Loading...
HomeMy WebLinkAbout01/14/2025ER c\ 0 COUNTY COMMISSIONERS BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY FLORIDA COMMISSION AGENDA TUESDAY, JANUARY 14, 2025 - 9:00 AM Commission Chambers Indian River County Administration Complex 1801 27th Street, Building A Vero Beach, Florida, 32960-3388 www.indianriver.gov Joseph Flescher, District 2, Chairman John A. Titkanich, Jr., County Administrator Deryl Loar, District 4, Vice Chairman Jennifer W. Shuler, County Attorney Susan Adams, District 1 Ryan L. Butler, Clerk of the Circuit Court and Comptroller Joseph H. Earman, District 3 Laura Moss, District 5 1. CALL TO ORDER 2.A. A MOMENT OF SILENT REFLECTION FOR FIRST RESPONDERS AND MEMBERS OF THE ARMED FORCES 2.11. INVOCATION Reverend Dale Glading, Risk Takers for Christ 3. PLEDGE OF ALLEGIANCE Commissioner Laura Moss 4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS 5. PROCLAMATIONS and PRESENTATIONS 5.A. Presentation by Nopetro regarding the Renewable Natural Gas Project Attachments: Staff Report 6. APPROVAL OF MINUTES 6.A. Regular Meeting of November 05, 2024 7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REQUIRING BOARD ACTION 7.A. Internal Audit Division Annual Report Attachments: 2024 Internal Audit Report January 14, 2025 Page 1 of 7 7.11. Florida Public Service Commission Consummating Order PSC -2024 -0503 -PCO -EI, approving Florida Power and Light's interim storm cost recovery charge related to Hurricanes Debby, Helene, and Milton, is available for review in the Office of the Clerk to the Board. 7.C. Event Calendar Attachments: Staff Report 7.D. St. Johns River Water Management District (SJRWMD) 2025 Governing Board Meeting Schedule Attachments: SJRWMD 2025 Governing Board Meeting Schedule 8. PUBLIC COMMENT: AGENDA -RELATED MATTERS (EXCEPT FOR PUBLIC HEARINGS) 9. CONSENT AGENDA 9.A. Checks and Electronic Payments November 16, 2024 to November 22, 2024 Attachments: Comptroller Division Staff Report 9.11. Checks and Electronic Payments November 23, 2024 to November 29, 2024 Attachments: Comptroller Division Staff Report 9.C. Checks and Electronic Payments November 30, 2024 to December 6, 2024 Attachments: Comptroller Division Staff Report 9.D. Checks and Electronic Payments December 7, 2024 to December 13, 2024 Attachments: Comptroller Division Staff Report 9.E. Checks and Electronic Payments December 14, 2024 to December 20, 2024 Attachments: Comptroller Division Staff Report 9.F. Checks and Electronic Payments December 21, 2024 to December 27, 2024 Attachments: Comptroller Division Staff Report 9.G. Designation of Excess Equipment as Surplus and Authorization for Trade -In Attachments: Staff Report - Fleet Lift 23511 - Fleet Lift Disposal Form 9.11. Award of Annual Bid 2025014 for Natural Areas & Exotic Vegetation Management/Mowing Attachments: Staff Report 9.I. Indian River County Subaward and Grant Agreement for Hurricane Milton Attachments: Staff Report Federally Funded Subaward and Grant Agreement January 14, 2025 Page 2 of 7 9.J. Interest Rate Change on All County Financing (Petition Paving, Utility Assessment Projects, Utility Impact Fees, etc.) Attachments: Staff Report County Financing Interest Rate History 9.K. Fourth Extension and Amendment to Agreement for Operations of the Biosolids Dewatering Facility, Sludge Dewatering and Hauling (Bid 2021021) Attachments: Staff Report Fourth Extension and Amendment 9.L. First Amendment to Agreement for Continuing Consulting Environmental, Ecological, and Biological Support Services (RFP 2023060) Attachments: Staff Report Continuing Environmental Ecological and Biological Support Services First Amendment 9.M. Ratification of Purchase Order 101387 Attachments: Staff Report 9.N. Rejection of Bids for 2025015 for Sandridge Golf Club Lakes Course Restroom Attachments: Staff Report 9.0. Revision to AM -502.1 Vacation Leave Attachments: Staff Report 502.1 Vacation Leave 2025 Draft 9.P. Approval to Submit an FWC Bulk Derelict Vessel Removal Grant Application Attachments: Staff Report FWC Bulk DV Grant Winter 2025 9.Q. Amendment No. 5 - FDEP Grant Agreement No. 17IR2 (Wabasso (Indian River Sector 3) Beach Restoration) Attachments: Staff Report FDEP Grant Agreement 171R2 FDEP Grant Agreement 171R2 Al FDEP Grant Agreement 171R2 A2 FDEP Grant Agreement 171R2 A3 FDEP Grant Agreement 171R2 A4 FDEP Grant Agreement 171R2 A5 January 14, 2025 Page 3 of 7. 9.R. Amendment No. 4 - FDEP Grant Agreement No. 19IR2 (Indian River County Hurricane Irma Recovery Project - Sector 7 Beach and Dune Restoration) Attachments: Staff Report FDEP Grant Agreement 191R2 Amendment No 1 to FDEP Grant Agreement 191R2 Amendment No 2 to FDEP Grant Agreement 191R2 Amendment No 3 to FDEP Grant Agreement 191R2 Amendment No 4 to FDEP Grant Agreement 191R2 9.S. Florida Department of Environmental Protection Local Government Funding Request Grant 21IR1, Amendment #2, Indian River County's Sector 5 Beach and Dune Restoration (2020) Cost -Share Funding Assistance Attachments: Staff Report FDEP Grant Agreement 21 IR1 FDEP Grant Agreement 21 IR1 Al FDEP Grant Agreement 21 IR1 A2 9.T. Work Order No. 07 - Morgan & Eklund, Inc., 2025 Beach Profile Monitoring Surveys (SUMMER & WINTER) Attachments: Staff Report M&E Work Order 7 Agreement 9.U. Waiver of Fees for MLK Day Event / Victor Hart Sr. Community Enhancement Complex Attachments: Staff Report MLK Permit App Fee Schedule MLK Event 9.V. Final Payment for Bid No. 2024045 for Trans Florida Rail Trail Boardwalk Repairs Attachments: Staff Report Invoice 1010-148 9.W. Pulte Home Company, LLC's Request for Final Plat Approval for Costa Pointe PD Phase 1B [PD -21-06-07 / 99040218-96745] Attachments: Staff Report Location Map Final Plat Layout January 14, 2025 Page 4 of 7 9.X. Addendum to Deputy County Administrator's Employment Agreement Providing Additional Compensation in the Form of an Employer Contribution to the County 457 Deferred Compensation Plan. Attachments: Staff Report Addendum to Mike Zito Employment Agreement (20250108) 25.1.7 Addendum to M.Zito Employment Agreement Michael Zito - 2023 Contract 10. CONSTITUTIONAL OFFICERS and GOVERNMENTAL AGENCIES 11. PUBLIC ITEMS A. PUBLIC HEARINGS 11.A.1. Consideration of Staff -Initiated Land Development Regulation (LDR) Amendments to Remove Duplexes from the County's Site Plan Review Requirements [Legislative] Attachments: Staff Report Draft Ordinance IRC Business Impact Estimate 11.A.2. Leopaldo Llonch, Jr.'s Request to rezone approximately +5.70 acres from CL, Limited Commercial District to CG, General Commercial District (RZON2024090035-97304)[Quasi-Judicial] Attachments: Staff Report Existing Zoning Map Existing Future Land Use Map Rezoning Application Ordinance B. PUBLIC NOTICE ITEMS 11.B.1. Public Notice of a Public Hearing for January 28, 2025 to Consider an Ordinance Amending Section 103.22 of the County Code Relating to the Children's Services Advisory Committee Attachments: Staff Report 12. COUNTY ADMINISTRATOR MATTERS 13. DEPARTMENTAL MATTERS A. Building and Facilities Services B. Community Services C. Emergency Services D. Human Resources January 14, 2025 Page 5 of 7 E. Information Technology F. Natural Resources G. Office of Management and Budget H. Parks, Recreation, and Conservation I. Planning and Development Services 13.I.1. Consideration of Treasure Coast Diagnostic Laboratory, Inc.'s Request for a Local Jobs Grant Attachments: Staff Report Jobs Grant Application Draft Jobs Grant Agmt TC Diagnostic Lab, Inc. J. Public Works K. Sandridge Golf Club L. Utilities Services 14. COUNTY ATTORNEY MATTERS 14.A. Indian River County Committees - Annual Member Reappointments for 2025 Attachments: Staff Report 241231 Committee Members Term Renewal for Jan 2025 241231 Non -Renewal Vacancies Info List - Term Exp Jan 2025 14.B. Construction Board of Adjustment and Appeals Member Appointment Attachments: Staff Report Duane Millar Application - CBAA Duane Millar Resume - CBAA 15. COMMISSIONERS MATTERS A. Commissioner Joseph E. Flescher, Chairman B. Commissioner Deryl Loar, Vice Chairman C. Commissioner Susan Adams D. Commissioner Joseph H. Earman E. Commissioner Laura Moss 16. SPECIAL DISTRICTS AND BOARDS A. Emergency Services District B. Solid Waste Disposal District C. Environmental Control Board January 14, 2025 Page 6 of 7 17. PUBLIC COMMENT: NON -AGENDA -RELATED MATTERS 18. ADJOURNMENT 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. January 14, 2025 Page 7 of 7 Presentations Indian River County, Florida Solid Waste Disposal District Board Memorandum Date: December 6, 2024 To: The Solid Waste Disposal District Board of Commissioners Through: John A. Titkanich, Jr., County Administrator Sean C. Lieske, Director of Utility Services Prepared By: Himanshu H. Mehta, PE, Managing Director, Solid Waste Disposal District (SWDD) Subject: Presentation by Nopetro regarding the Renewable Natural Gas Project Jorge A. Herrera, Chief Executive Officer, of Nopetro Eco -District, is to present an update on the Renewable Natural Gas Project. 1 rt O 0' 3 O O Q O CL O r+ 't �• O (D O (DD n (D N r -h _. Q r.+ (D -S N N ID (D r --1 CL Q (D'� (D - • =' w cr 0 - Cr (D = N O (D (D N �• 0- (D C- r_t_ O1 M (D aU (D N Ln (D n t � N O r -t fi N � S rt - C (D (D C (D C O� (MV'.:: :: (D rD•R% YY �" N m Z, z rn : o-. -O N • Z n � C S (MD a� 7o Z A' f O < w 3 O 0:E (D r, m O rr CL (D Co cn' .a co ((DD Q � _ (D (D (D 3 r+ a� Q. M rte+ O oq � O < 3 ((DD Gi cu N C (D (D 3 cu DQ N ^ •a Q (D < 7 (D (D s O r -r v (D V _ (D v O N � rte-!• O (D O � � O v C) a fD _0 r F 0 3.Z3 v� < (D < Q O r�Ct v 1CD !D m 3 ED -0 rD n (D Z3 r+ --+, r+ --hr O Ln LA— r-1• (D rD CD O N � Z Uq r O r -h (D 3 N O f!q Ln — m O -- Ln � rN+ fD r s O O < <^ (D Z' r--1- (D O r+ -, O — O :3 Z. N n (D v w _ N cr < S (D C 3 s p 0= Z C S (MD 7o Z A' f O < w 3 O 0:E (D n CL O rr v N C G cn' .a (D N w f-+ _ m< rD0 3 r+ a� Q. r+r- -0 O D O < C Uq CD Gi cu N X Q �: 3 cu DQ N ^ •a rr aq rD LnN (D (D 70 Z O (D 73 v (D V _ (D v (D v ,r:3 rte-!• O (D (D e --F• < O v C) a fD Z �- 3.Z3 v� < Ln Ln Q (D O v 1CD Q ED -0 Ort n O rn+ r+ _. (D --hr * Uq N r -t CD O � m �' O (D 3 N O f!q 1. fD "O -- (D � rN+ fD W O O < <^ (D Z' r--1- (D O r+ -, to — O :3 O N n "• O w _ (SD cr < = (D C 3 o a) 3 CY (D Q < — (D N C7 O (D O t'1 D. Q Z5 O 3 `� QrQ m CL t+� O rD rF04 z z m LM v (D O N N ul P I ul h,I , I P1 W go 3 ,� cn °� � •0 . cu 3 _ d O CL N . rt O IA . Ucmime O � n c N -v3 rD ,a, r 9 w 0 a v (D O N N ul P I ul h,I , I O '! fD A EE, rF 1 fD H -- SUM ""', H. v ° O:E v c 3 o:E °°_ v3 m (D E. �' a v + ro O O -n 'Dy .rt (D 7 N 3 'O flq C O q Q N 3 v+ N 1 CL m" fD � n 6h C7 v 0 LA C rt = h d rt rt fD O 3 Z ,� C N- O .. w C ,ny. -0 N +n 3 fD N �' (D C: Dq fD 3" n (D .Q a) CL n rDD o Q n' p�j N C d D) rr rr O (D .. .. Q 3 0 0 N S �. 0 0 3 (D 3 0 3 0� O� v n3i Q rt O 3 v O aq R te_ rt .� n Oq to '� v = z S of O 'a N (D G 3 O S ° nO 3 rt f� =3 O) -a (D n 6- fD Q dq n� -0 Oq a 3 c— rr (D m rD m= 0 3 v m p fD M r3r O v 3 °—' m o, (u 3 v v n m fD fu -p nr. ffDD - (D Z r3r .