the County and the transit service contractor. Indian River County certifies an independent cost estimate will be prepared and available on file along with the corresponding cost/price analysis for the scope of work of the project. Construction management of the project will be conducted in-house and the project oversight will be contracted out. The useful life for the restroom and covered passenger waiting area is 40 years. These funds are in addition to those previously allocated in FL -2021-014-00 and FL -2022- 055-00. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. 198 L SOOM Funding Source CFDA Amount Number 5307 - UrbanizedAma Formula Grants (2013 and forward) 2A 2W7 $250,000 Local/In-iGnd Vit) State/in-Kind Transp iott tknret rent $62,500 TOW 010ble Cost Milestone Name Project Complete Contract Award Project Environmental Findings Finding: Class 11(c) - Categorical Exclusions (C -L Class Level Description Class II(c) consists of projects that do not have a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. FTA requires a sufficient project description to support a CE determination. The project may require additional documentation to comply with other environmental laws. Categorical Exclusion Description Type 05: Activities, including repairs, replacements, and rehabilitations, designed to promote transportation safety, security, accessibility and effective communication within or adjacent to existing right-of-way, such as: the deployment of Intelligent Transportation Systems and components; installation and improvement of safety and communications equipment, including hazard elimination and mitigation; installation of passenger amenities and traffic signals; and retrofitting existing transportation vehicles, facilities or structures, or upgrading to current standards. Date Description tS Class Ilc CE Approved Line Item Line Item FTA Total Scope Name t Code Number Name Quantity Amount Eligible Cost 199 rAQ BUS- CONSTRUCT- STATION/STOPS/TERMINALS 11.33.02 BUS STATION 0 (113-00) Go $250,000.00 $250,000.00 Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class 11(c) consists of projects that do not have a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. FTA requires a sufficient project description to support a CE determination. The project may require additional documentation to comply with other environmental laws. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible Number Amount Cost BUS: SUPPORT EQUIP 11 42 07 ACQUIRE - ADP 6 $32,045.00 $32,045.00 AND FACILITIES (114-00) HARDWARE Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects that do not have a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. FTA requires a sufficient project description to support a CE determination. The project may require additional documentation to comply with other environmental laws. Categorical Exclusion Description Type 05: Activities, including repairs, replacements, and rehabilitations, designed to promote transportation safety, security, accessibility and effective communication within or adjacent to existing right-of-way, such as: the deployment of Intelligent Transportation Systems and components; installation and improvement of safety and communications equipment, including hazard elimination and mitigation; installation of passenger amenities and traffic signals; and retrofitting existing transportation vehicles, facilities or structures, or upgrading to current standards. Date Description Date Class llc CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Total Number Amount Eligible Cost 200 Fma BUS: SUPPORT EQUIP ACQUIRE - MOBILE AND FACILITIES (114- 11.42.09 SURV/SECURITY 6 00) EQUIP Finding: Class 11(c) - Categorical Exclusions (C -List) $28,416.00 $28,416.00 Class Level Description Class 11(c) consists of projects that do not have a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. FTA requires a sufficient project description to support a CE determination. The project may require additional documentation to comply with other environmental laws. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Iic CE Approved Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible Number Amount Cost BUS: SUPPORT EQUIP ACQUIRE - AND FACILITIES (114-00) 11.42.11 SUPPORT 1 $20,000.00 $20,000.00 VEHICLES Finding: Class 11(c) - Categorical Exclusions (C -List) Class Level Description Class 11(c) consists of projects that do not have a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. FTA requires a sufficient project description to support a CE determination. The project may require additional documentation to comply with other environmental laws. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved 201 Scope Name / Code Line Item Line Item Name Quantity FTA Total Eligible Number Amount Cost OTHER CAPITAL PREVENTIVE ITEMS (BUS) (117- 11.7A.00 MAINTENANCE 0 $650,000.00 $650,000.00 00) Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class 11(c) consists of projects that do not have a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. FTA requires a sufficient project description to support a CE determination. The project may require additional documentation to comply with other environmental laws. Categorical Exclusion Description Type 08: Maintenance, rehabilitation, and reconstruction of facilities that occupy substantially the same geographic footprint and do not result in a change in functional use, such as: improvements to bridges, tunnels, storage yards, buildings, stations, and terminals; construction of platform extensions, passing track, and retaining walls; and improvements to tracks and railbeds. Date Description Date Class Ilc CE Approved FTA Total Scope Name / Code LineItemLine Item Name Quantity Amount Eligible Cost BUS: SUPPORT REHAB/RENOVATE- EQUIP AND 11.44.01 ADMINISTRATIVE 1 $77,000.00 $77,000.00 FACILITIES (114-00) FACILITY Finding: Class 11(c) - Categorical Exclusions (C -List) Class Level Description Class 11(c) consists of projects that do not have a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. FTA requires a sufficient project description to support a CE determination. The project may require additional documentation to comply with other environmental laws. Categorical Exclusion Description Type 04: Planning and administrative activities which do not involve or lead directly to construction, such as: training, technical assistance and research; promulgation of rules, regulations, directives, or program guidance; approval of project concepts; engineering; and operating assistance to transit authorities to continue existing service or increase service to meet routine demand. Date Description Date Class Ilc CE Approved 202 Scope Name / Code Line Item Number Coat Line Item Name Quantity FTA Amount Cost l e OPERATING UP TO 50% ASSISTANCE (300- 30.09.01 FEDERAL 0 $1,500,000.00 $3,000,000.00 00) SHARE Project Title: 5339 Capital Project Number Temporary Project Number Date Created Start Date End Date FL -2024-006-02-00 5630-2023-1-P2 515/2023 9/30/2025 12/31/2026 Project Description Capital assistance for vehicle replacement. All new buses and vans will be wheelchair -accessible using either ADA -compliant lifts or ramps. This project consists of capital assistance using FY 2023 funds from the Section 5339 program. The federal share consists of $212,256 in FY22 FTA section 5339 funds. For the nonfederal share of FTA Section 5339 capital expenditures (bus replacement), $53,064 in toll revenue credits awarded in FY 23. Copies of the Florida Govemor's Apportionment letters are attached for the FY 23 5339 program. Project Benefits The project will be for the replacement of existing vehicles and equipment that have exceeded useful life requirements. The project is necessary to maintain a reliable public transportation system. Additional Information None provided. Location Description Indian River County is located on the east coast of Florida. Communities in Indian River County include the municipalities of Vero Beach, Sebastian, Felismere, and Indian River Shores and the unincorporated communities of Gifford, Wabasso, and Oslo. Project Location (Urbanized Areas) UZA cod. AM IM 1211!I'i<i0 Florkla STIP/TIP 203 Date: 7/1/2023 Description: STIP pg 5679 for 5339 Capital Funding Source Section of Statute CFDA NumberIAt1AMft 5339 — Buses and Bus Facilities Formula 5339-1 201011 $212,M .LocondC nd - Project Budget Non- Total Nuum�, Budget Item FTA Amount FTA Eligible QtglaltlEy Amount Amount L-2024-006 00 V2-00 (111- BUS - ROLLING STOCK $212,246,00 0.00 $212.24600 ' A4) ` FL -2024006- 8UY 02-00 11.12.03 REPLACEMENT $212,246.00 $0.00 $212,216.00 1 30 -FT BUS i Project Budget Activity Line Items Budget Activity Line Item: 11.12.03 - BUY REPLACEMENT 30 -FT BUS Scope Name / Code Line item Line item Name Actit *j Quantity. k 204.. f BUS - ROLLING BUY REPLACEMENT BUY REPLACEMENTS - STOCK (111-00) 11.12.03 30 -FT BUS CAPITAL BUS 1 Extended Budget Description This project is to replace a 2013 Gillig Heavy Duty Low Floor bus (Asset #232 H VIN 15GGE2719D1092339) with a new like for like replacement vehicle in 2025. Asset #232 has exceeded its useful mileage life in FY 2023 with a total of 552,312 miles. This mileage is 110% of the expected useful life being 12 yrs/ 500,000 miles. The expected replacement cost is $450,000 which is above the $ 212,246 requested in the 11.12.03 ALI. Staff intends to combine 2023 ALI 11. 12.03 funds with 2024 ALI 11. 12.03 funds to purchase the replacement vehicle. The replacement vehicle will be purchased from the state contract or the FPTA consortium contract, of which Indian River County is a listed party, and will meet the the FAST Act Innovative Procurement methods. Both contracts will comply with FTA C 4220.1 F and Innovative Procurement & Leasing FAST Act Section 3019. The new vehicle will comply with ADA standards. To program is to replace a Gillig, Heavy Duty Low Floor 29' bus, 2013, VIN 15GGE2719131092339, Total mileage, 552,312 miles. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Propulsion Fuel Type Vehicle Condition Vehicle Size (ft.) N/A N/A WA 12/31/2026 Project Environmental Findings 21 Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class II(c) consists of projects that do not have a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. FTA requires a sufficient project description to support a CE determination. The project may require additional documentation to comply with other environmental laws. Categorical Exclusion Description Type 07: Acquisition, installation, rehabilitation, replacement, and maintenance of vehicles or equipment, within or accommodated by existing facilities, that does not result in a change in functional use of the facilities, such as: equipment to be located within existing facilities and with no substantial off-site impacts; and vehicles, including buses, rail cars, trolley cars, ferry boats and people movers that can be accommodated by existing facilities or by new facilities that qualify for a categorical exclusion. Date Description Date Class Ilc CE Approved Scope Name / Line Item FTA Total Eligible Code Number Line Item Name Quantity Amount Cost BUS - ROLLING 11.12.03 BUY REPLACEMENT 1 $212,246.00 $212,246.00 STOCK (111-00) 30 -FT BUS Project Title: ADA Operating Project Number Temporary Project Number Date Created Start Date End Dde FL -2024-006-03-00 5630-2023-1-P3 5/5/2023 121311= 3r V2025 Project Description This project contains ADA paratransit service Operating Assistance The total ADA paratransit service operating assistance is $284,162. For the nonfederal share, Transportation Development Credits in the amount $71,041 are being provided by FDOT. Project Benefits This project will allow for the preservation and expansion of Community Coach public transportation services. Additional Information None provided. Location Description Indian River County is located on the east coast of Florida. Communities in Indian River County include the municipalities of Vero Beach, Sebastian, Fellsmere, and Indian River Shores and the unincorporated communities of Gifford, Wabasso, and Oslo. 206 Project Location (Urbanized Areas) UZA Code Area Name 1:120000 Florida .5,t District Information District State 8 Florida Program Plan Information STIPMP Date: 7/1/2023 Description: STIP pages 5678-5679 for 5307 Operating UPWP Date: N/A Description: N/A Long Range Plan Date: NIA Description: N/A Project Control Totals Funding Source cut, I of CFDA Amount 5307 - Urbanized Area Formula Grants (2013 and '�► $284,162 forward} 60814n -find _ ... .. _ $0 ShWA i0nd s Transportation Development Cmllit : Total Eligible Cost Project Budget 207 I Non- Total Project Number Budget Item Amort FTA Eligible Quantity Amount Amount j 117j 1 FL -2024-006- 00 PTHER CAPITAL ITEMS X284}162 QII Q� 84,162.00 03-00 (11 BUS) NON FIXED FL -2024-006- ROUTE ADA 03-00 11.7C.00 PARATRANSIT $284,162.00 41000.11"4j"100 SERVICE Project Budget Activity Line Items Budget Activity Line Item: 11.7C.00 - NON FIXED ROUTE ADA PARATRANSIT SERVICE Scope Name / Code Line Item Line Item Name Activity Quantity OTHER CAPITAL NON FIXED ROUTE ADA OTHER CAPITAL ITEMS (BUS) (117-00) 11.7C.00 PARATRANSIT SERVICE ITEMS (BUS) 0 Extended Budget Description Operating assistance for ADA complementary paratransit service. ADA service is provided by same contractor who operates fixed -route service. Will 3rd Party contractors be used to fulfill this activity line item? Yes, 3rd Party Contractors will be used for this line item. Funding Source Section of CFDA Statute Number 5307 - Urbd Ame Formula Cents (2013 and 5307-2A ?` $284,162 forward) Localtin-Kind State/In-Kind - Other Federal Transportation Development Credit"1;41 Adj,ustment Total Eligible Cost Milestone Name Est. Completion Description Date RFP/IFB Issued 12/3112023 Project Complete 31t$ Project Environmental Findings Finding: Class II(c) - Categorical Exclusions (C -List) Class Level Description Class 11(c) consists of projects that do not have a significant environmental impact on the human or natural environment and are therefore categorically excluded from the requirement to prepare an environmental assessment or an environmental impact statement. FTA requires a sufficient project description to support a CE determination. The project may require additional documentation to comply with other environmental laws. Categorical Exclusion Description Type 04: Planning and administrative activities which do not Involve or lead directly to construction, such as: training, technical assistance and research; promulgation of rules, regulations, directives, or program guidance; approval of project concepts; engineering; and operating assistance to transit authorities to continue existing service or increase service to meet routine demand. Date Description Date Class Iic CE Approved Scope Name / Line Item Line Item Name Quantity FTA Total Eligible Code Number Amount Cost OTHER CAPITALNON FIXED ROUTE ADA ITEMS (BUS) 11.7C.00 PARATRANSIT SERVICE 0 $284,162.00 $284,162.00 (117-00) Part 4: Fleet Details Fleet Type: Fixed Route Fleet Comments Fixed route system consists of 14 routes, each with one VOMS. All spare vehicles have exceeded useful life minimum thresholds. FMat Tom: Farwit e pn)~. Part 5: FTA Review Comments Application Review Comments Comment By Aries Little Comment Type pre -Award Manager Returns Application Comment Please review the initial joint commentary pr&Aded under "Application Documents", I Comment By Aries Little Comment Type pre -Award Manager Returns Application _ . Comment Please review the 2nd draft's joint commentary referenced under Attached Documents. Comment By Aries Little Comment pre -Award Manager Returns Application Type 210 UNITED STATES OF AMERICA DEPARTMENT OF TRANSPORTATION FEDERAL TRANSIT ADMINISTRATION GRANT AGREEMENT (FTA G-30) On the date the authorized U.S. Department of Transportation, Federal Transit Administration (FTA) official signs this Grant Agreement, FTA has obligated and awarded fiederal assistance as provided below. Upon execution of this Grant Agreement by the Recipient named below, the Recipient affirms this FTA Award, enters into this Grant Agreement with FTA, and binds its compliance with the terms of this Grant Agreement. The following documents are incorporated by reference and mloW PM of this Grant Agreement: (i) "Federal Transit Administration Master Agreement" f"'1'A MA(30), MltpWwww.transit.dotlpCwi (2) The Certikations and Assurances applicable to the FTA Award that the Recipient has t0abled and provided to FTA, and (t) Any Award notfftcat on containing spedal conditions or requirements, If issued. WHEN THE TERM "FTA AWARD" OR "AWARD" I$ tom" EM4W 1k � � A • : �i+�7' QR THE ARlaI.iGABLEIAr ii AdREiMEt�iT, "i4'44i" Ate! �#1t, ALL. J CONDITIONS SET FORTH IN THIS GRANT AGREEMENT, FTA OR THE FEDERAL GOVERNMENT MAX WTHDMWff$_ " , MON'1 i R L A TANCE IF THE RWPIENT Ot3ES ki >�t" n" SANT A611111111911111EI T N DAYS FOLLOmNe F rxe AWARD DATE t T FORTH H ER EIN; Fi'A AiWAR D � I i 211 Federal Transit Administration (FTA) hereby awards a Federal Grant as follows: Recipient Information Recipient Name: INDIAN RIVER, COUNTY OF Recipient ID: 5630 UEI: FB3SLJJZ38K9 DUNS: 079208989 Award Information Federal Award Identification Number: FL -2024-006-00 Award Name: FY 2023 5307/5339 Capital and Operating Supergrant; Sebastian -Vero Beach UZA Award Start Date: 2/14/2024 Original Award End Date: 3/31/2032 Current Award End Date: 3/31/2032 Award Executive Summary: The total eligible cost is $4,553,879. The federal share is $3,053,869, which consists of $2,841,623 in FTA Section 5307 funds (FY 2023) and $212,246 in Section 5339 capital bus replacement funds (FY 2023). Copies of the FY 2023 Florida Governor's Apportionment letters are attached for the Sec 5307 and Sec 5339 programs. This supergrant will consist of $1,553,869 (Federal) in capital expenditures and $1,500,000 (Federal) in operating expenditures. The nonfederal share of operating expenditures (50%) will be split between $750,000 in FDOT grants ($610,038 from G2F87 and $660,879 from G2460) and $750,000 from Indian River County. Copies of the FDOT grant agreements have been uploaded to Application Documents. The Florida Department of Transportation has authorized toll revenue credits in the amount of $388,470 in support of this application dated June 2, 2023. Of the toll revenue credit amount, $335,406 supports the nonfederal share of 5307 capital expenditures and $53,064 supports the nonfederal share of 5339 capital expenditures. In accordance with federal regulations, a public hearing was conducted on June 6, 2023and advertised in advance. The current FY 2023 FDOT STIP is attached. 5307 Capital Assistance is listed in item number/ FM# 407190-2. As required, 196 of the award has been allocated to security -related projects (see ALI 11.42.09). A copy of the FTA NEPA class of action for the transit hub/restroom is attached (in the Application Documents). Indian River County will check the current listing of Transit Vehicle Manufacturers (TVM) (https:i/www.transit.dot.gov/regulations-and-guidance/civil-rights-ada/eligible-tvms-list) to ensure each is listed as a certified TVM in compliance with FTA regulations. 212 Indian River County will follow all 3rd party procurement policies as defined in CAMAF yw' '. Contracting Guidance). Indian River Cciu will ensure contractors procured will not be on the FTA Suspension and Debarment list. In addition to FTAs Buy America Act, which requires that the step, ift, andO. aanufactured OoOds used in an FTA -funded project are produced in the United States (40 U,S. 5323{j1.)), the Build America, Buy America Act (BABA) (Punic Law 117-58, div. G 70914(a)) now requires that construction materiab used in infrastructure projects are also produced in the United States. Refer to terms and conditions in OTAs Master Agreement Section 1&. The BABA requirement applies to this grate, In addition to the Buy America Act, except to the extent a waiver of either requirements may appty.. Research and Development: This award doves not include researaftww development activities Indirect Costs: This award does not include an indirect cost rate Subailocation f=unds: Recipient orgenhaftn is suballocaftd, these apportioned'futiftlial lel am a ' and receive these funds directly. Pre -Award Authority: This award is using Pre -Award Authority. Award Budget Total Award Budget: $4,553,869.00 Amount of Federal Assistance Obliqated for ThisF.TAh&n (in U&. Dollars) $3,01581,$69.00 Amount of Non -Federal Funds Committed to This UA Action (in.U.S. Dollars)= $1,500.000.00 Total FTA A pUntAwaarded and Obfig (in U.S. Dotfaft $3,0531869.00 Total Rion-FederaiFunds Committer to the Overall Award an U& ilatsl. $1,5K MO.00 Award Budget Control Totals .. I 213 Adjustment $0 Total Eligible Cost $4,553,869 (The Transportation Development Credits are not added to the amount of the Total Award Budget.) U.S. Department of Labor Certification of Public Transportation Employee Protective Arrangements: DOL Decision: DOLConcurs - Certified DOL Review Date. 2114/2024 DOL Certification Date: 2/14/2024 Special Conditions There are no special conditions FINDINGS AND DETERMINATIONS By signing this Award on behalf of FTA. I am making all the determinations and findings requitdd by federal law and regulations before this Award may be made. FTA AWARD OF THE GRANT AGREEMENT Awarded By Yvette Taylor Regional Administrator FEDERAL TRANSIT ADMINISTRATION U.S DEPARTMENT OF TRANSPORTATION Contact Info: yvette.taylor@dot.gov Award Date: 2/14/2024 EXECUTION OF THE GRANT AGREEMENT Upon full execution of this Grant Agreement by the Recipient, the Effective Date will be the date FTA or the Federal Government awarded Federal assistance for this Grant Agreement. By executing this Grant Agreement.. the Recipient intends to enter into a legally binding agreement in which the Recipient: (1) Affirms this FTA Award, (2) Adopts and ratifies all of the following information it has submitted to FTA: (a); Statements. (b) Representations, (d') Warranties, (d) Covenants, and (e) Materials. (3) Consents to comply with the requirements of this FTA Award, and (4) Agrees to all terms and conditions set forth in this Grant Agreement. .. .. ... ... .. .. .._ .. .. ... .. .. ... Executed By: Brian Freeman MPO Staff Director INDIAN RIVER, COUNTY OF 2/15/2024 215 ON ON LA*r Mt. LER, CLOW STATE OF FL TNBNT OF TRANSDORTATM PUBL.i1L TRANSPORTATION GRANT AGREEMENT THIS PUBLIC ::TftA1WPMATIiON GRAW AGREEMENT ('Agreement") Is:: entered into June 4, 2024 by and between the State of Florida, Department of Transportabon, ("Department*), and Vi@Li; an River County Board of County Commissioners. ("Agency'). The Department and the Agency are sometimes referred to in this Agreement as a 'Party' and collectively as the "Parties." NOW, THEREFORE, in consideration of the mutual benefits to be derived from joint participation on the Project, the Parties agree to the foilowing 1. Authority. The Agency, by Resolution or other form of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part of this Agreement, has authorized its officers to execute this Agreement on its behalf. The Department has the authority pursuant to Section(s) 341.000, Florida Statutes, to enter into this Agreement. 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation in operating assistance to continue the fixed route service to Fellsmere. FL via Goline Route 10, as further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated into this Agreement ("Project"), to provide Department financial assistance to the Agency, state the terms and conditions upon which Department funds will be provided, and to set forth the manner in which the Project will be undertaken and completed. 3. Program Area. For identification purposes only, this Agreement is implemented as part of the Department program area selected below (select all prcgrams that apply) _ Aviation Seaports IT Transit Intermodal Rail Crossing Closure (klatch to Direct Federal Funding (Aviation or Transit) (Note: Section 15 and Exhibit G do not apply to federally matched funding) Other 4. Exhibits. The folkNAngVJ* bits are attached ardk**porated into this Agreement: X Exhibit A: Project Description and ResponsUffies Exhibit B: Schedule of Financial Assistance `Exhibit 81: Deferred Reimbursement Financial Provisions 'Exhibit B2: Advance Payment Financial Provisions 'Exhibit 83: Alternative Advanced Play (Transit Bus Program) _ 'Exhibit C: Terms and Conditions of duction X Exhibit D: Agency Resolution Exhibit E: Program Specific Terms arld0andftions X Exhibit F: Contract Payment Requirements Page 1 of 24 216 DocuSign Envelope ID: 6F1AAE42-985A-494:"3-47EA3FF58434 A'a C �I01; STATE OF FLORMADVART►*NT OF TRANSPORTATION PUBLIC IrRANSPORTATION STRATEGIC GRAFT AGREEMENT DEVELOPGC 0ENT GC 0722 _ "Exhibit G: Audit Requirements for Awards of State Financial Assistance X *Exhibit H: Audit Requirements for Awards of Federal Financial Assistance `Exhibit I: Certification of Disbursement of Payment to Vehicle and/or Equipment Vendor "Additional Exhibit(s): 'Indicates that the Exhibit is only attached and incorporated if applicable box is selected. 5. Time. Unless specified otherwise, all references to "days" within this Agreement refer to 00lendar days. 6. Term of Agreement. This Agreement shall commence upon full execution by both Parties ("Effective Date") and continue through April 30, 2026. If the Agency does not complete the Project within this time period, this Agreement will expire unless an extension of the hme period is requested by the Agency and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the Project. The cost of any work performed prior to the Effective Date or after the expiration date of this Agreement will not be reimbursed by the Department. a. w If this box is checked the following provision applies: Unless terminated earfiw, work on the Project shall commence no later than the _ day of or within _ days of the issuance of the Notice to Proceed for the construction phase of the Project (if the Project involves construction), whichever date is ear'ier. The Department shall have the option to immediately terminate this Agreement should the Agency fail to meet the above -required dates. 7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement sha l not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the prior written consent of the Department. 8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend any or all of the Department's obligations under this Agreement for the Agency's failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected. a. Notwithstanding any other provision of this Agreement, if the Department intends to terminate "Agreement, the Department shall notify the Agency of such termination in writing at least thirty (30) days prior to the termination of the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. b. The Parties to this Agreement may terminate this AgreemeWwhen its continuation would not produce beneficial results commensurate with the further 0lenditure of funds. In this event, the Parties shall agree upon the termination conditions. c. I# the Agreement is terminated before performance is completed, the Agency shall be paid **for that work satisfactorily perforrnedielrYyitjgl costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department's maximum financial assistance. If any portion of the Project is located on the Department's right-of-way, then all iMiixkin progress on the Departill0 tt -of-way will become the property of the Department and will be turned over promptly by the AgenW d. In the event the Agency fails to perform W honor the requirements and provisions of this Agreement, the Agency shall promptly refund in full to the Department within thirty (3C) days of the termination of the Agreement any funds that were determined by the Department to have been expended in violation of the Agreement. 217 DocuSign Envelope ID 6FIAAE42-985A-4942-995-' A3FF58434 4WJUW A DEPARTMENT OF TRANSPORTATION Fom 725-000-01 * TRANSPORTATION sTrzATEGIC DEVEIDPAEriT ,_ ,. 0%*W AaREEMENT occ mnz o: The Department reserves the right to unilaterally cancel this Agreeh for faiiurat tit to Agency to comply with the Public Records provisions of Chapter 119, Fkwida Statutes; `. D. Pmt cow. L The estimated total cost of the Project is $360,000. This afttiWielil: "B". Schedule of Financial Assistance. The timeline for deliverables and distribulilo of estimated amounts between deliverables within a grant phase, as outiined in Exhibit "B" Schedule of Financial Assistance, mibetoodifief tlymutual written agreemetltltt*AParties and does not require execution of an Amendment to the Public Transportation Grant Agreement. The timeline for deliverables and distribution of estimated amounts between grant phases requires an amendment executed by both Parties In the same form as this Agreement. b. The Department agrees to participate in the P4_0 cost up to the maximum amount of $180,000 and, the Department's participation In till! Project shall not exceed 50.00% of the total eligible cost of the Project, and as more fully described in Exhibit "B", Schedule of Financial Assistance. The Agency agrees to bear all expenses in excess of the amount of the Department's participation and any cost overruns or deficits involved. WColnpensation and Payment: a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit "A", Project Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance. b, Deliverables. The Agency shall provide quantifiable, measurable, and verifiable units of deliverables Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project and the quantifiable, measurable, and verifiable units of deliverables are described more fully in Exhibit "A", Project Description and Responsibilities. Modifications to the deliverables in Exhibit "A", Project Description and Responsibilities requires a formal written amendment. c. invoicing. Invoices shall be submitted no more often than monthly by the Agency in detail sufficient for a proper pre -audit and post -audit, based on the quantifiable, measurable, and verifiable deliverables as established in Exhibit 1Au, Project Description and Responsibilities. Deliverables and costs incurred must be received and approved by the Department prior to reimbursement. Requests for reimbursement by the Agency shall Include an invoice, progress report, and supporting documentation for the deliverables being billed that are acceptable to the Department. The Agency shall use the format for the invoice and progress report that is approved by the Department. d. Supporting Documentatksl. $ p Wing documentation must establish that the deliverables were received and accepted'itn+wAting by the Agency and must also establish that the required standards or level of service to be performed based on the criteria for evaluating successful completion as specified in fthibit "A", Project Description and Responsibilities has been met. All costs invoiallild shall be supported by properly executed payrolls, time records, invoices, contract's for Viers evidencing in proper detail the nature and propriety of charges as described in Exhibit "F", Contract Payment Requirements. e. Travel Expenses. The selected provision below is controlling regarding travel expenses: N Travel expenses are NOT eligible for reimbursement under this Agreement. _ Travel expenses ARE eligible for refmbUft6 hent under this Agreement. Bills for travel expenses specifically authorized in this Agreefflftt shall be submitted on the Department's i 218 DocuSign Envelope ID 6F1AAE42-985A-4942',-47EA3FF58434 4MRTIFICATION ON LAST PAGE *YAN L. BUTLER, CLERK �SN"pePARTM"T Of TRANSPORTATION Fpm 773.00D-Ot - MAMTRANSPORTATIONENT srRArE+;rc i - �;�aREEMENT "=-7122 .TW.* FwM.4 b6 and will be pYllJm$0cordance w 411 1, F11A1'NI 80ftililill, NW 9* current version of tt!! Lr ollil1rtment's DisbuNNfgtt�H�1�gE)k - %rEmployeoisl's. f:. Pbomial Consequeelifts. Payment shall be made only after receipt and appW4.4 difMarables and cost¢ WWOW ttOess 00Ance payments are authotill till! Firenclai Officer of the State of Florida under Chapters 215 and 216, Florida $tatutes, or the Departmenfs Comptroller under Section 334.044(29), Florida Statutes. If the Department determines that #w performance of #*Agencyis #cnsetisfacWy,. ft.QFpartment stall ncltify the Agency of the deficiency to be corrected, which correction shall J*; made within frame to be specified by the Department. The Agency shall, within thir(y (30) days aftoia'i from the Department, provide the Department with a corrective action plan describing Fido a . j Agency will address all issues of contract non-performance, unacceptable performance, failure to meet the minimum performance levels, deliverable deficiencies, or contract non= compliance. If the corrective action plan is unacceptable to the Department, the Agency Wi1Y not be reimbursed. If the deficiency is subsequently resolved, the Agency may bill ft Department for the amount that was previously not reimbursed during the next billing period. f . the Agency is unable to resolve the deficiency, the funds shalt be forfeited at the end of ft Agreement's term. g. Invoice Processing. An Agency receiving financial assistance from the Depar.ment should be aware of the following time frames. Inspection or verification and approval of deliverables shall take no longer than 20 days from the Department's receipt of the invoice. The Department has 20 days to deliver a request ftr plJtyJEb * (Wether) to the Department of Financial Services. The 20 days are measured from the letter of the date the invoice is received or the deliverables are received, inspected or verified, and approved. If a payment is notSM9ilable within 40 days, a separate interest penalty at a rate as established pursuant to SSW= 55.03(1), Florida Statutes, will be due and payable, in addition to the invoice amount; to the Agency. Interest penalties of less than one.(11:ciollar will not be enforced unless the Agency requests payment. Invoices that have to be returned to an Agency because of Agency preparation errors will result in a delay in the payment. The invoice payment requirements do not start until a properly completed invoice is provided to the Department. A Vendor Ombudsman has been established within the Department of financial Services. The duties of this individual include acting as an advocate for Agency who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted at (85t 40# 5516. h. Records Retention;, The Agency shall maintain an accounting system or separate accounts to ensure funds and projects are tracked separately. Records of costs incurred unk the terms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for five years after final payment is made. Copies of these records shall be furnished 116 -Department upon request fthatb4costs incurred include the Agency's general accounting records and the Project records, together with supporting documents and records, of the Contractor and all subcontractors performing wot'lt tln #0 project and all other records of the Contractor and subcontractors considered neooy by the Department for a proper audit of costs. I. Progress i10; Upon request, 10 Agency agrees to pr*Vft progress :app Department in the standard format used by the Department and of intervals established i atlfA Department. The Department will be entitled at all times to be advised, at its request, 89600 status of the Project*vd bi'details thereof. . Piv 4,ott0 219 DocuSign Envelope ID: 6F1AAE42-985A-4942-995:A3FF58434 ATRUE COPY 70�OMyFICATI!!)1 "ti,AW!llfi .. ... .. STATE OF F1.OR10A DEPARTMENT OF TRANBPORTA"W .. R� L PJ116WIPLERK PUBLIC TRANSPORTATION DE GRANT AGREEMENT . on22 , j..... Submission of Other Documents. The Agency shall subrtM to the bepllibment such data, reports, records; contracts, and other documents relating to the Project as the Department may require as listed in Exhil*'W Program Specific Terms and Conacins attached to and incorporated into this Agreement. k. Offsets for Claims. if, after Project completion, anytllWM is made by the DepaiWo, fe milt g from an audit or for work or services performed puMWnt to this Agreement, the Department may offset such amount from payments due for vvq*or services done under any agreement that it has with the Agency owing such amount ff; tot written demand, payment of the amount is not made within 60 days to the Department Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department. 1. Final Invoice. The Agency must submit the final invoice on the Project to the Department. within 120 days after the completion of the Project. Invoices submitted after the 120-day time per od may not be paid. m. Department's Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. If the Department's funding for this Project is in multiple fiscal years, a notice of availability of funds from the Department's project manager must be received prior to costs being incurred by the Agency. See Exhibit "B", Schedule of Financial Assistance for funding levels by fiscal year Project costs utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. The Department will notify the Agency, in writing, when funds are available. n. Limits on Contracts Exceeding $25,000 and Term more than 1 Year. In the event this Agreement is in excess of $25,000 and nas a h m for a period of more than one year, the provisions of Section 339.135(6xa), Florida Staitlt W, ttM hereby incorporated: "The Department, during any fiscal year, shall not expend money, kvw at liability, or enter into any contract which, by its terms, involves the expert of money in excess of the amounts budgeted as available for expenllittm during such fiscal year. Any contract, verbal or written, made in violation of this subsection is null and void, and no money may be paid on such contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment of funds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years; and this paragraph shall be incorporated verbatim in all contracts of the Department which are for an amount in excess of $25,000 and which have a term for a period of more than 1 year." o. Agency Obligation to Refund Department. Any Project funds made available by the Department pursuant to this Agreement that are determined by the Department to have been expended by the Agemeyi.fn violation of this Agreement or any other applicable law or regulation shall be promptly refunded in full to the Department. Acceptance by the Department of any documentation or certifications, mandatory or otherwise permitted, that the Agency tiles ... shah not loonstitute a waiver d to 11 Il 111111101Mtrt's rights asft. Ardng agencylkwellilyr all information at a later date by audit of mon p. Non -Eligible Costs. In determining the amount of the payment, the Department will exclude all Project costs incurred by the Agency prior to the execution of this Agreement, costs incurred after the expiration of the Agreement, costs that are not provided for in Exhibit "A", Project Peva 5 of .24 220 DocuSign Envelope 10: 6FIAAE42-9a5A-4942-1''-47EA3FF58434 D STAT: IF FLOR DA DEPARTMEN' OF TRANOPOR-ATION PUBLIC TRANSPORTATION MIN GRANT AGREEMENT Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance, costs agreed to be bome by the Agency or its contractors and subcontractors for not meeting the Project commencement and final invoice time lines, and costs attributable to goods or services received under a contract or other arrangement that has not been approved in writing by the Department. Specific unallowable coq#& m.ey be listed in Exhibit "A"R Projekt Description and Responsibilities. 11, General Requirements. The Agency shall complete the Project with all practical dispatch 1p 41 G 4:: economical, and efficient manner, and in accordance with the provisions in this Agreemem atrtt AN applicable laws a. Necessary Permits Certification. The Agency shalt certify to the Department that the Agency's design consultant andlorconstruction contractor has secured the necessary permits. b. Right -of -Way Certification. If the Project involves construction, then the Agency shall provide to the Department certification and a copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification is required prior to authonzation for advertisement for or solicitation of bids for construction of the Project, even if no right-of-way is required. c. Notification Requirements When Performing Construction on Department's Right -of - Way. in the event the cost of the Project is greater than $250,000.00, and the Project involves construction on the Department's right-of-way, the Agency shall provide the Department with written rmtification of either its intent to;_ i. Require the construction work of ft PfloJW_V* Is an the Dep>lrjt IC: dgWwof-Kray . to be performed by a DepartntiAt Cb or, or if. Construct the PttDjeCtuftft existing Agency employees, if the "cola complete said PPDje tY "the time frame set forth in this Agreement d. _ if this box is checked, then the Agenq Is per mittiel to utilize its own fond iand the fb#ov dng provision applies: Use of Agency WoMorce. In file event the Agency proceeds with any phase of the Project utilizing its own forces, the AgerlCy will only be reimbursed for direct costs (this excludes general overhead). e._ If this box is checked, then the Agency is permitted : tq Nth �COstt: Reimbursement for Indirect Program Expenses (select onej i. ! Agency has selected to seek reimbursement from the Department for actual indirect expenses (no rate). If. _Agency has selected to apply a de minimus rate of 10% * illidtfied total direct costs. Note: The de minimus rate is available only to entities that have never had a negotiated indirect cost rate. When selected, the de minimus rate must be -used consistently for all federal awards until such time the agencyakeelelilp rate. A cost policy statement and de minimis certification formal b the Department for review and approval. iii. _ Agency has selected to apply a state or' federally approv".*~.. alilill, A federally approved rate agreement or indirect cost allocation t MM be submitted annually. f. Agency Compliance with Laws, Rules, and Regulations, GuidelinetjiliIii Standards. The Agercy shall comply and require its contractors and subcontractor3*r11IAItiM Page 1t. :: 221 +1W .r,. DocuSign Envelope ID6F1AAE42-985A-4942-995:. A3FF58434 STATE OF FLORIDA DEPARTMENT Of TRANSPORTATICN PUBLIC TRANSPORTATION GRANT AGREEMENT and conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project. g. Claims and Requests for Additional Work. The Agency shall have the sole responsibility for resolving claims and requests for additional work for the Project. The Agency, will make best efforts to obtain the Department's input in its decisions. The Department IS 13 obligated to reimburse for claims or requests for additional work. 12. Contracts gflthe Agency: a. Approval of Third Party Contract; The Department specifically reserves the right to review and approve any and all third party contracts with respect to the Project before the Agency executes or obligates itself in any manner requiring the disbursement of Department funds, including consultant and purchase of commodities contracts, or amendments thereto. If the Department chooses to review and approve third party contracts for this Project and the Agency fails to obtain such approval, that shall be sufficient cause for nonpayment by the Department. The Department specifically reserves unto itself the right to review the qualifications of any consultant or contractor and to approve or disapprove the employment of the same. If Federal Transit Administration (FTA) funds are used in the Project, the Department must exercise the right to third party contract review. b. Procurement of Commodities or Contractual Services. It is understood and agreea by the Parties hereto that participation by tre Department in a project with the Agency, where said project involves the purchase or commodities or contractual services where purchases or costs exceed the Threshold Amount for CATEGORY TWO per Section 287.017, Florida Statutes, is contingent on the Agency complying in full with the provisions of Section 287.057, Florida Statutes. The Agency's Authorized Official shall certify to the Department that the Agency's purchase of commodities or contractual services has been accomplished in compliance with Section 287.057, Florida Statutes. It shall be the sole responsibility of the Agency to ensure that any obligations made in accordance with this Section comply with the current threshold limits. Contracts, purchase orders. task orders, construction charge orders, or any other agreement that would resLIt in exceeding the current budget contained in Exhibit "B", Schedule of Financial Assistance, or that is not consistent with 'he Project description and srxpe of services contained in Exhibit "A", Project Description and Responsibilities must be approvee by the Department prior to Agency execution. Failure to obtain such approval, and subsequent execution of an amendment to the Agreement if required, shall be sufficient cause for ncnpayment by the Department, in accordance with this Agreement. Ci Consultants' Competitive Negotiation Act. It is understood and agreed by I* Parties to this Agreement that participatior by the Department in a project with the Agency, where said project involves a consultant contract for professional services, is contingent on the Agency's full compliance with provisions of Section 287.055, Florda Statutes, Consultants' Competitive Negotiation Act- In all cases, the Agency's Authorized Official shall certify to the Department that selection has been accomplished in compliance with the Consultants' Competitive Negotiation Act. Disadvantaged Business Enterprise (DO% Policy and Obligation. It is the p of the Department that DBEs, as defined10 49 CAM Part 29, as amended, shall the opportunity to participate in the performance of contracts financed in whole or in ORK with Department funds under this Agreement. T -ie DBE requirements of applicable federal and state laws and regulations apply to this Agreement. The Agency and its contractors agree to ensure that DBEs have the opportunity to participate in the performance of this Agreement In this regard, all recipients and contractors shall take all necessary and reasonable steps in accordance with applicable federal plid•istate laws and regulations to Wlsure that the DBEs have the opportunity to compete for aidperform contracts. The Agency and its contractors ilh�ppty'9r1. 222 . DocuSign Envelope ID. 6FtAAE42-985A-4942--47EA3FF58434 SUTE OF FLORIDA DEPARTMENT Of TRANSPORTATION PUBLIC TRANSPORTATION snt�T�c DEVELOPMENT . GRANT AGREEMENT occ 07122 and subcontractors shall not discriminate on the basis of race, color, national afi& pc gear in the award and performance of contracts, entered pursuant to this Agreement. 13. Maintenance Obligations. In the event the Project includes construction or the acquisition of commodities then the following provisions are incorporated into this Agreement: The Agency agrees to accept all future maintenance and other attendant costs occurring after Completion of the Project for all improvements constructed or commodities acquired as part of the Project. The terms of this provision shall survive the termination of this Agreement. 14. Sale, Transfer, or Disposal of Department -funded Property: a. The Agency will not sell or otherwise transfer or dispose of anyof its title or other interests in real property, facilities, or equipment funded in any partby the Department under this Agreement without prior written approval by the Department. b. If a sale, transfer, or disposal by the Aget dt or a portion of Department -funded real property, facilities, or equiprrent is approved * the Department, the following provisions will appy: L The Agency shall reimburse the Department a proportional amount of the proceeds of the sale of any Department -funded property. ii. The proportional amount shall oe determined on the basis of the ratio of the Department funding of the development or acquisition of the property Multiplied against the sale amount, and shall be rem!tted to the Department within ninety (90) days of closing of sale. iii. Sale of property developed or acquired with Department funds shall be at market value as determined by appraisal or public bidding process, and the contract and process for sale must oe approved in advance by the Department. iv. If any portion of the proceeds from the sale to the Agency are non-cash considerations; reimbursement to the Department shall incluce a proportonal amount based on the value of the non-casn considerations. c. The terms of provisions "a" and -b" above shall survive the termination of this Agreement. I. The terms shall remain in full force and effect throughout the useful life of facilities developed, equipment acquired, or Project items installed within a facility, but shall not exceed twenty (20) years from the effective date of this Agreement, ii. There shall be no limit on the duration of the terms with respect to real ptpp8tty acquired with Department funds. 15. Single Audit. The administration of Federal or State resources awarded through the Departrto the Agency by this Agreement may be subject to audits and/or monitoring by the Department The following requirements do not limit the authority of the Department to conduct or arrange for the conduct of additional audits or evaluations of Federal awards or State financial assistance or limit the authority of any state agency inspector general, the State of Florida Auditor General, or any other state official. The Agency shall comply with all audit and audit reporting requirements as specified below. Federal Funded: a. In addition to reviews of audits conducted in accordance with 2 CFR Part 200: Subpart F Audit Requirements, monitoring procedures may include but not be limited to oril,-site visits ij Page 1111024: . 223 Awl DocuSign Envelope ID: 6PAAE42-985A-4942-995-A3FF58434 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION - Form T234" PUBLIC TRANSPORTATION aOPIMMC DEVB.LOPMENT GRANT AGREEMENT DGC Department staff W09br other procedures, Inc Wng reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to Federal awardsprovided. through the DeiipgrgroW bey Agreement. By entering into this Agreement, the Agency agrees to comply and COdpi fully wany monitoring procedures/processes deemed appropriate by the ftpartmeM. `i' WAgency further agrees to comply anitittboperate with i inspections, reviews, investigations Elr audits deemed neassM,by the Department, Staid Florida Chief Financial Officer (CF(* -or State of Flor *AiX#W tai. b. The Agency, a non -Federal entity as defined by 2 CFR Part 200, Subpart F --.Auft Requirements, as a subrecipient of a Federal award awarded by the Departiment OW41 it Vft Agreement, is subject to the following requirements: I. In the event the Agency expends a total arro*0 of Federal Awrds egttilill ID or in excess of the threshold established by 2 Part 200, Subpart F -- Audit Requirements, the Agency must have a Federal single or program -specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements. Exhibit "H", Audit Requirements **Awards of Federal Financial Assistance, to this Agreement provides the required Federal award identification information needed by the Agency to further comply with the requirements of 2 CFR Part 200, Subpart. F � °Audit Requirements. In determining Federal awards expended in a fiscal year, *e Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F - Audit Requirements. An audit conducted by the State of Florida Auditor General in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirements, will meet the requirements of this part. ii. In connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CFR Part 200, .Subpart F - Audit Requirements. iii. In the event the Agency expends less than the threshold estab4shed by 2 CPR Part 200, Subpart F - Audit Requirements, in Federal awards, the Agency is exempt from Federal audit requirements for that fiscal year. However, the Agency must provide a single audit exemption statement to the Department at FDOTSinQleAudi=dot.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency expends less than the threshold established by 2 CFR Part 200, Subpart F _- Audit Requirements, in Federal awards in a fiscal year and elects to have; sw oudit conducted in accordance with the provisions of 2 CFR Part 200, Subpartf—: Audit Requirements, the cost of the audit must be paid from non -Federal resources (x&, the cost of such an audit must be paid from the Agency's resources obtained from aliher than Federal entities). N. The Agency must electronically submit to the Federal Audit Clearinghouse (F/ 4!. census.Qov/l`acweb/ the audit reporting package as required by . PWt2W, Subpart F - Audit Requirements, within the earlier of 30 calendar dad after reo*t of the auditor's report(s) or nine months after the end of the audit period., The FAC is the repository of record for audits required by 2 CFR Part 200, Subpart# -Audit Requirements. However, the Department requires a copy of the audit reportirp package also be submitted to FDOTSkyleAudi ot.state.fl.us within the earlier of 30 calendar days after receipt of the auditor's report(s) or nine months after the arid" of the audit period as required by 2 CFR Part 204, Subpart F - Aludit Requirements, 22A Dca�Si n IQ:'WAAE42-985A4942-(-47EA3FF58434 0 STATE OF FLORIDA DEPARTMENT OF PUBLIC TRANSPORTATttW GRA# rAGREEMENT v. Within six months of acceptance of the audit report by the FAC, the Department will review the Agency's audit reporting package, including corrective action plans and. management letters, to the extent necessary to determine whether timely and:: appropriate action on all deficiencies has been taken pertaining to the Federal award:. provided through the Department by this Agreement. If the Agency fails fthmm audit conducted in accordance with 2 CFR Part 200, Subpart F — Audit Requirements, the Department may impose additional conditions to reimedy noncompliance. If the Department determines #I* m. ncompliance cannot be remedied by kWsing additional conditions, the Department may take appropriate actions to enforce compliINIM which actions may include but not be limited to the following: 1. Temporarily wither a0h payments pending correction of the deficiency by the Agency or moviliM vere enforcement action by the Department; 2, Disallow (deny 606 use of funds and any applicable matching credit for) all or part of the cost of the activity or action not in compliance; 3. Wholly or partly suspend or terminate the Federal award; 4. Initiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and Federal awarding agency regulations (or in the case of the Department, recommend such a proceeding be initiated by the Federal awarding agency); 5. Withhold further Federal awards for the Project or program; 6. Take other remades that may be legally available. vi. As a condition of receivingthis Federal award, the Agency shall permit the Department or its designee, the CFO, or State of Florida Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved auditt5ndings, appeals, or litigation shall be retained until the action i5 complete or the disptiiie is resolved. vii. The Department's contact information for requirements under this part is as follows: Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0450 FDOTSingleAudit(c?dot.state. fl. us soft IfW . w In addition to reviews of audits conducted in accordance with Section 215.97, Florida Statutes, Monitoring procedures to monitor the Agency's use of state financial assistance may include tett not be limited to on-site visits by Department staff and/or other procedures, including reviewing any required performance and financial reports, following up, ensuring corrective action, and issuing management decisions on weaknesses found through audits when those findings pertain to state financial assistance awarded through $* .Department by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring proceduresiprocesses deemed appropriate by the Department. The Agency further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Department, the Department of Financial Services (DFS), or State of Florida Auditor General. b. The Agency, a•nonstate entity" as defined by Section 215.97, Florida Statutes, as a recipient of state financial assistance awarded by the Department through this Agreement, is subject to the following requirements: Page 1041** 225 DocuSign Envelope ID 6F1AAE42-985A49<"116 %V"J +1 A TRUE COPY CERTIFICATION ON LAST PAGE RYAN L. BUTLER, CLERK STATE OF FLORIDA OEPARTMEW OF TRA"PORTATIOR Form r254W41 PUBLIC TRANSPORTATIONsTRATElW MVELOVMENT GRANT AGREEMENT OGe 07m i. In the event the Agency meets the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency must have a State single or project - specific audit conducted 1W SO* ft.0l year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of 0WA I Wesal. Exhiblt'�`Al _#mW Requirements for Awards of State Financial Assistamn, to this Agreement indicates state financial assistance awarded through the Department by this Agreement needed by the Agency to further comply with the requirements of Section 215:$7, Florida Statutes. In determining the state financial assistance expended in a fiscal year, the Agency shall consider all sources of state financial assistance, including state financial assistance received from the Department by this Agreement, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. Ii. In connection with the audit requirements, the Agency shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 21&0742)(e), Florida Statutes, and Chapters 10.550 (local governmental entities) or (nonprofit and for-profit organizations), Rules of the Auditor General. iii, In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, the Agency is exempt for such fiscal year from the state single audit requirements of Section 215.97, Florida Statutes. However, the Agency must provide a single audit exemption statement to the Department at FDOTSinoleAuditnadot.state. fl. us no later than nine months after the end of the Agency's audit period for each applicable audit year. In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes, in a fiscal year and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the Agency's resources (i.e., the cost of such an audit must be paid from the Agency's resources obtained from other than State entities). iv. In accordance with Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, copies of financial reporting packages required by this Agreement shall be submitted to: Florida Department of Transportation Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0405 FDOTSinclleAudittW-dot.state.fl. us And State of Florida Auditor General Local Government Audits/342 111 West Madison Street, Roor64M Tallahassee, FL 32399-1450 Email: flaudoen localclovk8aud.state.fl.us v. Any copies of financial reporting packages, reports, or other information required to be submitted to the Department shall be submitted timely in accordance with Section $16.97, Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as i P-40 114( . 22.6 DocuSign Envelope ID: 6F I AAE42-985A-4942-1 Awk A7EA3FF58434 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT applicable. IP i4r ilk" N C N 4AW t'> JTLER, CL9W Fwm 771000-01 S7RATEGIC DEVELOPMENT OGC 07/71 vi. The Agency, when submitting financial reporting packages to the Department% audits done in accordance with Chapters 10.550 (local governmental entities) of 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date the reporting package was delivered to the Agency ut correspondence accompanying the reporting package. vii. Upon receipt, and within six months, the Department will review the Agency's financial reporting package, including corrective action plans and management letters, to the extent necessary to determine whether fimely and appropriate corrective action on all deficiencies has beer taken pertaining to the state financial assistance provided through the Department by this Agreement. If the Agency fails to have an audit conducted consistent with Secfion 215.97, Florida Statutes, the Departmert may take appropriate corrective action to enforce compliance. viii, As a condition of receiving state financial assistance, the Agency shall permit the Department or its designee, DFS, or the Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved. c. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department or its designee, DFS, or State of Florida Auditor General access to such records upon request. The Agency shall ensure that the audit working papers are made available to the Department or its designee, DFS, or State of Fonda Auditor General uoon request for a period of five years from the date the audit report is issued, unless extended in writing by the Department 16. Notices and Approvals. Notices and approvals referenced in this Agreement must be obtained in writing from the Parties' respective Administrators or their designees. 17. Restrictions, Prohibitions, Controls and Labor Provisions: a. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity; may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work; may rot submit bids on leases of rea property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount providedin Section 2874ii117, Flonda Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. b. Discriminatory Vendor List. In accordance with Section 287.434, Flonda Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide gelds or services to a public omits; may not submit a'!' d IM R contract with a public entity #or the construction or repair of a puolic building or public work;may not submit bids on leaseebf real property to a public entity; may not be awarded or perform work as a contractor, sUolier, subcontractor; or consultant under a contract with any public entity; and may not U*Wct business with any public entity Page 12 of 24 ... 227 DocuSign Envelope ID 6F^AAE42-985A-4942-995=A3FF58434 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT At:.. E COPY QW111FICATION GH tW L. BUTLER, CLERK Form 725-000-01 STRATEGIC DEVELOPMENT DGc 07122 c. Non -Responsible Contractors. An entity or affiliate who has had its Certificate of Qualification suspended, revoked, denied, or have further been determined by the Department to be a non -responsible contractor, fttt submit a bid cr perform work for the construction or repair of a public building or public work on a contract with the Agency. d. Prohibition on Using Funds for Lobbying. Into funds received pursuant to this Agreement may be expended for lobg the Florida Legislature, judicial branch, or any state agencyt, iR' accordance with Sectio�tlifl.347, Florida Statutes. e. Unauthorized Aliens *111i Department shall consider the employment bY19"Y 0 flttractor Qf unauthorized aliens a violation of Section 274A(e) of th8117tmicration and Nationality Acte f the contractor knowingly employs unauthorized aliens, -*tl!Ch violation will be cause *W unilateral cancellation of this Agreement. f. Procurement of Construction Services. If the Project is procured pursuant to Chapter 255, Florida Statutes, for construction services and at the time of the competitive solicitation for the Project, 50 percent or more of the cost of the Project is to be paid from state -appropriated funds, then the Agency must comply with the requirements of Section 2550991, Florida Statutes. g. E -Verify. The Agency shall: i. Utilize the U.S. Department of Homeland Security's E -Verify system to VW* the employment eligibility of all new employees hired by the Agency during the term of the contract; and ii. Expressly require any subcontractors performing work or providing services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E - Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term. h. Executive Order 20-44. Pursuant to Governor's Executive Order 20-44, if the Agency is required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which the Department must form a sole -source, public-private agreement; or through contract or other agreement with the State. annually receives 50% or more of its budget from the State or from a combiration of State and Federal funds, Recipient shall submit an Annual Report to the Department, including the most recent IRS Forrr 990, detailing the total compensation for each member of the Agency executive leadership team Total compensation shall include salary, bonuses, cashed -in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real -property gifts, and any other payout. The Agency shall inform the Department of any changes in total executive compensation during the perod between the filing of Annual Reports within 60 days of any chance taking effect. All compensation reports shall detail the percentage of executive leadership compensation received directly from all State and/or Federal allocations to the Agency. Annual Reports shall be in the form approved by the Department and shall be submitted to the Department at fdotsingleaudit@dotstate.fl.us within 180 days following the and of each tax year of the Agency receiving Department funding. L Design Services and Construction Engineering and Inspectlog1 ervices. the Project is wholly or partially funded by the Department and administered,py a local governmental entty, except for a seaport listed in Section 3t!"l:t19,florida Statutes,,*ton airport as defined in Section 332.004, Florida Statutes, tho entity performing ttt►sign and construction engineering and inspection services may not:be the same entity. 18. Indemnification and Insurance; DocuSign Envelope ID: 6F1AAE42-985A-4942- STATE Of FLORIDA DEPARTMENT Of TRANSPORTATION Form iY3-09Q•P'1. PUBLIC TRANSPORTATION STRATEGIC - DEVELOPMENT GRANT AGREEMENT °Gc °'An a. It is speciAcally agreed between the Parties executing this Agreement that it is not intended by any of the provisions of any part of this Agreement to create in the public or any member ttnereof, .e party beneficigiliyUroder this Agreement, or to authorize anyonereM* a party this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement. The Agency guarantees the payment of all just claims for ,materials, supplies, tools, of labor and other just claims against the Agency or any .Subcontractor, in connection with this Agreement. Additionally, the Agency shall indemnify, defend, and hold harmless the State of Florida, Department of Transportation, including the: Department's officers &W employees, from liabilities, damages, losses, and costs, ink' but not limited to, reasonable attorney's fees, to the extent caused by the negligence; recklessness, or intentional wrongful misconduct of the Agency and persons employed or utilized by the Agency in the performance of this Agreement. This indemnification ow survive the termination of this Agreement. Additionally, the Agency agrees to include'* following indemnification in all contracts with contractors/subcontractors ; consultants/subconsultants who perform work in connection with this Agreement "To the fullest extent permitted by law, the Agency's contractor/consultant shall inderinrtN`y, defend. and hold harmless the Agency and the State of Florida, Department of Transportation, including the Deparment's officers and employees, from liabilities, damages, losses and' costs. including, but not limited to, reasonable attomey's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and persons employed or utilized by the contractodconsu'tant in the performance of this Agreement. This indemnification shall survive the termination of this Agreement." b. The Agency shall provide Workers' Compensation Insurance in accordance with FkxiQa'a Workers' Compensation law for all employees. If subletting any of the work, ensure f#ttrt'0% subcontra s) and subconsuttant(s) have Workers' Compensation Insurance for their employees In accordance with Florida's Workers' Compensation law. If using "leased employees' or employees obtained through professional employer organo I ("P`EC7's"), ensure that such employees are covered by Workers' Compensation Insurance through the PEO's or other leasing entities. Ensure that any equipment rental agreements that include operators or other personnel who are employees of independent contractors, sole proptiistorshiips, or partners are GG1YWW by insurance required under Ftortda's Workers' ComperMltfion law. c. If the Agency elects to self -perform the Project, then the Agency may self -insure. If the Agency elects to hire a contractor or consultant to perform the Project, then the Agency shah carry, or cause its contractor or consultant to carry, Commercial General Liability insurance providing continuous coverage for all work or operations performed under this Agreement. Such insurance shall be no more restrictive than that provided by the latest occurrence form edition of the standard Commercial General Liability Coverage Fttrm#M-i , Cl 11001�,°as filed for use in the State of Florida. The Agency shall cause, or cause Its rontracfor or'tbnsultant to cause, the Department to be made an Additional Insured as to such insurani", Stid1 coverage shall be on an "occurrence" basis and shall include Products/Completed QoWoftF coverage. The coverage afforded to the Department as an Additional Insured shalltiikiomry as to any other available insurance and shall not be more restrictive than thege afforded to the Named Insured. The limits ef�terage shall not be less than $1,000 each occurrence and not less than a $5,60,'600 annual general aggregate, inclusive of amounts provided by an umbrella or excess policy. The limits of coverage described herein shalt ap* f�ty to ft work or operations performed under the Agreemen%#-tial may at be Shared�*41h ttr dimiftiAed by claims unrelated to the Agreement. The pollcylies and coverage dMow Ittelellll My tits Bt>bject to a deductible and such deductibles shall be paid by the l srfl dl IhisUmd. Na-p0loyAcis or coverage described herein may contain iQl', IIB subjeo tip a, PAftlitiian or a Seed Retention unless the Agency is a state agency fli.pubdmtl�.l1f NE iAL E�li:#`�lAi ER, GSC MATE OF FLO1%OA DEPARTMENT OF TI1�N Fart► 725400-01 PUBLIC TRANSPORT 1 STUITWC DEVELOPMENT GRANT AGREEIW9.WDGC 0"m the State of Florida that elecis to atrForm the Project. Prior to the execution of the Agreement, and at all renewal period w'fth occur prior to final acceptance of the work, the Department shall be provided tt W alg1AD Certificate of Liability Insurance reflecting the coverage described herein. The Departmdd-4W be notified in writing within ten days of any cancellation, notice of cancellation, lapse, renewal, or proposed change to any policy or coverage desci"(kad herein:. TW.Department"s approval or failure to disapprove any policyties, coverage, or ACORD Certificates shall not relieve or *f ruse any obligation to procure and maintain the insurance requiired herein, nor saw ,m$ 0 w!3iver of any rights Or defenses the Department may have. d. When the Agreement includes the construction of a railroad grade crossing, railroad overpass or underpass structure, or any other work or operations within the limits of the railroad right- of-way, Including any encroachments thereon from work or operations in t y of the railroad hof -way, the Agency shall, or cause its contractor to, in addition to the insurance coverage tamed above, procure and Maintain Railroad Protective Liability Coverage (ISO Fe" C W 35) where the railroad is The Named Insured and where the limits are not less than $2,000,000 combined single limit for bodily injury and/or property damage per occurrence, and with an annual aggregate limit of not less than $6,000,000. The railroad shall also be added along with the Department as an Additional Insured on the policy/'ies procured pursuant to the paragraph above. Prior to the execution of the Agreement, and at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The insurance described herein shall be maintak*d through final acceptance of the work. Both the Department and the railroad shall be notified in writing within ten days of any cancellation, notice of cancellation, renewal, of proposed change to any policy w coverage described herein. The Departments approval or failure to disapprove any policyres, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights the Department may have. e. When the Agreement involves work on or in the vicinity of utility -owned prcperty or facilities, the utility shall be added along with the Department as an Acditioral insured on the Commercial General Liability pciicy/'res procured above. 19. Miscellaneous: a. Environmental Regulations. The Agency will be solely responsible W aWpiiance with all applicable environmental regulations and for any liability arising from Im compliance with these regulations, and will reimburse the Department far any loss irtcxrred in connection therewith. b. Non -Admission of Liability. In no event shall the making by the Department of any.payment to the Agency constitute or be construed as a waiver by the Department of any *each of covenant or any default which may then exist on the part of the Agency and ttfM Making of such payment by the Department, while any such breach or default shall exist, shall In no way impair or prejudice any right or remedy avaitabla W the Department with respect to such breech or default. :` c. Severability. If any provision d $iM Wit: to .ttlW 1rs hainder of this Agreement shalt not be affected. 10.eiNf1hAitf;#M1MWWhWW:*6W'i?hen continue to conform to the terms and requirements of applicable law. d. Agency not an agent of Department. The Agency and the Department agree that the Agency, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of the Department as a result of this Agreement DocuSign Envelope ID 6F 1AAE42-985A4942-(" " 47EA3FF58434 �3N ON LASTPAN OW 'LWkER, CLERK STATE OF FLORIDA DEPARTNEW Of 7RAXW'MTA71OX .. ...:. Fond 753.M.01. PUBLIC TRANSPORTATION STRATEGIC OEYELDPNENr GRANT AGREEMENTocco7rls• e. Bonus or Commission. By execution of the Agreement, the Agency represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. f. Non -Contravention of State Law. Nothing in the Agreement shall require the Agency to observe or enforce compliance with any provision or perform any act or do any other thing in contravention of any applicable state law. If any of the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department in writing so that appropriate changes and modifications may be made by the Departrrrwetiilt l the Agen4*116 the end that the Agency may proceed as soon as possible with the ProjeC g. Execution of Agreement. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this Agreement with 8 signature on behalf of a party will be legal and binding on such party. h. Federal Award Identification Number (FAIN). If the FAIN is not available prior to execution I of the Agreement, the Department may unilaterally add the FAIN to #1e Agreement without approval of the Agency and without an amendment tc the Agreement. If this occurs; an updated Agreement that includes the FAIN will be provided to the Agency and uploaded to the Department of Financial Services' Florida Accountability Contract Tracking Systertti4CTj.. I. Mspector General Cooperation. The Agency agrees to comply with Section 20,ft% , Florida Statutes, and to incorporate in all subcontracts the obligation to comply VAIhAaclon 20.055(5), Florida Statutes. j_ Law, Forum, and Venue. This Agreernenit st'talf be governed by and -construed in accordance with the laws of the State of Florida, In the event of a conflict bet edip aihy portion vt the contract and Florida law, the laws of Florif shad pilwaill, The Agency agrees to wake forum and venue and that the Department shell determine the forurn arid venue in which any dispute under this Agreement is decided. IN VWTNESS tNMlrREOF, the Parties have executed this Agreement on the day and year writter above. 'Ela ISS30, AGENCY thitIMM Rhoir FLORIDA, DEPARTMEWICOTRA#48PORTATION Docuslgned try: me: =�}tn P Kram SSTI erector of Transpc~oon Develo ment Chairman • STATO OF FLOAM&flEPAAftTIAWT OF !RAHMKWA7W. EB AL _. � �'TiQRNEY L mer, Clerk of mptroHer Deputy Clerk Paget' 23.1 DwAllkr EnveItNYii1,6Ft 424MA-W2.9953 QFF58434 ATRUE COPY ; MFICATION ON LAST PAGE 11 L.. BUTLER, CLERK StAUSP FLORCA DEPARTMENT Of TRANSPORTATION - - roman 725.600-02 PUBLIC TRANSPOfRTATIONSTRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS OGC Orr" EXHIBIT A project Descrip(tlon and Responsibilities A. Project Description (description of Agency's project to provide context, description of project components furded via this Agreement (if not the entire project)): Continuity of fixed route service to Fellsmere, FL via GoLine Route 10. B. Project Location (limits, city, county, map): Indian River County C. Project Scope (allowable costs: describe project components, improvement typeyservice type, approximate timeline, project schedule, project size): Gol-ine Route 10 will continue to provides service to the rural community of Fellsmere, FL. Service hours for GoLine will remain the same from 6:00 AM to 7.00 PM for weekdays. Saturday service hours will remain from 8:00 AM to 5:OOPM. D. Deliverable(s): Number of Trips Provided The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invoice purposes will be the incremental progress made toward completion of project scope elements Sipporting documentation will be quantifiable, measurable. and verfiable, to allow For a determination of the amount of incremental progress that has been made, and provide evidence that the payment requested is commensurate with the accomplished incremental progress and costs incurred by the Agency. E.UnaflowableCosts_(kM*Aft W I* IWAW toy F. Transit Operating Grant Requirements (Transit Only): Transit Operating Grants billed as an operational subsidy will require an expenditure detail report from the Agency that matches the invoice period. The expenditure detail, along with the progress repot, will be the required deliverables for Transit Operating Grarts. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added;by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables kXlhe year have been met. DocuSign Envelope ID 6F1AAE42-985A-49423-47EA3FF58434 1: 1MUE COPY INTiFiCATION ON LAST PAGE KYAN L4 6UTL.EK CLERK STATE OF FLORIDA DEPARTMENT OF TRANSPORTAT*N .. .:. - .: FaM T2y4 )0* -U PUBLIC TRANSPORTATION STRATEGIC GRANT AGREEMENT EXHIBITS DEVELOPMENT "azrT Schedule of Financial Assistarm TRANSIT OPERATING ONLY FUNDS AWARDED TO THE AGENCY PURNMAIt 76 7i'115 AGREEMENT CONSW OF TW PET A. Fund Type and Fiscal Year: Financial Project Fund FLAIR State Category Fiscal Com► Cl�11A DA F Type Fmftg 1MaWin Number Year ... 454672-1484-23 ou 088774 2024 78000 20.509 531forANN �111�Q.800 UD LF 6360.000 00 Indirect Costs Totals Budges category, amounts are eeli&ttates and can bed betwemftm amendment (because they are all within the Operations Phase). C. Cost Reimbursement The Agency will submit invoices for cost reimbursement on a: _ Monthly X Quarterly _ Other basis upon the approval of the deliverables including.ow 1x* CMA pfby 0* Agency - Scope Code and/or Actio IXY 3001 Line Item (ALI) (Transit Only) BUDGET/COST ANALYSIS CERTIFICATION AS REQUIRED BY SECTION 216.3475, FLORIDAWATUM: I certify that the cost for each line item budget category has been evaluated and determined to be allrivllbMl, reasonable, and necessary as required by Section 218.3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached. Marie Dorismond - t?,Grant Manager Name .: W--2%20+24 1 7 0 AEI.8DT low DocuSign Envelope ID 6F1AAE42-985A4942-995=A3FF58434 AWE COPY TIFICATION ON LAST PAGE „ BUTLER, CLERK STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION .. Fmm 725-000-02 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS OGC 07122 EXHIBIT D AGENCY RESOLUTION DocuSign Envelope IID,,V1AAE42-985A-4942-r"*-47EA3FF58434 Ir I A M141111111111! STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725 -MG -C PUBLIC TRANSPORTATION STRATE= DEVELOPMENT GRANT AGREEMENT EXHIBITS OGC 07W EXHIBIT E PROGRAM SPECIFIC TERMS AND CONDITIONS — TRANSIT (Section 5311: Formula Grants for Rural Areas) This exhV*J" a an-kftrai I%d*tJh*,A it1lement between the O Itt X19 f• The Agency, as the "subrecipient", shall comply with the following requirements: 1. Conformance with Enabling Legislation. This Agreement is in conformance with 11 Clete Federal Transit Act of 1991, as amended (49 U.S.C. 5311) and Section 341.051(1*j:'#fA, 2. Prevention Programs. The Section 5311 subrecipient shall establish and implement anti-drug and alcohol misuse prevention programs in accordance with the terms of 49 CFR 655,49 0.". 5331, and 49 CFR 40. 3. Adherence to Certifications and Assurances. The Section 5311 subrecipient shall ensure adherence with all federally required certifications and assurances made in its application to the Department for Secticul.�3'111 funds. 4. FTA Compliance. The Section 5311 subrecipient shall at all times comply with all applicable Federal Transit Administration ("FTA") regulations. policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between the Department and FTA, as they may be amended or promulgated from time to time during the term of this contract. Failure to comply shall constitute a material breach of this contract. 5. Charter Operation. The Section 5311 subrecipient agrees to comply with 49 U S C. 5323(d), (r) and 49 CFR 604, which provide that recipients and subrecipients of FTA assistance are prohibited from providing charter service using federally funded equipment or facilities if there is at least one private charter operator willing and able to provide the service, except urde, one of the exceptions at 49 CFR 604.9. Any charter ser�ice provided under one of the exceptions must be "incidental," .e., ;t must not interfere with or detract from the provision of mass transportation. 6. Exclusive Operation. Pursuant to 69 U.S.C. 5323(0 and 49 CFR 605, the Section 5311 subrecipient of FTA assistance may rot engage in school bus operations exclusively to the transportation Of students and school personnel in competition with private school bus operators unless qualifieclunder specified exempts. When operating exclusive school bus service under an allowable exempticM, subrecipients may nottxw federally funded equipment, vehicles, or facilities. 7. Buy America. The Section 5311 subrecipient agrees to comply with Buy America requirements outlined in 49 U.S:C. 53230) and 49 CFR 661, if using the funds granted under this Agreement for roiling stock purchases. The recipient also agrees to comply with the pre -award and post delivery requirements outlined in 48 GFR 661.12. 8. Water Pollution Control. The Section 5311 subrecipient agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Contrd Act, codified at 33 U.S.C.1Zi et seq., as amended, if the agreement exceeds $100,000. 9. Anti -Lobbying. The Section 5311 subrecipient agrees W-44Mply with the requirements purot :At10 i-obbying Amendment, 31 V.114. 1352(b)(5). 10. Bonding Requirements. If this Agreement is for a 00". Suction Project over $150,000 the recipientrfaW adhere to FTA4` bonding requirements as outlined In ft9W Practices Procurement Manual. 11. Clean Air Act. The 5311 subrecipient agrees to coldly with applicable standards, orders or regulafiorla issued pursuant to the Clean Air Act, 4211,144 2401' seq., as amended, if this Agreement exceeds Page 20 of 24 235 AW DocuSign Envelope ID 6FIAAE42.985A-4942-9953- 3FF58434 -. A"UE COPY i FXATIQM 00 LAST PAGE Rtipklii.Llkfft^ "ERK STATE OF FLOWA NFAIMU MT OF TRAMS"TAVON li" PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS oec 07rr2 $150.000. 12. Resourlt COtMeetliiele sir>tdiiiMldovery Act (RCRA), the 511ttE ittiy with all the requirement ofSecdwi$M d1he Resource Conservation andfttm mly % OUZ.C. 6962, as amended, including but ttdlir Abd to the reg ulatory.pt+0tiisions4#A*..CFR:2#7, Et 61110 .. der 12874 as they apply to the procurement of the items designebltl at SOWS of 44CM241. 13. Davis -Bacon and Copeland Antl4doldmck. The 5$1t Ol�ent agrees to�WWthe Davis -Bacon and Copeland Anti -kickback Acts &W -alt 40U.S � %• *t seg• and i$ UAQ 04 ftr.any agreement_ exceeding $2,040. 14. Contract Work Hours and Safety Standards. For any contract over $2,00011 -pati 41tl6tMl!{IfEt1t tftlD comply with the Contract Work Hours and Safety Standards Act, codified at 40 Ujai Wmi et 1• 15. Transit Employee Protective Agreements. 711111111U11i Subrecipient agrees to coll"01ftTM Employee Protective Agreements as codified in 49 U.S.C. 5333 and 29 CFR 215. 16. Compliance with FTA Terms and Conditions. The 5311 subrecolenst shall not perform any act, fail to perform any act, or refuse to comply with any Department requests which would cause the 5311 subrecipient to be in violation of the FTA tears and conditions. 17. Annual Safety Certification. In accordance with Section 341.061, F.S., and Rule 14-90, Florida Administrative Code, the Agency shall submit, and the Department shall have on file. an annual safety certification stating that the Agency has adopted and is complying with its adopted System Safety and Security Program Plan, and has performed annual safety inspections of all buses operated. 18. Budgeti`cost analysis. The Atlsncy will assist the Department by providing accurate information for the Department to create a budgetkost analysis in accordance with Section 216.3475, F.S 19. Non -urbanized area. The Agency will provide the meftWology for determining the non -urbanized area portion of their service prior to submitft Mie 1hrt itnt0ig9. The Apvirlicy wilt submit an updated methodology once per year. 20. Attorney certification. The Agency will submit an attorney certification prior to submitting the first invoice and once yearly thereafter for goods or services procured under this Agreement in accordance wilt Chapter 287, F.S 21. Public Body Non -CTC Recipients. An Agency may receive 5311 funds when the Community Transportation Coordinator in the county is a private -for-profit entity. When the Agency accepts the 5311 funding, enters into a contract/PTGA with the Department, and tiil0vi>If,firacts with to QVWnunity Transportatiori.irpgtdinator to provide rural general public transportation In the same service area In which the Comrnunity'rrainspartation Coordinator is providing non -sponsored trips for the Commission for the Transportation Disadvantaged, then the non -sponsored human service trarrportabonSM01aWs will be considered as eligible match fortitre_6N1: funds. The Agency will be responsible for ensurin%#W the Community Transportation Coordinator mets all the requirements associated with the federal funds. The Agency will be responsible for ensuring that all dollars provided as match were for public transportation eligible trips, Tl* Agency must keep financial records VW substantiate the eligibility for the match being provided and ttoWm that doczurnOntetii;m available to Department on request. J, 7jutralt Vehicle Inventory Management. The Agency will follow the Depal tment's Transit Vehicle Inventory INBnagement Procedure (725-030-0251), whinh outlines the requirements for continuing management control, inventory transfer and disposal actions. Tian procedure pertains ONLY to capitst'pNOcuremertts of rolling stock using the FTA Section 5310, Section 5311, Section 5316, and Section 5"'T programs as the funding sa.tX s, Or where the Department participates in 50° or more of the public, t*1sMt uehiGe's purct>ese price, DocuSign Envelope ID: 6FIAAE42-985A-494,14"N3-47EA3FF58434 A TRUE COPY CERTIFICATION WJ LA00W' RYAN L. BUTLER, CLERK. STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION F*M 7254" PUBLIC TRANSPORTATION 3"WEMCDEVFaoPMExr I I GRANT AGREEMENT EXHIBITS orc 07M This may include vehicles purchased under the State Transit Block Grant Program, State Transit Corridor Program, State Transit Service Development Program, or other appficable Department programs -- End of Exhibit E -- DocuSign Envelope ID: 6F 1 AAE42-985A-4942-99 EA3FF58434 SO STATE OF FLORIDA DEPARTMCNr OF TRANSPORTATION PUBLIC TRANSPORTATION GRANT AGREEMENT EXHIBITS EXHIBIT F UORTIFFMORMON (DIST PAGE: #pm 725-M-02 .. STRATEGIC DEVELOPMENT OGC 07(12 Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Reimbursement Contracts Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary, travel, expenses, etc,). Supporting documentation shall be submitted for each amount for which reimbursement 1% being claimed indicating that the item has been paid. Documentation for each am Xiiid llbr which reimbursement * being claimed must indicate that the item has been paid_ Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided. Listed below are types and examples of supporting documentation for cost reimbursement agreements. (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show QMs salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is ming claimed is paid by the hour, a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits, then the calculation for the fringe benefits amount must be shown. Exception Governmental entities are not required to provide check numbers or copies of checks for fringe benefits. (3) Travel: Reimbursement for travel must be in accordance with Section 1°12,061; Florida Statutes, which includes submission of the claim or the approved State travel voucher or electronic means (4) Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds, the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative Code, regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Sectior 273.02, Florida Statutes, for subsequent transfer to the State. (5) In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be MhYlbursed on a usage log which shows the units times the rate being charged. The rates must be reepolutis. (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rat*,.*An Calculation should be shown. Contracts between state agencies, and/or contracts between universities may submit alternative doeumlitll to substantiate the reimbursement request that. may be in the form of FLAIR reports or other detailed rep6 t5. The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address httpsa/www.myflondacfc.com/Division/AA/Manuals/documents/ReferenceGuidefor$tateExDenditureF,,pdf 238 DocuSign Envelope ID 6F1AAE42-985A-4942- 47EA3FF58434 : A TRUE COPY ;ERTIFICATI0j1 1F VAN L. BUTL,I k . STATE OF FLORMA DEPARTMENT OF TRANSPORTATION - ,:f M 725-M-02 PUBLIC TRANSPORTATION STRATEGIC pEVELOPMENT GRANT AGREEMENT EXHIBITS 0GC07W EXHIBIT H AUDIT REQUIREMEN' IMAM RDS OF FEDERAL FINANCIAL ASSISTANCE FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: CFDA No.: 20.509 CFDA Title: Formula Grants for Rural Areas 1 I 'Award Amount: $180,000 Awarding Agency: Florida Department of Transportation Indirect Cost Rate: "Award is for R&D: No 'The federal award amount may change with amendments "Research and Development as defined at 2 CFR §200.87 FEDERALES AWARDED PUR§UW IQ THIS AGREEMENT ARE EJECT Tgj HE FOLLO A S' 4 I M Pali 200 - po" Administrative Requirements, Cost Principles & Audit Requiremwft #IIS F9ftW Awards i WWYW +4ldV FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT MAY ALSO BE SUB. 32 FOLLOWING: Title 23 - Highways, United States Code http://uscode. house.gcv!browse.xhtmi Title 49 - Transportation, United States Code -=:Uuscode.house.gov/t>rowse.xhtmI Infrastructure Investment and Jobs Act (IIJA) (Public Law 117-58, also known as the "Bipartisan Infrastructure Law") htt;)s://www.conclress.gov/1 17/bills/hr3684/BI LLS -117 h r3684en r. pdf Federal Highway Administration - Florida Division www.fhwa.dot.gov/fldiv Federal Funding Accountability and Transparency ActfhA?A) Sub -award Reporting System (FSRS) www.fsrs.nov 239 DocuSign Envelope ID: 9301 F083 -893D -4898-8F. 7p72oA10M STATE OF FGOMIOA OeARTNM OP,:1tAl A7gM F«m )26009-1 PUBLIC TRANSPI, GRANT AGREEMBIff � uncial Project NUrrdM ( Fund(s): �fe9menl-obese-�w�•l Work Activity Code/Function: tr'i .'. Federal Number/Federal Award . �li�C 10420 : . Identification Number (FAIN) — Transit o*.. Vendor N~. .. 74 owtod G2M Federal Award Date CMA Number. 20.5(' Agency SAMIUEI Number. , CFDA Title: Formula Grants for Rural Areas CSFA Number. NIA CSFA Title: N/A .. TH ^~ 3,T A Sr ATiON GRANT AGREEMENI'fi' ("Agreement") IIS entered into by and between the State of Florida. Department of Transportation, f0epartmenn,`and Indian Rhw!;gurtty BOCC, ("Agency") The Department and the Agency are sometimes referred to in this Agreement a'Party" and collectively as the "Parties." NOW, THEREFORE, in consideration of the mutual benefits to be derivW **—M JW, t participation on the Project, the Parties agree to the following: 1. Authority. The Agency, by Resolution or other fOft Of official authorization, a copy of which is attached as Exhibit "D", Agency Resolution and made a part ofthis Agreement, has authorized its officers to execute this Agreement or its behalf The Department hi4.the authority pursuant to Section(s) 341.000 Florida Statutes. to enter into this Agreement. 2. Purpose of Agreement. The purpose of this Agreement is to provide for the Department's participation in orovidina FY23 Section 5311 ooeratina Coronavirus Resoonse and Relief Supplemental Appropriation Act (CRRSAAA) of 2021 funding for Indian River County. The proiect will provide operational assistance to help Indian River County as they continue to recover from the devastating financial and public health impacts of COVID , as further described in Exhibit "A", Project Description and Responsibilities, attached and incorporated into this Agreement ("Project"), to provide Department financial assistance to the Agency, state #*terms and conditions upon which Department funds will be provided, and to set forth the manner inWhiCh the Project will be undertaken and completed. 3. Program Area. For identification purposes only. this Agreement is implemented as part of the Department program area selected below (select all programs that apply): _ Aviation _ Seaports X Transit Intermodal Rail Crossing Closure _ Match to Direct Federal Funding (Aviation or Transit) (Note Section 15 and Exhibit G do not apply to federally matched funding) Other 4. Exhibits. The following Exhibits are attached and jr4QqXx1ftd into this Agreement: I X Elibit A: Project Description and Responsibilities X E*ibit B Schedule of Financial Assistance *Exhibit B1; Deferred Reimburserrm"I 1nancial Provisions *Mbit 132: Advance Payment FinMeial Provisions *EXhl* 133: Alternative Advanced Flkay (Transit Bus Program) " * C. Terms and Conditiottle Of Construction X 1ibk'©: Agency Resolution { ' X exhu E. program Specific Ter*Condoms Pepe fi„o{;tg. _ . 2410 DocuSign Envelope ID: 9301 F063-893D-4898_8^WB720A108E ` STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 726-000-01 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT i GRAW GREEMENT Occ 07122 X Exhibit F. Contract Payment Requite *Exhibit 0: Audit Requirements for ii {tif State Financial Assistance 4 �( 'Exhibit H Audit Requirements for AN$16iof Federal F W. cial Assistance 'Exhibit L Certification of Disbursement of Payment to Vehicle and/or Equipmeht 01' "Additional Exhibit(s): 'Indicates that the Exhibit is only attached and incorporated if applicable box is selected. 5. Time. Unless specified otherwise, all references to "days"'Within this Agreement refer to calendar days. 6. Term of Agreement. This Agreement shall commence upon full execution by both Parties ('Effective Date') and continue through December 31, 2025. If the Agency does not complete the Project within this time period, this Agreement will expire unless an extensionAE--the time period is requestedbyIAt and granted in writing by the Department prior to the expiration of this Agreement. Expiration of this Agreement will be considered termination of the Project. The cost of any work performed prior to the Effective Date or after the expiration date of this Agreemetttwill not be reimbursed by the Department. a. _ If this box is checked the following provision applies: Unless terminated earlier, work on the Project shall commence no later than the _ day of or within _ days of the issuance of the Notice to Proceed for the construction phase of the Project (if the Project involves constructiort), Whichever date is earlier The Department shall have the option to immediately terminate this Agreement should the Agency fail to meet the above -required dates 7. Amendments, Extensions, and Assignment. This Agreement may be amended or extended upon mutual written agreement of the Parties. This Agreement shall not be renewed. This Agreement shall not be assigned, transferred, or otherwise encumbered by the Agency under any circumstances without the prior written consent of the Department. i 8. Termination or Suspension of Project. The Department may, by written notice to the Agency, suspend any or all of the Department's obligations under this Agreement for the Agency's failure to comply with applicable law or the terms of this Agreement until such time as the event or condition resulting in such suspension has ceased or been corrected a. Notwithstanding any other provision of this Agreement, if the Department intends to terminate the Agreement, the Department shall notify the Agency of such termination in writing at least thirty (30) days prior to the termination of the Agreement, with instructions to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. b. The Parties to this Agreement may terminate this Agreement when its continuation would not produce beneficial results commensurate with Me further expenditur0 of funds. In this event, the Parties shall agree upon the termination conditions. it. If -the Agreement is terminated before performance is completed; the Agency shall be paid only for that work satisfactorily performed for which costs can be substantiated. Such payment, however, may not exceed the equivalent percentage of the Department's maximum financial assistance. If any portion of the Project is located on the Department's -of-way, then all work in progress on the Department right-cf-way will become the proper A)ftheDepartment and will be turned over promptly by the Agency. d. In the event the Agency fails to perfb no Ot honor the requirements and provisions of this Agreement, the Agency shall promptly refund in full to the Department within thirty (30) days of the termination of the Agreement any funds that were determined by the Department to have been expended in violation, ofthe Agreement. Piles► 2 0120 - 241 ` DocuSgn Envelope ID 9301FO63-8930-4898-8Fr,0%7siAmom DIWARTMrENT OF TRANSPORTATION TRANSPORTATION GIANT AGREEMENT Form 725 -OW -41 STRATEGIC DEVELOPMENT OGC 0722 s. The Department reserves the right to unilaterally cancel this Agreement for failure by the Agency to comply with the Public Rearms provisions of Chapter 119florida Statutes. 9. Proje dCost: The estimated total cost of the Project is $364,412r This amount is based upon Exhibit "B", Schedule of Financial Assistance. The timeline for deliverables and distribution of estimated amounts between deliverables within a grant phase, as outlined in Exhibit "B", Schedule of Financial Assistance, may be modified by mutual written agreement of the Parties and does not require execution of an Amendment to the Public Transportation Grant Agreement The timeline for deliverables and distribution of estimated amounts between grant phases requires an amendment executed by bO t Parties in the same form osthis Agreement. b. The Department agrees to padicipate in the Project cost up to the maximum amount of $364,412 and.. the Department's participation in the Project shall not exceed 100 00% offt total eligible cost of the Project, and as more fully described in Exhibit "B", Schedule elf Financial Assistance The Agency agrees to bear all expenses in excess of the amount Of the Department's participation and any cost overruns or deficits involved. 10. Compensation and Payment: a. Eligible Cost. The Department shall reimburse the Agency for allowable costs incurred as described in Exhibit "A" Project Description and Responsibilities and as set forth it Exhibit "B". Schedule of Financial Assistance b. Deliverables. The Agency shall provide quantifiable, measurable. and verifiable units of deliverables. Each deliverable must specify the required minimum level of service to be performed and the criteria for evaluating successful completion. The Project and the quantifiable, measurable and verifiable units of deliverables are described more fully in Exhibit "A", Project Description and Responsibilities Modifications to the deliverables in Exhibit "A", Project Description and Responsibilities requires a formal written amendment c. Invoicing. Invoices shall be submitted no more often than monthly by the Agency in detail sufficient for a proper pre -audit and post -audit, based on the quantifiable, measurable and verifiable deliverables as established in Exhibit "A", Project Description and Responsibilities Deliverables and costs incurred must be received and approved by the Department prior to reimbursement Requests for reimbursement by the AgenE3y'shell include an invoice, progress report, and supporting documentation for the deliverables being billed that are acceptable to the Department. The Agency shall use the format for the invoice and progress report that is approved by the Department#. d. Supporting Documentation. Supporting documentation must establish that the deliverables were received and accepted in writing by the Agency and must also establish that the required minim standards or level of service to be pWformed based on ** criteds (W evaluating successful completion as specified in Exhibit "A", Project Description and Responsibilities has been met All costs Invoiced shall be supported by properly executed payrolls, time records, invoices. contracts, or vouchers evidencing in proper detail the nature and propriety of charges as described in Exhibit "F", Contract Payment Requirements e. Travel Expenses. The selected provision below is controlling regarding travel expenses X Travel expenses are;NOT eligible for reimbursement undfW#& Agreement. _ Travel expenses ARE eligible fbirrisimbursement,under this Agreement, 18jiftfortravel expenses specifically authorized in 00 Agreement std .e submitted on the i pat#)tient's 242 t ..•.R DocuSign iEnvelope ID9301Fo63-893D-489"F 3713720 1i0ft 4P�ARTMENT OF TRANBPMATWN FomtT2S.a0p.011. U TR PANSPORTA'T STRArEMC . ,. DEVELOP _ AGREEMEW Contractor Travel Form No. 300-000-06 and will be paid in accordance with Section 112.081; Florida Statutes, and '#re most current version ofOw )apartment's Disbursement Hwdbr for Employees and Managers f. Financial Consequences. Payment shall be made only after receipt and approval of deliverables and costs incurred unless advance payments are authorized W. the CbW Financial Officer of the State of Florida under Chapters 215 and 216, Florida St*utes, or the Department's Comptroller under Section 334 044(29), Florida Statutes. If the'Department determines that the performance of the Agency is unsatisfactWi the Department shall notify the Agency of the deficiency to be corrected, which correction shall be made within a time- frame to be specified by the Department The Agency shall, within thirty (30) days after notice from the Department, provide the Department with;8ONTective action ONWdescribing how the Agency will address all issues of contract non-performance, unacceptable performance. failure to meet the minimum performance levels, deliverable deficiencies, or contract non- compliance. If the corrective action plan is unacceptable to the Department,,ft, Agency will not be reimbursed. If the deficiency is subsequently resolved, the Agerw MW bill the Department for the amount that was previously not reimbursed during the next billing period. If the Agency is unable to resolve the deficiency the funds shall be forfeited at the end of the Agreement's term. g. Invoice Processing. An Agency receiving financial assistance from the Department should be aware of the following time frames. Inspection or verification and approval of deliverables shall take no longer than 20 days from the Department's receipt of the invoice. The Department has 20 days tb deliver a request for payment (voucher) to the Department of Firancial Services. The 20 days are measured from the latter of the date the invoice is received or the deliverables are received, inspected or verified, and approved If a payment is not available within 40 days, a separate interest penalty at a rate as established pursuant to Section 55.41NI), Florida Statutes, will be due and payable, in eddWi n to the invoice amount, to the Agency. Interest penalties of less than one (1) dollar will not be enforced unless the Agency requests payment Invoices that have to be returned to an Agency because of Agency preparation errors Mdl result in a delay in, the payment. The irmice payment requirements do nct start until a properly completed -invoice is provided to the Department. A Vendor Ombudsman has been established within the Department of Financial Services The duties of this individual include acting as an advocate for Agency who may be experiencing problems in obtaining timely payment(s) from a state ager ..I. , Vendor Ombudsman may be contacted at (850) 413-5516. h. Records Retention. The Agency shall maintain an accounting system OrItl0slr!!>rtabtiunts to ensure funds and projects are tracked separately. Records of costs itmuoWted w1lieterms of this Agreement shall be maintained and made available upon request to the Department at all times during the period of this Agreement and for five years after final payment is made. Copies of these records shall be furnishedtaft Department upon requ+ girds of costs incurred include the Agency's general accounting records and the Project records, together with supporting documents and records, of the Contractor and all subcontractors performing work on the Project, and all other ords of #W eon and subcontractors considered necessary by the Department for a proper audit 4costs. Progress Reports. Upon request; the Agency agrees to provide progress reports to the Department in the standard formatused by the Department aAd at intervals establishedbip#ilt8 Department. The Department will be entitled at all times to be advised at its request, as*" status of the Project and of details thereof 243 Page 4 of 25 �t DocuSign Envelope ID: 9301F063-893D-4898-8FC"**R78720A108E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Fw 726-000-01 PU TRANSPOiRT DEVELOPMENT sTRATEcVELOPMENTNT GRANT AGREEMENT OGC 07'" j. Submission of Other Documents. The Agency shall submit to the Department such data, reports, records, contracts. and other documents relating to the Project as the Department may require as listed in Exhibit "E", Program Specific Terms and Conditions attached to and incorporated into this Agreement. L Offsets for Claims. If. after Pftoject completion, myclaim is made by the Department resulting from an audit or for work or services performed.pursuant to this Agreement, the Department may offset such amount from payments due for'work or services done under any agreement that it has with the Agency owing such amount`t, upon written demand,: #rpt ofthe amount is not made within 60 days to the Department. Offsetting any amount pursuant to this paragraph shall not be considered a breach of contract by the Department. 1. Final Invoice. The Agency must submit the final invoice on the Project to the Department within 120 days after the completion of the Project. Invoices submitted after the 120 -day time period may rot be paid. m. Department's Performance and Payment Contingent Upon Annual Appropriation by the Legislature. The Department's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by ft Legislature. if the Department's funding for this Project is in multiple fiscal years, a notice of availability of funds from the Department's project manager must be received prior to costs being incurred by the Agency. See Exhibit "B", Schedule of Financial Assistance for funding levels by fiscal year Project costs utilizing any fiscal year funds are not eligible for reimbursement if incurred prior to funds approval being received. The Department will notify the Agency in writing, when funds are available n. Limits on Contracts Exceeding $25,000 and YOM more than _i Year. In the event this Agreement is in excess of $25,000 and has a term-lbr a period cOW* 'We than one year. the provisions of Section 339 135(6)(a), Florida Statutes, are hereby incorporated: "The Department, during any fiscal year, shall not expend money incur any liability, or enter into any contract whi* by its terms, involves the expenditure of money in excess of the amounts budgeted as available for expenditure during such fiscal year Any contract. verbal or written, made in violation of this subsection is null and void, and no money may be paid an Vjdk contract. The Department shall require a statement from the comptroller of the Department that funds are available prior to entering into any such contract or other binding commitment011bnds. Nothing herein contained shall prevent the making of contracts for periods exceeding 1 year, but any contract so made shall be executory only for the value of the services to be rendered or agreed to be paid for in succeeding fiscal years: and this paragraph shall be inCOFPorated verbatim in all contracts of the Department whirl are for an gia=nt in excess of $25,000 and which have a term for a period oftnore than 1 year." o. Agency Obligation to Refund Department. Any Project funds made available by the Department pursuant to this Agreement that are determined by the Department to have been expended by the Agency in violation of this Agreement. or ,w other W icable law ;, r regulation shall be promptly refunded in full to the Department. Acceptance by lite Departn!l d of any documentation or certifications, mandatory or otherwise permitted, that doAlilency des shall not constitute a waiver of the Department's rights as the funding ageneyfb vii vy 61111 information at a later date by audit or investigation. p. Non -Eligible Costs. In determining the amount of the payment, the Department will exclude all Project costs incurred by the Ageray,.pAw-to the executioR)at:this Agreement, coftincund after the expiration of the Agreement, costs that are not prow 'd for in Exhibit 4�t 25 24'' .. 1 DocuSign Envelope ID9301 F063-893121-0984^711111TAMOK STAUi VAOW DEPARTMENT OF TRANSPORTATION OUKIC TRANSPORTAI IN GRANT AGREEMENT Description and Responsibilities, and as set forth in Exhibit "B", Schedule of Financial Assistance, costs agreWi be borne by the Agency arks contractorivWoubo ttractoft-f4w not meeting the Project cornMencement and final invoice time lines, and costs attributable to goods or services received Under a contract or other arrangement that has not been approved in writing by the Department. Specific unallowable costs may be listed in Exhibit: "*A*,Project Description and Responsibilities. 11. General Requirements. The Agency shall complete the Project with all practical dispatch in a sound, economical, and efficient manner, and in accordance with the provisions in this Agreement and all applicable laws a. Necessary Permits Certification.: The Agency shall certify to the Department that the Agency's design consultant and/orQbristruction contractor has secured the necessarypermits. b. Right -of -Way Certification. If the Ptoject involves construction, then the Agency shall provide to the Department certification and *copy of appropriate documentation substantiating that all required right-of-way necessary for the Project has been obtained. Certification is required prior to authorization for advertisement for or solicitation of bids for construction of the Project, even if no right-of-way is required. c. Notification Requirements When Performing Construction 4M MqN nt's Right -of - Way. In the event the cost of the Project is greater than $250,060.0, WWI* involM construction on the Departments right-of-way. the Agency shall provide the Department'fAit written notification of either its intent to 1. Require the construction work of the Project that is on the Department's right-of-way to be performed by a Department prequalified contractor. or ii. Construct the Project utilizing existing Agency employees, if the Agency:w.. complete said Project within the time frame set forth in this Agreement. d. — If this box is checked, VW the Agency is permittodto utilize its own forces 00 the following provision applies Use of Agency Workforce. In the evert the Agency proceeds with ary phase of the Project utilizing its own forces the Agency will only be reursilfor direct casts (this excludes general overhead) e. _ If this box is checked, then the Agency is permitted to utilize 10401.0d cdow Reimbursement for Indirect Program Expenses (select one) I. _ Agency has selectedloseek reimbursement from the Depatlrnent foractual indirect expenses (no rate). I ii. _Agency has selected to apply a de minimus rate of I OOA to modified total direct costs. Note. The de minimus rate is available only to entities that have never had a negotiated indirect cost rate. When seledad, the de minin o tate must be used consistently for all federal awards until such time the agency chooses to negotiate a f rate. A cost policy statement and de minimis certification form must be submitted to I the Department for review and approval. I iii. _ Agency has selected to apply a state or federally approved in rte, i i federally approved rate agreement or indirect cost allocation plan #CACP) must be j . submitted annually f. Agency Compliance with Laws, Rules, and Regulations, GuidelinAs OtdStaindards. The Agency shall comply and require its contractors and subcontractors to (y with all terms DocuSign Envelope ID: 9301F063-893D-M9"FC'*17872OAl08E 9111AU OF Ff4o�WA DEPARTMENT Off TiR�ANWMADON Form 72 0001 40 il'UBLiCr V![T' t7LWmaxwwerrr GRAD' "REEMENT OGC 07122 and conditions of this Agreement and all federal, state, and local laws and regulations applicable to this Project. g. Claims and Requests for Additiogo VOOrk The Agency shall have ft sole responsibility for resolving ciaims and requests foto ' vowkibr the Project. % Agenrly will make best efforts to obtain the Department's'1tput in its decisions. The Department is rW4_ligated to reimburse for claims or requests for additional work. It C60saft aithe Agency: Approval of Third p#Itiy C,oftodip, R.M. Dbpo%Mt c rv�lr right to review and apprwA "-*W all thk,party► 1INN 'tMeo t� bsi'ore the Agency executes or obligates itself In any manner regUirirt hs pf Department funds including consultant and purchase of corrtt7rodlt rte, or amendments thereto. If the Department chooses to review and approve party Conoacts for this Project and the Agency fails to obtain such approval, that shall be suAipient cause for zionpayment by the Department The Department specifically reserves unto bell the to review the qualifications of any consultant orcontrector and to appr." or disapptovlrttte•employment of the same. If Federal Transit %,Ehftbftetion FTA)gids are used tete Project. the Department must exercise the rpM .10 third party contra tevkw. - b... Procurement -of Commodt iwl wContractuO $iwvti;M. It is understoodwd agreed by ttae Parties hereto that participation by # DepWbpo t in aproject with the Agency, where said project involves the purchase of co"M91W ot- a0n i serWom where purchases or costs exceed the Threshold Amok fw CAINIMCM 'i`VVC) per- Sec*M, 31�F�11i, Florida Statutes, is contingent on the Agencyin l< .w th the provisions of Section W.067, Florida Statutes. The Agency's Authorizerif shalt fortify to the Department th r ." .: Agency's purchase of commodities or contractual seryllm` has been accomplished 1 compliance with Section 287:1347, Florida Statutes -ft shad be the sole responsibility of the Agency to ensure that any obligations made:in accordance with this Section comply with the current threshold limits. Contracts, purctaJse orders, task orders, construction change orders, or any other agreemer4-#W W.outd fe"*j" exceeding the current budget contained in tib~ "B", Schedule of Financial Assistance, or that is not consistent with the Project descripttorr and scope of services contained in Exhibit "A", Project Description and I poralsitriii�s i must be approved by the Department prior to Agency execution Fair ft fry! suCh approval, and subsequent execution of an amendment to the AgreementlF required. shy gip: sufficient cause for nonpayment by the Department, in accordance with this Agreement j. c. Consultants' Competitive Negotiation Act. It is understood alt, agreed;>vyr the Parties to this Agreement that participation by the Department in a project vAh the Agency. where said project involves a consultant contract for professional services, is contingent on the Agency's f full compliance with provisions of Sectiort`247.0M, Florida Statutes, Consultants' Competitive Negotiation Act. In all cases, the Agency's A 11 IWO*d Official shah certify to the Department that selection has been accomplished in Wince with the Consultants' Competitive Negotiation Act. d. Disadvantaged t3usinslMiterpti d 01tiilgatton. It is ths=� d -ft Department that D p �0. as defined 1n +t16 �.1r:r�....i�it 26, as amended, 10111 MatlVe the opportunity to participate in the performance 0 opW- acts financed in whole or in part with Department funds under this Agreement. Th6�WE requirements of applicable federal and state laws and regulations apply to this Agreement. The Agency and its o0intractors agree to I' ensure that DBEs have the opportt ►U ipate in..#* performanadt.#*- Agreement. In this regard, all recipients and contr600ll . OW take all necessary and reasonable steps in accordance with applicable federal andtilts!1CiOiand regulations to ensure that the DBEs III; have the opportun* to compete for andcontracts. The Agency and its contractors ?d 24t 7a DocuSign Envelope ID 9301 F063-8930-4898-8 7WAICBE STAGE OF FLORIDA DEPARTMENT OF TRAWWWATICN PUR4TTi>f i1SPORTA7`It IN OMWAGREEMENT Forth 725-000-01 STRATEGIC DEVELOPMENT OGC 07122 and subcontractors shall not4iscriminate on the basis of race, color, national origin or sex in the award and performance ofvontracts, entered pursuant to this Agrselt 13. Maintenance Obligations. In the event the Project includes consUMCOM4tthe acquisifto i olcoommwlities then the following provisionstttW.k.WXfpQMted into this AgrOWVW a. TheAgwW agrees to accept of future rnaintenanceand other attendant costs occurring after o of the Project for all improvements constructed or commodities acquired as part of the; t. The terms of this provision shall survive the terminating ofthis Agreement. 14. Sale, Transfer, or Disposal of Department -funded Property: a. The Agency will not sell or otherwise transfer or dispose of any PO.t of its title or other interests in real property, faciliti>k or equipment funded in any prrN y the DeparUnant under this Agreement without prior..*OK t approval by the Departm4fi'It, b. If a sale, transfer, or disposal by the Agency of all or a portion of Deparimertutided real property, fi6illities, or equiprrMisrt is approved by the Department, the following $Misions will apply i. The Agency shall reimburse the Department a pr9portionai amount of the proceeds of the sale of any Departrnent funded property. If. The proportional amount shall be determined on the basis of the ratio of the Department funding of the development or acquisition of the propsrVt:tnultiplied against the sale arnouftit,:e* shah be remitted to the DepartmentvAhO ninety (90) days of closing of sale. iii. Sale of property ddViloped or acquired with Department funds shall be at market value as determillm d by appraisal or public bidding process and the contract and process for safe must be approved in advance by the Department, tv, If any portion of the proceeds from the sale to the Agency are t f. considerations, reimbursement to the Department shah itrctude st mortal amount based on the value of the non-cash considerations. . c. The terms of provisions "a" and W above shall survive the termination of this Agreement. i. The tents shall remain in full force and effect throughout the useful life of facilities developed, equipment acquired, or Project items installed within a facility, but shall not exceed twenty_ (20) yeamftrom the effective date of this Agreement. it. There shall be no limit on the duration of the terms with respect to real property acquired with Department funds 15. Single Audit. The administration of Federal or State resources awarded through the Department to the Agency by this Agreement be subject to audits and/or monitoring by the Department. The following requirements do not limit the*uthorttyofthe Department tobonduetor arrange for the conductof additional audits or evaluations of Federal awa* or State financial assistance or limit the auWoti t of any state agency inspector general, the State of Ffor* Auditor General, or any other state official. The Algency shall comply wth all audit and audit reporting requirements as specified below. a. In additkst to revhM of audits conducted in accordance with. -2 CPR PWt14,: Subpad # — Audit RequireirAkft, monitoring procedures may include but not be limited tolpn-site visits,by 247�'�a��.. Dgoi ftn Envelope l0- W01F083-893D-4898-8FD ° "*' i 8720A 108E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000.01 RU"UANSPORTATIONSTRATEGIC DEVELOPMENT OR AGREEMENT DGC 07ra " artment staff andW*%er procedures, including reviewing any required performance art uncial reports, folloill., ensuring action, and issuing management deciair on weaknesses found throe: audits when those findings pertain to Federal awards proves' through the Department by this Agreement By entering into this Agreement, the Agency - agrees to comply and cooperate fully wit:ai monitoring procedures/processes deemed appropriate by the Department. The Agenclf4irther agrees to comply and cooperate witha q r inspections, 00"s, investigations, or audits deemed necessary by the Department,,SltF Florida ChlefF'inancial Officer (CFO),, or State of FW4.Auditor Generale b. The Agency, a norWederal entity as defined by 2 CFR Part 200, Subpart F - Audit Requirements, as a sebrecipient of a Federal award awarded by the Department through this Agreement, is subjeath3'the following requirements. f.. In the event the, Agency expends a total amount federal awards eqr 10 qr 0 . excess of the threshold established by QM fart- SubpartF - A* Requirements, the Agency must have a Federal single or program -specific audit conducted for such fiscal year in accordance with the provisions of 2 CFR Part 200, Subpart F - Audit Requirerro ts. Exhibit "H", Audit Requirements for'Awards of Federal Financial Asst *this Agreement provides the reqUftd Federal award identification informatlon needed by She Agency to further comply 'with the requirements of 2 CFR Part 200, Subpart F - Audit Requirements. In determining Federal awards expended in a fiscal year, the Agency must consider all sources of Federal awards based on when the activity related to the Federal award occurs, including the Federal award provided through the Department by this Agreement. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by 2 CFR Part 200, Subpart F - Audit Requirements, An audit conducted by,,,the Stats Of Fkxida Auditor General in accordance with the provisions of 2 GFR Part 26d, "part F - Audit Requirements, will meet the requirements of this part. II. In connection with the audit requirements, the Agency shall fulfill the requirements relative to the auditee responsibilities as provided in 2 CfFt PRA 2M Subpar, F - Audit Requirements. Ill. In the event the Agency expends less than the threshold establisheti*2 QW00K 200, Subpart F - Audit Requirements, in Federal awards, the Agency is exempt froth: Federal audit requirements for that fiscal year. However, the Agency must provide a single audit exemption statement !t#: the Department at FDOTSinaieAudit0dotstate.1us no later than nine ftnths after the end: of the Agency's audit period for each applicable audit year.In the event the Agency -expends less then the threshold established by 2 CFR Pratt 200, Subpart F - Audit Requirements, in Federal awards in a fiscal year and le ea to have i idit conducted in accordance with the provisions of 2 CER Part 200, Subpart fr ' -.edit Requiremer►t, the cost of the audit Must bepaid fntrrtt non -Federal resources„ cost reF sub+ ate tl aau be paid.610 rr>1114Agenoy"s resources obtained fret than Federal entities). 1►� The Agency mu.electronically submit to the federal iAO-04iparinghouse PeAt https://harvester.cen$us.aovffacweb/ the audit reporting package as required CFR Part 200, Subpart F - Audit Requirements, within the earlier of 30 calendar -receipt of the auditor's report(s) or nine months after the end of the audit periA The PAC is the repository of record for audits required by 2 CFR Part 200, Subpart F -Audit Requirements. However, the Department requires a copy of the audit reporting package also be submitted to FD0TSinaleAudit911do tjl ys within the earlier of 30 calendar days after receipt cK. the auditor's report(a)°eta months after#**nd of the audit period as required q'2 Pa 200, Subpsoff-toAudit Requirements. 248 age 9 Of -26 DocuSign Envelope ID: 9301 F063 -893D-4898-81 337B720A108E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725.006-01 PUBLIC TRANSPORTMON 5TFN1EG" DEVELOPMENT GRANT AGREEMENT oGC 07122 v. Within six months of acceptance of the audit report by the FAC, 4he Department will review the Agency's audit reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate action on all deficiencies has been taken pertaining to the Federal award provided through the Department by this Agreement. If the Agency fails to have an audit conducted in accordance with 2 CFR Part 200, Subpart F — Audit Requirements. the Department may impose additional conditions to remedy noncompliance. If the Department determines that noncompliance cannot be remedied by imposing additional conditions, the Department may take appropriate actions to enforce compliance, which actions may include but not be limited to the following: 1. Temporarily withhold cash payments pending correction of the deficiency by the Agency or more severe enforcement action by the Department; 2. Disallow (deny both use of funds and any applicable matching credit for) all or part of the cost of the activity or action not#t wrnpliance 3. Wholly or partly suspend or terminate the Federal award: 4. Initiate suspension or debarment proceedings as authorized under 2 C.F.R. Part 180 and Federal awarding agency regulations ( in the case of the Department, recommend such a proceeding be initiated by the Federal awarding agency). 5. Withhold further Federal awards for the Project or program. 6. Take other remedies that may be legally available. vi. As a condition of receiving this Federal award. the Agency shall permit the Department or its designee. the CFO. or State of Florida Auditor General access to the Agency's records. including financial statements, the independent auditors working papers, and project records as necessary Records related to unresolved audit findings, appeals, or litigation shall be retained until the action is complete or the dispute is resolved vii. The Department's contact information for requirements under this part is as follows Office of Comptroller, MS 24 605 Suwannee Street Tallahassee, Florida 32399-0450 FDOTSingleAudit(a�dot.state. fl. us State Funded: a. In addition to reviews of audits conducted in accordance with Section 215.91, Flonda Statutes, monitoring procedures to monitor the Agency's use of state financial assistance may include but not be limited to on-site visits by Department staff and/or other procedures, in, reviewing any required performance and financial reports, following up, ensuring ci le_ dive action, and issuing management decisions on weaknesses found through audits whoatfose findings pertain to state financial assistance awarded through:dad► . by this Agreement. By entering into this Agreement, the Agency agrees to comply and cooperate fully with any monitoring procedures/processes deemed appropriate by the Department. The Agervy further agrees to comply andomperate with any inspections, reviews, investigations, or audits deemed necessary by the Department. the Department of Financial Services (DFS). or State of Florida Auditor General. b. The Agency, a "nonstate entity" as defined by Section 215.97, Florida Statutes, as a recipient of state financial assistance awarded by the Department through this Agreement. is subject to the following requirements: 24: DocuSign Envelope ID: 9301F063 -8930-489"F B7WJ 50 STA'!s{IF^;9lMNilePARTMENTofTRANMRTATICN Foe1R o1 l ill3MANSPORTAMON oEVE wI >11tSREEMP occ Oros In the Overs 44 ASK" OWOU tltes audit threshold r?r titements established by Section 215.9?, ids Stater, the Agency must hM a:$tate singlet grprojecto sp C audit conducted for such fisc al year In accordance with Section 421:5.97, Florida mutes; applicablia rules of the DepWOU60 of Financial ServkAW ani Chapbera 10.5,50 (locwl governments! entities) or, ".I1f (nonprofit and organizations), Rules of the Auditor General. Exhibit "G*,Audit Requirsn14.0ft fbr Awarlils of State Financial Assistance, to this Agreement indicates stat0lblencial assistance awarded through the Department by this Agreement needed by the Agency b4 fkuftrcow4Ay with the requirements of Section 2115:$7, Florida Statutes. In detanninifliq the sta(s financial assistance expended in a fiscal year, the Agency shall consider all sources of state financial assistance, including state financial eesustance received from the Department fby=tl'Iia Agreement, other state agencies, and othernanstate entities. State financial asObt does not include Federal direct or pass through awards and resources reCeliiiiill1 by a nonstate entity for Federal program nteitchslg requirements. In connection with the audit requirements, the Agency shall ensure that the audit complies with the requirements of Section 215.97(8). Florida Statutes. This includes submission of a financial reporting package as defined by Sectio 215.97 Florida Statutes. and Chapters 10.550 (local governmental entities) 4N.111100. (nonprofit and for-profit organizations), Rules of the Auditor General In the event the Agency does not meet the audit threshold requirements established by Section 215.97, Florida Statutes. the Agency is exempt for such fiscal year from the state single audit requirements of Section21&07, Florida Statutes. However, the Agency must provide a single audit exemption statement to the Department at FDOTSingleAuditCcDdct.state.fl.us no later than nine months after the end of the Agency's audit period for each applicable audit year, frill he event the Agency does not meet the audit threshold requirements established by Section 215,97., Florida Statutes, in a fiscal year and elects to have an audit conducted in accordance with the provisions of Section 21`5.97, Florida Statutes, the cost of the audit must be paid from the Agency's resources (dei.; tlN Brost of such an audit must be paid fkaril 00 Agency's resources obtained from other than State entities). Iv. In accordance with Chapters 10.55EIi. (local govemmental entities) or 18.6&4i (nonprofit and for-profit organizes,; Rules of the Auditor General, copies of financial reporting packages-required'by this Agreement shall be submitted to: Florida Department of Transportation Office of Comptroller, MS 24 5415 Suwannee Street Tallahassee, Florida 32399-0405 _FQQj§k WuditCdidot.state.fl.us And . . . filift of Florida Auditor Goo" Local Government Audits/. III West Madison Street, 0ggRta qt Tallahassee, FL 32399-1456 .. Entail: flaud n to vtCa) lid x. Any copices of 5rtarrcial relpgrtl<g packages, reports, or meter information requir#4 tb be submitted to the Depad—W.44WI be submitted timely In accordance with Seal" 245.97, Florida StatuUmi; en Oweptari 'tt1SW (local governmental entitie4 4Ilr 10,650 (Mnpmfd and fb"rofit organizations), Rules of the Auditor General, as 19 df �i 25880 DocuSign Envelope ID 9301F063 -8930-4898-8f ,37B720AI08E STATE OF FLORIDA DEPARTMENT OF TRANSPQRT14,Uo oil Pt W, TRANSPORTATICIN a AGREEMENT oGc 07122 applicable vi. The Agency. when submitting financial reporting packages to the Department for audits done in accordance with Chapters 10.550 (local governmental entities) or 10 650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date the reporting package was delivered to #*, Agency in correspondence accompanying the reporting package vii. Upon receipt, and within six months, the Department will review the Agency's financial reporting package, including corrective action plans and management letters, to the extent necessary to determine whether timely and appropriate corrective action on all deficiencies has been taken pertaining to the state financial assistance provided through the Department by this Agreement: Wit Agency fails to have an audit conducted consistent with Se bon 215.97 Florida Statutes, the Department may take appropriate corrective action to enforce compliance. viii. As a condition of receiving state financial assistance.. the Agency shall permit the Department or its designee, DFS, or the Auditor General access to the Agency's records, including financial statements, the independent auditor's working papers, and project records as necessary. Records related to unresolved audit findings. appeals or litigation shall be retained until the action is complete or the dispute is resolved c. The Agency shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of five years from the date the audit report is issued and shall allow the Department or its designee.. DFS,'or State of Florida Auditor General access to such records upon request. The Agency shall ensure that the audit working papers are made available to the Department or its designee, DFS, or State of Florida Auditor General upon request for a period of five years from the date the audit report is issued, unless extended in writing by the Department 16. Notices and Approvals. Notices and approvals referenced in this Agreement mtbed in from the Parties' respective Administrators or their designees. . 17. Restrictions, Prohibitions, Controls and Labor Provisions: a. Convicted Vendor List. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity Crime may not submit a bid on a contract to provide any goods or services to a public entity', may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount prgWed in Section 287.017, Florida Statutes. for CATEOMY TWO for a period of 36 months'kdm the date of being placed on the convicted vendor list. b. Discriminatory Vendor List. Irai mrdance with Section 134, Florida Statutes, an entity or affiliate who has been placed on the Discriminatory Vendor List, kept by the Florida Department of Management Services, may not submit a bid on a contract to provide goods or services to a public entity; flay not submit a bid on a contract lNiHf t.public end► for On : construction or repair of a public building or public work, may not submit bids on leases of reWi, property to a public entity; may not be awarded or perform work as a contractor, supplier, subMtractor, or consultant funder a contract with any public enOW, fW may7ft#ranl1w bloa ti m with any public en* - 251 DocuSign Envelope ID: 9301 F063-893D-4898-8FD11 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATION U Forth 725-000-01 STRATEGIC DEVELOPMENT GRAW AGREEMENT OGc 07122 c. Non -Responsible Contractors. An entity or affiliate has iii: its Certificate of. Qualification suspended, revoked, denied, or have further bei 0 determhpe by#, W aeparttn. to be a non -responsible contractor, may not so a bid or perform work for :00nstructioft or repair of a public building or public work,*+contract with the Agency. d. Prohibition on Using FwWglbr L.>abbying. li 0 i Inds received purstilagt to this AgreernRrr4. may be expended for lobbying the Florida Legislature, judicial branch, t t*ny state agency;.ia accordance with Section 216.347, Florida Statutes. . , l#tpplbrized Aliens. The Departmertta(�lnsider the en'tpklyment by 001*440 unauthorized aliens a violation of Section,-#4A(e) of the immigration and Nationality A41t. the contractor knowingly employs unauftized afienk l4tch violation will be cause figf.::.: unilateral cancellation of -tis Agreemet#i f. Procvft snt of Construction Services. If the Project is Vocured pursuant to Chapt&2` Floridia-Ststutes, for construction services and at the time of -the competitive solicitation forth Project, 50 percent or more of the ,fit il# the Project is.10 be paid atate-apprmpriated funds, then the Agency must comply 1 the requil+lallints of Setif 255.09;1, Florida Statutes. g. E -Verify. The Agency shall: h. i. Utilize the U.S. Department of Homeland Security's E -Verify system to verify employment eligibility of all new employees hired bythe Agency the term ofd contract: and ii. Expressly require any subcontractors performing workor. Rding services pursuant to the state contract to likewise utilize the U.S. Department of Homeland Security's E - Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the contract term, Executive Order 20-44. Pursuant to Govemor's Executive Order 2044, if the Agency is required by the Internal Revenue Code to file IRS Form 990 and is named in statute with which the Department /Mist form a sole -source, public-private agreerno #Ipr trough contract or other agreement with the State, annually receives 50% or more of its budget from the State or from a combination of State and Federal funds, Recipient shall submit an Annual Report to the Department, includkfgMe most recent Wfff rwft 990, detailing the 11 compensationfor each member of the Agency executive leadership team Total compensation shall include salary, bonuses, cashed -in leave, cash equivalents, severance pay, retirement benefits, deferred compensation, real -property gifts, 90d:any other payout: bite Agency shef# Wdbftthe Department of any changes in total executive Compensation during the period between the filing of Annual Reports within 60 days of any change taking effect. All compensation reports shall detail the percentage of executive leadership compensation received directly from all State and/or Federal allocations to the Agency. Annual Reports shall bo. in#. *form approved by the Department and shall be submitted to the Department at fdotsingleaudit@dot. state.fl.u$. within 180 days following the end of each tax year of the Agency receiving Department funding. Design Services and Construction Engineering and Inspection Serve,_ ,if the.Project is wholly or partially funded by the Department and administered by s. amental entity, except for a seaport listed in Sectiorvv3*4;0% Florida Statutes, ;*400, =defined in Section 332.004, Florida Statutes, the entity performing de F'ootv*uction engineering and inspection services may not be the same entity. id 25.1W'° 13 s , i DocuSign Envelope ID: 9301 F063 -893D-4898- 3iS."111111111' s iviii of FLowoA MAR, rrr of TnnWMRrAJ*t 'PUBLIC TRANSPORTATION GRANT AGREEMENT ...:err occ anzs a. It'd° ifically agreed between the Parties executing this Agreement that it is not Wended by girty of the provisions of *lySW bf this Agreement to create in the public or any ttember thereof a third party beneficiary under this Agreement, or to authorize anyone not a;pw tip this Agreement to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this Agreement_ The Agency guarantees the payment of all just claims for materials, supplies, tools, or labor aadv#wr just claims against the Agency or Silly. subcontractor, in connection with this Agreement. Additionally. the Agency shalt indemnify, defend, and hold harmless the State of Florida.. Department of Transportation, including the Departme.ft,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 Agency and persons employed or utilized by the Agency in the performance of this Agreement indemnification shall survive the termination of this Agreement. Additions* #*,,Agency agrees to include the following indemnification in all contracts with contractors/subcontractors and consultants/subconsultants who perform work in connecbo With this Agreement. "To the fullest extent permitted by law, the Agency's contractor/consultant shall indemnify, defend, and hold harmless the Agency and the State of Florida, Department of Transportation, including the Department's officers and employees. from liabilities. damages. losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of the contractor/consultant and persons employed or utilized by the contractor/consultant., lit the performance of this Agreement. This indemnification shall survive the termination of this Agreement b. The Agency shall provide Workers` Compensation Insurance in accordance with Florida's Workers' Compensation law for all employees. If subletting any of the work, ensure that the subcontractor(s) and subcorsultant(s) have Workers'Compensation Insurance #f l' 'their employees in accordance with Florida's Workers' .Compensation law. If using "leased employees' or employees obtained through professional employer organizations ("PEO's'), ensure that such employees are covered by Workers Compensation Insurance through the PEO's or other leasing entities Ensure that any equipment rental agreements that include operators or other personnel who are employees of independent contractors, sole proprietorships. or partners are covered by insurance required under Florida's Workers' Compensation law. c. If the Agency elects to self -perform the Project: then the Agency may self -insure If the Agency elects to hire a contractor or consultant to perform mel Project, them Agency shall ca", or cause its contractor or consultant to carry. Commercial General Liability insurance providing, continuous coverage for all work or operations performed under this Agreement. Such insurance shall be no more restrictive than that provided by the latest occurrence for'r(t edition of the standard Commercial General Liability Coverage Form (ISO Form CG 00 01) as filed for use in the State of Florida. The Agency shall cause, or cause its contractor or consultant to cause, the Department to be made an Additional Insured as to such insurance. Sucl!t^ coverage shall be -Oman "occurrence" basis and shall include Products/Completed Operations coverage. The coverage afforded to the Department as an Additional Insured shall be primary as to any other available insurance and shall not be more restrictive than the coverage afforded filo Ow Named lnsured. The limits of coverage shall not be less than $4j tElAO ftu each occurrence and not less than a $5,000,000 annual general aggregate, inclusive o `- amounts provided by an umbrella or excess policy. The limits of coverage described herein shall apply f * ip#*,vM&*r4iperations performed under the Agreement, and may'rAt bb shared with or diminished by claims unrelated to the Agreement. The policylies and coverage described herein may be subject to a deductible and such deductibles shall be paid by the Named Insured. Nolies oteovera a described herein poHCy g ffiliiilyzontain or be subject`t0•8 Retention or a Self -Insured Retention unless the Agency is a state agency or subdivision of 2a DocuSign Envelope ID: 9301F063-893D4898-8FC"O"" 7B720A108E STATE OF FLORIDA DEPARTMEHi Of SMI' �ef�R728-00D 01 PUBLI'RAN STRATEGIC GRANTAGREEMEW age 07= the State of Florida that elects to self -perform the Project. Prior to the execution of the Agreement, and at all renewal periods occur prior to final acceptance of the wf, the Department shall be provided with an ACORD Certificate of Liability Insurance reflecting the coverage described herein. The Department shall be notified in writing within ten days of any cancellation. notice Of Cancellation, lapse, renewal, or pniposed change to :0, or coverage described herein. The Department's approval or failure to.disapprove any policyAes, coverage, or ACORD Certificates shall not relieve or excuse any obligation to procure and maintain the insurance required herein, nor serve as a waiver of any rights or defenses the Department may have. 4L When the Agreement includes the construdgm ote IdIlrbad grade datoilitil►g fei%*d overpass or underpass structure, or any other work or ins within the limits of the railroad rigid' of -way, iu�o' t Iwt"a9,16 r vicinity bf l railroad rlght-&f way, the Agency shall,, Or'C"' its contractor to, in additiontrq Ole insurance =verap required above, procure and makaln Railroad Protective Liability Coverage (ISO € 0 314 where the railroad is the Named Insured and where the limits are not less than $2,000,000 combined single limit for bodily injwy and/or property damage per occurrence, and with an annual aggregate limit of not less than $6,000,000. The railroad shall also be added along with the Department as an Additional Insured on the policyAes procured pursuant to the paragraph above. Prior to the execution of the Agreement..dot at all renewal periods which occur prior to final acceptance of the work, both the Department and the railroad shall be provided with an ACORD Certificate of Liability insurance reflecting the coverage described herein. The insurance described herein shall be maintained Ithrough final acceptance of the work. Both the Department and the railroad shall be notified in writing within ten days of any cancellation, notice of cancellation, renewal, or.proposed change to any policy or coverage descrbed herein. Iher Department's approval or failure to disapprove any policylies, coverage, or ACORD Certificates 911all not raliewl or excuse any obligation to procure and maintain the insurance required h , nor serve as a waiver of any targles: Depart.may have. e. When the Agreement involves work on or in the vicinity of utility -owned property. 6ifatNNiei the utility shall be added along with the Department as an Additional Insurbd on Commercial General Liability policylies procured above 19. Miscellaneous: a. Environmental Regulations. The Agency will be solely responsible for compliance with all applicable environmental regulations and for any liability arising from non-compliance with these regulations, and will reimburse the Department for any. Jose incurred irf ccnnes tion therewith. b. Non -Admission of Liability. In no event shall the making bit. lartrfMkaAy payment to the Agency constitute or be Construed as a waiver by breach of cXtv+ionent orany,494"mfth ,then exist O_a #* pW at- Agency t-" mak- of such payment by the Department, while any such breach or default shall exist, shall in Jwway impair or prejudice any right or remedy available to the Department with respect to suchbreach or default. c. Severabi!lty, If Any, provision Of tOAgreement is held invalid, the remainder ttf `die Agreementshall)*lye affected. 1A e0 io instats6ei,.;the remaindOrTARMt Etta to conform to the terms and requ irements et' Applicable law. d. Ag" not an agent of Departments The Agency and the Department agree that the iApnoy, its employees, contractors, subcontractors, consultants, and subconsultants are not agents of thtr LIrtrrtent as a, et' #tis Agreeffilent, 254" DocuSign Envelope ID9301F063-893D-4898-8f 337B720A108E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Foos 7n4Wo1 PUBLIC TRANSPORTATION STRATEGIC DEVELOPMENT GRANT -AGREEMENT OG`OV22 e. Bonus or Commission. By execution of the Agreement, the Agency represents that it has not paid and, also agrees not to pay, any bonus or commission for the purpose of obtaining an approval of its application for the financing hereunder. f. Non -Contravention of State Law. Nothing in the Agreement shad require the Agency to observe or enforce compliance with any provision or perform any act or do any ether thing in contravention of any applicable state law. If any of the provisions of the Agreement violate any applicable state law, the Agency will at once notify the Department in writing so that appropriate changes and modifications may be made by the Department and the Agency to the end that the Agency may proceed as soon as possible with the Project. g. ENWRion of Agreement. This Agreement may be executed in one or more counterparts, each of which shall be deemed an original, but all of which shall constitute the same Agreement. A facsimile or electronic transmission of this Agreement with a signature on behalf of a party will be legal and binding on such party. h. Federal Award Identification Number (FAIN). If the FAIN is not available prior to execution of the Agreement, the Department may unilaterally add the FAIN to the Agreement without approval of the Agency and without an amendment to the Agreement. If this occurs an updated Agreement that includes the FAIN will be provided to the Agency and uploaoed to the Department of Financial Services' Florida Accountability Contract Tracking Systenl,(FACTS). i. Inspector General Cooperation. The Agency agrees to comply with Section 20.0wS), Florida Statutes, and to incorporate in all subcontracts the obligation t000ft"'t.t 20.055(5), Florida Statutes. J. Law, Forum, and Venue. This Agreement shet4b6govemed by and construed in accordance with the laws of the State of Florida. In the event of a conflict between any portion of the contract and Florida law, the laws of Florida shall prevail. The Agency agrees to waive forum and venue and that the Department shall determine the forum and venue invohich any dispute under this Agreement is decided. DocuSign Envelope ID: 9301F063 -893D -4898-8F 720A108E 51 STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTA GRANT AGREEMENT E**M,.: . EXHIBIT A Project Description and Responsibilities Form 726-000-02 STRATEGIC DEVELOPMENT :. .. OGC 09/22 A. Project Description (description of Agency's project to provide context, description of project components funded via this Agreement (if not the entire project)): adds FY23 Section 1 operating. Coronavirus Response and Relief Supplemental Appropriation Act (CRRSAA) of 2021 funding for Indian River County,.The project will provide operational assistance to help Indian River County as they continue to recoverfrot'1't the devastating financial and public health impacts of COVID. S. Project Location (limits, city, county, map); Indian River County BOOCNero Beach, FUlndian River C. Project Scope (allowable costs: describe project components, improvement type/servicittpe, approximate timeline. project schedule., project size): Transfer funding from the Federal Transit Administration's to Subrecipient for the activities listed in attached budget and in the approved Subrecipient grant application. Regular service hours will remain Monday through Friday from 8.00.4m through 5:00 p m.,, except holidays, for which we provide limited service. Our dispatch operation opens at 4:30 a.m. and closes at 7:00 p.m. or after the last driver is done and has returned to the yard. Our program provides origin to destination (door-to-door) paratransit service to enhance the mobility of residents in the. rural areas of ourcounty. The service will provide users various types of trips to include, but not limited to, medical and life-sustaining appointments, their nutritional needs, employment related services and for recreation. D. Deliverable(s): 1) Refer to Exhibit E and Exhibit F of PTCA. 2) Comply with Transparency Act. where applicable 3) Recipients providing fixed -route service can segregate urbanized and non -urbanized miles based on route maps and allocate system -wide costs accordingly Drivers' logs can be maintained to segregate mileage or hours inside and outside the urbanized area. 4) Certification verifying adoption of a System Safety Program Plan. 6) Quarterly reports submitted with invoices. 6) Submit invoice every three (3) months, at minimum 7) Ensure that funds are used to prevent prepare for, and respond to CQVID-1$ 8) If the Grantee does not show a steady use of the funds, the Department will consider closing the PTGA and reallocating the amount available for the Grantee's use. The project scope identifies the ultimate project deliverables. Deliverables for requisition, payment and invfte purposes will be the incremental progress made toward completion of project scope elements. Supporting___ documentation will be quantifiable, measurable and verifiable, to allow for a determination of the amount iaf incremental progress that has been made, and provide evidence that theptfinent requested is commensurate with the accomplished incremental progress and costs incurred by the Agency; P ge 17 of 25 25W. DocuSign Envelope ID: 9301F063-893D-4898-8F 37872OA108E STATE OF FLOMA jOARTMENT OF TRANNSPO�/ RTTA TION Form 725-000-02 P U BUC TRA NS P O RTADONSTRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS occ 09122 E. Unallowable Costs (including but not limited to). candy, alcohol, decorations, greeting cards, lobbying, personal cell phone. office patties, entertainment. food. fans, coffee pots, portable heaters, refrigerators, microwave ovens, congratulatory telegrams, refreshments, banquets, catering, gifts/flowers, promotional items. F. Transit Operating Grant Requirements (Transit Only): Transit Operating Grants billed as an operational subsidy will require an expenditure detail report *M the Agency that matches the invoice period. The expenditure detail, along with the progress report. will be the required deliverables for Transit Operating Grants. Operating grants may be issued for a term not to exceed three years from execution. The original grant agreement will include funding for year one. Funding for years two and three will be added by amendment as long as the grantee has submitted all invoices on schedule and the project deliverables for the year have been met. DocuSign Envelope ID: 9301 F063-893D-4898-8FC Am.,7872OA1,08E AW STATE OF KWW DF. TALENT OF TRANSPORTATION Form 725-000-02 PUBLIC TRAWWKWATIM STRATEGIC DEVELOPMENT GRANT AGREEMENT EXHIBITS OGc 09122 illMISIT B Schedule of Financial Assistance TRANSIT OPS' ONLY FUNW AWARDIrQ TO THE. AGMY KOWIAW ` 0 i AGREEMENT CONISIST,01F Tim. FOUAD A O A. Fund Typo and FNM how: Financial Project Number Fund Type FLAIR State Category Fiscal Y " Object Code `" CSFAI CSFAICFDA Title or CFDA Numb Funding Source Description Funding An, nt 407182-3-8"1 DUCA 088774 = 78=11 201" . Formula Grants for Rural Areas ML Total Financial Assistance $364,412.00 B. Operations Pftase - Estimate of Projei Costs by Budget C g0rY: " Budget category amounts are estimates and can be shifted between items without amendment (because they are all within the Operations Phase). C. Cost Reimbursement The Agency will submit invoices for cost reimbursement on a. _ Monthly 1L:Quarterly Other: basis upon the approval of the deliverables including the expenditure detail provided by the Agency. Scope Code and/or Activity Line Item AL1 Transit Only),], BUDGETICOST AIIIALYSIS CERTIFICATION AS REQUIRED BY SECTION 216. FLORIDA STATUTES: I certify that the Cost for each line item budget category has been evaluated and determined to be allowable, reasonable, and necessary as required by Section 2W3475, Florida Statutes. Documentation is on file evidencing the methodology used and the conclusions reached. PLEASE SEE ATTACHED 25;' 20 of 25 DoglSfyn Em lw 10:9301F083-893D-4898-8FC '"713720A108E STATE OF FLOPoDA DEPARTMENT OF TRANSPORTATION PUBLCC TRANSPORTATION GRANT AGREEMENT EXHIBITS EXHIBIT E PROGRAM SPECIFIC TERMS AND CONDITIONS — TRANSIT (Section 531111 Formula Grants for Rural Areas) i l DEV occ ova This exhibit forms an integral part of the Agreement between the Department and the Agency. The Agency, as the "subreci ienr, Shaft Oft the P � tblMaWln9 requirerrments: 1. Corrfonrrance with Enabling Legislation. This AgreelnuM is in conformance t 0 Omni11011:& the Federal Transit Act of 1991, as amended (49 4 -4311) and Section 341:0ft(11)N, F.& 2. Prevention Programs, The Section 5311 subrocilpient shall establish and t1y and alcohol misuse prevention programs in accordencewimltte terms of 49 CFR 655,4t1J,%0.'A0M, and 49 CFR 40. 3. Adherence to C:ertMcations and Assurances. The Section 5311 subrecipient shall ensure adherence with all federally required certifications and assurances made in its application to the Department for Section 5311 funds. 4. FTA Compiliionm The Section 5311 subrecipient shall at all times comply with all applicable Federal Transit Admin (`FTA') regulations, policies, procedures and directives, including without limitation those listed deeclJtl or by reference in the Master Agreement between. the Department and FTA, as they may be ementled orpromulgated from time to time during the term of this contract. Failure to comply shall constitute a material breach of this contract. 3. C 0pW%W& The Section 5311 subrecipient agrees to comply with 49 ll $.G: , (r) and 49 CM 60, which pmVM*thatrecipiertis and subrecipients<pfFTA assistance are-pl Ibiteditiitplproviding c service using federally funded equipment or facilities if there is at least one private charter operatorwilling W4 able to-providoft service, except under one of the exceptions at 49 CFR 604.9. Any charter service provided under one of the e=eptions must be "incidental," JiA,1t must not interfere with or detract from the provision of n ass trarraportaeltion. B. Exck*W* Operatim Pursuant to 69 U.S.C. 5323(f) and 49 CFR 605, the Section 5311 subrecipient:of FTA assistance t'rtfay riotarigage in school bus operations exclusively for the transportation of students and school personnel In competition with private school bus operators unless qualified under specified exemptions. When operating exclusive school bus service under an allowable exemption, subrecipients may not use federally funded equipment, vehicles, or facilities. 7. OW An**=. The Section 5311 subrecipient agrees to com with Buy America requirements o~ id 49_ U,&C. 3 end 49 CFR 661, if using the fundsgranted 00orthis Agreement for rolling din -d WOWA -- The recipient also agrees to comply with the pre -award and post delivery requirements outlined it 49 CM 661.12. 8. Water Pollution Control. The Section 5311 subrecipient agrees to comply with all applicable standatft orders or regulations issued pursuant to the Federal V*W�t Control Act, codified at 33 U.S.O. 1261 et seq. as amended, if the agreement exceedt lift.0 0. 9. Anti -Lobbying. The S0er1Qt1.83'11 urtbret illa GPM# 1646 l rwith the rsqWftments pursuant to Byrd Aro U*bying Amendrri0* 91 l).S.C.1352( 10. Bonding R 1 obs. If this Agreement is for a condbt.0 __. f oject over $150,000 the re lit l adhere to FTA`s bonilling requirements as outlined in tttS:i« Istactices Procurement Manual, 111: Air Act. The 5811 subrecipient agrees to comply with applicable standards, orders or regulations ib$U.Woursuant to theClean Air Act, 42 U.S.0 7401 et seq., as amended, if this Agreement exceeds .26PO M Ft966Ufts Conservation and Recovery A t.OM). The 5211 c wr�Fr all the requirement of Section 6042td:Resouresrr lnservation and. te<,1$C. +3962, as amended, including but not limited to the regulatory provisions of 40 t iietae it 1;2$73, as they apply to the pfoct of the items designated in SubpW, ' 13 tyt+0 F. 13. Davis -Bacon and Copeland Anti4dakbeuL it 04i &*ecipient agtees ��t`M Davis -Bacon and Copeland Anti -kickback Acts as 01140- ..", 31141 at seq. and 1`9rSS,'�;, $�1 for any agreement exceeding $2,000. 14. Contract Work Hours and Safety { FWany contract over $2,000 the t'i't�iripient :f comply wth the Contract Wank Hours>$i1t$ttrds Act, codified at 40 t at salt: 15. Transit Employee Protective Agreements. The Wi st�ftti8agreest0comply with the Transit Employee Protective Agreements as codified in 49 U S:C. 5W and 29'GFR 215. 16. Compliance with FTA Terrtaz and Conditions. 71* 5311 $ubrecipierttOW,ia-pw$6"nwvytttfe1w perform any act, or refuse to comply with any DepatirWnt requests which would cause the -531.1•-S brecipient to be in violation of the FTA terms and conditions. 17. Annual Safety Certification. In accordance with Section 341.061, F.S., and Rule 14-90, Florida Administrative Code, the Agency shall submit, and the Department shall have on file, an annual safety certification stating that the Agency has adopted and is cortoVft with its adopted Syst t Safety and Security Prt'igram Plan, and has piedWri+ed must safe r iopections of all buses operated. 18. BudgeNeast anatysis. The Agency veill swist line Department by providing acc rte information for the Department to grate a b dgeraiboat anaiyss in scoari4now with Sectim 216.3475, 0* 8. 19. Non -urbanized arm. The w�l Agenry pe*4vtdetneth3d0bgy fotdetany9ining the non -urbanized area portion of their service prior to submitting the first invoice. The ftencay wlit submit an updated methodoitty ow*per year. 20. Attorney certification. The Agency will submit an attorney certification prior to submitting the first invoice and once yearly thereafter for goods or services procured under this Agreement ih accordance with Chapter 287, F.S. :21. Public Body Non -CTC Recipients, An Agency may receive 6,311 funds when the G nunity'Tronsportawn Coordinator in the cxarray is a private-fbtprofit erg, WhentheAgem accepts 1$11 AnOV enters into ,a contractIPTGA with the Department, and the contracts with the CQmmunity Transportation i ` rdinator to or rural a rural general public transportation in the same service area in which the Community Transportation Coordimdor is providing non -sponsored trips for the OWmission for the Transportation Disadvantaged, then the fro -sponsored human service transpoi . gr& t'#W*- *Lbe t ideri : eligible match for 1*6341 funds. The Agency will be responsible for fsuring that the COnmunity Transportation Coordinator mets alt the requirements associated with the feder4fu nds. The Agency will be responsible for ensuring that all dollars ed as match were for tra rtation eligible g .I�i�#nancial i i� 9 � . The A e substantiate the eigitNfity for the match being provided and juake thee# mentation available to Department on roouest. 22.,%nsh Vahicle tory iiilanagement. Tha,Agency will fallow thea Departments Illansit Vehicle in>rert�y i)iianagement Pi edure (725-030-025), wA Wires reiquitrernii ft for contiNuing management inventory transferatned disposal actions. 11*pfoco weperUii ,CKYUCapital Omurements off -stoct ung th+s FTA 6*40 53-10, Section W 1,' 318 acrid s as tai fulls source, or where the Depfilowt participates fhW.% -Owmefft public transit vehicld%,ptttphesq p DocuSign Envelope ID9301F063-893D-4898-8FD4"�7B720A108E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION Form 725-000-02 PUBLIC TRANSPORTATION DESTRATEGIC VELOPMENTPMENT GRANT AGREEMENT EXHIBITS OAC 09122 This may include vehicles purchased under the State Transit Block Grant Program, State Transit Corridor Program, State Transit Service Development Program, or other applicable Department programs. -- End of Exhibit E -- DocuSign Envelope ID 9301F063 -893D -4898-E 837B720A108E STATE OF FLORIDA DEPARTMENT OF TRANSPORTA'nON PUMJC TRANSPORTATION GRANTAGREEMENT EXHIBITS EXHIBIT F Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures Cost Reimbursement Contracts Invoices for cost reimbursementGontracts must be supported by an itemized listing of expenditures by categt f (salary, travel, expenses, etc.). Supporting documentation shall be submitted for each amount for whk*,reimbursemet'� is being claimed indicating that the item has been paid. Documentatim, for each amount for which ieimbursement is being claimed must indicate that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each piece of documentation should clearly reflect the dates of service. Only expenditures for categories in the approved agreement budget may be reimbursed. These expenditures must be allowable (pursuant to law) and directly related to the services being provided. Listed below are types and examples of supporting documentation for cost reimbursement agreements: (1) Salaries: A payroll register or similar documentation should be submitted. The payroll register should show gross salary charges, fringe benefits, other deductions and net pay. If an individual for whom reimbursement is being claimed is paid by the hour a document reflecting the hours worked times the rate of pay will be acceptable. (2) Fringe Benefits. Fringe Benefits should be supported by invoices showing the amount paid on behalf of the employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based on a specified percentage rather than the actual cost of fringe benefits then the calculation for the fringe benefits amount must be shown. Exception Governmental entities are not required to p1'ovide check numbers or copies of Checks for fringe benefits (3) Travel: Reimbursement for travel must be in accordance with Section 112.061 Florida Statutes, which includes submission of the claim on the approved State travel voucher or electronic means. (4) Other direct costs: Reimbursement will be made based on paid invoices/receipts. If nonexpendable property is purchased using State funds. the contract should include a provision for the transfer of the property to the State when services are terminated. Documentation must be provided to show compliance with Department of Management Services Rule 60A-1.017, Florida Administrative:Code, regarding the requirements for contracts which include services and that provide for the contractor to purchase tangible personal property as defined in Section 273.02, Florida Statutes, for subsequent transfer to the State (8) fn -house dtarges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be reimbursed on a usage log which shows the units times the rate being charged. The rates rn.0 it be reasonable. (6) Indirect costs: If the contract specifies that indirect costs will be paid based on a qWANd rate, then the calculation should be shown. Contracts between state agencies, and/or contracts between universities may submit alternative documentation to substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports. Tho Florida Department of Financial Services, online Reference Guide for State ExpendituresopUtWnd at this web address https://www.mvfloridacfo.com/Division/AA/Manuals/documents/ReferenceGuideforS!` nditures pdf DocuSign Envelope ID: 9301F063-893D-4898-8FD720A108E STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PUBLIC TRANSPORTATM GRANT AGREEMENT EX1410M EXHIBIT H AUDIT REQUIREMENTS FOR AWARDS 00FEDERAL FINANCIALASGWAWE FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE AS FOLLOWS: CFDA No,: 20.509 CFDA TitlA: Formula Grants for Rural Areas 'Award Amount: $364,412 Awarding Agency: Florida Department of Transportation Indirect Cost Rate: "Award is for R&D: No "The federal award amount may change with amendments '"Research and Development as defined at 2 GFR §200,87 Forth 725-000-02 STRATEGIC DEVELOPMENT OGC 09/22 FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENT ARE SUBJECT TO THE FOLLOWING AUDIT REQUIREMENTS: 2 CFR Part 200 — Uniform Administrative Requirements. Cost Principles & Audit Requirements for Federal Awards WMM ecfr.gov FEDERAL RESOURCES AWARDED PURSUANT TO THIS AGREEMENTY I SUBJECT TO THE FOLLOWING: Title 23 — Highways, United States Code http //uscode.house.gov/browse,xhtml Title 49 — Transportation, United States Code hftp://uscode. house-gov/browse. xhtm l MAP -21 — Moving Ahead for Progress in the 215' Century, P.L. 112-141 www.dot.gov/map21 Federal Highway Administration — Florida Division www fhwa.dot.gov/fldiv Federal Funding Accountability and Transparency Act 'A1A) Stub -award Reporting System ( RS) www.fsrs.gov w^ OocuSign Envelope ID: 9301 F063-893D-4898-8FD 'B720A108E FACommunity Dcvelopmeat\UsmMPO\TransiflGrantsl53.1ii%'t AMWVPE"++ 2 266 p DocuSign Envelope ID: 930IF063-893D-4802-8378720AI08E Go To: PauIa.Scol1&otstate.fi.us FLORIDA DEPARTMENT OF TRANSPORTATION FUNDS APPROVAL G2F91 12J2712022 CONTRACT4NIFORMTM Original Reviewed or Approved,'APPROVED G2F91 tractType: GD - GRANT DISBURSEMENT (GRANT) hod of Procurement Ib G - GOVERMENTAL AGENCY (287.057,F.S.) dor Name: INDIAN RrVER COUNTY BOCC Vendor ID-. F596000674006 Beginning Date of This Agreement 01/15/2023 riding Date of This Agreement: 06130/2026 'ontract Total/Budgetary Ceiling: ct = $364,412.00 'escription: FY2023 Section 5311 - Rural Operating - CRRSAA Funding FUNDS APPROVAL INFORMATION FUNDS APPROVED/REVIEWED FOR ROBIN M. NAITOVE, CPA, COMPTROLLER ON 12127/2022 Adon: Original Reviewed or Approved,'APPROVED J :Organization Code: 55042010429 !Expansion Option: 'I Object Code 780000 `! Amount: $364,4*00 Finarcial Project: 40718238401 !Work Activity (FCT)II 215 1CFDA. 20.509 Fiscal Year, 2023 Budget Entity 55100100 Category/Category Ye ~z1 088774/23 Amendment 1 Ilw iiAl 0001 00 Use, Assigned 11), Total Amount $364,412-00 EXHIBIT C [From policy adopted by Indian River County Board of County Commissioners on February 19, 2002] "D. Nonprofit Agency Responsibilities after Award of Funding Indian River County provides funding to all nonprofit agencies on a reimbursement basis only. All reimbursable expenses must be documented by an invoice and/or a copy of the canceled check. Any expense not documented properly to the satisfaction of the Office of Management & Budget and/or the County Administrator may not be reimbursed. If an agency repeatedly fails to provide adequate documentation, this may be reported to the Board of Commissioners. In the event an agency provides inadequate documentation on a consistent basis, funding may be discontinued immediately. Additionally, this may adversely affect future funding requests. Expenditures may only be reimbursed from the fiscal year for which funding was awarded. For example, no expenditures prior to October 15t may be reimbursed with funds from the following year. Additionally, if any funds are unexpended at the end of a fiscal year, these funds are not carried over to the next year unless expressly authorized by the Board of Commissioners. All requests for reimbursement at fiscal year-end (September 30th) must be submitted on a timely basis. Each year, the Office of Management & Budget will send a letter to all nonprofit agencies advising of the deadline for reimbursement requests for the fiscal year. This deadline is typically early to mid- October, since the Comptroller Division does not process checks for the prior fiscal year beyond that point. Each reimbursement request must include a summary of expenses by type. These summaries should be broken down into salaries, benefits, supplies, contractual services, etc. If Indian River County is reimbursing an agency for only a portion of an expense (e.g. salary of an employee), then the method for this portion should be disclosed on the summary. The Office of Management & Budget has summary forms available. Indian River County will not reimburse certain types of expenditures. These expenditure types are listed below. a. Travel expenses for travel outside the County including but not limited to; mileage reimbursement, hotel rooms, meals, meal allowances, per Diem, and tolls. Mileage reimbursement for local travel (within Indian River County) is allowable. b. Sick or Vacation payments for employees. Since agencies may have various sick and vacation pay policies, these must be provided from other sources. c. Any expenses not associated with the provision of the program for which the County has awarded funding. d. Any expense not outlined in the agency's funding application. The County reserves the right to decline reimbursement for any expense as deemed necessary." 268 EXHIBIT D STANDARD TERMS FOR GRANT CONTRACT Venue; Choice of Law: The validity, interpretation, construction, and effect of this Contract shall be in accordance with and governed by the laws of the State of Florida, only. The location for settlement of any and all claims, controversies, or disputes, arising out of or relating to any part of this Contract, or any breach hereof, as well as any litigation between the parties, shall be Indian River County, Florida for claims brought in state court, and the Southern District of Florida for those claims justifiable in federal court. Entirety of Agreement: This Contract incorporates and includes all prior and contemporaneous negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Contract that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document signed by both parties. 3. Severability: In the event any provision of this Contract is determined to be unenforceable or invalid, such unenforceability or invalidity shall not affect the remaining provisions of this Contract, and every other term and provision of this Contract shall be deemed valid and enforceable to the extent permitted by law. To that extent, this Contract is deemed severable. 4. Captions and Interpretations: Captions in this Contract are included for convenience only and are not to be considered in any construction or interpretation of this Contract or any of its provisions. Unless the context indicates otherwise, words importing the singular number include the plural number, and vice versa. Words of any gender include the correlative words of the other genders, unless the sense indicates otherwise. 5. Independent Contractor: The Subrecipient is and shall be an independent contractor for all purposes under this Contract. The Subrecipient is not an agent or employee of the County, and any and all persons engaged in any of the services or activities funded in whole or in part performed pursuant to this Contract shall at all times and in all places be subject to the Subrecipient's sole direction, supervision, and control. 6. Assignment: This Contract may not be assigned by the Subrecipient without the prior written consent of the County. 269 Chapter 197 TAX COLLECTIONS, SALES, AND LIENS 197.323 Extension of roll during adjustment board hearings.— (1) Notwithstanding the provisions of s. 193.122, the board of county commissioners may, upon request by the tax collector and by majority vote, order the roll to be extended prior to completion of value adjustment board hearings, if completion thereof would otherwise be the only cause for a delay in the issuance of tax notices beyond November 1. For any parcel for which tax liability is subsequently altered as a result of board action, the tax collector shall resolve the matter by following the same procedures used for correction of errors. However, approval by the department is not required for refund of overpayment made pursuant to this section. 271 RIVER COUNTY, FLORIDA AGENDA ITEM immunity Services -Human Services Division Date: August 12, 2024 To: The Honorable Board of County Commissioners Thru: John A. Titkanich, Jr., County Administrator Michael C. Zito, Deputy County Administrator Cindy Emerson, Community Services Director From: Megan Kendrick, Human Services Manager CONSENT AGENDA BCC Meeting 09-10-2024 Subject: Children's Services Contingency Funding for Fiscal Year 2023-2024 BACKGROUND: On June 20, 2023, the Board of County Commissioners approved the Children Service's program funding allocations for fiscal year 2023-2024. The approved funding included an additional allocation to two specific children's programs, Helping Hands Summer Program and Childcare Resources Children in Centers, should contingency funds become available due to default, noncompliance, or early termination of an awarded contract. On May 7, 2024, the BOCC approved providing full contingency funding to Helping Hands Summer program and partial contingency funding to Childcare Resources Children in Centers. DESCRIPTION AND CONDITIONS: For the fiscal year 2023-2024, Children's Home Society of the Treasure Coast was awarded $30,000 for its Teen Life Choices Program. The agency has ended the program early and has formally notified the Children's Services Advisory Committee (CSAC) of their decision to terminate the program contract. To date, they have expended $21,688.07. Termination of the program will result in the de - obligation of the remaining balance of approximately $8,311. Childcare Resources Children in Centers has stated they are in need of additional funding. CSAC would like to award the $8,311 left from Children's Home Society and to Childcare Resources Children in Centers. FUNDING: There is no additional funding for this item, as the $8,311 will be transferred from Children's Home Society to Childcare Resources Children in Centers upon approval. RECOMMENDATION: Staff recommends the Board approve the transfer of funding for Childcare Resources Children in Centers in the amount of $8,311 and authorize the County Administrator to execute the agreements after review and approval by the County Attorney as to form and legal sufficiency. ATTACHMENTS: Amended Grant Contract — Childcare Resources 272 Notice from Children's Home Society APPROVED AGENDA ITEM FOR September 10, 2024 273 Indian River County Children's Services Advisory Committee 1800 271' Street Vero Beach, FL 32960 Dear Ms. Leigh Uribe & Ms. Am ie Rutherford: As a follow-up to our conversation on March 11, 2024, please accept this as written notice that as of May 30, 2024, Children's Home Society of Florida (CHS) will be terminating our Teen Life Choices services in Indian River County. I wish to take this opportunity to thank you for your partnership with CHS over these many years where we have provided guidance and education to youth in the community to realize their full potential. It has been an honor to see the good we have accomplished in building stronger foundations for these children and we look forward to continuing our relationship and expanding our impact to meet the needs of the community. Sincerely, ilPauy $. ??aok Mary E. Nash Senior Vice President of Operations Children's Home Society of Florida Sabrina Barnes Second Amendment to Indian River County Grant Contract This Second Amendment to Indian River County Grant Contract ("Contract") entered into effective this day of 2024 by and between Indian River County, a political subdivision of the State of Florida, 1800 27th Street, Vero Beach FL, 32960 ("County") and Childcare Resources of Indian River, 2300 5th Avenue, Suite 149, Vero Beach, FL, 32960 ("Recipient") for the Children in Centers program. Background Recitals WHEREAS, the County and Recipient entered into the Indian River County Grant Contract effective October 1, 2023. WHEREAS, at the June 12, 2023, Children's Services Advisory Committee (CSAC) meeting, the committee approved that should contingency funding become available, the grant subcommittee recommends prioritizing the $20,000 requested by the Helping Hands program for the summer program and reallocating any remaining funds to Childcare Resources, which requested $300,000 but was awarded $250,000, creating a $50,000 reserve for potential needs throughout the year. WHEREAS, contingency funding has been made available for allocation and the parties wish to enter into an amendment to the Contract. WHEREAS, For the fiscal year 2023-2024, Children's Home Society of the Treasure Coast was awarded $30,000 for its Teen Life Choices Program. However, the agency has ended the program early and has formally notified the Children's Services Advisory Committee (CSAC) of their decision to terminate the program contract, resulting in the de -obligation of the grant funding leaving a remaining balance of $8,311.93. NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration, the recipient and sufficiency of which are hereby acknowledged, the County and Recipient agree as follows: 1. The background recitals are true and correct and form a material part of this Second Amendment. 