�' O rr 3 O_ '3* 3 O 3 p O O nfl- �• FD `vii ci rD wm j _° S O '6 n CD 6 3 m f2 fD bh — O (D `D O � (D N 1 CA 7 (DOrr y rt fll tD v u -< Q h 0 D I * CD3 �� c� v O D_ p - LA CD --h Z rr (D n m n Q. C DO 3 N FD• N G (�D Ul _ O T 3• rt O Ln fOD o 0' CL 0 90 fD 0 flrt1 3 0; 3 < flJ o c�• N M. 0 Gi N m a 0 � Q A =< cin O 3 0 �' Q to L n cra a Q o. '3G C o rF 0 O G rr �-• ro O rD A —h (D e rr M fD fD m m 'C O O 0 0 fu A_ (D v• 3 = Cr 3 o < `" 3 r+ �•m 1 --h o as Jf 0 i W O • (p in rTf J :m (n N m Z Z o �m O mZ Z o m'o �m <� 0 IA 7� Ryan L. Butler Clerk of Circuit Court & Comptroller 1801 27th Street Vero Beach, FL 32960 Telephone: (772) 226-3100 DATE: December 13, 2024 TO: Ryan L. Butler Clerk of the Circuit Court and Comptroller FROM: Edward Halsey, CPA, CGFO, CIA Internal Audit Director SUBJECT: Internal Audit Division Annual Report I respectfully present the fiscal year 2024 annual report of the Internal Audit Division which was created in the Clerk of the Circuit Court and Comptroller's (Clerk) office to carry out internal audit activities for the Clerk and the Board of County Commissioners (Board). The following are highlights of internal audit work completed through September 30, 2024: • Reviewed 95 guardianships filed at the Courthouse. • Audited two guardianships. • Sent tourist development tax letters of inquiry to owners resulting in 50 owners registering to pay the tax. • Performed two tourist tax audits (one hotel and one property management company) bringing in $12,279 in tourist tax collections. Desk audits of 19 residential/condo yielded $6,570 in tourist tax collections. • Conducted audits of the health insurance fund claims (including dental and prescription claims) to ensure that the payments were on behalf of eligible participants. • Made search of Emergency Services Department direct payroll deposits for improper duplication. None found. • Conducted surprise change fund and petty cash counts for the Clerk. • Conducted audit of the Housing Services Division's rental assistance payments. • Conducted audit of Utilities Department unclaimed property consisting of deposit refund checks. • Conducted audit of travel expense reimbursements for job candidates and contractors. • Conducted audit of Verizon and AT&T cell phone usage. • Examined billing records of seven charities jointly supported by the Indian River County Hospital District and the Board of County Commissioners for improper duplication. None found. • Reviewed the quarterly investment reports and monthly investment statements prepared by the Chief Deputy Comptroller. • Reviewed the FRS payment calculation process for the both the Board and the Clerk. • Reviewed payments associated with the Opiate Abatement Fund. • Addressed the library book ordering and receiving processes. • Monitored Parks and Recreation's invoice payment process for timeliness. • Conducted a review of FPL's franchise fee remittances. • Completed onsite reviews of two charity programs supported by the Board. • Monitored the fraud hotline. • Performed monthly audits of MUNIS vendor changes. • Completed an audit of PCI Compliance. • Conducted risk assessments of grant subrecipients. • Conducted a search for fictitious vendors by matching vendor and employee addresses of both the Board and Clerk. None found. • Sent letters of inquiry to local banks to determine if any unauthorized accounts were established in the name of the Clerk or the Board. None found. • Reviewed the Clerk quarterly reports. • Reviewed the Clerk travel vouchers and spot checked the Board travel vouchers. 2 • Reviewed the Clerk's payroll changes for completeness. • Reviewed annual reports and meeting agendas of Career Source. • Reviewed Emergency Services fuel purchases. • Reviewed the impact fee monitoring process. • Monitored indigent burial costs. • Monitored construction retainage account balances. • Reviewed the fiscal year 2022/2023 Annual Comprehensive Financial Report. • Scanned the Board's general ledger accounts across all funds to detect irregularities. None found. • Scanned the Clerk's general ledger accounts across all funds to detect irregularities. None found. • Reviewed the Board's purchasing card transactions. • Reviewed the Comptroller Division's internal control processes of the Board. • Completed a review of the Contract Bidding (Procurement) process using sampling. • Sent letters to department heads and constitutional officers as part of the annual audit plan development process. • Developed an entity wide risk assessment and audit plan for the Board. As part of the routine Comptroller Division responsibilities, the internal audit activities performed include: • Monitored leases for compliance and to make sure payments are made (lessee) and payments are received (lessor). • Monitored grants for compliance and to make sure reimbursements are received. • Reviewed invoices to make sure discounts are taken. • Completed annual audits of the capital assets of each Board department; Clerk; Property Appraiser; Tax Collector; Supervisor of Elections; SRA; and Health Department Trainine/Certification: • Received training on internal audit provided by the Florida Court Clerks and Comptrollers. • Reviewed the financial reports of the Treasure Coast Chapter of the Florida Government Finance Officers Association for fiscal years ended June 30, 2023 and June 30, 2024. • Reviewed the financials reports of the Florida Space Coast Chapter of the Institute of Internal Auditors for the fiscal year ended May 31, 2024. 3 NLtU i t ► r u�4 DOCUMENT NO. -10261-2024 FPSC - COMMISSION CLERK 13cc A� .1�J y,Y1 AQS- BEFORE THE FLORIDA PUBLIC SERVICE COMMISSION 1.15, In .I- In re: Petition for limited proceeding for DOCKET NO. 20240149 -El recovery of incremental storm restoration costs ORDER NO. PSC -2024 -4503 -PCO -LI related to Hurricanes Debby, Helene, and ISSUED: December 17, 2024 Milton, Florida Power & Light Company. The following Commissioners participated in the disposition of this matter: MIKE LA ROSA, Chairman ART GRAHAM GARY F. CLARK ANDREW GILES FAY GABRIELLA PASSIDOMO SMITH ORDER APPROVING FLORIDA POWER & LIGHT COMPANY'S INTERIM STORM COST RECOVERY CHARGE BY THE COMMISSION: BACKGROUND On October 29, 2024, Florida Power & Light Company (FPL or Compau�) filed a petition for a limited preceding seeking authority to implement an interim storm restoration recovery charge to recover $1.2 billion for the incremental restoration costs related to Hurricanes Debby, Helene, and Milton, as well as the replenishment of its retail storm reserve. Included in the $1.2 billion is interest charged on the unrecovered balance of storm restoration costs resulting from Hurricanes Debby, Helene, and Milton. (collectively, "the Storms'). Pursuant to`the 2021. Stipulation and Settlement Agreement approved by us in Order No. FSC -2021 -0446+S -EI, the recovery of storm costs from customers will begin, on an interim basis, 60 days after the filing of a cost recovery petition and tariff with the Commission. i FPL has requested a I1.2 -month recovery period, applied to all bills from January 1, 2025, through December 31, 2425; ' We have jurisdiction over this matter pursuant to Sections 366.04, 366.05, 30.06, and 366.076, Florida Statutes. DECISION Interim storm restoration recovery charge As stated above, FPL filed a petition for a limited proceeding seeking authority to implement an interim storm restoration charge to recover an estimated total of $1.2 billion for incremental storm restoration costs for the Storms and to replenish its storm reserTe, In its petition, FPL requested to replenish the storm reserve to $150 million. ' Order No. PSC-2021.-0446-S�E1, issued December. 2, 2021, in Docket No. 20210015-8I, In re. Pedtign for rate increase by Florida Power and Light Company. 3-1 ORDER NO. PSC -2024 -0503 -PCO -EI DOCKET NO. 20240149 -EI PAGE 2 The petition was filed pursuant to the provisions of the 2021 Settlement approved by us in Order Nos. PSC -2021 -0446 -S -EI and PSC -2021 -0446A -S -EI. Pursuant to paragraph 10 of the 2021 Settlement, FPL can begin recovery of storm costs 60 days following the filing of a petition for recovery. In its petition, FPL stated that it had incurred approximate recoverable costs in the amount of $113.5 million for Hurricane Debby, $157.8 million for Hurricane Helene, and $811.1 million for Hurricane Milton. The Company further stated that all amounts were calculated in accordance with the Incremental Cost and Capitalization Approach methodology prescribed in Rule 25-6.0143, Florida Administrative Code. The approval of an interim storm restoration recovery charge is preliminary in nature and is subject to refund pending further review once the total actual storm restoration costs are known. After the actual costs are reviewed for prudence and reasonableness, and are compared to the actual amount recovered through the interim storm restoration recovery charge, a determination will be made whether any over/under recovery has occurred. The disposition of any over or under recovery, and associated interest, will be considered by us at a later date. Based on a review of the information provided by FPL in its petition, we hereby authorize the Company to implement an interim storm restoration recovery charge subject to refund. Once the total actual storm costs are known, FPL shall be required to file documentation of the storm costs for our review and true -up of any excess or shortfall. Corporate undertaking We find that all funds collected shall be subject to refund shall be secured by a corporate undertaking. The criteria for a corporate undertaking include sufficient liquidity, ownership equity, profitability, and interest coverage to guarantee any potential refund. FPL requested a 12 - month collection period from January 2025 through December 2025 for the Interim Storm Recovery charges of approximately $1.2 billion related to the Storms. We reviewed FPL's three most recent annual reports filed with this Commission (2023, 2022, and 202 1) to determine if the Company can support a corporate undertaking to guarantee the funds collected for recovery of incremental storm restoration costs related to all the weather events. FPL's financial information demonstrates the Company has acceptable levels of liquidity, ownership equity, profitability, and interest coverage to support a potential refund of $1.2 billion. Moreover, it is improbable FPL will be required to refund the entire requested amount. FPL has adequate resources to support a corporate undertaking in the amount requested. Based on our analysis, we find that a corporate undertaking of $1.2 billion is acceptable. This brief financial analysis is only appropriate for deciding if the Company can support a corporate undertaking in the amount proposed and should not be considered a finding regarding our position on other issues in this proceeding. Interim storm restoration recovery charge FPL calculated the interim storm surcharge for the 12 -month period of January 1, 2025 through December 31, 2025, subject to true -up once the final total recoverable storm amount is known and determined. FPL states that the updated surcharges are allocated to the rate classes consistent with the rate design approved in the 2021 Settlement. We have reviewed the allocation to rate classes and find that the allocations provided in Appendix F to FPL's petition 3-Z ORDER NO. PSC -2024 -0503 -PCO -EI DOCKET NO. 20240149 -El PAGE 3 are consistent with those approved in FPL's most recent rate case. Furthermore, we have reviewed the derivation of the surcharges provided in Appendix F to the petition and find that the surcharges have been calculated correctly, using projected kilowatt hour (kWh) sales for January through December 2025. The proposed interim storm restoration surcharges are shown on Fifth Revised Tariff Sheet No. 8.030.7, provided in Appendix G to FPL's petition. For residential customers, the proposed surcharge would be 1.202 cents per kWh, which equates to a total surcharge of $12.02 for a 1,000 kWh monthly bill. The storm cost recovery surcharge would be included in the non - fuel energy charge on customer bills. Paragraph 10(b) of the 2021 Settlement states that FPL may petition us for recovery of storm costs at a rate beyond $4.00 on a 1,000 kWh residential bill if FPL incurs in excess of $800 million of storm recovery costs. FPL has requested to recover $1.2 billion in incremental storm restoration costs. We hereby approve FPL's proposed interim storm restoration recovery tariff and associated surcharges, as shown in Attachment A to this order. The tariff shall become effective the first billing cycle of January 2025. The interim storm restoration surcharges shall be subject to final true -up once the total actual storm costs are known. Based on the foregoing, it is ORDERED by the Florida Public Service Commission that Florida Power & Light Company's request to implement an interim storm restoration recovery charge subject to refund is hereby granted. It is further ORDERED that Florida Power & Light Company's interim storm restoration recovery tariff, found in Attachment A hereto, is approved effective the first billing cycle of January 2025. The interim storm restoration surcharges shall be subject to final true -up once the total actual storm costs are known. It is further ORDERED that Florida Power & Light Company shall post a corporate undertaking in the amount of $1.2 billion. It is further ORDERED that this docket shall remain open pending final reconciliation of actual recoverable storm costs with the amount collected pursuant to the interim storm restoration recovery charge and the calculation of a refund or additional charge, if warranted. 