2. The County will allocate $8,311.93 of contingency funds to Childcare Resources of Indian River Children in Centers program 3. All other terms and provisions of the Agreement shall be unchanged and remain in full force and effect. [SIGNATURES TO FOLLOW ON NEXT PAGE] 275 IN WITNESS WHEREOF, County and Recipient have entered into this Second Amendment on the date first above written. INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS CHILDCARE RESOURCES. OF INDIAN RIVER, INC., a Florida not for profit corporation BY: Shannon McGuire Bowman Executive Director APPROVED: By: John A. Titkanich, Jr., County Administrator Approved as to form and legal sufficiency.- By: ufficiency: By: Christopher A. Hicks Assistant County Attorney 2 BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA BY: Susan Adams, Chairman Board of County Commissioners Approved by the BCC: ATTEST: Ryan L. Butler, Clerk of Court and Comptroller BY: Deputy Clerk of Court 276 ?N INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator THROUGH: Cindy Emerson, Community Services Director PREPARED BY: Siphi Chinyanganya, SHIP Administrator DATE: August 12, 2024 SUBJECT: Consideration of the Indian River County SHIP Program 2024 Annual Report It is requested that the data herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of September 10, 2024. DESCRIPTION AND CONDITIONS In the early 1990's, the State Housing Initiatives Partnership (SHIP) Program was created by the State of Florida. Through that program, the state collects documentary stamp tax revenue and allocates those funds to local governments to be used for affordable housing purposes. On April 6, 1993, the Board of County Commissioners adopted the Indian River County Local Housing Assistance Plan (Ordinance #93-13). By adopting the plan and subsequently receiving Florida Housing Finance Corporation approval of the plan, Indian River County became eligible to receive State Housing Initiatives Partnership (SHIP) Program funds. The purpose of the SHIP program is to provide affordable housing for income qualified households. As structured, the county's SHIP Program provides low interest, deferred payment, and subordinated loans to eligible extremely low income, very low income, low income, and moderate -income households. Those loans are provided primarily for purchase assistance and rehabilitation assistance. As part of the SHIP purchase assistance program, private financial institutions provide principal mortgages, while SHIP loans are generally structured as soft second mortgages. Since SHIP is a state funded program, the SHIP program fiscal year (FY) is concurrent with the state fiscal year and runs from July 1 to June 30. Because SHIP funds provided in one fiscal year can be spent over a three fiscal year period, the county often has two or more years of SHIP funding active. For example, in the past year the county has expended funds from the following SHIP program fiscal year: FY 21/22 and is set to encumber funds from FY 22/23 and FY 23/24. For each FY, SHIP funds consist of state allocations (unless funds are withheld or swept to fund other state purposes) and program income. Program income consists of SHIP loan repayments and interest earned. Attachment #I shows historic SHIP fund information. That includes the number of 277 loans provided to eligible applicants by fiscal year and by income category. According to SHIP Program requirements, the county must submit an annual report for the closeout fiscal year (FY21 /22) showing that all allocated SHIP funds were expended for that FY. That report must also include interim year data for interim year 1 and 2 (FY 22/23 & FY 23/24). The County was given an extension to December 31, 2024, to expend the FY21/22 funds and to encumber FY 22/23 and FY 23/24 due to having had SHARP funds in addition to the SHIP funds. The Annual Report will be resubmitted on December 31, 2024, once all funds for the closeout year have been expended. A certification form for the report must be signed by the Chairman of the Board of County Commissioners or his designee. For all previous fiscal years, closeout reports were previously submitted to and approved by the state. Attachment #2 to this staff report is the county's SHIP Program FY 2021-2022 annual closeout report for expenditures as at June 30, 2024. The FY 2021-2022 final closeout annual report must be submitted to the state by September 15, 2024. ANALYSIS According to state regulations, SHIP funds must be utilized in such a manner that all state requirements and all requirements of the county's Local Housing Assistance Program are met. Among the SHIP requirements are the following: • At least 30% of funds must be utilized by very low income (VLI) households • At least 30% of funds must be utilized by low income (LI) households • At least 65% of funds must be utilized for homeownership • At least 75% of funds must be utilized for construction, rehabilitation or emergency repair • At least 20% of funds must be utilized for special needs applicants or household members • Not more than 10% of state allocated and 5% of program income funds may be utilized for administration costs In administering the SHIP program, the county has met all of those requirements as well as all local requirements for home ownership, credit, employment, assets, and others. The purpose of this staff report is to provide the Board of County Commissioners with background information and the attached SHIP annual report, and to obtain Board authorization for the Chairman to sign the Certification Form for the attached SHIP annual report (see attachment #3). RECOMMENDATION Staff recommends that the Board of County Commissioners: 1. approve the attached SHIP 2024 annual report and authorize its formal submission to the Florida Housing Finance Corporation; and 2. authorize the Chairman to sign the attached Certification form; and 3. authorize staff to make any minor reporting changes to the annual report and Certification form that may be requested by the Florida Housing Finance Corporation. 2 278 Attachments: SHIP Funds and Applicants Information Summary SHIP Annual Closeout Report for FY 2021-2022 SHIP Annual Report Certification Form Ekommunity development\ship\annual reports\2024ar\bcc staff report irc ship 2024 annual report.doc 279 /N Int. SQ CL C V! Z L_0 r 5Q L 0 LL Z CW G 0 _Z F— Z Q J 0- 0. Q Z /Q V% a Z M 5L L v 0 a a_ '2'^ V/ T CO W S Ol n 1� N N N y r CI N m N (L1 IG O ff' m Q 6 m 6 N N � N O N Q � .6 fD LL a 0 m A V a v m m Q n C a�ytDD-.RI �p�p�p� a T' n Q fo I� Orn m qV A a0 aWm A1p N N O qN N h 0 amD, Q O 9 C fV b N N t7 LL'1 fV IG r r m O n a0 l7 f0 Q O Q Q vi Q Q NQ A No M N N N t+! O R N p m N m r m N _ A `o a n V 1>_ v fr+J woi N A fN0 v A A m V N O v< N E J n = Q . . . . . . . . . . . . . . . . . . . . . . . . . . . . r n O C A m N m N N N N N N N N N N N N N N N N N N N N N N N O m' r m N o f7 Q' O A N t7 N Q m 0 y O r N N N Y1 m m m aD N Q N r h m N m N Y1 W a0 � W b m .h O N N m m N N N r N N O N N N mN ;: N N mO N- n Q N N M m N N ' .O b N N N T N N g b N N O. r Q N N O N N m N N- m' m N N N N g m W .h f0 N W W N � Q T a0 m O O r t� Y1 aD C; r nm W O m <n r M 1� b fN'. y m Yl m yy fn O m � N N N N m m W Ca N Q P9 r r f; f0 N m � 1f�1 N N W m W m m f�1 tp f; N m C f O N p N�. fND OI N NO N O! N M N N N N S b N N Q r N N W 0 N N ONi Orl N N a0 � N N m N N N n �m N N Q � N M � N� N ONi pNp N a0 r N N Y N OOi W C m N N N O N m Q A Q 0 t'1 N A S N' 0 0' Y V t LL Q N N O r m W r m N e0 N L7 m N r a0 m O m N .O N r a {� a0 Y1 y IO fD � frD Q m lr' N 0 f�pp 0' ffpp 10 O N m n LL N ~ H H N N- N H H H H H H - - H H H- H H N N H H H- N H H N C LL n m N m rn r rn N rn O V1 N rn rn N N m u5 N N m o O n mTy N rn N O W N r m o� gym{ r W e.'J i0 N N N I� N�yB r Q S ' anD m O N m N O! a0 Q p' W y 0 Q N n ONi m N aND cN'1 m N tr0 O m N N N tm0 aO n CO Q N fD {f{pmp Q {W{�� m l�) ��Npp 0 0' ffpp m 0 N. ee r d W a E c o IL fy H H H H H H H H H H H N H --------------- a N rn o aD M fG Q r m Q N W$ N S N m O N n W Q m S O Q ONE Q rn N lN�l m q fQ0 O. n n N N ap m aD Q m 1p N N m N n p O S yy N ap fh W N m m m N It �p m O ' N f+l N m m oopp n N W N N r aD N N r d C p m Q W p N .O td N r m aa r 0 tM Oi m N G tG m r � papp a0 n CI N O C Q O r y N u1 Oi O N fV N m O N Oi V O t7 r m fG W rn m E a �- N Q n n 10 ao r .n � N N � N � � - y E � � c d L m O H H H H H H H H H H N N N- N N N N N N N- N N N H H H H N 1 p p O O S S 0 0 0 0 b 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O S S S S G O S O S S p S O p S O O O ' O O O O _ R S {�l S n` o r 1fI N t7 t7 N n r r CV N W m N m m m Q rn W N m an m N 01 N O! N p8' Ir0 0 S W 8 tp 0 m1O 10 V Yi aWD aro p8 O N n m 0 V y YI y o p O O pp pop N m p ff1 fN�pp aQy tN+l N p yp A 'i O N BOO S N 101 O tm+! p r N Ol N p N N .O p YI N Ori O N fro p ap N N T N M C O C N N N 10 N m W r N O W rn m N N N m r rn m m m O I n 0 u c E o � a Q � H H H H H N H N N N N N N N- H N N N N N N ----------- N N N N N H H H N N Y J O 7 w w W w m m m m m m S o R R R R R o R R O N O � m N v n n N th Q N (D r a7 N o m M N N Q N S N f0 r O N N N N N CV ah N 0 0 1A 0 0 m 0 0 0 N O O O 1 W N N N N N N N N N N N N N N N N N N N N N N F State Housing Initiatives Partnership (SHIP) Program Annual Report and Local Housing Incentives Certification On Behalf of Indian River County (Local Government), I hereby certify that: 1. The Annual Report information submitted electronically to Florida Housing Finance Corporation is true and accurate for the closeout year 2021/2022 and interim years 2022-2023 & 2023-2024. 2. The local housing incentives or local housing incentive plan have been implemented or are in the process of being implemented. Including, at a minimum: a. Permits as defined in s.163.3164 (15) and (16) for affordable housing projects are expedited to a greater degree than other projects; and b. There is an ongoing process for review of local policies, ordinances, regulations, and plan provisions that increase the cost of housing prior to their adoption. The cumulative cost per newly constructed housing per housing unit, from these actions is estimated to be $ 0.00 4. The cumulative cost per rehabilitated housing per housing unit, from these actions is estimated to be S 0.00 Staff Member responsible for submitting annual report to FHFC: Siphikelelo Chinyanganya Witness Signature Date Witness Printed Name Witness Signature Date Witness Printed Name Chief Elected Official or Designee Signature Date Susan Adams, Chairman Chief Elected Official or Designee Printed Name ATTEST: Ryan L. Butler, Clerk of Circuit Court and Comptroller Signature Date ATTEST (Seal) 420.9075 (10) Each county or eligible municipality shall submit to the corporation by September 15 of each year a report of its affordable housing programs and accomplishments through June 30 immediately preceding submittal of the report. The report shall be certified as accurate and complete by the local government's chief elected official or his or her designee. Transmittal of the annual report by a county's or eligible municipality's chief elected official, or his or her designee, certifies that the local housing incentive strategies, or, if applicable, the local housing incentive plan, have been implemented or are in the process of being implemented pursuant to the adopted schedule for implementation. 281 Title: SHIP Annual Report Indian River County FY 2021/2022 Closeout Form 1 SHIP Distribution Summary Homeownership Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Report Status: Unsubmitted Code Strategy Expended Amount Units Encumbered Amount Units Unencumbered Amount Units 1 Purchase Asst with Rehab $32,761.16 2 I Amount Units I Amount Units 2 LDPC -Dn Pymt / Impact Fee $305,961.00 7 2 Purchase Asst w / o Rehab $235,000.00 7 2 DPCC-Dn Pyment / No Rehab $83,317.00 2 3 Owner Occupied Rehabilitation Loan $201,839.20 14 6 Emergency Repair $10,445.90 g Homeownership Totals: $869,324.26 41 Rentals Rental Totals: Subtotals: $869,324.26 Additional Use of Funds Use Administrative Homeownership Counseling Admin From Program Income Admin From Disaster Funds Expended $107,240.40 $.00 $25,860.69 $2,675.30 ►s' Totals: $1,005,100.65 41 $.00 Total Revenue (Actual and/or Anticipated) for Local SHIP Trust Fund Page 1 $.00 282 Expended Encumbered I Unencumbered I Code Strategy I Amount I Units I Amount Units I Amount Units Rental Totals: Subtotals: $869,324.26 Additional Use of Funds Use Administrative Homeownership Counseling Admin From Program Income Admin From Disaster Funds Expended $107,240.40 $.00 $25,860.69 $2,675.30 ►s' Totals: $1,005,100.65 41 $.00 Total Revenue (Actual and/or Anticipated) for Local SHIP Trust Fund Page 1 $.00 282 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Source of Funds Amount * Carry Forward to Next Year: $622,135.71 NOTE: This carry forward amount will only be accurate when all revenue amounts and all expended, encumbered and unencumbered amounts have been added to Form 1 State Annual Distribution $1,098,977.00 Program Income (Interest) $1,121.46 Program Income (Payments) $516,092.50 Recaptured Funds $.00 Disaster Funds VLI Other Funds 750 Carryover funds from previous year 1 $11,045.40 Total: $1,627,236.36 Form 2 Rental Unit Information Description Eff, 1 Bed 2 Bed 3 Bed 4 Bed ELI 420 450 575 752 929 VLI 700 750 900 1,038 1,158 LOW 1,118 1,198 1,438 1,661 1,853 MOD 1,680 1,800 2,160 2,493 2,781 Up to 140% 1,9601 2,1001 2,5201 2,9081 3,244 Recap of Funding Sources for Units Produced ("Leveraging") Source of Funds Produced through June 30th for Units Amount of Funds Expended to Date % of Total Value SHIP Funds Expended $869,324.26 51.02% Public Moneys Expended $834,531.98 48.98% Private Funds Expended $.00 .00% Owner Contribution $.00 .00% Total Value of All Units $1,703,856.24 100.00% SHIP Program Compliance Summary - Home Ownership/Construction/Rehab FL Statute Compliance Category SHIP Funds Trust Funds % of Trust Fund Minimum % Homeownership $869,324.26 $1,110,022.40 78.32% 65% Construction / Rehabilitation $869,324.26 $1,110,022.40 78.32% 75% Program Compliance - Income Set -Asides Page 2 283 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Income Category SHIP Funds Total Available Funds % Extremely Low $124,513.98 7.65% Very Low $165,510.90 10.17% Low $543,290.48 33.39% Moderate $36,008.90 2.21% Over 120%-140% $.00 .00% Totals: $869,324.26 53.42% Project Funding for Expended Funds Only $124,513.98 6 Income Category Total Funds Mortgages, Total Funds SHIP Total SHIP Total # 0 Mortgages, Loans & SHIP Grants Grant I Funds Units 0 $543,290.48 Loans & DPL's DPL Unit #s $36,008.90 Unit #s Expended 0 Extremely Low $124,513.98 6 0 $124,513.98 6 Very Low $165,510.90 11 0 $165,510.90 11 Low $543,290.48 18 0 $543,290.48 18 Moderate $36,008.90 6 0 $36,008.90 6 Over 120%-140% 0 1 0 $.00 0 Totals: $869,324.26 41 $.00 0 $869,324.26 41 Form 3 Page 3 284 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 DPCC-Dn Pyment / Fellsmere 1 1 No Rehab 2-4 5+ Description Municipality Description Municipality Totals: 6 11 18 6 41 Characteristics/Age (Head of Household) Totals: 1 10 11 19 41 Family Size List Unincorporated and Each and Each 2-4 5+ Description Municipality Description Municipality 0-25 26-40 41-61 62+ Total Owner Occupied Fellsmere 1 Rehabilitation Loan 1 1 Rehabilitation Loan Emergency Repair Unincorporated 2 1 2 Emergency Repair Unincorporated Unincorporated 5 2 3 5 Owner Occupied Unincorporated 2 2 8 12 Rehabilitation Loan 1 2 3 Purchase Asst with Unincorporated Emergency Repair Sebastian 1 2 1 2 3 Purchase Asst with Unincorporated 1 1 1 2 Rehab 1 Owner Occupied Sebastian 1 Emergency Repair Fellsmere 1 1 Owner Occupied Sebastian 2 5 1 1 Rehabilitation Loan Purchase Asst w/ o Unincorporated LDPC -Dn Pymt / Unincorporated 1 3 3 1 7 Impact Fee Purchase Asst w/ o Unincorporated 4 1 2 7 Rehab DPCC-Dn Pyment / Unincorporated 1 1 No Rehab DPCC-Dn Pyment / Fellsmere 1 1 No Rehab Totals: 1 10 11 19 41 Family Size Page 4 285 List Unincorporated and Each 1 2-4 5+ Description Municipality Person People People Total Owner Occupied Fellsmere 1 1 Rehabilitation Loan Emergency Repair Unincorporated 2 1 2 5 Owner Occupied Unincorporated 5 7 12 Rehabilitation Loan Emergency Repair Sebastian 1 2 3 Purchase Asst with Unincorporated 1 1 2 Rehab Emergency Repair Fellsmere 1 1 Owner Occupied Sebastian 1 1 Rehabilitation Loan LDPC -Dn Pymt / Unincorporated 2 5 7 Impact Fee Purchase Asst w/ o Unincorporated 2 4 1 7 Rehab Page 4 285 DPCC-Dn Pyment / Unincorporated 1 1 No Rehab and Each Farm Home - and Each DPCC-Dn Pyment / Fellsmere Worker 1 Elderly 1 No Rehab Municipality White Black anic Asian Totals: 15 22 4 41 Race (Head of Household) Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Totals: 16 21 3 1 41 Demographics (Any Member of Household) List Unincorporated and Each Farm Home - and Each Description Hisp- Worker Amer - Elderly Total Description Municipality White Black anic Asian Indian Other Total Owner Occupied Fellsmere 1 Unincorporated 3 1 Rehabilitation Loan Unincorporated 8 8 Rehabilitation Loan Emergency Repair Unincorporated 3 2 Sebastian 2 5 Owner Occupied Unincorporated 5 6 1 Rehab 12 Rehabilitation Loan Emergency Repair Fellsmere 1 1 Emergency Repair Sebastian 3 1 1 Rehabilitation Loan 3 Purchase Asst with Unincorporated 1 1 1 2 Rehab Emergency Repair Fellsmere 1 1 Owner Occupied Sebastian 1 1 Rehabilitation Loan LDPC -Dn Pymt / Unincorporated 1 6 7 Impact Fee Purchase Asst w/ o Unincorporated 3 3 1 7 Rehab DPCC-Dn Pyment / Unincorporated 1 1 No Rehab DPCC-Dn Pyment / Fellsmere 1 1 No Rehab Totals: 16 21 3 1 41 Demographics (Any Member of Household) Page 5 286 List Unincorporated and Each Farm Home - Description Municipality Worker less Elderly Total Owner Occupied Fellsmere 0 Rehabilitation Loan Emergency Repair Unincorporated 3 3 Owner Occupied Unincorporated 8 8 Rehabilitation Loan Emergency Repair Sebastian 2 2 Purchase Asst with Unincorporated 0 Rehab Emergency Repair Fellsmere 1 1 Owner Occupied Sebastian 1 1 Rehabilitation Loan LDPC -Dn Pymt / Unincorporated 1 1 Impact Fee Page 5 286 Purchase Asst w / o Rehab Unincorporated Expended Funds Total # of Expended Units 2 2 DPCC-Dn Pyment / Unincorporated Purchase Asst with Rehab Nurse/Healthcare 1 1 No Rehab Nurse/Healthcare 148,269.00 3 Purchase Asst w/o Rehab Service Industry DPCC-Dn Pyment / Fellsmere LDPC -Dn Pymt/Impact Fee Service Industry 78,846.00 0 No Rehab Educator/School Employee 35,000.00 1 Purchase Asst w/o Rehab I Nurse/Healthcare Totals: 19 19 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Special Target Groups for Funds Expended (i.e. teachers, nurses, law enforcement, fire fighters, etc.) Set Aside Description Special Target Group Expended Funds Total # of Expended Units Emergency Repair Service Industry 761.00 1 Purchase Asst with Rehab Nurse/Healthcare 10,794.16 1 LDPC -Dn Pymt/Impact Fee Nurse/Healthcare 148,269.00 3 Purchase Asst w/o Rehab Service Industry 10,000.00 1 LDPC -Dn Pymt/Impact Fee Service Industry 78,846.00 2 Purchase Asst w/o Rehab Educator/School Employee 35,000.00 1 Purchase Asst w/o Rehab I Nurse/Healthcare 50,000.00 1 Form 4 Status of Incentive Strategies Incentive Description (If Other) Category Status .Year Adopted (or N/A) Implemented, 1994 Expedited permitting Expedited Permitting- Required Housing Element Policy 1.5 in LHAP and 1.6 Ongoing review process Ongoing Review - Housing Required Implemented, 1994 Element Policy 1.7 in LHAP Flexible densities 20% of Density Bonus - AHAC Review Implemented, 1998 Housing Element Policy 2.5 in LHAP Allowance of accessory Small Lot Subdivision AHAC Review Implemented, 1992 'dwelling units Regulations In LHAP Other Allowing Multi -Family in AHAC Review Implemented, 1995 Conjunction with in LHAP Commercial Development Near AHAC Review Support of development Implemented, 2010 ,near Transportation in LHAP transportation/employment Hubs/Employment-Housing hubs Element Policy 1.9 Other Assistance to Non -Profits AHAC Review Implemented, 2010 for Establishing CLTs - in LHAP Housing Element Policy 4.10 Assistance to Non -Profits AHAC Review Other Implemented, 2010 for Establishing CDCs - in LHAP Housing Element 4.11 Page 6 287 Other Other Other Assistance to Employers AHAC Review for Employer Assisted Housing - Housing Element Policy 4.12 Establishing Private/Public Housing Trust Fund - Housing Element Policy 4.13 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Implemented, 2010 in LHAP Review Implemented, 2010 in LHAP Regulations Allowing Zero .AHAC Review Lot Line Subdivisions Other Establishment of LHAP - Housing Element Policies 2.7, 3.6, 4.4, 4.6, 4.7, 4.9, and 9.1 Impact fee modifications SF Affordable Housing Impact Fee Reduction Support Services AHAC Review Implemented, 12010 in LHAP Implemented, 1992 in LHAP AHAC Review `Implemented, 2020 in LHAP The County, in conjunction with financial institutions, conducts a homebuyers education workshop program for all applicants who request purchase assistance. The County holds Indian River County SHIP Affordable Housing Partnership meetings with local lenders and real estate professionals to provide updates on office changes to the SHIP program and invites them to join the SHIP program. SHIP staff works closely with Habitat for Humanity staff to provide loan assistance to qualified loan applicants. The Indian River County Council on Aging provides various services to elderly and handicapped individuals, including housing assistance. County staff provides one-on-one assistance to applicants completing SHIP applications, resolving credit problems, referring applicants to appropriate financial institutions for acquiring first mortgages, and providing other assistance as needed. County SHIP staff, in conjunction with local financial institutions, non-profit organizations, and others, conducts informational workshops in the Gifford and Wabasso areas of the county, which have a high percentage of minorities and low-income households. Through its Community Services Department the County also provides the following: Human services programs aimed at promoting the social health and economic stability of its residents; Rental assistance program; Veterans services program; and has an active Children's Services Advisory Committee. Other Accomplishments As of June 30, 2024 the SHIP program has approved 32 loans with FY 2021/2022 program funding, an increase of approximately 80% from the previous fiscal year. Florida Housing Finance Corporation completed its compliance monitoring of the County's SHIP program, and on July 11, 2024 the County received the close out letter which stated that there were no material observations. Availability for Public Inspection and Comments Annual reports are provided to the public through the AHAC, The Affordable Housing Partnership Group, The County Community Services Division, and Municipalities within the county, and the County's website. Life -to -Date Homeownership Default and Foreclosure Total SHIP Purchase Assistance Loans: 16 Mortgage Foreclosures Page 7 288 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 A. Very low income households in foreclosure: 0 B. Low income households in foreclosure: 0 C. Moderate households in foreclosure: 0 Foreclosed Loans Life -to -date: 0 SHIP Program Foreclosure Percentage Rate Life to Date: 0.00 Mortgage Defaults A. Very low income households in default: 0 B. Low income households in default: 0 C. Moderate households in default: 0 Defaulted Loans Life -to -date: 0 SHIP Program Default Percentage Rate Life to Date: 0.00 Strategies and Production Costs Strategy Average Cost DPCC-Dn Pyment/No Rehab $41,658.50 Emergency Repair $1,044.59 LDPC -Dn Pymt/Impact Fee $43,708.71 Owner Occupied Rehabilitation Loan $13,455.95 Purchase Asst w/o Rehab $33,571.43 Purchase Asst with Rehab $16,380.58 Expended Funds Total Unit Count: 41 Total Expended Amount: $869,324.26 Strategy Full Name Address City Zip Expended FY if Unit Code Funds Already Counted Owner Occupied Gloria Lewis 303 7th CT SW Vero Beach 32962 $7,960.00 2020-2021 Rehabilitation Loan Emergency Repair Heather 2740 4th St Vero Beach 32962 $981.50 2020-2021 Kennedy Owner Occupied Cynthia Gillis 10099 Grace Ave Fellsmere 32948 $66,432.78 Rehabilitation Loan Emergency Repair Paul 2045 5th St Vero Beach 32962 $1,382.90 Bartoszewicz Emergency Repair Barbara 1476 5th St Vero Beach 32962 $761.00 Rusnak Owner Occupied Claudet Bell 4401 35th Ave Vero Beach 32967 $1,124.90 Rehabilitation Loan Emergency Repair Barbara Smith 492 Biscayne Ln Sebastian 32958 $540.00 Purchase Asst with Aretta 4785 30th Ave Vero Beach Rehab Raymond 132967T$10,794.16 Page 8 289 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Owner Occupied Martin Santana 4170 46th Ln Vero Beach 32967 $40,216.00 Rehabilitation Loan Owner Occupied Patrica Jordan 3456 44th St Vero Beach 32967 $25,566.00 Rehabilitation Loan Owner Occupied Alfrida Allen 4095 42nd Sq Vero Beach 32967 $4,543.00 Rehabilitation Loan Emergency Repair Janet 1646 3rd CT SW Vero Beach 32962 $1,269.00 Bendickson Owner Occupied Heather Helton 4505 13th St Vero Beach 32966 $21,500.00 Rehabilitation Loan Emergency Repair Carolyn Bibbs 1005 Booker St Fellsmere 32948 $803.00 Owner Occupied Joyce Hubbard 4775 28th Court Vero Beach 32967 $1,232.20 Rehabilitation Loan Owner Occupied David Baird 1180 12th CT SW Vero Beach 32962 $30,617.00 Rehabilitation Loan Owner Occupied Charlotte 314 15th St SW Vero Beach 32962 $1,286.00 Rehabilitation Loan Kilduff Emergency Repair Tommy Rash 321 Main St Sebastian 32958 $1,864.00 Emergency Repair Dorothy Marcel 2466 13th Ave SW Vero Beach 32962 $949.50 Owner Occupied Indravadan 1245 36th Ave Vero Beach 32960 $95.00 Rehabilitation Loan Brahmbhatt Owner Occupied Carole 631 Wallis Ave Sebastian 32958 $95.00 Rehabilitation Loan Kirkland Owner Occupied Rose Smith 8656 97th Ave Vero Beach 32967 $95.00 Rehabilitation Loan Emergency Repair Tina Falco 426 Hazel St Sebastian 32958 $850.00 Purchase Asst with Emmanuel 165 48th Ave Vero Beach 32968 $21,967.00 Rehab Perez Owner Occupied Leonard Dixon 4215 36th Ct Vero Beach 32967 $981.32 Rehabilitation Loan Emergency Repair Margaret 4535 49th Ave Vero Beach 32967 $1,045.00 Saunders Owner Occupied Rebecca Diaz 635 15th Ave Vero Beach 32962 $95.00 Rehabilitation Loan LDPC -Dn David 1122 11th Ave SW Vero Beach 32962 $39,423.00 Pymt/Impact Fee Reynolds LDPC -Dn Rochelle 1504 17th Ct SW Vero Beach 32962 $54,423.00 Pymt/Impact Fee Solomon Purchase Asst w/o Ramon 2201 85th Ave Vero Beach 32966 $10,000.00 Rehab Rodriguez LDPC -Dn Rose Galloway 1195 11th Ave SW Vero Beach 32962 $39,423.00 Pymt/Impact Fee LDPC -Dn Margaret 1165 10th Ct SW Vero Beach 32962 $39,423.00 Pymt/Impact Fee Mowatt LDPC -Dn Dearrow Ellis 1120 10 Ct SW Vero Beach 32962 $39,423.00 Pymt/Impact Fee LDPC -Dn Shaniqua Saez 1115 13th Ave SW Vero Beach 32962 $54,423.00 Pymt/Impact Fee LDPC -Dn Paula Brown 1125 13th Ave Sw Vero Beach 32962 $39,423.00 Pymt/Impact Fee Page 9 290 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Purchase Asst w/o Melinda 1116 14th Ave SW Vero Beach 32962 $35,000.00 139 Rehab Shelley Interest Earned: All 1 $135,776.3 DPCC-Dn Daisy Hicks 1205 13th Ave SW Vero Beach 32962 $39,423.00 Pyment/No Rehab DPCC-Dn Alejandra 10073 Grace Ave Fellsmere 32948 $43,894.00 Pyment/No Rehab Espinoza Purchase Asst w/o Andrekia 1195 12th Ct SW Vero Beach 32962 $35,000.00 Rehab Williamson Purchase Asst w/o Sylphida Ovil 1111 13th Ave SW Vero Beach 32962 $35,000.00 Rehab Purchase Asst w/o Sarah 1415 11th St SW Vero Beach 32962 $50,000.00 Rehab Robatcek Purchase Asst w/o Mark Betlow 1015 11th St SW Vero Beach 32962 $35,000.00 Rehab Purchase Asst w/o Joseph 920 13th St SW Vero Beach 32962 $35,000.00 Rehab Barriner Administration by Entity Name Business Type Strategy Covered Responsibility Amount ndian River County 139 Government All Interest Earned: All 1 $135,776.3 Program Income Program Income Funds Loan Repayment: $516,092.50 Refinance: 41 Foreclosure: 139 Sale of Property: Interest Earned: $1,121.46 Total: $517,213.96 Number of Affordable Housing Applications Number of Affordable Housing Applications Submitted 181 Approved 41 Denied 139 Explanation of Recaptured funds Description Amount $.00 $.00 $.00 Total: $.00 Page 10 291 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Rental Developments Development Owner Address City Zip SHIP Amount SHIP Compliance Name Code Units Monitored By Single Family Area Purchase Price The average area purchase price of single family units: 250,168.06 Or Not Applicable Form 5 Special Needs Breakdown SHIP Expended and Encumbered for Special Needs Applicants Code(s) Strategies Expended Amount Units Encumbered Amount Units 2 LDPC -Dn Pymt/Impact Fee $39,423.00 1 Amount Units 2 Purchase Asst w/o Rehab $7,392.40 5 2 DPCC-Dn Pyment/No Rehab 3 Owner Occupied Rehabilitation Loan $104,139.88 7 6 Emergency Repair $7,392.40 5 Special Needs Category Breakdown by Strategy Provide a description of efforts to reduce homelessness: Providing down -payment closing costs, and impact fee loans to help provide long-term affordable housing. Providing rehabilitation and emergency rehabilitation loans to provide long-term habitable and affordable housing. The County also provides rental assistance program and holds VASH vouchers for homeless veterans. Interim Year Data Page 11 292 Expended Encumbered Strategies Special Needs Category Amount Units Amount Units (6) Emergency Repair Receiving Social Security $7,392.40 5 Disability Insurance (3) Owner Occupied Receiving Social Security $104,139.88 7 Rehabilitation Loan Disability Insurance (2) LDPC -Dn Pymt/Impact Receiving Social Security $39,423.00 I F Fee I Disability Insurance I Provide a description of efforts to reduce homelessness: Providing down -payment closing costs, and impact fee loans to help provide long-term affordable housing. Providing rehabilitation and emergency rehabilitation loans to provide long-term habitable and affordable housing. The County also provides rental assistance program and holds VASH vouchers for homeless veterans. Interim Year Data Page 11 292 Interim Year Data Interim Year 1 State Annual Distribution $1,553,430.00 Program Income $196,575.64 Program Funds Expended Program Funds Encumbered Total Administration Funds Expended $0.00 Total Administration Funds Encumbered $0.00 Homeownership Counseling $0.00 Disaster Funds 65% Homeownership Requirement 75% Construction / Rehabilitation 30% Very & Extremely Low Income Requirement 30% Low Income Requirement 20% Special Needs Requirement Carry Forward to Next Year Page 12 Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 0.00% 0.00% 0.00% 0.00% 0.00% 293 LG Submitted Comments: Form SHIP AR/2009 67-38.008 (5), F.A.C. Effective Date: 5/23/2017 Page 13 294 0.1 - Consent Agenda Indian River County, Florida Community Services Department Board Memorandum Date: August 14, 2024 To: The Honorable Board of County Commissioners Thru: John A. Titkanich, Jr., County Administrator Michael C. Zito, Deputy County Administrator Susan Prado, Assistant County Attorney Cindy Emerson, Community Services Director From: Stacey Bush, Housing Services Manager Subject: Approval of Resolution Establishing Fair Market Rental Rates for Housing Choice Voucher Program for Fiscal Year 2025 BACKGROUND Indian River County Code provides for the Deputy County Attorney to be the Fair Housing Coordinator for the County. Among the County's housing programs is the Housing Choice Voucher Program, formerly known as Section 8 Housing. Federal regulations require the Board to approve by resolution a report of Fair Market Rental Rates on an annual basis. The Housing Choice Voucher Program (HCV) is a federally funded program administered by the County's Housing Services Division. While federal regulations govern the program, local demographics can influence the program's administration. Indian River County's elderly/retiree population averages 37% compared with a nationwide average of 17% of a community's population. Because our County has a larger than average elderly, low-income population, federal guidelines allow the Housing Services Division to cater to the community need of supplying housing assistance to low-income elderly residents. It should be pointed out that the Voucher Program also assists veterans and other low-income qualifiers. The Housing Choice Voucher Program is designed to benefit all participants. Private providers that own multi or single-family homes apply to the Housing Services Division for participation. The units are inspected and approved for the Voucher program. Upon approval, private owners qualify for tax incentives that make participation in the program profitable. It should be pointed out that the County owns no Voucher program housing. The low-income participant also benefits from the program by obtaining safe, clean housing at an affordable price in a dignified manner. An interested low-income, full-time resident must apply to the Housing Services Division. If the resident qualifies, they are given a list of available units to visit. The owners of the units have agreed to accept the Fair Market Rental rates as determined by United States Department of Housing and Urban Development (HUD) in exchange for the tax breaks and the payment of rents directly from the County. Upon selection of a unit, the qualified applicant 295 Consent Agenda meets again with Housing Services staff in order to determine their portion of the rent that will be paid directly to the landlord and whether they qualify for financial assistance with utilities. After working out the financial details, the tenant signs a lease with the landlord, the Housing Services Division processes the necessary paperwork with the state and federal agencies and the landlord receives a monthly rental check directly from the County with the remainder paid by the tenant. Tenants who qualify for the HCV program will pay up to 40% of the monthly Fair Market Rent amount. The 40% amount is referred to in the resolution as the Total Tenant Payment (TTP). The County benefits from the Voucher Program by having the County's Comprehensive Plan objective of providing housing to low and very low-income citizens met by participating in the Voucher Program. Additionally, a processing fee is received from the Department of Housing and Urban Development. The annual rental rates for our area are 90% to 110% of the current Fair Market Rents that were approved by HUD. Those rates must be approved by the County as it is acting as a participant in the Voucher Program. The resolution approving annual rental rates for Fiscal Year 2025 is attached for the Board's consideration. FUNDING There is no funding associated with this resolution. RECOMMENDATION Staff respectfully recommends the Board of County Commissioners approve the resolution setting the Fair Market Rental Rates for Fiscal Year 2025 and authorize the Chairman to execute the resolution on behalf of the Board. ATTACHMENTS Resolution Setting the Fair Market Rental Rates for Fiscal Year 2025 AGENDA ITEM FOR September 10, 2024 KT RESOLUTION 2024- A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, APPROVING PAYMENT STANDARDS FOR BEGINNING FISCAL YEAR 2025 FOR THE HOUSING CHOICE VOUCHER PROGRAM. WHEREAS, Indian River County is considered a Program Housing Agency (PHA) by the United States Department of Housing and Urban Development (the Department) as the County administers the Housing Choice Vouchers (HCV) program County -wide for all residents (formerly known as Section 8 Housing); and WHEREAS, the Department annually publishes the Fair Market Rent (FMR) in the Federal Register to be used by Program Housing Agencies such as Indian River County; and WHEREAS, Department regulations mandate all Program Housing Agencies that administer Housing Choice Vouchers adopt these Payment Standards between ninety percent (90%) and one hundred ten percent (110°/x), one hundred twenty percent (120%) for reasonable accommodation, of the Fair Market Rent established by the Department; and WHEREAS, the Indian River County Board of County Commissioners has adopted the Housing Choice Voucher Program current Payment Standards set between ninety percent (90%) and one hundred ten percent (110%), one hundred twenty percent (120%) for reasonable accommodation, of the Fair Market Rent; and WHEREAS, the Indian River County Board of County Commissioners requires an adjustment to adopt the Housing Choice Voucher Section 8 Program Payment Standards, effective October 1, 2024, and these standards are set between ninety percent (90%) and one hundred ten percent (110%), one hundred twenty percent (120%) for reasonable accommodation, of the Fair Market Rent, and WHEREAS, HUD regulations require annual adoption and approval of Payment Standard Amounts: NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA: The Board hereby adopts and approves the adjustment of the Payment Standard amounts to be within ninety percent (90%) and one hundred ten percent (110°/x), one hundred twenty percent (120%) for reasonable accommodation, of Fair Market Rent for beginning Fiscal Year 2025 as set forth below: Efficiency One -Bedroom Two -Bedroom Three -Bedroom Four -Bedroom $1,239 $1,370 $1,567 $1,948 $2,601 297 RESOLUTION 2024 - The foregoing Resolution was offered by Commissioner and seconded by Commissioner , and, upon being put to a vote, the vote was as follows: Chairman Susan Adams Vice Chairman Joseph E. Flescher Commissioner Joseph H. Earman Commissioner Deryl Loar Commissioner Laura Moss The Chairman thereupon declared the Resolution duly passed and adopted this day of , 2024. INDIAN RIVER COUNTY, FLORIDA BOARD OF COUNTY COMMISSIONERS By Susan Adams, Chairman Attest: Ryan L. Butler, Clerk of Court and Comptroller By Deputy Clerk Approved: John A. Titkanich, Jr. County Administrator Approved as to form and legal sufficiency: Susan Prado Assistant County Attorney 298 INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Deputy County Administrator / Department of General Services Date: August 22, 2024 To: The Honorable Board of County Commissioners Thru: John A. Titkanich, Jr., County Administrator Michael Zito, Deputy County Administrator Cindy Emerson, Community Services Director From: Megan Kendrick, Human Services Manager Subject: Children's Services Advisory Program FY 24/25 Agency Grant Contract BACKGROUND: On January 23, 2024, the Board of County Commissioners accepted and approved the FY24-25 Children's Services Request for Proposal, Grant Application, and Agency Grant Contract for FY 2024-2025. On the same day, the County approved the 2024-2027 Children's Services Advisory Committee's Needs Assessment. On February 16, 2024, the County issued a Request for Proposals (RFP) inviting not-for-profit and for-profit organizations, government agencies, and individuals to apply for funding to support children's programs and services in Indian River County. This grant program is administered by Indian River County with assistance from the Children's Services Advisory Committee (CSAC), consistent with Ordinance Number 2022-007 and the County's Outside Agency Funding Policy Revisions approved by the Board on August 4, 2022. In response to the RFP, the County received 56 proposals requesting a total of $3,452,939.14 in funding. All 56 proposals can be found on The Children's Services Webpage. The Subcommittee's evaluation and discussion resulted in the recommendation of awards to 47 programs totaling $2,813,019.00. On June 14, 2024, the CSAC reviewed and approved the Subcommittee's funding allocations for children's programs as recommended by the Grant Review Subcommittee. June 18, 2024, the Board of County Commissioners approved Children's Services Advisory Committee Recommended Program Funding Allocations for Fiscal Year 24/25 DESCRIPTION AND CONDITIONS: In preparation for the issuance of Grant Contracts to awarded agencies/programs, staff is recommending that the Board approve minor modifications, including an update to Exhibit B to reiterate reimbursement requirements on the reimbursement request form and to Exhibit C to clarify that all paperwork, including summaries of expenses, must be submitted before reimbursement can be issued. A summary of the changes is shown below and underscored in the Sample Grant Contract. 299 Exhibit B - Modified (additions in bold) *Expenses must include itemized original invoice and receipt or canceled check as proof of payment. *Salaries must show a breakdown the hours paid by type (e.g., regular, sick, vacation). Please note the County will NOT reimburse for SICK or VACATION time so those must be deducted from the request prior to submitting. I hereby certify that the above costs are true and valid costs, incurred in accordance with the program funding agreement. I further attest that the above costs were not, nor will be, reimbursed through other funding sources. Exhibit C - Section A. Nonprofit Agency Responsibilities After Award of Funding — Modified (additions in bold) 6. Each reimbursement request must include a summary of expenses by type. These summaries should be broken down into salaries, benefits, supplies, contractual services, etc. If Indian River County is reimbursing an agency for only a portion of an expense (e.g. salary of an employee), then the method for this portion should be disclosed on the summary. Reimbursement requests will not be reviewed until a complete summary is submitted. The Office of Management & Budget has summary forms available. FUNDING: No funding is required. RECOMMENDATION: Staff recommends that the Board accept the revised FY24-25 Children's Services Program Sample Indian River County Grant Contract as submitted and authorize the County Administrator to execute the 47 program contracts for Fiscal Year 24-25 after review and approval by the County Attorney for legal sufficiency. ATTACHMENTS: Children's Services Program FY24-25 Sample Indian River County Grant Contract - Revised 300 Indian River County Grant Contract This Grant Contract ("Contract') entered into effective this 1st day of October 2024 by and between Indian River County, a political subdivision of the State of Florida, 1800 27th Street, Vero Beach FL, 32960 ("County") and (Agency Name and Mailing Address) ("Recipient") for program(s) Background Recitals A. The County has determined that it is in the public interest to promote healthy children in a healthy community. B. The County adopted Ordinance 99-1 on January 19, 1999, and amended by Ordinance 2022-007 adopted on May 17, 2022, ("Ordinances") establishing the Children's Services Advisory Committee to promote healthy children in a healthy community and to provide a unified system of planning and delivery within which children's needs can be identified, targeted, evaluated and addressed. C. The Children's Services Advisory Committee has issued a Request For Proposals from individuals and entities that will assist the Children's Services Advisory Committee in fulfilling its purpose. D. The Proposals submitted to the Children's Services Advisory Committee and the recommendation of the Children's Services Advisory Committee have been reviewed by the County. E. The Recipient, by submitting a Proposal to the Children's Services Advisory Committee, has applied for a grant of money ("Grant") for the Grant Period defined as October 1, 2024 — September 30, 2025 F. The County has agreed to provide such Grant funds to the Recipient for the Grant Period on the terms and conditions set forth herei NOW THEREFORE, in consideration of the mutual covenants and promises herein contained, and other good and valuable consideration, the receipt and adequacy of which are hereby acknowledged, the parties agree as follows: r 1. Background Recitals. The background recitals are true and correct and form a material part of this Contract. 2. Purpose of Grant. The Grant shall be used only for the purposes set forth in the complete Proposal submitted by the Recipient and is incorporated herein by reference as "Children's Services Advisory Committee Grant Application - CSAC 2024-25 Grant Application and all associated Supporting Documents" and attached hereto as "Exhibit A — Proposal Cover Page and Funder Budget". 3. Term. The Recipient acknowledges and agrees that the Grant is limited to the fiscal year 2024/25 "Grant Period"). The Grant Period commences on October 1, 2024 and ends on September 30, 2025. 4. Grant Funds and Payment. The approved Grant amount for the Grant Period is ($ _). The County agrees to reimburse the Recipient from such Grant funds for actual documented costs incurred for Grant Purposes provided in accordance with this Contract. Reimbursement requests may be made no more frequently than monthly. Each reimbursement request shall contain the information, at a minimum, that is set forth in Exhibit "B" attached hereto and incorporated herein by this reference. All reimbursement requests shall conform with Indian River County Policy dated August 16, 2022, attached as Exhibit "C". All reimbursement requests are subject to audit by the County. In addition, the County may require additional documentation of expenditures, as it deems appropriate. 301 5. Additional Obliaations of Recipient. 5.1 Records. The Recipient shall maintain adequate internal controls in order, to safeguard the Grant. In addition, the Recipient shall maintain adequate records fully to document the use of the Grant funds for at least three (3) years after the expiration of the Grant Period. The County shall have access to all books, records, and documents as required in this Section for the purpose of inspection or audit during normal business hours at the County's expense, upon five (5) days prior written notice. 5.1.1 Cooperation. The Recipient, its directors, managers, employees, and volunteers shall cooperate with any requests for information relating to this Contract and the services and programs provided under this Contract by the County or the Clerk of Courts and Comptroller. Cooperation shall include, but is not limited to, providing records, bank statements, attendance rosters, answering questions, and participating in interviews by County or Clerk of Courts and Comptroller staff. The Recipient, its directors, managers, employees, and volunteers shall respond to requests for information within 5 business days, unless the County or Clerk of Courts and Comptroller agree to an alternative response time. 5.2 Compliance with Laws. The Recipient shall comply at all times with all applicable federal, state, and local laws, rules, and regulations. Aw 5.3 Quarterly Performance Reports. The Recipient shall submit quarterly, cumulative, Performance Reports to the Human Services Department of the County within fifteen (15) business days following: December 31, March 31, June 30, and September 30. These reports should include but not limited to the number of unduplicated children served during the quarter, and the progress the agency has made toward meeting their goals and objectives as they stated in their RFP response. 5.3.1 Attendance Tracking. Funded programs are required to submit quarterly attendance reports to the County. These reports will detail participant numbers and demographic information, facilitating an accurate evaluation of program reach and impact. 5.4 Site Visits. In support of effective coaching, feedback, and assistance to agencies, site visits will be jointly conducted by CSAC staff and, when available, a committee -appointed representative from the Children's Services Advisory Committee. These visits will provide valuable insights into program implementation, alignment with stated objectives, and potential areas for improvement. This comprehensive assessment approach ensures the optimal development of the funded programs. 5.5 Audit Requirements. If Recipient receives $100,000 or more in the aggregate from all Indian River County government funding sources, the Recipient is required to have an audit completed by an independent certified public accountant at the end of the Recipient's fiscal year. Within 180 days of the end of the Recipient's fiscal year, the Recipient shall submit the audit to the Indian River County Office of Management and Budget. The fiscal year will be as reported on the application for funding, and the Recipient agrees to notify the County prior to any change in the fiscal period of Recipient. The Recipient acknowledges that the County may deny funding to any Recipient if an audit required by this Contract for a prior fiscal year is past due and has not been submitted by May 1. 5.5.1 The Recipient further acknowledges that, promptly upon receipt of a qualified opinion from their independent auditor, such qualified opinion shall immediately be provided to the Indian River County Office of Management and Budget. The qualified opinion shall thereupon be reported to the Children's Services Advisory Committee and, after consultation with the Indian River County Office of Management and Budget and the Clerk's Auditor, funding under this Contract may cease immediately. The foregoing termination right is in addition to any other right of the County to terminate this Contract. ' 5.5.2 The Indian River County Office of Management and Budget reserves the right at any time to send a letter to the Recipient requesting clarification if there are any questions regarding a part of the financial statements, audit comments, or notes. 302 5.6 Insurance Requirements. Recipient shall, no later than October 1, 2024, provide to the Indian River County Risk Management Division a certificate or certificates issued by an insurer or insurers authorized to conduct business in Florida that is rated not less than category A-: VII by A.M. Best, subject to approval by Indian River County's risk manager, of the following types and amounts of insurance: (i) Commercial General Liability Insurance in an amount not less than $1,000,000 combined single limit for bodily injury and property damage, including coverage for premises/operations, products/completed operations, contractual liability, and independent contractors; (ii) Business Auto Liability Insurance in an amount not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage, including coverage for owned autos and other vehicles, hired autos and other vehicles, non -owned autos and other vehicles; and (iii) Workers' Compensation and Employer's Liability (current Florida statutory limit). (iv) In the event that children are supervised, Sexual Molestation Liability Insurance in an amount not less than $1,000,000 each occurrence/claim. 5.7 Insurance Administration. The insurance certificates, evidencing all required insurance coverages shall be fully acceptable to County in both form and content, and shall provide and specify that the related insurance coverage shall not be cancelled without at least thirty (30) calendar days prior written notice having been given to the County. In addition, the County may request such other proofs and assurances as it may reasonably require that the insurance is and at all times remains in full force and effect. Recipient agrees that it is the Recipient's sole responsibility to coordinate activities among itself, the County, and the Recipient's insurer(s) so that the insurance certificates are acceptable to and accepted by County within the time limits set forth in this Contract. The County shall be listed as an additional insured on all insurance coverage required by this Contract, except Workers' Compensation insurance. The Recipient shall, upon ten (10) days' prior written request from the County, deliver copies to the County, or make copies available for the County's inspection at Recipient's place of business, of any and all insurance policies that are required in this Contract. If the Recipient fails to deliver or make copies of the policies available to the County; fails to obtain replacement insurance or have previous insurance policies reinstated or renewed upon termination or cancellation of existing required coverages; or fails in any other regard to obtain coverages sufficient to meet the terms and conditions of this Contract, then the County may, at its sole option, terminate this Contract. 5.8 Indemnification. The Recipient shall indemnify and save harmless the County, its agents, officials, and employees from and against any and all claims, liabilities, losses, damage, or causes of action which may arise from any misconduct, negligent act, or omissions of the Recipient, its agents, officers, or employees in connection with the performance of this Contract. 5.9 Public Records. The Recipient agrees to comply with the provisions of Chapter 119, Florida Statutes (Public Records Law). The Recipient shall comply with Florida's Public Records Law. Specifically, the Recipient shall: (1) Keep and maintain public records that ordinarily and necessarily would be required by the County in order to perform the service. 303 (2) Provide the public with access to public records on the same terms and conditions that the County would provide the records and 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. (4) Meet all requirements for retaining public records and transfer, at no cost, to the County all public records in possession of the Recipient upon termination of the Agreement and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the County in a format that is compatible with the information technology systems of the County. Failure of the Recipient to comply with these requirements shall be a material breach of this Agreement. 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, CON OF PUBLIC RECORDS AT• (772) 226-1424 PUBLICRECORDSOWMGM.0 Indian River County un homey 1801 27"' Street Vero Beach, FL 32960 CT THE CUSTODIAN 6. Termination. This Contract may be terminated by either party, without cause, upon thirty (30) days prior written notice to the other party. In addition, the County may terminate this Contract for convenience upon ten (10) days prior written notice to the Recipient if the County determines that such termination is in the public interest. 7. Availability of Funds. The obligations of the County under this Contract are subject to the availability of funds lawfully appropriated for its purpose by the Board of County Commissioners of Indian River County. 8. Standard Terms. This Contract is subject to the standard terms attached hereto as Exhibit D and incorporated herein in its entirety by this reference. 9. Sovereign Immunity. Nothing herein shall constitute a waiver of the County's sovereign immunity. 10. Notification. Recipient shall notify County of all changes in Recipient's senior management and of any litigation filed against or by Recipient. 304 IN WITNESS WHEREOF, County and Recipient have entered into this Contract on the date first above written. INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS Approved as to form and legal sufficiency: Approved: Aaaress Email !#qt *Expenses must include itemized original invoice and receipt or canceled check as proof of payment. *Salaries must show a breakdown the hours paid by type (e.g., regular, sick, vacation). Please note the Countv will NOT reimburse for SICK or VACATION time so those must be deducted from the reauest prior to submitting. I hereby certify that the above costs are true and valid costs, incurred in accordance with the program funding agreement. 1 further attest that the above costs were not, nor will be, reimbursed through other funding sources. Name and Title Signature Date 307 EXHIBIT C [From policy adopted by Indian River County Board of County Commissioners on August 16, 2022.] A. Nonprofit Agency Responsibilities After Award of Funding 1. Indian River County provides funding to all nonprofit agencies on a reimbursement basis only. 2. All reimbursable expenses must be documented by an invoice and/or a copy of the canceled check. Any expense not documented properly to the satisfaction of the Office of Management & Budget and/or the County Administrator may not be reimbursed. 3. If an agency repeatedly fails to provide adequate documentation, this may be reported to the Board of County Commissioners. In the event an agency provides inadequate documentation on a consistent basis, funding may be discontinued immediately. Additionally, this may adversely affect future funding requests. 4. Expenditures may only be reimbursed from the fiscal year for which funding was awarded. For example, no expenditures prior to October 1st may be reimbursed with funds from the following year. Additionally, if any funds are unexpended at the end of a fiscal year, these funds are not carried over to the next year unless expressly authorized by the Board of Commissioners. A 5. All requests for reimbursement at fiscal year-end (September 30th) must be submitted on a timely basis. Each year, the Office of Management & Budget will send a letter to all nonprofit agencies advising of the deadline for reimbursement requests for the fiscal year. This deadline is typically early to mid-October, since the Finance Department does not process checks for the prior fiscal year beyond that point. 6. Each reimbursement request must include a summary of expenses by type. These summaries should be broken down into salaries, benefits, supplies, contractual services, etc. If Indian River County is reimbursing an agency for only a portion of an expense (e.g. salary of an employee), then the method for this portion should be disclosed on the summary. Reimbursement requests will not be reviewed until a complete summary is submitted. The Office of Management & Budget has summary forms available. than River County will not reimburse certain types of expenditures. These expenditure types are listed below. a. Travel expenses for travel outside the County including but not limited to; mileage reimbursement, hotel rooms, meals, meal allowances, per diem, and tolls. Mileage reimbursement for local travel (within Indian River County) is allowable. b. Sick or Vacation payments for employees. Since agencies may have various sick and vacation pay policies, these must be provided from other sources. c. Any expenses not associated with the provision of the program for which the County has awarded funding. d. Any expense not outlined in the agency's funding application. 8. The County reserves the right to decline reimbursement for any expense as deemed necessary. 308 EXHIBIT D STANDARD TERMS FOR GRANT CONTRACT 1. Notices: Any notice, request, demand, consent, approval or other communication required or permitted by this Contract shall be given or made in writing, by any of the following methods: facsimile transmission; hand delivery to the other party; delivery by commercial overnight courier service; or mailed by registered or certified mail (postage prepaid), return receipt requested at the addresses of the parties shown below: County: Human Services Division Indian River County 1800 27"H Street Vero Beach, Florida 32960-3365 Recipient: 2. Venue: Choice of Law: The validity, interpretation, construction, and effect of this Contract shall be in accordance with and governed by the laws of the State of Florida, only. The location for settlement of any and all claims, controversies, or disputes, arising out of or relating to any part of this Contract, or any breach hereof, as well as any litigation between the parties, shall be Indian River County, Florida for claims brought in state urt, and the Southern District of Florida for those claims justifiable in federal court. *W, . 1111111111111111111W 3. Entirety of Agreement: This Contract incorporates and includes all prior and contemporaneous negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Contract that are not contained herein. Accordingly, it is agreed that no deviation from the terms hereof shall be predicated upon any prior representations or agreements, whether oral or written. It is further agreed that no modification, amendment or alteration in the terms and conditions contained herein shall be effective unless contained in a written document signed by both parties. 4. Severability: In the event any provision of this Contract is determined to be unenforceable or invalid, such unenforceability or invalidity shall not affect the remaining provisions of this Contract, and every other term and provision of this Contract shall be deemed valid and enforceable to the extent permitted by law. To that extent, this Contract is deemed severable. 5. Captions and Interpretations: Captions in this Contract are included for convenience only and are not to be considered in any construction or interpretation of this Contract or any of its provisions. Unless the context indicates otherwise, words importing the singular number include the plural number, and vice versa. Words of any gender include the correlative words of the other genders, unless the sense indicates otherwise. 6. Independent Contractor: The Recipient is and shall be an independent contractor for all purposes under this Contract. The Recipient is not an agent or employee of the County, and any and all persons engaged in any of the services or activities funded in whole or in part performed pursuant to this Contract shall at all times and in all places be subject to the Recipient's sole direction, supervision, and control. 7. Assignment: This Contract may not be assigned by the Recipient without the prior written consent of the County. 309 In CONSENT INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Honorable Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator David Johnson, Director of Emergency Services FROM: Karen Rackard, 911 Coordinator Department of Emergency Services DATE: August 21, 2024 SUBJECT: Approval of Renewal of the Public Safety Communications System Software Services Agreement It is respectfully requested that the information contained herein be given formal consideration by the Board of County Commissioners at the next scheduled meeting. DESCRIPTION AND CONDITIONS: On September 11, 2018, the Board of County Commissioners approved Communications International as a sole source for the public safety radio system Software Services. The L3 Harris Software provided by Communications International provides software updates, enhancements and corrections to the public safety P25 radio system dual cores, consoles and site infrastructure. Software Services is critical for maintaining the P25 infrastructure covered in the P25 backbone contract that Indian River County maintains with Communications International. The proposed FY 2024/2025 FX Software agreement will cover all necessary L3Harris and Sia party software upgrades, installation and implementation for the 1,311arris for the P25 system. FUNDING: Funding, in the amount of $131,513.33, is budgeted and available in the Fiscal Year 2024/2025 budget in the General Fund/Communications/Emergency Services/Computer Software account, number 00110719-035120. Account Name Account Number Amount General Fund/Communications/Emergency Services/Computer Software 00110719-035120 $131,513.33 RECOMMENDATION: Staff recommends the Board authorize the Chairman to execute the Public Safety Communications System FX Software Services Agreement with Communications International Inc. ATTACHMENT: 1. FX Software Quote- 2024-2025 2. Services Agreement 310 • COMMUNICATIONS INTERNATIONAL An Employee Owned Company Communications International, Inc. 2150 15th Ave VERO BEACH, FL 32960 Bill to IRC Emergency Services - EOC Emergency Services Dept Radio Systems Manager 4225 43rd Avenue VERO BEACH, FL 32967 Quotation Page 1 of 1 Quotation ID Q00033315 Date 08/07/2024 Expiration date 10/31/2024 Terms N30 Salesperson Jeffery L Willingham Phone (772)569-5355 E-mail jwillingham@ask4ci.com IRC EOC Software Services 2024-2025 L3HARRIS Software services for IRC P25 radio system Oct 1st, 2024 to Sept 30, 2025 Delivery address IRC Emergency Services - EOC Emergency Services Dept Radio Systems Manager 4225 43rd Avenue VERO BEACH, FL 32967 Line Item Description Quantity Price Discount Net Price Extended Price 1-31-larris Software Services Oct 1st, 2024 to 1.00 131,513.33 0% 131,513.33 131,513.33 Sept 30th , 2025 Includes part numbers below Premium Technical Support (PTS), Renewal Support YR-S22B Security Update Management (SUMS) E -Delivery YR-SZ9F Software Managed Services (SMS) E- Delivery YR-GS5N Order Acceptance - Please sign below Pre-tax Total $131,513.33 Signature This quotation does not include tax Applicable taxes will be calculated during invoicing Printed name John A. Titkanich, Jr. - County Administrator Not an Invoice - Do Not Pay Date By signing this quotation and/or submitting a purchase order pursuant to this quotation you acknowledge that you have read and agree to be bound by Communications International, Inc.'s terms and conditions of sale, service, and technical support. Orders may be subject to shipping & handling charges. All warranties are manufacturers warranties. Terms and Conditions: www.ask4ci.com/termsandconditions This proposal does not reflect (include) material/labor cost escalations beyond a standard inflationary rate (SIR) of 6.5%. We reserve the right to recover cost impacts above (SIR). Equipment will be invoiced upon delivery. 311 SERVICES AGREEMENT THIS SERVICES AGREEMENT ("Agreement") is made and entered into this 30th day of September, 2024, by and between Communications International Inc, (hereinafter referred to as "CI") located at 2150 151 Avenue, Vero Beach, FL 32960 in support of Indian River County Emergency Services (hereinafter referred to as "Customer"). This Agreement shall begin on October 1 sc, 2024 ("Commencement Date") and shall continue for a one (1) year period ("Term") through September 30', 2025 ("Expiration Date"). This Agreement, along with its sections and attachments listed below, describes the terms and conditions for purchase of Services by Customer as described in this Agreement or other document(s) attached to and made part of this Agreement. In the event of any inconsistencies or conflicts within this Agreement, precedence shall be given to the documents in the order in which they are listed: 11. SECTION 1 SECTION 11 SECTION 111 ATTACHMENT A ATTACHMENT B SCOPE SCOPE SERVICES GENERAL TERMS AND CONDITIONS EQUIPMENT LIST SERVICE DESCRIPTIONS 1. This Agreement contains the terms and conditions for Customer's purchase and CI's delivery of the Services. CI shall provide the Services described in this Agreement, including its attachments. In addition to the General Terms and Conditions, the Service Descriptions included in Attachment B may contain terms and conditions specific to that service. The Services are defined within this Agreement and are limited to only those Services in Section ("Services") and further described in Attachment B ("Service Descriptions"). All Services provided under this Agreement are only applicable to the Equipment identified in Attachment A ("Equipment List"). Any Equipment not identified in the Equipment List is excluded from the services, SERVICES The Agreement shall begin on the commencement. Date and shall continue for one-year period through Expiration Date. TOTAL ANNUAL SUPPORT FEES (YEAR) $131,513.33 Invoicing will occur annually, and payment will be due 30 days from the date of invoice. 312 by the laws of the State of Florida, excluding its rules pertaining to conflict of laws. Customer consents to the personal jurisdiction of the state and federal courts within the State of Florida. Venue for any legal proceedings shall be in any state or federal court in the State of Florida, and the Parties waive all objections based on venue or forum non -convenience with respect to this Agreement. 14. WAIVER OF JURY. By entering into this Agreement, Cl' and Customer hereby expressly waive any rights either Party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. 15. LIMITATION OF LIABILITY. a. Nothing in this Agreement shall limit CI' or its suppliers, agents, subcontractors, representatives' liability for personal injury or death caused by its negligence. b. CI liability to Customer or to any Third -Party arising out of or in connection with this Agreement or any collateral contract, whether in contract, tort (including, without limitation, negligence) or otherwise shall be limited to the greater of i) amounts paid or payable by Customer to L311arris for the applicable Services during the six (6) months preceding the event or circumstances giving rise to such liability or ii) one hundred thousand ($100,000) US dollars The liability of CI shall be cumulative and not per incident. c. Subject to the exceptions set forth in this Section, in no event shall Cl, L311arris or its suppliers, agents, subcontractors, representatives be liable for any incidental, special, punitive or consequential damages, lost profits or lost or damaged data, or any indirect damages, whether arising in contract, tort (including negligence) or othenvise even if such losses or damages were foreseen, foreseeable, known or otherwise. 16. MERGER/ENTIRE AGREEMENT. This Agreement is the complete agreement between the Parties concerning the subject matter of this Agreement and replaces any prior implied, oral, or written communications between the Parties. There are no conditions, understandings, agreements, representations, or warranties expressed or implied, that are not specified herein. INDIAN RIVER CNTY EMERGENCY SERVICES M Name: John A. Titkanich, Jr. Title: County Administrator Date: Attest Ryan L. Butler, Clerk of Circuit Court and Comptroller 10 Deputy Clerk C CATIONS INTERNATIONAL By: Name:VL, � 2— Title: C" ' ' U ` I*'— Date:( 313 YL_ CONSENT INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Honorable Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator David Johnson, Director of Emergency Services FROM: Karen Rackard, 911 Coordinator Department of Emergency Services DATE: August 20, 2024 SUBJECT: Approval of Renewal of the 700 MHz Communications System Infrastructure Maintenance Contract with Communications International, Inc. It is respectfully requested that the information contained herein be given formal consideration by the Board of County Commissioners at the next scheduled meeting. DESCRIPTION AND CONDITIONS: Since the completion of the 700 MHz radio system project in 1996, Communications International, Inc., the factory -certified regional service partner of the manufacturer, has provided the daily maintenance for the radio system. On March 1, 2011, the Board designated Communications International, Inc. as the County's Sole Source Provider for the 700 MHz Communications System Service. To guarantee continuity of essential services, the County requires Communications International, Inc. to have certified service technicians available twenty-four (24) hours a day for immediate repairs. Communications International, Inc., is the only regional vendor qualified to perform the maintenance and repairs. The approved contract for FY 2020/2021. Approved by the Board on January 5, 2021 (Contract Number CI -110-950) provided for renewal or extension of the contract in one (1) year increments for a total of five (5) years upon mutual consent of the parties. The proposed FY 2024/2025 contract renewal represents the fourth extension. The terms and conditions of the proposed contract will remain the same as the previous one with increases/decreases in annual maintenance costs due to the South Urban Consumer Price Index (CPI) adjustment. The CPI adjustment alone is 3.7%. The maintenance contract in FY 2023/2024 maintenance contract is $382,554.24 annually, or $31,879.52 per month. The FY 2024/2025 maintenance contract is $401,884.44 annually or $33,490.37 per month. This is an increase of $19,330.20 annually, or $1,610.85 per month. 314 FUNDING: Funds, in the amount of $400,000.00 are budgeted and available for FY 2024/2025 in the General Fund/Communications-Emergency Services/Maintenance-Other Equipment account, number 00110719-034690. The additional $1,884.44 will be made available via line transfer from another operating account at the start of Fiscal Year 2024/2025, for a total cost of $401,884.44. Account Name Account Number Amount General Fund/Comm-Emergency 00110719-034690 $401,884.44 Services/Maintenance-Other Equipment RECOMMENDATION: Staff recommends the board approve the Renewal of the 700 MHz Communications System Master Service Agreement with Communications International, Inc. ATTACHMENTS: 1. Master Service Agreement (Contract Number CI -110-950) Original 2. Master Service Agreement Renewal 2. Maintenance Cost Summary for 2024-2025 3. CPI Calculation Letter 4. Instructions for the Consumer Price Index, Southern Urban 315 • COMMUNICATIONS INTERNATIONAL An Employee Owned Company ORIGINAL 4430 US I • Vero Beach. Florida 32967 • Telephone: (772) 569-5355 + Fax: (772) 567-2292 MASTER SERVICE AGREEMENT Contract Number CI -110-950 This Contract is entered into by and between Communications International, Inc., located at 4430 U.S. Highway I, Vero Beach. Florida 32967 (" "Ci"), and Indian River County Board of Commissioners, located at 1801 27ti Street (the "Customer"), on the 1st day of October 2020. (the " Effective Date"). WHEREAS, Ci currently provides maintenance services for two-way radio communications systems and other electronic equipment: WHEREAS, the Customer desires to contract the repair and maintenance of certain two-way radio equipment and other electronic equipment as described hcrc in; WHEREAS, the Parties desire to establish terms. conditions and pricing tinder which the particular equipment will be maintained. and WHEREAS, the Parties hereby desire to enter into th is Contract to set forth. in writing, their respective rights, duties and obligations hereunder. NOW, THEREFORE, for and in consideration of the mutual promises herein contained and other good and valuable consideration. the receipt and sufficiency of which is hereby acknowledged and confessed. the Parties agree as follows: I. DEFINITIONS A. Parties - shall mean, collectively. Ci and theCustonter. B.eServices - shall mean those services to be provided by Ci to the Customer pursuant to this Contract, but not limited to maintenance,ee repair. replacement. labor and testing.ee C. Contract - shall mean this document, along with all documents attached hereto and incorporated herein by reference.ee D. Terminal Equipment - shall mean vehicular mounted radios. personal portable radios. portable radio desk chargers and basicee compact vehicular chargers and as otherwise specifically described as Terminal Equipment for maintenance in this Contractee E. Fixed Equipment - shall mean sitc repeater stations and associated equipment, multi -site coordinator. console electronicee equipment, radio control stations and as otherwise specifically described as Fixed Equipment for maintenance in this Contractee F.eOther Equipment - shall mean any other electronic equipment that is listed in this Contract and defined herein.ee G. Demand Services - shall mean service that is requested which is not included in the fixed fee arrangement in this Contract.ee H. Normal Working Hours - shall mean 8:00 am until 5:00 pm, local time. Monday through Friday, excluding Federal and Stateee Holidays ("Business Days"), unless otherwise defined.ee I. Emergency Services - shall mean services that are available by Ci twenty-four (24) hours per day. seven days per week,ee including Federal and State Holidays.ee Page 1 of 12 316 ORIGINAL 2.nn SCOPE OF CONTRACTnn Ci agrees to maintain the ability to provide the services set forth in Exhibit A of this Contract and to provide the serviccs dcscribednn herein, including Demand Services. The Customer agrees to purchase Demand Services from Ci, as needed, in accordance withnn Exhibit C of this Contract.nn 3.nnTER.-**1 OF CONTRACTnn AmThe term of this Contract shall be for a period of one (1) year(s) (the 'Term") and shall automatically renew at the end of thenn Tenn, unless (I) either party notifies the other party. in writing, at .least ninety (90) days prior to expiration of this Contract (thenn "Renewal Notice") or (11) in the event Ci proposes new terms, conditions, or pricing ("New Terms"), such New Terms are notnn accepted by the Customer in the Renewal Notice. There shall be no more than four (4) renewals to thiscontract.nn B.nThis contract will be adjusted each year based on the Consumer Price Index (CPI). Use the Bureau of Labor Statistics web sitenn (http: tt www, bis.govicpi/home.htd):nn 1.nSelect the "South Urban region of the U.S. Map.nn 2. Select the "More Formatting Options"nn 3.nSelect the " 12 months PercentChangenn 4.n Select "Retrieve Data"nn 5. Scroll down to the current year and select the "Feb" numbernn 6. This number will be used as a multiplier for the recent year total of the maintenance contractnn The percent number is a 12 -month percent change for the "South Urban" over the last 12 months as reflected in February. 4.nnPRI . S AND TERMS OF_PAVM •NTnn A. The prices to be charged for the regular routine maintenance Services are as set forth in Exhibit B. B. The prices to be charged for the Demand Services and Professional Services areas set forth in Exhibit C. C.nrA]l pricing discounts on both hardware and software, including all vendorequipment offered by Ci are set forth in Exhibit D.nn D.nPayment for Services for monthly maintenance, as outlined in Exhibit B of this Contract, is due in advance and payable in fulirtn forty-five (45) days after receipt of invoice. Invoices shall be submitted to the Customer on a monthly basis.nn E.nrFayment for all Demand Services. Professional Services and purchase of all products andior equipment is due in full forty-five (45) days after receipt of invoice. Invoices shall be submitted to the Customer as the work is completed.nn 5. F\TRA CIIA CF.S No extra charges of any kind will be allowed unless specifically agreed to in writing by both Parties.nn 6.nnSF.R%'lL Snn A.ndnstallation. removal or reinstallation of equipment. shall be performed by Ci, following reasonable no t ice to the Customer atnn the rates listed in Exhibit C and at a time agreed to by both Parties.nn B.nnitems that are not covered under Senices for maintenance in Exhibit B. such as speaker microphones and Enhanced Vehicular Chargers. will be repaired and;'or replaced as Demand Services and will be charged at the prices set forth in Exhibit C.nn C.nnln addition to the Services specified in this Contract. the Customer may order other work to be provided by Ci, includingnn specially designed work or services otherwise not covered by this Contract ("Special Requirements Order"). Within ten (10)nn business days of receipt of a Special Requirements Order, Ci will furnish the Customer with a written proposal to fill suchnn Special Requirements Order, including price and delivery time. The Customer may accept or reject any such proposal withnn ten (1 •) Business Days of receipt. Any proposal not specifically accepted will be deemed rejected on the eleventh (1114P Business Day after receipt. nn Pace 2 of 12 12 317 ORIGINAL D.eePurchase orders issued in compliance with this Contract, other than Special Requirements Orders, shall be deemed acceptedee upon receipt by Ci. Special Requirement Orders shall be deemed accepted by Ci upon receipt of the Customer's acceptance ofee Ci Is proposal.ee E. Unless otherwise specifically agreed between Ci and the Customer, in writing, the terms and conditions of this Contract shallee take precedence over any accepted purchase order issued after the date of this Contract, in accordance with Section 16 of thisee Contractee F. All qualified Terminal Equipment in the Customer's inventory must be listed in Exhibit B to be covered under this Contract.ee G. Terminal Equipment shall be delivered to, and maintenance performed at, a Ci facility during Normal Working Hours. Ifee Terminal Equipment is shipped to the Ci facility for repair, the return shipping charges shall be billable to the Customer. Emergency Service on Terminal Equipment. if requested, will be performed and will be charged at the prices set forth in Exhibitee C.ee H.eeAny Terminal Equipment found to be non -working or incapable of meeting specifications during performance of the frstee Preventative Maintenance effort will be omitted from inventory on Exhibit B until the Terminal Equipment is brought up toee specification at the Customers expense. Terminal Equipment that is designed to operate in chemically volatile or explosiveee atmospheres or when immersed in water (e.g. Immersion or Intrinsically Safe radios) are not covered by thisContract.ee 7.ee PRF\'EN`rI%'E 'MAINTENANCE Ci will annually perform verification on Terminal Equipment covered bythis Contract to validate factory specifications and correctee any deficiencies found ("Preventative Maintenance"). Copies of service records will be available to the Customer upon request.ee 8. DATABASE REPROGRAMMING Annual mobile radio software updates will be provided by Ci during annual Preventative Maintenance. The LID reprogrammingee changes will be provided periodically. upon request, at no cost to the Customer. A.eeThe quantity of Tenninal Equipment units to be maintained andior serviced may be added to, or removed from. this Contractee while the Contract is in force. New Terminal Equipment units purchased in any given budget year of the Customer may beee added to the Contra t immediately following the expiration date of the manufacturer's warranty. A letter of authorization fromee the Customer is required to add to or remove EQUIPMENT from Exhibit B. Such Terminal Equipment must he identified byee individual LTD numberes. serial numbers and property ID numbers.ee B.eeCharges for Terminal Equipment added or removed in a particular month will be added to, or dropped from, theamount chargedee to the Customer the following month.ee 10. RESPONSE TIME The estimated time of repair of Terminal Equipment delivered to Ci's local facility is three (3) to seven (7) Business Days.ee 11. EORLF MaMEURE Ci will not be considered in default or liable for any delay or failure to perform its obligations: under this Contract if such delay oree failure arises directly or indirectly out of an act of nature, war, labor strikes. lockouts. trade disputes, fires, quarantine restrictions.ee governmental action or by causes beyond the reasonable control of Ci. In such event, any obligation of Ci under this Contract willee be postponed until the cause underlying the Force Majeure ceases to exist and such postponement or delay will not be held againstee Ci. Ci shall immediately notify the Customer verbally and in writing if a Force Majeure event delays performance and shall stateee the revised date for performance.ee 12. tNDEMNIFICATION To the extent allowable by law. Ci shall indemnify and save harmless the Customer from any and all liability. claims, damages;ee losses or expenses, including attorney's fees. arising out ofor resulting from the performance of iLs work underthis Contract. where Page 3 of 12 12 318 ORIGINAL such claim, damage, loses, or expense is directly caused by the negligence or intentional wrongful act or omission of Ci. its agents, employeees, or any of its subcontractors, in connection with or pursuant to this Contract. 13.ee1.1:11l'r.kTl N OF LIABILITY The liability of Ci pursuant to Section 12 shall not exceed the greater of an aggregate limit of $50 ;000 or the amount actually paid by the Customer to Ci under this Contract, regardless of the legal theory under which such liability is imposed.ee 14.eANSURANC . A.eeWithin thirty (30) days of the execution of this Contract, Ci shall furnish the Customer with certificates of insurance showingee that Ci carries Automobile Insurance and General Liability Insurance in an amount not less than One Million Dollarsee ($1,000.000) per occurrence and Workmen's Compensation Insurance sufficient to satisfy state law requirements. Theee certificates of insurance shall also provide that at least thirty (30) days' notice in writing shall be given to the Customer of anyee cancellation or reduction of coverage before such coverage is cancelled or reduced.ee B.eeThe Customer shall be named as an additional insured party on the policies obtained by Ci pursuant to this Section. Ci shallee not be relieved of any obligation of indemnification pursuant to this Contract by reason of its failure to secure and maintainee insurance as required by thisSection.ee I5 -e ANCEI.I.ATlt7lee This Contract may be terminated by either party, with or without cause, upon not less than ninety (90) days' notice, in writing, byee overnight delivery, personal delivery or registered mail return receipt requested to the other party. Such notice shall be effectiveee upon receipt.ee •dIaMIK13011i m"t"wIC11111T)(1)1 •.-. This Contract and the attachments hereto and made a part hereof sets forth the entire agreement of the Patties with respect to theee subject matter hereof and supemedes and merges all prior agreements and understandings. No amendments modification or waiveree of any provisions of this Contract or consent to any departure therefrom shall be effective unless in writing and signed by dulyee authorized officers of both Parties.ee AUTHORIZED SICNATURE-CONTRACT NUMBER Ct-110-950 IN WITNESS HEREOF, Communications International. Inc. and the Customer have caused this Contract to be signed as of the Effective Date set forth above. COMMUNICATIONS INTERNATIONAL, INC. By: 0 iv al Name: .. ►'�'� e $ rn .-P{ INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS Un Name: Title: UP "1 .se r V �- C_r,> . Title: Page 4 of 12 12 319 Contract Number Cl -110-950 EXHIBIT "A" SCOPE 0 I WORK ORIGINAL During the term of the Contract, Ci agrees (i) to provide the Customer with repair. maintenance services and parts to maintain the Customer's radio equipment as set forth herein and (ii) to provide the products and services as described in Exhibit A and B at the prices set firth in Exhibits B and C. 1. Conditions of Service Ci shall supply staffing, supervision, labor, service facilities, repair parts, test equipment and supplies necessary to meet the service requirements stated herein. 