3-3 3��" ORDER NO. PSC -2024 -0503 -PCO -EI DOCKET NO. 20240149 -El PAGE 5 ATTACHMENT A �V ER C,' ORIS Indian River County Venue Event Calendar—January-February 2025 For more information go to: www.indianriver.gov, BROADWAY BABIES Wednesdays @ iG Center • 1:00pm-2:00pm. Cost $10. ➢ Ages 3 months -4 years. ➢ Join Instructor Katherine Connors for this delightful interactive mommy and me style class! We will dance, sing and bop to the best of Broadway Showtunes. A variety of costumes, instruments, puppets, and improv games will be incorporated into classes. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. HOME GARDENING LECTURE SERIES Second Wednesdays @ Extension Office, thru 3/12 • 6:00pm-7:30pm. Cost $5. ➢ Ages 18 & older. - ➢ Participants will learn about a variety of home gardening topics. They can registerfor one lecture or the entire series. ➢ To register, go to bit.ly/46BwpmO. Third Tuesday @ iG Center, thru 3/18 • 6:00pm-7:30pm. Cost $5. ➢ Ages 18 & older. ➢ Participants will learn about a variety of home gardening topics. They can register for one lecture or the entire series. ➢ To register, go to bit.ly/46BwpmO PE AT THE IG Tuesdays @ iG Center • 3:00pm-4:00pm. Cost $3. ➢ Ages 4-10 years. ➢ A great chance for children to exercise and make new friends. Teaching children valuable life skills such as teamwork, fairness, and good sportsmanship. Limited spots, please register. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. PILATES BARRE STRENGTH Mondays & Tuesdays @ iG Center • 6:00pm. Cost $12. ➢ Ages 13 & older. ➢ This one -of -a -kind, low impact but high-intensity, 50 -minute workout is inspired by PHates, Barre, and Calisthenics to help build a full-body strength, sculpt and shape muscles athletically;: 4 as well as improve posture, balance, and mobility. Each session includes progressions for all fitness levels. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. FUNCTIONAL FITNESS Mondays @ Department of Health Wabasso Site • 10:00-11:00am. FREE! Tuesdays & Thursdays @ Parks Office • 9:30-10:30am. FREE! ➢ Ages 55 & older. ➢ Join us for a fun low impact full-body workout that pairs cardio with strength and balance exercises set to motivating music! Each class will end with gentle stretches to improve flexibility. Movements will be adjusted to the individual's ability; all fitness levels are welcome. Please be sure to bring water to class. ➢ For more information call 772-226-1780. WALK IN THE PARK Wednesdays & Fridays @ Kiwanis Hobart Park/West Wabasso Park • Wednesdays, 8:30-9:15am @ Kiwanis Hobart Park. FREE! • Fridays, 8:30-9:15am @ West Wabasso Park. FREE! ➢ Ages 55 & older. ➢ Let's Walk Together - Enjoy stress free walks among two (2) beautiful Indian River parks. Participants will enjoy walking among trees and nature while getting exercise and socialization. Please be sure to bring water and wear comfortable clothing. ➢ For more information call 772-226-1780. TEEN ART CLUB Wednesday, January 15 @ North County Library • 4:00pm. FREE! ➢ Ages 13-18. ➢ Set your creative spirit free! Draw, paint, and craft to your heart's content. ➢ For more information contact Ms. Gi at (772) 400-6308. JANUARY MINT WORKDAY: VOLUNTEER EVENT Friday, January 17 @ Hallstrom Farmstead Conservation Area • 9:00am-12:00pm. FREE! ➢ Ages 5 & older. ➢ Join us to improve endangered Lakela's Mint habitat on the 3rd Friday of every.month! Volunteers will be removing invasive species and trimming overgrown vegetation. All tools and gloves will be provided, but feel free to bring your own if you prefer. Water refills and light snacks will be provided. ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. RECREATION AND CONSERVATION HIKING CLUB -OSLO RIVERFRONT CONSERVATION AREA`2 MILES) Saturday, January 18 @ Oslo Riverfront Conservation Area • 8:30am-10:00am. FREE! ➢ Ages 5 & older. ➢ Interested in exploring Indian River County conservation lands? Join our Recreation and Conservation staff for a free twice monthly hiking club! These interactive events.have something for all levels of hiker. Cover miles of trails and gain knowledge as you go! Hikers reaching milestones are eligible to receive prizes! ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. VERO BEACH GUN SHOW Saturday & Sunday, January 18-19 @ Indian River County Fairgrounds • Saturday, 9:00am-5:00pm. Cost $8 adult admission. Ages 14 & under are free. • Sunday, 10:00am-4:00pm. Cost $8 adult admission. Ages 14 & under are free. ➢ Buy, Sell & Trade at the Vero Beach Gun Show! Concealed Weapon License Classes at every show! ➢ For more information visit www.patriotshows.com ECOFIT Monday, January 20 @ Jones Pier Conservation Area • 9:00am-10:00am. FREE! ➢ Ages 10 & older. ➢ Do you have new year's fitness goals? Or simply enjoy working out in nature? Join staff for this full body exercise class at Jone's Pier Conservation area. Participants can expect to learn about local plants and animals we see along the way. ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. ADULT SOFTBALL LEAGUES Monday, Tuesday, or Wednesday evenings beginning January 20 @ Dick Bird Park • Cost $550 per team. ➢ Ages 18 & older. ➢ These recreational leagues offer adult players the opportunity to get together.for some friendly competition. The season will include 16 games and an end of season tournament. Each team will play 2 games per night. Teams must have a minimum of 10 players. Game times are 6:30pm, 7:30pm, or 8:30pm and will be played at Dick Bird Regional Park. Team managers must attend the scheduled managers meetings. ➢ For more information call 772-226-1780 or register online at www.indianriver.gov/parksandrecreation. KIDS PICNIC AND NATURE WALK Wednesday, January 22 @ Hallstrom Farmstead Conservation Area • 11:30am-12:30am. FREE! ➢ All ages welcome. ➢ Bring your little naturalist out as we take a short, guided walk-through Florida Scrub habitat! Make sure to pack your lunch; after the walk we will sit down to observe the animals and plants that make up Florida Scrub. ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. 6 DISC GOLF CHAMPIONSHIP Saturday, January 25 @ Kiwanis Hobart Park • 8:00am. Cost $40 per 4person team. ➢ Join us for the Annual Peter D. O'Bryan Open Disc Golf Championship; 8:00 am check-in/9:00 am shotgun start. Light refreshments at Check-in, prizes, raffle and a FREE t -shirt: ➢ To register call 772-226-1780 or visit www.indianriver.gov/parksandrecreation. FEATHERED FRIENDS & FURRY NEIGHBORS: BACKYARD BIRDS Saturday, January 25 @ iG Center • 10:00am-12:00pm. Cost $20 per family. ➢ All ages welcome. Youth must be accompanied by an adult. ➢ Join us for this family -friendly class where we'll learn all about Florida backyard birds! A short presentation about common Florida birds will be followed up with a crafting session to make bird feeders. Each family will leave with their own bird feeders to add to their backyard ➢ To register, go to bit.ly/46BwpmO MARINE FLEA MARKET, SEAFOOD FESTIVAL AND BOAT SALE Saturday & Sunday, January 25-26 @ Indian River County Fairgrounds • Saturday, 9:00am-S:00pm. Cost $10 adult admission. Ages 12 & under are free. • Sunday, 9:00am-5:00pm. Cost $10 adult admission. Ages 12 & under are free. ➢ Marine vendors, boating and fishing seminars, seafood vendors and more! New and used boats for sale. ➢ For more information visit flnauticalfleamarket.com. NUMEROLOGY WORKSHOP: REWRITE YOUR STORY Saturday, January 25 @ IG Center • 11:30am-1:00pm. Cost $30. ➢ All ages welcome. ➢ Storytelling has many healing benefits. Jenny's Conscious Self Discover process is fun and empowering. Dive into your personal numerology and create a road map of your journey to begin to tell the story. ➢ For more information call 772-226-1780 or register online at www.indianriver.gov/parksandrecreation. MOSAIC MARVELS: POLLINATORS Monday, January 27 @ Round Island Oceanside Park • 2:00pm-3:30pm. FREE! ➢ Ages 5 & older. ➢ Love crafts and nature? Join conservation staff for this unique and free craft event! Participants will create their own mosaic butterfly to take home as they learn about native pollinators. ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. CAREGIVER CONNECT Tuesday, January 28 @ Brackett Library • 6:00pm. FREE! 7 ➢ Ages 18 & older. ➢ How can the library support you? Connect with other parents and caregivers of children with unique needs. At the initial meetup we will discuss preferable times and how often the group should meet. This is an open forum to talk, bring ideas, and share. All are welcome. ➢ No registration is required. For more information;contact Hollie at (772) 400-6366 or hmcdougall@indianriver.gov. VERO BEACH ANTIQUES SHOW Friday, Saturday & Sunday, January 31 and February 1-2 @ Indian River County Fairgrounds • Friday, 12:00pm-5:00pm. Cost $8-$20. • Saturday, 9:00am-S:00pm. Cost $8-$20. • Sunday, 9:00am-4:00pm. Cost $8-$20. ➢ All ages welcome. ➢ Join us for the Vero Beach Extravaganza, Florida's favorite treasure hunt! Antiques, vintage art, and more! ➢ For more information visit www.stuartantiquevintageartshow.com. FATHER DAUGHTER DANCE: RAPUNZEL'S FAIRYTALE Saturday, February 1 @ IG Center • 6:00pm-8:00pm. Cost $40 per couple; $10 per additional child. ➢ Ages 3-12. ➢ Step into a magical evening at our Father Daughter themed dance. Enjoy enchanting music, dancing, and delightful activities in a beautifully decorated setting. It's a night of unforgettable memories and special moments for fathers and daughters to cherish forever. Pre -registration is required. Space is limited, register early! ➢ For more information call 772-226-1780cir:4isitwww.indja'*nrive'r.gov/parksand . recreation. RECREATION AND CONSERVATION HIKING CLUB -INDIAN RIVER LAGOON GREENWAY(1.2 MILES) Monday, February 3 @ Indian River Lagoon Greenway • 8:30am-10:00am. FREE! ➢ Ages 5 & older. ➢ Interested in exploring Indian River County conservation lands? Join our Conservation staff for a free twice monthly hiking club! These interactive events have something for all levels of hiker. Cover miles of trails and gain knowledge as you go! Hikers reaching milestones are eligible to receive prizes! ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. JC Theater Tuesday, February 4 -March 11 @ iG Center • 4:00pm-5:30pm. Cost $75 for six-week session; 20 drop-in. ... . ➢ Ages 5-12. ➢ Developing life skills through creative arts such as singing, learning new languages, practicing public speaking, dancing, theatre, music, gymnastics, acrobatics and other.acting tricks. 