2. Terminal Equipment Maintenance 3. Fixed Equipment Maintenance A. Emergency Service shall be provided by Ci for Fixed Equipment Maintenance and Ci will respond within two (2) hours ofthe Customer's request for Emergency Service. B. Ci shall not be liable for any costs incurred for repair and/or replacement of any Fixed Equipment that becomes inoperative due to user or third -party negligence. installation or removal: liquid intrusion; lightening damage or Acts of God. Any component parts replaced under this Section shall be returned to Customer for inspection. C. Ci shall not be liable for any costs incurred for correcting, repairing or replacing infrastructure or data corruption caused by (i) improper operations of Customer or any third party or (ii) failure of Associated Systems. " Associated Systems" are defined as any equipment used in the operation of the Customer's Fixed Equipment or Terminal Equipment that is not maintained by Ci. 4. Preventative maintenance Ci will annually perform verification on Terminal Equipment covered by this Contract to validate factory specifications and will correct any deficiencies found. 5. General All services provided under this Contract are only applicable to the Terminal Equipment. Fixed Equipment and Other Equipment listed in Exhibit "B". Page 5 of 12 12 320 Cj e • COMMUNICATIONS INTERNATIONAL Exhibit B An Employee Owned Company 4450 US Highway 1 Contract # Ci -110-950 Vero Beach, FL 32967 Covered Period: October 1, 2020 - September 30, 2021 772-569-5355 Fax: 772-567-2292 _ Bill Indian River County Emergency Services To: Indian River County Emergency Services Radio Systems Manager Radio Systems Manager 1840 25th 1840 25th Street Street Vero Beach, FL 32960 Vero Beach, FL 32960 772-567-3160 South Urban South Tower Site 2019/2020 CPI 2020/2011 aty Unit Amount Unit Monthly 1.90% Amount Amount Channels Mastr III Stations 7 $131.72 2.50 $134,22 $939.54 Channel Site Pro's 7 $320.46 $44.93 0.85 $45.78 Master V Stations Under warranty/Accepted 111112020 5 $31.88 $31.88 $159.40 Master V Stations 5 $127.50 2.42 $129.92 $649.60 Receiver Multi -coupler with Tower Top Amp i $147 77 $145.01 2.76 $147.77 Network Sentry Server i $327.40 $321.30 6.10 $327.40 Simulcast Common Transmit Equipment 1 $329.27 6.26 $335.53 $335.53 Mastr III Mutual Aid Channels 6 $805.32 $131.72 2.50 $134.22 Intraplex Multiplexer 3 $94.62 $30.95 0.59 $31.54 Microwave Radios to IRCEM & VBPD 4 $525.48 $128.92 2.45 $131.37 Microwave Radio to Egrets Marsh 2 $,p8.gt 2.45 $131.37 $262.74 Vida Unit Switch 1 $303.92 $298.25 5.67 $303.92 IP Network Equipment 2 $261.74 $128.43 2.44 $130-87 Total for South Site $5,133.52 1 Simulcast Control Point South Urban CPl 2020/2021 City Unit Amount o AUnit Monthly 1.90 /o mount Amount 8 Vertical Site Pros 7 $122.65 2.33 $124.98 $874.86 Intraplex Multiplexers 3 $30.95 $31.54 $94.62 Page 6 of 12 12 321 r 322 ONGINAL 0.59 Egret Marsh Intraplex Multiplexer 1 $28.81 0.55 $29.36 $29.36 Network Sentry Server $321.30 6.10 $327.40 $327,40 Control Point Common Equipment & Alignment Rack # $329.27 6.26 $335.53 $335.53 15 Analog & Digital Voters Egret Marsh 1 $134.77 2.56 $137.33 $137.33 Down Links $30.91 0.59 $31.50 $31.50 SIM $131.59 2.50 $134.09 $134.09 DC Power System pos 24 volt 1 $388.55 7.38 $395.93 $395.93 DC Power System neg 48 volt 1 $384.32 7.30 $391.62 $391.62 IP Network Equipment 1 $128.43 2.44 $130.87 $130.87 Total for Simulcast Control Point $2,883.11 North Tower Site South Urban CPI 2020/2021 Qty Unit Amount Unit Monthly 1.90°/a Amount Amount Mastr III Stations 7 $131.72 2.50 $134.22 $93954 Channel Site Pro's 7 $44.93 0.85 $45.78 $320.46 Master V Stations Under warranty/Accepted 11/1/2020 5 $31.88 $31.88 $159.40 Master V Stations 5 $127.50 2.42 $129.92 $649.60 Receiver Multi-coupler with Tower Top Amp 1 $144.89 2.75 $147.64 $147.64 Network Sentry 1 $321.30 6.10 $327.40 $327.40 Simulcast Common Transmit Equipment 1 $329.27 6.26 $335.53 $335.53 Mastr III Mutual Aid Channels 0 $0.00 $0.00 Intraplex Multiplexer 3 $30.95 0.59 $31.54 $94.62 DC Power Supply System pos 24 volt 1 $316.09 6.01 $322.10 $322.10 DC Power Supply System neg 48 volt 1 $312.65 5.94 $318.59 $318.59 Microwave Radio to Hobart 2 $131.63 2.50 $134.13 $268.26 Microwave Radios to Sebastian PD 2 $128.92 2.45 $131.37 $262.74 IP Network Equipment 1 $128.43 2.44 $130.87 $130.87 Total for North Site 54,276.75 Fellsmere Tower Site South Urban CPI 2020/2021 _ ' Qt Unit Amount Unit Monthlyy 1.90% Amount Mastr III Stations 7 $131.72 2.50 $134.22 $939.54 i Channel Site Pro's 7 $44.93 0.85 $45.78 $320.46 Master V Stations Under warranty/Accepted 11/1/2020 5 $31.88 $31.88 $159.40 Master V Stations 5 $127.50 2.42 $129.92 $649.60 Mastr III Mutual Aids Channels 0 $0.00 $0.00 Downlinks 1 $30.91 $31.50 $31.50 Page 7 of 12 12 322 Page 8 of 12 12 323 0.59 Sim 1 $269.53 5.12 $274.65 $274.65 Network Sentry Server 1 $321.30 6.10 $327.40 $327.40 Receiver Multi-coupler with Tower Top Amp 1 $144.89 2.75 $147.64 $147.64 Intraplex Multiplexer 2 $30.95 0.59 $31.54 $63.08 DC Power Supply System pos 24 volt 1 $316.09 6.01 $322.10 $322.10 DC Power Supply System neg 48 volt t $312.65 5.94 $318.59 $318.59 Microwave Radios to Hobart 2 $128.92 2.45 $131.37 $262.74 IP Network Equipment t $128.43 2.44 $130.87 $130.87 _ Total For Feilsmere Site $3,947.57 South Urban Dispatch Equipment CPI 2020/2021 Qty Unit Amount Unit Monthly 1.90% Amount Aamxft Symphony Consoles 10 $174.82 1.84 $176.66 IMC/CEC Switch 1 $919.54 1.86 $921.40 $921.40 'Microwave Alarm Pc 1 $30.91 0.59 $31.50 $31.50 'DVIU 1 $395.12 7.51 $402.63 $402.63 'MOM System 1 $118.54 2.25 $120.79 $120.79 'CSD 1 $362.21 6,88 $369.09 $369.09 'CSD Client ) $105.36 2.00 $107.36 $107.36 Netdock -GPS 2 $55.31 1.05 $56.36 $112.72 Intraplex Multiplexers- 11 $30.95 0.59 $31.54 $346.94 Zetron Model 25 Encoders 5 $32.95 0.63 $33.58 $167.90 Orion Remote Back-up Radios 9 $31.59 0.60 $32.19 $289.71 Microwave Radios (IRCSO. VBPD. Seb PD dispatch) 6 $128.92 2.45 $131.37 $788.22 IP Network Equipment 1 $128.43 2.44 $130.87 $130.87 UPS battery backup (located at South site) 1 $48.28 0.92 $49.20 $49.20 Total for Dispatch Equipment $%G0!:93 Hobart Tower Site south urban CPI 2020/2021 aY Unit. Anwwnt UM Unit Amount Montidy -Aniaiiwlt Mastr III Back-up Stations 7 $82.49 1.00 50369 . . Master V Stations Under warranty/Accepted 11/1/2020 5 $31.88 $31.88 $159.40 t Y' Ver V S ticrN 5 $649.60 $127.50 2.42 ;5129.92 Receiver Multi-coupler with Tower Top Amp $144.89 2.75 $147.64 $147.64 Intraplex Multiplexer 4 $30.95 0.59 $31.54 $31.54 Med 4 Station 0 $0.00 $0.00 Page 8 of 12 12 323 Cost Summary for Oct 2019 -Sept 2020 12 months South Tower Site Simulcast Control Pant North Tower Site Fellsmere Tower Site Dispatch Equipment Hobart Tower Site Egret Marsh Site IRC EOC Site Total Monthly Maintenance for Sites: Total Annual Oct -Sept Maintenance: Monthly Totals $5,133.52 $2,883.11 $4,276.75 $3,947.57 $5,604.93 $2,658.73 $3,586.32 $1,092.14 RtlA ,G9 A9 $350,196.84 Page 9. of 12 12 324 Med 8 Station 1 $46.10 0.88 $46.98 $46.98 VHF EM/Fire Page Station 1 $138.30 2.63 $140.93 S140.93 DC Power System neg 48 volt 1 $312.65 5-94 $318,59 S318.59 Microwave Radios to North, West, IRCEM sites 6 $128.92 2.45 $131.37 $788.22 Total for Hobart Site $XSW73 Egret Marsh Site South Urban CPI 2020/2021 Qty Unit Amountu Unit Monthly 1.90% Amount Amount Mastr III Stations 7 $170.21 3.23 173.44 11214.08 Master V Stations Under warranty/Accepted 11/1/2020 5 $31.88 31.88 159.40 Master V Stations 5 $127.50 2.42 129.92 649.60 Network Sentry $321.30 6.10 327.40 327.40 Simulcast Common Transmit Equipment 1 $313.14 5.95 319.09 319.09 Intraplex Multiplexer 1` $29.44 0.56 30.00 30.00 DC Power Supply System pos 24 volt 1 $299.73 5.69 305.42 305.42 DC Power Supply System neg 48 volt 1 $312.65 5.94 318.59 318.59 Microwave Radios to South site 2 $128.92 2.45 131.37. 262.74 Total for Egret Marsh 3j$K-32 (RC EOC Site South Urban CPI 202012021 Qty Unit Amount Unit Monthly 1.90% Amount Amount Microwave Radios to IRCSO Dispatch, Hobart, South 5 sites $126.92 2.45 $131.37 $788'22 Vida Unit Switch $298.25 5.67 $303.92 $80192 Total for EOC site $1,092.14 Cost Summary for Oct 2019 -Sept 2020 12 months South Tower Site Simulcast Control Pant North Tower Site Fellsmere Tower Site Dispatch Equipment Hobart Tower Site Egret Marsh Site IRC EOC Site Total Monthly Maintenance for Sites: Total Annual Oct -Sept Maintenance: Monthly Totals $5,133.52 $2,883.11 $4,276.75 $3,947.57 $5,604.93 $2,658.73 $3,586.32 $1,092.14 RtlA ,G9 A9 $350,196.84 Page 9. of 12 12 324 The Consumer Price Index Southeast Urban Region of 1.9 has been added to each equipment line item that was on 2019-2020 agreement: Contract Number CI -110-950 EXHIBIT "C" DEMAND SERVICE RATES Demand Services Support Staff Cabler Systern Installer System Design Engineering Hourly Rate Maintenance Technician (Bench) RF Engineer IT Engineer Site Manager Project Manager Emergency Service Rate Expenses Lodging Per Diem Travel Time Page 1 1 of 12 ORIGINAL Rate Per Hour $ 50.00 $ 57.00 $ 62.00 $ 150.00 $ 88.00 $ 125.00 $ 125.00 $ 80.00 $ 100.00 Rate* 1.5 Actual Actual IRS Rate Actual 326 Contract No. C1-110-950 EXHIBIT "D" Pricing Discounts ORIGINAL Pricing discounts for all L3Harris manufactured equipment will be at the current Public Safety discount level of 28 % off list price published on the L3Harris website. All list pricing will reference the most current pricing available. All vendor items will be priced at current published " Public Safety or Government" discount levels. Discounts on all other manufactured equipment, custom equipment. and software not having published discount levels will be quoted at the time of request. All prices will be at best pricing offered to Public Safety Agencies by Ci in the State of Florida. Page 12 or 12 327 FOURTH RENEWAL OF THE MASTER SERVICE AGREEMENT WITH COMMUNICATIONS INTERNATIONAL, INC., FOR INFRASTRUCTURE MAINTENANCE OF THE 700 MHZ COMMUNICATIONS SYSTEM This Fourth Renewal of the Master Service Agreement for Infrastructure Maintenance of the 700 MHz Communications System (Contract) is entered into this 1st day of October, 2024 by and between Indian River County, a political subdivision of the State of Florida (County) whose address is 1801 27th Street, Vero Beach, FL 32960 and Communications International, Inc., a. Florida corporation, (CI) whose address is 2150 15th Avenue , Vero Beach, FL 32960 and agree as follows: WHEREAS, Communications International Inc., has provided the daily maintenance for the Emergency Services radio system ince the completion of the 800 MHz radio system project in 1996; and WHEREAS, on March 1, 2011, the Board designated Cl as the County's Sole Source Provider for the 800 MHz Communications System Service as they are the only regional vendor qualified to perform the maintenance and repairs on the system; and WHEREAS, on January 5, 2021, the Board approved a one (1) year Contract with Cl, which provided for (4) four renewals of the Contract in one (1) year increments for a total of five (5) years upon mutual consent of the parties. WHEREAS, the terms and conditions of the Contract will remain the same except for an increase in annual maintenance costs due to additional equipment for the P25 Project, Station 2 equipment coming out of warranty and South Urban Consumer Price Index (CPI) adjustments. WHEREAS, the parties are mutually satisfied with the terms of the Coidiaot. NOW THEREFORE, ;in consideration of the premises and oth 40od and valuable consideration, the tsoeipt whereof is hereby acknowledged, the perties agree as follows: 1. The above recitals are true and correct and are adopted by reference herein. 2. The Contract is hereby renewed and extended effective October 1, 2024, until September 30, 2025. 3. The South Urban Region CPI used to annually adjust the cost of the maintenance and service agreement for FY 2024/2025 3.7%. 1 328 4. In consideration of the above increases, the FY 2024/2025 maintenance Contract for the communication system backbone infrastructure maintenance totals $401,884.44 and is to be paid through monthly invoices. 5. The remaining terms and conditions of the Contract shall remain unchanged. IN WITNESS WHEREOF, the parties have executed this Renewal of Contract as of the day and year first written above. ATTEST: Ryan L. Butler Clerk of Court and Comptroller M Deputy Clerk BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY Approved as to form and legal sufficiency County Attorney COM UNICATIONS INTERNATIONAL, INC. By: Printed Name: sgkr4-2— Title: Z Title: Controller 8 I xt< I a-4- 011 By: Chairman BCC Approved: Approved: John A. Titkanich, Jr. County Administrator Witness 4 'IINMI =111han =A 329 LO N N i 4 N O N L O L cu E E 'I V cn U N U C N C N C IN �M000mr--MLoOO ti I`1`OLO00000�M 'A CD r--MMM'OOIOCD w000�U,)LoOU)ML� 12OOT-LLO��(000� fI�i N� LIci M V- N M Cc Efi ff. f- Q9, N O N O N co A CD A L d V C m C •O C d O U) O N m .�0 E=0 N2 (n () 3:.— L U) C �+ — �CU a� H w 3 _N 0Mo�.��o0(n0 c=n(!) Coo 20 2 LUm _� a a� O O O O O O U)U)Z ' 0=W N O N O N co z i d ' r �• �Ak Y... .- .. .. Instructions for the Consumer Price Index, Southern Urban. The prior charts have been discontinued. Go to the following fink: Consumer Price index (CPO batabasis : U.S. Bureau o#'labor Statistics bls. ov You will see a list of CPI Databases example below: Consumer Price Index Bureau of Labor Statistics> Consumer Price Index >aq a> Databases Consumer Price Index (CPI) Databases Databases a�Ike.rttptwan«alGarltistAAN1 (Consumer Pricelndex - CPU Urban Wage Earners and Clerical Workers (Current Sees) (Consumer Price Index - CPI} All urban Consuroasa(ChAW CPO) (Caruurtta Pr)cr fadNt - ct+p. Avenge Price Data (Consumer Price inlet -GPO Choose "All Urban Consumers (Current Series) —Top Picks Click South Region, All Items, Then Retrieve Data 332 When the table appears below: click on More formatting Options Databases, Tables & Calculators by Subject Change Output Options: from: 2011 v To: F2021 - 0 include graphs ID Include annual averages Mora Eoetnattino Ootioneaay. Data extracted on: June 21,202L (11!05:22 AM) CPI for A(1 Urban Consumers (CPI -U) Series Id: CVUR0300SA0 Not Seasonally Adjusted Sanies Title: All items In South urban. all urban consumers, not seasonally adjusted Area: South IMM: All items Base Period: 1982.84=100 .... .. .... M Y a C Year You can make selections for the specific information you are looking for, in the following example, I selected Table Format, Original and 12- Month Percent change for years 2018 — 2021, including graphs and annual averages in HTML Format. Once you have made your selection click retrieve data. U.S. BUREAU OF LABOR STATISTICS DATA TOOLS v Databases, Tables & Calculators by Subject -Select view of the dal select the time frame for your dote :._bie Format O All years on G Sp 1 ear range: olumn Forma[ Fr : 2018 v TO: 2021 ' ulti-series table (-DAIt TItne Periods OR O Select onetime period: 01- Sinai Data Value nnual Data C]3 -Month Percent Change anuary 02 -Month Percent Change ebruary 03 -Month Percent Change March 170 -Month Percent Change Aril 012 -Month Percent Change a Output Type: (select one) tij HTML table OR Retrieve Data rhs Annual Avera s .nciude graphs C� Include annuat averages The following series id(s) were generated from your query. To save these series id(s), cut and paste to a tet file_ (Edits are ignored. To change these series id(s) you will need to restart your query.) �CUUR03005A0 333 Results of the selections on prior page. Databases, Tables & Calculators by Subject change Output Options: From: ?0_15_.-; To'. i 2021 v W D urUutle graphs 0 include annual averages More Formnttina Qntlons�r Oats extracted on: June 21. 2021 t11:07:44 AM) GPI for All Urban Conmons" (GPI -U) Serle. Id: CUUR0300SAO Not Seasonally Adjusted SfAas Title: All items in South urban, aR urban consumer.. not sca1-11y adj—ed Arae: tram: Ad 1000% Base Period: INWAK-A00 W Yell' Download; in:� 334 0M INDIAN RIVER COUNTY, FLORIDA DISTRICT MEMORANDUM TO: Honorable Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator David Johnson, Director of Emergency Services FROM: Steve Greer, Bureau Chief Department of Fire Rescue DATE: August 23, 2024 SUBJECT: Approval of Public Medical Transportation Letter of Agreement between Indian River County Emergency Services District and the Agency for Health Care Administration (Year Six) It is respectfully requested that the information contained herein be given formal consideration by the Emergency Services District Board of Commissioners at the next regular scheduled meeting. Description and Conditions: Staff seeks consideration of a Letter of Agreement with the Agency for Health Care Administration (ARCA) for the receipt of Public Emergency Medical Transportation -Managed Care Organizations (PEMT-MCO) payments to the County for this year. AHCA has significantly changed the process to receive the PEMT payments to providers over prior years. The new process requires an upfront payment from the County of $361,565.57 in order to receive the PEMT payment. This payment from the County to ARCA, as well as all of the statewide provider's payments, will be bundled as a funding mechanism to apply for federal grants. It is anticipated that the funds provided to AHCA ($361,565.57) will be returned to the County, as well as the annual PEMT MCO funds estimated to be $482,622.08, with a total return to the County of $844,187.65. Funding: Funding for this agreement, in the amount of $361,565.57, will come from the Emergency Services District Fund/Other Operating Supplies-PEMT account, number 11412022-035290-20023, via budget amendment from Cash Forward. When payment is returned to the County, the funds will be deposited into the Emergency Services District Fund/Service Charges/PEMT Program Distribution revenue account. Account Name Account Number Amount Emergency Services District Fund/Other Operating Supplies-PEMT 11412022-035290-20023 $361,565.57 Recommendation: Staff recommends the approval and execution of the Letter of Agreement between the Indian River County Emergency Services District and the Agency for Health Care Administration. Attachments: 1. Public Emergency Medical Transportation Letter of Agreement 2. FY 2024-2025 PEMT Allotments (Year 6) 3. Intergovernmental Transfers Questionnaire 335 Public Emergency Medical Transportation Letter of Agreement THIS LETTER OF AGREEMENT (LOA) is made and entered into in duplicate on the _10th_ day of _September 2024, by and between Indian River County Emergency Services District (the "IGT Provider") on behalf of Indian River County ALS, and the State of Florida, Agency for Health Care Administration (the "Agency"), for good and valuable consideration, the receipt and sufficiency of which is acknowledged. DEFINITIONS "Intergovernmental Transfers (IGTs)" means transfers of funds from a non -Medicaid governmental entity (e.g., counties, hospital taxing districts, providers operated by state or local government) to the Medicaid agency. IGTs must be compliant with 42 CFR Part 433 Subpart B. "Medicaid" means the medical assistance program authorized by Title XIX of the Social Security Act, 42 US.C. §§ 1396 et seq., and regulations thereunder, as administered in Florida by the Agency. "Public Emergency Medical Transportation (PEMT)," pursuant to the General Appropriation Act, Laws of Florida 2024-231 is the program that provides supplemental payments for eligible Public Emergency Medical Transportation (PEMT) entities that meet specified requirements and provide emergency medical transportation services to Medicaid beneficiaries. A. GENERAL PROVISIONS Per House Bill 5001, the General Appropriations Act of State Fiscal Year 2024-2025, passed by the 2024 Florida Legislature, the IGT Provider and the Agency agree that the IGT Provider will remit IGT funds to the Agency in an amount not to exceed the total of $361,565.57. The IGT Provider and the Agency have agreed that these IGT funds will only be used for the PEMT program. 2. The IGT Provider will return the signed LOA to the Agency. 3. The IGT Provider will pay IGT funds to the Agency in an amount not to exceed the total of $361,565.57. The IGT Provider will transfer payments to the Agency in the following manner: a. Per Florida Statute 409.908, annual payments for the months of July 2024 through June 2025 are due to the Agency no later than October 31, 2024, unless an alternative plan is specifically approved by the agency. b. The Agency will bill the IGT Provider when payment is due. 4. The IGT Provider and the Agency agree that the Agency will maintain necessary records and supporting documentation applicable to health services covered by this LOA in accordance with public records laws and established retention schedules. a. AUDITS AND RECORDS Indian River County Emergency Services District_ Indian River County ALS_PEM LOA_SFY 2024-25 336 i. The IGT Provider agrees to maintain books, records, and documents (including electronic storage media) pertinent to performance under this LOA in accordance with generally accepted accounting procedures and practices, which sufficiently and properly reflect all revenues and expenditures of funds provided. ii. The IGT Provider agrees to assure that these records shall be subject at all reasonable times to inspection, review, or audit by state personnel and other personnel duly authorized by the Agency, as well as by federal personnel. iii. The IGT Provider agrees to comply with public record laws as outlined in section 119.0701, Florida Statutes. b. RETENTION OF RECORDS The IGT Provider agrees to retain all financial records, supporting documents, statistical records, and any other documents (including electronic storage media) pertinent to performance under this LOA for a period of six (6) years after termination of this LOA, or if an audit has been initiated and audit findings have not been resolved at the end of six (6) years, the records shall be retained until resolution of the audit findings. ii. Persons duly authorized by the Agency and federal auditors shall have full access to and the right to examine any of said records and documents. iii. The rights of access in this section must not be limited to the required retention period but shall last as long as the records are retained. c. MONITORING i. The IGT Provider agrees to permit persons duly authorized by the Agency to inspect any records, papers, and documents of the IGT Provider which are relevant to this LOA. d. ASSIGNMENT AND SUBCONTRACTS The IGT Provider agrees to neither assign the responsibility of this LOA to another party nor subcontract for any of the work contemplated under this LOA without prior written approval of the Agency. No such approval by the Agency of any assignment or subcontract shall be deemed in any event or in any manner to provide for the incurrence of any obligation of the Agency in addition to the total dollar amount agreed upon in this LOA. All such assignments or subcontracts shall be subject to the conditions of this LOA and to any conditions of approval that the Agency shall deem necessary. 5. This LOA may only be amended upon written agreement signed by both parties. The IGT Provider and the Agency agree that any modifications to this LOA shall be in the same form, namely the exchange of signed copies of a revised LOA. 6. The IGT Provider confirms that there are no pre -arranged agreements (contractual or otherwise) between the respective counties, taxing districts, and/or the providers to re - Indian River County Emergency Services District_ Indian River County ALS_PEM LOA_SFY 2024-25 337 direct any portion of these aforementioned supplemental payments in order to satisfy non - Medicaid, non -uninsured, and non -underinsured activities. 7. The IGT Provider agrees the following provision shall be included in any agreements between IGT Provider and local providers where IGT funding is provided pursuant to this LOA. Funding provided in this agreement shall be prioritized so that designated IGT funding shall first be used to fund the Medicaid program and used secondarily for other purposes. 8. This LOA covers the period of July 1, 2024, through June 30, 2025, and shall be terminated September 30, 2025, which includes the state's certified forward period. 9. This LOA may be executed in multiple counterparts, each of which shall constitute an original, and each of which shall be fully binding on any party signing at least one counterpart. PEMT Local Intergovernmental Transfers Program / Amount State Fiscal Year 2024-2025 Estimated IGTs $361,565.57 Total Funding Not to Exceed $361,565.57 IN WITNESS WHEREOF, the parties have caused this page Letter of Agreement to be executed by their undersigned officials as duly authorized. INDIAN RIVER COUNTY EMERGENCY SERVICES DISTRICT SIGNED BY: NAME: John A. Titkanich, Jr. TITLE: County Administrator DATE: STATE OF FLORIDA, AGENCY FOR HEALTH CARE ADMINISTRATION SIGNED BY: NAME: Tom Wallace TITLE: Deputy Secretary for Health Care Finance and Data DATE: Indian River County Emergency Services District_ Indian River County ALS_PEM LOA_SFY 2024-25 338 SFY 2024-25 PEMT MCO Allotments tie Tri',.«- r t a< i'�„ Alachua County Fire Rescue 3 $ 4458,266: LOA Amount otallGTsNeeded) 1,909,475.53 $ 2548,790.94 Baker County Fire Rescue 4 $ 311,393.75 .; 133,369.94 $ 178,023.81 Bay County EMS Division 2 $ - 1,900,218.61 $ 813,863.63 $ 1 086 354.98 Boynton Beach Fire Rescue 9 $ 804,367.48 $ 344,510.59 $ 459,856.89 Bradford County EMS 3 $ 664,996.87 $ 284,818.16 $ 380,178.71 Brevard County Fire Rescue 7 $ 4,566 577.34 $ 1,955,865.07 $ 2,610,712.27 Broward Sheriffs Fire Rescue 10 $ 2,716,532.14 $ 1,163,490.72 $ 1,553,041.42 Charlotte County Fire & EMS De artme, 8 $ 1,580,064.43 $ 676,741.59 $ 903,322.84 Citrus County Fire Rescue 3 $ 1,840 488.35 $ 788,281.16 $ 1,052,207.19 City of Coconut Creek - Fire Rescue - 10 $ 234 142.61 $ 100,283.28 $ 133,859.33 City of Coral Springs Fire De artmen 10 $ 832 241.60 $ 356,449.08 $ 475 792.52 City of Fernandina Beach Fire Det 4 $ 97,161.22 S 41,614.15 $ 55,547.07 City ofGreenacres 9 $ 359 974.36 $ 154,177.02 $ 205,797.34 City of Hialeah Fire Department 11 $ 768,529.32 $ 329,161.11 $ 439,368.21 City of Jacksonville Fire and Rescue 4 $ 12,642,108.24 $ 5,414,614.96 $ 7,227 493.28 City of Key West Fire Department 11 $ 243,699.45 $ 104,376.48 $ 139,322.97 City of Lauderhill Fire Rescue Depar 10 $ 1,118,150.43 $ 478,903.83 $ 639,246.60 Cltv of Margate — 10 $ 290,687.26 $ 124,501.35 $ 166,185.91 City of Miami Fire Rescue Department - 11 $ 5,828 876.79 $ 2,496.507.93 $ 3,332,368.86 City of Miramar Fire Rescue 10 $ 510 494.61 $ 218,644.84 $ 291,849.77 City of Ocoee Fire Department - 7 $ 373 513.21 $ 159,975.71 $ 213,537.50 City of Plantation 10 $ 542,350.74 $ 232,288.82 $ 310,061.92 City of Stuart Fire Rescue - 9 $ 188 747.62 $ 80,840.60 $ 107,907.02 City of Sunrise Fire Rescue - - 10 $ 816 313.53 $ 349,62Z08 $ 466,686.45 City of Tamarac Fire Department 10 $ 500 937.77 $ 214,551.64 $ 286,386.13 City of Tama Fire Department 5 $ 5,087,425.19 $ 2.178,944.21 $ 2,908,480.98 Clay CBOCC - Clay County Fire Rescue 4 $ 1,310,880.07 $ 561,449.93 $ 749,430.14 Collier County EMS Department 8 $ 1,868 362.48 $ 800,219.65 $ 1,068,142.83 County of Desoto BCC - Desoto County 8 $ 374 309.62 $ 160,316.81 $ 213,992.81 County ofVolusia - - 4 $ 5,596,326.99 $ 2,396,906.85 $ 3,199420.14 Defray Beach Fire Rescue - - - - 9 $ 657,829.24 $ 281,748.26 $ 376,080.98 Dixie County BOCC - Dixie County ES 3 $ 196,711.65 $ 84,251.60 $ 112,460.05 FI ler County Fire Rescue De artmen 4 $ 590,134.95 $ 252,754.80 $ 337,380.15 Fort Lauderdale Fire Department Resc - 10 $ 3,087,656.14 $ 1,322,443.13 $ 1,765,213.01 Fort Myers Beach Fire Department - 8 $ 41,412.98 $ 17,737.18 $ 23,675.80 Gadsden County EMS - 2 $ 1,459,011.11 $ 624,894.46 $ 834,116.65 Gilchrist County- 3 $ 316,172.17 $ 135,416.54 $ 180,755.63 Hamilton County Ambulance Service 3 $ 200,693.67 $ 85,957.10 $ 114,736.57 Hardee County Board of County Commis - - 6 $ 245,292.26 $ 105,058.68 $ 140,233.58 HendryCounty- - 8 $ 422,890.23 $ 181,123.88 $ 241,766.35 Hernando County and Fire Rescue Dist 3 $ 2,414695.24 $ 1,034,213.97 $ 1,380,481.27 Highlands County EMS 6 $ 1,298,137.61 $ 555,992.34 $ 742,145.27 Hillsborough County Fire Rescue 6 $ 8,034,117.92 $ 3,441,012.71 $ 4,593,105.21 Hollywood Fire Rescue & Beach Safety 10 $ 1,193,808.76 $ 511,308.29 $ 682,500.47 Holmes County 2 $ 236,531.82 $ 101,306.58 $ 135,225.24 Indian River County Department of Em 9 $ 844,187.65 $ 361,565.57 $ 482,622.08 Jackson County Fire Rescue - 2 $ 807,553.09 $ 345,874.99 $ 461,678.10 Jefferson County Ambulance Service 2 $ 384,662.86 $ 164,751.10 $ 219,911.76 Kissimmee Fire Department 7 $ 1,438,304.62 $ 616,025.87 $ 822,278.75 Lake Emergency Medical Services 3 $ 3,763,006.26 $ 1,611,695.58 $ 2,151,310.68 Lake Mary Fire Department 7 $ 211,843.32 $ 90,732.49 $ 121,110.83 Lee County EMS 8 $ 4,089531.67 $ 1,751,546.42 $ 2,337,985.25 Lehigh Acres Fire Control and Rescue 8 $ 1,240 000.16 $ 531,092.07 $ 708,908.09 Leon County EMS 2 $ 4,811 073.19 $ 2,060,582.65 $ 2,750 490.54 Levy County Department of Public Saf 3 $ 1,443,879.44 $ 618,413.56 $ 825,465.88 Lighthouse Point 10 $ 8,760.44 $ 3,752.10 $ 5 008.34 Longwood Fire Department - 7 $ 221,400.16 $ 94,825.69 $ 126 574.47 Madison County- 2 $ 344,046.29 $ 147,355.02 $ 196,691.27 Maitland Fire Rescue Department 7,$ 129,813.76 $ 55,599.23 $ 74,214.53 Manatee County Department of Public 6 $ 2,876,609.23 $ 1,232,051,73 $ 1,644,557.50 Marion County Fire Rescue 3 $ 5,854,361.70 $ 2,507,423.12 $ 3,346,938.58 Martin County Fire Rescue 9 $ 1,017,007.20 $ 435,584.18 $ 581,423.02 Miami Beach Fire Rescue Department - 11 $ 488,195.31 $ 209,094.05 $ 279,101.26 Miami -Dade County Fire Rescue 11 $ 9,880,181.10 $ 4,231,681.57 $ 5,648,499.53 Monroe County Fire Rescue MCFR 11 $ 168,837.53 $ 72,313.11 $ 96,524.42 Nassau County Fire Rescue 4 $ 599,691.79 $ 256,847.99 $ 342,843.80 North Lauderdale Fire Rescue 10 $ 445,985.93 $ 191,015.77 $ 254,970.16 North Port Fire Rescue 8 $ 473,063.64 $ 202,613.16 $ 270,450.48 Oakland Park Fire Rescue 10 $ 459,524.79 $ 196,814.47 $ 262 710.32 Okalooss County EMS 1 $ 2,034,014.39 $ 871,168.36 $ 1162846.03 Okeechobee County Fire Rescue 9 $ 609,248.63 $ 260.941.19 $ 348,307.44 Orange County Fire Rescue EMS Bureau 7 $ 10,756,224.89 $ 4,606,891.12 $ 6,149,333.77 Orlando Fire Department 7 $ 3,795,658.80 $ 1,625,680.67 $ 2,169,978.13 Osceola County Fire Det 7 $ 2,294,438.32 $ 982,707.93 $ 1,311,730.39 Oviedo Fire Department 7 $ 156,891.48 $ 67,196.62 $ 89,694.86 Palm Beach County Fire Rescue 9 $ 6,293,976.40 $ 2,695,710.09 $ 3,598,266.31 Palm Beach Gardens Fire Rescue 9 $ 406,165.76 $ 173,960.79 $ 232,204.97 Pasco County Board of County Commiss - - 5 $ 6,170,533.87 $ 2,642,839.66 $ 3,527,694.21 Pembroke Pines Fire Rescue 10 $ 1,090,276.31 $ 466,965.34 $ 623,310.97 Pinellas County EMS Authority dba Su 5 $ 16,191,678.38 $ 6,934,895.85 $ 9,256,782.53 Plant City Fire Rescue 6 $ 408,554.97 $ 174,984.09 $ 233,570.88 Polk County Board of County Commissi 6 $ 10,105,563.28 $ 4,328,212.75 $ 5,777,350.53 Pompano Beach Fire Rescue 10 $ 1,866,769.67 $ 799,537.45 $ 1,067,232.22 Riviera Beach Fire Department 9 $ 919,049.57 $ 393,628.93 $ 525,420.64 Sanford Fire Department 7 $ 799,589.06 $ 342,463.99 $ 457,125.07 Sarasota County Fire Department 8 $ _ 2,512,652.86 $ 1,076,169.22 $ 1,43fj,40, kj 3398/12/2024 81 8E 8E 9( 91 9: 9' 94 9' 9( 9i 9E 9E 10( `> a ,.t�,1A Seminole County EMS/Fire Rescue Divi 7 S 2,519,024.09 Amoun' otaI IGTs Needed) 1,078,89 $ n IAN,126.07 South Walton Fire District . .... .... 1 133,795. 5 $ $ 76,491.05 320,989.22 St. Cloud Fire Rescue 561,46441 2 St. Lucie County Fire District Sumter County Fire 6 EMS 4 449,506. 217,418.14 1,90 , 93,12 $ $ 2,543,782.60 124,297.95 Suwannee County Fire Rescue Temple Terrace Fire Department 3 $ 6 $ 925,420.80 290,687.28 3 1 $ $ 529,063.07 166,185.91 The Town of Davie Fire Rescue 10 $ 791,625.02 $ $ 452,572.02 Union County Fire Rescue 3 $ 162,466.30 $ $ 92,881.98 Wakulla County Fire Rescue 2 335,285.85 $ 143, $ 191,682.92 Walton Coun Fire Rescue 1 733,487.57 $ 314,15 $ 419,334.84 West Palm Beach Fire Rescue 962,055.36 $ 412,04 $ 550,007.05 Winter Garden Fire Rescue Department 7$ 464,303.21 $ 198,86. $ 265,442.15 Winter Park Fire -Rescue 7 $ 217,418.14 $ 93,12- $ 124,297.95 --- - $ 200,000,000.00 $ 85,659,99 $ 114,340,000.02 AHCA-MPF 202 3408/12/2024 TH CAREq w b �A�OF FI��P Intergovernmental Transfers Questionnaire IGT Provider Name: Indian River Count Health Care Provider Name: Indian River County ALS IGT Amount: $361,565,57 State Fiscal Year Ending: 6/30/2025 1. What type of governmental entity is your organization considered? (county, city, hospital taxing district, or other) County If other, please explain The Emrgency services District is a Dependent Special District of Indian River County 2. Does your organization have a relationship with the provider for which you contribute IGTs as named in the preamble of the enclosed Letter of Agreement (LOA)? Yes If yes, please describe your relationship, including services provided to/by the provider to/by the organization and any other financial transactions between the provider and the organization. The District is both the provider of and the agency that will be making the required IGT 3. Please describe the source of the IGT funding for your organization, including whether the source is from a tax, a provider donation, or other funds. Provide the amount of funding from each source. Source Amount Ad Valorem Tax Revenue FY 24/25 Budget $ 361,566 $ $ If other, please explain a. Verify whether the funds are public funds as defined by 42 CFR § 433.51, and exclude any federal funds. Yes if no, please explain 4. Does your organization have taxing authority? Yes 341 5. If the source of IGT funding is from taxes, please answer the following questions: a. Is the tax a state, county, city, or hospital district tax? County If other, please explain b. What entities are taxed? d. W r Property at is the tax structure (i.e. property tax, percentage of revenue, assessment, etc.)? Property Tax at is the amount or percent of the tax"? 2.3531 mills e. Does at least 85% of the burden of the tax revenue fall on health care providers as defined in 42 CFR §433.55? (Provide the total tax revenue and the health care provider tax burden) If so, please answer the following questions: Amount Total Tax Burden $ - Healthcare Provider Tax Burden $ - 0.00% i) Is the tax broad based? A broad based tax can be defined as a tax that is imposed on at least all health care items or services in the class or providers of such items or services furnished by all non -Federal, non-public providers in the State, and is imposed uniformly, pursuant to 42 CFR § 433.68. if no, please explain 342 ii) Is the tax uniform across all entities being taxed? Based on 42 CFR § 433.68, a health care - related tax will be considered to be imposed uniformly even if it excludes Medicaid or Medicare payments (in whole or in part), or both; or in the case of health care -related tax based on revenue or receipts with respect to a class of items or services, if it excludes either Medicaid or Medicare revenue with respect to a class of items or services, or both. The exclusion of Medicaid revenue must be applied uniformly to all providers being taxed. it no, please explain iii) Is the tax generally redistributive and a waiver of the broad-based or uniform tax requirement was granted in accordance with 42 CFR §433.68(e)? iv) Does the tax program comply with the hold harmless provisions included in 42 CFR § 433.68(f)? If no, please explain v) Does every tax paying entity receive a supplemental payment equal to or exceeding its tax cost? If yes, please explain 6. Please answer the following regarding provider funds received from the healthcare entity and/or other health care entities. a. Are provider voluntary payments or in-kind services received by the organization as defined in 42 CFR § 433.52? No How much of the organization's revenue is received from provider -related donations (Provide the total revenue and the provider -related donation amounts)? Amount Total Revenue $ - Provider Related Donations $ - c. Do individual provider donations exceed $5,000 per year or $50,000 per year for a health care organizational entity? No 343 If yes, please list the provider and payment amount. Provider Name Funding Source Amount d. Does any portion of the provider donation constitute as a "bona fide donation" pursuant to 42 CFR § 433.54? 42 CFR § 433.54 requires donations will not be returned to the individual provider, the provider class, or related entity under a hold harmless provision. e. Is there an agreement between the IGT provider and the health care entity? If so, please specify whether the agreement is written and provide the details. 7. Were funds utilized for the IGT specifically appropriated by the organization's board? If yes, provide the board minutes and date of the appropriation. I certify that the statements and information contained in this submittal are true, accurate, and complete. Signature of Officer or Administrator Administrator Title Date 344 YN CONSENT INDIAN RIVER COUNTY MEMORANDUM TO: The Honorable Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator FROM: Suzanne Boyll, Human Resources Director DATE: August 21, 2024 SUBJECT: Approval County's Stop Loss Policy Transition to Highmark FY24/25 BACKGROUND: The County is self-insured in its Group Health Insurance Program and carries a policy that reimburses the County for claims that exceed a specific limit. This type of policy is called a stop loss policy, excess loss policy, or reinsurance policy. The County's current stop loss policy is with OptumHealth and has an individual stop loss deductible of $300,000 for individual claims and an aggregating specific stop loss deductible of $100,000. The County also carries aggregate stop loss coverage for the entire medical/pharmacy plan as a whole. Below is an explanation of individual stop loss, aggregating specific stop loss deductible, and aggregated stop loss coverages. • Individual Stop Loss Specific Deductible (ISL) — IRC's liability on each individual on the plan (currently ISL is $300k) Aggregating Specific Deductible (ASD) — For any ISL claims in excess of $300k, IRC takes the liability for an additional $100k in claims. This can either be satisfied by one member in excess of $300k, or multiple members. The purpose of an aggregating specific deductible is to lower premiums paid to the stop -loss carrier in exchange for the plan sponsor potentially paying a bit more in claims throughout the policy period. Aggregated Stop Loss (ASL) — ASL protects the plan from unexpected, catastrophically high claims that exceed the limits of potential reserves. The aggregate stop loss coverage provides a $1M policy to IRC in the event the claims paid in the plan year exceeded 125% of expected claims. The current annual premium for the stop loss policy with Optum is $1,215,533 with a total fixed cost liability of $1,315,533 to include the aggregating specific deductible of $100K. The monthly premium is based on a per employee per month (PEPM) rate of $58.82 per 1,699 lives. The actual monthly premium amount fluctuates based on monthly enrollment in the health plan. Each year, Lockton markets our stop loss policy to obtain the most competitive rates. We have received firm quotes from OptumHealth, HM Insurance Group, and Granular. Quotes were also received from Berkley, Berkshire Hathaway, QBE, Swiss Re, TMHCC, Voya, Wellpoint, but they were determined to be uncompetitive. Our stop loss plan performance for 2021, 2022, and the current year through June 30, 2024 is illustrated below. The total premiums paid through June 31, 2024 are $3,483,130. There were no stop loss claims paid in 2022, 2023, or in the current year through June 30, 2024. 345 Specific Deductible Aggregating Specific Contract Basis # of Lives PEPM Specific Rate PEPM Aggregate Rate Total Paid Premium Total Paid Specific Cl a inns Annual Loss Ratio Cumulative Loss Ratio $300,000 $300,000 $100,000 $100,000 Paid 24/12 1,670 1,650 $62.51 $62.51 $2.03 $3.06 $1,287,638 $1,293,958 Paid (48/12) Paw W23 0% 0% 0% 2022 ,Histo rical Claimant Activity 2021 Claimant 1 $369,463 $339,707 Claimant 2 SO $306,852 C lal1115 1 'S. P/'l'111111111 $1,500,000 $1,000,000 $500,000 $0 2021 ■ Total Pretnitffl Paid Current Plan' Perf Orman ce $0 $0 Large Claims Thru: 6/30/2024 2022 2023 ■ Total Paid Specific Claiin11s The below worksheet reflects the results of the competitive responses from Optum Health, HM Insurance Group and Granular: Quote Status CArWtt Renew Coverage Included MWiwIRX Medipd;RX N19diOKRX - M Contract Basis P*id(3W2) Paid (48/12) Paw W23 lddptJt Enrollment" 1,... .699 1 .. .... Specific Deducii6M „',,,-M,y,,,,.,t $300 -.. AggreciatingSoaftDoductibb... .. .. $100 .: . .. ' F Annual Interface Fee 06,310 Total Fixed Cost $1,215,533 $1,215,329 $1,068,739 Fixed Cost Change $ _ 4204 .$146,794 1 Fixed Cost Change% 30% ToW LaserLiabilHy so $0 so si Total Fixed Cost+ Additional Liability $1,3/5,533 >......... ..:. $1,315,329 $1,168,739 RenewalpMll;vi filnduded Wt rie YYf Rate Cap Maximum % 501b : Sql� 346 ►IVT"' I [A[IC Each of the three respondents have provided competitive firm quotes maintaining the $300k individual specific deductible and the $100K aggregating specific deductible stop loss coverage. The Granular quote is not competitive at a 30% rate increase. Our current carrier is OptumHealth who provided an initial renewal reflecting a 12% rate increase; however, Lockton negotiated the renewal quote to 0%. The incumbent, OptumHealth has quoted to renew with no rate increase through the September 10, 2024 BOCC meeting. HM Insurance Group's firm quote is a 12% reduction in premiums and reduces the PEPM specific premium rate from $58.82 to $52.42 at an annual savings of $146,794. The total annual premium is $1,068,739 with a total fixed cost liability of $1,168,739. The rate is good through September 13, 2024. The renewal also has a rate cap maximum of 40%. HM Insurance Group is offered through Florida Blue and reimbursements are processed automatically after stop loss claim deductibles are reached. Lockton recommends the Board approve the proposal from HM Insurance Group reflected as Option 2 on the attached proposal and staff agrees with this recommendation. This proposal must be accepted and signed and returned by September 13, 2024. FUNDING Sufficient funding for the annual stop loss insurance premiums is included in the Fiscal Year 2024/2025 budget, in the amount of $1,068,739, in the Employee Health Insurance Fund/Stop Loss Fees account, number 50412719-034589. Account Description I Account Number Amount Employee Health Insurance Fund/Stop Loss Fees 1 50412719-034589 $1,068,739 RECOMMENDATION: Staff recommends and respectfully requests that the Board approve staff's recommendation to accept the stop loss insurance proposal from HM Insurance Group for the 2024/2025 plan year with the current $300K ISL and $100K ASD at a 12% reduction in premiums at a PEPM rate of $52.42 , reflecting a savings of $146,794, and authorize the Chairman to execute the proposal acceptance after review and approval by the County Attorney as to form and legal sufficiency. c: Stop Loss Proposal HM Insurance Group 347 Sales Representative: George Eppl Proposed Effective Date: 10/01/2024 Broker: LOCKTON COMPANIES LLC Through Date: 09/30/2025 Claims Administrator: Blue Cross Blue Shield of South Carolina RFP Situs State: FL Provider Network(s): BCBS of SC Utilization Review Vendor(s): Blue Cross Blue Shield of South Carolina Retirees: Both Medicare Retirees and Under 65 Retirees Included Specific Deductible (per Covered Participant) $275,000 $300,000 Policy Year Maximum Specific Benefit Unlimited Unlimited Lifetime Maximum Specific Benefit Unlimited Unlimited Eligible Claims Expenses Med, Rx Med, Rx Specific Premium Composite Rate 1,699 $56.95 $52.42 Total Lives 1,699 Estimated Policy Term Specific Premium $1,161,097 $1,068,739 Policy Term Aggregating Specific Loss Fund $100,000 $100,000 Specific Covered Claims Basis 36/12 36/12 Commission 0.00% 0.00% Specific Cove rage Features/Option 'i w .. ... ::...:.... Accelerated Reimbursement Rate Cap $325,000 $350,000 Unlimited Unlimited Unlimited Unlimited Med, Rx Med, Rx $46.34 $42.57 $944,780 $867,917 $100,000 $100,000 36/12 36/12 0.00%0 0.00 Note: This proposal is not complete unless accompanied by the proposal notes and the basis of offer noted on the following pages. Individual Special Requirements: Underwriter: TLR (August 15, 2024) 11391839286-37516-2-2 Page 1 of 4 348 PROPOSAL NOTES • The rates in this proposal are firm. Please provide a signed proposal and signed application. • Large claim data must be submitted for any claims that are at or have the likelihood to exceed 50% of the group specific deductible. Large claim data must include age, sex, diagnosis, prognosis, treatment plan, case management notes (if applicable), Pre -Cert and paid/pended claims. • The Specific rates in this proposal are based on an Aggregating Specific arrangement. Maximum Specific Liability includes estimated Policy Term Specific premium and the Aggregating Specific fund. • This proposal includes Accelerated Reimbursement. • Human Organ Transplant benefits are payable in accordance with the Covered Underlying Plan and are subject to the proposed Lifetime Maximum Specific Benefit offered within this proposal. • This proposal includes a 40% rate cap on the Specific Premium Rate at the renewal of your Stop Loss Policy. If applicable, this increase also will apply to the Aggregating Specific Loss Fund. The rate cap does not apply to Material Changes including, but not limited to, the following: Covered Underlying Plan, HM's Stop Loss Policy provisions, the PPO network or the Claims Administrator, and the rates may be further adjusted by such changes. The rate cap rider applies to this Policy Term only. It may be offered at subsequent Stop Loss Policy renewals at the discretion of HM Underwriting. At renewal, We will not apply any new lasers, including but not limited to, an Alternate Specific Deductible or Excluded Claim Expense, within the Special Risk Limitations section of the policy, unless requested. Lockton's standard required terms will not be automatically accepted. However, a Stop Loss Acknowledgement Form may be requested at the time of sale. PROPOSAL ACCEPTANCE To consider a group for coverage we will require submission of all underlying documentation regarding member eligibility and termination as well as the group Leave of Absence Policy. If there is no Leave of Absence Policy in place, we will require a statement from the Plan Sponsor stating there is no Leave of Absence available. Additionally, we will require an approved benefit book within 60 days of Benefit Book release by FL Blue for group approval. Please acknowledge acceptance of the terms in this proposal by signing and returning by 09/13/2024. Please also indicate which option is chosen by checking the appropriate box on the previous page. Failure to remit the signed agreement by 09/13/2024 will result in this proposal being considered expired. Signature: Accepted on the day of , 20 1111MM Coverage is underwritten by Florida Blue, Jacksonville, FL.add is administered by HM:Life: insurance Company,. P9taburgh, PA. HM Life Insurance Company is an independent company providing only administrative services. Underwriter: TLR (August 15; 2024) 11391839286-37516-M _ 349a0e.2 of 4 11tre i�6 �.' AAft STOP LOSS PROPOSAL FOR rShW AsIndian River County Board inMals: date: BASIS OF OFFER Assumptions . This proposal is subject to revision if there is a change in Proposed Effective or Renewal Dates or a change in the Covered Underlying Plan. . This proposal is based on the utilization of the Provider Network(s) and the Utilization Review Vendor(s) listed in this proposal. . This proposal assumes a minimum participation level of 50%. . This proposal assumes the Covered Underlying Plan includes a pre -certification, utilization review and large case management program. . This proposal is based on a description of the employee benefit plan(s) provided and approved by HM; employee and dependent census data; submission of any requested claim information; and any other information relevant to the underwriting risk. If any of the information was incorrect or changes the risk involved, the rates will be modified, and the Specific claims will be adjusted accordingly. Surcharges (including the bad debt and charity surcharge portion of the New York Reform Act applicable to services are rendered in New York State), pool charges, and/or covered lives assessments may be covered under the Stop Loss Policy if such charges are considered a claim cost. HM is not responsible for the filing and/or payment of any assessment for which HM is not directly liable including, but not limited to, the New Hampshire Vaccine Assessment as modified by NH HB 664. All standard policy provisions apply. The laws of the state where the policy is issued will apply. Certain exclusions and limitations may apply. The terms of this proposal are subject to revision by HM if there is a change in any state law or regulation between the date of this proposal and the effective date of the proposed Stop Loss coverage if HM deems such change to have a material effect on the risk being assumed. Such a revision can be made even if the proposal has already been accepted. . This proposal will expire on the Proposed Effective Date. . Unless otherwise limited or excluded by the Stop Loss Policy or under the Individual Special Requirements, Eligible Claim expenses under the Stop Loss Policy will follow the Covered Underlying Plan, up to the proposed Maximum Specific Benefit. . The Agent is properly licensed and appointed by HM. The initial rates are guaranteed for the proposed Policy Term unless otherwise noted. . There are no more than 15% COBRA participants. Qualifications Any Stop Loss insurance requested and the Proposed Effective Date of that coverage must be approved by HM under Our current rules and practices. Our approval is subject to receipt of Disclosure, Claim Information and any other information requested in connection with this proposal including, but not limited to, a completed Disclosure Form, Application, first month's premium check, signed proposal, final census, and any other required information as stated under the Assumptions or Individual Special Requirements. Such information must be received prior to the Proposed Effective Date. Information contained on the Disclosure Form should be current up to the date of signature and completed in its entirety. Failure to do so will result in approval being denied or delayed until a later effective date. The premium rates are subject to change should the number of Covered Units change by 10% or more, either in total and/or by single/family mix. A signed and dated Summary Plan Document is required within 60 days of the Effective Date. If the descriptions of the benefits or plan provisions differ from what was initially utilized to underwrite the risk, the premium rates may be subject to re -rating, retro -active to the Effective Date. This quote assumes the Covered Underlying Plan will include standard industry provisions and definitions including, but not limited to, eligibility, HIPAA, termination, leave of absence or disability, FMLA, subrogation, transplants and COB and exclusions for job-related injuries, treatments that are experimental and/or investigational, cosmetic, not medically necessary, war, felonies, charges in excess of usual and customary, and foreign medical care when traveling outside of the U.S. solely for the purpose of receiving medical care. In the event that a Summary Plan Document is not available within 60 days from the Proposed Effective Date, We reserve the right to issue the policy assuming standard exclusions will apply. Coverage is underwritten by Florida Blue, Jacksonville, FL and is administered by HM Life Insurance Company, Pittsburgh, PA. HM Life Insurance Company is an independent company providing only administrative services. Underwriter: TLR (August 15, 2024) 11391839286-37516-2-2 350age 3 of 4 STOP LOSS PROPOSAL FOR Indian River County Board a HIPAA Privacy rules permit the release of Protected Health Information (PHI) for the purpose of evaluating and accepting risk associated with the Plan Sponsor as part of "Health Care Operations." HM will use this information solely for the purpose of evaluating and accepting the risk and will not disclose any PHI collected except to perform this risk evaluation. • The rates in this proposal are based on the Disclosure of all individuals considered a special enrollee due to having previously satisfied the plan's lifetime maximum. Written acceptance by HM must be acknowledged before terms of coverage for such individuals are included under HM's Stop Loss Policy. Any Stop Loss Policy issued by HM may be rescinded or re -underwritten if any information requested in connection with this proposal was intentionally concealed or misrepresented by or on behalf of the Policyholder and/or the Policyholder's Agent, or if the Policyholder and/or the Policyholder's Agent commits fraud. As used above: An "Agent" is the prospective Policyholder's representative including, but not limited to, the agent, producer or broker of record, or Claims Administrator. A "Claims Administrator" is a third -party administrator (TPA) designated by the Policyholder and approved by Us. Disclosure or Disclosed means to provide Claim Information and any other documentation or data requested by Us including, but not limited to, Census and Demographic Information and the estimated number of Covered Units prior to the beginning of the Policy Term. Coverage is underwritten by Florida Blue, Jacksonville, FL and is administered by HM Life insurance Company, Pittsburgh, PA. HM Life Insurance Company is an independent company providing only administrative services. Underwriter: TLR (August 15, 2024) 11391839286-37516-2-2 351age 4 of 4 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator Kylie Yanchula, Natural Resources Director Quintin Bergman, Coastal Resource Manager FROM: Jessica Stuczynski, Sea Turtle Environmental Specialist SUBJECT: Authorization of 5 -Year Agreement with USDA -APHIS -WS (2025-2029 Nesting Seasons) DATE: August 26, 2024 17:�11"Z atrolk1l"k 1x4LeffiT, On December 1, 2004, Indian River County (IRC) received an Incidental Take Permit from the U.S. Fish and Wildlife Service (USFWS) which required IRC to implement a Habitat Conservation Plan (HCP): A Plan for the Protection of Sea Turtles on the Eroding Beaches of Indian River County, Florida. The intent of the HCP is to facilitate State and Federal recovery efforts for sea turtles by improving the productivity of the County's beaches as nesting habitat. This has been accomplished through the establishment of a Sea Turtle Conservation Program that aims to mitigate take of sea turtles through countywide nest monitoring, maintaining a light management program and a predator control program, in addition to conducting education and outreach efforts. Occasionally, sea turtle nests are eaten or destroyed by other animals. In the early 2000's, when the HCP was first established, raccoons were the most prevalent predator on sea turtle nests taking S%-10% of the nests in a given area. The Archie Carr National Wildlife Refuge (ACNWR), the only Refuge established for the protection of sea turtles, managed raccoon predators through their Comprehensive Conservation Plan. Since that management action, nest predation has remained low, >1% to 3% of nests per season. In recent years, coyotes have become the predominant predator of sea turtle nests within IRC with an average of 139 sea turtle nests impacted by coyotes each season since 2021. Though a significant number, this average is likely an underestimation of total coyote predation within the County, as detection by surveyors is complicated in IRC's dynamic coastal environment. As of August 22, 2024, 73 sea turtle nests have been predated by coyotes in IRC this nesting season. The HCP states that the County will implement a professionally managed predator control program to increase hatchling productivityon non-federal lands within the ACNWR and on other publicly and privately held lands where predation is identified as a substantial problem. Thus, IRC contracted with the United States Department of Agriculture (USDA) Animal and Plant Health Inspection Services (APHIS) Wildlife Services (WS) during the 2022 and 2023 nesting seasons to reduce predation pressure on sea turtle nests located around the ACNWR and Treasure Shores Beach Park. Previous efforts were deemed successful, increasing overall hatchling production following predator removal. It is anticipated that predation pressure will continue in the coming years, and County staff would like to take a proactive approach to predator management by implementing a 5 -year agreement with USDA - APHIS -WS. This would ensure IRC is compliant with the HCP and allow the County to implement pred�toi USDA -APHIS Wildlife Services Agreement September 10, 2024 BCC Meeting removal efforts before a large loss in sea turtle nests is observed. A USDA Wildlife Specialist has outlined the recommended removal techniques in the Work Plan. The annual not -to -exceed cost estimate for 160 -hours of work performed each fiscal year by a Wildlife Specialist is outlined in the table below; however, the County will only be billed for actual work performed (i.e., billing will be based on level of predation pressure from year-to-year). The total not to exceed cost for the 5 -year agreement is $79,446. Fiscal Year Total Cost NTE 10/01/2024 — 09/30/2025 $14,678 10/01/2025 — 09/30/2026 $15,262 10/01/2026 — 09/30/2027 $15,867 10/01/2027 — 09/30/2028 $16,489 10/01/2028 — 09/30/2029 $17,150 5 -Year Agreement Total $79,446 FUNDING Funding for Wildlife Services is budgeted and available in the Coastal Engineering Fund/Other Professional Services (HCP) Account 12814472-033190-99007. Account Name Account No. Amount Coastal Engineering Fund/Other Professional 12814472-033190-99007 $79,446 Services HCP RECOMMENDATION Staff recommends that the Board of County Commissioners (BCC) authorize this Cooperative Services Agreement between Indian River County and the United States Department of Agriculture (USDA) Animal and Plant Health Inspection Services (APHIS) Wildlife Services (WS) in the not to exceed amount of $79,446. Staff also recommends that the BCC authorize the Chairman to execute the attached agreement. ATTACHMENT • Indian River Cnty-CSA-FY25-FY29 APPROVED AGENDA ITEM FOR: September 10. 2024 353 (7/2019 version) WS Agreement Number: WBS: COOPERATIVE SERVICE AGREEMENT between INDIAN RIVER COUNTY (COOPERATOR) and UNITED STATES DEPARTMENT OF AGRICULTURE ANIMAL AND PLANT HEALTH INSPECTION SERVICE (APHIS) WILDLIFE SERVICES (WS) ARTICLE 1— PURPOSE The purpose of this Cooperative Service Agreement is to assist Indian River County in the removal of coyotes and raccoons in order to reduce the predation of nesting sea turtles on county beaches. ARTICLE 2 — AUTHORITY APHIS -WS has statutory authority under the Acts of March 2, 1931, 46 Stat. 1468-69, 7 U.S.C. §§ 8351-8352, as amended, and December 22, 1987, Public Law No. 100-202, § 101(k), 101 Stat. 1329-331, 7 U.S.C. § 8353, to cooperate with States, local jurisdictions, individuals, public and private agencies, organizations, and institutions while conducting a program of wildlife services involving mammal and bird species that are reservoirs for zoonotic diseases, or animal species that are injurious and/or a nuisance to, among other things, agriculture, horticulture, forestry, animal husbandry, wildlife, and human health and safety. ARTICLE 3 - MUTUAL RESPONSIBILITIES The cooperating parties mutually understand and agree to/that: APHIS -WS shall perform services set forth in the Work Plan, which is attached hereto and made a part hereof. The parties may mutually agree in writing, at any time during the term of this agreement, to amend, modify, add or delete services from the Work Plan. 2. The Cooperator certifies that APHIS -WS has advised the Cooperator there may be private sector service providers available to provide wildlife damage management (WDM) services that the Cooperator is seeking from APHIS -WS. 3. There will be no equipment with a procurement price of $5,000 or more per unit purchased directly with funds from the cooperator for use on this project. All other equipment purchased for the program is and will remain the property of APHIS -WS. 4. The cooperating parties agree to coordinate with each other before responding to media requests on work associated with this project. 354 ARTICLE 4 - COOPERATOR RESPONSIBILITIES Cooperator agrees: 1. To designate the following as the authorized representative who shall be responsible for collaboratively administering the activities conducted in this agreement; Kylie Yanchula Natural Resources Director Indian River County 1801 27th Street, Vero Beach, FL 32960 2. To authorize APHIS -WS to conduct direct control activities as defined in the Work Plan. APHIS -WS will be considered an invitee on the lands controlled by the Cooperator. Cooperator will be required to exercise reasonable care to warn APHIS -WS as to dangerous conditions or activities in the project areas. 3. To reimburse APHIS -WS for costs, not to exceed the annually approved amount specified in the Financial Plan. If costs are projected to exceed the amount reflected in the Financial Plan, the agreement with amended Work Plan and Financial Plan shall be formally revised and signed by both parties before services resulting in additional costs are performed. The Cooperator agrees to pay all costs of services submitted via an invoice from APHIS -WS within 30 days of the date of the submitted invoice(s). Late payments are subject to interest, penalties, and administrative charges and costs as set forth under the Debt Collection Improvement Act of 1996. 4. To provide a Tax Identification Number or Social Security Number in compliance with the Debt Collection Improvement Act of 1996. 5. As a condition of this agreement, the Cooperator ensures and certifies that it is not currently debarred or suspended and is free of delinquent Federal debt. 6. To notify APHIS -WS verbally or in writing as far in advance as practical of the date and time of any proposed meeting related to the program. 7. The Cooperator acknowledges that APHIS -WS shall be responsible for administration of APHIS -WS activities and supervision of APHIS -WS personnel. 8. The Cooperator will not be connected to the USDA APHIS computer network(s). 355 ARTICLE 5 — APHIS -WS RESPONSIBILITIES APHIS -WS Agrees: 1. To designate the following as the APHIS -WS authorized representative who shall be responsible for collaboratively administering the activities conducted in this agreement. Parker Hall State Director FL Wildlife Services 2820 E University Ave Gainesville, FL 32641 (352) 377-5556 2. To conduct activities at sites designated by Cooperator as described in the Work and Financial Plans. APHIS -WS will provide qualified personnel and other resources necessary to implement the approved WDM activities delineated in the Work Plan and Financial Plan of this agreement. That the performance of wildlife damage management actions by APHIS -WS under this agreement is contingent upon a determination by APHIS -WS that such actions are in compliance with the National Environmental Policy Act, Endangered Species Act, and any other applicable federal statutes. APHIS -WS will not make a final decision to conduct requested wildlife damage management actions until it has made the determination of such compliance. 4. To invoice Cooperator quarterly for actual costs incurred by APHIS -WS during the performance of services agreed upon and specified in the Work Plan. Authorized auditing representatives of the Cooperator shall be accorded reasonable opportunity to inspect the accounts and records of APHIS -WS pertaining to such claims for reimbursement to the extent permitted by Federal law and regulations. ARTICLE 6 — CONTINGENCY STATEMENT This agreement is contingent upon the passage by Congress of an appropriation from which expenditures may be legally met and shall not obligate APHIS -WS upon failure of Congress to so appropriate. This agreement may also be reduced or terminated if Congress only provides APHIS -WS funds for a finite period under a Continuing Resolution. ARTICLE 7 — NON-EXCLUSIVE SERVICE CLAUSE Nothing in this agreement shall prevent APHIS -WS from entering into separate agreements with any other organization or individual for the purpose of providing wildlife damage management services exclusive of those provided for under this agreement. 356 ARTICLE 8 — CONGRESSIONAL RESTRICTIONS Pursuant to Section 22, Title 41, United States Code, no member of or delegate to Congress shall be admitted to any share or part of this agreement or to any benefit to arise therefrom. ARTICLE 9 — LAWS AND REGULATIONS This agreement is not a procurement contract (31 U.S.C. 6303), nor is it considered a grant (31 U.S.C. 6304). In this agreement, APHIS -WS provides goods or services on a cost recovery basis to nonfederal recipients, in accordance with all applicable laws, regulations and policies. ARTICLE 10 — LIABILITY APHIS -WS assumes no liability for any actions or activities conducted under this agreement except to the extent that recourse or remedies are provided by Congress under the Federal Tort Claims Act (28 U.S.C. 1346(b), 2401(b), and 2671-2680). ARTICLE 11— NON-DISCRIMINATION CLAUSE The United States Department of Agriculture prohibits discrimination in all its programs and activities on the basis of race, color, national origin, age, disability, and where applicable, sex, marital status, familial status, parental status, religion, sexual orientation, genetic information, political beliefs, reprisal, or because all or part of an individual's income is derived from any public assistance program. Not all prohibited bases apply to all programs. ARTICLE 12 - DURATION, REVISIONS, EXTENSIONS, AND TERMINATIONS This agreement shall become effective on 10/01/2024 and shall continue through 09/30/2029, not to exceed five years. This Cooperative Service Agreement may be amended by mutual agreement of the parties in writing. The Cooperator must submit a written request to extend the end date at least 10 days prior to expiration of the agreement. Also, this agreement may be terminated at any time by mutual agreement of the parties in writing, or by one party provided that party notifies the other in writing at least 60 days prior to effecting such action. Further, in the event the Cooperator does not provide necessary funds, APHIS -WS is relieved of the obligation to provide services under this agreement. 357 In accordance with the Debt Collection Improvement Act of 1996, the Department of Treasury requires a Taxpayer Identification Number for individuals or businesses conducting business with the agency. Cooperator's Tax ID No.: 85-8012622034C-3 APHIS-WS's Tax ID: 41-0696271 Cooperator: Susan Adams Date Chairman Indian River County Board of County Commissioners 1801 27th Street, Vero Beach, FL 32960 (772) 226-1442 UNITED STATES DEPARTMENT OF AGRICULTURE ANIMAL AND PLANT HEALTH INSPECTION SERVICE WILDLIFE SERVICES Parker Hall State Director FL Wildlife Services 2820 E University Ave Gainesville, FL 32641 (352) 377-5556 Date Keith Wehner Director, Eastern Region Date USDA, APHIS, WS 920 Main Campus Drive; Suite 200 Raleigh, NC 27606 358 1`.'117.7;4 9 KV In accordance with the Cooperative Service Agreement between Indian River County and the United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Wildlife Services (WS), this Work Plan sets forth the objectives, activities and budget of this project during the period of this agreement. Location: Indian River County beachside properties Proposed Dates: 10/01/2024 — 09/30/2029 Introduction The APHIS WS program uses an Integrated Wildlife Damage Management (IWDM) approach (sometimes referred to as IPM or "Integrated Pest Management") in which a series of methods may be used or recommended to reduce wildlife damage. These methods include the alteration of cultural practices as well as habitat and behavioral modification to prevent damage. However, controlling wildlife damage may require that the offending animal(s) are killed or that the populations of the offending species be reduced. Program Obiective The objective of this cooperative service agreement is to assist Indian River County in the removal of coyotes and raccoons in order to reduce predation of nesting sea turtles on county beaches. Upon review, it is Wildlife Services opinion that coyotes will never be fully eliminated from Indian River County properties due to the number of private properties nearby with suitable habitat; however, WS believes that the coyotes/raccoons predating sea turtle nests can be specifically targeted and removed from the beachside habitat. Plan of Action WS, through its local office, will provide a Wildlife Specialist to conduct predator control on Indian River County properties. Coyote and raccoon control will consist of targeted night shooting in order to remove the individual predator(s) responsible for nest predation. Wildlife Services will maintain a valid permit(s) from the Florida Fish and Wildlife Conservation Commission (FWC) and will coordinate all activities with FWC and local law enforcement. WS will ensure cooperation with all state and federal laws as well as maintain all necessary permits. This work and financial plan(s) will cover approximately 160 hours of work annually. 359 FINANCIAL PLAN 10/01/2024 — 09/30/2025 Cost Element Full Cost Personnel Compensation $7,783 Travel $2,487 Vehicles $224 Other Services - Supplies and Materials $450 Equipment $600 Subtotal Direct Charges) $11,544 Pooled Job Costs [program support] 11.00% $1,270 Indirect Costs [program support] 16.15% $1,864 Aviation Flat Rate Collection - Agreement Total $14,678 The distribution of the budget from this Financial Plan may vary as necessary to accomplish the purpose of this agreement, and will cover approximately 160 hours of work, but may not exceed: $14,678. The combined total of Pooled Job Costs (11%) and Indirect Costs 16.15% is called Program Support combined total 27.15% on invoices. Cooperator Name, Address, Phone Number, Email Kylie Yanchula Natural Resources Director Indian River County 1801 27th Street, Vero Beach, FL 32960 (772) 226-1891 kyanchula@indianriver.gov APHIS -WS State Office Name, Address, Phone Number, Email Vielka Dyer USDA APHIS, WS 2820 East University Ave. Gainesville, F132641 (352)448-2137 vielka.g.dyer@usda.gov 360 FINANCIAL PLAN 10/01/2025 — 09/30/2026 Cost Element Full Cost Personnel Compensation $8,094 Travel $2,584 Vehicles $233 Other Services - Supplies and Materials $468 Equipment $624 Subtotal Direct Charges) $12,003 Pooled Job Costs [program support] 11.00% $1,320 Indirect Costs [program support] 16.15% $1,939 Aviation Flat Rate Collection - Agreement Total $15,262 The distribution of the budget from this Financial Plan may vary as necessary to accomplish the purpose of this agreement, and will cover approximately 160 hours of work, but may not exceed: $15,262. The combined total of Pooled Job Costs (11 %) and Indirect Costs 16.15% is called Program Support combined total 27.15% on invoices. Cooperator Name, Address, Phone Number, Email Kylie Yanchula Natural Resources Director Indian River County 1801 27th Street, Vero Beach, FL 32960 (772) 226-1891 kyanchula@indianriver.gov APHIS -WS State Office Name, Address, Phone Number, Email Vielka Dyer USDA APHIS, WS 2820 East University Ave. Gainesville, FI 32641 (352)448-2137 vielka.g.dyer@usda.gov 361 FINANCIAL PLAN 10/01/2026 — 09/30/2027 Cost Element Full Cost Personnel Compensation $8,418 Travel $2,682 Vehicles $243 Other Services Supplies and Materials $487 Equipment $649 Subtotal Direct Charges) $12,479 Pooled Job Costs [program support] 11.00% $1,373 Indirect Costs [program support] 16.15% $2,015 Aviation Flat Rate Collection - Agreement Total $15,867 The distribution of the budget from this Financial Plan may vary as necessary to accomplish the purpose of this agreement, and will cover approximately 160 hours of work, but may not exceed: $15,867. The combined total of Pooled Job Costs (11%) and Indirect Costs 16.15% is called Program Support combined total 27.15% on invoices. Cooperator Name, Address, Phone Number, Email Kylie Yanchula Natural Resources Director Indian River County 1801 27th Street, Vero Beach, FL 32960 (772)226-1891 kyanchula@indianriver.gov APHIS -WS State Office Name, Address, Phone Number, Email Vielka Dyer USDA APHIS, WS 2820 East University Ave. Gainesville, F132641 (352) 448-2137 vielka.g.dyer@usda.gov 362 Cost $8,755 $2,793 $252 $506 $662 $12,968 $1,427 $2,094 $16,489 ary to i0 hours of sts (11 %) and 0 on invoices. ie Number, Email 363 FINANCIAL PLAN 10/01/2028 — 09/30/2029 Cost Element Full Cost Personnel Compensation $9,105 Travel $2,906 Vehicles $263 Other Services - Supplies and Materials $526 Equipment $688 Subtotal Direct Charges) $13,488 Pooled Job Costs [program support] 11.00% $1,484 Indirect Costs [program support] 16.15% $2,178 Aviation Flat Rate Collection - Agreement Total $17,150 The distribution of the budget from this Financial Plan may vary as necessary to accomplish the purpose of this agreement, and will cover approximately 160 hours of work, but may not exceed: $17,150. The combined total of Pooled Job Costs (11%) and Indirect Costs 16.15% is called Program Support combined total 27.15% on invoices. Cooperator Name, Address, Phone Number, Email Kylie Yanchula Natural Resources Director Indian River County 1801 27th Street, Vero Beach, FL 32960 (772)226-1891 kyanchula@indianriver.gov APHIS -WS State Office Name, Address, Phone Number, Email Vielka Dyer USDA APHIS, WS 2820 East University Ave. Gainesville, F132641 (352)448-2137 vielka.g.dyer@usda.gov 364 �p Consent Agenda Indian River County Interoffice Memorandum Office of Management & Budget To: Members of the Board of County Commissioners Through: John A. Titkanich, Jr. County Administrator From: Kristin Daniels Director, Office of Management & Budget Date: July 31, 2024 Subject: Miscellaneous Budget Amendment 07 Description and Conditions: The 2023/2024 fiscal year ends September 30, 2024. All budget amendments must be completed within sixty (60) days after the close of the fiscal year to be in compliance with Florida Statues. Staff is requesting the Board of County Commissioners to Authorize the Budget Director to complete any necessary budget amendments for balancing the budget for the 2023/2024 fiscal year. Any necessary adjustments made will be presented before the Board of County Commissioners for ratification. Staff Recommendation Staff recommends the Board of County Commissioners approve the budget resolution amending the fiscal year 2023/2024 budget. 365 RESOLUTION NO. 2024 - A RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, DELEGATING AUTHORITY TO THE COUNTY ADMINISTRATOR, THE DEPUTY COUNTY ADMINISTRATOR OR THE DIRECTOR OF THE OFFICE OF MANAGEMENT & BUDGET OR THEIR DESIGNEE TO EXECUTE ALL DOCUMENTS NECESSARY TO AMEND THE FISCAL YEAR 2023-2024 BUDGET DURING THE PERIOD COMMENCING NOVEMBER 12, 2024, THROUGH AND INCLUDING NOVEMBER 27, 2024. WHEREAS, Section 101.05.1.q of The Code of Indian River County allows the Board to authorize the County Administrator, or his designee, to perform other duties on behalf of the Board of County Commissioners; WHEREAS, it is necessary to delegate signing authority, not previously delegated by Florida Statutes, The Code of Indian River County, and Indian River County resolutions, to the County Administrator, the Deputy County Administrator, and the Director of the Office of Management and Budget to be able to make any necessary amendments to the Fiscal Year 2023-2024 budget prior to the closing of the fiscal year; and WHEREAS, certain appropriation and expenditure amendments to the adopted Fiscal Year 2023-2024 Budget are to be made by resolution pursuant to section 129.06(2), Florida Statutes or by the designated budget officer if the total appropriations of the fund does not change; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY THAT: 1. The County Administrator, the Deputy County Administrator, and the Director of the Office of Management & Budget or their designee are authorized to execute all documents necessary to amend the Fiscal Year 2023-2024 budget, which may arise during the period commencing November 12, 2024, through and including November 27, 2024, provided that all such documents signed during such interval are brought to the Board of County Commissioners for ratification. 2. The Effective Date of this Resolution is September 10, 2024, and this Resolution shall expire without further action of this Board at the close of business on November 27, 2024. The foregoing resolution was moved for adoption and the motion was seconded by Commissioner vote, the vote was as follows: Chairman Susan Adams Vice Chairman Joseph E. Flescher Commissioner Deryl Loar Commissioner Joseph Earman Commissioner Laura Moss by Commissioner and, upon being put to a 366 RESOLUTION NO. 2024 - The Chairman thereupon declared the resolution duly passed and adopted this _ day of , 2024. ATTEST: Ryan L. Butler Clerk of Circuit BOARD OF COUNTY COMMISSIONERS Court and Comptroller OF INDIAN RIVER COUNTY, FLORIDA ns, Chairman form and legal sufficiency xney 367 Resolution No. 2024 - Exhibit "A" Kristin Daniels, Budget Director Budget Amendment 07 Type Fund/ Department/Account Name Account Number Increase Decrease Intentionally Left Blank of, 368 INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: August 16, 2024 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management & Budget Jennifer Hyde, Purchasing Manager FROM: Shelby Ball, Purchasing Specialist SUBJECT: Rejection of RFP 2024054 for Gifford Aquatic Center Slide Replacement BACKGROUND: On behalf of the Parks, Recreation, and Conservation Department, proposals for the installation of a new waterslide system at the Gifford Aquatic Center were requested. The current slide was removed due to safety concerns. DISCUSSION: One proposal was received, from Close Construction, Inc., whose proposed price of $1,6o6,368, did not include water system upgrades if we were to utilize their services, and exceeds the department budget of $394,500. A selection committee comprised of Joe Tilton, Recreation Programs Manager, Katie Marleau, Recreation Facilities Supervisor (GAC), Dave Smith, Aquatic System Manager, Tayvia Ruvane, Recreation Facilities Manager (NCAC), and Beth Powell, Director, Parks, Recreation and Conservation, independently reviewed the received proposal. The committee then met to discuss the proposal and determined it was not in the best interest of the County to award this project to Close Construction, due to the proposed cost and current vendor performance on another County project. FUNDING: There is no direct cost to the County for rejection of the proposal. RECOMMENDATION: Staff recommends the Board reject the proposal received in response to request for proposals 2024054• 369 INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: August 13, 2024 TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management & Budget Jennifer Hyde, Purchasing Manager FROM: Shelby Ball, Purchasing Specialist SUBJECT: Award of Annual Bid 2025002 for Sulfuric Acid BACKGROUND: The Department of Utility Services requested the solicitation of annual bids to furnish and deliver sulfuric acid, which is used to treat water before it is fed into the nanofiltration membranes at the County's water treatment plants. The current bid was awarded to Shrieve Chemical Company on September 21, 2021, with the current term expiring on September 30, 2024. The term of the new annual bid is October 1, 2024, through September 30, 2025, with the option for two additional one-year renewals. BID RESULTS: Advertising Date: July 7, 2024 Bid Opening Date: August 7, 2024 Broadcast to: 165 Subscribers Bid Documents Obtained by: 12 Vendors Replies: 3 Vendors Firm Location Unit Price per gallon Total Annual Cost at estimated 169,000 gallons Shrieve Chemical Company, LLC The Woodlands, TX $1.41 $238,290.00 Sulfuric Acid Trading Company, Inc. Tampa, FL $1.668 $281,892.00 Chemical Systems of Orlando, LLC Zellwood, FL $1.90 $321,100.00 370 CONSENT ANALYSIS: The low bid represents a 23% decrease in per gallon price of $1.83 from the previous bid. The Department has reviewed the bids and recommended award to Shrieve Chemical Company, LLC, as the lowest, responsive and responsible bidder. FUNDING: Funds for sulfuric acid are budgeted in the Water Production Chemicals account (47121936- 035230) in the operating fund. Operating funds are derived from water and sewer sales. RECOMMENDATION: Staff recommends the Board award Bid 2025002 to Shrieve Chemical Company, LLC, and authorize the Purchasing Division to issue blanket purchase orders for the period of October 1, 2024, through September 30, 2025, with the recommended bidder. Staff also recommends the Board authorize the Purchasing Manager to renew this bid at the same rates for two (2) additional one (1) year periods subject to satisfactory performance, vendor acceptance, and the determination that renewal of this annual bid is in the best interest of the County. 371 0 INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: August 19, 2024 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management and Budget FROM: Shelby Ball, Purchasing Specialist SUBJECT: Award of Bid 2024047 for Gifford Elevated Storage Tank Modification and Rehabilitation (IRCDUS 13.23.538) BACKGROUND: On behalf of the Department of Utility Services, sealed bids were solicited for the rehabilitation of the 400,000 -gallon multi -leg steel elevated potable water storage tank located in Gifford. Base bids were solicited for the initial tank work, and an additive alternate option (Phase 2) for sand- blasting and re -coating of the entire exterior structure was provided. During the solicitation process, the Department has determined that awarding Phase 2 is not feasible at this time, as there are antennae on the tank that would have to be removed with coordination with their respective vendors. BID RESULTS: Advertising Date: Bid Opening Date: DemandStar Broadcast to: Bid Documents Requested by Replies: May 17, 2024 June 11, 2024 1151 Subscribers 24 Firms 6 Firms Bidder Location Base Bid (Including Force Account) Classic Protective Coatings, Inc.* Menomonie, WI $308,130.00 Viking Painting, LLC La Vista, NE $308,900.00 Utility Service Co., Inc. Perry, GA $386,600.00 Razorback, LLC Tarpon Springs, FL $412,200.00 Quick Painting Group** Orlando, FL $504,950.00 TankRehab.com, LLC Jacksonville, FL $714,300.00 *Bid non-responsive for not providing unit pricing (DQ) **Mathematical error corrected 372 DISCUSSION - The Department's design consultant, Kimley-Horn and Associates, Inc. ("KHA"), reviewed the bids, and has recommended award of the base bid (excluding the alternate) to Viking Painting, LLC., as the lowest, responsive, responsible bidder. The provided base bid was approximately 27% less than the engineer's opinion of probable cost. Staff concurs with KHA's recommendation of award to Viking Painting, LLC, Inc. FUNDING: Funds for the work will come from the Utilities Operating Fund, Utilities Work in Progress, Gifford Storage Tank account, 471-169000-23538. Operating funds are derived from water and sewer sales. Account Description GL I Amount Utilities/ Work in Progress/ Gifford Storage Tank 471-169000-23538 $308,900.00 RECOMMENDATION: Staff recommends the Board award bid 2024047 to Viking Painting, LLC., approve the sample agreement, and authorize the Chairman to execute it after review and approval of the agreement and required Public Construction Bond as to form and legal sufficiency by the County Attorney. ATTACHMENT: Sample Agreement 373 SECTION 00520 Agreement TABLE OF CONTENTS Title Page ARTICLE1- WORK...................................................................................................................2 ARTICLE 2 - THE PROJECT.......................................................................................................2 ARTICLE3 - ENGINEER............................................................................................................2 ARTICLE 4 - CONTRACT TIMES................................................................................................2 ARTICLE 5 - CONTRACT PRICE.................................................................................................3 ARTICLE 6 - PAYMENT PROCEDURES.....................................................................................3 ARTICLE 7 - INDEMNIFICATION..............................................................................................5 ARTICLE 8 - CONTRACTOR'S REPRESENTATIONS...................................................................5 ARTICLE 9 - CONTRACT DOCUMENTS....................................................................................6 ARTICLE 10 - MISCELLANEOUS...............................................................................................7 [The Remainder of THIS Page WAS LEFT BLANK INTENTIONALLY] 1 374 SECTION 00520 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 Viking Painting, LLC, (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: PROJECT DESCRIPTION: The proposed project consists of work necessary to rehabilitate the 400,000 -gallon multi -leg steel elevated potable water storage tank located in Indian River County, Florida, including the following: site preparation, selective demolition and replacement of corroded sway rods, hub rods and associated hardware, replacement of corroded horizontal members, gusset connections and associated hardware, reinforcement of horizontal members and gusset plates, reinforcement of ladder rungs and blockage of ladder access until repaired, removal of loose conduits and feedlines, coating of new metalwork and hardware, removal of damaged or corroded paint and re -coating and all accessory items to provide a complete and structurally sound system as outlined in these documents. ARTICLE 2 - THE PROJECT 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: Gifford Elevated Storage Tank Modification & Rehabilitation County Project Number: IRC -13.23.538 Bid Number: 2024047 Project Address: 468028 th Court, Vero Beach, FL 32967 ARTICLE 3 - ENGINEER 3.01 The Indian River County IRC Dept of Utility Services designated engineer or engineering representative is hereinafter called the ENGINEER and will act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.01 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. 4.02 Days to Achieve Substantial Completion, Final Completion and Final Payment 375 A. The Work will be substantially completed on or before the 90th 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 120th 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 $1,694.00 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 $1,694.00 for each calendar day that expires after the time specified in paragraph 4.02 for completion and readiness for final payment until the Work is completed and ready for 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 5.01.13, 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: $ 308, 900.00 Written Amount: Three hundred and eight thousand, nine -hundred dollars and zero cents. ARTICLE 6 - PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions and the Contract Documents. 6.02 Progress Payments. 376 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 request for a progress payment shall be submitted on the application provided by OWNER and the application for payment shall contain the CONTRACTOR'S certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. 6.04 Paragraphs 6.02 and 6.03 do not apply to construction services work purchased by the County as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 6.05 Acceptance of Final Payment as Release. A. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the 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. 4 377 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, 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. 378 J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. CONTRACTOR is registered with and will use the Department of un Security's E -Verify system (www.e-vedfy.Qov) 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. ARTICLE 9 - CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents 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); 8. Professional Surveyor & Mapper's Certification as to Elevations and Locations of the Work (page 00634-1 9. General Conditions (pages 00700-1 to 00700-38, inclusive); 10. Supplementary Conditions (pages 00800-1 to 00800-12, inclusive); 11. Specifications as listed in Division 1 (General Requirements) and Division 2 (Technical Provisions); 12. Drawings consisting of a title sheet (T-1), and sheets numbered -1 through N-2, and S-1 through S-5 inclusive, with each sheet bearing the following general title: GIFFORD WT; 13. Addenda 1-5; 14. Appendices to this Agreement (enumerated as follows): Appendix A — Schedule of Permit Fees 15. CONTRACTOR'S BID; 16. Bid Bond (page 00430-1 379 17. Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (pages 00452-1 to 00452-2, inclusive); 18. Sworn Statement Under the Florida Trench Safety Act (pages 00454-1 to 00454-2, inclusive); 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); 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 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 380 and enforceable provision that comes as close as possible to expressing the intention of the stricken 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: (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 publicrecords@indianriver.gov Indian River County Office of the County Attorney 1801 27th Street Vero Beach, FL 32960 s 381 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. 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: By: Susan Adams, Chairman John A. Titkanich, Jr., County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: CONTRACTOR: By: (Contractor) (CORPORATE SEAL) Attest Chris Hicks, Assistant County Attorney Address for giving notices: Ryan L. Butler, Clerk of Court and Comptroller Attest: Deputy Clerk (SEAL) Designated Representative: Howard Richards Manager — Capital Projects 1801 27th Street Vero Beach, Florida 32960 (772) 226-1821 Facsimile: (772) 226-1371 01 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.) 382 INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: August 28, 2024 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator FROM: Jennifer Hyde, Purchasing Manager SUBJECT: Change Order i to Close Construction for Jones' Pier Conservation Area Bungalow Renovation (Bid 2024009) BACKGROUND: On November 7, 2023, the Board awarded Bid 2024009 for construction services related to conversion of the Jones' Pier Conservation Area Bungalow, located at 7770 Jungle Trail into an interpretive center for use by the public. These renovations are in funded in part by a grand from the Florida Inland Navigation District. DISCUSSION• The agreement provided iso days for substantial completion, and 18o days for final completion. Notice to proceed was issued on March 21, 2024, after receipt of the building permit. The contract dates established August 18, 2024, for substantial completion, and September 17, 2024, for final completion. When progress seemed to stall over the summer, both staff and Spiezle (the County's architect for the project), reached out to the contractor for updates. Due to a lack of response, a formal letter was ultimately sent to Close by staff on August 16, 2024, detailing the punch list of outstanding items of work, noting the impending substantial completion deadline, reiterating the urgency of timely completion to ensure compliance with the grant, and requesting a schedule detailing the Contractor's plan to reach final completion. Close responded with the requested schedule, and staff and its architect later met with the contractor to discuss the outstanding work, as well to clarify some items previously considered, but not clearly memorialized by work change directive. Mutual agreement on the final tasks and an extension to the contract times was reached, and a final work change directive 3 was approved. The addition of 23 days to the contract times is recommended, which will provide for completion in accordance with the FIND grant. FUNDING: No increase to the contract amount is anticipated, as a $78,000 force account for work not anticipated in the bid specifications and plans was included; therefore, the project is anticipated to be completed below contract price. 383 RECOMMENDATION: Staff recommends the Board approve Change Order i to the contract with Close Construction and authorize the Chairman to execute it. So long as there are no changes in the dollar amount under the agreement, upon adequate completion of the work set forth in the agreement, staff is directed to make final payment and release any retainage to Close Construction Services, LLC, after review and approval by the Purchasing Manager and the County Attorney's Office. ATTACHMENT Change Order 1 384 SECTION 00942 — Change Order Form DATE OF ISSUANCE: September 10, 2024 OWNER: CONTRACTOR Project: OWNER'S Bid No. Indian River County Close Construction No. EFFECTIVE DATE: September 10, 2024 RENOVATION OF THE JONES' PIER CONSERVATION AREA BUNGALOW 2024009 You are directed to make the following changes in the Contract Documents: Description: Addition of 23 days to contract time and formally incorporate work change directives 1, 2, and 3 Reason for Change Order: Prepare for final completion Attachments: (List documents supporting change) Work change directives 1, 2 and 3. CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $ Net Increase (Decrease) from $ previous Change Orders No. 180 to Contract Price prior to this Change $ Order: 0 Net increase (decrease) of this $ Change Order: Contract Price with all approved $ Change Orders: 150 ACCEPTED: By: CONTRACTOR ( Ignature) Date: 8/27/2024 CHANGE IN CONTRACTTIMES Description Time Original Contract Time: (days or dates) Substantial Completion: 150 Final Completion: 180 Net change from previous Change Orders No. to (days) Substantial Completion: 0 Final Completion: 0 Contract Time prior to this Change Order: (days or dates) Substantial Completion: 150 Final Completion: 180 Net increase (decrease) this Change Order: (days or dates) Substantial Completion: 23 Final Completion: 23 Contract Time with all approved Change Orders: (days or dates) Substantial Completion: 173 9/10/2024 Final Completion: 203 10/10/2024 RECOMMENDED: By: ENGINEER (Signature) Date: APPROVED: By: OWNER (Signature) Date: Change Order Form — 00942 \\fileserver\Data\Close Const Services-current\014 - Jones' Pier Bungalow\Change Order Requests\JP_Bungalow Renovation_DIV 0_4_Forms_Template _20220330.docx 385 SECTION 00948 - Work Change Directive DATE OF ISSUANCE: 5/2/2024 EEFECTNE DATi+ ,,, - OWNER: CO NTRACWR Indian River County Proiw#: RENOVATION OF THE JONES' PIER CONSERVAIMN AREA BUNGALOW OWNER'S Bid No, 2WA09 FM No.: Error! Reference source not found. You are directed to proceed promptly with the following changes: Description: Replace batt insulation with R-20 BASF Spraytite insulation in the crawl space area; Add R- 30 BASF Enertite G (flinches) Open Cell Foam in the Vaulted Ceiling area, Gable Walls and Dormer Walls. Reason for Change Order: Change to and an added item to thet#r' hai supe of work Attachments: (Ust documents supporting change) - Change Order'Requests #1 and #2 If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Prices Method of determining change in Contract Times ]_Unit Prices 0 Contractor's Records Lump Sum [j Engineer's Records Other. II Other: By Change Order: attached Q By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Coptract1wrow Change Directive $ 7.762.50 :. Substantial Completion: days, Ready for Final Completion: If the change "involves an increase, the estimated If the change involves an increa , amount is not to be exceeded without further time is not to be exceeded authorization. authorization. ACCEPTED: Close Construction Services 13 : T'hvrnCW C. C Cc�+IMCTOR l *t) RECOMMENDED: iezle Architectural Group By:,44tfso" % 2)0"dia (signature) J Architect Work Change Directive - 00948 CWsers\wswinrJeIPAppData%LocaV"ansa(11WuxlowsVNetCachelContent.OutbddUYC6JJV7\2024-05-01_JP_Bungaiow Renovation_ Work Change Direciiw' signed ;d0a 386 General Co structiort Construction Management March 26, 2024 I'Vir; Anthony Donadio Donadio & Associates.- A Spiezle Architectural Group, Inc. 200191 Avenue, Suite 308 Vero Beach, FL 32960 Re: Jones' Fier Bungalow Rehabilitation Contract #2024009 Dear Tony: The plans call for fiberglass batt insulation to be installed in the crawl space floor joist. Gale Insulation, our insulation subcontractor, recommends the use of either of the following closed cell foam insulation in lieu of batt. Below are the options available: Option #1 — R-20 BASF Spraytite = 3 nominal inches of closed Il -foam Spraytite R-20 Cost: $5,897.00 Less Cost for Batt Ins: ($2,089.00) Net Additional Cost; $3,808.00 f3/H & Profit @ 15% 571.20 Total Additional for Option # 1: $4,379.21 Option #2 - R-30 BASF Spraytite = 4.5 nominal inches of oksad cell farm Spraytite R-30 Cost: $8,636.00 Less Cost for Batt Ins. ($2,089.00 Net Additional Cast: $6,547.00 Q!H & Proft @ 15%; 982.05 Total Additional for option #2: $7,529.05 We have included the technical data for the proposed. BASF Spraytite insulation for your review and consideration. Phone -$6.467,0831 www.closeconstructionik.COM 90 NW Avenue Fax $63.763.6337 Page 1 of 1 Okeechobee, F. 34972 387 Please let us know if you have any gins la Ws.tegard. Should you wish to proceed with a change in the type of insulation installed in the crawl space, please sign„ date, and return a copy Ofthis letter. i 0 'SE, Construction Services, LLC . State License #CGC1526474 April 4, 2024 Mr. Anthony Donadio Donadio & Associates - A Spiezle Architectural Group, Inc. 2001 91h Avenue, Suite 308 Vero Beach, FL 32960 Ree: Jones' Pier Bungalow Renovation Contract #2024009 Dear Tony: General Construction Construction Management As recommended by the Engineer, Kamm Consuffin&- below is the quote to provide and install R-30 BASF Enertite G (8 inches) Open Cell Foam in the Vaulted Ceiling area, Gable walls, and Dormer Walls: Additional for labor and materials (Gale Insulation — see attached quote) $4,613.0 Credit for R-30 Batt Insulation (1,i1.tND) O/H & Profit @ 15%„ Total Additiionat: $330 We have included the technical data for the proposed BASF Enertite G insulation for your review and consideration Please let us know if you have any questions in this regard. Should you wish to proceed with a change is the t of inA640006 is lle d in titre atter areas, please sib, dam, and return a copy of this letter. Thank you. - Chr ik Clod Accepted by: Thomas C. Close President Please indicate if you wish to proceed with this change: Yes x NO Name &Title: Anthony J. [qt ., Principal Signature: A-crT- Dorti'o Date: 05/02/2024 Phone 80-46.7,00311. www.closeconstructionitc.com 305 NW 411 Avenue Fax -463.76-0337 fteechobee, FL 34972 Page 1.*1 389 SECTION 00948— Work Change Directive No. 2 DATE OF ISSUANCE: 6/21/2024 EFIFECM, OA 1:: OWNER: CONTRACTOR Project: Indian River County RENOVATION OF THE JONES' PIER CONSERVATION AR'BUNGALOW OWNER'S Bid No. 2024009 ✓FIVI No. You are directed to proceed promptly with the following changes: Description: -Additional Asbestos Abatement was needed to remove asbestos found below the kitchen flooring. -Change PVC beadboard to Gypsum Wallboard. This change has resulted in a credit. .. -Refinish existing wood flooring and replace approximately 200 SF of wood flooring. Eiost exceeds the Bid Allowance of $20,000 indicated in Bid Addendum #1. Reason for Change Order: Change to the original scope of work. Attachments: (List documents supporting change) — Change Order Requests #3, #S and #6 If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Method of determining change in Contract Prices Contract Times Unit Prices ❑ Contractor's Records F1 Lump Sum Q Engineer's Records II Other: Q Other: IR By Change Order: attached II By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times: Change Directive $ 5.600.74 Substantial Completion: days; Ready for Final Completion: days. If the change involves an increase, the estimated If the change involves an increase, the estimated amount is not to be exceeded without further time is not to be exceeded without further authorization. authorization, ACCEPTED: Close Construction Services By:7lwma4rC. Ckn& CONTRACTOR (Signature) Date: 6/21/2024 RECOMMENDED: Spiezle Architectural Group, Inc. By: 40 %. V 094 4 ENGINEER (Signature) /2024 ** END OF SECTION** Worts Change Directive - 00948 r\fgesenerlDatalClose Const Sewrces-wnenri014 -Jones' Pier Bungalow',Chenge Order Reques151Work Directive itZ12024-OSOi_JP_6wigaiuK ovaLon RenWork Chance Directive Fore Zoocx 390 r �V , � klj� Construction Services, LLC Mate Lige #CW1526474 APO 3.2024 W. Agony Donadlo bio & Associates Arobitects, PA. 20019* Avenue, mite 308 lrr. Jones' Pier Bungalow Renovation Contract #2024009 Dear Tony: Ott Construction Constuction Management The Contract Documents indicated that due to an Asbestos Test, asbestos was present in the Laundry and Bath areas. The Kitchen area had not been tested due to the wood flooring in place. However, once the flooring was removed and the area tested, asbestos was found to be present. Below is the additional cost for the Asbestos Abatement needed in the Kitchen area: Additional for labor and materials (Cromwell Environmental Revised Proposal) $1,245.00 O/H & Profit cQt 13% $ 186.75 Total Additional:1.73 We have included Cromwell's original proposal as well as their revised proposal, including the Kitchen area. Please let us know if you have any questions in this regard. Before proceeding with this work, we would appreciate you signing below and t o ' to us to acknowledge the additional amount will be added to our Contract. Tit A you. chri*c cj lite" C. Close ptosiftt Phone 863.467.0831 Fax 863.7b3,6337 Accepted bv: Name & Title: Signature: Date: www. c 1 o s ec onstructio>a1,tt Page 1.ofl Okeechobee. FI. 34972 391 %MOJMAOS Genu Construction Construction 8"Vi , State Licem #CG CtV26474 Construction Management May 15, 2024 Mr.. Anthony Donadio Donaditt & Associates Architects, P.A. 200196 Avenue, Suite 308 Vem Beach, FL 32960 Re. Jones' Pier Bungalow Renovati Contract #2024009 Dear Tony: We offer the following credit resulting,fim dw damV Am PVC beaftond to Gypsum W allbt i (GWB� All materials and labor to be furnished by Close Construction Services, Costs and Credit for labor and materials, inch idirt; - PVC Beadboard credit ($22&74/sh x 0 ($10,293.51) cc tit - Furnish/finish GWB ($2.50/SF x 1440 9) Ps+6Ei0.00 Faint GWB panels ($3,201SF x 1440 SF) Total Crealit: Please let us know ify6 have any questions in this regard. Before proceeding with this work, we would appreciate you signing below and returning a copy to us to acknowledge the change to our Contract. Thank you. C1 CIOW Accepted by: Thomas C. Close President Name & T. Signatu _:... Date; r, General Construction Management Construction Mans 5�tc�c�ClS�� g Joe 19 2024 l Anthaaty ia�o Donadio & Associates Architects, P.A. 20019& Avert, Suite 308 Vera Beach, FL 32960 Re-: JouW liar Bungdow kration Com #2024009 Dear Tony: - We offer the following proposalto refinish the existing wood flooring and replace 200 8F of flooring reinaved. .Additional for labor and materials, including Sand and prep existing wood flooring $19,04 (see attached proposal) Replace approx. 200 SF of removed $oamg $ 1,500.00 (material cost) Equipment to install new flooring $ 300.00 Labor to install new wood flooring 1600.00 Subtotal: $22,830.00 Q/H & Profit @, 150% $ 3.42450 Subtotal: $26,254.50 Less Allowance provided in Bid ($20.000.00'1 (per Addendum l ) Total Additional: $6,254.50 Please let us know if you have any questions in this regard. Before proceeding with this work, we would appreciateau signing below and returning a copy to us to acknowledge the additional amount will be added to ow Contract. Thank you. Clw'i*Clow, Accepted by: Thomas C. Close Presit Name & "Title: SECTION 00948 — Work Change Directive No. 3 DATE OF ISSUANCE: 8/26/2024 EFFECTIVE DATE: 8/26/2024 OWNER: Indian River County CONTRACTOR Close Construction Services, LLC Project: RENOVATION OF THE JONES' PIER CONSERVATION AREA BUNGALOW OWNER'S Bid No. 2024009 FM No.: You are directed to proceed promptly with the following changes: Description: -Additional labor and materials to complete modifications needed to install an aquarium. -Labor and materials to be furnished and installed by Close Construction Services, LLC; Southpaw Plumbing; and Complete Electric, Inc. -Credit due to HVAC changes to change from a 4 -Ton unit to a 3 -Ton unit. Reason for Change Order: Change to the original scope of work. Attachments: (List documents supporting change) — Change Order Request #7. If OWNER or CONTRACTOR believe that the above change has affected Contract Price any Claim for a Change Order based thereon will involve one or more of the following methods as defined in the Contract Documents. Method of determining change in Contract Prices Method of determining change in Contract Times 7 Unit Prices Q Contractor's Records 7 Lump Sum Q Engineer's Records 7 Other: 7 Other: E By Change Order: attached a By Change Order: Estimated increase (decrease) of this Work Estimated increase (decrease) in Contract Times: Change Directive $ 14,785.62 Substantial Completion: days; If the change involves an increase, the estimated amount is not to be exceeded without further authorization. ACCEPTED: Close Construction Services By: Tlv)q a C. CZOSPi CONTRACTOR (Signature) Date: 8/26/2024 Ready for Final Completion: days. If the change involves an increase, the estimated time is not to be exceeded without further authorization. RECOMMENDED: Spiez�i�elArrcchitecturalll Group, Inc. By: �zKd o" vm4d a ARCHITECT (Signature) Date: 08/26/2024 ** END OF SECTION** APP VED: B: OWNER (Signature) y Date: Work Change Directive — 00948 k\Fleserver\DatMClose Cons[ Servicas-current%014 - Jones' Pier BungalovAChacge Order RequestsMork Directive #3@024-05-01_JP_bungalow Renovation—Work Change DirecVve Form-3.docx 394 August 23, 2024 . Mr. Anthony Donadio Donadio & Associates Architects, P.A. 20019* Avenue, Suite 308 Vero Beach, FL 32%0 Re Jones' Pier Bungalow Renovation Contract #2024009 Dear Tony: We offer the following proposal for the modifications n6c&d to instal1:the aquarium: Additional for labor and materials provided by Close' Construction, including but not limited to: - Beam 4 — 2x12's @ 12' long double/flitched $ 146.29 Steel flitch 5..5"w x %" thick x 12' $ 11538.90 SS bolts Q 8" UC staggered ($3.33 ea. x 36) $ 119.88 Nuts box of 50 $ 1&09 Labor to drill steel / set beams / thrn bolt. $ 2,500.00 LTA2 beaters to pillar (wrong application) A rann x 6 $ 30.00 ABU 44z J conn x 2 $ :10$1 518" baits x S" x 2 $ 14.00 Labor to set buckets and couple to beam $ 250.00 2 x 8 joists x 8' $11.32 ea x 5 $ 56,60 LUS28 connectors to ex beam $2.55 each x 10 $ 25.50 - Cut back existing joists x 2 $150.00 - Labor to mount joists/hangers x 10 $ 15 Subtotal for Close Construction, LLC: $ 6,400.13 Additional labor and materials for the Electrician to make changes per the:drawing did 6/3/2024 (Lighting changes - Add (2) "Y" fixtures; add converter for back up of floods & porchrecess lighting; add astronomnical time clock for `I" fixtures, add (2) exit lights (porch & office); add junction box for millwork lighting (Miliwork_Lighting furnished and installed by others); power changes — delete (2) fluor boxes; addosiling prOjecut receptacle: Phone 863.467.0831 www.closeconstructionllc.comn Fax 86 ,763.6337 Nw 4' lvow Page i Of 395 Additional coat for materials inclining tax 4,290.$>1 Additional cost for labor $ ODA Credit (2) floor boxes and 12/2 MC Cable (incl. tax) ( 974.45) Credit labor for floor boxes, etc. ( 80;00 $3;716.43 15% Subcontractor Obit 557,47 Complete Elect Subtomil:. $4,M.94 Additional labor and materials to install sanitary and pier pipe for Added door dro* Inoludi _ HWC alternate and lavatory alternate: Southpaw Plumbing Sum: $2,1 S Credit due to HVAC changes, in tidi ; but not lieaited 10:124 switch. ftin a 4 -Won unit to a 3 -Ton unit. Sx�yder's:Cvulig Subtotal; ($ 320.00) Subtotal for all changes in Scope of Work Outlined above: Bond Premium @ 3% O/H & Profit 0 15% $12,482.58 374.48 $12,857.06 1928.56 Total Additional:= We have included back proposals from the various: subcontractors included in this proposal Due to these changes in the scope of work, we respect£u ly request an additional 23 :days be added to the Contract Substantial Completion days. Please. let us know if you have any questions in this regard. Before proceeding with this work, we would appreciate you signing below and returning a copy to us to acknowledge the additional amount will be added too aur Contract. Thank you. J c MOW" lr Jake Close Vice President Name & Title - Signature: Date: 08/23/2024 www.closeconstructionllc.com Page 2 of 2 396 gu— CONSENT AGENDA BCC Meeting 09-10-2024 INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Parks, Recreation & Conservation Department Date: August 26, 2024 To: The Honorable Board of County Commissioners Thru: John A. Titkanich, Jr., County Administrator Michael C. Zito, Deputy County Administrator Beth Powell, Parks, Recreation & Conservation Director From: Gustavo Vergara, Parks, Recreation and Conservation Assistant Director Subject: 2024 Special Olympics Fall Classic BACKGROUND: Special Olympics is a global organization and is the largest sport organization that serves athletes with intellectual disabilities with more than 4.9 million athletes in 172 countries and over one million volunteers. The Mission of the Special Olympics is to provide year-round sports training and athletic competition in variety of Olympic type sports for children and adults with intellectual disabilities. The Special Olympics mission remains as vital today as it did when the movement was founded in 1968. Special Olympics offers 27 sports in Florida starting at the age of 2 years old, with close to 75,000 athletes and 45,000 volunteers participating yearly. Indian River County has a long history of hosting the State Swimming Championships at the North County Aquatic Center and Golf Championships at Sandridge Golf Club. These events not only support athletes and their families in providing amazing facilities for their competitions but provide a great economic impact to the area. DESCRIPTION AND CONDITIONS: Special Olympics would like to expand their reach to local athletes by hosting the 2024 fall classic in Indian River County on Saturday, October 5, 2024. This event will include flag football, pickleball, softball (outdoor sports) and power lifting in one high energy day. The outdoor sports would be held at Dick Bird Park and power lifting would be held inside the iG gym with a luncheon provided in rooms 131A, 131B and 131C. Rooms 112A and 112B would be used for coaches' meetings throughout the day. This will be the first time a regional event of its kind will be held in the County and Special Olympics Staff is very excited about the closeness of the facilities as it will create a synergistic effect to the day by bringing all the disciplines together without the need to travel between facilities. The attached license agreement and proposed fees encapsulate the entirety of the relationship for this event. Staff is proposing a 25% discount to the non-profit rate due to the existing relationship with Special Olympics and probable economic impact associated with this event if the first event proves to be a success. FUNDING: No funding is required for the subject task. The resulting approval will provide revenue to the South County Rentals and iG Accounts shown in the table below. 397 Account Description Account Number Amount South County Rentals (Revenue Account) 004034-347219 $2,250.00 iG Room Rental (Revenue Account) 004034-347300 $1,837.50 iG Gym Rental (Revenue Account 004034-347301 $1,125.00 RECOMMENDATION: Staff respectfully requests that the Board of County Commissioners approve the License Agreement with Special Olympics Inc. and authorize the Chairman to execute the agreement after review by the County Attorney for legal sufficiency. ATTACHMENTS: Indian River County Parks Recreation and Conservation License Agreement for Special Olympics Inc. (dated 8/28/2024) APPROVED AGENDA ITEM FOR SEPTEMBER 10, 2024 398 INDIAN RIVER COUNTY PARKS RECREATION & CONSERVATION LICENSE AGREEMENT License Preparation August 26, 2024 License Duration: October 5, 2024 Date: Organization: Special Olympics Inc. Contact Name: BJ Mealy Address: 1915 Don Wickham Drive Phone: 352-933-3720 City/State/Zip Code: Clermont, FL 34711 E -Mail: bjmealy@solf.org Name of Event: Central Region Fall Classic Expected 300 Attendance: Event Time: 10/5/24 9a.m: 3p.m. Load -out 7:00 a.m. Date/Time: 10/5/24 3:00 — 5 p.m. Load -In Date/Time: WITNESSETH: WHEREAS, Indian River County (the "County") is the owner of certain property known as the Dick Bird (South County) Regional Park, and subsequent twelve (12) court pickleball complex, four (4) softball fields and lacrosse fields within the Park as well as the Intergenerational Recreation Center and Event Venue, located in Indian River County, Florida, (the "Facilities"); and WHEREAS, the County has the authority to issue and/or execute, and Special Olympics, Inc., (the "Applicant") desires the issuance and/or execution of, a permit/agreement for the utilization of the Facilities, which Applicant has inspected and hereby acknowledges to be sufficient for its intended purpose and/or use contemplated hereunder; and WHEREAS, Applicant warrants to the County that it is qualified and authorized to do business in the State of Florida and Indian River County, Florida and has or will obtain and maintain the proper certification, licensure, insurance, permits and all other requirements pursuant to federal, state and local laws, statutes, ordinances, rules and regulations necessary to conduct any and all activities contemplated herein, and to satisfactorily perform its obligations as herein required; and WHEREAS, the Applicant acknowledges that the use of the Facilities is subject to and expressly conditioned by section 205.04 (Permits) of the Indian River County Code of Ordinances, if applicable at the time of the License Duration, which are hereby incorporated by reference when applicable; NOW, THEREFORE, for and in consideration of the use of the Facilities 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 representatives' signatures below, hereby agree to the terms and conditions set forth herein: A. PARK, PREMISES & EVENT SCHEDULE: 1. This Indian River County Parks, Recreation & Conservation License Agreement ("License Agreement") applies to all events for the use of the Facilities. The areas, personnel and venues Indian River County Parks, Recreation A Conservation License Agreement Initials Page I of 10 399 of the Facilities which Applicant may apply for a permit, license, or use hereunder are more particularly described as I. Facilities & II. Amenities (Reference Exhibit A & Exhibit B) (the "Premises"), which Applicant acknowledges to be sufficient, as is, for its intended purpose and/or use contemplated hereunder. 2. Applicant may use and have access to the Premises for a period, commencing on the dates outlined in Exhibit B at 7:00am on October 5, 2024, and ending at 5:00pm on October 5, 2025, ("License Duration"), which License Duration shall include set-up, removal and clean-up of Applicants property. Where the Applicant requires usage after the stipulated time, Applicant is required to pay additional charges including, but not limited to Parks Staff hourly rates and any overage fees as set forth in the Parks Fee Schedule attached as Exhibit B ("Fee Schedule"). B. AUTHORIZED USE, TERMS & CONDITIONS: The Premises are to be used by Applicant for the Central Region Fall Classic (the "Event"). (a) The Event may include the following activities: Pickleball, Softball, Flag Football and Power Lifting competitionsas permitted by County Code (b) The hours of the Event shall be: 9:00 a.m. on Saturday October 5, 2025 with competitions ending by 3:00 p.m. on the same day. (c) The Event shall be used for no other purpose whatsoever, unless prior written approval is requested in writing by Applicant and given by the County which approval shall be subject to availability but not be unreasonably withheld, conditioned, or delayed so long as such request is submitted at least 15 days prior to the beginning of the Event for the entirety of the License Duration. Such change may result in a modification of the insurance requirements set forth in B. 15. 2. Applicant agrees to pay to the County as rent, costs, expenses and taxes for the use of the Premises the following sums: (a) Rental fee for the sum of all events will be $5,212.50 plus any additional charges imposed at the request of the Applicant to be reconciled at the end of License Duration, based on the calculations on the attached Fee Schedule. A Reservation Deposit of $1,303 ("Event Deposit"), will be collected from the applicant in order to secure the Facilities for the Event. The balance of the rental fee and any remaining payments, including any expenses, charges or other fees described in this License Agreement shall be due seven (7) days prior to the scheduled date of the Event. Any incidental charges or fees not included in this Agreement at the time of execution shall be due within five (5) business days of the conclusion of the Event as described in B. Lb. (b) The Event Deposit shall be applied against the fees, costs, expenses, charges and/or delinquent payments described herein, and against any costs of repair or replacement of damages to the Courts that directly or indirectly result from the Event, whether caused by Indian River County Parks, Recreation & Conservation License Agreement Initials Page 2 of 10 400 Applicant or Applicant's employees, invitees, licensees, contractors, assignees, contestants, exhibitors or performers, or others on the Premises at Applicant's direction or invitation. The County's use of the Placeholder Deposit or any other sum described herein shall in no way constitute a waiver of any other right the County may have at law or equity. The Placeholder Deposit, to the extent unused, shall be returned to Applicant within thirty (30) business days following the tournament. 3. The County reserves the right to cap ticket sales depending on the capacity of the Premises because of law enforcement, sanitation, traffic control or due to other public safety issues. 4. Applicant shall be financially responsible for all charges for all materials, personnel, services and equipment that the county furnishes for the Event. This License Agreement is not a permit. As set forth in sections 205.04 (Permits), of the Indian River County Code of Ordinances, the Applicant must obtain the necessary County use permits, which require the Applicant to timely obtain approvals of plans, including but not limited to, adequate sanitation facilities and sewage disposal, parking facilities, transportation of patrons, adequate medical facilities, adequate security and traffic control. Applicant shall be responsible for all costs associated with such facilities and services. 6. The County shall have the right, after coordination with the Applicant's authorized representative, to determine in its sole discretion the level of County staff necessary to service the facilities during the License Duration. Applicant shall be responsible for all additional costs for County staff and Applicant may request additional staff as needed. 7. Payment for the tournament, as described in Exhibit B, shall be paid in full seven (7) days prior to the start day of the tournament. Applicant's failure to make any of the payments required hereunder in a timely manner shall constitute a material breach and shall result in the immediate termination of this License Agreement. All fees, costs and expenses, including, without limitation, attorney's fees, incurred by the County in the collection of any payment due hereunder shall be reimbursed by Applicant. 8. Applicant (including all artists, performers, entertainers, sound technicians, employees, and subcontractors of Applicant, and any other participating in the production of the Event) shall comply and ensure compliance with the following during the Event: (a) The starting hours listed above may be adjusted to begin earlier upon approval of the County. (b) The end hours as listed above may be adjusted to end later upon approval from the County. (c) Applicant must discuss the possibility of starting or ending outside of the hours listed above on the Friday before the event date. 9. Undisclosed or unpermitted activities or hours shall be cause for this License Agreement to be voidable by the County at any time during the License Duration. Undisclosed and unpermitted activities shall be subject to cancellation of the Event, and Applicant shall be subject to damages, penalties and other legal and equitable remedies including, but not limited to full payment under this License Agreement. Indian River County Parks, Recreation & Conservation License Agreement Initials Page 3 of 10 401 10. Applicant shall not assign this License Agreement or any rights hereunder or sublet the Premises without the express prior written consent of the County Administrator or his/her designee. 11. In the event that the Premises or any other portion of the Facilities are not vacated and cleaned by Applicant at the end of the License Duration, the County is hereby authorized to remove from the Premises, at the expense of Applicant, all goods, wares, merchandise and property of any and all kinds and descriptions placed or permitted therein by Applicant and which may be then occupying the same, and County shall not be liable for any damage or loss to such goods, wares, merchandise or other property which may be sustained either by reason of such removal or of the place to which it may be removed. Applicant hereby expressly releases County from any and all such claims for damages of whatsoever kind or nature and agrees to defend, indemnify and hold County harmless at Applicant's expense as to any claims for damages by third parties having interests in such goods, wares, merchandise and property, including costs and attorney's fees. 12. Applicant shall: (i) use and occupy the Premises in a safe and careful manner, including but not limited to properly covering any and all power cords; (ii) comply with all federal, state and local laws, statutes, rules, regulations and ordinances; (iii) use the Premises solely for the purposes provided above; (iv) not permit the Premises, or any part thereof, to be used for any unlawful purpose or in any manner that may result in or cause harm and/or damage to persons or property; (v) not post or exhibit or allow to be posted or exhibited signs, advertisements, show -bills, lithographs, posters or cards of any description inside or in front of, or on any part of the Premises, except with the prior written consent of County, which consent shall not be unreasonably withheld, conditioned, or delayed; and (vi) deliver to the County the Premises in as good a condition and repair, including all necessary trash or waste removal, as the same shall be found at the beginning of the License Duration. Additionally, Applicant: (a) assumes all costs arising from the use of patented, trademarked or copyrighted materials, equipment, devices, processes, or dramatic rights used on or incorporated in the conduct of the Event. Applicant shall defend, indemnify and hold County harmless at Applicant's expense from all suits, actions, proceedings, damages, costs and expenses in law or equity, including attorney's fees, for or on account of any patented, trademarked or copyrighted materials, equipment, devices, processes or dramatic rights furnished or used by Applicant or its employees, invitees, licensees, contractors, assignees, performers, contestants and exhibitors, in connection herewith. (b) shall not alter landscaping, fencing or any permanent structure nor shall there be any obstruction to ingress and egress to and from the Premises without the express written consent by the County. (c) acknowledges that the County shall have the sole right to collect and have the custody of articles left at the Premises by persons attending any Event given or held on the Premises, and Applicant or any person in Applicant's employ shall not collect or interfere with the collection or custody of such articles. (d) acknowledges that the County reserves the right to eject any persons reasonably deemed violent or otherwise dangerous to health, safety and welfare. Indian River County Parks, Recreation & Conservation License Agreement Initials Page 4 of 10 402 (e) acknowledges that in the event that the park's Thorguard lightning detention system sounds an alarm warning the public about the proximity of lightning in the area, the applicant will stop play and clear the Courts until the all clear sound is made by the system. (f) acknowledges that the County may immediately terminate the Event if the National Weather Service issues a severe weather warning, or imminent severe weather conditions develop in the area indicating a risk to public safety, or a state of emergency has been declared. Applicant hereby waives any rights and all claims for damages against the County that may result from the exercise of the rights reserved herein. i. In the event any part of the Facilities are damaged or unsafe for use to due to a hurricane, fire, water, or any other cause, or if any other casualty or unforeseen occurrence shall render the fulfillment of the Agreement by the County impossible for the event, the County shall refund all fees to the applicant. (g) represents and warrants to the County that Applicant's employees, invitees, licensees, contractors, assignees, contestants, exhibitors and performers by their speech, song, music, conduct or manner will not violate or incite others to violate any statute, law, ordinance, rule, regulation or order of any federal, state, municipal or other governmental authority. 13. The County and its officers, agents and employees engaged in the operation and maintenance of the Premises reserve the right to enter upon and to have free access to the Premises at any and all times, which reservation is hereby acknowledged and agreed to by Applicant. 14. Applicant releases and forfeits any right of action against the County or its members, officials, employees and agents from any liabilities, claims for damages, losses, and costs which arise out of or in connection with the Events and to the fullest extent permitted by law, indemnifies, defends and saves the County and County's members, officials, officers, employees and agents harmless (1) against all liability, claims for damages, and suits for or by reason of any injury to any person, including death, and damage to any property for every cause in any way connected with the Event irrespective of negligence, actual or claimed, upon the part of the County, its agents and employees, except where caused by the willful and wanton acts of County officials, officers, employees and agents, and (2) from all expenses incurred by the County for police protection, fire protection and emergency medical services, restoration and clean up, sanitation and maintenance costs and expenses that are required to preserve public order and protect public health, welfare and safety on the Premises of the Event. 15. At least 30 days prior to the License Duration, the Applicant shall, without limiting Applicant's liability submit certificates of insurance naming "Indian River County, FL" as additional insured and shall: Procure and maintain at Applicant's sole expense, insurance of the types, coverages and amounts not less than stated below: Schedule I Limits I Commercial General Liability — No more restrictive than J$ 1,000,000 Each Occurrence Combined ISO Form CG0001 (including property damage, I Single Limit Indian River County Parks, Recreation & Conservation License Agreement Initials Page S of 10 403 personal injury, products / comp. ops. agg., premises, operations, and blanket contractual liability, and host liquor liability) (The County and County's members, officials, officers, employees and agents, shall be named as additional insureds under all of the above Commercial General Liability coverage). In the event the use of motor vehicles is an integral part of the Event (unless a separate ordinance is specifically applicable to the automobiles): Automobile Liability (all automobiles -owned, hired or $500,000 Combined Single Limit non -owned) In the event the Applicant hires employees for the Event or is otherwise required to carry workers' compensation insurance, the Applicant will provide evidence of workers' compensation insurance or exemption as required by Florida Workers Compensation Law as defined in Chapter 440, Florida Statutes. Applicant will assume responsibility for Applicant's discretion in confirming that all of the Applicant's contractors or subcontractors engaged in work for the Event have the appropriate workers' compensation coverage. Such evidence will include evidence of workers' compensation benefits and employer's liability insurance for the following minimum limits of coverage: Workers Compensation Florida Statutory Coverage Including coverage for any appropriate Federal Acts (e.g. Longshore and Harbor Workers Compensation Act, 33 USC §§ 901-952, and the Jones Act, 46 USC §§ 688 et seq.) where activities include liability exposures for events or occurrences covered by Federal statutes. `Employer's Liability $100,000 Each Accident $500,000 Disease Policy Limit 1$100,000 Each Employee/Disease (a) Participants — Except as set forth below, the Applicant shall assume all responsibility for Applicant's discretion in obtaining, if any, insurance from the Event's contributing participants and subcontractors (such as caterers, vendors, production companies, entertainers, sponsors) in the types and amounts necessary to adequately protect the County and the County's members, officials, officers, employees and agents. (b) Primary and Non -Contributory — The Applicant's insurance will apply on a primary basis and will not require contribution from any insurance or self-insurance maintained by the County. (c) Deductibles — The deductibles of the insurance policies applicable to the Event shall be deemed customary and the responsibility of the Applicant and any named insureds. Indian River County Parks, Recreation & Conservation License Agreement Initials Page 6 of 10 404 (d) Additional Insured — The Applicant's insurance, except workers' compensation and any additional coverages where it is unavailable, will name the Board of County Commissioners of Indian River County and County's members, officials, officers, employees and agents, as additional insureds under all insurance coverages required for the Event. (e) Reporting Provision — The Applicant's insurance shall be provided on an occurrence form. In the event that coverage is only available on a claims made form, the Applicant shall agree to maintain an extended reporting coverage for a minimum of two years past the expiration of the annual policy term. (f) Duration — Notwithstanding anything to the contrary, the Applicant's liabilities intended to be covered by the insurance coverage(s) required under this section shall survive and not be terminated, reduced or otherwise limited by any expiration or termination of particular policies for insurance coverages. (g) Sovereign Entities — State and federal agencies eligible for sovereign immunity may submit a statement of self-insurance for liability as allowed by the applicable state or federal statute. Such statement will be acceptable in place of insurance requirements defined herein. (h) Financial Responsibility — Applicant shall obtain insurance by an insurer holding a current certificate of authority pursuant to Chapter 624, Florida Statutes, or a company that is declared as an approved Surplus Lines carrier under Chapter 626, Florida Statutes. Such insurance shall be written by an insurer with an A.M. Best Rating of A -VII or better. Applicant must maintain continuation of the required insurance throughout the Event, which includes load -in, setup, tear down, and load -out. (i) Evidence of Financial Responsibility — Applicant must provide a certificate of insurance to the County's Risk Manager, demonstrating the maintenance of the required insurance including the additional insured endorsement thirty (30) days prior to the Event Date. Upon written request, the Applicant shall make its insurance policies and endorsements available to the County's Risk Manager. The County's Risk Manager shall approve the Applicant's insurance if it complies with this License Agreement's requirements, including, if any, additional insurance coverages deemed necessary by the Risk Manager. No material alteration or cancellation, including expiration and non -renewal of Applicant's insurance, shall be effective until 30 days after receipt of written notice by the County from the Applicant or the Applicant's insurance company. (j) Discretionary Authority — Depending upon the nature of any aspect of any event and its accompanying exposures and liabilities, the County may, at its sole option, require additional insurance coverages not listed above, in amounts responsive to those liabilities, which may or may not require that the County also be named as an additional insured. (k) Applicant is required to immediately notify the County of any incident, accident, occurrences and/or claims made in connection with the Event. Indian River County Parks, Recreation & Conservation License Agreement Initials Page 7 of 10 405 16. If default occurs on the part of the Applicant in fulfillment of any of the terms, covenants or conditions, including the timely submittal of all documents set forth in Section B, of this License Agreement, the County may terminate this License Agreement and decline to issue any and all permits necessary for the Event. In such case, the rent, taxes, fees, deposits and any other charges hereunder, whether accruing before or after such termination, shall be considered part of and inclusive of the County's damages resulting from Applicant's default. Applicant's default hereunder shall be considered a default of any and all agreements by and between Applicant and the County, and any amounts due Applicant under its other agreements with the County may be used by the County to remedy Applicant's defaults hereunder. Any remedy granted in this License Agreement to County shall be in addition to all other remedies available to County in law or equity, and not exclusive of such remedies. 17. In the event that the Applicant cancels all or any time or portion of the Premises reserved for the Event, the County must receive written notice. Applicants may be entitled to a refund according to the following schedule: (a) Cancellation prior to fourteen (14) days from the tournament of the will receive a refund equal to 100% of the payment collected under Exhibit B. (b) Cancellation prior to Five (5) business days from the date of each tournament of the License Agreement Duration will warrant a cancellation fee of $250, the remainder of the balance paid for the tournament will be refunded. (c) Cancellation due to inclement weather or acts of god will infer no cancellation fee and the paid amount will be refunded or applied to another tournament as requested by the Applicant. 18. In the event that the Premises or any part thereof, or adjacent premises required for access thereto, should be so damaged or destroyed by fire or other cause, without the fault of Applicant, as to prevent the use of the Premises for the Events, then this License Agreement shall terminate. In such event, the County shall be paid for all items of expense incurred by it under this License Agreement and any rental accrued prior to such destruction or damages, but Applicant shall be relieved of paying rent accruing thereafter. For purposes of this paragraph, causes or events not within Applicant's control shall include, without limitation, acts of God, floods, earthquakes, hurricanes, fires and other natural disasters, acts of public enemies, riots or civil disturbances, sabotage, strikes and restraints imposed by order of a governmental agency or court. Causes or events within Applicant's control, and thus not falling within this Section 12, shall include, without limitation, Applicant's financial inability to perform or comply with the terms and conditions hereof, economic hardship, a featured act's failure or refusal to perform or appear, and misfeasance, malfeasance or nonfeasance by any of Applicant's directors, officers, employees, contractors, or agents. (a) In the event any part of the Courts are damaged or unsafe for use to due to a hurricane, fire, water, or any other cause, or if any other casualty or unforeseen occurrence shall render the fulfillment of the Agreement by the County impossible for the event, the County shall refund all fees to the Applicant. 19. Applicant acknowledges receipt of and agrees to comply with the Parks' Rules and Regulations which are attached hereto as Exhibit C and incorporated by reference. Indian River County Parks, Recreation & Conservation License Agreement Initials Page 8 of 10 406 20. Applicant assumes all risks of damages to and loss by theft or otherwise of the furniture, appliances or other property of Applicant or Applicant's employees, invitees, licensees, contractors, assignees, performers, exhibitors, contestants and those otherwise contracting with Applicant, and Applicant hereby expressly releases and discharges County from any and all liability for any such loss and agrees to defend, indemnify and hold County harmless from all claims and actions for damages as to such losses, including attorney's fees. 21. County and Applicant retain all television, film, recording and licensing rights as to any Event that takes place in or on the Premises, provided such is permitted within the Artist Contract. County will coordinate such recordings with Applicant's marketing representative. In the event of artist recording restrictions, Applicant shall request the right to allow the County to take generic production and still photographs of the Event. 22. Unless excused by impracticability or impossibility of performance or other lawful contractual defense, any attraction, act, or person contracted to appear during the Event as an entertainer shall appear at the published time or within one hour thereafter. Applicant shall not advertise or permit any advertising that a particular performer will appear for the Event until after a contract for the performer's appearance has been executed and a copy thereof has been provided to the County; otherwise, the County may terminate this License Agreement and cancel the Event. 23. No exception or waiver of any provision of this License Agreement shall be effective unless in writing signed by the Deputy County Administrator. No such waiver shall be held to waive the same provision on a subsequent occasion or be construed to constitute a waiver of any other provision of this License Agreement. This License Agreement contains the entire agreement between the parties, unless modified or amended by a subsequent written agreement executed by the parties. This License Agreement shall be governed by the laws of the State of Florida, and venue for the resolution of disputes hereunder shall be in a court of law in Indian River County, Florida. 24. When applicable, at least 14 days prior to each Event Date, Applicant shall submit proof of application for a "Special Events & Tent Sales Inspection Permit" from the Indian River County Fire Prevention Bureau pursuant to Florida Fire Prevention Code: NFPA 1, Chapter 25, NFPA 101 & 102 and IRC Ordinance Section 208.11. 25. All of the Applicant's subcontractors shall have all of the necessary local, state and federal licenses for the services provided at the Event. 26. All deadlines falling on a weekend or holiday shall be accelerated to the prior business day. 27. Animals will not be permitted onto the Courts during an event unless they are considered a Service Animal. The Americans with Disabilities Act (ADA) 2010 Regulations define a service animal as "any dog that is individually trained to do work or perform tasks for the benefit of an individual with a disability, including a physical, sensory, psychiatric, intellectual, or other mental disability. Other species of animals, whether wild or domestic, trained or untrained, are not service animals for the purposes of this definition." C.F.R. § 35.104 and § 36.104 (2010). Indian River County Code of Ordinances also states: "Dogs prohibited. No dogs are allowed in any park or recreational facility unless specifically posted as allowable by the department. (205.3 Indian River County Parks, Recreation & Conservation License Agreement Initials Page 9 of 10 407 paragraph 22). 28. Any notice, request, instruction, demand, consent or other communication required or permitted to be given under this License Agreement shall be in writing and shall be given in writing and delivered by email or US Mail, Certified — Return Receipt Requested, to the following: Indian River County Parks, Recreation and Conservation Department 1590 0 Street SW Vero Beach, FL 32962 Applicant: Special Olympics, Inc. Name: Attn: BJ Mealy Address: 1915 Don Wickham Drive, Clermont, FL 34711 Email: bjmealy@solf.org 29. Applicant acknowledges that the County makes no guarantees to Applicant, express or implied, as to any pecuniary gain that Applicant may have intended to result from the Event. 30. The recitals and WHEREAS clauses are true, accurate and correct and are hereby incorporated herein by this reference. 31. Services Provided by the County: (a) County reserves the right to determine the adequacy of outside services procured by the Application under Section B as a condition of the Permit. IN WITNESS WHEREOF, the parties, by and through their authorized representatives' signatures below, do hereby execute this License Agreement on this day of APPLICANT: BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA Special Olympics, Inc. Susan Adams, Chairman Approved by BCC: , 2024. ATTEST: LIN Ryan L. Butler Clerk of Court and Comptroller Approved as to form and legal sufficiency: Susan Prado, Deputy County Attorney Indian River County Parks, Recreation & Conservation License Agreement Page 10 of 10 Initials 408 NO [•2A INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Parks, Recreation & Conservation Department Date: August 29, 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: NezFest Non -Profit Corporation Pickleball Tournament License Agreement BACKGROUND: NesFest's mission is to preserve the legacy of the life, love and music of Jason M. Nesbit, who lost his battle to cancer in 2018. At the time of his passing, he was attending Maryville University to become a music therapist for "Kids Rock Cancer". Before graduating Jason lost is battle to cancer. His wife, Jennifer, was able to receive his diploma and walked in his place for graduation. His passion was music, family, raising his children, and helping other children who were fighting serious disease like cancer. NezFest was created to continue supporting Jason's passions and is a legacy to his mission. NezFest raises funds to support local families affected by financial challenges created by unexpected severe illness or cancer. DESCRIPTION AND CONDITIONS: On August 15, 2024, NesFest staff contacted Recreation staff about the possibility of hosting a fundraising pickleball tournament at at Dick Bird (South County) Regional Park on November 9, 2024. The attached License Agreement and fee schedule encapsulates all costs and defines all stipulations needed to conduct such a tournament. Staff is presenting the license agreement with a 25% discount as this is a fundraiser for the local 501(c)3 non-profit organization. FUNDING: No funding is required for the subject task. The resulting approval will provide revenue to the MSTU Fund/South County Rentals Account shown in the table below. Account Description Account Number Amount MSTU Fund/South County Rentals (Revenue Account) 004034-347219 $1,725.00 RECOMMENDATION: Staff respectfully requests that the Board of County Commissioners approve the License Agreement with NezFest Non -Profit Corporation and authorize the Chairman to execute the agreement after review and approval by the County Attorney for legal sufficiency. ATTACHMENTS: Indian River County Parks Recreation and Conservation License Agreement for NEZFEST, Inc. (dated 8/29/2024) APPROVED AGENDA ITEM FOR SEPTEMBER 10.2024 nllI] INDIAN RIVER COUNTY PARKS RECREATION & CONSERVATION LICENSE AGREEMENT License Preparation August 19, 2024 License Duration: November 9, 2024 Date: Organization: NezFest Non -Profit, LLC. Contact Name: Diane Norair Address: 6395 51 Street Phone: 772453-7973 City/state/zip Code: Vero Beach, FL 32968 E -Mail: nexfest@yahoo.com Name of Event: Pickleball Tournament Expected Attendance: 200 Event Time: 11/9/2024 9a.m: 8p.m. Load -out 11/9/2024 8:00 p.m. Load -In Date/Tune: 7'00 a.m. Datefrime: WITNESSETH: WHEREAS, Indian River County (the "County") is the owner of certain property known as the Dick Bird (South County) Regional Park, and subsequent twelve (12) court pickleball complex within the Park, located in Indian River County, Florida, (the "Courts"); and WHEREAS, the County has the authority to issue and/or execute, and NezFest Non -Profit, LLC. (the "Applicant") desires the issuance and/or execution of, a permit/agreement for the utilization of the Courts, which Applicant has inspected and hereby acknowledges to be sufficient for its intended purpose and/or use contemplated hereunder; and WHEREAS, Applicant warrants to the County that it is qualified and authorized to do business in the State of Florida and Indian River County, Florida and has or will obtain and maintain the proper certification, licensure, insurance, permits and all other requirements pursuant to federal, state and local laws, statutes, ordinances, rules and regulations necessary to conduct any and all activities contemplated herein, and to satisfactorily perform its obligations as herein required; and WHEREAS, the Applicant acknowledges that the use of the Courts is subject to and expressly conditioned by section 205.04 (Permits) of the Indian River County Code of Ordinances, if applicable at the time of the License Duration, which are hereby incorporated by reference when applicable; NOW, THEREFORE, for and in consideration of the use of the Courts 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 representatives' signatures below, hereby agree to the terms and conditions set forth herein: A. PARK, PRENUSES & EVENT SCHEDULE: 1. This Indian River County Parks, Recreation & Conservation License Agreement ("License Agreement") applies to all events for the use of the Courts. The areas, personnel and facilities of the Courts which Applicant may apply for a permit, license, or use hereunder are more particularly described as Indian River County Parks, Recreation & Conservation License Agreement Pagifl#'10 I. Facilities & II. Amenities (Reference Exhibit A & Exhibit B) (the "Premises"), which Applicant acknowledges to be sufficient, as is, for its intended purpose and/or use contemplated hereunder. 2. Applicant may use and have access to the Premises for a period, commencing on the dates outlined in Exhibit B at 7:00am on November 9, 2024, and ending at 8:00pm on November 9, 2024, ("License Duration"), which License Duration shall include set-up, removal and clean-up of Applicants property. Where the Applicant requires usage after the stipulated time, Applicant is required to pay additional charges including, but not limited to Parks Staff hourly rates and any overage fees as set forth in the Parks Fee Schedule attached as Exhibit B ("Fee Schedule"). B. AUTHORIZED USE, TERMS & CONDITIONS: 1. The Premises are to be used by Applicant for the NezFest Pickleball Tournament (the "Event"). (a) The Event may include the following activities: Pickleball tournament, concession sales as permitted by Cogn1y Code (b) The hours of the Event shall be: 9:00 a.m. on Saturday November 9, 2024 with tournament ending by 8:00 p.m. on the same day. (c) The Event shall be used for no other purpose whatsoever, unless prior written approval is requested in writing by Applicant and given by the County which approval shall be subject to availability but not be unreasonably withheld, conditioned, or delayed so long as such request is submitted at least 15 days prior to the beginning of the tournament for the entirety of the License Duration. Such change may result in a modification of the insurance requirements set forth in B. 15. 2. Applicant agrees to pay to the County as rent, costs, expenses and taxes for the use of the Premises the following sums: (a) Rental fee for the sum of all events will be $1,725.00 plus any additional charges imposed at the request of the Applicant to be reconciled at the end of License Duration, based on the calculations on the attached Fee Schedule. A Reservation Deposit of $431.25 ("Event Deposit"), will be collected from the applicant in order to secure the Courts for the Event. The balance of the rental fee and any remaining payments, including any expenses, charges or other fees described in this License Agreement shall be due thirty (30) days prior to the scheduled date of the tournament. Any incidental charges or fees not included in this Agreement at the time of execution shall be due within five (5) business days of the conclusion of the Event as described in B. Lb. (b) The Event Deposit shall be applied against the fees, costs, expenses, charges and/or delinquent payments described herein, and against any costs of repair or replacement of damages to the Courts that directly or indirectly result from the Event, whether caused by Applicant or Applicant's employees, invitees, licensees, contractors, assignees, contestants, exhibitors or performers, or others on the Premises at Applicant's direction or invitation. The County's use of the Placeholder Deposit or any other sum described herein shall in no Indian River County Parks, Recreation & Conservation License Agreement Pagg14if'10 way constitute a waiver of any other right the County may have at law or equity. The Placeholder Deposit, to the extent unused, shall be returned to Applicant within thirty (30) business days following the tournament. 3. The County reserves the right to cap ticket sales depending on the capacity of the Premises because of law enforcement, sanitation, traffic control or due to other public safety issues. 4. Applicant shall be financially responsible for all charges for all materials, personnel, services and equipment that the county furnishes for the Event. This License Agreement is not a permit. As set forth in sections 205.04 (Permits), of the Indian River County Code of Ordinances, the Applicant must obtain the necessary County use permits, which require the Applicant to timely obtain approvals of plans, including but not limited to, adequate sanitation facilities and sewage disposal, parking facilities, transportation of patrons, adequate medical facilities, adequate security and traffic control. Applicant shall be responsible for all costs associated with such facilities and services. 6. The County shall have the right, after coordination with the Applicant's authorized representative, to determine in its sole discretion the level of County staff necessary to service the facilities during the License Duration. Applicant shall be responsible for all additional costs for County staff and Applicant may request additional staff as needed. 7. Payment for the tournament, as described in Exhibit B, shall be paid in full thirty (30) days prior to the start day of the tournament. Applicant's failure to make any of the payments required hereunder in a timely manner shall constitute a material breach and shall result in the immediate termination of this License Agreement. All fees, costs and expenses, including, without limitation, attorney's fees, incurred by the County in the collection of any payment due hereunder shall be reimbursed by Applicant. 8. Applicant (including all artists, performers, entertainers, sound technicians, employees, and subcontractors of Applicant, and any other participating in the production of the Event) shall comply and ensure compliance with the following during the Event: (a) The starting hours listed above may be adjusted to begin earlier upon approval of the County. (b) The end hours as listed above may be adjusted to end later upon approval from the County. (c) Applicant must discuss the possibility of starting or ending outside of the hours listed above on the Friday before the event date. 9. Undisclosed or unpermitted activities or hours shall be cause for this License Agreement to be voidable by the County at any time during the License Duration. Undisclosed and unpermitted activities shall be subject to cancellation of the Event, and Applicant shall be subject to damages, penalties and other legal and equitable remedies including, but not limited to full payment under this License Agreement. 10. Applicant shall not assign this License Agreement or any rights hereunder or sublet the Premises without the express prior written consent of the County Administrator or his/her designee. Indian River County Parks, Recreation & Conservation License Agreement PagJ J4Y 10 11. In the event that the Premises or any other portion of the Courts are not vacated and cleaned by Applicant at the end of the License Duration, the County is hereby authorized to remove from the Premises, at the expense of Applicant, all goods, wares, merchandise and property of any and all kinds and descriptions placed or permitted therein by Applicant and which may be then occupying the same, and County shall not be liable for any damage or loss to such goods, wares, merchandise or other property which may be sustained either by reason of such removal or of the place to which it may be removed. Applicant hereby expressly releases County from any and all such claims for damages of whatsoever kind or nature and agrees to defend, indemnify and hold County harmless at Applicant's expense as to any claims for damages by third parties having interests in such goods, wares, merchandise and property, including costs and attorney's fees. 12. Applicant shall: (i) use and occupy the Premises in a safe and careful manner, including but not limited to properly covering any and all power cords; (ii) comply with all federal, state and local laws, statutes, rules, regulations and ordinances; (iii) use the Premises solely for the purposes provided above; (iv) not permit the Premises, or any part thereof, to be used for any unlawful purpose or in any manner that may result in or cause harm and/or damage to persons or property; (v) not post or exhibit or allow to be posted or exhibited signs, advertisements, show -bills, lithographs, posters or cards of any description inside or in front of, or on any part of the Premises, except with the prior written consent of County, which consent shall not be unreasonably withheld, conditioned, or delayed; and (vi) deliver to the County the Premises in as good a condition and repair, including all necessary trash or waste removal, as the same shall be found at the beginning of the License Duration. Additionally, Applicant: (a) assumes all costs arising from the use of patented, trademarked or copyrighted materials, equipment, devices, processes, or dramatic rights used on or incorporated in the conduct of the Event. Applicant shall defend, indemnify and hold County harmless at Applicant's expense from all suits, actions, proceedings, damages, costs and expenses in law or equity, including attorney's fees, for or on account of any patented, trademarked or copyrighted materials, equipment, devices, processes or dramatic rights furnished or used by Applicant or its employees, invitees, licensees, contractors, assignees, performers, contestants and exhibitors, in connection herewith. (b) shall not alter landscaping, fencing or any permanent structure nor shall there be any obstruction to ingress and egress to and from the Premises without the express written consent by the County. (c) acknowledges that the County shall have the sole right to collect and have the custody of articles left at the Premises by persons attending any Event given or held on the Premises, and Applicant or any person in Applicant's employ shall not collect or interfere with the collection or custody of such articles. (d) acknowledges that the County reserves the right to eject any persons reasonably deemed violent or otherwise dangerous to health, safety and welfare. (e) acknowledges that in the event that the park's Thorguard lightning detention system sounds an alarm warning the public about the proximity of lightning in the area, the applicant will stop play and clear the Courts until the all clear sound is made by the system. Indian River County Parks, Recreation & Conservation License Agreement Pagqll �(10 (f) acknowledges that the County may immediately terminate the Event if the National Weather Service issues a severe weather warning, or imminent severe weather conditions develop in the area indicating a risk to public safety, or a state of emergency has been declared. Applicant hereby waives any rights and all claims for damages against the County that may result from the exercise of the rights reserved herein. i. In the event any part of the Courts are damaged or unsafe for use to due to a hurricane, fire, water, or any other cause, or if any other casualty or unforeseen occurrence shall render the fulfillment of the Agreement by the County impossible for the event, the County shall refund all fees to the applicant. (g) represents and warrants to the County that Applicant's employees, invitees, licensees, contractors, assignees, contestants, exhibitors and performers by their speech, song, music, conduct or manner will not violate or incite others to violate any statute, law, ordinance, rule, regulation or order of any federal, state, municipal or other governmental authority. 13. The County and its officers, agents and employees engaged in the operation and maintenance of the Premises reserve the right to enter upon and to have free access to the Premises at any and all times, which reservation is hereby acknowledged and agreed to by Applicant. 14. Applicant releases and forfeits any right of action against the County or its members, officials, employees and agents from any liabilities, claims for damages, losses, and costs which arise out of or in connection with the Events and to the fullest extent permitted by law, indemnifies, defends and saves the County and County's members, officials, officers, employees and agents harmless (1) against all liability, claims for damages, and suits for or by reason of any injury to any person, including death, and damage to any property for every cause in any way connected with the Event irrespective of negligence, actual or claimed, upon the part of the County, its agents and employees, except where caused by the willful and wanton acts of County officials, officers, employees and agents, and (2) from all expenses incurred by the County for police protection, fire protection and emergency medical services, restoration and clean up, sanitation and maintenance costs and expenses that are required to preserve public order and protect public health, welfare and safety on the Premises of the Event. 15. At least 30 days prior to the License Duration, the Applicant shall, without limiting Applicant's liability submit certificates of insurance naming "Indian River County, FL" as additional insured and shall: Procure and maintain at Applicant's sole expense, insurance of the types, coverages and amounts not less than stated below: I Schedule I Limits I Commercial General Liability — No more restrictive than 1$ 1,000,000 Each Occurrence Combined I ISO Form CG0001 (including property damage, Single Limit 'personal injury, products / comp. ops. agg., premises, operations, and blanket contractual liability, and host liquor liability) Indian River County Parks, Recreation & Conservation License Agreement P.Mlq'10 (The County and County's members, officials, officers, employees and agents, shall be named as additional insureds under all of the above Commercial General Liability coverage). In the event the use of motor vehicles is an integral part of the Event (unless a separate ordinance is specifically applicable to the automobiles): Automobile Liability (all automobiles -owned, hired or 1$500,000 Combined Single Limit In the event the Applicant hires employees for the Event or is otherwise required to carry workers' compensation insurance, the Applicant will provide evidence of workers' compensation insurance or exemption as required by Florida Workers Compensation Law as defined in Chapter 440, Florida Statutes. Applicant will assume responsibility for Applicant's discretion in confirming that all of the Applicant's contractors or subcontractors engaged in work for the Event have the appropriate workers' compensation coverage. Such evidence will include evidence of workers' compensation benefits and employer's liability insurance for the following minimum limits of coverage: Workers Compensation Florida Statutory Coverage Including coverage for any appropriate Federal Acts (e.g. Longshore and Harbor Workers Compensation Act, 33 USC §§ 901-952, and the Jones Act, 46 USC §§ 688 et seq.) where activities include liability exposures for events or occurrences covered by Federal statutes. Employer's Liability $100,000 Each Accident $500,000 Disease Policy Limit 1$100,000 Each Employee/Disease (a) Participants — Except as set forth below, the Applicant shall assume all responsibility for Applicant's discretion in obtaining, if any, insurance from the Event's contributing participants and subcontractors (such as caterers, vendors, production companies, entertainers, sponsors) in the types and amounts necessary to adequately protect the County and the County's members, officials, officers, employees and agents. (b) Primary and Non -Contributory — The Applicant's insurance will apply on a primary basis and will not require contribution from any insurance or self-insurance maintained by the County. (c) Deductibles — The deductibles of the insurance policies applicable to the Event shall be deemed customary and the responsibility of the Applicant and any named insureds. (d) Additional Insured — The Applicant's insurance, except workers' compensation and any additional coverages where it is unavailable, will name the Board of County Commissioners of Indian River County Parks, Recreation & Conservation License Agreement Pagd !! 1 o Indian River County and County's members, officials, officers, employees and agents, as additional insureds under all insurance coverages required for the Event. (e) Reporting Provision — The Applicant's insurance shall be provided on an occurrence form. In the event that coverage is only available on a claims made form, the Applicant shall agree to maintain an extended reporting coverage for a minimum of two years past the expiration of the annual policy term. (f) Duration — Notwithstanding anything to the contrary, the Applicant's liabilities intended to be covered by the insurance coverage(s) required under this section shall survive and not be terminated, reduced or otherwise limited by any expiration or termination of particular policies for insurance coverages. (g) Sovereign Entities — State and federal agencies eligible for sovereign immunity may submit a statement of self-insurance for liability as allowed by the applicable state or federal statute. Such statement will be acceptable in place of insurance requirements defined herein. (h) Financial Responsibility — Applicant shall obtain insurance by an insurer holding a current certificate of authority pursuant to Chapter 624, Florida Statutes, or a company that is declared as an approved Surplus Lines carrier under Chapter 626, Florida Statutes. Such insurance shall be written by an insurer with an A.M. Best Rating of A -VII or better. Applicant must maintain continuation of the required insurance throughout the Event, which includes load -in, setup, tear down, and load -out. (i) Evidence of Financial Responsibility — Applicant must provide a certificate of insurance to the County's Risk Manager, demonstrating the maintenance of the required insurance including the additional insured endorsement thirty (30) days prior to the Event Date. Upon written request, the Applicant shall make its insurance policies and endorsements available to the County's Risk Manager. The County's Risk Manager shall approve the Applicant's insurance if it complies with this License Agreement's requirements, including, if any, additional insurance coverages deemed necessary by the Risk Manager. No material alteration or cancellation, including expiration and non -renewal of Applicant's insurance, shall be effective until 30 days after receipt of written notice by the County from the Applicant or the Applicant's insurance company. (j) Discretionary Authority — Depending upon the nature of any aspect of any event and its accompanying exposures and liabilities, the County may, at its sole option, require additional insurance coverages not listed above, in amounts responsive to those liabilities, which may or may not require that the County also be named as an additional insured. (k) Applicant is required to immediately notify the County of any incident, accident, occurrences and/or claims made in connection with the Event. 16. If default occurs on the part of the Applicant in fulfillment of any of the terms, covenants or conditions, including the timely submittal of all documents set forth in Section B, of this License Agreement, the County may terminate this License Agreement and decline to issue any and all permits necessary for the Event. In such case, the rent, taxes, fees, deposits and any other charges Indian River County Parks, Recreation & Conservation License Agreement P0941910 hereunder, whether accruing before or after such termination, shall be considered part of and inclusive of the County's damages resulting from Applicant's default. Applicant's default hereunder shall be considered a default of any and all agreements by and between Applicant and the County, and any amounts due Applicant under its other agreements with the County may be used by the County to remedy Applicant's defaults hereunder. Any remedy granted in this License Agreement to County shall be in addition to all other remedies available to County in law or equity, and not exclusive of such remedies. 17. In the event that the Applicant cancels all or any time or portion of the Premises reserved for the Event, the County must receive written notice. Applicants may be entitled to a refund according to the following schedule: (a) Cancellation prior to fourteen (14) days from the tournament of the will receive a refund equal to 100% of the payment collected under Exhibit B. (b) Cancellation prior to Five (5) business days from the date of each tournament of the License Agreement Duration will warrant a cancellation fee of $250, the remainder of the balance paid for the tournament will be refunded. (c) Cancellation due to inclement weather or acts of god will infer no cancellation fee and the paid amount will be refunded or applied to another tournament as requested by the Applicant. 18. In the event that the Premises or any part thereof, or adjacent premises required for access thereto, should be so damaged or destroyed by fire or other cause, without the fault of Applicant, as to prevent the use of the Premises for the Events, then this License Agreement shall terminate. In such event, the County shall be paid for all items of expense incurred by it under this License Agreement and any rental accrued prior to such destruction or damages, but Applicant shall be relieved of paying rent accruing thereafter. For purposes of this paragraph, causes or events not within Applicant's control shall include, without limitation, acts of God, floods, earthquakes, hurricanes, fires and other natural disasters, acts of public enemies, riots or civil disturbances, sabotage, strikes and restraints imposed by order of a governmental agency or court. Causes or events within Applicant's control, and thus not falling within this Section 12, shall include, without limitation, Applicant's financial inability to perform or comply with the terms and conditions hereof, economic hardship, a featured act's failure or refusal to perform or appear, and misfeasance, malfeasance or nonfeasance by any of Applicant's directors, officers, employees, contractors, or agents. (a) In the event any part of the Courts are damaged or unsafe for use to due to a hurricane, fire, water, or any other cause, or if any other casualty or unforeseen occurrence shall render the fulfillment of the Agreement by the County impossible for the event, the County shall refund all fees to the Applicant. 19. Applicant acknowledges receipt of and agrees to comply with the Parks' Rules and Regulations which are attached hereto as Exhibit C and incorporated by reference. 20. Applicant assumes all risks of damages to and loss by theft or otherwise of the furniture, appliances or other property of Applicant or Applicant's employees, invitees, licensees, contractors, assignees, performers, exhibitors, contestants and those otherwise contracting with Applicant, and Applicant hereby expressly releases and discharges County from any and all liability for any such Indian River County Parks, Recreation & Conservation License Agreement Pagifle f'10 loss and agrees to defend, indemnify and hold County harmless from all claims and actions for damages as to such losses, including attorney's fees. 21. County and Applicant retain all television, film, recording and licensing rights as to any Event that takes place in or on the Premises, provided such is permitted within the Artist Contract. County will coordinate such recordings with Applicant's marketing representative. In the event of artist recording restrictions, Applicant shall request the right to allow the County to take generic production and still photographs of the Event. 22. Unless excused by impracticability or impossibility of performance or other lawful contractual defense, any attraction, act, or person contracted to appear during the Event as an entertainer shall appear at the published time or within one hour thereafter. Applicant shall not advertise or permit any advertising that a particular performer will appear for the Event until after a contract for the performer's appearance has been executed and a copy thereof has been provided to the County; otherwise, the County may terminate this License Agreement and cancel the Event. 23. No exception or waiver of any provision of this License Agreement shall be effective unless in writing signed by the Deputy County Administrator. No such waiver shall be held to waive the same provision on a subsequent occasion or be construed to constitute a waiver of any other provision of this License Agreement. This License Agreement contains the entire agreement between the parties, unless modified or amended by a subsequent written agreement executed by the parties. This License Agreement shall be governed by the laws of the State of Florida, and venue for the resolution of disputes hereunder shall be in a court of law in Indian River County, Florida. 24. When applicable, at least 14 days prior to each Event Date, Applicant shall submit proof of application for a "Special Events & Tent Sales Inspection Permit" from the Indian River County Fire Prevention Bureau pursuant to Florida Fire Prevention Code: NFPA 1, Chapter 25, NFPA 101 & 102 and IRC Ordinance Section 208.11. 25. All of the Applicant's subcontractors shall have all of the necessary local, state and federal licenses for the services provided at the Event. 26. All deadlines falling on a weekend or holiday shall be accelerated to the prior business day. 27. Animals will not be permitted onto the Courts during an event unless they are considered a Service Animal. The Americans with Disabilities Act (ADA) 2010 Regulations define a service animal as "any dog that is individually trained to do work or perform tasks for the benefit of an individual with a disability, including a physical, sensory, psychiatric, intellectual, or other mental disability. Other species of animals, whether wild or domestic, trained or untrained, are not service animals for the purposes of this definition." C.F.R. § 35.104 and § 36.104 (2010). Indian River County Code of Ordinances also states: "Dogs prohibited. No dogs are allowed in any park or recreational facility unless specifically posted as allowable by the department. (205.3 paragraph 22). Indian River County Parks, Recreation & Conservation License Agreement Pagj4jj'10 28. Any notice, request, instruction, demand, consent or other communication required or permitted to be given under this License Agreement shall be in writing and shall be given in writing and delivered by email or US Mail, Certified — Return Receipt Requested, to the following: Indian River County Parks, Recreation and Conservation Department 1590 9b Street SW Vero Beach, FL 32962 Applicant: Nezfest Non -Profit, LLC. Name: Attn: Diane Norair Address: 6395 5t' Street, Vero Beach, FL 32968 Email: Nezfest@yahoo.com 29. Applicant acknowledges that the County makes no guarantees to Applicant, express or implied, as to any pecuniary gain that Applicant may have intended to result from the Event. 30. The recitals and WHEREAS clauses are true, accurate and correct and are hereby incorporated herein by this reference. 31. Services Provided by the County: (a) County reserves the right to determine the adequacy of outside services procured by the Application under Section B as a condition of the Permit. IN WITNESS WHEREOF, the parties, by and through their authorized representatives' signatures below, do hereby execute this License Agreement on this day of APPLICANT: BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA By: By: Nezfest Non -Profit, LLC. Susan Adams, Chairman Approved by BCC: , 2024. ATTEST: By: Ryan L. Butler Clerk of Court and Comptroller Approved as to form and legal sufficiency: Christopher Hicks, Assistant County Attorney Indian River County Parks, Recreation & Conservation License Agreement Page 41f 10 R M3 Exhibit B NezFest Pickleball Tournament Cost Fee Schedule DATE 1# COURTS ITIME COST / COURT TOTAL 11/9/20241 121 DAY 1 $ 175.00 $ 2,100.00 SPECIAL EVENT FEE $ 100.00 SUBTOTAL $ 2,200.00 Event subtotal $ 2,300.00 25% Discount $ 575.00 Event Total $ 1,725.00 Reservation Deposit (25%) $ 431.25 Balance Due Upon License Agreement Approval: $ 1,293.75 421 Exhibit C Indian River County Parks Division Rules & Regulations General Rules 1. Scheduling is conducted on a first come, first serve basis for open dates. Reservation dates may only be secured and guaranteed with a minimum 25% Deposit Fee and fully executed Agreement. Staff reserves the option to issue a placeholder deposit Agreement ("Placeholder Agreement") in lieu of a fully executed Agreement which will secure the date pending a due diligence review. Placeholder Agreements shall automatically expire 6 months prior to the scheduled event date and the reservation forfeited unless the Applicant enters into an Agreement. 2. Permits for groups composed of minors will be issued only to adults who accept responsibility for supervising them throughout the period of the permit. 3. Security Plan: a. Festival events shall present a security plan to the Indian River County Sheriff's Office Division of Law Enforcement. Approval and sign off by the Division shall be a condition precedent of the issuance of the Permit/License Agreement. b. Assigned law enforcement officials must have arresting authority in Indian River County, i.e. IRCSO, FHP etc. c. The County will determine in its sole discretion the level of security of sworn law enforcement and emergency services personnel. 4. All indoor cooking is strictly prohibited. Outdoor cooking, grilling, etc. shall be approved in advance through the event permit and fire permit process. 5. Any signage visible from the road in any county right of way requires a permit from the Code Enforcement Division prior to placement. 6. No animals are allowed unless assisting the handicapped or the event is an animal related event. 7. Alcohol is strictly prohibited except through the issuance of an Alcohol permit issued by the Parks Division. 8. Smoking on park property is strictly prohibited. 9. Under no circumstances shall any person remove any equipment or other items from the premises. 