1.1 PUZZLE-PALOOZA Tuesday, February 4 @ Brackett Library • 6:00pm. FREE! ➢ Ages 18 and older. ➢ So, you think you can puzzle? Think you can lead your team to puzzle -perfection? Flex your puzzle muscles at our puzzle race! Teams will compete to see who can compete a 500 -piece jigsaw puzzle before time runs out! Registration is required. SILENT BOOK CLUB Tuesday, February 4 @ North County Library • 6:00pm. FREE! ➢ Ages 18 & older. ➢ This new book club meets at the North County Library branch on the first Tuesday of each month. There's an optional social time from 6-6:30, followed by silent reading from your own book. It's a great way to see what others are reading and discover your next read! LITTLE EXPLORERES: LOCAL WATERS Wednesday, February 5 @ Ansin Riverfront Conservation Area • 1:00pm-2:00pm. FREE! ➢ Open to preschool and early elementary school children. ➢ Join staff as we talk about local waterway ecology! This event includes a craft, book reading, and short hike. *This event is geared towards preschool and young elementary aged children. ➢ For more information contact Olivia at 772-226-1712 or register online at. www.indianriver.gov/parksandrecreation. NEXT CHAPTER BOOK CLUB Friday, February 7 @ Brackett Library • 3:00pm. FREE! ➢ Ages 18 and older. = Our new community-based book club for people withintellectual and developmental disabilities meets Fridays at 3pm. Registration is required. ➢ For more information, or to register, contact Hollie at 772-400-6366 or hmcdougall@indianriver.gov. VERO BEACH QUILT SHOW Friday & Saturday, February 7-8 @ Indian River County Fairgrounds • Friday, 10:00am-4:00pm. Cost $10. • Saturday, 10:00am-4:00pm. Cost $10. ➢ All ages welcome. ➢ Join us for this two-day indoor event with a.variety of quilts displayed and judged. A.range of quilt vendors will have booths at the show! ➢ For more information email verobeachquiltshow@outlook.com. 0 MOTHER DAUGHTER VALENTINE'S DAY BRUNCH Saturday, February 8 @ iG Center • 10:00am-11:30am. Cost $15 per person. ➢ Ages 3-12. ➢ Celebrate love and togetherness at our Mother -Daughter Valentine's Day Brunch! Enjoy a delicious brunch spread, fun activities, and heartfelt moments. It's the perfect way to cherish the special bond between mothers and daughters ortthis lovely holiday. ➢ For more information call 772-226-1780 or visit www.indianriver.gov/parksandrecreation. GALA OF THE ROYAL HORSES Saturday, February 8 @ Indian River County Fairgrounds • Saturday, 3:00pm. Tickets range from $20-$65. ➢ All ages welcome. ➢ Gala of the Royal Horses is created, produced and led by world-renowned riding master Rene Gasser, who with the experiences of seven generations has recreated an event only previously seen at the famous riding schools in Vienna and Spain. ➢ For more information visit www.galaoftheroyalhorses.com. ECOFIT Monday, February 10 @ Jones Pier Conservation Area • 9:00am-10:00am. FREE! ➢ Ages 10 & older. ➢ Do you have New Year's fitness goals? Or simply enjoy working out in nature? Join staff for this full body exercise class at Jone's Pier Conservation area. Participants can expect to learn about local plants and animals we see along the way. ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. SOLITARY MAN: DAVE DELUCA Tuesday, February 11 @ Brackett Library • 6:00pm. FREE! ➢ All ages welcome. ➢ Area favorite Dave DeLuca performs songs made famous by Neil Diamond. ➢ For more information contact Hollie at 772-400-6366 or hmcdougall@indianriver:goV. CREATE A MINI -LIBRARY Thursday, February 13 @ Main Library • 5:00pm. FREE! ➢ Ages 13-18 (Teens only) ➢ Join us for a delightful workshop celebrating National Library Lovers' Month! Teens will transform tin boxes into charming miniature libraries. Craft tiny books and assemble trinkets to create a . whimsical library scene. Express creativity, meet fellow book lovers, and support,the local library you love. Registration required. ➢ For more information contact Ms. Gi at (772) 400-6308. 10 CURIOUS COURTSHIPS IN THE ANIMAL KINGDOM Thursday, February 13 @ Intergenerational Center • 6:00pm-7:00pm. FREE! ➢ Ages 7 & older. ➢ Join conservation staff as we dive into the world of courtships and dating for animals! Participants will learn how critters impress potential mates on land, sea, and sky in this seasonal program. ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. MOTHER SON DANCE: ENCHANTED FOREST Saturday, February 15 @ IG Center • 6:00pm-8:00pm. Cost $40 per couple; $10 per additional child. ➢ Ages 3-12. ➢ Join us for an enchanting evening in the "Enchanted Forest"! Immerse yourselves in a magical woodland setting filled with twinkle lights, charming activities, and music for dancing. Create unforgettable memories and celebrate the special bond between mothers and sons. Pre- . . registration is required. Space is limited, register earlyl ➢ For more information call 772-226-1780 or visit www.indianriver.gov/parksandrecreation. RECREATION AND CONSERVATION HIKING CLUB -CAPTAIN FORSTER HAMMOCK PRESERVE (1 MILES) Wednesday, February 15 @ Captain Forster Hammock Preserve • 8:30am-10:00am. FREE! ➢ Ages 5 & older. ➢ Interested in exploring Indian River County conservation lands? Join our Conservation staff for a free twice monthly hiking club! These interactive events have something for all levels of hiker. Cover miles of trails and gain knowledge as you go! Hikers reaching milestones are eligible to receive prizes! ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. VERO BEACH BLUES FESTIVAL Saturday and Sunday, February 15-16 @ Indian River County Fairgrounds • Saturday, 10:30am-9:00pm. Cost $20. Children 16 & under free with an adult. • Sunday, 10:30am-9:00pm. Cost $15. Children 16 & under free with an adult. ➢ All ages welcome. ➢ Join us for a fabulous two-day music festival experience featuring top Blues & Blues Rock music talent. 10 bands on the blues stage with professional sound and lighting. Delicious food, 100 marketplace vendors, beer & full liquor bars. Bring lawn chairs & blankets. No coolers or pets. ➢ For more information visit www.verobluesfest.com. JUDY, JOAN, & JON1: THE VOICES THAT DEFINED A GENERATION Sunday, February 16 @ Main Library 1:30pm. FREE! ➢ All ages. 11 ➢ Dana Jennings & Laurie Keller perform favorites by Judy Collins, Joan Baez and Joni Mitchell, three women who are at the heart of the Folk Music revival of the 1960s. Award-winning national touring act based out of Florida, they showcase 21st Century Americana with influences in folk, jazz, and roots music. The duo weave various musical elements into a unique eclectic style that is refreshingly diverse while they discuss the significance of the songs on society at the time. ➢ For more information contact Karrie at kcole@indianriver.gov or call 772-400-6310. ADULT PICKLEBALL LEAGUES Monday, Tuesday, or Wednesday evenings beginning February 17 @ Dick Bird Park • Cost $60 per team. ➢ Ages 18 & older. ➢ Calling all pickleballers! This 10 -week league includes a season ending playoff tournament. Games will begin at 6:30 pm. Find your partner and get registered today! ➢ For more information call 772-226-1780 or register online at www.indianriver.gov/parksandrecreation. INVASIVE PLANT WALK Tuesday, February 18 @ Round Island Oceanside • 10:30am-11:30am. FREE! ➢ All ages welcome. ➢ Curious about the many invasive plants that have taken root in Florida? Join conservation staff as we discuss the methods of introduction, spread, and removal seen in Indian River County. ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. A BOOK LOVER'S BOUQUET Tuesday, February 18 @ North County Library • 5:00pm. FREE! ➢ Ages 13-18. ➢ Celebrate National Library Lovers' Month by upcycling old book pages into stunning flower arrangements. Join us for this fun and eco -friendly crafting session where you'll discover the joys of transforming discarded pages into artistic blooms. Whether you want to decorate your room or surprise a friend with a handmade gift, expect to craft beautiful paper roses, paint them with watercolors, and create unique floral displays. No registration required. ➢ For more information contact Ms. Gi at (772) 400-6308 or glee@indianriver.gov. FROM PAGE TO PLATE Thursday, February 20 @ Main Library • 6:00pm. FREE! ➢ Grades 1-5. ➢ A hands-on program that will highlight several fun and inspiring cookbooks. Participants taste several samples and try their hand at making some of the recipes. Registration required. ➢ For more information, or to register, contact Ms. Patti at 772-400-6318 or pfuchs@indianriver.gov. 12 FEBRUARY MINT WORKDAY: VOLUNTEER EVENT Friday, February 21 @ Hallstrom Farmstead Conservation Area • 9:00am-12:00pm. FREE! ➢ Ages 5 & older. ➢ Join us to improve endangered Lakela's Mint habitat on the 3rd Friday of every month! Volunteers will be removing invasive species and trimming overgrown vegetation. All tools and gloves will be provided, but feel free to bring your own if you prefer. Water refills and light snacks will be provided. ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. THUNDER ON THE BEACH POW WOW Friday, Saturday and Sunday, February 21-23 @ Indian River County Fairgrounds • Friday, 4:00pm-9:00pm. Cost $10 ages 13 & older; $5 ages 6-12. • Saturday, 10:00am-9:00pm. Cost $10 ages 13 & older; $5 ages 6-12; • Sunday, 10:00am-3:00pm. Cost $10 ages 13 & older; $5 ages 6-12. ➢ All ages welcome. ➢ Join us for the Thunder on the Beach Pow Wow. Intertribal dancing, vendors, and activities! ➢ For more information visit https://fiha.us/thunder_info/ MOONTUNES: LULLABIES AT YOUR LIBRARY Saturday, February 22 @ North County Library • 10:00am. FREE! ➢ Infant to age 5. ➢ You are invited to a fun morning of play and song. This FREE program is in partnership with The Learning Alliance and the Lullaby Project. Registration -is not required. ➢ For more information, contact Ms. Patti at 772-400-6318 or pfuchs@indianriver.gov. CHILDREN'S NATURE WALK (.75 MILE) Monday, February 24 @ Wabasso Scrub Conservation Area • 10:00am-11:00am. FREE! ➢ All ages welcome. ➢ Is your child interested in nature? Join conservation staff as we complete a short, guided hike at Wabasso Scrub Conservation Area! We will keep out eyes and ears peeled as we look for interesting wildlife. ➢ For more information contact Olivia at 772-226-1712 or register online at www.indianriver.gov/parksandrecreation. 100 MILE SWIMCLUB Daily @ North County and Gifford Aquatic Centers ➢ All ages are welcome. ➢ Get started by setting a personal goal, whether you want to swim 5 miles or 500. Sign up all year long by visiting our aquatics desk. Annual membership $10.00 for local tracking, (laps swam at North County or Gifford Aquatics pool) or 15.00 for Global tracking, (laps swam anywhere) valid January -December. 13 ➢ All participants reaching the 100 miles will receive a yearly certificate indicating the total miles swam and be invited to the end of the year potluck and recognition ceremony. ➢ Swimmers who swim 100 miles at North County and Gifford Aquatic Centers, within the year, will receive an exclusive 100 Mile Swim Club T-shirt. ADULT OPEN GYM BASKETBALL Tuesday and Thursday @ iG Center • 8:30am-12:00pm. Cost $3.74 plus tax. ➢ Adults 18 & older. ➢ Time where the gymnasium is available to adults to practice skills, shoot hoops, and play pick- up games. ➢ Call 772-226-1780 for more information and to confirm open gym dates. AQUAFIT Tuesday and Thursday @ North County Aquatic Center • 9:30am-10:30am. Cost $5 (or 8 class pass $35/10 class pass for $45). ➢ All ages are welcome. ➢ Move along to music as you perform instructor -guided moves designed to improve cardiovascular function, increase core strength, develop better, and burn calories. Let's make the water work for you. Flotation belts and water barbells are available at no charge. ➢ For more information, contact the North County Aquatic Center 772-226-1752. ARCHERY 101 Last Sunday @ IRC Shooting Range • 9:O0am-11:00am. Cost $60. ➢ Archery 101 is an introduction to archery. Upon completion of the course, you will have a basic understanding of Archery and an increased sense of confidence heading out to the Archery Range or wooded Archery Course. ➢ Contact us at 772-226-3096 for more information or register online at www.indianriver.gov/parksandrecreation. BRIDGE CLASS Thursdays @ iG Center • 4:00pm-6:00pm. Cost $3. ➢ Ages 15 & older. ➢ This informal Bridge Class is designed for beginner to intermediate players. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. BOARD GAMES Thursday @ iG Center • 1:00pm-4:00pm. Cost $1. ➢ Ages 18 & older. ➢ Join us for a fun -filled afternoon playing some of our favorite board garrles! ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. COLORING & COFFEE Tuesday @ iG Center • 9:00am-10:00am. Cost $1. 14 ➢ Ages 18 & older. ➢ Looking for a way to unwind and reduce stress? Join us for a morning of relaxation through coloring. Materials provided. ➢ For more information call 772-226-1780. COUNTRY LINE DANCING Tuesday @ iG Center • 6:30pm-7:30pm. Cost $3. ➢ Ages 14 & older. ➢ Join us for a fun evening of Country Line Dancing! Instruction and lessons provided. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. GENTLE CHAIR YOGA Tuesday & Thursday @ iG Center • 12:OOpm-1:OOpm. Cost $5. ➢ All ages welcome! ➢ Designed to improve flexibility and strengthen muscles while using a chair for support. Walk-ins welcome. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. HATHA YOGA Saturdays @ iG Center • 9:OOam-10:OOam. Cost $6. ➢ Ages 13 & older. ➢ This all -level Hatha Yoga class involves standing and seated poses using a mat or chair, while performing breathing exercises and meditation. Hatha Yoga is a slower and more gentle meditative practice, great for beginners or experienced students, and will still challenge participants mentally and physically. Adaptive Hatha Yoga is a style that considers all bodies and abilities. It is accessible to everyone. ➢ For more information call 772-226-1780 register online at www.indianriver.gov/parksandrecreation. HEALTHIER YOU WEDNESDAYS Third Wednesday, @ iG Center • 11:OOam-12:OOpm. FREE! ➢ All ages welcome. ➢ Join Nutrition Educator Amanda Trott to learn the importance of healthy food choices and how to live a healthier, more nutritious lifestyle. ➢ For more information call 772-226-1780. HOT BODY LADIES BOOTCAMP Mondays & Wednesdays, @ iG Center • 6:OOpm-7:OOpm. Cost $7. ➢ Ages 13 & older. ➢ Join us for a high intensity aerobics class that will get your heart pumping! This class for women combines HIIT (High Intensity Interval Training), calisthenics, and bodyweight exercises with cardio and strength training for a full body workout! Additional equipment such as 15 weights, resistance bands, and exercise balls may be used. Please bring a mat, towel and water bottle to class. Cost $7 drop-in. Instructor: Sherry Ross. ➢ For more information call 772-226-1780 or register online at www.indianriver.gov/parksandrecreation. ILLUMINATIONS YOGA Mondays & Saturdays, @ iG Center • Mondays, 6:00pm-7:00pm. Cost $10. • Saturdays, 10:15-11:15am. Cost $10. ➢ Ages 13 & older. ➢ Discover ease in the body, mind and spirit with:lllu.minations Yoga. This gentle yoga practice evolved from Jenny's last book, Mind Over Mat where Jenny shares how you can find your unique path to health and wellbeing. Jenny is an Experienced Registered Yoga Teacher through Yoga Alliance. Everyone 16 & older is welcome, including beginners. A variety of modifications are provided so everyone can enjoy the practice. Instructor: Jenny G. ➢ For more information call 772-226-1780 or register online at www.indianriver.gov/parksandrecreation. IRC RIMFIRE CHALLENGE Last Saturday of every month @ IRC Shooting Range • 9:00am. Cost $15.00 plus tax. - ➢ Open to all levels of shooting enthusiasts. It can be forfun,:personal improvement or in preparation for a competition. No registration required. ➢ For more information call 772-226-3096. IRC STEEL CHALLENGE Last Friday of every month@ IRC Shooting Range • Begins at 9:00am. Cost $20.00 plus tax, includes standard pistol and rifle ranges. ➢ Allows shooters to test their abilities on steel targets and practice their magazine reloads in the process. No registration required. ➢ For more information call 772-226-3096. MAHJONG Tuesday and Thursday @ iG Center • 10:00am-1:00pm. Cost $2. ➢ Ages 18 & older. ➢ Tile sets are provided as you play in groups of 3-4. Please bring your own Mahjong card. for information regarding Mah Jongg instruction call 772-226-1780. Go to www.indianriver.gov/parksandrecreation to register. MAT PILATES Tuesday and Thursday @ iG Center • 9:15am-10:15am. Cost $12. ➢ All ages welcome. ➢ Exercises are structured using special equipment designed to improve strength, flexibility, posture and enhance mental awareness. Walk-ins welcome. ➢ Go to www.indianriver.gov/parksandrecreation to register or.Call 772-226-1780. 16 OPEN GYM PICKLEBALL Monday, Wednesday, and Friday @ iG Center • 8:30am-11:30am. Cost $4.67 plus tax per session: - Monday -Friday @ iG Center • 12:00pm-3:00pm. Cost $4.67 plus tax per session. Saturday @ iG Center • 8:30-11:30pm. Cost $4.67 plus tax per session. ➢ Pickleball is played in the gymnasium (6 courts) as either singles or doubles with a paddle and a plastic whiffle ball. Please bring your own equipment. Call 772-226-1780 for more information. PICKLEBALL CLASSES —WITH DEREK PRINCE Monday (twice monthly, dates vary) @ iG Recreation _Center • 12:30pm-2:00pm. $30 per class. ➢ Beginner Pickleball Levels I — III / Pickleball Doubles Strategy / Intro to Pickleball. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. PRECISION HUNTER COMPETITION Thursday -Monday @ Indian River County Public Shooting Range • 9:00am-5:00pm. Cost $5 per target and the daily visit fee. • Ages 18 & older. ➢ Join us for our newest rifle competition all about precision and accuracy. You may.purchase as many targets/entries as you like throughout the month. However, the target chosen by the shooter for submission must be submitted the same day it is purchased..lf.the shooter wishes to purchase other targets on different days during the month, they may have their previous submission removed and replaced with the new submission if they wish. However; only ONE target per shooter can be submitted for scoring before the end of the month. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-3096. QI GONG Tuesday @ iG Center • 10:00am-11:00am. Cost $12. ➢ No special clothing or equipment required. Stand or sit. Walk-ins welcome. Leave refreshed, relaxed, and joyful. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. SENIOR WELLNESS: AEROBICS AND WEIGHTS Monday, Wednesday, and Friday @ iG Center -Sponsored by the Florida Blue Foundation • 8:45am-9:45am and 10:00am-11:00am. FREE! Tuesday @ Wabasso Community Center Sponsored by the Florida Blue Foundation • 7:00am-8:00am. FREE! ➢ Special programming for our 55+ community to have social interaction and light exercise activity. Activities can be adapted to ability levels and interests. Walk-ins welcome. ➢ For more information call 772-226-1780. SENIOR WELLNESS: ROCK AND ROLL CARDIO Thursday @ Wabasso Community Center -Sponsored by the Florida Blue Foundation • 7:00am-8:00am. FREE! 17 Thursday @ iG Center Sponsored by the Florida Blue Foundation • 10:30am-11:30am. FREE! ➢ Like our regular Senior Wellness Program for 55 & older but with fun dancing music to spice it up a notch. Walk-ins welcome. ➢ For more information call 772-226-1780. SENIOR WELLNESS: UPBEAT BOXING Tuesday and Thursday @ iG Center -Sponsored by the Florida Blue Foundation • 3:OOpm-4:OOpm. FREE! ➢ Boxing fitness class geared for ages 55 +. Held twice a week to get you out, active and UP -BEAT! Walk-ins welcome. ➢ For more information call 772-226-1780. SINGING BOWLS Third Thursday @ iG Center • 7:OOpm. Cost $25. ➢ All ages welcome. ➢ Relax, meditate, unwind, and reduce stress while feeling the healing sounds of Tibetan Singing Bowls. Sit or bring your mat, pillow, or blanket while experiencing the energy of soothing vibrations. ➢ For more information call 772-226-1780 or register online at www.indianriver.gov/parksandrecreation. STRETCH & FLEX Monday, Tuesday, and Thursday @ iG Center • 9:15am-10:15am. Cost $5. ➢ Great cardiovascular workout set to music. Helps build endurance and strengthens the heart. ➢ Go to www.indianriver.gov/parksandrecreation to register or call 772-226-1780. SWIM LESSONS Private and group swimming lessons are available throughout the summer months. • Cost $80 per person for four 25 -minute lessons. • $40 per person per session for group lessons. ➢ Scholarships are available for those who qualify. ➢ For information, call the North County Aquatic Center at772-226-1752 or the Gifford Aquatic Center at 772-226-1175. THURSDAY NIGHT LIGHTS Thursday @ IRC Shooting Range • 5:OOpm-9:OOpm. ➢ We light up the fields for a fun skeet -trap night activity. No registration required. ➢ For more information call 772-226-3096. VETERANS YOGA PROJECT -MINDFUL RESILIENCE Wednesday @ iG Center • 2:OOpm-3:OOpm. FREE! ➢ Led by Certified Yoga Alliance Trainer Danielle Martinez. 18 ➢ Class is open to active and retired military, first responders, their families, caregivers, and. . anyone looking to support veterans. ➢ Call 772-226-1780 for more information. VINYASA YOGA Wednesdays @ iG Center • 6:OOpm-7:OOpm. Cost $5. ➢ Ages 13 & older. ➢ Join Certified Instructor Mirit Wiener and flow to the music at Vinyasa Yoga. Vinyasa is a challenging practice fit for those yoga practitioners having a foundation and understanding of linking breath to movement as well as the seasoned practitioner with a more advanced practice. Vinyasa focuses on consistent movement linking breath to posture. Modifications and options for more restful poses are offered during class. This 1 -hour class consists of warm up exercises, movement, standing sequences, balance, cool down, and rest. Participants should bring a yoga mat, towel and water to class. ➢ For more information call 772-226-1780 or register online at www.indianriver.gov/parksandrecreation. YOGA-LATES Tuesday and Thursday @ iG Center • 10:30am-11:30am. Cost $8. ➢ Mix between Yoga and Pilates. Walk-ins welcome. ➢ Go to www.indianriver.gov/parksandrecreation to register Or:call .772-226-1780. 19 Maryam N. Ghyabi-White, JL" Peterson, sEcs~ #301tOhW. TREASURER ORMOM BEACH WHTER PARK MERRfrT RAND Doug Boumique i.. Ron Howse Jowprice VERO BEACH COCOA F&Vkl**" 20 f 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: November 22, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS November 16, 2024 to November 22, 2024 C, 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 November 16, 2024 to November 22, 2024. 