10. Facilities shall be restored to their original condition and all activities ceased by at the time referenced in the Agreement. 11. Control of all lights, thermostats and other equipment, and the locking and unlocking of doors is the responsibility of the Parks Division Staff. Staff should be notified of any special needs of the Applicant. 12. Applicant agrees to hold Indian River County, FL harmless from any and all claims for damages to persons or property resulting from their use of any facility. 13. Applicant agrees to accept facilities "as is." Applicant acknowledges responsibility for conduct of each member / guest attending event. Applicant conducts all events at their own risk. All attendees must abide by County policies. 14. Insurance requirements shall be determined at the sole discretion of the County Risk Manager. Certificates of insurance designating "Indian River County, FL" NezFest Pickleball License Agreement Initials Page 1 of 2 rev. 12/28/2023 422 Exhibit C as additional insured shall be presented to the County no less than 30 days prior to the event. 15. All activities shall be subject to inspection by Indian River County Offices of Fire Prevention, Health Department, Sheriff's Office, Risk Management, Traffic Control, Solid Waste Disposal District and Florida Department of Business and Professional Regulation. NezFest Pickleball License Agreement Initials Page 2 of 2 rev. 12/28/2023 423 INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Parks, Recreation & Conservation Department Ocean Rescue Date: September 3, 2024 To: The Honorable Board of County Commissioners Thru: John A. Titkanich, Jr., County Administrator Michael C. Zito, Deputy County Administrator Beth Powell, Parks, Recreation & Conservation Director From: Johnathan Billings, Supervisor Beach Operations CONSENT AGENDA BCC Meeting 09-10-2024 Subject: Agreement for Drown Zero stations between Indian River County and The Rotary Club of Vero Beach Sunrise Foundation, Inc. BACKGROUND: Drown Zero is a community sponsored program with the mission to prevent drownings through education, awareness, and rescue equipment implementation on beaches and waterways. Each station has an orange life-saving ring installed to provide assistance to distressed swimmers in the event the beach or waterway is unguarded, or the lifeguard is off duty. Sunrise Rotary Club has adopted this initiative and is requesting permission from Indian River County to place Drown Zero stations throughout the County to help promote beach safety and prevent drownings. This system is currently in place in other counties along the Florida coast and has saved countless lives. DESCRIPTION AND CONDITIONS: Sunrise Rotary Club will place stations with a ring buoy along with signage on our beaches and waterways for patrons to use, where lifeguards are not stationed and/or not on duty. FUNDING: Sunrise Rotary Club will install and maintain the stations. No funding is required from the County for the Drown Zero project. RECOMMENDATION: Staff respectfully requests that the Board of County Commissioners approve the Agreement with The Rotary Club of Vero Beach Sunrise Foundation, Inc. and authorize the Chairman to execute the agreement after review and approval by the County Attorney for legal sufficiency. ATTACHMENTS: Agreement for Drown Zero stations between Indian River County and The Rotary Club of Vero Beach Sunrise Foundation, Inc. APPROVED AGENDA ITEM FOR SEPTEMBER 10.2024 424 AGREEMENT FOR PROVISION MAINTENANCE AND SUPPLY OF DROWN ZERO STATIONS BETWEEN INDIAN RIVER COUNTY AND THE ROTARY CLUB OF VERO BEACH SUNRISE FOUNDATION INC. THIS AGREEMENT is made and entered into by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida (the "County"), whose address is 1801 27t' Street, Vero, Beach, FL 32960, and the ROTARY CLUB OF VERO BEACH SUNRISE FOUNDATION, ("Sunrise") a Florida not for profit corporation, with the address of P.O. Box 24, Vero Beach FL 32961. RECITALS: WHEREAS, Sunrise desires to promote a project called Drown Zero where certain rescue and life saving equipment will be furnished, installed and maintained on County beach parks as a means to assist distressed swimmers; and WHEREAS, the visitors to County beach parks will benefit from this equipment in the event a water rescue is needed before or after the times when a lifeguard is not on duty or if the beach park is unguarded; and; and WHEREAS, Sunrise agrees to periodically visually inspect Drown Zero stations and will keep the equipment in good working order with all the necessary materials. NOW THEREFORE, in consideration of the foregoing and for other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the parties hereto hereby agree as follows: 1. RECITALS. The recitals set forth hereinabove are true and correct in all respects, are material to this Agreement, and are incorporated herein by reference as fully as if set forth herein verbatim. 2. DONATION OF STATIONS TO COUNTY. Sunrise hereby agrees to donate to the County 11 Drown Zero stations within sixty (60) days of the commencement of this Agreement. Each Drown Zero Station shall consist of the following equipment: 4x4 pole, ring buoy. Sunrise Rotary sign, Call 911 sign, and sponsorship sign. See Exabit B photo. 3. STATION LOCATIONS. Sunrise agrees to install the Drown Zero stations at the locations identified in Exhibit A to this Agreement. At any time, the County may in its sole discretion decide that an identified location is no longer suitable for a station. In such event; the County shall notify Sunrise and the County and Sunrise may mutually agree that the station will be installed at a different County location, or for the County to return the station to Sunrise. 4. RESUPPLY. Sunrise agrees to resupply the stations with Drown Zero equipment as may be necessary from time to time. The County shall notify Sunrise when stations are in need of resupply or maintenance and Sunrise shall resupply and maintain the 1 .im stations at no cost to the County. Sunrise may supply the County with additional Drown Zero Equipment which the County may use to resupply the stations as necessary. 5. MAINTENANCE AND OWNERSHIP. The County shall notify Sunrise either by phone or in writing when a station is in need of maintenance or repair and Sunrise shall arrange for such maintenance or repair to be performed within thirty (30) days of notification. If after forty-five (45) days, the station has not been repaired or replaced, the County may remove the station and is under no obligation to replace or further report on that station. After sixty (60) days, the County may dispose of the station at their own convenience and is under no obligation to return the property to Sunrise Rotary Vero Beach Foundation. The County will not be responsible for any loss, damage, vandalism, or theft of the Drown Zero equipment. The County shall allow Sunrise Rotary Vero Beach Foundation project: Drown Zero to utilize its own all -terrain vehicle (ATV) for access via the beach for all maintenance needs of the devices. 6. USE OF ALL TERRAIN VEHICLE ON THE BEACH. Prior to using any All Terrain Vehicle (ATV) on the beach, Sunrise will provide proof to the County that any of its members who will be operating an ATV on the beach will have studied the Florida Department of Environmental Protection's Best Management Practices (BMP) for operating vehicles on the beach. Pursuant to County Code, the County must give special permission for vehicles to be operated on its beaches. Any complaints of violation of the BMPs or reports of careless operation of an ATV by Sunrise members could result in the revocation of permission to use an ATV in association with this project. 7. SIGNAGE AND RECOGNITION. The County and Sunrise agree that the sample sign attached as Exhibit B shall be displayed on each of the Drown Zero stations. The County agrees that the signage may indicate the role of Sunrise as the sponsor and provider of the stations. The signage may also include a QR code or a website where interested parties may donate to allow for the expansion of the Drown Zero mission to save lives. All monies collected shall be the property of Sunrise and money collected shall go towards the Drown Zero project. Stations may include a cosponsor sign. 8. FLOTATION DEVICE TRACKING AND MONITORING / NEW TECHNOLOGY. Advances to the flotation devices including GPS monitoring, dispatcher alert upon deployment, and a pressure switch audible alarm are in development. Sunrise may request that the County approve the incorporation of these and any other technological advancements in the stations and flotation devices located at County sites at no cost to the County. 9. INDEMNIFICATION AND INSURANCE. Sunrise hereby agrees to indemnify, defend, and hold harmless the County from any and all liability, claims costs, fines, fees, or actions arising from or in connection with the Drown Zero Project. This indemnification obligation shall survive the expiration of this Agreement. Sunrise shall keep in force and always maintained during the term of this Agreement, where applicable - 2 426 a. General Liability Insurance: General Liability Insurance issued by responsible insurance companies and in a form acceptable to the County, with combined single limits of not less than $1,000,000 for Bodily Injury and Property Damage per occurrence. b. Workers' Compensation Coverage: Full and complete Workers' Compensation Coverage, as required by State of Florida law shall be provided. c. Insurance Certificates: The Agency shall provide the County with Certificate(s) of Insurance on all the policies of insurance and renewals thereof in a form(s) acceptable to the County. The Certificates of Insurance shall indicate that the policies (except professional liability) have been endorsed to cover Indian River COUNTY as an additional insured (a waiver of subrogation in lieu of additional insured status on the Workers' Compensation policy is acceptable) and that these policies may not be canceled or modified without thirty days prior written notice being issued by the insurer to the County. The AGENCY is also responsible for providing the COUNTY with thirty days prior written notice of any change or cancellation of the policies. AGENCY shall provide Certificates of Insurance and applicable endorsement pages to the COUNTY demonstrating that the aforementioned insurance requirements have been met within five working days (Monday through Friday) of the AGENCY's execution of this Agreement. No work shall begin under this Agreement Order until the Certificates of Insurance and endorsement pages have been received and approved by the COUNTY. 10. TERM AND TERMINATION. a. The term of this Agreement begins on October 1, 2024, and lasts for a period of four (4) years, terminating on September 30, 2028. b_ This Agreement may be terminated by either party, with or without cause, upon written notice of termination to the other party at least thirty (30) days prior to the date of such termination. c. Upon the expiration of this Agreement, or in the event the County or Sunrise terminates this Agreement, the County shall remove the Drown Zero equipment and return the stations to their previous condition. 11. NON -ASSIGNMENT. Sunrise may not assign its responsibilities or obligations under this Agreement to a third party. However, upon written approval by the County, which approval shall not be unreasonably withheld, Sunrise may utilize the services of a 9 427 third -party subcontractor, vendor, or nonprofit organization to satisfy any or all of its obligations under this Agreement, at no cost to the County. 12. NOTICE. Notice under this Agreement shall be given to the County by delivering written notice to the Public Safety Group Director and notice shall be given to Sunrise by delivering written notice to the Registered Agent PO Box 25 Vero Beach FL 32961. 13. JURISDICTION VENUE AND CHOICE OF LAW. All questions pertaining to the validity and interpretations of this Agreement shall be determined in accordance with the laws of the State of Florida. Any legal action by either party against the other concerning this Agreement shall be filed in Indian River County, Florida which shall be deemed proper jurisdiction and venue for the action. 14.ATTORNEY'S FEES AND COSTS. In the event either party initiates legal action to enforce this contract, each party shall bear its own fees and costs, and any trial shall be non -jury. 15. ENTIRE AGREEMENT. This Agreement, including the exhibits, riders, and/or addenda, if any, attached hereto, sets forth the entire Agreement between the parties. This Agreement shall not be modified except in writing and executed by all parties. IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates set forth herein below. ROTARY CLUB OF VERO BEACH BOARD OF COUNTY COMMISSIONERS SUNRISE FOUNDATION, INC. INDIAN RIVER COUNTY, FLORIDA BY: BY: r. Ed Massey, PreWent Susan Adams,'Chairman ATTEST: Ryan L. Butler, Clerk of Court and Comptroller Approved as to form and legal sufficiency: Christopher Hicks, Assistant County Attorney 4 BCC Approved: APPROVED: By: John A. Titkanich. Jr., County Administrator 428 Drown Zero Stations 429 DROWN ZERO STATIONS LOCATION MAP AMBER SANDS BEACH ACCESS (1) C9 9 430 GOLDEN SAND BEACH PARK (1) WABASSO BEACH PARK (1) SEAGRAPE TRAIL BEACH ACCESS (1) TURTLE TRAIL BEACH ACCESS (1) TRACKING STATION BEACH 1;3) ROUND ISLAND BEACH AND RIVERSIDE PARK (2) 433 8X INDIAN RIVER COUNTY, FLORIDA MEMORANDUM To: Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Prepared By: Brian Freeman, AICP; MPO Staff Director Date: August 27, 2024 Subject: Scope of Services for a Safe Streets and Roads for All (SS4A) Action Plan It is requested that the information presented herein be given formal consideration by the Board of County Commissioners at its regular meeting of September 10, 2024. DESCRIPTION, CONDITIONS, AND ANALYSIS Last year, Indian River County applied for a $160,000 grant from the U.S. Department of Transportation (USDOT) through the Safe Streets and Roads for All (SS4A) program. The purpose of the grant is to provide funding for the preparation of a Comprehensive Safety Action Plan. At its July 2nd meeting, the Board approved the SS4A grant agreement with the Federal Highway Administration (FHWA). Subsequently, County staff coordinated with one of the MPO's General Planning Consultants (Inspire Placemaking Collective along with Patel, Greene, and Associates) to prepare a Scope of Services for the Safe Streets for All (SS4A) Action Plan (see Attachment #1). As identified in the Scope of Services, consultant tasks will include analyzing crash and safety data, creating a project website, hosting public workshops, identifying strategies and projects, and preparing an implementation plan at a cost of $200,000. Development of the Action Plan will take approximately one year to complete. Upon completion of the Safety Action Plan, projects identified in the plan will be eligible for funding through an infrastructure grant from SS4A or a similar program. FUNDING Funding, in the amount of $200,000, will come from the MSTU Fund/Planning/Other Contractual Services/DOT Safe Streets for All account, number 00420515-033490-24802. This was accomplished via a budget amendment that was posted to fund the grant amount of $160,000 and matching funds of $40,000 from Reserve for Contingency. C:\Granicus\Legistar5\L5\Temp\2425c101-7624-4d28-afOe-34cb965e649d.docx 434 Account Description Account Number Amount MSTU Fund/Planning/Other Contractual Services/DOT Safe Streets for All 00420515-033490-24802 $200,000 RECOMMENDATION Staff recommends that the Board of County Commissioners approve the Scope of Services and authorize staff to issue a Work Order. ATTACHMENTS 1. Scope of Services for a Safe Streets for All Action Plan C:\G ran icus\Legistar5\L5\Tem p\2425c101-7624-4d28-afOe-34cb965e649d.docx 439 9 11S ire RLACEMAKIM6 COLLECTIVE August 23, 2024 Indian River County MPO Brian Freeman 180127 1h Street Vero Beach, FL 32960 bfreeman@indianriver.gov Reference: Proposal for Safe Streets for All (SS4A) Action Plan Dear Mr. Freeman: Inspire Placemaking Collective, Inc. (Inspire) appreciates the opportunityto submit this proposal for planning services for the above referenced project. This proposal was prepared according to the U.S. Department of Transportation's Safe Streets and Roads for All Action Plan Components. For this effort, Inspire is proposing to team with Patel, Greene, and Associates for the required technical analysis. Our understanding of the project, our proposed scope of work, and associated fees to complete the work outlined in the scope of services was derived from the grant documentation. This proposal is intended solely for the services described below. Use of this proposal and resulting documents, including the final deliverables, is limited to the above referenced project and client. No other use is authorized by Inspire Placemaking Collective, Inc. Scope of Services In accordance with the U.S. Department of Transportation's Safe Streets and Roads for All Action Plan Components guidance, Inspire/ PGA proposes the following scope of work. TASK 1. Project Management Inspire / PGA will attend regular project progress team meetings as needed and provide support for presentations. We will coordinate with the MPO throughout the project to ensure that deadlines are met and that high quality deliverables are provided. Inspire / PGA will be responsible for providing meeting agendas and preparing meeting notes. Task 1: Deliverables • Attend project kick-off meeting with MPO staff (virtual). • Attend project kick-off meeting including stakeholders (virtual) • Attend progress meetings (virtual) on a monthly basis (assumes 12 meetings based on a 12 -month project schedule) Inspire Placemaking Collective Inc 1 4767 New Broad Street Orlando, FL 32814 436 Indian River County MOO SS4AAction Plan Proposal TASK 2. Leadership Commitment and Goal Setting The Action Plan requires an official public commitment (e.g. resolution, policy, ordinance, etc.) by a high-ranking official and/or governing body (e.g. Mayor, City Council, Tribal Council, MPO Policy Board, etc.) to an eventual goal of zero roadway fatalities and serious injuries. The commitment must include a goal and timeline for eliminating roadway fatalities and serious injuries achieved through one, or both, of the following: 1) The target date for achieving zero roadway fatalities or serious injuries, OR 2) An ambitious percentage reduction in roadway fatalities and serious injuries by a specific date with an eventual goal of eliminating roadway fatalities and serious injuries. Inspire / PGA will provide technical support for this task. Inspire / PGA will draft a goal setting / document resolution for this task and attend up to two virtual meetings with the selected governing body. This task has been developed to address Components 1 and 2 of the SS4A Self -Certification Eligibility Worksheet. Task 2: Deliverables • Attend up to two virtual meetings to provide input • Draft and provide one round of edits for one goal setting/ resolution document TASK 3. Safety Analysis PGA will lead the safety analysis task. This task has been developed to address Component 3 of the SS4A Self -Certification Eligibility Worksheet. Task 3.1. Data Collection Inspire / PGA will obtain the most recent five (5) years of crash data from Signal Four Analytics database. Data obtained will include information pertaining to road users (including motor vehicles, motorcycles, pedestrians, and bicyclists) and to crash severity. Additional GIS data will be obtained pertaining to contextual factors such as AADT, posted speeds, number of travel lanes, traffic signals, presence of sidewalks or bike lanes, and other elements as available. Data will be qualitatively reviewed to understand any discrepancies that could impact crash analysis. Deliverables • GIS database with crash and contextual data Task 3.2. Perform Benchmark Crash Analysis Inspire / PGA will perform an analysis of the crash data to establish a baseline for the state of safety within the county. The safety analysis will review fatal and serious injury crashes, crash locations, crash types, road users, and other factors as appropriate. Deliverables • Excel file with summary charts and tables 2 437 Indian River County MPOSS4A Action Plan Proposal Task 3.3. Develop High Injury Network Based on the crash and contextual data gathered as part of Task 3.1, Inspire / PGA will develop a countywide High Injury Network (HIN). The HIN will identify corridors and intersections with the highest frequency of crashes resulting in fatalities and serious injuries. Deliverables • One (1) High Injury Network map and associated tables. Task 3.4. Systemic Safety Analysis Inspire / PGA will identify up to ten (10) crash profiles that address systemic safety issues based on the Safe System Approach framework. Each profile will be determined based on both crash and contextual factors. Attributes could include driver behaviors, roadway characteristics, temporal elements (time of day), types of traffic control, etc. Analysis will be based on available data collected under Task 2, information collected as part of the Bicycle and Pedestrian Master Plan, community feedback, and any additional information provided by the MPO. The goal of developing the crash profiles is to inform the development of targeted countermeasures, strategies, and action items. Deliverables • Up to ten (10) crash profiles Task 3.5. Technical Memorandum Inspire / PGA will summarize the efforts and results of the analysis tasks performed under Task 3 in a technical memo. The memo will outline the approach to each analysis task as well as the findings. Maps, tables, and charts will be incorporated as appropriate. A draft memo will be submitted for review. Inspire / PGA will address one round of comments and provide a final, revised version of the memo. Deliverables • Technical memo summarizing the safety analysis and the development of the HIN. TASK 4. Engagement and Collaboration As part of this effort, Inspire / PGA proposes robust community engagement with a variety of public and private stakeholders. This task has been developed to address Components 4 and 5 of the SS4A Self -Certification Eligibility Worksheet. Task 4.1. Project Brand / Logo Inspire / PGA will create a project -specific logo for this effort. Draft logos will be sent to MPO staff for review and up to two (2) rounds of edits will be provided. Deliverables • Project Logo 3 438 Indian River County MPO'SS4AAction Plan Proposal Task 4.2. Project Website Inspire / PGA will create a project website to serve as a one-stop shop for project information. The website will be updated to include the project schedule, draft deliverables, a survey, an idea wall, and an interactive map for the public to identify desirable or undesirable transportation areas. Deliverables • Project website with survey, idea wall, and interactive map Task 4.3. Stakeholder Engagement Inspire / PGA will identify relevant stakeholders to include in engagement and will attend up to two (2) in-person stakeholder meetings to facilitate discussions with stakeholders. These stakeholder meetings will be held on the same day. Deliverables • Summary memo for stakeholder engagement Task 4.4. Public Engagement Inspire/ PGA will host a series of four (4) public workshops over two days to engage the general public for this project. MPO staff will be responsible for reserving the required venues and noticing the meetings to the public. It is anticipated that each workshop day will have both a daytime and evening session to engage all cross sections of the population. Additionally, Inspire / PGA recommends holding these workshops in different locations throughout the County, consistent with the SS4A requirements to promote equity and inclusivity. Deliverables Summary memo for public engagement Task 4.5. MPO Presentations The Consultant shall present the results of Task 3 to the MPO's BPAC, CAC, TAC, and the Governing Board. The presentation to the Governing Board will be in person. The presentations to the BPAC, CAC, and TAC will be held virtually. The consultant shall revise the draft documents based on input received from the MPO committees. The Consultant shall present the final Action Plan to the MPO's BPAC, CAC, TAC, and the Governing Board. The presentation to the Governing Board will be in person. The presentations to the BPAC, CAC, and TAC will be held virtually. The consultant shall revise the draft documents based on input received from the MPO committees. Deliverables • Edits to draft documents based on input received from MPO committees 4 439 Indian River County MPO SS4AAction Plan Proposal TASK S. Policy and Process Changes As part of this task, Inspire/ PGA will evaluate current policies, plans, guidelines and/or standards to identify opportunities to improve how processes prioritize transportation safety. This task has been developed to address Component 6 of the SS4A Self - Certification Eligibility Worksheet. Deliverables • Assessment memorandum summarizing existing policies with recommendations on process improvements. TASK 6. Strategy and Project Selection This task has been developed to address Component 7 of the SS4A Self -Certification Eligibility Worksheet. Component 5 is also addressed as part of this task. Task 6.1. Identify Projects and Strategies Based on the safety analysis performed under Task 3, and public and stakeholder input obtained through Task 4, PGA will identify categorical and spot improvements to address safety concerns within Indian River County. This analysis will focus on fatal and serious injury crashes but will take lower severity crashes into consideration as appropriate. A set of countermeasures to address the crash profiles developed under Task 3 will be developed. A desktop screening will be performed to identify a short-list of locations with correctable crash patterns and to develop appropriate safety countermeasures including short- term/lower cost approaches, longer-term capital improvements, and non -infrastructure strategies. Priority locations will be screened based on local agency 5 -year CIPS to determine if there are any projects already planned at a candidate location. Locations that coincide with planned CIP projects will be evaluated to determine if safety improvements could be incorporated into planned improvements. Any locations identified through this screening will be documented and a brief recommendation for addressing the safety concerns in the CIP project will be provided. Deliverables • Matrix/list of crash profile countermeasures • List of proposed projects • Technical memo summarizing desktop review • List of CI P projects that overlap H IN locations Task 6.2. Implementation Plan Inspire / PGA will create a plan for implementing proposed projects identified in Task 6.1. The implementation plan will include prioritized projects. As part of the prioritization process, PGA will perform an equity analysis which will overlay the HIN with disadvantaged communities. The analysis process will employ tools including, but not limited to, the US Census Bureau American Community Survey (ACS) data and the Justice40 Climate and 5 440 Indian River County MPO SS4A Action Plan Proposal Economic Justice Screening Tool (CEJST). This analysis will satisfy Component 5 of the Self -Certification worksheet. Deliverables • Up to two (2) maps identifying priority corridors and intersections and associated tables • Technical memo outlining the prioritization process Task 6.3. Implementation Grant and Concept Development Based on the data analysis and location screenings, PGA will work with the MPO to identify up to one (1) candidate project for pursuing SS4A Implementation funding. PGA will develop technical components for the grant application while the MPO will be responsible for collecting endorsements from stakeholder agencies and elected officials, as well as coordinating required commitments of non-federal matching funds. PGA will conduct field reviews to confirm existing conditions and observe traffic conditions. PGA will prepare conceptual plan drawings and typical sections illustrating the proposed improvements for one (1) candidate projects. The conceptual drawings will demonstrate the feasibility of the projects and will document potential constraints. These will be used in the development of cost estimates for the improvements. PGA will coordinate with the MPO to gather additional information, such as traffic count data or other relevant data. PGA will coordinate the collection of traffic counts as needed. Survey data is not to be collected but can be incorporated into the concept development if the MPO has readily available data. The additional information will be used to complete the following: • Perform additional analysis of each location's five-year crash history to develop crash reduction estimates for benefit/cost analysis • Obtain and review available right-of-way data, roadway plans/as-builts, and any recent/relevant traffic studies • Develop planning level cost estimates using FDOT unit costs • Complete benefit/cost analysis using the estimates • Document assumptions and identify obvious design variances or exceptions Deliverables • Concept drawings for one (1) candidate project • Traffic data and analysis memo • Cost estimates • SS4A Implementation Grant Application Materials TASK 7. Progress and Transparency Inspire/ PGA will develop a strategy for tracking the Action Plan's progress in an effort to provide transparency to residents and stakeholders. This task includes a framework for annual public and accessible reporting on progress toward reducing roadway fatalities and serious injuries. This task has been developed to address Component 8 of the SS4A Self - Certification Eligibility Worksheet. 6 441 Indian River County MPO SS4AAction Plan Proposal Deliverables Reporting framework to be used by MPO staff for annual reporting TASK 8. Draft Plan Document Inspire / PGA will draft the Action Plan consistent with the U.S. Department of Transportation's Safe Streets and Roads for All Action Plan components, and the work proposed under Tasks 1-7 of this scope. Responses to up to two (2) rounds of staff comments on the draft are included in this task. Deliverables • Draft SS4A Action Plan and up to two (2) rounds of revisions based on staff comments Final SS4A Action Plan Fee Our professional fee for the above-described services shall be a lump sum of $200,000.00 to be invoiced on a percent complete basis per the following fee schedule. Included in the above fees are reimbursable expenses incurred on the Project's behalf, including mileage, printing, plotting, photocopies, reproduction, postage, express mail and/or courier services. Inspire will bill monthly for all work performed and expenses incurred on the Project's behalf. Should conditions be encountered such that additional services appear to be in the best interest of the project, we will contact you with our recommendations prior to proceeding with any services beyond the scope of this proposal. We will not exceed this proposal amount without written authorization from you. Schedule The proposed services will be completed within one (1) year of authorization -to proceed. 7 442 Task 1. Project Management $19,285 Task 2. Leadership Commitment and Goal Setting $5,720 Task 3. Safety Analysis $32,407 Task 4: Engagement and Collaboration $65,438 Task 5: Policy and Process Changes $8,440 Task 6: Strategy and Project Selections $36,408 Task 7: Progress and Transparency $9,447 Taks 8. Draft Plan Document $22,855 TOTAL $200,000 Included in the above fees are reimbursable expenses incurred on the Project's behalf, including mileage, printing, plotting, photocopies, reproduction, postage, express mail and/or courier services. Inspire will bill monthly for all work performed and expenses incurred on the Project's behalf. Should conditions be encountered such that additional services appear to be in the best interest of the project, we will contact you with our recommendations prior to proceeding with any services beyond the scope of this proposal. We will not exceed this proposal amount without written authorization from you. Schedule The proposed services will be completed within one (1) year of authorization -to proceed. 7 442 Indian River County MPO SS4A Action Plan Proposal Exclusions Without intending to provide an exhaustive list or description of all services or potential services that may be required and that Inspire can provide, the following services are specifically excluded from this proposal: Ordinance preparation with the exception of the draft resolution for goal setting Creating/Updating the capital improvements schedule Illustrative renderings, 3D graphic imagery and perspective renderings Attendance at meetings beyond those identified. Authorization Work performed by Inspire will be in accordance with our continuing services contract between Indian River County and Inspire. If you elect to accept our proposal by issuing a purchase order, then please specifically reference this proposal date. Your purchase order will be an acceptance of our Agreement for Services and an authorization to proceed with the performance of our services. If you choose to accept this proposal by e-mail, your reply e-mail acceptance will serve as your representation to Inspire that you have reviewed the proposal and hereby accept it as written. We appreciate the opportunity to be of service to you. If you have any questions regarding the outlined scope of services, or if we may be of further assistance, please do not hesitate to contact us. Sincerely, Inspire Placemaking Collective, Inc. Eric P. Raasch, Jr., AICP Principal AGREED BY: Name Title Date Jurisdiction 8 443 MO INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator PREPARED BY: Kelly Buck, Code Enforcement Coordinator DATE: August 28, 2024 SUBJECT: Request for Partial Release of an Easement at 11225 US Highway 1 It is requested that the data herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of September 10, 2024. DESCRIPTION AND CONDITIONS: The County has been petitioned by 11225 US HIGHWAY 1 OWNER, LLC, owner of a lot at 11225 US Highway 1, for partial release of a County utility easement. The purpose of the easement release request is for site improvements for a proposed RV and boat storage facility (see Attachment 1). ANALYSIS: The subject request is for a portion of County utility easement along the project site's south property line where it has been confirmed via an updated survey that there are no County utilities improvements located within the subject easement area. Also, the subject request has been reviewed by AT&T; Florida Power & Light; Comcast Cable Services; the County Utilities Department; the County Road & Bridge and Engineering Divisions; and the County Surveyor. None of the utility providers or reviewing agencies expressed an objection to the requested release of easement. Consequently, staff has determined by granting the release it will not adversely impact any provision of utilities to the subject property or any surrounding properties. RECOMMENDATION: Staff recommends that the Board, through adoption of the attached resolution, approve the partial release of the County utility easement at 11225 US Highway 1. ATTACHMENT: 1. Location Map 2. Draft Resolution C:\Granicus\Legistar5\L5\Temp\026674e2-2777-4625-bd05-9ca70clecad3.docx Page 1 of 1 444 70 , Z ro ,50 10 N , $ 55 46 � z44 0 esip q2 10354 22p92 ,yp45 r ,00'16 $ X12 BOZ O p , d N 310 n 2 � SEN--- o�� 0 3i 13 ,o Q,o ^— 5m N f� Q 0 m J W $ N � 0 3i 13 ,o Q,o 5m O f� 0 O J 0 3i RESOLUTION NO. 2024 - A RESOLUTION OF INDIAN RIVER COUNTY, FLORIDA, RELEASING AN EASEMENT (OR PORTION THEREOF) ON LOT 00005.0, BLOCK 0020 WHEREAS, Indian River County has an interest in a drainage and utility easement on Lot 00005.0, Block 0020 ; and WHEREAS, 11255 US HIGHWAY 1 OWNER LLC, the owner(s) of the property, has made application to Indian River County requesting that the County release the easement, or portion thereof; and WHEREAS, the retention of the easement, or portion thereof, as described below, serves no public purpose; NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Indian River County, Florida that: INDIAN RIVER COUNTY DOES HEREBY RELEASE and abandon all right, title, and interest that it may have in the following described easement(s): to release the easements as described.• Legal description of easement 1 to be vacated: commencing at the southwest corner of: that part of Government Lot 2, Section 8, Township 31 south, Range 39 east, lying west of the west right-of-way line of new U.S. Highway No. I and the east right-of-way of the Florida East Coast railway, less and except that part as described in Official Record Book 316, Page 525, Public Records of Indian River County, Florida. Also that portion of the north 1/2 of the northeast 1/4 of the southeast 1/4 of Section 7, Township 31 South, Range 39 East, lying east of the Florida East Coast railway right-of-way and less the following described property: thence north 89 37 35 east along the southerly boundary line, for 21.47 feet for the point of beginning; thence continue north 89 37 35 east, for 120.22 feet; thence north 00 08 37 east, for 20.00 feet; thence south 89 37 35 west, for 128.20 feet; thence south 214125 east, for 21.47 feet to the point of beginning. Legal description of easement 2 to be vacated: commencing at the southwest corner of: that part of Government Lot 2, Section 8, Township 31 south, Range 39 east, lying west of the west right-of-way line of New U.S. Highway No. I and the east right-of-way of the Florida East Coast railway, less and except that part as described in Official Record Book 316, page 525, Public Records of Indian River County, Florida. Also that portion of the north 1/2 of the northeast 1/4 of the southeast 1/4 of Section 7, Township 31 south, Range 39 east, lying east of the Florida East Coast railway right-of-way and less the following described property: thence North 89 37 35 east along the southerly boundary line, for 141.69 feet to the point of beginning; thence continue north 89 33 35 east, for 20.00 feet; thence north 00 08 37 east, for 20.00 feet; thence south 89 37 35 west, for 20.00 feet; thence south 00 08 37 west, for 20.00 feet to the point of beginning. This release of easement is executed by Indian River County, a political subdivision of the State of Florida, whose mailing address is 1801 27th Street, Vero Beach, Florida 32960. THIS RESOLUTION was moved for adoption by Commissioner , seconded by Commissioner , and adopted on the day of , 2024, by the following vote: Chairman Susan Adams Vice -Chairman Joseph E. Flescher Commissioner Joe Earman Commissioner Laura Moss Commissioner Deryl Loar 446 RESOLUTION NO. 2024 - The Chairman declared the resolution duly passed and adopted this day of , 2024. BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA M Susan Adams, Chairman ATTEST: Ryan L. Butler, Clerk of Court and Comptroller 0 Deputy Clerk APPROVED AS TO LEGAL FORM: Susan J. Prado, Deputy County Attorney ease.bccdoc proj/apl. no. 2007010080/96602 Cc: Applicant: 11255 US HIGHWAY 1 OWNER LLC 6498 FOX RUN CIR JUPITER, FL 33458 447 Consent Item Indian River County, Florida Department of Utility Services Board Memorandum Date: August 27, 2024 To: Indian River County Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services From: Howard G. Richards, P.E., Manager - Capital Projects Subject: Approval of Work Order No. 1toArcadis U.S., Inc. forAmerica's Water Infrastructure Act Risk and Resilience Assessment and Emergency Response Plan Updates, IRCDUS Project ID 00.24.518 Background: Indian River County Department of Utility5ervices (IRCDUS) provides water, wastewater, and reuseservices to major portions of Indian River County ( IRC), includingthe City of Sebastian and Town of Orchid. IRCDUS' watersystem is the largest in the Countywith a combined annual average Consumptive Use Permit (CUP) of 12.838 million gallons perday(MGD) thatservesa populationof over 110,000across an urban servicearea (USA) of 96.44 square miles. On October 23, 2018, America's Water Infrastructure Act (AWIA) was signed into law. Section 2013 of AWIA amended the Safe Drinking Water Act (SDWA), to require communitywater systems (CWS) serving more than 3,300 people to develop or update risk and resilience assessments (RRAs) and emergency response plans (ERPs). CWSwere requiredto self -certify, with the U.S. Environmental Protection Agency (USEPA),the completion of theirAWIA compliant RRAs and ERPs by specified deadlinesbased on the population served. Thereafter, CWS must review, revise where applicable, and recertifytheir RRAs and ERPsto US EPA every five years from the original deadlines specified in the law. Per AWIA requirements, IRCDUS is considered a large community water system (serves 100,000 people or more). IRCDUScertifiedcompletion of its RRA duringthe inaugural round of AWIA on March 16, 2020 (prior to the deadline of March 31, 2020). The five-year review, updates, and recertification forthe RRA is due by March 31, 2025, and the ERP is due six -months after by September 30, 2025. It should be noted that the landscape of threats faced by CWS has changed since the inaugural round of AWIA. As such, CWS' are strongly encouraged to consider adding to, or bolstering, existing sectionsoftheir RRAs and ERPs based on the latest knowledge of emerging, as well as ongoing, threats to the water sector. Analysis: To meet compliance with requirements of the AWIA five-year review while ensuring that emerging threats to the water system are addressed, IRCDUS selected Arcadis U.S., Inc. (Arcadis) to provide professional engineering and technical services under its continuing contract agreementwith the County dated May 2, 449 Consent Item 2023. Arcadis was selected due to their vast AWIA expertise and extensive experience having completed numerous RRAs and ERPs for similar sized CWS. Upon discussion with IRCDUS staff to understand the Department's needs, Arcadis prepared the attached Work Order No. 1(WO1) to perform work related to America's Water Infrastructure Act Risk and Resilience Assessment and Emergency Response Plan Updates (IRCDUS Project ID 00.24.518). The proposed not -to -exceed fee is $456,330.10. Staff have determined that the proposed scope of services and fee are acceptable, and desire to proceed with Arcadis performingthe proposed services for the project. Funding: Funds, in the amount of $306,331.00, for this project are budgeted and available in the Utilities/General & Engineering/Other Professional Services/Water System AWIA Updates, number 47123536-033190-24518, in the Utilities operating fund. These funds will be rolled to Fiscal Year 2024/2025, where an additional $150,000.00 is budgeted, for a total of $456,330.10. The Utilities operating fu nd budget is derived from water and sewer revenues. Description Account Number Amount Utilities/General & Engineering/Other Professional 47123536-033190-24518 $456,330.10 Services/ Water System AWIA Updates Recommendation: Staff recommendsthatthe Indian River County Board of County Commissioners approve Work Order No. 1 to Arcadis U.S., Inc. in the amountof $456,330.10to provide professional engineering and technical services related to America's Water Infrastructure Act Risk and Resilience Assessment and Emergency Response Plan Updates and authorize the Chair to execute the same.So long as there are no changes in the dollar amount undertheworkorderand upon adequate completion of the work set forth in the work order, staff is directed to make final payment and release any retainage to Arcadis U.S., Inc., after review and approval by the Purchasing Manager and the County Attorney's Office. Attachments: Arcadis AWIA Final Scope - Indian River County Rev 8.27.24 450 Exhibit A Scope of Services Indian River County Department of Utility Services AWIA RRA and ERP Update Services Background 04ARCADIS Arcadis U.S., Inc. (Arcadis) is pleased to present the Indian River County Department of Utility Services (Department) with this Scope of Services to support the Department in completing the America's Water Infrastructure Act of 2018 (AWIA) required 5 -year review, update, and certification of their current Risk and Resilience Assessment (RRA) and Emergency Response Plan (ERP). Arcadis proposes to provide professional engineering and technical services related to the review and update of the Department's RRA and ERP in compliance with requirements of the AWIA (Safe Drinking Water Act [SDWA] Section 1433) 5 -year update and certification. The Department must review and update, as needed, its RRA and certify compliance with SDWA Section 1433 by March 31, 2025, and its ERP by September 30, 2025, to the U.S. Environmental Protection Agency (USEPA). The primary objectives of this project include 1) Update the Department's Water RRA and address any gaps that may have been present in the 2020 cycle or any aspect that may have changed internally or regulatory -wise since the 2020 cycle; and 2) Produce an ERP that incorporates the Department's existing plans and procedures and aligns with the Indian River County Emergency Operations Plan (EOP) and other applicable local documents. In addition, an objective of this project is to train and impart knowledge throughout the RRA and ERP update process for the County to undertake, maintain, and update these documents on a regular basis, including compliance with the 5 -year review, update and certification requirements to the USEPA. This includes continuous identification, selection, implementation, and tracking of mitigation measures to demonstrate progress in the event of a regulatory audit by USEPA. Section 1433(a) of the SDWA as amended by section 2013 of the AWIA outlines the requirements for RRAs and ERPs as provided below (84 FR 11536). "Each community water system serving a population greater than 3,300 persons must assess the risks to, and resilience of, its system. Such an assessment must include— (1) the risk to the system from malevolent acts and natural hazards,- (2) azards,(2) the resilience of the pipes and constructed conveyances, physical barriers, source water, water collection and intake, pretreatment, treatment, storage and distribution facilities, electronic, computer, or other automated systems (including the security of such systems) which are utilized by the system; (3) the monitoring practices of the system; (4) the financial infrastructure of the system; (5) the use, storage, or handling of various chemicals by the system; and (6) the operation and maintenance of the system. wwv✓.arcadis.CCm. 451 AARCADIS The assessment may also include an evaluation of capital and operational needs for risk and resilience management for the system. To assist utilities, the AWIA directs the EPA to provide baseline information on malevolent acts of relevance to community water systems no later than August 1, 2019. This information must include consideration of acts that may— (1) substantially disrupt the ability of the system to provide a safe and reliable supply of drinking water; or (2) otherwise, present significant public health or economic concerns to the community served by the system." No later than six months after certifying completion of its risk and resilience assessment, each system must prepare or revise, where necessary, an emergency response plan that incorporates the findings of the assessment. The plan shall include— (1) strategies and resources to improve the resilience of the system, including the physical security and cybersecurity of the system; (2) plans and procedures that can be implemented, and identification of equipment that can be utilized, in the event of a malevolent act or natural hazard that threatens the ability of the community water system to deliver safe drinking water; (3) actions, procedures, and equipment which can obviate or significantly lessen the impact of a malevolent act or natural hazard on the public health and the safety and supply of drinking water provided to communities and individuals, including the development of alternative source water options, relocation of water intakes, and construction of flood protection barriers; and (4) strategies that can be used to aid in the detection of malevolent acts or natural hazards that threaten the security or resilience of the system. Community water systems must, to the extent possible, coordinate with local emergency planning committees established under the Emergency Planning and Community Right -To -Know Act of 1986 (42 U.S.C. 11001 et seq.) when preparing or revising a risk and resilience assessment or emergency response plan under the AW/A. Further, systems must maintain a copy of the assessment and emergency response plan (including any revised assessment or plan) for five years after certifying the plan to the EPA." Per AWIA requirements, the Department is considered a large community water system (serves 100,000 people or more). As required for compliance with AWIA regulations, an all -hazards approach will be followed, and the RRA and ERP updates will build upon and expand work conducted by the Department for the inaugural cycle of AWIA in 2019-2020. For this cycle of compliance, Arcadis will validate existing risk model data and leverage our knowledge of current regulatory requirements to facilitate discussions and continue improving the Department resilience. This will include consideration of resilience and mitigation measures for the water system water treatment plants, pipes, and infrastructure, monitoring and cybersecurity, financial infrastructure, use and management of chemicals, operation and maintenance, hydrologic changes, organizational capital and finance elements, and relevant hazards and threats. The Department is also updating its ERP and key RRA information will be carried forward regarding water system risks, hazards, threats, mitigation measures, and cybersecurity in consideration of excluding secure information categorized based on a need -to -know basis. As part of the update, Arcadis will follow revised and new versions of USEPA and American Water Works Association (AWWA) guidance including the J100-21 standard and associated operational guide, Baseline ww arcades c-, 2 452 Exhibit A 04ARCADIS Malevolent Threat Guidance, cybersecurity tool and guidance, and USEPA Large System ERP template. In recent months, the USEPA has prioritized enforcement of all aspects of a compliant RRA and ERP, including onsite inspections of documents and mitigation measure progress and tracking. As part of this project, Arcadis will ensure the Department's RRA and ERP incorporate new and existing elements in detail as part of a robust program to ensure USEPA compliance and inspection success. In addition, as the project progresses, Arcadis will note and convey recommended mitigation measures, including those that are inexpensive and can be completed by the Department prior to completion of RRA risk estimates, that can either reduce risks and/or increase resilience. Arcadis proposes to complete this project as outlined in the tasks below. Scope of Work Task 1- Project Management and Kickoff Meeting Project management effort includes Arcadis team staffing, health & safety plan, project management plan, invoicing, progress reports, budget control, and schedule management. The Arcadis team will issue monthly invoices with progress and schedule reports in accordance with the terms of the Agreement for the duration of the project. The Arcadis team will schedule and facilitate up to fourteen, one-hour virtual monthly project status meetings with the Department. Meeting summaries will be issued after each meeting, documenting progress, discussions and decisions, next steps, and action items. Arcadis will conduct a one-hour kickoff meeting via Microsoft Teams within two weeks from notice to proceed (NTP) to review project scope, schedule, key coordination requirements with the Department and associated stakeholders, and next steps. Arcadis understands and recognizes the importance of maintaining a strict level of confidentiality in these services for development of the RRA and ERP. We will implement the necessary project management controls, such as secure data/information storage/transfer protocols to staff acknowledgement of confidentiality requirements. Deliverables: • Monthly Invoices • Monthly Progress and Schedule Reports • Fourteen Project Status Meeting Summaries • Detailed baseline project schedule Gnatt Chart • Kickoff Meeting PowerPoint Slides Task 2 - Risk and Resilience Assessment Task 2.1 — J100 Steps, Gap Analysis, and Data Needs Workshop Arcadis will facilitate an in-person/remote hybrid, three-hour RRA Gap Analysis and Data Needs Workshop in collaboration with Department staff and select stakeholders. A preliminary list of needs required to complete the review and update (including new elements, hazard types, and mitigation measures based on updated methodology and guidelines) of the RRA will be provided to the Department prior to this workshop. The Gap Analysis and Data Needs Workshop will be designed to accomplish the following: www.arcadis.com 453 Exhibit A 04 ARONDIS • Provide an overview of the revised AWWA RRA J100-21 methodology and operational guide, other new and updated related industry standard guidance, and updated USEPA requirements and guidance for the RRA. • Identify and clarify roles and responsibilities of the Arcadis team, Department RRA team, and key stakeholders. • Review previous RRA (2020) assumptions, details, and results for water system mission critical assets, threats, and hazards with associated likelihood, consequence analysis, vulnerability analysis, risk analysis, critical customers, and mitigation measures. • Identify, verify, and obtain information regarding assessment components that require updating, addition, and/or enhancement, including consideration of updated standards and guidance discussed in the RRA overview. • Review a data needs list including, but not limited to existing plans, policies, procedures, as -built design drawings, Geographical Information System (GIS) shapefiles and area maps, previous assessments, after-action/lessons learned exercise and incident reports, asset replacement costs, facility -specific retrofits and upgrades, monitoring capabilities, master plans, asset management programs, and coordinate hydraulic modeling needs with the Department's hydraulic modeling consultant (KMAC Consulting) to obtain specific baseline and risk scenario consequence information. • Review existing and planned mitigation options and CIP aspects to be incorporated into the analysis. Deliverables: 1. Workshop PowerPoint slides and materials 2. Preliminary and Refined Data Needs List 3. Review Workshop summary of key highlights and decisions Task 2.2 — Cyber Workshop and Assessment A two-hour in person/remote Cyber Workshop and up to two, two-hour virtual meetings will be conducted with applicable Department staff, stakeholders, and the Department's Industrial Controls Systems (ICS) subconsultant (Grey Matter Systems) to review and collaborate on completion of the Information Technology (IT) and Operational Technology (OT) cybersecurity assessment portion of the RRA. The IT cybersecurity assessment will include use of the updated AWWA cybersecurity tool and guidance and an Arcadis cybersecurity questionnaire in the two-hour Cyber Workshop with applicable County and Department IT staff . to evaluate IT capabilities, practices, vulnerabilities, potential security breach consequences, and potential IT cyber mitigation measures as required in the RRA. The Cyber Workshop will focus on accomplishing the following: • Review existing IT practices • Discuss existing IT critical system vulnerabilities • Complete the AWWA Cyber Security Tool with applicable County and Department staff • Identify IT cybersecurity potential mitigation measures and enhancements. An additional two-hour virtual meeting will be conducted to review and verify results of the IT cybersecurity assessment and potential mitigation measures proposed in the RRA. The Department is currently completing a major ICS Network project that emphasizes cybersecurity enhancements to address cybersecurity identified OT system vulnerabilities with their subconsultant Grey Matter Solutions. This project is nearing completion of the design phase. Arcadis will review and evaluate ICS design 454 submittals for cybersecurity enhancements to validate proposed improvements adequately address OT system vulnerabilities. This review and assessment will be included in the RRA report as a technical memorandum. Review and evaluation results and any recommended cybersecurity design enhancements will be included in the memorandum and proposed mitigation measures associated with RRA overall cybersecurity assessment. This memorandum will be submitted to the Department for review and comment prior to conducting a two-hour virtual meeting with applicable County and Department staff to review results of the OT portion of the cybersecurity assessment. Adjustments to the memorandum will be included in a final memorandum for inclusion in an RRA report Appendix. Deliverables: 1. IT Cyber Workshop PowerPoint slides and materials 2. Workshop summary of key highlights and decisions 3. AWWA Cyber Security Tool Results 4. ICS Network cybersecurity design review and validation technical memorandum 5. Two, two-hour virtual meetings and summaries Task 2.3 — J100 Steps: Assets and Threats Workshop Arcadis will provide subject matter expertise for updating the RRA and approach implementation, including internal and external stakeholder input by staff and leadership. Arcadis will update, enhance, and address any gaps in the existing 2020 RRA following updated J100-21 methodology and operational guidance based on required updates, elements, and overall approach identified in the Gap Analysis and Data Needs Workshop in Task 2.1. Once the Arcadis team has received and reviewed the documentation provided in the Data Needs List, an in-person, three-hour Asset and Threat Workshop will be scheduled with Department staff and appropriate stakeholders. This workshop will be designed to collaborate with Department staff to learn the J100 Steps 1 and 2, Asset and Threat Characterization, respectfully, and focus on accomplishing the following: • Determine water system mission criteria to serve as an assessment baseline. • Review, prioritize, and select mission -critical assets for quantitative analysis. • Gather input related to critical asset dependencies, redundancies and workarounds, emergency connections, back-up resources, upgrades, capacities, critical customers served, service population served, existing and planned mitigation, and other pertinent details. • Review historical threats and impacts, identify potential current and future threats and hazards • Review and select applicable threats and hazards for malevolent acts, natural hazards, dependency hazards, accidental hazards, and proximity threats to assess in the quantitative analysis. • Identify significant threats and hazards applicable to each critical asset to be carried on in the quantitative analysis [Threat -Asset Pairs (TAPs)]. Deliverables: 1. Workshop PowerPoint slides and materials 2. Workshop summary of key highlights and decisions 3. TAP matrix for quantitative analysis in the RRA; Arcadis will quantitatively assess up to 250 TAPs in the RRA for cost estimating purposes. Task 2.4 — Site Visits Three Arcadis Team will conduct a five-day consecutive onsite visit of selected mission -critical and representative assets, physical and cyber related security measures, assess new and emerging hazards, and conduct staff and w .arcadis.com 5 455 Exhibit A 0,40, ARM''_ IS leadership interviews in coordination with the Department, as identified in Task 2.1. Site visit field notes and observations will be noted in addition to any updates to physical, operational, and/or cyber vulnerabilities associated with critical assets. A Facility Site Visit Summary for each location will be provided with the key findings, observations, site photographs, and other significant information in an Appendix of the RRA. Deliverables: 1. Facility Site Visit Summaries Task 2.5 — J100 Steps: Consequence and Vulnerability Workshop An in person, three-hour Consequence and Vulnerability Workshop will be completed to discuss and collect consequence and vulnerability data relating to the TAPs selected for quantitative analysis in the RRA. The workshop will be designed to collaborate with Department staff to learn the J100 Steps 3 and 4, Consequence and Vulnerability Analysis, respectfully, and expand on information collected in Tasks 2.1, 2.2, 2.3, and 2.4. TAP worst case reasonable consequence scenarios and associated vulnerabilities will be discussed, including criteria, uncertainties, and assumptions associated with consequences and vulnerabilities for risk analysis calculations. Arcadis will also leverage data and information for the RRA with available local resource information, studies, plans, and Department projects supported by Arcadis and/or available online. Deliverables: 1. Workshop PowerPoint slides and materials 2. Workshop summary of key worst case scenario highlights and decisions Task 2.6 — J100 Steps: Risk Analysis Results and Mitigation Planning Workshop Arcadis will complete J100 Steps 6 and 7, Threat Likelihood and Risk and Resilience Analysis, respectively of the RRA using data and calculations in alignment with the J100-21 standard. RRA calculations will be completed using the Arcadis Risk Model/PowerBl Tool. Arcadis will then facilitate an in-person, three-hour RRA Results and Mitigation Workshop in collaboration with Department staff and select stakeholders. The Results and Mitigation Workshop will be designed to collaborate with Department staff to learn the J100 Steps 6, 7, and 8 (Risk and Resilience Management) to accomplish the following: • Review and adjust, as needed, RRA steps and assumptions. • Review and adjust, as needed, Risk and Resilience Analysis results. • Identify current and ongoing mitigation measures applicable to the RRA (CIP, O&M, Procedural and Standard Operating Procedures, Programmatic, and County mitigation planning). • Identify additional and recommended mitigation measures that can reduce risk and/or Increase resilience as applicable to the RRA. • Gain consensus on prioritization, timeframes, ranking categories, and funding options identified for mitigation measure implementation and tracking section of the RRA to meet AWIA requirements and current USEPA expectations in the event of a compliance and inspection audit. Deliverables: 1. Workshop PowerPoint slides and materials 2. Workshop summary of key highlights and decisions Task 2.7 — Draft and Final RRA Report w .arcadis.com 6 456 Exhibit A A RRA report will be developed and include updates and enhancements to 2020 RRA work, assumptions, and details associated with each step of the J100 RRA methodology. The cybersecurity analysis will be included in detail in addition to results using the new AWWA Cybersecurity Tool and guidance for IT and review and verification of OT system cybersecurity designs. Updated and enhanced consequence scenarios for current, emerging, and new threats and hazards will be included with impact estimates for each threat -asset pair included in the RRA. Arcadis will include a certification page signed by the Project Manager and Technical Lead in the RRA regarding compliance with AWIA requirements. As noted above, the RRA update will account for completed mitigation measures in updated estimates for consequence and vulnerability to account for mitigation benefits and to track and demonstrate mitigation progress as expected by USEPA. This includes completed mitigation measures noted and conveyed to the Department by Arcadis as the project progresses (these mitigation measures will be documented and tracked as complete in the RRA report). Current, ongoing, and new mitigation measures identified in coordination with the Department will be included in an implementation and tracking plan that includes prioritization categories and ranking, timeframes, and potential funding sources such as qualifying agency grant funding mechanisms and/or State Revolving Loan Funds (for CIP projects). Arcadis will include a high-level cost benefit analysis for up to 15 CIP mitigation measures to further assess risk reduction impact as related to potential implementation cost for selection, ranking, and prioritization purposes to optimize Department resources regarding implementation timeframes based on risk- based reduction criteria. Arcadis will provide a draft RRA, using the Arcadis RRA report template, for submittal to the Department for a three-week review and comment period. A final, updated, and enhanced RRA report addressing Department comments will be submitted for approval by the Department. The Department will be responsible for certification of completion of the updated RRA to USEPA. Following completion of the Final RRA, Arcadis will facilitate two, one and a half-hour virtual training sessions with key Department staff regarding use and update of the Risk Model/PowerBI Tool used for quantitative calculations and analyses in the RRA. Prior to these training sessions, Arcadis will provide Department staff with a Risk Model/PowerBl Tool user's guide and pre-recorded instructional video. Deliverables: 1. Electronic Draft RRA report 2. Electronic Final RRA report 3. Risk Model (Excel File) and Power BI Tool files Task 3 — Emergency Response Plan The Arcadis team will integrate the National Incident Management System (NIMS), Incident Command System (ICS), and use tested and current water sector and emergency preparedness and response plan guidelines, tools, and resources to assure local, state, and federal laws and standards are followed. The plan will be consistent with the all -hazards approach and standards established by Federal Emergency Management Agency (FEMA) and Department of Homeland Security (DHS) including the National Response Framework (NRF). The Arcadis team will follow and reference industry standards and guidance, including but not limited to: • USEPA Office of Water, Community Water System Emergency Response Plan Template and Instructions (2019) • AWWA M19 Emergency Planning for Water and Wastewater Utilities (5th edition) • AWWA G440-17 Emergency Preparedness Practices • FEMA Comprehensive Preparedness Guide 101 (CPG -101) w .arcadts.com 457 Exhibit A AARCADIS, The plan will be developed in alignment with other Department and Indian River County response plans to mirror other agency response action levels and ICS roles and responsibilities. The ERP will provide detailed information for planning purposes as well as emergency response actions in the form of a Rip and Run Guide for rapid response by managers and operators. Arcadis will develop an ERP that is effective and meets USEPA and AWIA expectations and requirements. Task 3.1 — ERP Kickoff Meeting Arcadis will conduct a document review to include a review of existing emergency response policies, plans, and procedures, as well as Indian River County documents that support an ERP. An ERP needs list will be provided for information not requested as part of the RRA. In addition, Arcadis will provide a proposed ERP Draft outline that includes key response information, core components in a base plan that details the ICS, incident management team (IMT) with roles and responsibilities, communication and notification, federal assistance information, as well as appendices to operationalize the ERP. Following our review and outline construction, an ERP kickoff meeting will be conducted to accomplish the following: • Provide ERP process overview • Discuss ERP review results • Discussion and finalize an ERP outline per the Department's input at the meeting • Establish and finalize interview topics and schedule with key Department representatives and stakeholders Arcadis will develop a Microsoft PowerPoint presentation presented for discussion during the kickoff. It is anticipated that the kickoff meeting will require one and a half hours of key Department and stakeholder staff time and will be conducted virtually. Deliverables: 1. List of ERP informational needs 2. Draft ERP outline 3. Meeting presentation and kickoff meeting summary 4. Revised ERP outline Task 3.2 — ERP Site Visit The Arcadis team will conduct data collection meetings onsite in the form of workshops and interviews to obtain information for the development of the ERP in collaboration with Department staff and external response agencies. Meetings and interviews will be conducted in person, over the course of three days with three Arcadis staff, based on the scheduling and availability of Department staff. Information and data will be discussed and collected based on the preliminary meeting schedule and interview topics outlined below. Seven meetings (duration provided in table below) are anticipated and include the topics and personnel identified in the table below. Meeting agendas, topics, and questions will be submitted prior to the site visit. v w .arcadis.com $ 458 Exhibit A w .arcadis.com 9 459 •k�L,• 1 xq xb wany a •� bF �n} �":: 1. Workshop: Response Discussion of ICS Directors of Utility Departments Organization Structure (Approximately two hours) Department organizational Emergency manager(s) structure and IMT Plant and system operator(s) Title, roles, and responsibilities of IMT members Environmental Compliance Manager Verification of EALs, initial response actions, and sustained operations Discussion of response training and exercises to meet the demands of EALs Discussion of Lessons learned from exercises and real emergency events EOCs (Departmental and County) 2. Interview: Communication Emergency contact list Communication Affairs Manager (Internal and External) Protocol and Procedures Interview Warning, notification, and reporting (Approximately forty-five protocols minutes) Public information protocols and forms 3. Interview: Emergency Procurement protocol during an Finance and Procurement staff Procurement and Recovery emergency Interview (Approximately forty-five FEMA public assistance (recovery minutes) finances, information forms, and tracking) Discuss and obtain forms for emergency expenditures and budgets 4. Operational Emergency Water system emergency Water Plant Manager Preparedness and Response operations Interview Operator Representative (Approximately one hour) Equipment, supply, spare parts, and resources list Maintenance representative Generator list and evaluation of power provisions (Review Power Plan) w .arcadis.com 9 459 s M a ri b R. 5. Indian River Emergency Coordination of emergency Indian River County Emergency Management Division Interview response activities and EALs Management Division (Approximately forty-five minutes) Coordination of public warning, notification, and information Resources available for emergency response and recovery (debris management and damage assessment) and logistics management EOCs 6. Other Interviews as determined Discuss how alerts are received Dispatch or control center points of (Approximately thirty minutes) contact Procedures for disseminating information to the IMT and first responders 7. Close-out Meeting Present a summary of findings Key Department personnel (Approximately one hour) EAL: Emergency Action Levels EOC: Emergency Operations Centers FEMA: Federal Emergency Management Agency ICS: Incident Command System IMT: Incident Management Team Site visit workshop and meetings will be designed to collaborate with Department staff to learn AWIA requirements and essential elements associated with the ERP. Deliverables: • Workshop PowerPoint slides and materials • Workshop summary of key highlights and decisions • Seven interview meeting summaries Task 3.3 - Draft and Revised Draft ERP The structure of the ERP includes development of a base plan that describes the Department's all -hazards response structure and procedures for emergency events. Effective response to an emergency requires consistent protocols and response actions among organizational levels and areas affected. The base plan will be the cornerstone for planning and training that defines the Department's overall approach to emergencies including development of "Concept of Operations" that establishes functions, roles, and responsibilities of staff during emergencies including what should happen, when, and at whose command. Base plan components include: • Command and control and the IMT • ERP activation, response actions, emergency action levels (EALs) .11 ii,.,ld-5, — 10 460 • Resources and equipment • Crisis Communications • Emergency Procurement • Training and Exercises Appendices include key information for emergency response including an internal and external contact list, system maps and assembly point diagrams, equipment and resources, incident specific response procedures (ISRPs), ICS Forms, references, and resources. A Draft ERP will be developed based on the plan outline determined in Task 3.1. The ERP will incorporate information collected in Tasks 3.1 and 3.2. The Draft ERP will include the following elements: • Overview of the water system, facility information and maps • Emergency contact list (internal and external) • Department's organization structure: review existing response organizational chart and response protocols in place • ICS roles and responsibilities, concept of operations: review and describe response related operations and procedures • IMT: verify Department organization and titles of staff who would participate on the IMT • EALs: verify initial response actions and continuing operations for the Department and align with County response levels • Document lessons learned from emergency event occurrences to enhance response and recovery • Communication procedures (internal and external) and notification and reporting protocol • Emergency procurement • ISRPs (up to 10 ISRPs): providing response action procedures based on threats and hazards identified in the RRA. These action plans will be structured in a "rip and run" format for ease of access in an emergency. The ISRPs can be used to train and guide staff in rapid response procedures for specific emergency scenarios. • Equipment, spare parts, supply, and resources list (including generator list and review of power provisions) • Recovery operations and planning • Information regarding FEMA assistance and cost data tracking • Detection strategies and detection technology in place • Mitigation actions (integration of RRA mitigation measures) • Training and exercises • Procedures and forms • References and resources A Draft plan will be submitted within six weeks following the site visit. The Department will have a three-week review and comment period. Arcadis will facilitate a two-hour virtual ERP review meeting to obtain the ERP feedback, comments, and questions. A revised Draft ERP will be submitted that includes changes, comments, and recommendations from the Department. Deliverables: 1. Electronic Draft ERP 2. Two-hour virtual comment review meeting 3. Electronic revised Draft ERP Task 3.4 — Tabletop Exercise wv.-w a�rcad+s com 11 461 To enhance the viability of the ERP, an onsite, in person four-hour discussion -based tabletop exercise (TTX) will be designed and facilitated by Arcadis in conjunction with Department staff and applicable stakeholders following Homeland Security Exercise and Evaluation Program (HSEEP) guidelines. Arcadis will collaborate with Department staff over the course of three, two-hour virtual planning meetings to design the TTX (planning meeting members will not be participating in the exercise). These planning meetings will develop specific exercise objectives, scenarios, capabilities, and critical tasks for the exercise based the revised draft ERP. TTX planning meeting discussions will be summarized in an Exercise Development Worksheet and provided to the Department following each meeting. The TTX will be conducted in person and include an Arcadis facilitator, evaluators, and support staff, and Department observers, evaluators, and planners. The TTX will consist of multi -media modules that present scenario progression followed by targeted questions related to steps and actions to take based on the revised draft ERP. TTX materials and forms will be developed by Arcadis in coordination with the Department and customized through the TTX planning process. Each exercise participant will be provided a situation manual to follow along and use during TTX play and participant feedback forms to comment on the exercise and the ERP. Feedback forms will be collected at the end of the exercise and compiled with observations and evaluator ratings into a draft after -action report (AAR) of best practices, lessons learned, and improvement plan. The draft AAR will be submitted to the Department for review and comment. Arcadis will facilitate a two-hour, virtual AAR review meeting with the Department to review the draft AAR. Arcadis will solicit input, identify, and obtain consensus for AAR improvement plan revisions and ERP enhancements. Arcadis will incorporate Department AAR review meeting comments and deliver a final AAR. Deliverables: 1. Three, two-hour remote TTX planning meeting summaries 2. TTX presentation and materials: situation manuals, evaluator sheets, and participant feedback forms 3. Electronic Draft AAR 4. Two-hour AAR meeting summary 5. Electronic Final AAR Task 3.5 — Final ERP A final ERP addressing Department comments based on the TTX AAR and associated review meeting will be prepared and submitted to the Department. The ERP is designed to meet AWIA compliance requirements and current USEPA expectations in the event of a compliance and inspection audit. The Department will be responsible for certification of completion of the ERP to USEPA by the established regulatory deadline of September 30, 2025. Deliverable: 1. Electronic Final ERP Task 4 — Water Master Planning Project Integration Support Arcadis will provide support to the Department with risk-based prioritization and integration of selected water system mitigation measures, initiatives, and projects in the Department's Water Master Plan efforts. The team will provide the Department with a a prioritized strategy for projects, programs, and short -and long-term efforts based on risk reduction and enhanced resilience benefits for inclusion in the Water Master Plan and long-term planning efforts. This support will include development and submittal of the draft memorandum for Department ... .a,cads c,,, 12 462 Exhibit A G►ARG4DIS review and comment. Following receipt of comments, Arcadis will address Department comments. A final memorandum will be submitted that includes a mitigation integration approach, specific mitigation measures and projects, and recommended approaches for inclusion in the resilience portion of the Department's Water Master Plan. Deliverables: 1. Draft resilience integration technical memorandum 2. Final resilience integration technical memorandum Optional Tasks — Not Included in Current Fee Estimate As requested, optional tasks are listed below and can be part of this contract or a separate task order based on future scope discussions and development of cost estimates. Optional Task 1 — 5 -Year Multi -Year Training and Exercise Plan Arcadis would develop a training and exercise (T&E) plan to include regulatory requirements and test the ERP planning assumptions and supports building staff capabilities that enhance response actions in an emergency. Our T&E Plans outline recommended trainings and exercises in a framework that includes a multi-year schedule and specific T&E resource information. We believe that following the Homeland Security Exercise and Evaluation Guide (HSEEP) Integrated Preparedness Plan (IPP) model is an effective approach. The following tasks to T&E Plan development are outlined using the IPP process but customized for the Department. Optional Task 1.1 - T&E Workshop (T&EW) In preparation for the T&EW, the Arcadis team would review existing training and exercise related documentation. In coordination with the Department, Arcadis would better understand the Department's T&E goals, priorities, and current capabilities. The Arcadis team would link the Departments current efforts to The National Preparedness Goal: 32 Core Capabilities and establish priorities as a starting point for T&EW discussions. Arcadis would then develop a T&EW PowerPoint presentation for workshop participants to outline and display an initial preparatory T&EW. At the T&EW, Arcadis would facilitate further discussion on goals, priorities, and capabilities that would lay the foundation for a written T&E Plan. Throughout the T&EW process, Arcadis would document each step with presentation materials and notes based on contributions by participants and final T&EW results. Our T&EW may be held virtually to allow flexibility and reduced travel costs. Optional Task 1.2 - Training and Exercise Plan (T&EP) Arcadis would identify and develop a T&E course list of current local, state, and federal T&E course offerings in each category. For the T&E Course List, Arcadis would include trainings at proficiency levels from awareness to advanced and viable delivery methods that include on-line and in-person. The Arcadis team would provide an overview on HSEEP principles regarding the building block approach, exercise cycle, and exercise planning such as design and development, planning teams, and scenario development for exercise conduct, evaluation, and after -action and improvement plan reporting. The Plan would also include customized HSEEP templates for each phase of the T&EP. The T&E Plan would include a multi-year schedule for drills, tabletops, and field exercises and the corresponding information for implementation. The Arcadis team would include additional elements to operationalize the plan. The plan would provide scenarios that include hazards most likely to impact the Department such as hurricanes, www.orwdis.com 13 463 Exhibit A MARCADIS' flooding, and potential malevolent acts. The Arcadis Team would also include customized Exercise Evaluation Guides (EEGs), one set per scenario, which reflect the T&EP priorities and capabilities chosen at the T&EW. Also included in the T&EP would be after -action and improvement plan (AAR/IP) guidance and templates and a T&E Record for tracking and documented completed trainings and exercises. Optional Task 2 - Wastewater System RRA Arcadis would complete a wastewater system RRA following the AWWA J100 seven step standard methodology. Existing system knowledge would be leveraged, and an initial needs list provided to the Department prior to a brief Kickoff Meeting. Development of the RRA would include an Asset and Threat Workshop to identify mission - critical assets and relevant associated threats (malevolent, accidental, natural, dependency, and proximity). Following the workshop, a 5 -day consecutive onsite visit of select critical and representative assets would be completed by three Arcadis staff. During the site visit, interviews would also be conducted with key staff. A Consequence and Vulnerability Workshop would then be facilitated to identify and quantify potential impacts based on threat -asset scenarios (for up to 150 threat -asset pairs). Associated vulnerabilities to potential impacts would be discussed with input solicited by the Department. Arcadis would complete the Risk and Resilience Analysis using a Risk Model/Power BI Tool. Risks and threats would be prioritized for potential mitigation. Arcadis would then facilitate a RRA Results and Mitigation Workshop to review and adjust results as needed; identify current, ongoing, and planned mitigation projects and initiatives; and select additional recommended mitigation measures designed to reduce system risks and increase resilience. A high-level cost benefit evaluation of mitigation measures would be completed for recommended timeline and potential funding mechanisms for strategic implementation. Arcadis would submit a Draft Wastewater System RRA for review by the Department, address comments, obtain approval for the final report, and submit the Final RRA to the Department. Optional Task 3 — Incorporation of Wastewater System in the ERP Arcadis would provide wastewater response considerations that include a revision of the Water ERP to incorporate the following: • Update the contact list with wastewater personnel information. • Update the Incident Management Team (IMT) organization chart to include wastewater response personnel. • Develop up to five ISRPs for the following, as example: major line break, power loss, loss of SCADA, pandemic response, and malevolent acts. Conduct interviews to obtain information. • Review threats to the wastewater collection and treatment system and identify mitigation actions and response actions. • Incorporate existing sewer system overflow response plans, as determined. • Update of appendices, including contact lists, forms, policies, equipment, and resources (including generator list and evaluation of power provisions). • Develop a wastewater system overview. • Concept of Operations: Review and describe wastewater response related operations. Include procedures in an appendix. • Review and revise Emergency Action Levels and Initial Response Operations. • Spare Parts and Equipment: Update to include Wastewater and Sanitation spare parts and equipment information. • Recovery: Update to include recovery actions for wastewater. • Detection Strategies: Address Detection Strategies specifically for wastewater. 4— dacaois co 1 14 464 Exhibit A Hs • Mitigation Actions: Address Mitigation Actions specifically for wastewater. • Develop a section to address other wastewater response considerations such as explosives in the collection system and access to utility systems underground. www.arcadis.com 15 465 Exhibit A AARCADIS Schedule Arcadis will commence upon receipt of notice to proceed (NTP). Submittals will be made in accordance with the project schedule provided below. Arcadis estimates that the overall project through closeout will be completed on or before September 15, 2025, with NTP issued no later than Octobert 1, 2024. 2024 12025 A S O N D I J F M A M J J A S Task 1 - Project Management and KO Meeting Task 2 — Risk and Resilience Assessment Task 2.1 — J100 Steps, Gap Analysis and Information/Data Needs Workshop Task 2.2 — Cyber Workshop and Assessment Task 2.3 — J100 Steps: Assets and Threats Workshop Task 2.4 — Site Visits Task 2.5 — J100 Steps: Consequence and Vulnerability Workshop Task 2.6 — Risk Analysis Results and Mitigation Planning Workshop Task 2.7 — Draft and Final RRA Task 3 — Emergency Response Plan Task 3.1 — ERP Kickoff Meeting Task 3.2 — ERP Site Visit Task 3.3 — Draft and Revised Draft ERP Task 3.4 —Tabletop Exercise Task 3.5 — Final ERP Task 4 - Water Master Planning Project Integration Support Compensation Arcadis will provide the services described herein for the not to exceed fee of $456,330.10. All work will be billed on a lump sum basis in accordance with the Exhibit B Fee Estimate. w .arcadis.com 16 466 Q rn'� jo °'fir keil �WN�k %$4 t° � Z6 0 U m m FF_2~ m yv. & mo N mA3 o v E as o m; m - n.W . QUNm LU N 'C E m _ C Ui o G d m_ Et E mai ° m m � m p° o E Q m v m rn c; x Yt E mo �' m �w W o r n D w C vy� (� N m N m a Y p> m C O a o c N (D V- N Y m of w art m ac) m cmi� mavcc oc'rncad' cvEE'. a c E E ctA N m¢ m a E c W m w ¢ �° 4) L) rno'� a wa °w c x� ami c dim a 0,20 c Qv 3 m y 0 U `a (n U 0 a i F- LL N m o Cm: CrNM7 VI m m 4' FkN N N N N N N M M M f7 M 2 E: ° -:S N m m 'O U N N N N N D_ W. C% W Q m m m m m m W W E m W m m m m X�....,f a�a`Y �Fak t -t -F , - wt 300 > C4,M ... .. ... t .. INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSION REQUEST TO BE SCHEDULED FOR PUBLIC DISCUSSION Any organization or individual wishing to address the Board of County Commission shall complete this form and submit it to the Indian River County Administrator's Office. PUBLIC DISCUSSION INFORMATION Indian River County Code Section 102.04(10)(b): as a general rule, public discussion items should be limited to matters on which the commission may take action Indian River County Code Section 102.11(3): limit remarks to three minutes unless additional time is granted by the commission NAME OF INDIVIDUAL OR ORGANIZATION: Bill Rigby / West Wabasso Progressive Civic League ADDRESS: RFP Policies SUBJECT MATTER FOR DISCUSSION: IS A DIGITAL/ELECTRONIC PRESENTATION PLANNED? WHAT RESOLUTION ARE YOU REQUESTING OF THE COMMISSION? PHONE: 772-501-4753 71 YES Z NO ARE PUBLIC FUNDS OR ACTIVITIES REQUIRED? 