21 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12477 11/18/2024 WIRE AMERICAN HERITAGE LIFE INS CO 21.96 12478 11/18/2024 WIRE MUTUAL OF OMAHA 38,031.94 12479 11/18/2024 WIRE IRS -PAYROLL TAXES 14,188.24 12480 11/18/2024 WIRE IRS -PAYROLL TAXES 471.08 12481 11/18/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 751.38 12482 11/18/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 538.53 12483 11/18/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 3,329.89 12484 11/19/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 688.75 12485 11/19/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 3,281.54 12486 11/19/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 2,803.45 12487 11/19/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 19,678.24 12488 11/19/2024 WIRE SCHOOL DISTRICT OF INDIAN RIVER COUNTY 87,306.00 12489 11/20/2024 WIRE WRIGHT EXPRESS FSC 29,788.62 12490 11/20/2024 WIRE EVERSIDE HEALTH LLC 88,019.46 12491 11/20/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 449.50 12492 11/20/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 156.93 12493 11/20/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 2,439.46 12494 11/21/2024 WIRE BLUE CROSS & BLUE SHIELD 312,939.52 12495 11/21/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 765.43 12496 11/22/2024 WIRE IRC FIRE FIGHTERS ASSOC 11,621.50 12497 11/22/2024 WIRE FLSDU 3,975.45 12498 11/22/2024 WIRE MUTUAL OF OMAHA 2,456.25 12499 11/22/2024 WIRE HALLEY ENGINEERING CONTRACTORS INC 608,256.15 12500 11/22/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,329.73 12501 11/22/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 5,000.00 456653 11/20/2024 PRINTED SOUTHERN COMPUTER WAREHOUSE INC 23,260.69 456654 11/20/2024 PRINTED PORT CONSOLIDATED 809.70 456655 11/20/2024 PRINTED RICOH USA INC 116.08 456656 11/20/2024 PRINTED PUBLIX PHARMACY #0240 47.12 456657 11/20/2024 PRINTED CLEVELAND GOLF/SRIXON 6,390.42 456658 11/20/2024 PRINTED GLOBAL GOLF SALES INC 407.90 456659 11/20/2024 PRINTED TREASURE COAST SPORTS COMMISSION 7,225.16 456660 11/20/2024 PRINTED THE PALMS AT VERO BEACH 1,360.00 456661 11/20/2024 PRINTED CELICO PARTNERSHIP 248.90 456662 11/20/2024 PRINTED CINTAS CORPORATION 75.79 456663 11/20/2024 PRINTED FLORIDA DEPT OF JUVENILE JUSTICE 49,223.45 456664 11/20/2024 PRINTED TROPICAL FORD INC 37,420.80 456665 11/20/2024 PRINTED MAURICE ROLLE 660.00 456666 11/20/2024 PRINTED AMAZON CAPITAL SERVICES INC 1,315.01 456667 11/20/2024 PRINTED STAPLES INC 491.75 456668 11/20/2024 PRINTED MILLENNIUM CREMATORY LLC 750.00 456669 11/20/2024 PRINTED VERO COLLISION II LLC 3,112.29 456670 11/20/2024 PRINTED STERLING CUT GLASS CO INC 108.59 456671 11/20/2024 PRINTED ISO CLAIMS SERVICES INC 837.10 456672 11/20/2024 PRINTED NNA SERVICES LLC 115.00 456673 11/22/2024 PRINTED COMMUNICATIONS INTERNATIONAL INC 33,490.37 456674 11/22/2024 PRINTED EDLUND DRITENBAS BINKLEY ARCHITECTS 3,442.08 456675 11/22/2024 PRINTED CARTER ASSOCIATES INC 11,147.95 456676 11/22/2024 PRINTED INTERNATIONAL GOLF MAINTENANCE INC 120,865.00 456677 11/22/2024 PRINTED GEOSYNTEC CONSULTANTS INC 15,310.44 456678 11/22/2024 PRINTED ARCADIS U S INC 290.00 456679 11/22/2024 PRINTED COASTAL TECHNOLOGY CORPORATION 8,243.39 456680 11/22/2024 PRINTED MASTELLER & MOLER INC 6,096.50 456681 11/22/2024 PRINTED DE LA HOZ BUILDERS INC 9,310.00 22 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 456682 11/22/2024 PRINTED COMANCO ENVIRONMENTAL CORPORATION 382,452.99 456683 11/22/2024 PRINTED FLORIDA DESIGN DRILLING CORP 76,475.00 456684 11/22/2024 PRINTED CATHEDRAL CORPORATION 19,500.00 456685 11/22/2024 PRINTED BOWMAN CONSULTING GROUP LTD 2,264.00 456686 11/22/2024 PRINTED IGM TECHNOLOGY CORP 10,824.00 456687 11/22/2024 PRINTED BULK EXPRESS TRANSPORT INC 625.25 456688 11/22/2024 PRINTED DEBRISTECH LLC 34,844.80 456689 11/22/2024 PRINTED QCR HOLDINGS INC & SUBSIDIARIES 3,009.16 456690 11/22/2024 PRINTED RACE TO SAFETY TRAINING LLC 370.00 456691 11/22/2024 PRINTED LUCAS MUNRO 125.00 456692 11/22/2024 PRINTED PORT CONSOLIDATED 2,458.03 456693 11/22/2024 PRINTED COMMUNICATIONS INTERNATIONAL 140.40 456694 11/22/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 13.50 456695 11/22/2024 PRINTED RICOH USA INC 20.75 456696 11/22/2024 PRINTED AT&T MOBILITY 932.57 456697 11/22/2024 PRINTED AT&T MOBILITY 270.36 456698 11/22/2024 PRINTED BREATHING AIR SYSTEM 793.95 456699 11/22/2024 PRINTED MEEKS PLUMBING INC 209.00 456700 11/22/2024 PRINTED ELPEX 2,969.48 456701 11/22/2024 PRINTED UNITED WAY OF INDIAN RIVER COUNTY 1,287.00 456702 11/22/2024 PRINTED CALIFORNIA STATE DISBURSEMENT UNIT 305.19 456703 11/22/2024 PRINTED HOME DEPOT CREDIT SERVICES 673.48 456704 11/22/2024 PRINTED AT&T 1,331.50 456705 11/22/2024 PRINTED FLORIDA BLUE 7,681.50 456706 11/22/2024 PRINTED CENTRALAIR CONDITIONING & REFRIGERATION SUPPLY 325.57 456707 11/22/2024 PRINTED FLORIDA POWER AND LIGHT 1,843.38 456708 11/22/2024 PRINTED FLORIDA POWER AND LIGHT 3,679.52 456709 11/22/2024 PRINTED SUNSHINE STATE ONE CALL OF FL INC 1,529.29 456710 11/22/2024 PRINTED JOHN BROWN & SONS INC 1,000.00 456711 11/22/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 82.50 456712 11/22/2024 PRINTED CELICO PARTNERSHIP 2,801.96 456713 11/22/2024 PRINTED SOCIETY FOR HUMAN RESOURCE MGMT 264.00 456714 11/22/2024 PRINTED FISHER & PHILLIPS LLP 16,036.09 456715 11/22/2024 PRINTED GLADE & GROVE SUPPLY CO INC 47,242.68 456716 11/22/2024 PRINTED GFA INTERNATIONAL INC 28,177.50 456717 11/22/2024 PRINTED CARDINAL HEALTH 110, LLC 1,770.32 456718 11/22/2024 PRINTED HAWKINS INC 2,121.75 456719 11/22/2024 PRINTED CANARX GROUP INC 7,897.90 456720 11/22/2024 PRINTED JOSEPH ELLIOTT USA LLC 24.50 456721 11/22/2024 PRINTED MAJOR LEAGUE FISHING LLC 10,000.00 456722 11/22/2024 PRINTED AMAZON CAPITAL SERVICES INC 123.77 456723 11/22/2024 PRINTED COMMONWEALTH OF MASSACHUSETTS 562.00 456724 11/22/2024 PRINTED SOUTH CENTRAL PLANNING & DEVELOPMENT COMMISSION 1,853.09 456725 11/22/2024 PRINTED MT CAUSLEY LLC 42,817.50 456726 11/22/2024 PRINTED STAPLES INC 71.00 456727 11/22/2024 PRINTED LOWES COMPANIES INC 74.32 456728 11/22/2024 PRINTED TOSHIBA AMERICA BUISNESS SOLUTIONS INC 125.00 456729 11/22/2024 PRINTED SITECRAFTERS OF FLORIDA INC 42,067.76 456730 11/22/2024 PRINTED SCP DISTRIBUTORS LLC 5,457.00 456731 11/22/2024 PRINTED AQUATIC WEED CONTROL INC 195.00 456732 11/22/2024 PRINTED STRATEGIC GOVERNMENT RESOURCES INC 7,395.00 456733 11/22/2024 PRINTED DE 2018 PLLC 15,309.99 456734 11/22/2024 PRINTED XEROX CORPORATION 3,327.25 456735 11/22/2024 PRINTED INFLUENCER HEAT LLC 320.00 23 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 456736 11/22/2024 PRINTED EXPONENT HOLDINGS LLC 2,058.30 456737 11/22/2024 PRINTED STATE OF NEW MEXICO CHILD SUPPORT SDU 129.23 456738 11/22/2024 PRINTED STATE OF NEW MEXICO CHILD SUPPORT SDU 61.38 456739 11/22/2024 PRINTED INDIAN RIVER MOTOR HAUS LLC 2,204.34 456740 11/22/2024 PRINTED ALEXANDRA SOMMERS 28.77 456741 11/22/2024 PRINTED ANTHONY LOPEZ 31.43 456742 11/22/2024 PRINTED ASPEN HOWES 69.72 456743 11/22/2024 PRINTED BRANDY MINOR 50.66 456744 11/22/2024 PRINTED DEBORAH CHAPMAN 52.14 456745 11/22/2024 PRINTED DEBRA L LONGWOOD 96.09 456746 11/22/2024 PRINTED DI VOSTA HOMES L P 159.40 456747 11/22/2024 PRINTED JESSICA RODRIGUEZ 40.69 456748 11/22/2024 PRINTED LINDA D KIRK 56.02 456749 11/22/2024 PRINTED MARIA SHASHATY 136.99 456750 11/22/2024 PRINTED MICHAEL DURSKI 35.15 456751 11/22/2024 PRINTED MICHAELA ELAINE MORENO 81.23 456752 11/22/2024 PRINTED NORMA FRANCY 45.05 456753 11/22/2024 PRINTED PETER DENHAM 21.13 456754 11/22/2024 PRINTED POWERGATE WINDSOR LLC 30.37 456755 11/22/2024 PRINTED RANDALL D JACOBS 14.09 456756 11/22/2024 PRINTED SABRINA BELEAN 6.01 456757 11/22/2024 PRINTED SECRETARY OF HOUSING & URBAN DEVELOPMENT 48.23 456758 11/22/2024 PRINTED TRSTE, LLC 54.64 456759 11/22/2024 PRINTED WILLIAM SOPRANO 56.40 456760 11/22/2024 PRINTED CLEMENTS PEST CONTROL 5,250.00 456761 11/22/2024 PRINTED PORT CONSOLIDATED 10,417.64 456762 11/22/2024 PRINTED SUNCOAST WELDING SUPPLIES INC 77.98 456763 11/22/2024 PRINTED COMMUNICATIONS INTERNATIONAL 10,245.51 456764 11/22/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 713.60 456765 11/22/2024 PRINTED AMERICAN BUSINESS INTERIORS 10,248.97 456766 11/22/2024 PRINTED SCOTTS SPORTING GOODS 155.94 456767 11/22/2024 PRINTED SAFETY PRODUCTS INC 1,282.08 456768 11/22/2024 PRINTED E-Z BREW COFFEE & BOTTLE WATER SVC 99.00 456769 11/22/2024 PRINTED INDIAN RIVER BATTERY 989.75 456770 11/22/2024 PRINTED GRAINGER INC 7,234.85 456771 11/22/2024 PRINTED SAFETY KLEEN SYSTEMS INC 361.52 456772 11/22/2024 PRINTED GRAYBAR ELECTRIC 973.69 456773 11/22/2024 PRINTED MCMASTER CARR SUPPLY CO 43.04 456774 11/22/2024 PRINTED APPLE INDUSTRIAL SUPPLY CO 59.42 456775 11/22/2024 PRINTED BENSONS LOCK SERVICE INC 60.00 456776 11/22/2024 PRINTED HACH CO 15,962.79 456777 11/22/2024 PRINTED CLIFF BERRY INC 184.80 456778 11/22/2024 PRINTED CLIFF BERRY INC 7,221.00 456779 11/22/2024 PRINTED PARKSON CORPORATION 499.80 456780 11/22/2024 PRINTED MEEKS PLUMBING INC 116,436.00 456781 11/22/2024 PRINTED BOUND TREE MEDICAL LLC 13,551.91 456782 11/22/2024 PRINTED ELPEX 20,988.34 456783 11/22/2024 PRINTED MOTION INDUSTRIES INC 2,000.22 456784 11/22/2024 PRINTED AMERICAN WATER CHEMICALS INC 17,788.80 456785 11/22/2024 PRINTED ABCO GARAGE DOOR CO 240.00 456786 11/22/2024 PRINTED DELL MARKETING LP 13,481.96 456787 11/22/2024 PRINTED NORTHERN SAFETY CO INC 606.82 456788 11/22/2024 PRINTED ODYSSEY MANUFACTURING CO 39,667.20 456789 11/22/2024 PRINTED WILLIE C REAGAN 1,468.00 24 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 456790 11/22/2024 PRINTED PING INC 1,687.90 456791 11/22/2024 PRINTED CITY OF VERO BEACH 3,915.90 456792 11/22/2024 PRINTED APPLE MACHINE & SUPPLY CO 95.63 456793 11/22/2024 PRINTED HOME DEPOT CREDIT SERVICES 523.87 456794 11/22/2024 PRINTED EBSCO INFORMATION SERVICES 2,380.60 456795 11/22/2024 PRINTED INDIAN RIVER COUNTY SHERIFF 30.00 456796 11/22/2024 PRINTED UNITED STATES POSTAL SERVICE 21,000.00 456797 11/22/2024 PRINTED FLORIDA DEPARTMENT OF TRANSPORTATION 2.50 456798 11/22/2024 PRINTED FLORIDA DEPT OF TRANSPORTATION 24.78 456799 11/22/2024 PRINTED LIVINGSTON PAGE 100.00 456800 11/22/2024 PRINTED TREASURE COAST HOMELESS SERVICES COUNCIL 13,609.00 456801 11/22/2024 PRINTED BRACKETT FAMILY LIMITED PARTNERSHIP 1,165.00 456802 11/22/2024 PRINTED PUBLIX PHARMACY 108.20 456803 11/22/2024 PRINTED PUBLIX PHARMACY #1150 13.49 456804 11/22/2024 PRINTED PU BLIX PHARMACY #1374 187.47 456805 11/22/2024 PRINTED ACUSHNET COMPANY 3,489.40 456806 11/22/2024 PRINTED FLORIDA POWER AND LIGHT 97,456.43 456807 11/22/2024 PRINTED FLORIDA POWER AND LIGHT 6,743.49 456808 11/22/2024 PRINTED COMPLETE ELECTRIC INC 1,656.35 456809 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456810 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456811 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456812 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456813 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456814 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456815 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456816 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456817 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456818 11/22/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 456819 11/22/2024 PRINTED HENRY SMITH 75.00 456820 11/22/2024 PRINTED JOHN BROWN & SONS INC 14,700.50 456821 11/22/2024 PRINTED DAVID SPARKS 1,298.00 456822 11/22/2024 PRINTED FORT PIERCE HOUSING AUTHORITY 1,029.00 456823 11/22/2024 PRINTED FIRESTONE COMPLETE AUTO CARE 7,005.83 456824 11/22/2024 PRINTED RECHTIEN INTERNATIONAL TRUCKS 1,131.89 456825 11/22/2024 PRINTED THE PALMS AT VERO BEACH 4,349.00 456826 11/22/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 230.50 456827 11/22/2024 PRINTED ARTHUR PRUETT 870.00 456828 11/22/2024 PRINTED SYNAGRO TECHNOLOGIES INC 71,884.09 456829 11/22/2024 PRINTED POLYDYNEINC 3,933.00 456830 11/22/2024 PRINTED FASTENAL COMPANY 1,466.52 456831 11/22/2024 PRINTED MICHAEL JAHOLKOWSKI 558.00 456832 11/22/2024 PRINTED LINDA MCLAIN BRANNAN 1,408.00 456833 11/22/2024 PRINTED BOTTOM LINE PERSONAL 39.00 456834 11/22/2024 PRINTED RICHARD SCHUTT 954.00 456835 11/22/2024 PRINTED ORCHID ISLAND PROPERTY MGMT II INC 42,282.00 456836 11/22/2024 PRINTED CONSOLIDATED ELECTRIAL DIST INC 860.13 456837 11/22/2024 PRINTED OAK RIVER PROPERTIES INC 2,100.00 456838 11/22/2024 PRINTED PAMELA R CUMMINGS 1,202.00 456839 11/22/2024 PRINTED JOHNNY B SMITH 780.00 456840 11/22/2024 PRINTED POWER -TEL UTILITY PRODUCTS INC 350.00 456841 11/22/2024 PRINTED GLOBALSTAR USA 228.38 456842 11/22/2024 PRINTED HERITAGE VILLAS OF VERO BEACH 730.00 456843 11/22/2024 PRINTED PETER J CASSARA 5,550.00 25 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 456844 11/22/2024 PRINTED VERO MILLWORK INC 800.00 456845 11/22/2024 PRINTED FLEETBOSS G P S INC 6,237.00 456846 11/22/2024 PRINTED OKEECHOBEE PARTNERS LLC 1,264.00 456847 11/22/2024 PRINTED AMERICAN HEART ASSOCIATION INC 82.40 456848 11/22/2024 PRINTED RANGE SERVANT AMERICA INC 5,733.95 456849 11/22/2024 PRINTED BRENNTAG MID -SOUTH INC 8,870.78 456850 11/22/2024 PRINTED STAT MEDICAL DISPOSAL INC 305.00 456851 11/22/2024 PRINTED TAMPA BAY LIBRARY CONSORTIUM INC 799.05 456852 11/22/2024 PRINTED SYN -TECH SYSTEMS INC 10,580.00 456853 11/22/2024 PRINTED OVERDRIVE INC 2,750.00 456854 11/22/2024 PRINTED MISS INC OF THE TREASURE COAST 1,038.00 456855 11/22/2024 PRINTED XYLEM WATER SOLUTION USA INC 8,932.50 456856 11/22/2024 PRINTED UNIVERSAL ENGINEERING SCIENCES 29,065.00 456857 11/22/2024 PRINTED JSR ENTERPRISES LLC 26,745.58 456858 11/22/2024 PRINTED CARDINAL HEALTH 110, LLC 4,156.53 456859 11/22/2024 PRINTED MUNICIPAL EMERGENCY SERVICES INC 5,140.39 456860 11/22/2024 PRINTED BURNETT LIME CO INC 9,912.20 456861 11/22/2024 PRINTED SOUTHERN MANAGEMENT LLC 5,990.00 456862 11/22/2024 PRINTED STS MAINTAIN SERVICES INC 52,047.57 456863 11/22/2024 PRINTED SYLVIA MILLER 1,440.00 456864 11/22/2024 PRINTED HAWKINS INC 5,640.75 456865 11/22/2024 PRINTED AUGUSTUS B FORT JR 1,195.00 456866 11/22/2024 PRINTED H&H SHADOWBROOK LLC 875.00 456867 11/22/2024 PRINTED WILSON SPORTING GOODS CO 715.12 456868 11/22/2024 PRINTED SITEONE LANDSCAPE SUPPLY LLC 863.48 456869 11/22/2024 PRINTED BARSALOU VENTURES LLC 1,031.04 456870 11/22/2024 PRINTED FLORIDA EAST COAST RAILWAY LLC 19,474.59 456871 11/22/2024 PRINTED AC VETERINARY SPECIALTY SERVICES 45.00 456872 11/22/2024 PRINTED WEDGEWOOD RENTALS LLC 973.00 456873 11/22/2024 PRINTED MATHESON TRI -GAS INC 9,960.00 456874 11/22/2024 PRINTED COLE AUTO SUPPLY INC 733.41 456875 11/22/2024 PRINTED BETH NOLAN 534.00 456876 11/22/2024 PRINTED RECYCLING ROCKS LLC 1,760.00 456877 11/22/2024 PRINTED RELX INC 461.20 456878 11/22/2024 PRINTED SSE ASSOCIATES INC 43,584.00 456879 11/22/2024 PRINTED GOVDIRECT INC 3,180.87 456880 11/22/2024 PRINTED CORE & MAIN LP 31,880.36 456881 11/22/2024 PRINTED WOERNER AGRIBUSINESS LLC 280.00 456882 11/22/2024 PRINTED ULINE INC 265.79 456883 11/22/2024 PRINTED REXEL USA INC 2,019.52 456884 11/22/2024 PRINTED KARL POKRANDT 1,203.00 456885 11/22/2024 PRINTED TAYLOR ANNE HATTON 270.00 456886 11/22/2024 PRINTED 1135 17TH PL LLC 1,185.00 456887 11/22/2024 PRINTED HUDSON CONSULTING & MANAGEMENT LLC 766.00 456888 11/22/2024 PRINTED AMAZON CAPITAL SERVICES INC 6,934.47 456889 11/22/2024 PRINTED PACE ANYALYTICAL LLC 223.65 456890 11/22/2024 PRINTED AMERIGAS PROPANE LP 5,284.90 456891 11/22/2024 PRINTED JORDAN MOWERS 501.69 456892 11/22/2024 PRINTED LIBERTY TIRE RECYCLING LLC 4,029.60 456893 11/22/2024 PRINTED PC SOLUTIONS & INTEGRATION INC 5,640.00 456894 11/22/2024 PRINTED MULLINAX FORD OF VERO BEACH 905.00 456895 11/22/2024 PRINTED JUDITH A BURLEY 495.00 456896 11/22/2024 PRINTED SHARON P BRENNAN 1,178.00 456897 11/22/2024 PRINTED SAFEWARE INC V i 523.20 26 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 456898 11/22/2024 PRINTED KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 1,151.72 456899 11/22/2024 PRINTED KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 120.24 456900 11/22/2024 PRINTED JENNIFER D JAMES 575.00 456901 11/22/2024 PRINTED MT CAUSLEY LLC 41,222.50 456902 11/22/2024 PRINTED BLUE GOOSE CONSTRUCTION LLC 371.06 456903 11/22/2024 PRINTED STAPLES INC 78.19 456904 11/22/2024 PRINTED LOWES COMPANIES INC 6,417.76 456905 11/22/2024 PRINTED TOSHIBA AMERICA BUISNESS SOLUTIONS INC 2,012.48 456906 11/22/2024 PRINTED BREGO PROPERTIES LLC 904.00 456907 11/22/2024 PRINTED WASTE MANAGEMENT INC OF FLORIDA 98.17 456908 11/22/2024 PRINTED WASTE MANAGEMENT INC OF FLORIDA 1,702.85 456909 11/22/2024 PRINTED ROBERT HUDSON 545.00 456910 11/22/2024 PRINTED SCP DISTRIBUTORS LLC 11,997.00 456911 11/22/2024 PRINTED SREIT LEXINGTON CLUB LLC 3,603.00 456912 11/22/2024 PRINTED THEODORE SEMI 845.00 456913 11/22/2024 PRINTED VERO BEACH LEASED HOUSING ASSOC III LLLP 593.00 456914 11/22/2024 PRINTED VERO BEACH LEASED HOUSING ASSOC III LLLP 703.00 456915 11/22/2024 PRINTED JLA GEOSCIENCES INC 1,825.00 456916 11/22/2024 PRINTED AQUATIC WEED CONTROL INC 195.00 456917 11/22/2024 PRINTED VOLITION CONTROLS CORP 8,404.95 456918 11/22/2024 PRINTED LAWRENCE F WALLIN 150.00 456919 11/22/2024 PRINTED HIREQUEST LLC 11,048.83 456920 11/22/2024 PRINTED PETERBILT STORE SOUTH FLORIDA LLC 2,671.77 456921 11/22/2024 PRINTED TAKING GROUND LAWN & LANDSCAPE INC 4,575.00 456922 11/22/2024 PRINTED NEX-GEN PARTNERS LLC 8,320.00 456923 11/22/2024 PRINTED EZAS INVESTMENTS LLC 1,500.00 456924 11/22/2024 PRINTED MICHAEL MILLER 2,156.00 456925 11/22/2024 PRINTED MARUBENI AMERICA CORPORATION 800.00 456926 11/22/2024 PRINTED RS REALTY ADVISORS LLC 2,750.00 456927 11/22/2024 PRINTED PIVOTAL UTILITY HOLDINGS INC 46.32 456928 11/22/2024 PRINTED SONIA SUSAN SOSA 1,393.00 456929 11/22/2024 PRINTED ULTIMATE PROPERTIES & LOGISTICS LLC 787.00 456930 11/22/2024 PRINTED SHRIEVE CHEMICAL CO LLC 4,359.02 456931 11/22/2024 PRINTED BAKER & TAYLOR 6,741.34 456932 11/22/2024 PRINTED CONSOLIDATED WATER GROUP LLC 39.40 456933 11/22/2024 PRINTED FS.COM INC 120.00 456934 11/22/2024 PRINTED TPH HOLDINGS LLC 183.24 456935 11/22/2024 PRINTED SEVEN ISLES CAPITAL 1,915.00 456936 11/22/2024 PRINTED RONALD MARASCO SR 325.00 456937 11/22/2024 PRINTED METTLER-TOLEDO INTERNATIONAL INC 408.48 456938 11/22/2024 PRINTED JT VERO PROPERTIES LLC 3,467.00 456939 11/22/2024 PRINTED JACOURT LLC 1,098.00 456940 11/22/2024 PRINTED DE 2018 PLLC 60.00 456941 11/22/2024 PRINTED SM REALTY PARTNERS LLC 2,525.00 456942 11/22/2024 PRINTED XEROX CORPORATION 75.31 456943 11/22/2024 PRINTED IXORIA RE LLC 2,838.00 456944 11/22/2024 PRINTED DAMON O'NEAL 2,200.00 456945 11/22/2024 PRINTED FLEETPRIDE INC 7,095.68 456946 11/22/2024 PRINTED DONNA W ROBERTS 360.00 456947 11/22/2024 PRINTED HI LIFE PROPERTY MANAGEMENT LLC 1,668.00 456948 11/22/2024 PRINTED JORDAN PARKER 370.00 456949 11/22/2024 PRINTED JB JONES JR 1,036.00 456950 11/22/2024 PRINTED UNA GRAHAM 1,500.00 456951 11/22/2024 PRINTED NATIONAL PROCUREMENT INSTITUTE INC 130.00 27 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 456952 11/22/2024 PRINTED EUROFINS ENVIRONMENT TESTING AMERICA HOLDINGS INC 7,932.00 456953 11/22/2024 PRINTED JOHN DAVID HAYES 3,000.00 456954 11/22/2024 PRINTED CAROL W SCHULZ 200.00 456955 11/22/2024 PRINTED JOHN DIGIACOMO 540.00 456956 11/22/2024 PRINTED BATES AIR & HEAT LLC 4,104.42 456957 11/22/2024 PRINTED LF STAFFING SERVICES INC 867.01 456958 11/22/2024 PRINTED FIONNA SMITH 1,716.00 456959 11/22/2024 PRINTED OPENGOV INC 53,150.88 456960 11/22/2024 PRINTED PINES VILLAGE LLC 1,171.00 456961 11/22/2024 PRINTED SYNERGY RECYCLING LLC 169.24 456962 11/22/2024 PRINTED DENA KAY MATTHEWS 2,091.00 456963 11/22/2024 PRINTED MARY LTOMARO 150.00 456964 11/22/2024 PRINTED UKG KRONOS SYSTEMS LLC 3,600.00 456965 11/22/2024 PRINTED VECELLIO GROUP INC 1,488.60 456966 11/22/2024 PRINTED PALMDALE INTERMEDIATE LLC 5,335.35 456967 11/22/2024 PRINTED INDIO RIVER LLC 1,208.00 456968 11/22/2024 PRINTED PALMDALE INTERMEDIATE LLC 80.00 456969 11/22/2024 PRINTED TECHSOUP GLOBAL 4,038.00 456970 11/22/2024 PRINTED INGRAM LIBRARY SERVICES LLC 1,219.36 456971 11/22/2024 PRINTED RAY POWERS 30.00 456972 11/22/2024 PRINTED GASPAR BODY & PAINT 550.00 456973 11/22/2024 PRINTED BRADY COMPANIES LLC 3,249.64 456974 11/22/2024 PRINTED STAVOLA AGGREGATE SUPPLY LLC 9,619.79 456975 11/22/2024 PRINTED TEN-8 FIRE & SAFETY LLC 5,477.90 456976 11/22/2024 PRINTED LYNCH FUEL COMPANY LLC 220,463.63 456977 11/22/2024 PRINTED TAFFORD LYLES 125.00 456978 11/22/2024 PRINTED CAMRON DAVIS 825.00 456979 11/22/2024 PRINTED EXPONENT HOLDINGS LLC 17,500.00 456980 11/22/2024 PRINTED ORC SERVICES INC 1,200.00 456981 11/22/2024 PRINTED JEANETTE GALLAGHER 56.00 456982 11/22/2024 PRINTED MIRIT WIENER 122.50 456983 11/22/2024 PRINTED SEABROOKS TOO LLC 2,470.75 456984 11/22/2024 PRINTED SAMUEL MCDUFFIE 307.50 456985 11/22/2024 PRINTED DANIELLE MARTINEZ 30.00 456986 11/22/2024 PRINTED ALLMON PROPERTY MANAGEMENT LLC 3,393.00 456987 11/22/2024 PRINTED SHERRY LYNN ROSS 191.10 456988 11/22/2024 PRINTED GAIACA LLC 2,075.00 456989 11/22/2024 PRINTED VERO TACKLE & MARINA 275.00 456990 11/22/2024 PRINTED GARY CHARLES ALERTE JR 1,600.00 456991 11/22/2024 PRINTED CYNTHIA WOLD 385.00 903780 11/20/2024 PRINTED CELICO PARTNERSHIP 40.44 903781 11/22/2024 PRINTED FLORIDA ASSOC OF CODE ENFORCEMENT 85.00 903782 11/22/2024 PRINTED ORCHARD GROVE VENTURE LLC 1,924.00 1022084 11/20/2024 ACI UNIFIRST CORPORATION 5.41 1022085 11/22/2024 ACI OFFICE DEPOT 162.82 1022086 11/22/2024 ACI COMCAST 204.51 1022087 11/22/2024 ACI INDIAN RIVER OXYGEN INC 2,837.00 1022088 11/22/2024 ACI RING POWER CORPORATION 33,665.60 1022089 11/22/2024 ACI MIKES GARAGE & WRECKER SERVICE INC 225.00 1022090 11/22/2024 ACI WATER SAFETY PRODUCTS INC 428.93 1022091 11/22/2024 ACI WATER SAFETY PRODUCTS INC 500.25 1022092 11/22/2024 ACI GALLS LLC 1,422.94 1022093 11/22/2024 ACI IRRIGATION CONSULTANTS UNLIMITED INC 285.43 1022094 11/22/2024 ACI GROVE WELDERS INC 962.43 28 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 1022095 11/22/2024 ACI COMPLETE RESTAURANT EQUIPMENT LLC 270.00 1022096 11/22/2024 ACI DLT SOLUTIONS INC 10,218.81 1022097 11/22/2024 ACI COMMERCIAL ENERGY SPECIALISTS 258.00 1022098 11/22/2024 ACI OFFICE DEPOT 62.16 1022099 11/22/2024 ACI PERKINS INDIAN RIVER PHARMACY 175.00 1022100 11/22/2024 ACI PRIDE ENTERPRISES INC 887.50 1022101 11/22/2024 ACI STRYKER SALES CORPORATION 4,219.05 1022102 11/22/2024 ACI HYDRA SERVICE (S) INC 1,750.00 1022103 11/22/2024 ACI RADWELL INTERNATIONAL INC 384.12 1022104 11/22/2024 ACI UNIFIRST CORPORATION 2,430.97 1022105 11/22/2024 ACI GUARDIAN HAWK SECURITY 412.30 1022106 11/22/2024 ACI NEXAIR LLC 186.37 1022107 11/22/2024 ACI EVERGLADES EQUIPMENT GROUP 591.09 1022108 11/22/2024 ACI CARLON INC 1,583.00 1022109 11/22/2024 ACI HD SUPPLY INC 532.20 1022110 11/22/2024 ACI CUMMINS INC 5,973.92 417158 11/22/2024 DIRECT DEPOSIT FORREST, FARCIOT 1,189.96 417159 11/22/2024 DIRECT DEPOSIT GUTZ, WILLIAM 1,186.10 417160 11/22/2024 DIRECT DEPOSIT SCHREIBER'KEVIN 1,258.37 417161 11/22/2024 DIRECT DEPOSIT ADAMS, SUSAN 2,339.91 417162 11/22/2024 DIRECT DEPOSIT BROWN, ASHLEY 1,535.10 417163 11/22/2024 DIRECT DEPOSIT EARMAN, JOSEPH 2,823.93 417164 11/22/2024 DIRECT DEPOSIT FLESCHER, JOSEPH 2,595.04 417165 11/22/2024 DIRECT DEPOSIT LIST, KATHY 584.65 417166 11/22/2024 DIRECT DEPOSIT LOAR, DERYL 2,500.35 417167 11/22/2024 DIRECT DEPOSIT MOIRANO, KIMBERLY 1,409.54 417168 11/22/2024 DIRECT DEPOSIT PLESNARSKI, LISA 1,570.26 417169 11/22/2024 DIRECT DEPOSIT STOKES, MAURA 1,630.10 417170 11/22/2024 DIRECT DEPOSIT GLANVILLE, TERESA 1,600.65 417170 11/22/2024 DIRECT DEPOSIT GLANVILLE, TERESA 241.00 417171 11/22/2024 DIRECT DEPOSIT HICKS, CHRISTOPHER 3,913.25 417172 11/22/2024 DIRECT DEPOSIT MOORE, CHRISTINA 2,433.07 417173 11/22/2024 DIRECT DEPOSIT NOVAK, NATALIE 1,047.05 417173 11/22/2024 DIRECT DEPOSIT NOVAK, NATALIE 500.00 417174 11/22/2024 DIRECT DEPOSIT PRADO, SUSAN 3,590.79 417174 11/22/2024 DIRECT DEPOSIT PRADO, SUSAN 250.00 417175 11/22/2024 DIRECT DEPOSIT SHULER, JENNIFER 6,103.59 417176 11/22/2024 DIRECT DEPOSIT WESTERIK, NADIA 1,983.49 417176 11/22/2024 DIRECT DEPOSIT WESTERIK, NADIA 500.00 417177 11/22/2024 DIRECT DEPOSIT LESTER, CHESNEY 2,372.48 417178 11/22/2024 DIRECT DEPOSIT MCKINLEY, KELLY 2,092.10 417179 11/22/2024 DIRECT DEPOSIT RAMIREZ, REBECCA 1,551.23 417180 11/22/2024 DIRECT DEPOSIT ROSE, CARSON 1,575.30 417181 11/22/2024 DIRECT DEPOSIT TRAMEL, PATRICK 2,205.10 417182 11/22/2024 DIRECT DEPOSIT VIETZE, MARK 2,202.14 417183 11/22/2024 DIRECT DEPOSIT AMATO, JAMES 1,085.45 417184 11/22/2024 DIRECT DEPOSIT BOONE, BLAKE 443.93 417185 11/22/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 120.06 417185 11/22/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 180.08 417186 11/22/2024 DIRECT DEPOSIT DAVIDIAN, SAGE 477.43 417187 11/22/2024 DIRECT DEPOSIT DOTSEY, JESSICA 