71 YES Z NO WHAT FUNDS OR ACTIVITIES ARE REQUIRED TO MEET THIS REQUEST? For IRC Staff only: ransmitt3to Administrator Via: Interactive Web Form E -Mail Hand Delivered ✓ Phone MEETING DATE: 6/4/2024 Aug 20, 2024 468 168 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSION REQUEST TO BE SCHEDULED FOR PUBLIC DISCUSSION Any organization or individual wishing to address the Board of County Commission shall complete this form and submit it to the Indian River County Administrator's Office. PUBLIC DISCUSSION INFORMATION Indian River County Code Section 102.04(10)(b): as a general rule, public discussion items should be limited to matters on which the commission may take action Indian River County Code Section 102.11(3): limit remarks to three minutes unless additional time is granted by the commission Name of individual or organization: Joe I d I ette III (+ 1-2 others) Address: 4875 43rd Ave Phone: 772-794-1005 Gifford Neighborhood Plan Subject matter for discussion: Is a digital / electronic presentation planned? F-1 YES Fv I NO What resolution are you requesting of the Commission? Provide Update Are public funds or activities required? F-1 YES ❑ NO What funds or activities are required to meet this request? Please submit your request to speak in one of the following ways: • E-mail - Download, fill in, save, and e-mail form to: tcournoyer6Dindianriver.gov • Fax - Download, fill in, print, and fax to: 772-226-1819 • In person - Download, fill in, print, and deliver to: Indian River County Administrator's Office - County Administration Building A (South) 1801 27th Street Vero Beach, FL. 32960 • Mail - Download, fill in, print, and mail to: Indian River County Administrator's Office - 1801 27th Street Vero Beach, FL. 32960 For IRC Staff only below this line: Transmitted to Administrator Via: E -Mail F� Phone Fax F� Mail Hand Delivered Meeting Date: 9/10/24 469 loG1 Public Notice Item - B.C.C. 9.10.24 INDIAN RIVER COUNTY Susan J. Prado, Deputy County Attorney Christopher A. Hicks, Assistant Attorney MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, Jr., County Administrator FROM: Susan J. Prado, Deputy County Attorney DATE: August 20, 2024 ATTORNEY SUBJECT: Public Notice of Public Hearing for September 24, 2024, to Consider a Resolution Adopting a Non -Ad Valorem Special Assessment Roll on Hospitals for the Local Provider Participation Fund The Board of County Commissioners will hold a Public Hearing on Tuesday, September 24, 2024, at 9:05 a.m. or as soon thereafter as the matter may be heard, to consider adoption of the following: AN ASSESSMENT RESOLUTION OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AUTHORIZING AND ADOPTING A NON -AD VALOREM SPECIAL ASSESSMENT WITHIN THE COUNTY LIMITS FOR THE PURPOSE OF BENEFITING ASSESSED PROPERTIES THROUGH ENHANCED MEDICAID PAYMENTS FOR LOCAL SERVICES; FINDING AND DETERMINING THAT CERTAIN REAL PROPERTY IS SPECIALLY BENEFITED BY THE ASSESSMENT; COLLECTING THE ASSESSMENT AGAINST THE REAL PROPERTY; ESTABLISHING A PUBLIC HEARING TO CONSIDER IMPOSITION OF THE PROPOSED ASSESSMENT AND THE METHOD OF ITS COLLECTION; AUTHORIZING AND DIRECTING THE PUBLICATION OF NOTICES IN CONNECTION THEREWITH; PROVIDING FOR CERTAIN OTHER AUTHORIZATIONS AND DELEGATIONS OF AUTHORITY AS NECESSARY; AND PROVIDING 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 27th Street, Vero Beach, Florida 32960. 470 Indian River County, Florida Department of Utility Services Board Memorandum Date: August 23, 2024 Public Notice (Informational) To: Indian River County Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator From: Sean C. Lieske, Director of Utility Services Prepared by: Bryan Beavers, Utilities Finance Manager Subject: Notice of Scheduled Public Hearingto Discuss and Approve a Resolution Adopting New Utility Rates and Fees Descriptions and Conditions: On July 2, 2024 the Board of County Commissioners scheduled a Public Hearing to discuss and approve a Resolution adopting new utility rates and fees effective January 1, 2025. The scheduled Public Hearing provides Indian River County Department of Utility Services customers an opportunity to comment on the new utility rates and fees. The public hearing will be held in the County Commission Chambers during the regularly scheduled meeting on September 24, 2024, at 9:00 am. The Board of County Commissioner's held a Utility Rate Study Workshop on August 22, 2024. Recommendation: This public hearing notification item is provided for the Board of County Commissioners information. No action is necessary at this time. 471 A COUNTY ADMINISTRATOR MATTERS INDIAN RIVER COUNTY MEMORANDUM TO: The Honorable Board of County Commissioners THRU John A. Titkanich, Jr, County Administrator FROM: Suzanne Boyll, Human Resources Director Michael Zito, Assistant County Administrator David Johnson, Director of Emergency Services DATE: August 28, 2024 SUBJECT: Second Amendment to the Collective Bargaining Agreement Between the International Association of Firefighter's Local 2201 (IAFF) and the Indian River County Emergency Services District Providing for General Wage Increase The current collective bargaining agreement between Indian River County and the International Association of Firefighter's Local 2201(IAFF) included a wage reopener to negotiate a general wage adjustment for the third and final year of the current agreement. The parties met on several occasions to negotiate the third -year wage adjustment. A tentative agreement was reached on August 15, 2024, to provide a 10% general wage increase effective the first full pay period in October 2024. This wage adjustment would increase the minimum and maximum of the pay plan for each IAFF represented position. The proposed agreement was submitted to the IAFF membership and ratified by the Union on August 21, 2024. The 10% wage increase is presented to the Board of County Commissioners for approval. The total cost of the wage increase including benefits is $3,347,011. FUNDING: Funds are budgeted and available in the Emergency Services District FY 2024/2025 budget (Fund 114) to provide for the recommended wage increase for IAFF represented positions totaling $3,347,011, including benefits. RECOMMENDATION: Staff respectfully recommends approval of a 10% general wage increase for employees represented by the International Association of Firefighter's, Local 2201 effective the first full pay period in October 2024 and requests the Board authorize its Chair to sign the Second Amendment to the October 1, 2022, Collective Bargaining Agreement, Article 34 — Salaries providing for the general wage increase. ATTACHMENTS: Second Amendment to Article 34 - Salaries of the Agreement between Indian River County and the International Association of Firefighter's, Local 2201 to include Exhibit A. 472 SECOND AMENDMENT TO OCTOBER 1, 2022 COLLECTIVE BARGAINING AGREEMENT THIS SECOND AMENDMENT by and between INDIAN RIVER COUNTY EMERGENCY SERVICES DISTRICT, hereinafter referred to as the "County", and the INDIAN RIVER COUNTY FIREFIGHTERS/PARAMEDICS ASSOCIATION, LOCAL 2201, IAFF, hereinafter referred to as the "Union". WHEREAS, effective November 1, 2022, the parties entered into the Collective Bargaining Agreement, hereinafter referred to as the "Agreement", for the period of October 1, 2022 through and including September 30,2025; and, WHEREAS, Article 34, Salaries, provides for bargaining unit employees to receive general wage increases, step increases, and lump sum payments, if any, mutually agreed to by the County and the Union. NOW, THEREFORE, in consideration of the mutual promises contained herein, the parties agree to amend the Agreement as follows: 1. Article 34, Salaries, shall be amended as set forth in Exhibit "A". 2. The remaining terms and conditions of the Agreement shall remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have executed this SECOND Amendment on the date below written. INDIAN RIVER COUNTY EMERGENCY SERVICES DISTRICT Lo Susan Adams, Chair Date John A. Titkanich, Jr., County Administrator Approved as to form and legal sufficiency: County Attorney INDIAN RIVER COUNTY FIREFIGHTERS/ PARAMEDICS ASSOCIATION, LOCAL 2201, IAFF 0 Christen Brewer, Union President Ratified by the Union on the 21 st day of August 2024 Attest: Jeffrey R. Smith Clerk of the Court and Comptroller 0 Deputy Clerk 473 EXHIBIT A SECOND AMENDMENT ARTICLE 34 SALARIES 34.1 New hires who possess only firefighter certification and do not possess paramedic certification will be hired in at $2,000 below the entry level for dual certified positions and will be required to become dual certified within 24 months of hire. Upon attainment of dual certification, their pay will be increased to the entry level rate for a dual certified position. 34.2 Bargaining unit employees will be provided wages as follows: A. For Fiscal Year 2022-23, effective the first full pay period of January 2023, all bargaining unit employees will receive a general wage increase as a result of being slotted in the pay plan attached hereto as Attachment B at their current step. This will become the Fiscal Year 2022-23 pay plan. Attachment B also reflects an adjustment in certain hourly rates due to the implementation of the 9 -week Kelly Days effective the pay period of the first work cycle on or after June 1, 2023 (2808 annual hours) and due to the implementation of the 6 -week Kelly Days effective the pay period of the first work cycle on or after June 1, 2024 (2704 annual hours). B. For Fiscal Year 2023-24, effective the first full pay period in October 2023, all bargaining unit employees shall receive a 6% general wage increase except single certified probationary employees whose pay shall be adjusted to remain at $2,000 below the entry level for a dual certified position. The general wage increase will adjust the minimum, maximum and corresponding steps of the respective pay plan and the hourly rate will be rounded and expressed as $##.## per hour. C. For the Fiscal Year 2024-25, effective the first full pay period in October 2024, all bargaining unit employees shall receive a 10% general wage increase except single certified probationary employees whose pay shall be adjusted to remain at $2,000 below the entry level for a dual certified position. The general wage increase will adjust the minimum, maximum and corresponding steps of the respective pay plan. 474 D. The County and the Union currently use a 14 step pay plan that provides for movement within the designated classification. E. Effective the first full pay period of April 2023, April 2024 and April 2025 all non -topped out bargaining unit employees, except new hires who have not attained dual certification, will proceed to the next step of their respective pay plan. New hire employees, who have not attained paramedic certification as of the first full pay period in April 2023, April 2024 and April 2025 respectively, will not advance to the next step of their respective pay plan until paramedic certification is attained (not to exceed 24 months from date of hire). Upon attainment of paramedic certification, their pay will be increased to the entry level rate for a dual certified position and the employee will receive the step increase effective the first full pay period following attainment of the paramedic certification. F. Step moves, cost -of -living increases, general wage increases, pay scale adjustments or lump sum payments, if any, after September 30, 2025 shall be established through collective bargaining for a successor Agreement. G. In the event of promotion, the employee shall move to the same step of the pay plan for the higher rank on the first day of the pay period nearest to the date of promotion. In the event the same step of the pay plan does not exist for the higher rank, the employee shall move to the lowest step of the higher rank and shall not be eligible to receive the first subsequent step increase provided in 34.2 D and E. H. Effective with the first payroll period beginning on or after October 1, 2022, there shall be implemented a Career Performance Incentive Program as follows: 1. Employees who have completed fifteen (15) to twenty-four (24) years of continuous, uninterrupted service with the County shall receive $1,500 annual payable biweekly. The incentive will begin effective with the first full pay period following attainment of the service requirement. County Wage Proposal August 15, 2024 475 2. Employees who have completed twenty-five (25) or more years of continuous, uninterrupted service with the County shall receive $3,000 annual payable biweekly. The incentive will begin effective with the first full pay period following attainment of the service requirement. County Wage Proposal August 15, 2024 476 lac l DEPARTMENTAL MATTERS INDIAN RIVER COUNTY MEMORANDUM TO: The Honorable Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator FROM: Suzanne Boyll, Human Resources Director and Michael Zito, Deputy County Administrator DATE: September 4, 2024 SUBJECT: Approval of Implementation of Compensation and Classification Study In October 2023, Evergreen Solutions LLC began the Compensation and Classification Study project. The project consisted of the following: • Data collection and review of current pay plans, salary schedules, job descriptions, organizational charts, and related personnel policies and procedures to assess our current conditions. • Employee outreach consisting of onsite interviews and focus groups with cross section of employee classifications as well as "all employee" survey. Approximately 65% of County employees provided feedback. • Job Assessment Tool (JAT) was distributed to all employees (online or paper version) to allow employees to provide in-depth information about their duties and responsibilities of their position. JATs collected information regarding leadership, working conditions, complexity, decision making, and relationships of each position. JATs were reviewed by supervisors for accuracy. Approximately 63% of our employees completed a JAT and 85% of classifications were represented. This information was used to conduct a classification analysis. • Salary survey of 19 peer organizations for 100 benchmark classifications was conducted. Over 700 data points were collected and the results were adjusted for cost of living. Out of the 19 peer organizations surveyed, Indian River County had the 3rd highest cost of living. Based on the results of the market survey, Evergreen has provided recommendations to the County to implement three (3) new pay plans for Exempt, Non -Exempt, and Labor employee groups. The recommended plans are at 60% of market, placing us above the market midpoint. The pay plans and corresponding placement of classifications in each plan are reflected in the attached Final Report, Chapter 5 - Recommendations. 477 Employee meetings to discuss Evergreen's recommendations and proposed implementation were held on August 29th and 30th. Additionally, the County has presented the implementation of the study to the Teamsters' employee group during negotiations. Following these meetings, and based on employee feedback, the County Administrator requested that additional consideration be given to the minimum increase provided under the implementation. Budget confirmed that funding is available to provide the following implementation for non-union and exempt employees: Non -Exempt Employees o Employees with less than 6 months of service on October 4, 2024, will be placed at the minimum of the new pay grade or retain their current pay rate (whichever is greater) o Employees with 6 months of service or greater on October 4, 2024, will be placed in the new pay grade and receive the greater of: • 5% above new pay grade minimum, OR • a $1.75 per hour or 6% per hour increase (whichever is greater) OR the hourly rate in the new pay grade as determined by the compensation and classification study based on an average of the employee's class year parity (time in position) and current pay grade penetration not to exceed a 15% increase in pay. In no case will an employee's rate of pay exceed the maximum of the new pay grade. If an employee receives less than a 6% increase due to the maximum of the new pay grade, the employee will receive the balance in a lump sum. Exempt employees (excluding E19 Department Directors) o Employees with less than 6 months of service on October 4, 2024, will be placed at the minimum of the new pay grade or retain their current pay rate (whichever is greater). o Employees with 6 months of service or greater on October 4, 2024, will be placed in the new pay grade and receive the greater of: • 5% above new pay grade minimum, OR • 6% increase in pay, OR • the pay rate in the new pay grade as determined by the compensation and classification study based on an average of the employee's class year parity (time in position) and current pay grade penetration not to exceed a 7.5% increase in pay. Every employee with 6 months of service or greater as of October 4, 2024, will receive at least a 6% increase in their rate of pay up to the maximum the new pay grade. In no case will an employee's rate of pay exceed the maximum of the new pay grade. If an employee receives less than a 6% increase due to the maximum of the new pay grade, the employee will receive the balance in a lump sum. 478 Department Directors o Employees with less than 6 months of service on October 4, 2024, will be placed at the minimum of the new pay grade or retain their current pay rate (whichever is greater). o Employee with 6 months of service or greater on October 4, 2024, will receive a 4-6% increase in pay as determined by the County Administrator. Contract employees (not included in the compensation study) will receive 4% general wage increase. The associated wage increases will be effective October 4, 2024. The proposed implementation provides a 6% to 15% wage increase for our hourly employees, provides a 6% to 7.5% increase for our exempt employees, and provides a competitive wage increase for our Department Directors and Contract employees. Following approval by the Board, staff will continue negotiations with the Teamsters' employees and will prepare for implementation effective the first pay period in October. FUNDING: Funding in the amount of $2,886,941 is budgeted and available in the proposed FY2024/25 budget to provide for the implementation and associated wage increases including benefits. This excludes Teamsters' who will be presented to the Board at a later date once agreement is reached. RECOMMENDATION: Staff recommends and respectfully requests that the Board approve staff's recommendation to implement the Compensation and Classification Study effective October 4, 2024, providing for a minimum increase and maximum increase based on each employee group for non-exempt, exempt, and Director level employees and approving 4% general wage increase for contract employees as recommended. ATTACHMENTS: Compensation and Classification Study for Indian River County Final Report 479 Classification and Compensation Study for Indian River County, FL FINAL REPORT s. Evcm feen 3mhMs&& Aw.. September 4, 2024 EVERGREEN SOLUTIONS, LLC Table of Contents PAGE 1.0 INTRODUCTION........................................................................................................1-1 1.1 Study Methodology ............................................................................................1-2 2.0 ASSESSMENT OF CURRENT CONDITIONS............................................................... 2-1 2.1 Analysis of Pay Plans.........................................................................................2-1 2.2 Salary Placement Analysis................................................................................2-8 2.3 Quartile Analysis............................................................................................. 2-12 2.4 Compression Analysis.................................................................................... 2-17 2.5 Department/Location Distribution................................................................ 2-21 2.6 Summary .........................................................................................................2-21 3.0 SUMMARY OF EMPLOYEE OUTREACH..................................................................... 3-1 3.1 General Feedback............................................................................................3-1 3.2 Compensation....................................................................................................3-4 3.3 Classification......................................................................................................3-7 3.4 Benefits..............................................................................................................3-8 3.5 Summary ............................................................................................................3-9 4.0 MARKET SUMMARY................................................................................................. 4-1 4.1 Market Data .................... 4.2 Salary Survey Conclusion .......................... 4-3 .......................... 4-9 5.0 RECOMMENDATIONS.............................................................................................. 5-1 5.1 Classification System........................................................................................5-1 5.2 Compensation System......................................................................................5-2 5.3 System Administration................................................................................... 5-11 5.4 Summary .........................................................................................................5-13 4814 EVERGREEN SOLUTIONS, -LLC Chapter 1 - introduction In October 2023, Evergreen Solutions was retained by Indian River County, FL to conduct a Classification and Compensation Study for all employees. The Classification and Compensation Study was designed to focus on the internal and external equity of both the structure by which employees are compensated, as well as the way in which positions relate and compare to one another across the County. The recommendations offered in this study are intended to meet the County's desire to attract and retain qualified employees. Internal equity relates to the fairness of an organization's compensation practices among its current employees. Specifically, by reviewing the skills, capabilities, and duties of each position, it can be determined whether similar positions are being compensated in a similar manner within the County. The classification component of this study is aimed at resolving any inconsistencies related to job requirements and providing some clarityto the plan in place. External equity deals with the differences between what the County is paying for each classification of employees and what compensation is available in the marketplace for the same skills, capabilities, and duties. As part of the study, Evergreen Solutions was tasked with: • holding a study kick-off meeting; • analyzing the County's current salary structure to determine its strengths and weaknesses; • conducting employee outreach by interviewing County leaders and holding focus groups with a representative sample of employees; • distributing an employee outreach survey to gather feedback from all employees; • facilitating discussions to develop an understanding of its compensation philosophy; • collecting classification information through the Job Assessment Tool (JAT) process to analyze the internal equity of the County's classification system; • conducting a market compensation survey to assess external equity (market competitiveness) of the County's current pay plan; • developing recommendations for improvements to classification tities and the creation of new titles, as appropriate; Evergreen Solutions, LLC Page 1-i 482 Chapter 1 - Introduction Classification and Compensation Study for Indian River Countv. FL • developing a competitive compensation structure and slotting classifications into that structure while ensuring internal and external equity; • developing optional methods for transitioning salaries into the new structure and calculating cost estimates for implementation; • providing the County with information and strategies regarding compensation and classification administration; • preparing and submitting draft and final reports that summarize the study findings and recommendations; • revising classification descriptions based on employee feedback; and • conducting training sessions with human resources staff in the methodology used to systematically assess job classifications. 1.1 STUDY METHODOLOGY To provide relevant information to the County, Evergreen combined qualitative with quantitative data analysis to produce recommendations that maximize the fairness and competitiveness of the County's classification structure and practices. Project activities included: • conducting a project kick-off meeting; • facilitating employee focus group sessions; • gathering employee feedback via a survey; • conducting a market compensation survey; • developing recommendations for compensation management; • developing detailed implementation plans; • crafting the draft and final reports including all compensation analysis; and • updatingjob descriptions. Kickoff Meeting The kickoff meeting provided an opportunity to discuss the history of the organization, finalize the work plan, and begin the data collection process. Data collection of relevant background material (including existing pay plans, organization charts, policies, procedures, training materials, job descriptions, and other pertinent material) is part of this process. Assessment of Current Conditions This analysis provides an overall assessment of the existing pay plans and related data for the County's employees at the time the study began. The current pay plans, the progression of employee salaries through pay grades, employee tenure, and the distribution of employees 4 Evergreen Solutions, LLC Page i -?- 483 -z483 Chapter 1 - Introduction Classification and Compensation Study for Indian River Countv. FL in the County are all examined during this process. The findings of this analysis are summarized in Chapter 2 of this report. Employee Outreach Duringthe week of December 11, 2023, interviews and focus group sessions were conducted through on-site meetings. During the focus groups, employees were asked about their experience with the County and to identify any concerns they have about compensation or classification with the County. A survey was also sent to all employees who were not able to participate in a focus group. Feedback received from employees helped to highlight areas where the employees feel attention and consideration are needed. This information, found in Chapter 3, provided some basic perceptional background, as well as a starting point for the research process. Salary Survey The external market is defined as identified peers with which the County competes for qualified employees, including those that have similar characteristics, demographics, and service offerings as the target organization. Benchmark positions were identified from each area and level of the organization and include a large cross-section of positions in the County. Once the target and benchmark information were finalized, a market survey tool was created to solicit salary information from each of the peer organizations. When the results were received, the data were analyzed, cleaned, and entered to provide aggregate findings. The results of the surveys are provided in Chapter 4. Job Assessment Tool (JAT) Classification Analysis Although market data are imperative for determining pay grade value for job titles, they are not the only factor that contributes to recommended placement. In addition to collecting market data, job questionnaire data were used to slot positions. Evergreen's Job Assessment Tool (JAT) was administered to all employees during the study and was available to all employees for a three-week period to allow for sufficient participation. Upon completion of the JAT, supervisors were provided the opportunity to review employee submittals and provide feedback on responses. The JAT provided a score for each County job title which was used to determine the hierarchy and value of all job titles based on each one's complexities. Each classification's score was based on the employee and supervisor responses to the JAT. The scores allowed for a comparison of classifications in the County. The nature of each compensable factor is described below: L Leadership - relates to the employee's individual leadership role, be it as a direct report of others who have leadership responsibilities, or as an executive who has leadership over entire departments or the County as a whole. Working Conditions - deals with the employee's physical working conditions and the employee's impact on those conditions, as well as the working conditions impact or potential impact on the employee. Evergreen Solutions, LLC Page 1-3 484 Chapter 1 - Introduction Classification and Compensation Study for Indian River Countv. FL • Complexity - describes the nature of work performed and includes options ranging from entry-level manual or clerical tasks up to advanced scientific, legal, or executive management duties. • Decision Making - deals with the individual decision-making responsibility of the employees. Are decisions made on behalf of the employee or is the employee making autonomous decisions that impact the individual, other employees, or even the entire organization and the citizens that rely on the County. • Relationships - deals with organizational structure and the nature of the employee's working relationships. Responses range from employees who work primarily alone, those who work as members of a team, those who oversee teams, and even those who report to elected officials or the general public. Recommendations The development of recommendations followed agreement on the structure of the compensation and classification system. During this phase, desired range spreads (distance from minimum to maximum) and midpoint progressions (distance from the midpoint of one pay grade to the next) were established. In addition, the County identified its desired market position and compensation philosophy. Subsequently, the pay plan and job slotting within the system were adjusted to account for this desired position in the market. As part of the study, job titles for employees were determined to best reflect the roles and responsibilities of each position. With the salary schedules and job titles established, jobs can be slotted into the proposed pay grade structure using market data and feedback from Human Resources staff in the County. The final step in the development of recommendations was to identify the costs associated with each step of the analysis. The data from the job slotting were applied to the individual incumbents in the organization. This gave the County the opportunity to view the total costs associated with the structural changes. Information was then provided to the County on various ways to implement the proposed structure and possible adjustments that can be made to address any remaining issues. A summary of the findings and the associated recommendations in the study can be found in Chapter 5. L Evergreen Solutions, LLC Page 1-4 485 EVERGREEN SOLUTIONS, LLC Chapter 2 - Assessment of Current Conditions The purpose of this chapter is to provide a statistical analysis of the compensation and classification system in place at the County at the start of this study. The assessment is divided into the following sections: 2.1 Analysis of Pay Plans 2.2 Grade Placement Analysis 2.3 Quartile Analysis 2.4 Compression Analysis 2.5 Department Distribution 2.6 Summary The analysis in this chapter represents a snapshot in time - this chapter was built from employee information collected in November of 2023. Every organization changes continuously, so this chapter is not meant to be a definitive statement on continuing compensation practices at the County. Rather, this AOCC is meant to represent the conditions that were in place when this study began. The data contained within provide the baseline for analyses through the course of this study but are not sufficient cause for recommendations in isolation. By reviewing employee data, Evergreen gained a better understanding of the structure and methods in place and identified issues for both further review and potential revision. 2.1 ANALYSIS OF PAY PLANS The purpose of analyzing the pay plans used within the County is to help gain an overview of the compensation philosophy as it existed when the study began. The County administers five open range pay plans for its Administrative, Exempt, Fire, Labor, and Non -Union employees. Exhibits 2A through 2E provide details related to the value of each pay range at the minimum, the calculated midpoint, and the maximum; the range spread for each (the distance between the pay range minimum and maximum); the midpoint progression (the distance between the midpoint of adjacent pay grades); and the number of employees in each pay grade. As shown, the Administrative pay plan features 2 distinct pay grades, with a range spread of 50 percent. One pay grade, A00, does not have a set pay range. The Exempt pay plan features 18 distinct pay grades, with a range spread of 50 percent for each grade. The Fire pay plan is comprised of 13 distinct pay grades, with a range spread of 43 percent for each grade. One pay grade, Z102, is one set salary and does not have a range. The Labor pay plan is comprised of 16 pay grades with a range spread of 50 percent. The Non -Union pay plan also has a range Evergreen Solutions, LLC Page 2-1 486 Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL spread of 50 percent with 26 pay grades. Combined, these plans support 974 employees, with varied midpoint progressions in each plan. EXHIBIT 2A PAY PLAN SUMMARY - ADMINISTRATIVE EMPLOYEES Note: The four County employees in pay grade A00 do not have set pay ranges and are therefore not included in the majority of the tables in the rest of this chapter. EXHIBIT 2B PAY PLAN SUMMARY - EXEMPT EMPLOYEES Plan GradePay ...Range. Spread Progression . EXEMPT E06 $53,141.66 $66,435.85 $79,730.04 50% - 15 EXEMPT E07 $;5,781.44 $69,726.93 $83,672.42 50% 5% 4 EXEMPT E08 $58,570.98 $73,222.37 $87,873.76 50% 5% 14 EXEMPT E09 $61,508.20 $76,885.64 $92,263.08 50% 5% 7 EXEMPT E10 $64,595.70 $80,753.66 $96,911.62 50% 5% 9 EXEMPT E11 $67,830.10 $84,787.95 $101745.80 50% 5% 15 EXEMPT E12 $71,215.04 $89,027.12 $106,839.20 50% 5% 7 EXEMPT,.-' 13 $74,784.06 $93,490.15 $112,196.24 50% 5% 6 EXEMPT E14 $78,541.06 $98,175.09 $117,809.12 50% 5% 6 EXEMPT E15 $82,476.68 $103,100.92 $123,725.16 50% 5% 8 EXEMPT E16 $86,610.68 $108,272.19 $129,933.70 50% 5% 6 EXEMPT JW17 $90,924.60 $113,663.94" $136,403.28 --,-5,-0,-% 5% 8 EXEMPT E18 $95,462.38 $119,336.36 $143,210.34 50% 5% 6 EXEMPT Mj2p $105,246.44 $131,557.53 $157,868.62 50% 10% 1 EXEMPT E21 $110,509.36 $138,135.92 $165,762.48 50% 5% 1 EXEMPT ES02 $89,169.60 $106,303.73 $123,437.86 38% -23% 6 Overall 50% 5.4% 1 113 Evergreen Solutions, LLC Page 2-2 487 Chapter 2 -Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL EXHIBIT 2C PAY PLAN SUMMARY - FIRE EMPLOYEES Plan Grade Minimum MidpointPay Maximum Range Rangee Employees FIRE DF03 $54,531.36 $66,310.92 $78,090.48 43% FIRE DF04 $59,641.92 $72,530.64 $85,419.36 43% 9%50 FI DF06 $65,426.40 $79,550.64 $93,674.88 43% $31,096.00 FIRE DF07 $68,523.00 $83,313.75 $98,104.50 43% 50%. 2 FIRE QF08 ! .T �„,,,x., _7 2 _ .7..8 . �r.. % 5% FIRE DF94 $75,192.00 $91,425.75 $107,659.50 43% 5% 3 FIRE DFR4 $59,641.92 $72,530.64 $85,419.36 43% - 40 FIRE X03 $51,358.32 $62.449.92 $73,541.52 43% - 2 FIRE X04"` 4 $68,?'Srk $80,730.00 '4W- 10% 1 FIRE X05 $59,143.50 $71,916.00 $84,688.50 43% 5% 3 FIRE X06 $ p UQ $,§ 96 $8 - 2 43% 5% 7 FIRE X07 $65,091.00 $79;140.75 $93,190.50 43% 5% 2 FIRE Z102 $53,144.00 $53,144.00 $53,144.00 0% 2 Overall $75,940.$U._ ,50% 5% 13 LABOR 40 40% -0.8% 288 EXHIBIT 2D PAY PLAN SUMMARY - LABOR EMPLOYEES Plan GradePay ...int Maximum Range Midpoint ProgressionSpread Employees LABOR 37.5 M02 $25,213.50 $31,473.00 $37,732.50 50% - 16 LABOR 37.5 M03 $26,442.00 $33,023.25 $39,604.50 1 50% 5% 1 LABOR 40 L05 $31,096.00 $38,854.40 $46,612.80 50% - 38 LABOR 40 L06 $32,635.20 $40,799.20 $48,963.20 50% 5% 1 LABOR 40 L07 $34,278.40 $42,827.20 $51,376.00 50% 5% 6 LABOR 40 L08 $35,984.00 $44,969.60 $53,955.20 50% 5% 29 LABOR 40 L09 $87,731,20 $47,184.80__ $56,638.40 50% 5% 32 LABOR 40 L10 $39,644.80 $49,545.60 $59,446.40 50% 5% 57 LABOR 40 L11 $41,641.60 $52,020.80 $62,400.00 50% 5% 23 LABOR 40 L12 $43,700.80 $54,641.60 $65,582.40 50% 5% 12 LABOR 40 L13 $45,905.60 $57,387.20 $68,868.80 50% 5% 4 LABOR 40 L14 $48,193.60 $60,247.20 $72,300.80 50% 5% 15 LABOR 40: L15 $50,627 gQ,v _a°' $75,940.$U._ ,50% 5% 13 LABOR 40 L16 $53,185.60 $66,466.40 $79,747.20 50% 5% 4 LABOR 40 L17 $55,827.20 $69,763.20 $83,699.20 50% 5% 8 LABOR 40 L18 $58,614.40 $73,247.20 $87,880.00 50% 5% 6 Overall 50% 5.8% 265 4 Evergreen Solutions, LLC Page 2-3 488 Chapter 2 - Assessment of Current Conditions Ciassfcation and Compensation Study for Indian River County, FL EXHIBIT 2E PAY PLAN SUMMARY — NON-UNION EMPLOYEES Plan GradePay ..RangeMid. Spread . Progression NON-UNION 37.5 NO3 $26,442.00 $33,023.25 $39,604.50 50% - 15 .:.: NON-UNION 37.5 N04 $27,729.00 $34, 80.75 $41,6 2.50 5% NON-UNION 37.5 N06 $30,595.50 $38,249.25 $45,903.00 50% 10% 34 NON-UNION 37.5 NO7, $32,136.00 $40,150.50 $48,165.00 50% J=1 NON-UNION 37.5 N08 $33,735.00 $42,159.00 $50,583.00 50% 5% 21 NON-UNION 37.5 N09 $35,373.00 $44,235.75 $53,098.50 50% NON-UNION 37.5 N10 $37,167.00 $46,449.00 $55,731.00 50% 5%E13 NON-UNION 37. M N11 .... $39,039.00 $48,769.50 $58,500.00 50% 5% NON-UNION 37.5 N12 $40,969.50 $51,226.50 $61,483.50 50% 5% NON-UNION 37.5 N13 $43,036.50 $53,800.50 $64,564.50 50%&5% ' NON-UNION 37.5 N14 $45,181.50 $56,481.75 $67,782.00 50% 5% 45 NON-UNION 37.5 N15 $47,463.00 $59,328.75 $71,194.50 50% 0 18 NON-UNION 37.5 N16 $49,861.50 $62,302.50 $74,743.50 50% 50A 11 NON-UNION 37.5 N17 $52,338.00 $65,403.00 $78,468.00 50% NON-UNION 37.5 N18 $54,951.00 $68,669.25 $82,387.50 50% 5% 2 NON-UNION 37.5 N19 $57,720.00 $72,101.25 $86,482.50 50% 5% 3 NON-UNION 37.5 N20 $60,606.00 $75,708.75 $90,811.50 50% 5% 6 NON-UNION 37.5 N21 _ $63,628.50 $79,482.00 $95,335.50 50% 5% ,. 2 NON-UNION 37.5 N22 $66,807.00 $83,460.00 $100,113.00 50% 5% 6 NON-UNION 37.5 N23 $70,141.50 $87,623.25 $105,105.00 50% ism 5% NON-UNION 40 S06 $32,635.20 $40,799.20 $48,963.20 50% - 12 ZION-UNION 40 SIO $39,644.80 $49,545.60 $59,446.40 50% 21% NON-UNION 40 S12 $43,700.80 $54,641.60 $65,582.40 50% 10% 6 NON-UNION 40 S14 $4$1193.60 $601247.20 $72,300.80 50, % 4 , NON-UNION 40 S15 $50,627.20 $63,284.00 $75,940.80 50% 5% 2 NON-UNION 40 S16 $53,185.60 $66,456.00 $79,726.40 50% 5% 6 Overall T I 50% 4.0% 288 Comparing the summary data in Exhibits 2A through 2E to best practices, a few observations can be made regarding the County's pay plans. Based on the analysis of the pay plans, the pay range spreads are consistent across pay plans, with each plan having a range spread of 50 percent except for the Fire plan with 43 percent. Best practice suggests consistent range spreads set between 50 to 70 percent with consistent midpoint progressions to allow for equitable earning potential. In addition, of the 73 pay grades across the County's three pay plans, 24 pay grades contain fewer than five employees. All classifications (job titles) provided in the employee database are listed in Exhibit 2F. As shown in this exhibit, the County utilizes 289 unique classifications. Evergreen Solutions, LLC Page 2-4 489 J LL F - z U it W z LL Q N 0 z m z X_ W LFJ J H H z 0 a U LL !n O ( 0 LU p x D O w w = a -j w n LU z_ w Z H d � a x U w x U U) dS �azw� DZocx 2 (D a �u~jQ�ZO a o J LLF Z x w� 0 Q W w w H cn a U to a • z (n Z U U Z Lu F- a Q x F Q -= Z Z x> U x x x cl w z Q U Q Z w Q U Q Q o O x 0 Q Q Z O Q¢ U p W w �i In J a Q Z> J - F- F H W Z w x� (n J U U x O Y w Z 1, m J Z O x D a zQ o z J F- z z z w > 2 ? w z Z W 0 w p> a H O D J C7 Q Q 0 J 2 O m U U C7 Z Cr x z Z ¢} Q O Z (� (n (� O m J m Z w a W m H cn H p Q Q w W Z LL.F Z Q E- (n - o x F- Q a F m U 0 (n to cn x x x x x x x x x x J J J w 0 2 Z Z J 0 z J _J (n Q cI) Q cn Q O O 0 0 0 O W Q Q Q � O J a g p J O x w O w W W z _O Z z _O Z Z Z Z _O Z z > x z Z z Q U= a m m U x F m w Q W Q W Q w w w w w w w w w w-- x x x x FY FY Fr FY Fr FY FY F- F- N m u) u) N u) in cn N N o cn u)cn o cn to o m cn m u) o N m u) to u) Ld U z O U O w L W x z� 0 U in z z U w j 0 Z o D o w00 cr-aQTui a Z Z w Ui Y Lu Y Z in x m C7 m J 0 z a 0 w� x U z z _> w x co J= x x Q= x U a (n x x Q � Z J a w O Z a o= p o z Q U O p 1- w U p U U w U W Z Y 0 0= U 0 F- O U .06 J Q X U Q w U w U U U U x a w uQJ w "' w 3 x Q O J "' L- w ¢ w= x x w it O m m z O x J w U w U a o x x 0 0 a Q Q x F- w oa w w w O m 0 0 - 0 Z 0 Z 0 LL U Z Z (7 U U t- > D o o F 0 Q 0.6 Q Z LF_ LLJ Q Q Q Q Q U Z O Q Z Q Z x x x x x x x x x x Z� Z o W x Fii x p¢ J x>> H Q F H w 0 W o W 0 W o W 0 W o w 0 W 0 w 0 W o C7 w z F- 9 0 0 0 O FW- Q Q Q Q Q Q Q Q Q Q Q Y Y w w 0 ZD w w w ri W Q J a Z a¢ Z z z z z z z z z z z z x x F- w ru O a W w W z a Q Q Q Q Q Q Q Q Q Q Q Q J J J J J J J 2 2 i 2 2 2 2 2 2 2 2 2 z x W z Z LL Li z Z = U a U O cr LLJ LLx•F z cn z Q Q x w x 0a Q Z Z O Z x z Q Z x O x OQ Qw Z p p Q U Q Z w 0a wga Q UFF 0 0 D 0 x >x zgn U w wUzw5V Z x w Z a a o= Z Z Z Q x ((nn F- w o w t= Q� a w z z_ v � a¢ w x=¢ w w w w w H cw7 z > w Q � xLLJ x O -J to O F- 2 0 0 U U Z�> }LLzzzz0LJ x C7 0 o H Z 0 Q W x O FQi d a Z Z x x x� w U 2 Z -F-F-�t-�tn� Z Z Z Z F- to to to V- wU>QZ_ F x Z U W z W W W W W W g Z Z w W W W W w W LLF F'_' x W W Q 2 CL Q Q o O o w w w W O o O 2 2 2 2 i Q F- F= U x o U) o 2 2 t- x x x z z z z x x x a s a s a z O LL F- W w -12i2zzzzzzzaaaaaxQ¢z-- -jLJ"-o0 w w w w w w w w w w w w w w w w w W w LL u. LL LL W W W w W U O w Q cZ Q 0 U � Y\ 2 co d ) w-= x p a n p O x x -i U a Q U U cn Q z 2 w a F~i p 3. o x Z o~ _ v - z Z Q Fi LL d z O w LL 0 Q to x W Fu 0 U � o g w xp cr Q Q�Q X FyF a - - x ` x p w O Fi O U Q x w O W O� O 0 x cn m p _ 0 to 0 Z F- Q F- to F- - W cn O F- J L Q J J J w O p w W Z Z U C-) ::D a z w x z to 0 Z x x U Q z_ o 0 o a F w w O O w x Lj x a x o Z p t- z w m 2 to Q g O m w a o o H O� x F-� z (n FU- x U x U U U D LL O F- O 0 o F= c x 0 0 Z� 0 W a z LL W Z EL- Z Q O Z 0 Z 0 Z 0 p c Z W F- !- F- H F- t- F- W z w m O Q a s - O a F- O U U O O F- g z z z z z z z x Q a o cn 0 W m o o Q� Z J J J ¢( U U to Q H Q E- Q F- Q F Q F Q F Q F- D 2 O 0 Q U W Q-- Z Z F-- W z z OU z Q Q Q F- D to Ln (n D cn (n (n D w o O t7 0 J J � 0J. (F% 0 0 0 to 0 to 0� U( U o Z 0 0 0 0 .-F U 0 z z z a a (n 0 N 0 to to (n fn (n to (n J w m J m J m -i m =) m m D m rn Q Q Q Q Q a Q Q Q a Q� Q Q Q Q Q Q Q Q !n O c 0 m CU) Q) E U v C: m C (6 U J LL. Z O U w Z ZQ Z O Z U — � Z N (q F- W xm H W H Z O Q U LL U U 10 ,-0 ki Z LLJ Z Z d LL. O O V p z W a o Z w w p O m Z F- z = w p m O Q a W p0 Z 2� W w U F- U) W m F- m to mLLI O m m� p LL! O Q O- ~ z U) CD QLLI LU Y J W P U P m Q QO O Q w Z W Q- Q O V > Z J w w w a�= r- (n m Z w w O m O Z Z m m 2 m� W C7 U fn LL. Q F- F- UQ (n ri J J F- W= H U_= O Q Q � W W W a Z w t¢i Z U 3 W w F= V O U w w w} Q z Z� z Z w> cN7 Q w w w p z z z m J p m rf z Y Y Y J z w Q a ((1) a cr� a m F- U) p m m Cr Q 0 U U a O Z z(n w J fn ¢ d F- d w F- w W 0 n 0 n 0 n (n w Z Q o o O z d q w F- w F- w LL? 0 J Q z Z z>>> =Q }wpEs0w0 0 0 UWW W W m� 2 m m w m m w m m O m w >> UWw w L w J Lm m H H _ tW LL ¢ m O m O m O m w a a w a a w a w m a a a m w J p Q p Q p Q w Q w Q w Q LL Q F- J_ J J_ J_ F- F- F- F- F- D D D D > > > z) > > W m m m m m m _J F- F- F- F- F- ln (n (n (n (n (n (n (n (q (n (n (n (n (n to F- F- F- H F- F- F- F- > > > Z a a C7 O1 z F- p F- w > 0 w p w w dp W p Z C7 o O w a J J J Q W w m W a. w Z-= OU Z O w Q C7 (n p U F- LU 0 CO z w U w z g F- Z¢ z cn a w Q g a F-" z m W W F- J ¢ U W U W C7 m m z 0 W H O z U z a Q V 0- U m p w p w p m w m J U w a 0 w F- F- m J �= Q z 0 Ci O m Z 2> w m W m w z m> z w Q z p Z Z d a a p z w Q p Q p o C5 W °b Y w w w z d p z Q g cs w Q= Q Z z LL z � m a 2 Q I- W U �'� ¢ Z a Z 0 p U W- w Z O O o¢ w 2 w m w U w w w 0 a 0 w w W< -� a o s O Z w F- F- - o o F F - O H4 p z z Z z z m O w w w=_ 0<< w w a w (n Y vi Y to Z z Z Z In (n F- U m (A '� U (fin p (7 C7 W m LLJ m lA F- m m F- m Z g Z g z g Z g z g Z g z g Z g z g C7 Z Z o 0 0 0 , O m m m p Z Z U U U D d d d J m m w m m m D 06 0 d¢ a w w w O a a a m a a a m a a a a a a a a m m m m a m m m m m m m w w p U zE- p z J m w QU <O O w WQ ZQ WO p wa a< mUm 00W g z cr- 06 wm z¢z—— �o(nv~i(~i�aww�a�a O w W p F- W U J J U cr w W W F- U Z Q p d H Q 0O Z U W w w a w t w a> Q U Q U W >> U U o?f = (U a w O ¢ Z d U u) w w D a (n w wa a 0 0>> v F- (n z C) w C7 H w w Y Y a z (n tq (n -� W W w w w p m z g z z z z � m a z m m o (n p (n p W u- a a 0 C7 a o m m (n (n m o W O a d d¢ Q Z O Z Q w d U m m Z Z -� W z Z Z z m z Z z z F- (q F- U p F- z0 W W W W Q U F- LL. w_� pd }} > <n (n fn (n Q Q Q Q Q d W m Z 0 d O 0 0 w Ir CL Lu U O O O O O O w w 0 m D Z) U. m> w w w w cs C7 cs C7 cs cs cs o S 2 2 2 m m= m= 2= Z Z Z z Z g p z O O W0 w m O0 O - ¢ QJ p m w U p C7 = -F Lu > 0 Q w Sc m o m O U CL F- Z O m U a U z Z} ¢ F- w U a ¢ L) p F p J a W F- a r 0 Zcn W > � a cn W z Q z Q o W o m z (3 C7 m F- Q m F- F- U) U W a = F- Z F- Z cn (n U - U U Z Z Z F- m z m w d m d m Z m m W m m COW d1 p o m () W W ¢> Z Z g Q g Q g 0 W 2 m ~' W m w 2 0 a a a Z J o O m w w m w v U z z z a � w CL J z za w z cn z> � m a � m w m w O F- d W z¢ w U m U m w z to w F- w F- o O o p m 0 m 0 2 0 a w m ca N (n F- m — Y a m Z z 0 0 0 m m F- Q 1- ¢ ¢ O F- F- p r Z= m o W O w m0 pw g Z Z 0 z w w>>> F- U F- U ¢ Z ¢ z d Q w w (n w Z W m Z 3y E O a (n W W D� W W w ir cr p p } } } }} } m w 2 p z F- :7:c w F- (i w W w W 2 a a (n (n (n F- F- m m Z Z 1: Z Z Z c in a s to m w w w p p g g g g z Z z Z Z 0 0>>>>>> (n m m OUl O 0 0 0 0 o0 o O 0 0 0 0 0101010 U U U m 0 0 U L) v U 10 ,-0 ki U J 1-- z O U Ld > W — D Ir z zz z a O z U — U- z N (n W m H 2 H LL U LLJ F -Q U W m 0 a a:- 0-1 S Z w 00 0 S ¢_= Z w U Q LU p S w x wLL U~ M D w w w w W • z 0 cr� 0 0 0 0 w U' F- 0 0 p U O O W U w U F- F - Q W ZQ z Z Z J U W W>> Z Q J Q a g z Ur W UU W W O d a a a • w O N fn w } } ¢ S ¢ S Q ~ F- w w O w w w w W< F- F- H m LL 0 Q Q Q ¢ w J = J J S > > > En W p W O W O Z z Z U Q p tU- U Q 0 Y • w Y U) w (n O 0 w W W (D J J U 0 J • Q ca Q H S Q U C7 U w a� w o z z o z n¢� w Q J • O p F- Q U O z z z w N� F- ¢ (D S fr- O OC O z z 0 0 LL z 2 r O a Q !;-c z 06 S u`5 w 0 0 0¢¢ OW o F- c�i cam.) cra 0 0 = Y< o LL a Q z w W w W w w w O- 0 0 0 0 U U w S S S S S S S S S S S 0 w 0 w cr Z Z ¢ t¢- Q cn oU ui U T) U 0 ¢ ato U • CL m z D O 0 U (n_ S LU H W Q LJ w Z z O ¢ Q Q S F- F- U 2 LL a LL 2 E z • 0 Z¢ w � S LL c~i) w _ — = u0i U a z z z a a m 0 0 z z z Q ¢ a ¢ a x� � � of E E E Q w w w gui� m m m m W W W J J J J J J J J J J J J J J J U) LLJ U Lij O w } 0 Q = U U p Z Z Q w U) O� U m E Z o > > 0 z S di L z p O= Z fr U Z W S O L w f - • w Z S¢ W to S w V V O O O U w � C7 Z C�7 • U ¢ Q W W Q cr W m J O } I- wp W� w Q • w d' Z Z LL Z Z U) O S 0� W W F- Z J W 0 w 0 LL 0 LL 0 LL 0 w 0 F3 w OU S w u U W O w 2 (nW Q F- O F- O F- O F- O F- O F- O f- c 0 U 0 S U U U U U U U w W M D>> w w w w W w W> � W W W W O �_ �_ S_ S_ S_ S_ S_ i00- 0 0 0 0 CIO 0 O O D O D O D p L'U Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL 2.2 GRADE PLACEMENT ANALYSIS The Grade Placement Analysis examines how employee salaries are distributed throughout the pay grades. This can help identify salary progression issues, which are usually accompanied by employee salaries that are clustered in segments of the pay grades. A clustering of employee salaries in the lower part of ranges can indicate a lack of salary progression for employees or a high level of employee turnover. A clustering of employee salaries in the high end of pay ranges can be a sign of high employee tenure or a sign that the pay ranges are behind market, forcing the organization to offer salaries near the maximum of the range to new hires. With regard to minimum and maximum salaries, employees at the grade minimum are typically newer to the organization or to the classification, while employees at the grade maximum are typically highly experienced and highly proficient in their classification. The Grade Placement Analysis examines how salaries compare to pay range minimums, midpoints, and maximums. Only pay grades with at least one incumbent are included in this analysis. Exhibit 2G displays the percentage and number of employees compensated at their pay grade minimum and pay grade maximum. The percentages presented are based on the total number of employees in that grade. As can be seen in the exhibit, 3.1 percent (30 total) of all employees arecompensated below their pay grade's minimum. 4.0 percent (39 employees) are paid at the minimum of their pay grade, and 146 employees (15.1 percent) are paid at the pay grade maximum. No County employees are compensated above his or her pay grade's maximum. In discussions with the County's leadership team employees that are below the minimum of his or her pay grade are due to the hiring philosophy utilized by the County; if new hires within the Fire Services department do not meet the minimum requirements for the position, the new employee is brought in below the minimum of the pay grade until those requirements are met. EXHIBIT 2G EMPLOYEES AT MINIMUM AND MAXIMUM BY GRADE Evergreen Solutions, LLC Page z-8 493 Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL EXHIBIT 2G (CONTINUED) EMPLOYEES AT MINIMUM AND MAXIMUM BY GRADE l r Evergreen Solutions, LLC Page 2-9 494 E08 14 0 0.0% 0 0.0% 2 14.3% 0 0.0% E09 7 0 0.0% 2 28.6% 1 14.3% 0 0.0% 9,19"A' AIL .0.0% 1 11.1% 1 13, 0.0% E11 15 0 0.0% 0 0.0% 0 0.096 0.0% 0 7 0 0.0% 0 0.0% 1 14.3% 0 0.0% E13 6 0 0.0% 0 0.0% 0 0.0% 0 0.0% 4 6 0.090 1 16.7 0.0% E15 1!!!!.O% 8 0 0.0% 0 0.0% 1 12.5% 0 0.0% 1 ° E17 8 0 0.0% 0 0.0% 0 0.0% 0..: :0:0% E18 6 % 0 0.0% 2 33.3% 0.0% E20 1 0 0.0% 0 0.0% 0 0.0% 0 0.0% E21 0.0% 0 0.0% ,0% 0.0% ES02 6 0 0.0% 0 0.0% 2 33.3% 0 ` . 0.0% L05 0 0.0% 1 2.4i 4 10.5% 0 0.0% L06 1 0 0.0% 0 0.0% 0 0.0% 0 0.0% L07 "' " „ 0.0% 3 50.0% 0 0.0% L08 29 0 0.0% 3 10.3% 9 31.0% 0 0.0% 32 0% 0 0.0% 5 15.6% 0 0.0% L10 57 0 0.0% 1 1.8% 10 17.5% 0 0.0% . 23 , i 0 0.0% 0 0.0% 5 21.7% 0% h L12 12 O 0.0.% 0 0.0% 1 ° 8.3 /0 0 0.0% 2 50.0 `'0.0% L14 15 0 0.0% 2 13.3% 6 40.0% 0 0.0% 53.8%, 0 0% L16 4 0 0.0% 0 0.0% 0 0.0% -0 '0:0% L17 8 0 0.0% 1 12.5% H 4 50.0% 0 0.0% L18.6. 0 0.0% 0 0.0% 3 50.0% .0 0.0% M02 .0% 0 0.0% 0 0.0%M0.0% M03 1 0 0.0% 0 0.0% 0 0.0% 0 0.0% NO3 '- 0 0.0% 0 0.0% 1 6.7% 0 0.0% N04 2: 0 0.0% 0 0.0% 0 0.0% 0 0.0% N062.0% 5.9% 0 0.0% N07 12 0 0.0% 0 0.0% 1 8.3% 0 0.0% X108 0.0%- 29 0 0.0% 1 3.4% 4 13.8% 0 0:0% N00 0 0.0% 0 0.0% 0 0.0% 0 0.0% N11 2 0 0.0% 0 0.0% 0 0.0% 0 0.0% N12 13 F"6. o % 0 0.0% 3 23.1% 0 0.0% N13 5 0 0.0% 1 20.0% 2 40.0% 0 0.0% N14 4 0 _0.0% 4 $.90/ 6 13.3% 0 0.0% N15 180 0.0% 2 11.1% 0 0.0% 0 0.0% l r Evergreen Solutions, LLC Page 2-9 494 Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL EXHIBIT 2G (CONTINUED) EMPLOYEES AT MINIMUM AND MAXIMUM BY GRADE In addition to assessing the number of employees at minimum and maximum, an analysis was conducted to determine the number of employees below and above pay grade midpoint. The percentages refer to the percentage of employees in each pay grade that are above and below midpoint. Exhibit 2H displays the results of this analysis: a total of 604 employees are compensated below their pay grade midpoint—which is 62.3 percent of all employees for the County. There are 364 employees compensated above the midpoint of their pay grade, which is 37.5 percent of all employees. EXHIBIT 2H EMPLOYEES ABOVE AND BELOW MIDPOINT BY PAY GRADE Evergreen Solutions, LLC Page 2-10 495 Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River Countv. FL EXHIBIT 2H (CONTINUED) EMPLOYEES ABOVE AND BELOW MIDPOINT BY PAY GRADE Evergreen Solutions, LLC Page 2 -ii 496 <Mid Mid, Grade Employees 32 80.0% 8 20.0% DFR4 40 DF94 �3 00% 3 100.0% E07 4 1 25.0% 3 75.0% E08 14 57.1% 6 42.9% E09 7 6 85.7% 1 14.3% E10 9 6 3 33.3% E11 15 12 80.096 3 20.0% E12 7 5 71.4% .6% E13 6 3 50.0% 3 50.0% E14 6 2 33.3% 4 66.7% E15 8 3 37.5% 5 62.5% E16 6 4 66.7% 2 33.3% E17 8 3 37.5% 5 62.5% E18 6`' 16.7% 5 83.3% E20 1 1 100.0% 0 0.0% E21 1 0 0.0% 1 100.0% ES02 6 0 0.0% 6 100.0% L05 38 ,v- „„...,81.6% 7 18.4% L06 1 1 100.0% 0 0.0% LOI&, 33.3% 4 66.7% L08 :: 29 16 55.2% 13 44.8% L09 68.8% 10 31.3% L10 57 39 68.4% 18 31.6% 0 43.5% 13 56.5% L12 12 6 50.0% 6 50.0% Ll,-zjjjW"4'IM 50.0% 2 50.0% L14 15 7 46.7% $ 53.3% L15 3 4 30.8% 4 ""69.2% L16 4 0 0.0% 4 100.0% L17 8 4 50.0% 4 50.0% L18 6 1 16.7% 5 83.3% M02 16 12 75.0% 4 25.0% M03 1 1 100.0% 0 0.0% NO3 15 12 80.0% 3 20.0% N04 2 1 50.0% 1 50.0% N06 34 29 85.3% 5 4.7 N07 12 9 75.0% 3 25.0% N08 _... 21 ... ; . 19 90.5% 2 9.54L N09 - .29 20 69.0% 9 31.0% N10 8 66.7% 4 33.3% Evergreen Solutions, LLC Page 2 -ii 496 Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL EXHIBIT 2H (CONTINUED) EMPLOYEES ABOVE AND BELOW MIDPOINT BY PAY GRADE Grade.. 1 50.0% 1 50.0% N11 2 N12 13 9 69.2% 4 30.8% N13 5 3 60.0% 2 40.0% N14 45,.. 71.1% 13 28.9% N15 18 16 88.9% 2 11.1% N16 11` 45.5% 54.5% N17 11 6: 54.5% 5 45.5% N18 6716 m 100.0% N19 8 1 33.3% 2 66.7% N20 3 50.0%, 50.0% N21 2 2 100.0% 0 0.0% .. 6 83.3% 1 a N23 7 2 28.6% 5 71.4% SO 1 91.7% .3% S10 2 2 100.0% 0 0.0% S12 5 83.3% 1 16.7% S14 4 1 25.0% 3 75.0% - Q., _ - .,;. 00% ; %00.0% S16 6: 5 83.3% 1 16.7% X0 0.0% 2 100.0% X04 1 0 0.0% 1 100.0% X05 3 100.0% 0 ""W.0% X06 7 0 0.0% 7 100.0% X07 2 1 50.0% ,,, .50.0% Z102 2 0 0.0% 0 0.0% Total 1 970 604 62.3% 364 37.5% 2.3 QUARTILE ANALYSIS The last part of the Grade Placement Analysis is a detailed look at how salaries are distributed amongst pay grades through a quartile analysis. Here, each pay grade is divided into four segments of equal width called quartiles. The first quartile represents the first 25 percent of the pay range; the second quartile represents the part of the range above the first quartile up to the mathematical midpoint; the third quartile represents the part of the range from the midpoint to 75 percent of the pay range; and the fourth quartile represents the part of the range above the third quartile up to the pay range maximum. Employees are assigned to a quartile within their pay range based on their current salary. The quartile analysis is used to determine the location of employee salary clusters. Quartile analysis helps identify whether clusters exist in specific quartiles of pay grades. Additionally, the amount of time the employee has spent at the organization is also analyzed to observe Evergreen Solutions, LLC Page 2-12 497 Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River Countv. FL any relationship between organizational tenure and salary progression. This information, while not definitive alone, can shed light on any root issues within the current compensation and classification plan when combined with market data and employee feedback. Exhibit 21 shows the number of employees that are in each quartile of each grade, as well as the average overall tenure (i.e., how long an employee has worked for the County) by quartile. Overall, data provides that of the 970 employees included in this table, 38.0 percent fall into Quartile 1 of their respective grade; 24.4 percent fall into Quartile 2; 13.1 percent fall .into Quartile 3; and 24.4 percent fall into Quartile 4. While this distribution does not lead to a conclusion, data for average tenure do lead to determinations on the relationship between tenure and salary. Generally, overall average tenure increases as quartile increases; the average tenure in Quartile 1 is 2.2 years; in Quartile 2 is 6.0 years; in Quartile 3 is 10.2 years; and in Quartile 4 is 20.7 years. This would seem to indicate that, for the most part, a positive linear relationship exists between tenure and pay. Evergreen Solutions, LLC Page 2-i3 498 a Z QO N Z Q 0 O w M: F- 2 _ N N 3 W m2 Mm 6~ D Z Q U) J Q Z Q W J Q M O' O N tet;' M O 0) LO 0) O) M In t` 00 M CO O 00 N� ui � � t+) O ~ rr` Nr O N x N i NN m N .- I O LO m N o m 'i o N m 0 -1 M m N c -I N� m tM O m O ei O O N N e-1 ri N (00 .� N, , .. C�:l M00 (D C%4 VA fV ` N 00 s e l 0 a~ -I O O ei O O N N e-1 ri N O. Q O OD LO M O t- O EA N cN-1 In to � f` M of O cii N O OH O O O M N r i 00 M m N c I tt N Vq O tD „ In _ N . .. � OMO 0~0 M .7 . 0 0 0 0 0 0 0 0 rl O r to 00 O N O -1 - O, ".O ka: �IR, 0 $ 0 i M� O �„ O 04 � (O 00 00 00 00 bt1' O ti d O M t&CIA IH O .m -I t04 o 'tN m m V Ct 1 M ti O co, 00 e l O 000 0 0 0- (D t- w O O .1 N m't 0 O ti N 00 O -i In O O IL. W LL, W W IL O o O O ri _4 --i --q 'A rl -4 r ri N N Q¢ p f'� O r� fl 0 w W w w w w w w w w w w w w w Z QO Z CD 0 —W 0 w Z Z Ow FN F— M Fn < z U) 6— z w M Ol woml-ivmltwow(o 0 M IN W N N � m m rl- LO 0) 1- iv 0 (D N m 1-4 IH N w 6 6 -, N w 0 1 6 , C; CA oil g,o6 NN N N N N N N N m N N N T -i m CN C', li 04 • Ci CY) Lq 0 q cj 00 Cf) CD (q r-� c,4 u) to: C 0 (Y) 1-1 P- (0 0 N N r- f- m Itt m N 0 T -i 0 N m O (0 (Y) 0 C,4 �VH 0 Lf) C4 C,4 c W? O 0 06 0) ti 0): co ti t6 oi I�� O 04 CV 'q 0 �C14 i T-� 0 CTI 0 T -i MJ 0 m T -i OCN N rl- LO 00 r-- 00 C.4.Go m 0 OR CR Ci CR;" (6 co ui 4 'i m wi co It M m U) 4 inIq f4.00 lA L 0 N 0 M IN W N N � N 0 N. to 0 I m-PFF 0 ML u) Lq I Ti 0 li aq � (P X -i -i T-1 LQ CY) Ci CY) Lq 0 q cj 00 Cf) CD (q r-� c,4 u) to: C C4:p C4 C4 C,4 CD CN 0 I!w 0 't- ci 1& M 0, 1-4 V4 'i 10. Wi ip 5 0 co X-4 0) V -i li V-1 N cr) ..i 00 " LO -4 10 co 00 m 00 00 C4 CV) m V-1 CA rl- CY) C14 I�t LO M lzt 00 QO (D U') 04 CN 0) N Cc: • N U) CN 1l V -i T -i V-1 cr) -i (N 04 e1 e p 4 so m 0 -j N CY) Lo (.C) r— 00 CN CO CY) -,t (o r-- 00 0) 0 -1 C,4 I'* LO (0 OJJ J 0 0 0 0 J Z z z z z z z z z 2"".Z z z O O Z Z O aH N Z Q 0 it O w LU ox LU ~ Z x F- P Z OW U_ N ~ H � — Z m Q FE to J Q Z Q W _J F - Q a LO rn rn o? M rn ch � co co '1� LO o °, ONO N c�-i (D c i N M M N (VO N N N .- c -i O O LO ri O ei N N rl N1-1 O ti vi O. Cl) C4 6 ti Ch a-1 N m m m R -A ��� m I Ch O' s'I . et N CV r I O O M O O 000 N -4 (D � N O M N O ti N CV CV O O N S Liz N N M a-1 e-1 O e -I ci O N O O M O a-1 N N C'7 CD N O r lk; (D U a O O d d O� d n M .. , t0 ti N ,.:. Ln 06 N Ln e I. ti T N at Ln N N co • N C'7 CD N O r CN N (D It N (D N rl M I- N N O O ti QD CP O N M Cfl O N S LO O M S LO O i` N 0 V i= ri r N N CN N O -A -i A a -i -- 0 0 0 0 0 • Z E z Z Z Z Z Z v) U) U) U) U) Cn X X X X X N U a O O d d O� d n Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL 2.4 COMPRESSION ANALYSIS Pay compression can be defined as the lack of variation in salaries between employees with significantly different levels of experience and responsibility. Compression can be seen as a threat to internal equity and morale. Two common types of pay compression can be observed when the pay of supervisors and their subordinates are too close, or the pay of highly tenured staff and newly hired employees in the same job are too similar. According to the Society for Human Resources Management (SHRM), specific examples of actions that may cause pay compression include the following: • Reorganizations change peer relationships and can create compression if jobs are not reevaluated. • In some organizations, certain departments or divisions may be relatively liberal with salary increases, market adjustments, and promotions—while others are not. • Some employers have overlooked their Human Resources policies designed to regulate pay, paying new hires morethan incumbents for similarjobs underthe mantra of "paying what it takes to get the best talent." • Many organizations have found it easy to hire people who have already done the same work for another organization, eliminating the need for training. Rather than hiring individuals with high potential and developing them for the long term, they have opted for employees who could "hit the ground running"—regardless of their potential. Comparison with Supervisor Salaries One common form of pay compression (when pay differentials are too small to be considered equitable) can be defined as the lack of variation in salaries between employees with significantly different levels of experience and responsibility. An example of this can be observed when the pay of supervisors and their subordinates are too similar. The following analysis attempts to determine if such compression can be observed in the County. Exhibit 2J displays these results numerically and Exhibit 2K indicates the ratio of subordinate to supervisor salaries by grade graphically. Employees were grouped into categories reflecting whether their actual salary was less than 80 percent, less than 95 percent, or greater than 95 percent of their supervisor's salary. Less than 80 percent would indicate that the ratio of an employee's salary to his supervisor's salary would yield a result of less than 0.8. For example, an employee with a salary of $79,000.00 and a supervisor with a salary of $100,000.00 would yield a ratio of 0.79 and be placed into the Less than 80 Percent category. An analysis of the data would quickly reveal that while most positions in the County are in a great position, with sufficient space between employee and supervisor salaries, there are a few employees with salaries more than 100 percent of their supervisor's salary. Anywhere Evergreen Solutions, LLC Page 2-17 502 Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River Countv. FL yellow or red appears on Exhibit 2K is somewhere that warrants an examination of supervisor vs. employee salary. EXHIBIT 2.1 EMPLOYEE TO SUPERVISOR SALARY RATIO BY PAY GRADE Grade Less than 80% 80% < X < 95% 95%<X<100% Greaterthanl00% A00 1 1 0 0 A06 0 1 0 A08 6 3 0 0 DF03 132 0 0 DF04 50 0 0 0 33 8 0 DF07 2- 0 0 0 D76 _ W, 3,., 0 0 DF94 1 2 0 - 0 DFR4 40 0 0 E06 12 3 0 0 E07 2 _ _ 2, 0 E08 12 1 0 . 0 E09M 0 1 E10 5 3 0 Ell a E12 6 1 0 ... 0 E13 .... .:. ,., E14 5 1 .0 0 E15 7 ; 1 E16 4 :2 0 0 E17 4 E18 2 2 0... 2 E20 0 1 " I'II, 0 E21 0 1 0 0 ES02 0 6 0 L05 35 0 0 2 L06 1 0 0 L07 6 0 0 0 L08 19 7 L09 27 4 0. 0 L10 46 7 L11 20 3 0 0 10 2 j& 0 L13 4 0. - 0 ::.: 0 4 Evergreen Solutions, LLC Page 2-18 503 Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL EXHIBIT 2J (CONTINUED) EMPLOYEE TO SUPERVISOR SALARY RATIO BY PAY GRADE Note: Not all employees had supervisor information listed, and therefore were not included in this analysis. Evergreen Solutions, LLC Page 2-19 504 L14 12 3 0 0 L15 11 2 0 0 L16 1 & 3 0 0 L17 2 3 3 0 L18 0 &AN 3 1 M02 16 0 0 0 M03 1 0 = 0 0 NO3 14 1 0 0 N04 0 0 0 N06 33 0_ 1 0 N07 10 1 N08 21 0 0 0 N09 28 1 N10 12 0: 0 0 N11 2 0` 0 0 N12 12 0 0 1 N13 5 0 N14 43 2 0 0 N15 0 N16 11 0 0 0 N17 0 'IW0,, N18 2 0 0 0 N19 RIM "AM0 iii:. mom", N20 6 0 0 0 N21 2 Q— 0 N22 - 6 0 0 :. 0 N23 6 0 0 S06 12 0 0 0 S10 2 0 F 0 S12 6 0 0 0 S14 IL LM 1 0 S15 0 - 1 0 0 S16A 4 X03 2 0 0 0. X04 0 X05 3 . 0 0 0 X06 0 X07 2 0 0 0_ Z102 2 0 0 0 Totals 845 94 11 15 Note: Not all employees had supervisor information listed, and therefore were not included in this analysis. Evergreen Solutions, LLC Page 2-19 504 tea®■®�a�ao®■�■��a�� �e®����ea®■swfs�e�m ��� �� ae �� �e �� �e� w�� cwt �■���������s��v��� �r�����®�����e�� �o��a��rw���i®sem gnu®��a�w� �■. ����®�_s�a��d�� �®��w��ss��:i��� �s ism � � s� es�s� �� ase ���e Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL 2.5 DEPARTMENT DISTRIBUTION As of November 2023, the County employed 974 employees across 18 different departments. The following analysis was intended to provide basic information regarding how employees are distributed among departments. Exhibit 2L depicts the number of classifications that are present in each department, along with the number and overall percentage of total employees by department. As illustrated, the largest department/division (in terms of employees) is Fire Services, with 324 employees spanning 14 fire stations and representing 33.3 percent of the County's workforce. EXHIBIT 2L EMPLOYEES AND CLASSIFICATIONS BY DEPARTMENT 11- 0. silo a. O . Of Total ADMINISTRATOR OPERATIONS 2 2 0.2% BCC OPERATIONS 5 2 0.5%COMMUNITY SERVICES 69 23 7.1% COUNTY ADMINISTRAT6ii 4 10111111110L 0.4% COUNTY ATTORNEY 5 4 0.5% EMERGENCY MANAGEMEN 6 6ILb, 0.6% EMERGENCY MGMT BASE GRANT 1 1 0.1% FIRE SERVICES 324 33.3% FPL GRANT - 1 1 10.1% GOLF 25 2.6% HUMAN RESOURCES ..8 7 0.8% INFO SYSTEMS & TELECOM 2.5% MANAGEMENT & BUDGET 12 10 1.2% NATURAL RESOURCES/ENVIRO PLAN l,4 . 1.4% PARKS, RECREATION & CONS 119 37 12.2% PLANNING AND DEVELOPMENT SVC 60 2M 6.2% PUBLIC WORKS 147 61 15.1% UTILITIES OPERATIONS 148 58 15.2% Total 974 314 100.0% 2.6 SUMMARY The information contained in this chapter identifies features of the overall structure of the County's compensation system in place at the beginning of the study. Notably, the following was found: • In general, the structure of the pay plans offered by the County are transparent and relatively consistent in design. The plans contain consistent range spreads, but the range spreads for the Fire plan are somewhat narrow in comparison to the County's Evergreen Solutions, LLC Page 2-21 506 Chapter 2 - Assessment of Current Conditions Classification and Compensation Study for Indian River County, FL other plans. In addition, there are varied midpoint progressions within each pay plan due to changes that the County has made to the plans over time. Most County employees are paid less than 80 percent of their supervisors' salaries. However, 11 employees (1.1 percent) are within 95 percent of their supervisor's salary, and 15 employees (1.6 percent) of employees are shown as making more than their listed supervisor. This indicates that there is some compression starting to occur in relation to employee and supervisor salaries. This analysis acts as a starting point for the development of recommendations in subsequent chapters of this report. Paired with market data, Evergreen is able to make recommendations that will ensure that the County's compensation system is structurally sound in terms of best practices. Evergreen Solutions, LLC Page 2-22 507 4 -- EVERGREEN SOLUTIONS, LLC Chapter 3 - Summary of Employee Outreach On December 14, 2023, the Evergreen Solutions Team released an employee survey on behalf of Indian River County. The objective of this survey was to collect feedback on the strengths and weaknesses of the current compensation and classification plans. As a result, Evergreen received 489 survey responses from employees representing a cross section of departments and classifications as well as management levels. Additionally, in-person and virtual focus groups were held from December 13th through December 15th, 2023. The Evergreen team met with approximately 200 employees from various departments and classifications. These employees were asked to share their experiences thus far with the County. The remainder of this chapter summarizes the comments made by survey and focus group participants. It is important to note that the views shared in this summary are not necessarily supported by Evergreen Solutions nor Indian River County. Evergreen, however, used this information as a basis for further investigation throughout the course of the study. In all instances, Evergreen has removed any information that may identify the commenter. 3.1 GENERAL FEEDBACK Although the major purpose of the survey and focus groups was to discuss compensation and classification, the first three questions asked in the survey received feedback related as to why employees initially came to work for the County, why they remain employed, and what they feel the County does well for the employees. The most common replies were as follows. • Benefits/Retirement - The benefits and retirement packages offered by the County was a top survey response; this was also mentioned in focus groups. • Location - Location was also one of the most common survey responses as to why employees started working with the County and a popular response for why employees have remained with the County. • Opportunity to Make a Positive Impact on the County/Local Community -Close to half of the survey respondents shared that by working with the County, they feel that they are able to make a positive impact on their local community. • Relationships with Coworkers - Another contributing factor to employee retention is the people who work for the County. Many employees in focus groups stated that they Evergreen Solutions, LLC Page 3-1 508 Chapter 3 - Summary of Employee Outreach Classification and Compensation Study for Indian River County, FL enjoy working with their colleagues and often described the County as a "family atmosphere" where everyone is supportive of each other. • Type of Work - The top response from employees for remaining with the County was that they enjoy the type of work that they do, with many stating that they came to work for the County specifically for the unique opportunities that are offered. Exhibit 3A shows the aggregate results of factors that helped bring current employees to the County. 4 Evergreen Solutions, LLC Page 3-2 509 Chapter 3 - Summary of Employee Outreach Classification and Compensation Study for Indian River County, FL Exhibit 3B shows the aggregate results of factors that have encouraged employees to remain with the County. EXHIBIT 3B REASONS FOR REMAINING WITH THE COUNTY '0* Evergreen Solutions, LLC Page 3-3 510 Chapter 3 - Summary of Employee Outreach Classification and Compensation Study for Indian River County, FL 3.2 COMPENSATION Employees were asked about the County's compensation practices, policies, and procedures. Exhibit 3C shows aggregate results for positive aspects of employees' compensation. As shown, the majority of respondents felt that job security/stability was one of the most positive aspects of compensation, followed closely by the retirement package offered by the County. EXHIBIT 3C POSITIVE ASPECTS OF COMPENSATION WITH THE COUNTY 80.00% 70.00% 60.00% - 5.0.00% 40.00% 30.00% 20.00% — 10.00% I 0.00% ... . Responses ■Job security/stability ■ Retirement ■ Paid Time Off ■The value of the benefits package ■ Base pay is competitive ■Additional incentives/supplements are competitive The most frequent comments regarding compensation included the following: Familiarity with Compensation System - 37.01 percent of survey participants said they were somewhat familiar with the County's current compensation system. Additionally, 48.88 percent indicated they were very or extremely familiar with the compensation system. However, approximately 14.11 percentsaid they had little to no understanding of the compensation system. During focus groups, several employees mentioned that there seemed to be inequities between how pay was set for both new hires and internal promotions. More communication regarding these items was requested. Evergreen Solutions, LLC Page 3-4 511 Chapter 3 - Summary of Employee Outreach Classification and Compensation Study for Indian River County, FL • Competitive Salaries - Only 4.78 percent of survey participants felt that the County's salaries were already market competitive for their position. During focus groups, it was mentioned that there has been somewhat of a challenge recruiting and retaining Managers and Supervisors because of the pay. It was also mentioned that it is difficult to fill entry level positions not only because of the low pay, but also that many of these positions are advertised as part-time with no benefits. • Satisfaction with Base Compensation - Of all survey respondents, the average satisfaction level in relation to base compensation with the County was 4.82, with a response of 1 indicating that the employee was very dissatisfied and 10 indicatingthat the employee was very satisfied. • Raises/Incentive/Paygrade Assignments - Close to half (48.87 percent) of survey participants stated they feel raises, incentives, and paygrade assignments are not fair/equitable between employees, while 35.73 percent of employees were unsure. Employees mentioned that there is an inadequate separation of pay by rank/classification, and that many newer employees are often making the same if not more for base compensation than longer tenured employees in a higher level. Employees would like to see the internal promotion policy revised; many believe it is not worth the hassle to promote. Additionally, employees would like to see equitable pay for similar job titles across departments. • General Wage Increases - Many focus group participants expressed appreciation for the general wage increases over the last few years. However, it was frequently mentioned that these increases are not keeping up with the actual cost of living in the area. • Compression - A major area of concern with focus group participants was compression between new and tenured employees. Many thought this was due to the way salaries are configured for new hires and internally promoted employees. Some of the feedback received was that there does not seem to be consistent practices when determining salaries, and there was inconsistency among departments as to whether prior experience was considered. • Incentives for Education/Certifications - It was mentioned that in instances where certifications are not tied to promotion that employees would like to receive an incentive for certifications that would enhance their job performance. Focus group participants believed this would motivate employees to seek out educational and certification opportunities, which would in turn increase the skill level of employees. • High Risk - Some employees mentioned that there are several positions within the County that deal with dangerous, hazardous, and/or risky working conditions and requested that these types of positions be reevaluated and classified as High Risk. • Merit Pay - Currently everyone who meets or exceeds expectations on their performance evaluation receives the same percentage of pay. There is no incentive for 4 Evergreen Solutions, LLC Page 3-5 512 Chapter 3 - Summary of Employee Outreach Classification and Compensation Study for Indian River County, FL employees to be a top performer or exceed expectations within their roles. Staff members voiced concern about this and requested a change in policy in order to motivate employees. Exhibit 3D displays aggregate results for employees' beliefs on what the County needs to do to be more competitive with the market. As shown, 81.09 percent of respondents felt that the County needs to increase pay grade ranges (minimums and maximums). Other top responses included to increase pay of individual employees (68.48 percent of respondents), and to provide additional general wage increases, which was selected by 53.26 percent of survey respondents. EXHIBIT 3D METHODS FOR THE COUNTY TO BE MORE COMPETITIVE WITH MARKET Evergreen Solutions, LLC Page 3-6 513 90:00% 80.00% 70.00% 60.00% . . 50.00% 40.00% -__-...-w ...._----- __:30.00% :30.00%— 20.00% 10.00% 0.00% Responses ■ Increase pay grade ranges (minimums and maximums) ■ Increase individual pay of employees ■ Provide additional general wage increases ■ Offer more robust remote work opportunities :11111 Compensation at the County is already at or above the market rate for my position Evergreen Solutions, LLC Page 3-6 513 Chapter 3 - Summary of Employee Outreach 3.3 CLASSIFICATION Classification and Compensation Study for Indian River County, FL Participants were asked about any classification concerns. Comments shared by employees related to the County's classification structure include: Career Progression - Adding levels to classifications to create career paths was mentioned frequently during focus groups as something both managers and employees felt would benefit the County. Respondents believe focusing on career development within the current workforce would help to grow employees and retain them. At least 26.82 percent of survey respondents shared that there are not enough levels for advancement in their current career path. Many positions do not have tiers, or enough tiers to account for related skill levels. Employees would like to be able to grow their career with the County, and by adding additional levels, they would be able to do so. TraininVCertifications/Licenses - Several classifications require specific certifications to successfully meet the needs of the position. This has been a challenge in hiring these positions, as many applicants do not already possess the required certifications. Employees shared that in the past, applicants were hired and provided training to help them receive the required accreditations. Employees would like to see the County bring back this provisionary classification level and help employees with training for hard -to -fill positions with these requirements, such as acquiring a CDL license. Generic Classifications - A major area of concern by employees who participated in both the survey and focus groups were the generic classifications utilized by the County. The County uses many broad classification titles that do not accurately reflect the roles and responsibilities for a specific position. Some employees who have the same classification title do very different types of work -- so much so that employees thought these positions should not even be in the same pay grade. Job Descriptions - Many survey respondents (67.70 percent) believe that theirjob title accurately describes the work being performed, with 60.78 percent of participants stating that their job description accurately describes the work being performed. However, it was mentioned during the focus groups that many of the job descriptions seem to have elevated qualifications, and that if the education and experience requirements were revised appropriately it would enable the County to hire the right staff. Currently, positions posted requiring advanced degrees or certifications are getting little to no applicants. Staffing Levels - Several focus group participants mentioned that the County does not have the current staffing levels to provide necessary services and that many employees are often performing the work of multiple positions. Specific comments shared by employees related to the County's classification structure include: Evergreen Solutions, LLC Page 3-7 514 Chapter 3 - Summary of Employee Outreach Classification and Compensation Study for Indian River County, FL • Chief Operators -These positions have all the responsibilities of a supervisor without the employees being directly assigned to them. • Meter Readers -It was mentioned that this position title has been generalized and is being used for different types of work; some employees are simply doing turn on/off procedures, while others are performing more complex functions. More clarification and/or differentiation regarding this classification was requested. • Recreation Leaders -Employees in this classification are among the lowest level positions in Parks and Recreation. These employees are essentially performing all of the same functions as the Utilities Customer Services Representatives (accounting type work, billing, etc.) but are not considered equivalent. • Senior Maintenance Workers -This title is utilized amongst different departments, although the positions do not perform similar duties. More clarification and/or differentiation regarding this classification was requested. • Staff Assistants -This is a generic title that is utilized very differently across the County. Many of these positions should be evaluated for a more appropriate title. • Utilities Customer Services Representatives -Employees in this classification are performing higher-level functions typically seen in a role similar to that of an Accountant classification, and it was requested that the title be reevaluated. 3.4 BENEFITS Although not within the scope of the study, employees also offered input regarding the current benefits package offered by the County. General comments provided by focus group participants related to benefits included the following: • Overall, employees expressed that the health plan benefits are good. Some employees requested an additional option besides employee only and employee plus family coverage options (i.e., employee plus one) due to the expense of family coverage. It was also requested that health benefits be extended to part-time employees. • Many employees expressed a desire for retiree benefits, or for the County to contribute to benefits in some way after retirement. • Several employees shared that they would like to see the leave accrual policies for County employees to be re-evaluated. The changes in leave accruals over time are perceived to be unfair. • Many staff members stated that they would like to see flexible work schedules, such as four-day work weeks or the ability to work from home where situations would allow. Evergreen Solutions, LLC Page 3-8 515 Chapter 3 - Summary of Employee Outreach Classification and Compensation Study for Indian River County, FL Tuition reimbursement is offered by the County, but some employees shared that the amount reimbursed is insufficient. Many employees requested that this policy be reevaluated to account for the current cost of in-state tuition. 3.5 SUMMARY Overall, the top three issues that employees felt that the County should address are: 1. Competitive pay with market peers; 2. Adjusting compensation/pay to account for the local cost of living; and 3. Adding career ladders for employees to allow for promotional opportunities and career growth. The concerns expressed and reported above are generally common and exist in many organizations today. The County's commitment to seeking employee input and feedback regarding the compensation and classification system is a positive step toward improvement in these areas. During the outreach sessions, employees consistently stated that the County's compensation system should be improved to be market competitive and equitable to recruit and retain qualified employees. The input received during employee outreach provided an understanding of the current environment and was considered while conducting the remainder of the study. The analyses discussed in the next chapters ultimately formed the basis for recommendations given in Chapter 5 of this report. 44 Evergreen Solutions, LLC Page 3-9 516 EVERGREEN. SOLUTIONS. LLC Chapter 4 - Market Summary The purpose of the market summary chapter is to benchmark the County's compensation practices against those of its market peers in order to establish how competitive the County is with the market. To complete this market study, Evergreen compared pay ranges of select benchmark positions that the County possesses against the compensation of positions performingthose same duties within peer organizations. By aggregatingthe differences in pay ranges across all the positions, a reasonable determination is made as to the County's competitive position within the market. It is important to note that individual salaries are not analyzed when using this methodology since individual compensation can be affected by a number of variables such as experience and job performance. For this reason, Evergreen looked at average pay ranges across the entire classification to make the most accurate comparison. The results of this market study should be considered reflective of the current state of the market at the time of this study; however, market conditions can change rapidly. Consequently, it is necessary to perform market surveys of peer organizations at regular intervals in order for an organization to consistently monitor its position within the market. Furthermore, the market results detailed in this chapter provide a foundation for understanding the County's overall structural standing to the market. To add, the rates reflected in this chapter, while an important factor, are not the sole determinant for placement of classifications in the proposed salary ranges outlined in Chapter 5. Evergreen conducted a comprehensive market salary survey for the County, which included soliciting 20 target peer organizations for 100 benchmark positions. Target peers were selected based on a number of factors, including geographic proximity, resource level, job overlap, and size. Target organizations were also identified for their competition to the County for employee recruitment and retention efforts. The list of the 19 targets that provided data are included in Exhibit 4A. EXHIBIT 4A RESPONDENT MARKET PEERS Brevard County City of Fort Pierre, City of Melbourne City of Orlando City of Palm Bay City of Port St. Lucie City of Sebastian City of Stuart Evergreen Solutions, LLC Page 4-1 Chapter 4 - Market Summary EXHIBIT 4A (CONTINUED) RESPONDENT MARKET PEERS City of Vero Beach City of West Melbourne Lake Toho Water Authority Martin County Orange County Orlando Utilities Osceola County Palm Beach County Seminole County St. Lucie County Volusia County Classification and Compensation Study for Indian River Countv. FL Because the data collected for the market summary was from various regions, it was necessary to adjust peer responses relative to the County based on cost -of -living. For all organizations that fell outside the County's immediate region, a cost -of -living adjustment was applied to the reported pay ranges to ensure a market average was attained in terms of the spending power an employee would have in the County's local area. Evergreen utilizes cost - of -living index information from the Council for Community and Economic Research. The cost - of -living index figures for the County and each of the respondent market peers are located in Exhibit 4B. EXHIBIT 4B RESPONDENTS WITH COST -OF -LIVING ADJUSTMENTS - ni+...:.c a+��.► 115.1.. Chapter 4 - Market Summary Ciassitication and Compensation Study for Indian River County. FL EXHIBIT 4B (CONTINUED) RESPONDENTS WITH COST -0F -LIVING ADJUSTMENTS Orange County lut:15 Orlando Utilities 105.8 95.2 Palm Beach County 115.7 Seminole County 106.6 St. Lucie County 97.8 Volusia County 99.8 4.1 MARKET DATA The results of the market study are displayed in Exhibit 4C, collected at the 50th percentile for all peer organizations. These data represent base salary only and are composed of the following information: • Market Range Minimum, Midpoint, and Maximum. The survey range minimum indicates the average minimum salary for each classification provided by peer organizations. Survey range midpoint provides the average midpoint of the peer respondents for each classification surveyed. Survey range maximum provides the average maximum of the survey participants for each classification surveyed. Percent Differentials. The percent differentials are shown for survey market range minimum, midpoint, and maximum. The differentials specify the variance between the County's current published salary ranges and the market average shown in the exhibit. A positive differential indicates the County is above market for that classification at the range minimum, midpoint, or maximum. Information is presented on positions that are above average to provide valuable information regarding the County's competitive edge in the marketplace for those positions. A negative differential indicates the County is below market for that classification, indicating that these salaries are not as competitive. In the final row of the exhibit, the average percent differentials for the range minimum, midpoint and maximum are provided. This is derived by averaging each classification's percent differential. Survey Average Range Spread. The range spread which provides the average range width for each classification surveyed is the percentage difference between the average minimum and average maximum salaries of the respondents, relative to the minimum. The average range spread for all the surveyed classifications is provided in the final row of the exhibit. Evergreen Solutions, LLC Page 4-3 519 Chapter 4 - Market Summary Classification and Compensation Study for Indian River County, FL Survey Responses. The number of survey responses for each classification is provided in the final column, and the average number of responses for the classification category is shown at the bottom along with an overall average for all classification categories. Comparability. Peers are provided a summary of the job duties and responsibilities for each classification as well as the experience, education and certification requirements required for a match. Based on information provided by the peers, Evergreen uses a general 70 percent match criteria for accepting a peer's proposed classification, based on the similarity of duties and responsibilities as well as the educational, experience and credentialing requirements for the classification. When in doubt, peers are contacted for additional information to ensure comparability. 4 Evergreen Solutions, LLC Page 4-4 520 57 w J Z w U w CL O LO � I ~ J m � X2 fn W �} W ir M U) Y cr Q q cyl It m Lo 00 L) U) ,,. 'r) � , a0 o O H � oo m � Lf) V-1 � ao V -i 00 IH O� O o O 0 H 0 (fl 0 Lf) to o M T Q o CA o W ti o O 0 't 0 o ti 0 O 0 0) 0 o t` 0 O o O T N o CD T 00 ; -1 M -1 � " N (D O CD (D CD m (D m (D'. 06 LO N O co O O m (D O 00 Lf) O LC) N ti I CO r, ti O (0 0) O 0) O Lr) Lf) O O t7 t0 t— Lf) 1A m t0 P- fl - t0 to L) N. cin o ti rn rn O O C) N N O rn N ti r tt'' r�I ' cmI rMI '� t` .�-i L j .�I N O O .OI chi: a0 c7 Lci 04 CYi NO Lt) O M ti O ti, O LO N w (D �t (D c 1 M � (0 00 ' r N N M CD c- 0) [t m Lf) Iw„ r I ti N t� -.: 't O N N Lf) h� N 00 (D ti O 0) O m N (7 C0 (0 Lp , m N V tV 00 0) O .-i L� $ ti N r M '=N ;:N 0) O: 01 '•' (0 00 N (M 00 00 to r- CD (O e-1 M 00 Lf) N ui v 0) M N 00 LO " Lo CD O! ,0) C10 CA 41 Lt7 00 q N N O) OI�r O O m O 't : I - ^. N 00 O Cfl Wt ti CMmY ci to (D 00 0) (o N N -4 Ti... N M N e I 00 f`' d) O a0 LA t0 e i O CD Qo �1 d• N O) pppp '.'Ct 00 40 &4 io io K y� (A U! 'b9 44 ER FA (A EA 1.4 40 6,i io iA 4A 40 to io y} i, O 'R ado, 0�0 M (q M q 0) •� -1 oo N _ TH i 00 , S"I. n) d ei O e•I C) rj N :... N (0 . I Ln ei r` ci m ': c -I N c-1 L6.4f6 M (0 r- t` .-I N O Lf) Lf) 00 LA N w M m t`. r i N O r i o ti �t O0 " O d, C� (D 1*- o 0) m zt oo O �•I d: w L.., o M r� IA N � L.() w 00 �-+ CD '410 It N m N O O ID LO Ln M O tNC M Lo (o CY) M N r` (ND O m CD ti° N Of Lt) (*i O O Oo Oi lf) t0 O N m CwLO ei 00 Cn 00 00 Ln mt V O Lf) CD c i ei tp m (0 N t7f �t O O m vi LO N d• Cr) to O r- Lq Cr N L 00 e; O CO fA a0 EA to <O i9 00 (f} t0 to CO vi CO to '[I rLO �1 .~-i .~- co' CO (fl CD to t0 iA Lf) (t? V t9 fA to iA 61 , . tf to EA EA '60 40 40 Oe (0 o H aT N p s 00 T 00 00 T ti \ p 0 pQ 1. m d; O CO N o w (D o L() M m� '� Q d 00 t7 Lk? d .,CA LA CV (~r) Lri CD ci of Lo LO f7 O L6 O) stn 00 Ln Ch O ti ti LCY t O' CD i'-'" M. c -I MM O Ln M CA ep1 :Ln m M O N If) N CN N m In L[) ti N r n O O O a1 r O tp tD ao O 0 N O N M N trD LA 6 CC N Cr) m t` O` i i to O w Lf) L� m 00 M O O ti O N (r) r 1 tD O m r• 00 0) CV Ch'tt t- If �t m oo (I M � r� 00 N ✓e� O r-- t e -I tt O a7 e•I m ei O m I- (D r<' Lo Lo N 0) e.I d• c -I (D O LA 0) ct pp lA `� � 00 t- m a�-I i O .-i N c N V-1 N ci O Ln N It LA to C It Crl t- Lf) toLn - Lo *A, to EA EA Mf 6(i tR to EA to EA 411� ER fA EA iH tffLLI (ii to fA (A to to (A to m U cr 0ul �•, I Z � O(n o Or LLI V U N O U > w ~ < z Z= w O w W En a¢— W ¢ U g Q_�� w O ir N U Z iW O w> j Q O W LLI H O U m = tL Z 2 r.ir w �Lw7 h e E v J� LIL U ,< LU U „Z w w m w Z a? Z~ LU W ~ p ?Z Z Z O WW O O r f7 zz �. m O O LL. O Lj- O Z Z r r i' v C3 a CA Z C� z W a o U. w W y cr O r cr O r fr O 1- m O r x O O� ttou w w w Z p Z w Z w r m a W r= t o ._r t- C7 0 J F- LL w w Qp a' z U U v v L, r. z_ O z C3 w ,>> CLCx a W _, `U V a m w= O O O"0 0 0 w 0 LU 0 L, 0 LU 0 L,LU 0 w z z 6 CY d x c7 ¢'¢ ¢ a m m m v v. » v v v c) 0 w w w w w w LL LL_ W J_ H z W U m LU CL w = Z Lo z r U f— 2j t— it 00 2 > 1i M Y cr Q T T a0 r r m r W 00 (D O) to LO LO (Y) (Y) •' O o 0 O `' � O ' o O O o O� O o\ O 0 O GT `\ "? O O O O O O O O r ci O LO N Lf) N LO LO O O) M N r o O N 00 M O 00 m O 00 rn Ln o0 -,i w cD Lci CD M Cb m to r to r4 O r r to to o0 O O to O O A t0 Lo Ln r O O r m Lo LC) N to o6 (D -! CO O CD o6 r LO Ln r LO � p p 6'+«. %p 'O O o o� o T o 0 0 0 0 0 0 r M to ` (oD V' Lf) a) . d tt) c I r r o0 r to N N m �t O N to T-4 CV (i) N w"M ri N ri c�l O Lo ci C) O c 1 c I 4 c I M N 00 ri O ci O) c p) 101 M Lo to Lo �p O d0 'a N N O 00 - r r �' co (0, .-1 r I Lo (D m � Lo N rn a' tt to O) CA o0 11) ;, �F O � ori N to tD crD m N Q a O oc ONO O N N t0 N Q) ivy Ln 0) tD 00 c0 in to NO `� If v O rC? O r ri 'm (0 N r h e-1 r tC) Lo m (t) O N 00 r a m Lo 00 C Cf r o0 Lo coCN r o0 CA 00 ( (00 M N 0)fl to m th 00 13, Lo t$ vl K ER .Ni t► to to io ? Efl d! tR to to 6%ti N m \ (D N N CD N m O O CO OQ oq 0 W o N N O) Co C? +O 00 N M ri 0 cN CV cNI 00 0 a -i oq ~ a; c�-i N e -I O M: m N O Lo N w IQ O) r c+� r rn'A ti (D v4 ri r m --I r' r a0 r O) r O Lff' et 't LO r r t0 (O � m e -I '� 00 O • ' � Lo 0� ri O a -I (0 r O r Lo � O O N 4- m N m c0 O d1: N r I e -I oo L[) A m 6 r O) Ui lA r ri m 00 :ri ct (D Lo N m O O r r w r O aD ri m r N crD amP CN o crD L°'o ti O CY, � rn to crD rN crD CN vr) ° O c00o 0000 � is 6% vi 16%, yr 4* 6q . -W .% 6% 6% 'A to 4%� eR to * � 4* � � 40 14 � 0 N ,. rmI N CV O O j O c-1,. � �:, � .,CV � r io lb. IN ko F- r ri o 6toO) 0) N r -I r N .1 O L.c) m Cfl r c'm m m 00 m a 00 r r. aD r O m m r 0, N 4U) m m m r '10i Lo Qi cv O r O =rn O t Cn o N -1 � d co o m N LO a m 00 6 Co n= 4 P- td O Ln O (o ; a (n Lri •� ' 00 oo r; 1. CD tD M ri d' O Lo (p C1f r m m r m Lr) � O O m O O OD 0) Lo Lp m N O OM% r-1 H r1 m O (O 'CA O m N Lo O N Lc) O ri O N d (O O O) CV tl O 00 L7f to O ''O L6; U) N 00 Ln %H r (D Lo Ln 00 M et r Zt It Lo I�t L(') Lo M ° m It Oh r I�t 00 (D m tR 64 tq H)l N tR 4* to to 40 64 .6% ti) 612 b4 to to i1 b9 tea iR Vf tR kO vi t><) VzO LLI Z) cr O W m O L<L(C�7j it EE w¢— Q a 's. Q C) Z 4 w W " O w m— 0- O g m m — z W Y m m w m It z LLI m Y °?� � C w M U Q W U 2, V Q U Ne; J a U H O m CU '- O = J 0 age U Z 0- O W r, W O V a w Lu W w O F~- N_ o G) o� `Z [1 'a w H m aw m w __ _ a sm Cl) w Q Nc7 a a a z< t7 g o z a z d r ,¢ U OJ Z w it"'� rlu (e[3 w w' w Z J~ Cj w w w co Q m z¢ a Z¢ ¢¢ a Y U W` 4J1 ct cr O Q O O Z w m c m W W z z z� LaL tJi {L tL C.7 C.7 =O 2 = Z :3' T 'oU- O 00 m N t` liao N 0) O 0) 0 00 M M CO r` f� r m M 00 004 A O „, �o U Q) CE " 3O JR * O : s e \ O O11 O O 3`" O O �E ;q� O 3e pE c et (D `j N 0) cD P- N o0 N o0 �t O O M e=1 00 lei '_` 00 O «> U N c4 •i N c4 C cd if) t- r r t-- -j t-- o c -I 4 4 m t` O c4 P4 r 00 O ti G • c0 W ^i m o m w I m O m (D m CO to O W M W M W 0 0 W m o 0 C ` t0 C a O 0 0 0 o o o \ 0 0 0 0 0 0 o 0 0 0 0 o N M M ri ' N ti ,`{ C) O m c7 m lf. O c -l' - d C1 N `� 0) m N ti o 00 O N to M O t„ r t �� N • i �- N 00 00 00 N M c i N r t7 N O, ., CN CV ` M N 0 00 0 0 . O 00 O to O m 0000 00 ; N � O 00 00 . � N ECE O 0 .0, 000 "' � nD ~ 4 N 07 � -4 p to 00 yi Oi tL1 m 6 f 00 CO N t/j ,,00 A M O 1-- Lo N rl '.�-I O .~- m rn N rn M, O cD O �Q O GO VH cd ' m O O, ti m O M,(O to to N O OQ -< . O N O 0 to .-1 c0 1 m (6 m O 00 O O e I "; O 00 00 (0 c0 O - ,N O i m 0) 00 r- � 00 t 0) � i- ti O0 m c0 I% - 6')o ao 4A i 4-# 44, 40 to 64 to N► 40 Eo 64 to H4 49. 40 41l :1? V4 W J p Z o o T 0 0 0 N o � o - 0 - 0 0 � 0 � w M M ti m N o O ti 00 m O) 0) 'H 00 N (� In cl N (0 e4 c4 n t0 � N O � ai N (0 ch 4 Ln NO p ci ON (0 r4 oi ri w ^a • 0 w� O 0) O M m m t� `. e I CO.; tp ti �p cor) O a1 JC4z Ln O M N CA M 0) ': c0 O O Na0 (fl ti O N w M t* O M ti O tiv4 1f1 j O Lo CCY)MMV ri m '0 00 ' 00 CV Q) M (h (r! M d C c r I 0) tOQQ rt a iz � �O 00 a) � �O N04 CN 0 f- 0)s O Ln t` W � -VCM m cG m m t0 N 0) t� L<i N M tt) O Wo0 r oG t - e-1 (O -v !- r L6 t0 U J O ti O Lo V- 0 0`{ m [t 00 N m 0) M 00 m m 00 ti d• m m c0 00 U � to Wl 1 40 to to to 64 t» 4H J$l to to 64 to 4v► 64 j to to to +0 to W bk H }� in- -e 0 2 21� \ 04 0 M 3e o amu: �I2 o;i p� o 00 o� X _ M Cl, O) N M N <t N N 0, 11 dv N N 0) 00 W O N M cC tt c0 ;-i., �"� m to N cO -i ki ... 000 t00 N r- O O, 0w0 N m N VH OD �-i-i 4 � �[JN M N cD m O t0 O 11 m O Ct M m M a0 r` M M M M t A N O •� rl CO O * e! "1 ei I M .4 O m r i � O� C- O O IA (fl � oo c0 m O Lu I' - .v Op N O m In �t O !t7 M ti 00 m M r -t CO m. IA m N 00 M hm M O o0 0) ti, N M (D B O O 0) tom;` c0 d' 0 0 (0 a� Om v 0 v d• 00 m' M 0 m m � (0 COQ 0 q t0 O M i� Ct to tR, iA i to to to 64 to ifl to ui to 40 tH t% 61 to � IR 69 i9 4R dF to to fA O a _ o i W O tY O Q O Z 4 c7 U O cn IX z> o O O O> v ao _� a z a a a_> a E Z W m 0_ _0 W Z U Q V% Y Z J Z' Z Z r L(� g 7TH W W Q Z F- V° a W �+ W Z Z U J D W W Z z z u"i 1 2 w z a z z "' 0 o o = 3 z` 0~� u�'Z m Lii cs w W w cn o o z Z m a. w (n cn a` tW a w' Z z or U a s a Z �. a a z m z z z N N F- w W w W v O o O_ �L ¢ Q 3 L- W LL FX et z Z z Z z Z Y >' Z m LL tL, LL W O O V U L) z z ZZ O LL a LL 0 a ¢ g cr cc w W W w W W W O d F- t- t- f- D a z a. a a- a Q. a a.M Cr Cr Cr (n cn mss: U) � � (n U � (n (n (n m U 60 m cc O LLI F— z LLI LU a. LLI Z Lo �- I z 0 4 H cr it D !A7 a) E 0 En _0 0 E 0 ui a) (n c 0 CL (n Ln 0 �i V1 T-ito r-- W c 4 t-- 00 0 r- 0 0 M W LO Lf) CO 0 t-- fl� if) cyi CO Ar (01if) 00 Lr) T -i Co (N' (D A c� CO( Lf) 4 (D o6 'qt COo6 (D Lr) c� Lr) r-� Co (C) r4 -o 0-0 00 8-1 Lo 0 m m '.R N * LO 9 N ,Q (C) 9 oLO • N (.6 i'(6 o A (0 V N O CY) 0 -4 CY) C� L6 0 r- C� c 0) Ln W) U) LO (o 0) i (D v 00 0) C4 to LO Lo 0 Lq N 9 If) -1 00 Lf) r- o (Y) od (1:34 C14 vi W I- 0 r- 0) Fl- CD r- 4 lkt if) t- (.0 Lo 4 a) l cy') 4 Nt CO It o r4 04: OD -4 0 0) f- 0 0 00 (Y) CO Lf) L 6:, 00", COd 0 r-: 0) 4 1-- 4 (d 00 Lo 0� (D d CO00 C4 6)cyi F - (0 rl.: CO(D (3� oil"- fl-, H d4649. io 404 �64 4* to 4A tq iq 6(� 4003� 40 40 6c). 4d4% N 61). oq� M o M C! t-- 0 11 r- w Lq •(yi O cy); M . . CD 00 v4 o6 Nt- (N Liz C9 LQ OP M aq 0 (pv T-1 NF-- N m (D Itt rl- 0) r- r- --I 0 (N r-- CN N r- m -1 r11 00 0 Im Lo tri 0 ; 0 CN m0) . C44 . rl_ It . 00 (0 00 . . m 00 m . 1H ":t . r . m m . x r - m H w w r- cq cc 0 ) (D pq 1 C'rl- i Gi (q LO oq C[) 06 C6 t-: r*-- CY) rl- LO W (.C) L.0 0 C,4 6oq 0) 4 (C) 61* U) 414 r-- to to 40 Itt to to to to U') to (D to (0 to LO to LO 40 LO ka co - to C m Ci 3e 3e C C-4 C� rn LO o6 (:j, od 00 NT'*J4 M �6 M (6 Cl N Lf?Lo co (D (ori Cri N (D co co %-q w m m 0 4 -4 • %- 0 0 IN Lo Iq N ll.� w V? N N q o e l O� CO(0�0) cwc,04 w G) m a? I-- q 1- cl 0 0 M 6 r- m 6 0 lA cv) cl N 0 0 0 m ;1- V4 mCr)m 0 V -i m m m m m o w 4 m IR m cq v4 "'t c6 6 6 06 C'� N to I,- 61� m 40 ql� Lo 63. 401. mg Q3� m J.. to to tH tsi to tR to EA to 4 Ui z Z; LLJ Z LLJ �: z uj m I L) LL, 0 < Lu U) LIJ �< 0 LL U- w cr w C) LU z 0— z x Et o -:�- LL, 0 w CL 0 CL 0,,...w z < m- LLI Z o F- I LLJ 0.� < U-1. C) z z Z! X z cr Z Er w CL CL F-: i5 0-1 P < W z wo z ui m 3 w Q 0 z (n U) z 0 Z LL Lu 0 E (D 0 0 2 U- U. LU F- uj P P < a! < cr- w 0 U- U- w Lu !�E < I LU M -j w r = F SIP P :3 P 2 w E ZD :3 > U- O 0 a) E 0 En _0 0 E 0 ui a) (n c 0 CL (n Ln Chapter 4 - Market Summary Classification and Compensation Study for Indian River County. FL 4.2 SALARY SURVEY CONCLUSION The standing of individual classifications pay range relative to the market should not be considered a definitive assessment of actual employee salaries being similarly above or below the market; however, such differentials can, in part, explain symptomatic issues with recruitment and retention of employees. The main summary points of the market study with results presented at the 50th percentile are as follows: • The County's pay ranges are approximately 3.6 percent below the market minimum. • The County's pay ranges are approximately 8.5 percent below the market midpoint. • The County's pay ranges are approximately 11.4 percent below the market maximum. • On average, the County's pay range spread is approximately 50.0 percent while its peers' pay range spread is 63.9 percent. That means that the County's salary scale is, on average, narrower than its peers. As a result, the County is farther behind at the maximum on average than compared to the survey minimums. The results of the market summary chapter are pivotal in the formulation of recommendations by Evergreen Solutions. By establishing the County's market position relative to its peers, Evergreen is better able to propose recommendations that enable the County to occupy its desired competitive position. d.. Evergreen Solutions, LLC Page 4-9 525 EVERGREEN SOLUTIONS, LLC Chapter 5 - Recommendations The analysis of the County's classification and compensation system revealed some opportunities for improvement. Evergreen focused primarily on developing more competitive pay plan as well as reviewing and making recommendations to the classification structure. Study recommendations, as well as the findings that led to each, are discussed in this chapter. 5.1 CLASSIFICATION SYSTEM An organization's classification system establishes how its human resources are employed to perform its core services. The classification system consists of the titles and descriptions of the different classifications, or positions, which define how work is organized and assigned. It is essential that the titles and descriptions of an organization's classifications accurately depict the work being performed by employees in the classifications to ensure equity within the organization and to enable comparisons with positions at peer organizations. The purpose of a classification analysis is to identify such issues as incorrect or inconsistent titles across departments. In the analysis of the County's classification system, Evergreen collected classification data through the Job Assessment Tool (JAT) and Management Issues Tool (MIT) processes. The JATs, which were completed by employees and reviewed by their supervisors, provided information about the type and level of work being performed by each of the County's classifications. In addition, the MIT process provided supervisors an opportunity to provide specific recommendations regarding the pay or classification of positions in their areas. Evergreen reviewed and utilized the data provided in the JATs and MITs as a basis for the classification recommendations below. FINDING Overall, the classification system utilized by the County was sound. However, there were a few instances of titles for positions that could be modified. RECOMMENDATION 1: Revise the titles of some classifications to better reflect job duties. Exhibit 5A provides a list of the recommended changes to the classification system developed in conjunction with the County. The foundation for these recommendations was the work performed by employees as described in their JATs, best practice in the Human Resources field, or unique needs which required a specific titling method. Evergreen Solutions, LLC Page 5-1 526 Chapter 5 - Recommendations Classification and Compensation Study for Indian River County, FL EXHIBIT 5A PROPOSED CLASSIFICATION CHANGES Assistant Operations Manager Fleet Service Supervisor Se . of r� F ti r gator ; ....... .... . Server Administrator (System) Supervisor - Lift Station Supervisor - Utility Maintenances . Utilities Engineer ROMMEL..— Utility Design Engineer FINDING Water Distribution and Wastewater Collection Manager Manager- Fleet Service Seri r ystems Administrator System Administrator Supervisor - Wastewater Collections Supervisor - Water Distribution Utilities Engineer, -,■ Utilities Associate Engineer When comparing the County's current job descriptions to the work described by employees in the JATs, Evergreen noted some tasks that were missing from the current job descriptions. This can happen over a period of time if the descriptions are not reviewed and updated on a regular basis. For example, some tasks in one classification are often reassigned to another classification. As such, these changes make it necessary for the County to update its job descriptions periodically to ensure each job description accurately reflects the work performed. RECOMMENDATION 2: Revise all job descriptions to include updated classification information provided in the JAT, and review job descriptions as well as FLSA status determinations annually for accuracy. To minimize outdated job descriptions becoming a concern again in the future, Evergreen recommends a regular review of each description being utilized by the County, including FLSA status determinations. A review of the employee's assigned job description should occur at least annually. Review of the FLSA determination for exempt or non-exempt status as well as other aspects of the job, such as physical requirements required to perform essential functions, will also ensure consistent, continuous compliance with the Americans with Disabilities Act (ADA) protection. At the time of this report, Evergreen is in the process of revising the job descriptions for all classifications. The descriptions will be provided to the County under separate cover. 5.2 COMPENSATION SYSTEM The compensation system analysis consisted of two parts: an external market assessment and an internal equity assessment. During the external market assessment, the County's pay ranges for its classifications were compared to the 50th percentile of the identified market. Details regarding the external market assessment were provided in Chapter 4 of this report. Evergreen Solutions, LLC Page 5-2 527 Chapter 5 - Recommendations Classification and Compensation Study for Indian River Countv. FL During the internal equity assessment (JAT), consideration of the relationships between positions and the type of work being performed by the County employees were reviewed and analyzed. Specifically, a composite score was assigned to each of the classifications that quantified the classification's level of five separate compensatory factors (leadership, working conditions, complexity, decision making, and relationships). The level for each factor was determined based on responses to the JAT. It is important to note that this score is not the sole determining factor when placing classifications into a pay grade. The results of both the internal (JAT) and external (market survey) analyses were utilized to create a linear regression model in order to develop the recommendations below. Other factors, such as career progression and organizational needs, were also considered when developing these recommendations. FINDING The County's salary ranges were overall found to be behind the 50th percentile of the market atthe minimum, midpoint, and maximum. Implementing a new competitive pay structure (pay plan) would provide the County with an improved ability to attract, hire, and retain employees. RECOMMENDATION 3: Implement new step plans for Non -Exempt, Labor, and Exempt employees; slot all classifications into the plans based on external and internal equity; and transition employees' salaries into the new plans. During internal discussions with County leadership, a more competitive market standpoint was requested. Exhibits 5B through 5D show overviews of the new recommended pay plans based at the 60th percentile of the market for Non -Exempt employees, Labor employees, and Exempt employees, respectively. As can be seen, each plan contains consistent range spreads and midpoint progressions for each pay grade. EXHIBIT 5B PROPOSED PAY PLAN - NON-EXEMPT EMPLOYEES Evergreen Solutions, LLC Page 5-3 528 Chapter 5 - Recommendations Classification and Compensation Study for Indian River County, FL EXHIBIT 5B (CONTINUED) PROPOSED PAY PLAN - NON-EXEMPT EMPLOYEES EXHIBIT 5C PROPOSED PAY PLAN - LABOR EMPLOYEES Minimum Midpoint.. Range MidpointGrade Midpoint Maximum $18.75 $22.50 50.0% - Spread Progression $19.69 $21.11 $26.91 $32.72 55.0% 5.0% G08 $22.16 $28.26 $34.35 55.0% 5.0% G09 $23.27 $29.67 $36.07 55.0% 5.0% G10 $24.43 $31.15 $37.87 55.0% 5.0% G11 $25.66 $32.71 $39.77 55.0% 5.0% G12 $26.94 $34.35 $41.75 55.0% 5.0% G13 $28.28 $36.06 $43.84 55.0% 5.0% G14 $29.70 $37.87 $46.03 55.0% 5.0% G15 $31.18 $39.76 $48.34 ' 1111" 55.0% "5.0% G16 $32.74 $41.75 $50.75 55.0% 5.0% G17 $34.38 $43.83 $53.29 55.0% 5.0% G18 $36.10 $46.03 $55.95 55.0% 5.0% G19 $37.90 $48.33 $58.75 55.0% 5.0% G20 $39.80 $50.74 $61.69 55.0% 5.0% EXHIBIT 5C PROPOSED PAY PLAN - LABOR EMPLOYEES Evergreen Solutions, LLC Page 5-4 529 Minimum Midpoint.. Range MidpointGrade Progression T00 $15.00 $18.75 $22.50 50.0% - T01 $15.75 $19.69 $23.63 50.0% - T02 $16.54 $20.67 $24.81 50.0% 5.0% T03 $17.36 $21.71 $26.05 50.0% 5.0% $18.23 $22.79 $27.35 50.0% 5.0% T05 $19.14 $23.93 $28.72 50.0% 5.0% T06 $20.10 $2513 $301500°�6 , T07 $21.11 $26.38 $31.66 50.0% 5.0% T08 $22.16 $27.70 $33.24 50.Q% 5.0% T09 $23.27 $29.09 $34.90 50:0% 5.0% T10 $24.43 $30.54 $36.65 50.0% 5.0% T11 $25.66 $32.07 $38.48 50.0% 5.0% T12 $26.94 $33.67 $40.41 50.0% 5.0% T13 $28.28$35.36 $42.43 50.0% .5.0% T14 $29.70 $37.12 $44.55 50.0% 5.0% T15 $31.18 $38.98 $46.78 50.0% 5.0% Evergreen Solutions, LLC Page 5-4 529 Chapter 5 - Recommendations Classification and Compensation Study for Indian River Countv. FL EXHIBIT 5D PROPOSED PAY PLAN - EXEMPT EMPLOYEES Grade Range Spread Midpoint Progression ... E01 $28.81. $37.46 $46.10 60.0% - E02 $30.25 $39.33 $48.40 60.0% 5.0% E03 $31.77 $41.29 $50.82 60.0% 5.0% E04 $33.35 $43.36 $53.37 60.0% 5.0% E05 $35.02 $45.53 $56.03 60.0%5.0% v E06 $36.77 $47.80 $58.84 60.0% 5.0% E07 $38.61 $50.19 $61.78 60.0% ' n:t 5.0% E08 $40_.54 $52.70 $6_4.87 60.0% 5.0% E09 $42.57 $55.34 $68.M 60.0% 5.0% E10 $44.70 $58.11 $71.51 60.0% 5.0% E11 $46.93 $61.01 $75.09 60.0% 5.0% E12 $49.28 $64.06 $78.85 60.0% 5.0% E13 $51.74 $67.26 $82.79 60.0% 5.0% E14 $54.33 $70.63 $86.93 60.0% 5.0% E15 5 $74.16 $91.27 60.0% .0% E16 $59.90 $77.87 $95.84 60.0% 5.0% E17 $62.89 $81.76 $100.63 60.0% 5.0% E18 $66.04 $85.85 $105.66 60.0% 5.0% E19 $69.34 $90.14 $110.94 60.0% 5.0% E20 $72.81 $94.65 $116.49 60.0% 5.0% Evergreen then slotted each proposed classification into the appropriate pay range in the pay plan. Both internal and external equity were analyzed when slotting the classifications. Assigning pay grades to classifications requires a balance of internal equity, desired market position, and recruitment and retention concerns. Thus, the market range data shown in Chapter 4 was not the sole criteria for the proposed pay ranges. Some classifications' grade assignments varied from its associated market range due to the other factors mentioned above. Exhibit 5E through 5G show the proposed pay grades for all classifications in the three new plans. There are three open grades to allow for future growth within the County. Evergreen Solutions, LLC Page 5-5 530 Chapter 5 - Recommendations Class►flcatlon and Compensation Study for Indian River County, FL EXHIBIT 5E PROPOSED PAY GRADES — NON-EXEMPT EMPLOYEES G01 Library Clerk G02 Mailroom Clerk Evergreen Solutions, LLC Range Attendant Receptionist Senior Mailroom Clerk Recreation Leader -Senior Wellness Staff Assistant I Pro Shop Manager Recycling Specialist Staff Assistant II Marketing & Event Coordinator Senior Account Clerk Signal Cable Locator Planning Technician II Senior Building Support Specialist Utility Billing Specialist Purchasing Specialist Senior Building Division Liaison & Inspector Staff Assistant 111 Librarian I Planning GIS Address Database Coordinator Risk Management Specialist Staff Assistant IV Support Specialist - Fire Rescue Utilities Inspector Veterans Service Officer Foreman - Signal Cable Locator Foreman - Facilities & Events GIS Technician Housing Inspector HR Payroll Analyst HR Payroll Specialist Human Resources Specialist Video Security Monitoring Systems Technician Page 5-6 531 Pro Shop Attendant G03 Library Technical Assistant G04 Library Associate I Recreation Leader G05 Building Support Specialist Customer Service Representative G06 Business Support Specialist Intern - Attorney Office Intern - Engineering G07 Housing Specialist I Library Associate 11 Library Computer Specialist G08 Certified Pool Operator Housing Specialist II Human Services Case Worker Planning Assistant II G09 Animal Control Officer I Building Administrative Assistant Head Lifeguard Human Resources Assistant G10 911 Mapping Technician Administrative Coordinator - Public Works Auto CADD Operator Budget Support Specialist Engineering Technician Environmental Technician Foreman - SWDD Land Acquisition Specialist G11 Assessment Coordinator Code Enforcement Officer Commissioner Assistant Contractor Licensing Investigator Engineering Inspector Finance Specialist Recreation Foreman - Fleet Foreman - Parks Evergreen Solutions, LLC Range Attendant Receptionist Senior Mailroom Clerk Recreation Leader -Senior Wellness Staff Assistant I Pro Shop Manager Recycling Specialist Staff Assistant II Marketing & Event Coordinator Senior Account Clerk Signal Cable Locator Planning Technician II Senior Building Support Specialist Utility Billing Specialist Purchasing Specialist Senior Building Division Liaison & Inspector Staff Assistant 111 Librarian I Planning GIS Address Database Coordinator Risk Management Specialist Staff Assistant IV Support Specialist - Fire Rescue Utilities Inspector Veterans Service Officer Foreman - Signal Cable Locator Foreman - Facilities & Events GIS Technician Housing Inspector HR Payroll Analyst HR Payroll Specialist Human Resources Specialist Video Security Monitoring Systems Technician Page 5-6 531 G12 G13 G14 G15 G16 G17 G18 G19 G20* Chapter 5 - Recommendations Classification and Compensation Study for Indian River County. FL EXHIBIT 5E (CONTINUED) PROPOSED PAY GRADES — NON-EXEMPT EMPLOYEES Animal Control Officer II/Sergeant Computer Technician Conservation Land Program Specialist Manager - Warehouse Project Specialist Recreation Coordinator Safety & Training Coordinator Code Enforcement Coordinator Computer Technician Lead Contract Support Specialist Digital Content Technician Floodplain Coordinator Foreman - Road & Bridge Foreman - Wastewater Collection Lead Commissioner Assistant Legal Assistant/CLA Instrument Technician Lift Station Electronic Instrument Technician Building Inspector I Plans Examiner I Executive Assistant to the County Administrator Building Inspector/Plans Examiner II Building Inspector II Senior Building Inspector/Plans Examiner *Open grade to allow for future growth in the County Evergreen Solutions, LLC Senior Code Enforcement Officer Senior Engineering Inspector Senior Utility Inspector Stormwater Inspector Telecommunications Technician Utility Project Coordinator Foreman - Water Distribution Plans Reviewer Recycling Education & Marketing Coordinator Senior HR/Payroll Analyst Senior Stormwater Inspector Stormwater Education Fertilizer Enforcement Officer Planning and Development Office Administrator Stormwater Facilities Operator Senior Telecommunications Technician Senior Plans Reviewer Page 5-7 532 Chapter 5 - Recommendations Classification and Compensation Study for Indian River County, FL EXHIBIT 5F PROPOSED PAY GRADES - LABOR EMPLOYEES TOC& Outside Operations Attendant T01 Courier T02 "t odman T03 Maintenance Worker T04 Groundskeeperl now' T05 Conservation Lands Technician Line Location Technician Maintenance Worker II T06 Equipment Operator I Signal Technician I Golf Cart Mechanic Finish Grader Operator Inventory Specialist Marking Technician T07 ConservationLands Technician II Meter Reader Technician Equipment Operator II Groundskeeper II Utility Service Worker III Lifeguard I (Beach) Road & Bridge Stormwater Drainage Crew Lead Parks Maintenance Technician Lifeguard i{Pool) . Stormwater Maintenance Worker Meter Reader Scale Operator Traffic Technician Assistant Parts Clerk Sign Technician Senior Maintenance Worker Utility Service Worker Senior Maintenance Worker - Vegetation Crew Lead Survey Instrument Operator Tradesworker I Water/Wastewater Plant Operator Trainee T08 Equipment Mechanic I Tradesworker II Heavy Equipment Operator Utility Service Worker II Line Location Technician T09 Equipment Mechanic II Signal Technician I Finish Grader Operator Small Engine Mechanic Lifeguard II Tradesworker Crew Leader Meter Reader Technician TV Truck Operator Road & Bridge Heavy Equipment Operator Road Pipe Crew Lead Utility Service Worker III Road & Bridge Stormwater Drainage Crew Lead T10 Lead Line Location Technician Utility Crew Leader Traffic Technician I T11 Equipment Mechanic III Survey Party Chief Lift Station Mechanic Water/Wastewater Plant Operator C . . Plant Mechanic T12 Water/Wastewater Plant Operator B T13 Electrician Water/WestewaW Plant Operator A Signal Technician II T14 Senior Lift Station Mechanic T15 Chief Operator Chief Signal Technician Evergreen Solutions, LLC Page S-8 :333 El Chapter 5 - Recommendations E01 Accountant Classiflcation and Compensation Study for Indian River Countv. FL EXHIBIT 5G PROPOSED PAY GRADES — EXEMPT EMPLOYEES 0 Evergreen Solutions, LLC Librarian II Recreation Facilities Supervisor Rental Assistant Program Manager Manager - Golf & Club Operations Meter Reader Supervisor Radiological Emergency Analyst Supervisor - Beach Operations Traffic Analyst Mitigation & Recovery Specialist Planner Planner I - Environmental & Code Enforcement Planner - Metro Planning Org Senior Contract Specialist Senior Environmental Specialist Manager - Veterans Services Traffic Signal Coordinator Human Services Manager Recreation Manager Senior Budget Analyst Senior Planner Supervisor - Wastewater Collections Supervisor - Water Distribution System Administrator Utilities Associate Engineer E911 Coordinator Superintendent - Parks Webmaster Right of Way Permit Administrator Senior Systems Administrator Senior Human Resources Generalist Superintendent - Water Production Superintendent - Water/Wastewater Treatment Plant Water Distribution & Wastewater Collection Manager Page 5-9 534 Assistant Traffic Signal Coordinator Conservation Lands Program Coordinator Facilities Supervisor FAIR/CAM E02 Envrronmental Speclallst Human Services Program Coordinator Lagoon Plan Environmental Specialist Library Branch Manager yM Manager - Shooting Range E03 Coordinator - Library Systems SHIP Program Administrator E04 Emergency Management Planner I Engineering Inspection Supervisor Environmental Compliance Analyst Librarian III Manager - Fleet Service Manager - Traffic Operations E05 GIS Analyst Manager - Road & Bridge E06 Animal Control Manager Application Specialist Aquatic System Manager Benefits Administrator Coastal Resources Manager Community Affairs Manager Emergency Management Planner II Housing Services Manager E07 Assistant Superintendent - Road & Bridge Conservation Lands Manager Cyber Security Technician E08 Coordinator - Emergency Management Customer & Meter Services Manager GIS Coordinator E09 Assistant Director - Parks & Recreation Facilities Manager Manager - Purchasing Natural Resources Manager Principal Environmental Planner 0 Evergreen Solutions, LLC Librarian II Recreation Facilities Supervisor Rental Assistant Program Manager Manager - Golf & Club Operations Meter Reader Supervisor Radiological Emergency Analyst Supervisor - Beach Operations Traffic Analyst Mitigation & Recovery Specialist Planner Planner I - Environmental & Code Enforcement Planner - Metro Planning Org Senior Contract Specialist Senior Environmental Specialist Manager - Veterans Services Traffic Signal Coordinator Human Services Manager Recreation Manager Senior Budget Analyst Senior Planner Supervisor - Wastewater Collections Supervisor - Water Distribution System Administrator Utilities Associate Engineer E911 Coordinator Superintendent - Parks Webmaster Right of Way Permit Administrator Senior Systems Administrator Senior Human Resources Generalist Superintendent - Water Production Superintendent - Water/Wastewater Treatment Plant Water Distribution & Wastewater Collection Manager Page 5-9 534 Chapter 5 - Recommendations Classiflcadon and Compensation Study for Indian River County, FL EXHIBIT 5G (CONTINUED) PROPOSED PAY GRADES - EXEMPT EMPLOYEES E10 Assistant County Surveyor County Ombudsman GIS Manager Infrastructure Project Manager E11 Chief Planner County Surveyor Deputy Building Official Director - Library Services Environmental Planning Manager E12 Assistant Managing Director - SWDD Golf Professional Project Engineer E13 Assistant Fire Chief of Fire Prevention Assistant Fire Chief of EMS Assistant Fire Chief of Training E14 Deputy Fire Chief of Administration/Operations Information and Telecommunications Manager E15 County Engineer County Traffic Engineer Deputy Director of Emergency Services E16 Assistant Director- Natural Resources AsF' t Director - Public Works E17 Fire Chief E19 Director of Community Services Director of Emergency Services Director of Human Resources Director of Information Technology Director of Natural Resources E20* *Open grades to allow for future growth in the County Evergreen Solutions, LLC SCADA Coordinator Senior Civil Engineer Utility Services Asset Manager Legislative Affairs & Communication Manager Manager - Water/Wastewater Operations Metro Planning Organization Staff Director Risk Manager Superintendent - Road & Bridge Utilities Engineer II Building Official Utilities Finance Manager Manager - Capital Projects Roadway Production Manager Managing Director - SWDD Stormwater Engineer Assistant Director - Planning & Development Services Director of Office of Management & Budget Director of Parks, Recreation, & Conservation Director of Planning & Development Services Director of Public Works Director of Utility Services Page 5-10 535 Chapter 5 - Recommendations Classification and Compensation Study for Indian River County, FL RECOMMENDATION 4: Evergreen recommends the County adopt a methodology to transition employee salaries into the proposed pay plan that aligns with its established compensation philosophy and meets the available financial resources of the organization. The second step in implementing the proposed structure is then to transition employee salaries into their new recommended pay ranges. This step can be done via a variety of methods, each with its own strengths and drawbacks. After reviewing options with County leadership, Evergreen recommends a Class Year Parity/Current Range Penetration Blended option for implementation of the new pay plans for County employees. An overview of this option is provided in Exhibit 5H. EXHIBIT 5H PROPOSED IMPLEMENTATION OPTION This method combines the principles of Current Range Penetration and Class Year Parity. It starts by determining the employee's current salary position within their range as a Class Year/Current Range Penetration Blended percentage. This percentage is then adjusted considering the employee's tenure in their current classification, aligned with a 30 -year career trajectory (e.g., 15 years places them at the midpoint). The adjusted percentage is applied to the new salary range, positionimf the emolovee accordingly. This option has an annualized (salary only) cost of $3,042,303.98 and provides 736 County employees with an average adjustment of $4,133.57, or 8.3 percent per employee. 5.3 SYSTEM ADMINISTRATION The County's compensation system will continue to require periodic maintenance. The recommendations provided to improve the competitiveness of the plan were developed based on conditions at the time the data was collected. Without proper upkeep, the potential for recruitment and retention issues may increase as the compensation system becomes dated and less competitive. RECOMMENDATION 5: Conduct small-scale salary surveys as needed to assess the market competitiveness of hard -to -fill classifications and/or classifications with retention issues, and make changes to pay grade assignments if necessary. While it is unlikely that the pay structure (plan) in total will need to be adjusted for several years, a small number of classifications' pay grades may need to be reassigned more frequently. If the County is experiencing high turnover or challenges with recruiting one or more classifications, the County should collect salary range data from peer organizations to determine whether an adjustment is needed for the pay grade of the classification(s). Chapter 5 - Recommendations Classification and Compensation Study for Indian River Countv. FL RECOMMENDATION 6: Conduct a comprehensive classification and compensation study every three to five years, subject to budget constraints and as market conditions are warranted. Small-scale salary surveys can improve the market position of specific classifications; however, it is recommended that a full classification and compensation study be conducted every three to five years to preserve both internal and external equity. Changes to classification and compensation do occur, and while the increments of change may seem minor, they can compound over time. A failure to react to these changes quickly has the potential to place the County in a less than desirable position for recruiting and retaining quality employees. RECOMMENDATION 7: Review and revise, as appropriate, existing pay practice guidelines, including those for determining salaries of newly hired employees, progressing employee salaries through the pay plans, and determining pay increases for employees who have been promoted to a different classification. The method of moving salaries through the pay plan and setting new salaries for new hires, promotions, and transfers depends largely on an organization's compensation philosophy. It is important for the County to have established guidelines for each of these situations and to ensure that they are followed consistently for all employees. Common practices for progressing and establishing employee salaries are outlined below. New Hire Salaries Typically, an employee holding the minimum education and experience requirements for an existing classification is hired at or near the classification's pay grade minimum. Sometimes, for recruiting purposes an organization might need to consider the ability to offer salaries to new employees that consider prior related experience. It is recommended that the County continue its current practices of establishing new hire salaries while preserving the internal equity of employees' salaries within each classification to the extent possible. Current employees' salaries should be improved to some degree with the implementation of the new plans and the proposed potential adjustments to employees' salaries. Salary Progression There are several common methods for salary progression including cost of living adjustments (COLA)/across the board and performance-based. It is recommended thatthe County evaluate annually whether a COLA needs to be applied (to both the pay plan and employees' salaries) to keep up with the cost of living. Additionally, the County should work to provide merit increases as warranted based on employees' performance evaluation results and as budget permits. It is also recommended that the County gontinuously evaluate its practices to progress employees' salaries and, if necessary, make improvements to preserve equitable pay practices, particularly in the administration of the employee performance evaluation process. Evergreen Solutions, LLC Page 5-12 537 Chapter 5 - Recommendations 5.4 SUMMARY Classification and Compensation Study for Indian River Countv, FL The recommendations in this chapter provide an update to the compensation and classification system for the County's employees. Upon implementation, the. County's competitiveness in the labor market will be improved, and it will have a responsive compensation system for several years to come. While the upkeep of this will require work, the County will find that having a highly competitive compensation system that enhances strong recruitment and employee retention is well worth this commitment. Evergreen Solutions, LLC Page 5-13 538 N)I INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator PREPARED BY: Ryan Sweeney, Assistant Planning & Development Services Director DATE: August 28, 2024 SUBJECT: Indian River Mall Redevelopment Items It is requested that the data herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of September 10, 2024. BACKGROUND: The overall Indian River Mall development consists of five separate parcels, and those parcels include the four original department stores and the "common area" parcel (see Attachment 1). Each of the four department store parcels include their respective building footprint and a portion of the shared parking area. The common area parcel includes the remaining building area (i.e. the food court, various tenant spaces, the movie theater), as well as, the remainder of the shared parking area, the mall driveway connections and ring road, the stormwater pond, and all other common elements. Over the past year, a commercial real estate developer, DTS Properties, has purchased the former Macy's parcel, the former Sears parcel, and the common area parcel. On July 8, 2024, County staff held a formal pre -application conference to discuss the developer's conceptual proposal to redevelop those three parcels, and to maintain/incorporate the existing JC Penney parcel and Dillard's parcel into the redevelopment plans. The developer's conceptual proposal included demolishing the former Sears building and portions of the common mall building area and redeveloping those areas with new/additional retail tenant spaces. The conceptual proposal also included a proposed hotel, private school, and residential apartments. ANALYSIS: Upon review of the conceptual proposal, two "big picture" items were identified, and those items would require formal amendments to the County's Comprehensive Plan and Land Development Regulations, respectively. Therefore, prior to staff and the applicant proceeding with the formal amendment processes, staff is requesting that the Board of County Commissioners (BCC) consider the two proposed big picture items and provide a general consensus on how to proceed with each item. C:\Granicus\Legistar5\L5\Temp\5e354055-2b23-4f4c-9aab-dec4cc9035fa.docx Page 1 of 2 539 ➢ Item #1: Allowable uses within the RC, Regional Commercial future land use designation The subject mall parcels, along with most of the adjacent commercial parcels, have an RC, Regional Commercial future land use designation (see Attachment 1). Per Policy 1.30 of the Comprehensive Plan's Future Land Use Element, "The Regional Commercial land use designation shall be applied to regional malls and associated retail shopping centers designed to accommodate the needs of the retail market areas that extend beyond the boundaries of the county. These developments will include one or more "magnet" retail stores that are branches of statewide, multiple -state, or national organizations and satellite stores integrated through a common plan of development..." Therefore, the RC land use designation is very limited/specific to regional retail/shopping uses. Also, the Indian River Mall and surrounding properties is the only area within unincorporated Indian River County that has an RC land use designation. Over the past 120 years, a number of factors such as online shopping/direct to consumer shipping, the Great Recession, and COVID have created major challenges for regional shopping malls. As such, many outdated malls are being redeveloped as next generation mixed use projects, with housing, entertainment, dining, hotels, and schools on site. Accordingly, the applicant is proposing to amend Policy 1.30, to allow multi -family residential (up to 8 units per acre), hotels and motels, and institutional uses as additional permitted uses within the RC land use designation. ➢ Item #2: Maximum building height within the RC, Regional Commercial future land use designation During the July 8, 2024, pre -application conference and a subsequent meeting between the developer group and Planning staff, the developer identified that the hotel was proposed at five - stories with a building height of 58 feet (as defined/measured in the County's current LDRs). Staff notified the developer during both meetings that the maximum building height throughout all of unincorporated Indian River County is 35 feet, with only two very specific exception areas (i.e. coastal hotels east of Highway AIA or the West County Industrial Park area west of I-95). Subsequently, the applicant indicated they would like to apply for a formal LDR amendment that would create a third height exception area that would only be applicable to the mall area. The specifics of the height exception area (e.g. increased setbacks, compatibility measures, etc.) would be further defined during the formal LDR amendment process. Also, the developer recently indicated they would be amenable to reducing their request to 45 feet, which could accommodate a four-story hotel. RECOMMENDATION: Staff recommends that the Board of County Commissioners consider the proposed changes to the County's Comprehensive Plan and Land Development Regulations and authorize staff and the applicant to proceed with the formal amendments to the County's Comprehensive Plan and Land Development Regulations. ATTACHMENT: 1. Parcel and Future Land Use Map C:\Granicus\Legistar5\L5\Temp\5e354055-2b23-4f4c-9aab-dec4cc9035fa.docx Page 2 of 2 540 541- 1 •FkA I V Tf r rl M. Firl ro I.� sss.,xer�,cfix�- gg (,i a r 541- 1 Background • The Indian River (IR) Mall consists of five separate parcels • DTS Properties recently purchased three of the five parcels • Staff reviewed a conceptual redevelopment proposal at a formal pre - application conference on July 8, 2024 and identified two "big picture" items that warrant further discussion Analysis • Item #1: Amend the RC, Regional Commercial future land use designation in the County's Comprehensive Plan to allow multi -family residential (up to 8 units per acre), hotels and motels, and institutional uses (e.g. private school) as additional permitted uses ➢ Requires a formal text amendment to the County's Comprehensive Plan • Item #2: Increase the maximum building height within the RC future land use designation ➢ Limited/specific to only the existing mall area ➢ The specifics of the height exception area (e.g. increased setbacks, compatibility measures, etc.) would be further defined during the formal LDR amendment process 4 5`�l r 2 Staff Recommendation ➢ That the BCC consider the proposed changes to the County's Comprehensive Plan and LDRs, and authorize staff and the applicant to proceed with the formal amendments to the County's Comprehensive Plan and LDRs. '5�// �, 3 Departmental Item Indian River County, Florida Department of Utility Services Board Memorandum Date: August 23, 2024 To: Indian River County Board of County Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services From: Howard G. Richards, PE, Manager - Capital Projects Prepared by: Robert J. Tobar, EI, Associate Engineer Subject: Spoonbill Marsh Intake Pump Station Electric Power Cable Replacement Waiver of Bid Requirements and Award to Paragon Electric of Vero, Inc. and Approve Amendment No.2 to Work Order No. 5 to Masteller & Moler, IRCDUS Project ID 12.24.501 Background: Spoonbill Marsh is a 69 -acre, human -made wetland operated by Indian River County within an easement on lands owned by Grand Harbor North Lands, LLC. It is located just east of the US Highway 1 and 53rd Street intersection. Spoonbill Marsh filters brine solution, a salt -heavy byproduct from the Hobart Water Treatment Plant. This demineralized by-product is blended with water from the Indian River Lagoon by an onsite intake pump station, then filtered through palms and mangroves, cleaning the brine before it enters the Indian River Lagoon. Sometime around October 2023, the cable supplying electrical power to Spoonbill Marsh's intake pump station failed. Due to the critical nature of the pump station to the operation of Spoonbill Marsh, staff immediately rented a generator to get the pump station back online, while initiating an urgent project to replace the electric power cable and restore permanent power to the pump station. To take advantage of construction savings, a planned future project was also started to raise the access roadway to the pump station to provide more stabilization and reduce the likelihood of wetland impacts while incorporating the new electric power cable in the roadway. On November 30, 2023, Work Order (WO) No. 5 was authorized to Masteller & Moler (M&M) to commence initial engineering and design activities related to the electric power cable. Then on February 20, 2024, Amendment No. 1 to Work Order No. 5 was approved by the Board of County Commissioners (BCC), authorizing M&M to complete civil engineering and related subconsultant services associated with design and permitting of the proposed access roadway and electric power. Analysis: The costs for generator rental and fuel are approximately $17,585.00 and $13,000.00 per month respectively. Servicing the generator runs another $10,000.00 per month, plus staff overtime costs to 542 Departmental Item work on the weekends. Other unwanted consequences include emitting greenhouse gases and potentially contributing to environmental impacts. Due to the high costs of renting, operating, and maintaining the generator, Indian River County Department of Utility Services (IRCDUS) deemed it urgent to commence construction of the replacement cable as soon as possible, thus solicited quotes from Johnson-Laux Construction (Gordian Procurement) and Paragon Electric of Vero, Inc. (Paragon) to construct the electric cable using open trench installation. The two (2) quotes were $1,138,456.88, and $601,651.00 respectively. Paragon also provided an optional quote for a directional drilling method. Concurrent with bid solicitations, IRCDUS applied and received the Florida Department of Environmental Protection (FDEP) Environmental Resource Permit (ERP) and Nationwide Permit from U.S. Army Corps of Engineers for an open trench method of installation. Upon further technical analysis after receiving the permits, it was determined that the directional drilling method would have less surface water/wetland impacts and more efficient construction (i.e., cost savings). As a result, M&M had to make modifications to the design for re -permitting. M&M has prepared the attached Amendment No. 2 to WO No. 5 to perform engineering and environmental services related to the re -design for directional drilling method in the amount of $10,400.00. Due to the significantly higher quoted price from Johnson-Laux Construction, and change in the preferred method of installation, IRCDUS requested a firm quote from Paragon. Paragon provided the attached quote for directional drilling method in the amount of $425,378.38. To account for unforeseen conditions or risks during construction, staff propose setting aside a 20% contingency reserve or $85,076.00 for a total construction budget of $510,454.38. The contingency reserve will be retained by IRCDUS for the sole purpose of covering cost risks during construction. The total budget proposed herein is $520,854.38 including M&M Amendment No. 2 to WO No. 5 ($10,400.00), Paragon quotation ($425,378.38) and contingency reserve ($85,076.00). Funding: Expenses, in the amount of $520,854.38, for this project will be recorded in the Utilities/WIP/Spoonbill Pumps Access Road & Power Cable account, number 471-169000-24501. Since this is an operating capital project, the funds will come from fund balance. Operating funds are derived from water and sewer sales. Description Account Number Amount Utilities/WIP/Spoonbill Pumps Access Road & Power Cable 471-169000-24501 $520,854.38 Recommendation: Staff recommends that the Indian River County Board of County Commissioners waive the bid requirements for construction of the Spoonbill Marsh Intake Pump Station Electric Power Cable Replacement and approve issuance of a purchase order to Paragon Electric of Vero, Inc. for material and construction in the amount of $425,378.38 and approve Amendment No. 2 to Work Order No. 5 to Masteller & Moler in the amount of $10,400.00 for additional design and permitting and authorize staff to hold a contingency reserve for construction cost risks in the amount of $85,076.00. So long as there are no changes in the budget dollars and upon adequate completion of the work, staff is directed to make final payments. 543 Attachments: • Paragon Electric of Vero, Inc. Quotation • Masteller & Moler Amendment No.2 to Work Order No.5 Departmental Item 544 2023015 — Continuing Consulting Engineering Services AMENDMENT TO WORK ORDER FOR SPOONBILL MARSH RIVER INTAKE STATION ACCESS ROAD & ELECTRIC POWER (Project Name) This Amendment 2 to Work Order Number 5 is entered into as of , pursuant to that certain Continuing Contract Agreement, dated May 2, 2023, ("Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Masteller & Moler, Inc. ("Consultant"). 1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number__ , with an Effective Date of November 30, 2023 . 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Modification to Scope of Work), attached to this Amendment and made part hereof by this reference. The professional services will be performed by the Consultant within the timeframe set forth in the Work Order, or as amended in Exhibit A, all in accordance with the terms and provisions set forth in the Agreement. 3. From and after the Effective Date of this Amendment, the above -referenced Work Order is modified as set forth in this Amendment. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Amendment as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY By: '� By: Print Name: Sean C. Green, PE Title: Executive Vice President Susan Adams, Chairman BCC Approved Date: Attest: Ryan L. Butler, Clerk of Court and Comptroller By: Deputy Clerk Approved: Approved as to form and legal sufficiency: Scope, thresholds and amendment number confirmed by: John A. Titkanich, Jr., County Administrator Christopher A. Hicks, Asst. County Attorney Purchasing 545 M j MASTELLER & MOLER INC. 165527 1h Street, Ste. 2, Vero Beach, FL 32960 M-1 — CIVIL ENGINEERS — (772) 567-5300 EXHIBIT A Spoonbill Marsh River Intake Station Access Road & Electric Power Masteller & Moler, Inc. is pleased to present the Indian River County Department of Utilities Services (IRCDUS) with this Amendment #2 to Work Order #5 which provides for obtaining modified permits for the electric replacement system being installed via directional drilling and pull boxes rather than via a director bury method. A brief description of the scope of services and deliverables for this Work Order is provided as follows: Scope of Work: 1: New Electric Power Service Task 1H — Civil Engineering Design Revision: Consultant shall revise the completed design and Civil Construction Plans for the new electric power system installation from the direct bury method to directional drilling and pull boxes. The Construction Plans will also revise the depicted expected temporary impacts of wetlands that will occur as a result of the pull boxes. Task 11— Electrical Engineering Services (by C&W Engineering, Inc.): Consultant shall provide for Electrical Engineering Services to be performed by C&W Engineering Inc. to revise the Electric Plans to be consistent with the horizontal layout of directional drilled conduit and pull boxes as shown on civil engineering plans. Task 1J — Environmental Services (bV Atlantic Environmental of Florida) FDEP / US ACE Environmental Resource Permit Modifications: Consultant shall provide for the required Environmental Services to be performed by subconsultant Atlantic Environmental of Florida, LLC to include: Preparation of permit applications, submittals, attendance of weekly phone calls, and permitting services to obtain a modified USACE permit and written response from FDEP with assurance that a modification is not required for the proposed activities associated with the Spoonbill Marsh Electric replacement system being installed via directional drilling and pull boxes rather than via a direct bury method. Page 1 of 2 546 M nn M MASTELLER & MOLER, INC. — CIVIL ENGINEERS ^- Fee Schedule: Phase 1— New Electric Power Svstem 1655 27" Ste. 2, Vero Beach, FL 32960 (772) 567-5300 Task 1H — Civil Engineering Design Revision $ 4,000.00 Task 11— Electrical Engineering Design Revision $ 2,300.00 Task 1.1 — Environmental Services FDEP / US ACE ERP Modifications $ 3,680.00 Sub -Total $ 9,980.00 Permit Review Expenses Phase 1 $ 420.00 Total Fees $ 10,400.00 Mitigation fees are excluded from this Work Order. Time Schedule: The Work Order tasks shall be completed based on the following schedule: Phase 1 Working Days 1. Civil Services (MM) 10 Days after NTP 2. Electrical Services (C&W) 10 Days after NTP 3. Environmental Services (Submit Applications) 5 days after 1-2 Deliverables: The ENGINEER shall provide the COUNTY with the following Deliverables: Phase 1 1. Environmental Services PDF 2. Civil Engineering Design Plans 90% PDF & 1 Hard Copy 100% PDF & ACAD File & 3 Hard Copy Sets Page 2 of 2 547 September 10, 2024 ITEM 14.A.1 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: September 3, 2024 SUBJECT: Florida Association of Counties FROM: Susan Adams Commissioner, District 1 I would appreciate a discussion with my fellow commissioners about leadership opportunities with the Florida Association of Counties. 548 September 10, 2024 Commissioners Matters Item # 14-1) 1 Indian River County BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: September 03, 2024 SUBJECT: County Administrator FROM: Commissioner Deryl Loar Discussion Item: On March 21, 2023, the Board of County Commissioners unanimously approved the appointment of John A. Titkanich, Jr. as County Administrator for a term of three years which commenced on April 17, 2023. Since that time, the County has undertaken some restructuring. I respectfully request that our County Administrator present to the Board an objective overview of his tenure since his start date including achievements that have been accomplished as well as obstacles that have been faced. Additionally, I would like an outline of his vision moving forward regarding department and/or personnel re -structuring as well as any challenges the Administrator anticipates we may face as a county. I am requesting that my fellow Commissioners provide their input into this discussion. Finally, I would like to recommend as a Board, that we receive regular updates from both the County Administrator and County Attorney. 549 1561 SWDD Item Indian River County, Florida Solid Waste Disposal District Board Memorandum Date: August 22, 2024 To: The Solid Waste Disposal District Board of Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services Himanshu H. Mehta, PE, Managing Director, Solid Waste Disposal District (SWDD) Prepared By: Sue Flak, SWDD Recycling Education and Marketing Coordinator Subject: Indian River County SWDD Vape Pen Recycling Program Description and Conditions: Recently, there has been an influx in the amount of rechargeable and lithium -ion batteries making their way into the waste and recycling streams. Unfortunately, these batteries are known to explode and cause fires when compressed in a hauling vehicle or buried in the landfill. Almost 200 vape pen explosions and fires leading to 133 acute injuries were reported in the United States between 2009 and 2016. There have even been numerous fires at the Materials Recovery Facility (MRF) as these batteries make their way there, as well. Currently, in Indian River County, there is a variety of options for proper disposal of many types of rechargeable batteries, but no viable option for vape pen batteries. Vape pen users were asked about proper waste disposal and 73.7% believe that it was difficult to find a drop off site. What is worse, these pens are also mixed with other hazardous materials that need to be separated, such as nicotine and Tetrahydrocannabinol (THC), making them difficult to recycle and dispose of properly. Analysis: The Solid Waste Disposal District (SWDD) staff is partnering with GAIACA Waste Revitalization, a sustainability provider who specifically handles hazardous materials to launch of a new Vape Pen Collection program. This program is to encourage residents to properly dispose of these pens at one of the five Customer Convenience Centers, the Main County Landfill, or at a participating retail store. This service will provide a viable option for collection while eliminating waste and recycling stream contamination and increasing education awareness of the situation. Vape pen usage has increased significantly between 2019 and 2020 and will only continue to increase, exasperating the problem. This program will give residents a viable option for proper disposal and increased awareness through education and outreach. 550 SWDD Item GAICA has proposed to provide six (6) receptacles (7 -gallon each) for each of the CCC's and the main landfill. These receptacles are lockable to prevent theft/misuse of the vape pens. Since this is a start-up project, GAICA has proposed to provide pick-up and disposal on an on-call basis. Based on GAICA's proposal, the initial setup cost is $1,200. Staff has estimated approximately $2,000 per on-call collection/disposal with two events per year for a total annual cost of $5,200. Funding: Funding for the Vape Pen Collection Program is budgeted and available in the SWDD/CC & RECYC/Other Professional Services account, number 41125534-033190, for a total amount of $5,200, which is funded from SWDD assessments and user fees. Account Name Account Number Amount SWDD/CC & RECYC/Other Professional Services 1 41125534-033190 $5,200 Recommendation: Staff recommends the Solid Waste Disposal District (SWDD) Board approve the funding of up to $5,200 to launch a Vape Pen Collection program to support the proper collection and disposal of these items in Indian River County. Staff recommends that the SWDD Board waive the requirement for bids and authorize the Purchasing Manager to issue a purchase order to GAICA Waste Revitalization for these services. Attachments: 1. Vape Pen Flyer 2. Proposal from GAICA 551 D-ONOT TNROw VAPE PENS „ IN THE GARBAGE on RECYCLING CART! They contain lithium batteries, which can catch fire, especially when damaged. When placed in household trash and recycling bins, lithium batteries often get damaged by trash compactors and can cause fires during transportation, as well as at waste and recycling facilities. For proper and safe disposal } bring your vape pens to: • One of the 5 Customer Convenience Centers • Main Landfill • Participating Retail Outlets �1 m a� a' �3 r hat 4ti 00 f r . g�5�� •,.� ^ VASTE MANAGEMENT tp,'ROPOSAL E --A c8 4 7' kjATE CREATED PREPARED FOR •, July 18, ry 2024 Indian •a • - 1 d#� s� ' � —.If pz AIR 1 30 V. � A r •4s ec ` � � '� .s .e 14 A"'� t i i { a4' Mid may) • , r• �y � / C,yyq tl a �I, 'W'� ��' �t ♦ ¢rte s`i�3,P.• y�' �l�i � ..�,ry .. � ; •«'P^i�os' � , ' , '` a i"� "4�i.c>.� � �• �:�:. � �"` � y � : { W 4 � y GAIACA.COM GY iACA WASTE REVITALIZATION 831.2i'_A14242 SHIPTO Indian River County 1325 74th Avenue SW Vero Beach, FL 32968 GAIACA P.O. Box 188 024-08-22: Gonzales, CA 9392611-11, ♦ Expiration: 2024-09-21 United States 831.264.4242 , BILL TO Indian River County 1325 74th Avenue SW Vero Beach, FL 32968 ITEM DESCRIPTION INITIAL SITE MOBILIZATION MM32 Material; Miscellaneous; 7 Gal Chest SS21 Supporting Services; Shipping PRIMARY CONTACT Susan Flak 772.226.3206 sflak(@indianriver.gov ACCOUNT REP Garrett Rodewald 831.225.0530 grodewald(@gaiaca.com ONE-TIME SERVICE SERVICE TYPE: ■ 2x Trip Charge (Portal -to -Portal) ■ Full Price on Materials Used 0 Membership O Non -Member ■ Minimum 1 Hr Labor DOne-Time Service 0 Industrial Hygiene ■ Additional Video Charge Upon Request w/ Download Link 0 Training O Waste Mgmt. Plan ■ Late/No Cancellation Fee ■ Fixed -Price Contract 0 Vape Recycling 0 Enviro. Consulting ■ Pre -Payment Terms ON LY must be current at time of service to rvmiw benefits. 10%dseaunt upon Full annualpayment. ROUTINE SERVICE SC31 Service; Call; Transportation/Destination (Portal -to -Portal) VUBK Vape Pens; Universal; Bulk PS32 Professional Service; Time/Labor; HazMat/HAZWOPER Technician FE24 Fee; Recovery; Energy, Environmental, Fuel (20%) _ UANTITY UNIT PRICE TOTAL`_ 6.00 $155.00 $930.00 6.00 $45.00:'> '; $270.00 $1,200.00 1.00 $1,000.00 1,000.00 TBD $9.25 TBD $105.00 — TBD TBD — PROPOSAL TOTAL: NOTES: Vape Pen Recycling Services for IndianRiver County. � - '; S (�(� - _- INNOVATIVE GAIACA shall provide on-call collection o#accumutate8 vape pen devices -room collection points established at five (5) county -operated customer convenience centers and one (1) landfill in Indian River County. List of collection points is attached. GAIACA shall provide appropriate containers for vape pen accumulation. Vape pens shall be properly handled and disposed of per local, State, and Federal rules and regulations. GAIACA shall provide a completed manifest and Certificate of Destruction (COD) at the completion of each service. Video surveillance footage is available upon request. solutions to industrial WASTE concerns 554 1%0 GAIACA P.O. Box 188 Gonzales, CA 93926 United States 831.264.4242 This Service Provider Agreement ("Agreement"), effective as of the Effective Date set forth below, is made and entered into by and between GAIACA, LLC, a California Limited Liability Company, GWR CA, LLC, a California limited liability company (collectively referred to as "GAIACA") and the Company identified below. This Agreement is comprised of this Cover Page, the attached Account Billing Agreement, and any exhibit(s), appendix, or addenda thereto. Services will commence within two (2) weeks of the date signed ("Effective Date"). LIMITATIONS ■ A standard Service Initiation is comprised of a one-way Trip Charge, straight cost of Materials (Containers) delivered, and onsite Labor. Materials are billed at a per-unit rate outlined in GAIACA's Professional Rate Sheet. ■ Per Title 4 CCR, Division 19 (Department of Cannabis Control), Chapter 9, §17223 "Waste Management", all cannabis goods/product shall, at a minimum, be separated from packaging and rendered unrecognizable and unusable onsite. All rendered waste material shall be transported to the appropriate permitted solid waste facility for further treatment and/or disposal. ■ A Certificate of Destruction (CoD), Bill of Lading (BoL), or Waste Manifest/Tracking Document Shall be provided at the completion of each project, at no additional cost. Video surveillance is available upon request. Additional fees may apply. ■ Prior to scheduled pickups, GAIACA will provide a 30 -minute courtesy call to confirm appointment. If unanswered, GAIACA will assume confirmation. Onsite cancellation, denied access to facility, extended wait time (greater than 15 minutes), and waste not present for pickup, all constitute a "Late/ No Cancellation" event, and is subject to fees. ■ Weight limits, per container type and size, are as listed (open-top/solid waste only): 55 Gal Drum (300 lbs), 30 Gal Drum (200 lbs), 15 Gal Drum (100 lbs), 5 Gal Drum (50 lbs), 96Gal Cart (400 lbs), 64 Gal Cart (300 lbs), 32 Gal Cart (200 lbs), 96 Gal Cart ARV Service (300 Lbs). ■ A 20% Energy, Environmental, and Fuel Surcharge is applied to each invoice. Additional surcharges and fees are outlined in GAIACA's Professional Rate Sheet. COMPANY•• • CITY: STATE: ZIP: LEGAL ENTITY NAME: DOING BUSINESS AS: OCOPY LEGAL ENTITY NAME BILLINGNAME: 0 copy LEGAL ENTITY NAME 0 COPY D.B.A. NAME PARENT/AFFILIATE ORGANIZATION: ENTITYTYPE: 0 SOLE PROPRIETOR 0 PARTNERSHIP 0 CORPORATION 0 LLP 0 LLC FEDERAL TAX ID NUMBER: WEBSITE: BUSINESS LICENSE NUMBER(S) (include BCC, CDPH, CDFA) : FACILITY • • FACILITY ADDRESS: CITY: STATE: ZIP: PRIMARY CONTACT: PRIMARY TITLE: PRIMARY PHONE: PRIMARY EMAIL: ALTERNATE CONTACT: ALTERNATE TITLE: ALTERNATE PHONE: ALTERNATE EMAIL: BILLING • • BILLINGADDRESS: 0COPY FACILITY ADDRESS CITY: STATE: ZIP: PRIMARYCONTACT: 0COPY FACILITY PRI. PRIMARYTITLE: PRIMARY PHONE: PRIMARYEMAIL: ALTERNATE CONTACT: 0COPY FACILITY ALT. ALTERNATE TITLE: ALTERNATE PHONE: ALTERNATE EMAIL: 555 GAIACA P.O. Box 188 Gonzales, CA 93926 United States 831.264.4242 TERMS & FEES Setup Service Initiation and/or first month's membership if applicable are required from Customer prior to start of service. Service Customer agrees to pay GWR CA, LLC dba GAIACA for the following where applicable: monthly membership fees, service fees, plus any additional container fees and/or surcharges. SPARC Membership SPARC Members in good standing enjoy Net -15 terms and service discounts as outlined in proposal Membership is subject to recurring, monthly membership fees, which are due the first 0st) of the month, prior to the month of service. Unless paid in advance, membership payments are required by auto -pay (credit card or ach). tin good standing is defined as current on all SPARC membership invoices. Payment Payments can be made online, by phone or by mail with check, credit or debit card, ach, money order, e -check, wire or cash. Checks and money orders are payable to GAIACA, P.O. Box 188, Gonzales, CA 93926. Payment terms are COD. Estimates for services may be provided in advance. A deposit for the estimated amount is due from non-members and one-time accounts prior to the start of service. Invoices are dated with the service date and are Account Billing Agreement provided following the review of work orders. All remaining balances are due upon receipt. Deposits in surplus of the invoice amount are held as a credit on account. A finance charge of 10% per month will accrue on outstanding balances over 30 days past due. Past due invoices may be cause for service interruption and/or revocation of credit or net terms. Returned check fee is $35. Cash payments may be assessed a ten percent (10%) cash handling fee. Term The term of this Agreement will commence on the date the Agreement has been executed by the Customer with their acknowledgment initials and signature below and shall continue in full force and effect until canceled by the Customer with thirty (30) days advanced notice of intent to terminate services, given to GAIACA in writing. At any time during the term of this Agreement, GAIACA may terminate this Agreement. Change of Terms Rates and condition of services are subject to change. I have read, understood, acknowledge and agree to GAIACA's Terms & Fees with my initials: INMUS' PAYMENT • • 91 �,__;giweMy permission to G A LL . d a GAIACA to charge my cre� it card ordebit my bank account for the 7 CLIENTNAME following purchases. My credit card or bank account details will be stored in my profile and will only be used for approved purchases and services. CREDIT •D •• • OAMEX O VISA O MASTERCARD O DISCOVER CREDIT CARD NUMBER: EXPIRATION (mmlyyyy): CVV: ZIP (billing address). ACCOUNT HOLDER NAME: ACH •• • BANK ACCOUNT NAME: ACCOUNT NUMBER: ROUTING NUMBER: O CORPORATE CHECKING O PERSONAL CHECKING ACCOUNT HOLDER NAME: ACCOUNT HOLDER PHONE: O CORPORATE SAVINGS O PERSONAL SAVINGS PAYMENT •• • O ONE-TIME PAYMENT INVOICE NUMBER: AUTHORIZED AMOUNT: AUTO & RECURRING PAYMENT PLAN: Unless expressly indicated above that the form of payment is intended for a `one-time payment', I authorize the use of the above credit card or bank account for payment of membership fees, waste collection services and/or related supplies. Payment wil be processed on or following the invoice date. Contact GAIACA seven (7) days prior to the next billing date to cancel auto payment plan. ACCOUNT HOLDER NAME: ACCOUNT HOLDER SIGNATURE: DATE: Proposal No. 47961-20411 2024-08-02 Indian River County Vape Pen Recycling Services - Quarterly Collection Points: 1. Fellsmere Convenience Center 12510 Co Rd 512, Fellsmere, FL 32948 2. Roseland Convenience Center 7860130th St, Sebastian, FL 32958 3. Winter Beach Convenience Center 3955 65th St, Vero Beach, FL 32967 4. Gifford Convenience Center 490141st St, Vero Beach, FL 32967 5. Oslo Convenience Center 9501st PI, Vero Beach, FL 32962 6. Indian River County Landfill 1325 74th Ave SW, Vero Beach, FL 32968 ;&*A ►s8 -� SWDD Item Indian River County, Florida Solid Waste Disposal District Board Memorandum Date: August 23, 2024 To: 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: Work Order No. 2 to Jones Edmunds and Associates for 74th Avenue SW Widening Project Descriptions and Conditions: The Solid Waste Disposal District (SWDD) has authorized a new Automated Scale Project that is anticipated to be use by the end of this calendar year. This project will provide greater customer service to our routine account holders. However, during peak traffic flows, our current entrance as well as the current right turn lane into the landfill on 74th Avenue SW will become a bottleneck reducing the benefit of the new automated scale system. Staff is proposing the widening of our entrance as well as a dedicated right turn lane on 74th Avenue SW to optimize the efficiency of the new automated scale system. Staff received Work Order No. 2 from Jones Edmunds and Associates (Jones Edmunds) to provide engineering design, permitting, and bidding services and recommends approval from the SWDD Board. Analysis: Jones Edmunds has prepared Work Order No. 2, provided in Attachment 1, for engineering services detailing the scope of work, budget, and schedule for each of the tasks. The fees to be paid by SWDD for the execution of this work authorization are in accordance with the Continuing Contract Agreement for Professional Services (CCNA), dated May 2, 2023. PHASE 1 DESCRIPTION TOTAL AMOUNT Task 1 Project Management, Meetings, and Communications $23,135 Task 2 Data Collection $29,225 Task 3 Design $100,070 Task 4 Permitting $15,750 Task 5 Bidding $6,740 TOTAL = $174,920 2ed586f6-e67f-47f4-b2e9-f6764b4b2226.docx Page 1 of 2 558 SWDD Item Funding: Funding for the 74th Avenue SW Widening Project work is budgeted and available in the SWDD/WIP/74th Ave Turn Lane, Gate & Cameras account, number 411-169000-23042, for a total amount of $174,920, which is funded from SWDD assessments and user fees. Account Name IAccount Number Amount SWDD/WIP/74th Ave Turn Lane, Gate & Cameras 1 411-169000-23042 $174,920 Recommendation: Solid Waste Disposal District staff recommends that its Board approve Work Order No. 2 with Jones Edmunds and Associates, Inc. for $174,920, to provide engineering services related to the 74`h Ave SW Widening project; and authorize the Chairman to execute the same, as presented. Attachment: Jones Edmunds Work Order No. 2 2ed586f6-e67f-47f4-b2e9-f6764b4b2 226. d ocx Page 2 of 2 559 WORK ORDER 2 This Work Order Number 2 is entered into as of this _ day of 1 , pursuant to that certain Continuing Contract Agreement, dated May 2, 2023 (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Jones Edmunds&Associates, Inc. ("Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), attached to this Work Order and made part hereof by this reference. The professional services will be performed by the Consultant for the mutually agreed upon lump sum or maximum amount not -to -exceed professional fee. Any additional costs must be approved in writing, and at a rate not to exceed the prices set forth in Exhibit B (Rate Schedule) of the Agreement, made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit A (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS LM OF INDIAN RIVER COUNTY 0 Susan Adams, Chairman Print Name: Stanley F. Ferreira, Jr., PE BCC Approval Date: Title: President & CEO Attest: Ryan L. Butler, Clerk of Court and Comptroller ME JI -2 Deputy Clerk John A. Titkanich, Jr., County Administrator Approved as to form and legal sufficiency: Christopher A. Hicks, Assistant County Attorney 560 August 23, 2024 Ronnie Jones, BSCE, A.M. ASCE Assistant Managing Director Indian River County - Solid Waste Disposal District 1325 74th Avenue SW Vero Beach, Florida 32968 1jones0 indianriver.gov RE: 74th Avenue SW Street Roadway Turn Lane Improvements Indian River County Solid Waste Disposal District Scope of Services and Fee Schedule Jones Edmunds Opportunity No.: 95479-189-24 Dear Mr. Jones: Jones Edmunds appreciates this opportunity to provide professional engineering services for design, permitting, and bidding services for entry roadway widening including a new second turn lane that connects to a dedicated Automated Scale Lane off 74' Avenue SW Street into the Solid Waste Disposal District (SWDD) facilities. This turn lane work will include widening the entrance and connecting the entrance drive into the Automated Scale Lane under construction at the scale house. The existing entrance gate will be replaced with a wider gate. A camera or licensed plate reader will be added to the new gate. The existing pavement section for 74th Avenue SW Street is a rural section with a dirt shoulder and open drainage ditch that will be modified with the new turn lane. The project goal is to enable commercial hauler traffic to directly access the Automated Scale Lane, bypass the scale house, and not interfere with the residential waste disposal trucks, thereby reducing the traffic at the scale house. Project design elements include: ■ Design a second dedicated roadway right turn lane into the SWDD facility. ■ Coordinate with existing utilities for relocating existing utilities that are impacted by the new road work. ■ Coordinate and design the extension of the existing culvert under 74th Avenue SW Street with the Indian River Farms Water Control District. ■ Realign and widen the main entrance into the facility. ■ Address utilities that can be abandoned or capped. ■ Delineate wetlands or habitat species impacted by road work. ■ Prepare project specifications using the 16 -Division Master Specification format (see attached for an example specification list). Division 2, Site Construction, will be the main 80.0..237.1053 .; OM 'IIi:E►1 56.1: Ronnie Jones, BSCE, A.M. ASCE August 23, 2024 Page 2 section with potentially additional documents included to address the new gate. The inclusion of Division 1 and 2 will be coordinated with SWDD. ■ Prepare an Engineer's Opinion of Probable Construction Cost (EOPCC). Jones Edmunds will provide the following services: ■ Obtain a topographic and right-of-way survey of 74"' Avenue SW Street and the SWDD entrance to prepare the project design. ■ Obtain Subsurface Utility Engineering (SUE) information including horizontal and vertical information of utilities impacted by the new work. An allowance of four holes/locations have been included in this Scope of Services. This information will be surveyed and included on the design plans. ■ Obtain geotechnical data to support the project design. • Identify and delineate regulatory wetlands within the project limits. ■ Coordinate with the County to identify easements and property acquisitions if required for the project. ■ Coordinate with public and private utilities for any necessary relocations. ■ Prepare Construction Drawings and Technical Specifications. ■ Submit permit applications to the following agencies: • South Florida Water Management District (SFWMD) • County Community Development Department for site plan and Technical Review Committee (TRC) approval ■ Indian River Farms Water Control District - Canal Permit The Scope of Work for this Work Order (WO) will be completed in accordance with the Continuing Contract Agreement for Consulting Engineering Services between Indian River County (COUNTY) and Jones Edmunds &Associates, Inc. (CONSULTANT) dated May 2, 2023 (Agreement)." SCOPE OF SERVICES TASK 1 — PROJECT MANAGEMENT, MEETINGSr AND COMMUNICATIONS Jones Edmunds will attend a kick-off meeting with the County. The kick-off meeting will address the following items: This meeting will be conducted via a "Teams" meeting to discuss parameters of the project and to reduce costs. ■ Identify the team roles and responsibilities for the project. ■ Establish the project schedule. ■ Reaffirm project goals. ■ Discuss any key design issues/constraints. 562 Ronnie Jones, BSCE, A.M. ASCE August 23, 2024 Page 3 After the kickoff meeting, Jones Edmunds will hold three in-person design review meetings at the 30%, 75% & 100% completion of plans and specifications on the project. We expect that the design and permitting will take approximately 9 months. Jones Edmunds will prepare meeting minutes for the meetings. Jones Edmunds will communicate with the County via telephone, email, and written correspondence on a regular and ongoing basis. TASK 2 — DATA COLLECTION Jones Edmunds will perform or subcontract the following data -collection services: Topographic/right-of-way and SUE survey: We will subcontract with a Florida -licensed surveying firm for the survey work. Four locations for test holes to identify vertical and horizontal location of utilities have been included. ■ Geotechnical exploration for roadway design: We will subcontract with a Florida licensed geotechnical firm to obtain designated borings. One Standard Penetration Test (SPT) and three auger borings will be obtained. Wetland delineation and seasonal high-water elevations: Jones Edmunds' wetlands scientist will conduct a site visit to delineate wetlands and surface waters and determine seasonal high-water elevations as needed for permitting. If required, this task includes delineating temporary or permanent easements that the County will need to acquire from property owners for the proposed turn lane improvements. Deliverables Topographic/Right-of-Way Survey (PDF). Geotechnical Report (PDF). Wetlands Memorandum summarizing the field findings (PDF). TASK 3 — DESIGN 30% DESIGN Jones Edmunds will develop 30% Design Plans based on the data -collection services outlined in Task 2. Design criteria for the project will follow Indian River County requirements and the requirements of the Florida Department of Transportation's (FDOT) Manual of Uniform Minimum Standards for Design, Construction, and Maintenance for Streets and Highways 2021 edition (commonly referred to as the Florida Greenbook). We expect the Plans to include the following sheets: ■ Title Sheet. ■ Legend, Index, and Abbreviations. 563 Ronnie Jones, BSCE, A.M. ASCE August 23, 2024 Page 4 ■ General Notes. ■ Preliminary Alignment Plan. ■ Site Entrance Layout Plan ■ Site Entrance Grading Plan ■ Typical Sections. ■ Grading and Drainage Road Plans Jones Edmunds will submit the 30% Design Plans to the County for their review and comment. Thereafter, Jones Edmunds will meet with the County via TEAMS or Zoom to review the Plans and receive comments regarding the design. Deliverables ■ 30% Plans: electronic copy (PDF) and 1 full-size set of printed plan sheets. 75% DESIGN Jones Edmunds will develop 75% Design Plans and Draft Technical Specifications by incorporating mutually agreed -on comments from the 30% Design. We will prepare an EOPCC. Jones Edmunds will work with the County on the selection of a camera or licensed plate reader to be installed with the new gate. The 75% Plans will include the sheets from the 30% Design plus the following sheets: ■ Plan and Profile Sheets. ■ Roadway Cross -Sections. ■ Grading and Drainage Plans ■ Utility Relocation Plans ■ Wetland Impact Plans. ■ Erosion- and Sediment -Control Plans. ■ Maintenance of Traffic Plans ■ Pavement Marking Plan ■ Details Jones Edmunds will submit the 75% Design Plans, Draft Specifications, and EOPCC to the County for their review and comment. Thereafter, we will meet with the County to review the Plans and receive comments regarding the design. Deliverables ■ 75% Plans: electronic copy (PDF) and 1 full-size set of printed plan sheets. ■ 75% Draft Technical Specifications: electronic copy (PDF). ■ EOPCC: electronic copy (PDF). The County -reviewed and approved 75% Plans will be used for permitting. 564 Ronnie ]ones, BSCE, A.M. ASCE August 23, 2024 Page 5 100% DESIGN Jones Edmunds will prepare Final Construction Plans, Technical Specifications by incorporating relevant, in -Scope County comments from the 75% Design, and the Final EOPCC. The Final Construction Plans and Technical Specifications will be used for bidding and construction. The 100% Plans will include the sheets from the 75% Design, any County and permit agency comments, plus the following sheets: ■ Drainage Ditch Profiles. ■ Construction Details. Deliverables ■ 100% Plans (signed -and -sealed): electronic copy (PDF). ■ One full-size set of (signed and sealed) printed plan sheets. ■ 100% Technical Specifications (signed -and -sealed): electronic copy (PDF). ■ EOPCC: electronic copy (PDF). UTILITY COORDINATION During the design process, Jones Edmunds will coordinate with utility providers impacted by the project improvements. We will communicate and meet with the utility providers to confirm that they relocate their facilities if applicable in a timely manner. We cannot control the timeliness of utility relocations by others. As part of this Scope of Services, we will call out minor utility adjustments. TASK 4 — PERMITTING Jones Edmunds will schedule and participate in a pre -application meeting with SFWMD. Jones Edmunds will use the County -approved 75% Design Plans to prepare the permit applications. We will prepare the permit documents for County signature and will submit the permit packages to the appropriate agencies. No record exists of any delineated wetlands on this site. The following deliverables will be provided: ■ SFWMD General Environmental Resource Permit (ERP) application. ■ County Transportation Permit application. ■ Indian Farms Water Control District Connection Permit. ■ Responses to Request for Additional Information (RAI)s TASK 5 — BIDDING Jones Edmunds will assist the County during the bidding and award process for the project as follows: 565 Ronnie Jones, BSCE, A.M. ASCE August 23, 2024 Page 6 ■ Provide electronic Bid Documents in .pdf format to the County and review the County's Invitation to Bid documents. ■ Assist the County with one addendum to the Contract Documents. Verbal and written questions from prospective bidders will be directed to the County. The County and Jones Edmunds will decide if issuing an addendum is required. Jones Edmunds will prepare responses to the bidders' questions and submit them to the County. The County will post the addendums. ■ Attend one pre-bid meeting with prospective bidders to discuss the project and answer questions. ■ Review the bidders' cost proposals, prepare proposal tabulation, -and :develop a bid evaluation summary. - SCHEDULE The project schedule will be mutually agreed to by the County and Jones Edmunds. The following presents a proposed schedule: Project Schedule Task Calendar Days Notice to Procee 0 Data Collection 75 30% Design 60 75% Design 60 Permit Submits 30 100% Design 45 Bidding TBD We assume that the County will require a 2 -week review period for each submittal. COMPENSATION Based on the Scope of Services described above, the County will pay Jones Edmunds a lump -sum fee in accordance with the following breakdown of tasks: Tasks Total Cost Task 1 - Project Management, Meetings, and Communications Task 2 - Data Collection Task 3 - Design i4 Task 4 - Permitting - Task 5 - Bidding $23,135 $29,225 $100,070 $15;750; 0.1. 4jftO 56.6 Ronnie Jones, BSCE, A.M. ASCE August 23, 2024 Page 7 PROPOSAL CLARIFICATIONS ■ The County will pay all permit fees. ■ Construction Contract Administration Services have been excluded. These services can be provided once the County defines the scope of these requested services. ■ This Scope of Services excludes wetland mitigation design. If mitigation is required, we assume it will be handled by the purchase of wetland credits by the County from a local mitigation bank. ■ Archaeological surveying and permitting are excluded from this Scope of Services. ■ Coordinating historical preservation is excluded from this Scope of Services. ■ The Project Site is assumed to be free of soil and groundwater contamination. ■ Landscaping plans are included in this Scope of Services. ■ Easement documents and legal descriptions of necessary project properties that the County will acquire will be performed under a separate Task Order. ■ Public meetings and outreach are excluded from this Scope of Services. ■ A traffic study is excluded from this Scope of Services. ■ Major utility adjustments (e.g., upsizing or relocating utilities) are excluded from this Scope of Services and will be performed directly by the utility provider. All utility relocation costs are assumed to be the responsibility of the utility provider. ■ Easement preparation, such as legal descriptions, sketches, and easement agreements, is excluded from this Scope of Services. If you have any questions or comments, please contact us at (352) 377-5821 or via email at fhoytCa)jonesedmunds.com or aaltman(aDjonesedmunds.com. Sincerely, 14a, /� �01 Fred Hoyt, MBA, PE Project Manager 13545 Progress Boulevard Alachua, Florida 32615 Attachment: Project Fee Estimate Specifications List Alan Altman Client Services Manager 567 00 14 kn TABLE OF CONTENTS DIVISION 1 -GENERAL REQUIREMENTS 01000 PROJECT REQUIREMENTS 01100 SUMMARY OF WORK 01290 SCHEDULE OF VALUES 01310 CONSTRUCTION COORDINATION 01325 CONSTRUCTION PHOTOGRAPHS 01330 SUBMITTALS AND ACCEPTANCE 01350 ENVIRONMENTAL PROTECTION PROCEDURES 01355 SPECIAL PROVISIONS 01400 QUALITY REQUIREMENTS 01450 TESTING AND TESTING LABORATORY SERVICES 01500 TEMPORARY FACILITIES AND CONTROLS 01600 MATERIALS AND EQUIPMENT 01650 DELIVERY, STORAGE, AND HANDLING 01720 FIELD ENGINEERING 01740 FINAL CLEANING 01770 PROJECT CLOSEOUT 01780 WARRANTIES AND BONDS 01785 RECORD DOCUMENTS DIVISION 2 -SITE CONSTRUCTION 02000 FDOT REFERENCES 02240 DEWATERING 02700 ROADWAY IMPROVEMENTS 95479-189-24 i TABLE OF CONT�itSi.T,$ July 2024 �Oi