1,093.41 417188 11/22/2024 DIRECT DEPOSIT GERNER, JOSHUA 316.64 417189 11/22/2024 DIRECT DEPOSIT GRAY, STEVEN 795.59 417190 11/22/2024 DIRECT DEPOSIT HAUPT, ROSA 904.63 29 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417191 11/22/2024 DIRECT DEPOSIT HEINZE, DONALD 1,216.36 417192 11/22/2024 DIRECT DEPOSIT HENDRICKSEN, TYLER 453.10 417193 11/22/2024 DIRECT DEPOSIT MANGUS, ISABELLA 1,109.65 417194 11/22/2024 DIRECT DEPOSIT MINTEL, MATTHEW 464.64 417195 11/22/2024 DIRECT DEPOSIT ROHRER, MAREENA 174.49 417195 11/22/2024 DIRECT DEPOSIT ROHRER, MAREENA 523.48 417196 11/22/2024 DIRECT DEPOSIT SHARKEY, ROBERT 1,018.02 417197 11/22/2024 DIRECT DEPOSIT SHELDON, GAGE 80.90 417198 11/22/2024 DIRECT DEPOSIT SPARROW-VOORHEES, TABATHA 1,292.81 417199 11/22/2024 DIRECT DEPOSIT STORTS, HOLDEN 371.24 417200 11/22/2024 DIRECT DEPOSIT WAGNER, FREDERICK 824.25 417201 11/22/2024 DIRECT DEPOSIT BAKER, MURRAY 1,094.43 417202 11/22/2024 DIRECT DEPOSIT GIBSON, CHASTITY 50.00 417202 11/22/2024 DIRECT DEPOSIT GIBSON, CHASTITY 10.00 417202 11/22/2024 DIRECT DEPOSIT GIBSON, CHASTITY 653.37 417203 11/22/2024 DIRECT DEPOSIT LAURO, HELEN 478.30 417204 11/22/2024 DIRECT DEPOSIT LEFEBURE, ANNABELLE 603.68 417205 11/22/2024 DIRECT DEPOSIT LEFEBURE, LEVI 639.50 417206 11/22/2024 DIRECT DEPOSIT LOCY, EMILY 1,527.58 417206 11/22/2024 DIRECT DEPOSIT LOCY, EMILY 50.00 417207 11/22/2024 DIRECT DEPOSIT MARLEAU, KATIE 2,168.28 417208 11/22/2024 DIRECT DEPOSIT RAULERSON, SPRING 777.27 417209 11/22/2024 DIRECT DEPOSIT SERVAITES, GREGG 1,946.59 417210 11/22/2024 DIRECT DEPOSIT SNEE, JACKSON 686.98 417211 11/22/2024 DIRECT DEPOSIT TRENT, CECIL 952.04 417212 11/22/2024 DIRECT DEPOSIT CAROW, ELAINE 1,712.56 417213 11/22/2024 DIRECT DEPOSIT COWAN, DONALD 1,239.94 417214 11/22/2024 DIRECT DEPOSIT DOUGLAS, EUGENE 670.08 417215 11/22/2024 DIRECT DEPOSIT EISWERTH, SARAH 1,362.08 417216 11/22/2024 DIRECT DEPOSIT FADAYOMI, BENJAMIN 603.90 417217 11/22/2024 DIRECT DEPOSIT HEBELER, SANDRA 1,225.91 417218 11/22/2024 DIRECT DEPOSIT JONES, ALFRED 470.29 417219 11/22/2024 DIRECT DEPOSIT JURAD, DREW 1,719.12 417220 11/22/2024 DIRECT DEPOSIT KREBS, JILL 2,052.01 417221 11/22/2024 DIRECT DEPOSIT RAMKISSOON, MARIE SOLANGE 500.00 417221 11/22/2024 DIRECT DEPOSIT RAMKISSOON, MARIE SOLANGE 1,179.60 417222 11/22/2024 DIRECT DEPOSIT REDFERN, RICHARD 471.82 417222 11/22/2024 DIRECT DEPOSIT REDFERN, RICHARD 117.95 417223 11/22/2024 DIRECT DEPOSIT SCHLEICH, MARK 271.59 417224 11/22/2024 DIRECT DEPOSIT TILTON, JOSEPH 250.00 417224 11/22/2024 DIRECT DEPOSIT TILTON, JOSEPH 2,342.76 417225 11/22/2024 DIRECT DEPOSIT BINEGAR, AMBER 591.14 417226 11/22/2024 DIRECT DEPOSIT BOLEN, LAYNE 640.60 417227 11/22/2024 DIRECT DEPOSIT BOWKER, JACQUELINE 1,330.67 417228 11/22/2024 DIRECT DEPOSIT BROWN, ARIEL 1,106.70 417229 11/22/2024 DIRECT DEPOSIT BUSKIRK, KITTIE 1,734.31 417230 11/22/2024 DIRECT DEPOSIT COLE, KAREN 1,567.42 417231 11/22/2024 DIRECT DEPOSIT FARBER, ASHLEY 956.98 417232 11/22/2024 DIRECT DEPOSIT FOXX, PAOLA 708.63 417233 11/22/2024 DIRECT DEPOSIT GOODEN, TRAVIS 1,132.78 417234 11/22/2024 DIRECT DEPOSIT HADSELL, DARLENE 2,028.64 417235 11/22/2024 DIRECT DEPOSIT HECKMAN, CHELSEA 1,194.93 417236 11/22/2024 DIRECT DEPOSIT HELTON, HEATHER S.00 417236 11/22/2024 DIRECT DEPOSIT HELTON, HEATHER 1,458.94 30 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417236 11/22/2024 DIRECT DEPOSIT HELTON, HEATHER 10.00 417237 11/22/2024 DIRECT DEPOSIT HUFF, TANYA 183.00 417237 11/22/2024 DIRECT DEPOSIT HUFF, TANYA 2,177.36 417238 11/22/2024 DIRECT DEPOSIT JUARBE, THALIA 1,108.74 417239 11/22/2024 DIRECT DEPOSIT LEE, GI 90.89 417239 11/22/2024 DIRECT DEPOSIT LEE, GI 1,454.25 417239 11/22/2024 DIRECT DEPOSIT LEE, GI 272.67 417240 11/22/2024 DIRECT DEPOSIT LESCIO, JOLENE 1,583.70 417241 11/22/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 25.00 417241 11/22/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 1,753.87 417242 11/22/2024 DIRECT DEPOSIT MCDOUGALL, STEVEN 1,539.39 417243 11/22/2024 DIRECT DEPOSIT MCKENNA, TERESA 661.40 417244 11/22/2024 DIRECT DEPOSIT MORGAN, JESSICA 858.96 417245 11/22/2024 DIRECT DEPOSIT NEAL, MARY JANE 1,324.57 417246 11/22/2024 DIRECT DEPOSIT PAGANO, SADIE 557.73 417247 11/22/2024 DIRECT DEPOSIT PAWLAK, FRANCES 1,221.94 417248 11/22/2024 DIRECT DEPOSIT PEREZ, JOSHUA 2,520.27 417249 11/22/2024 DIRECT DEPOSIT SANTOYO, ETHELYN 583.12 417250 11/22/2024 DIRECT DEPOSIT SCHOEN, ERIC 1,350.57 417251 11/22/2024 DIRECT DEPOSIT SMITH NIKITIN, KRISTIE 1,979.49 417252 11/22/2024 DIRECT DEPOSIT STENGER, ELIZABETH 2,822.86 417253 11/22/2024 DIRECT DEPOSIT TRUSS, LAWRENCE 651.54 417254 11/22/2024 DIRECT DEPOSIT WAGNER, MICHELLE 1,705.09 417255 11/22/2024 DIRECT DEPOSIT WYATT, ELIZABETH 609.24 417256 11/22/2024 DIRECT DEPOSIT ALBINI, SCOTT 519.08 417257 11/22/2024 DIRECT DEPOSIT ANDERSON, KATHERINE 1,534.55 417258 11/22/2024 DIRECT DEPOSIT BACHMANN, SANDRA 1,687.31 417259 11/22/2024 DIRECT DEPOSIT BOIKE, REBECCA 1,271.77 417260 11/22/2024 DIRECT DEPOSIT BOWMAN, KATHLEEN 2,487.55 417261 11/22/2024 DIRECT DEPOSIT ELSEBOUGH, KELLY 605.43 417262 11/22/2024 DIRECT DEPOSIT GALENTINE, TRACY 1,088.06 417263 11/22/2024 DIRECT DEPOSIT IACHINI, TAYLOR 1,355.55 417264 11/22/2024 DIRECT DEPOSIT KEATLEY, WHITNEY 607.33 417265 11/22/2024 DIRECT DEPOSIT MELASI, SUSAN 1,621.42 417266 11/22/2024 DIRECT DEPOSIT PANKIEWICZ-FUCHS, PATRICIA 2,373.38 417267 11/22/2024 DIRECT DEPOSIT RATHMAN, BETHANY 678.75 417268 11/22/2024 DIRECT DEPOSIT ROSADO-RODRIGUEZ, JEFFREY 1,192.53 417269 11/22/2024 DIRECT DEPOSIT BROWNING, KATHLEEN 611.67 417270 11/22/2024 DIRECT DEPOSIT COOLER HAWK, SHANNON 1,513.06 417271 11/22/2024 DIRECT DEPOSIT FRANCIS, RICHARD 1,524.60 417272 11/22/2024 DIRECT DEPOSIT HERNANDEZ, MELISSA 542.15 417273 11/22/2024 DIRECT DEPOSIT LOWE, CYNTHIA 1,152.86 417274 11/22/2024 DIRECT DEPOSIT MCDOUGALL, HOLLIE 1,850.56 417275 11/22/2024 DIRECT DEPOSIT NEAL, BRIANNA 583.13 417276 11/22/2024 DIRECT DEPOSIT PEARSAUL, VICTORIA 758.86 417277 11/22/2024 DIRECT DEPOSIT SOBEL, KATHERINE 78.04 417278 11/22/2024 DIRECT DEPOSIT ADAMS, KEVIN 2,010.75 417279 11/22/2024 DIRECT DEPOSIT CAMPBELL, OMOLARA 820.53 417279 11/22/2024 DIRECT DEPOSIT CAMPBELL, OMOLARA 351.66 417280 11/22/2024 DIRECT DEPOSIT CASTRO, JUAN 782.21 417281 11/22/2024 DIRECT DEPOSIT HALL, CARLY 761.48 417282 11/22/2024 DIRECT DEPOSIT SORENSON, MICHELLE 1,469.75 417283 11/22/2024 DIRECT DEPOSIT BILLINGS, JOHNATHAN 2,203.51 417284 11/22/2024 DIRECT DEPOSIT BONELL, CALEB 475.20 31 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417285 11/22/2024 DIRECT DEPOSIT BROWNLEE, MATTHEW 195.72 417286 11/22/2024 DIRECT DEPOSIT COPPOLA, JOHN 357.29 417287 11/22/2024 DIRECT DEPOSIT DIAS-NOVA, DANIEL 1,183.05 417288 11/22/2024 DIRECT DEPOSIT DOTSEY, JOHN 1,838.09 417289 11/22/2024 DIRECT DEPOSIT FILIZZOLA NOVA, BRENO 691.58 417290 11/22/2024 DIRECT DEPOSIT FRANCOEUR, ANDREW 371.18 417291 11/22/2024 DIRECT DEPOSIT GILLIGAN, MATTHEW 1,908.83 417292 11/22/2024 DIRECT DEPOSIT HENDERSON, CHRISTOPHER 2,388.95 417293 11/22/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 794.04 417294 11/22/2024 DIRECT DEPOSIT KEATON, KAMERON 1,542.21 417295 11/22/2024 DIRECT DEPOSIT LEVY, AARON 1,582.67 417295 11/22/2024 DIRECT DEPOSIT LEVY, AARON 75.00 417296 11/22/2024 DIRECT DEPOSIT MCDEARMID, RONALD 383.28 417297 11/22/2024 DIRECT DEPOSIT OTTO, DANIEL 1,638.34 417298 11/22/2024 DIRECT DEPOSIT PURPURA, CHRISTOPHER 1,793.59 417299 11/22/2024 DIRECT DEPOSIT RING, ERIC 2,071.61 417300 11/22/2024 DIRECT DEPOSIT WADE, FARAI 586.16 417300 11/22/2024 DIRECT DEPOSIT WADE, FARAI 251.21 417301 11/22/2024 DIRECT DEPOSIT WATKINS, CHRISTOPHER 2,188.38 417302 11/22/2024 DIRECT DEPOSIT CAGGIANO, LINDA 1,223.36 417303 11/22/2024 DIRECT DEPOSIT MATTHEWS, JESSICA 1,951.36 417304 11/22/2024 DIRECT DEPOSIT ABERNATHY, STEVE 4,435.00 417305 11/22/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 511.46 417305 11/22/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 2,045.82 417306 11/22/2024 DIRECT DEPOSIT ADKINS, TANISHA 2,153.66 417307 11/22/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 1,148.49 417307 11/22/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 2,132.92 417308 11/22/2024 DIRECT DEPOSIT ALICEA, MICHAEL 2,117.06 417309 11/22/2024 DIRECT DEPOSIT AMORTEGUI, JAIME 2,145.24 417310 11/22/2024 DIRECT DEPOSIT ANGELONE, ANDREW 2,133.81 417311 11/22/2024 DIRECT DEPOSIT AREYZAGA, CHY'ANN 1,887.40 417312 11/22/2024 DIRECT DEPOSIT ARNOLD, WESLEY 3,750.54 417313 11/22/2024 DIRECT DEPOSIT AYERDIS, ALEXANDER 2,734.08 417314 11/22/2024 DIRECT DEPOSIT BAILEY, JOSHUA 2,004.90 417315 11/22/2024 DIRECT DEPOSIT BAIRD, ALLISON 2,454.73 417316 11/22/2024 DIRECT DEPOSIT BARCUS, CHRISTOPHER 2,829.20 417317 11/22/2024 DIRECT DEPOSIT BARKEY, WILLIAM 3,007.11 417318 11/22/2024 DIRECT DEPOSIT BELL, DAVID 3,654.00 417319 11/22/2024 DIRECT DEPOSIT BENDER, JOSHUA 2,187.06 417319 11/22/2024 DIRECT DEPOSIT BENDER, JOSHUA 750.00 417320 11/22/2024 DIRECT DEPOSIT BERNI, CORBIN 2,566.50 417321 11/22/2024 DIRECT DEPOSIT BERNSTEIN, MICHAEL 3,476.97 417322 11/22/2024 DIRECT DEPOSIT BEUTTELL, CLIFTON 2,708.94 417323 11/22/2024 DIRECT DEPOSIT BINAFIF, MAZEN 2,987.96 417324 11/22/2024 DIRECT DEPOSIT BINKLEY, JOHN 1,959.44 417325 11/22/2024 DIRECT DEPOSIT BLOCH, MATTHEW 2,871.88 417326 11/22/2024 DIRECT DEPOSIT BONHOMME, DAVE BRIAN 2,037.24 417327 11/22/2024 DIRECT DEPOSIT BOROCZKY, TAMAS 3,331.77 417328 11/22/2024 DIRECT DEPOSIT BOWDEN, CHASE 3,161.51 417329 11/22/2024 DIRECT DEPOSIT BRAMLETT, RILEY 2,216.70 417330 11/22/2024 DIRECT DEPOSIT BRENNAN, THOMAS 2,613.61 417331 11/22/2024 DIRECT DEPOSIT BREWER, CHRISTEN 200.00 417331 11/22/2024 DIRECT DEPOSIT BREWER, CHRISTEN 2,736.02 417332 11/22/2024 DIRECT DEPOSIT BROUWER, JHONATAN 4,443.50 32 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417333 11/22/2024 DIRECT DEPOSIT BRUNO, HARRISON 2,363.48 417334 11/22/2024 DIRECT DEPOSIT BUDERUS, CHRISTOPHER 2,565.54 417335 11/22/2024 DIRECT DEPOSIT BURKE, CHRISTOPHER 3,111.97 417336 11/22/2024 DIRECT DEPOSIT BURKE, DONALD 2,414.05 417337 11/22/2024 DIRECT DEPOSIT BURNS, BOB 2,580.76 417338 11/22/2024 DIRECT DEPOSIT BURRITT, BRIAN 2,748.79 417339 11/22/2024 DIRECT DEPOSIT BUSTAMANTE, LUIS 1,821.74 417340 11/22/2024 DIRECT DEPOSIT CAGLE, GARRETT 3,341.20 417341 11/22/2024 DIRECT DEPOSIT CALLAHAN, RYAN 4,495.29 417342 11/22/2024 DIRECT DEPOSIT CALLOWAY, JAM I E 2,796.47 417343 11/22/2024 DIRECT DEPOSIT CALZADILLA, EVAN 3,172.30 417344 11/22/2024 DIRECT DEPOSIT CAPPELEN, RYAN 4,052.73 417345 11/22/2024 DIRECT DEPOSIT CASS, JAMES 3,046.89 417346 11/22/2024 DIRECT DEPOSIT CEBRYNSKI, JOSEPH 2,692.27 417347 11/22/2024 DIRECT DEPOSIT CHISHOLM, KEITH 3,775.23 417348 11/22/2024 DIRECT DEPOSIT CICERONI, RICHARD 2,806.96 417349 11/22/2024 DIRECT DEPOSIT CLUTE, KEVIN 3,145.09 417350 11/22/2024 DIRECT DEPOSIT COBB, JOHN 2,724.67 417351 11/22/2024 DIRECT DEPOSIT COFFEY, GAVIN 2,140.53 417352 11/22/2024 DIRECT DEPOSIT COLEMAN, JACOB 1,967.70 417353 11/22/2024 DIRECT DEPOSIT COLEMAN, LEVI 2,953.28 417354 11/22/2024 DIRECT DEPOSIT COOPER, MIKAL 2,451.23 417355 11/22/2024 DIRECT DEPOSIT CORDERO, VINCENT 2,251.49 417356 11/22/2024 DIRECT DEPOSIT CORSO, JOHN 2,295.71 417357 11/22/2024 DIRECT DEPOSIT COTRONE, NICHOLAS 1,984.77 417358 11/22/2024 DIRECT DEPOSIT CRARY, WILLIAM 2,236.81 417359 11/22/2024 DIRECT DEPOSIT CRAVEN, THOMAS 2,043.57 417360 11/22/2024 DIRECT DEPOSIT CRUSE, DEVIN 3,241.74 417361 11/22/2024 DIRECT DEPOSIT CUEVAS, RUBEN 3,539.71 417362 11/22/2024 DIRECT DEPOSIT CURTIS, COREY 2,162.94 417363 11/22/2024 DIRECT DEPOSIT DAMPIER, BRADLEY 2,452.40 417364 11/22/2024 DIRECT DEPOSIT DAMPIER, BRANDON 2,327.34 417365 11/22/2024 DIRECT DEPOSIT DANCY, GARRETT 922.73 417366 11/22/2024 DIRECT DEPOSIT DEBROWSKI, FRANCIS 2,456.21 417367 11/22/2024 DIRECT DEPOSIT DEKKER, ANTHONY 4,022.55 417368 11/22/2024 DIRECT DEPOSIT DEKKER, DUSTIN 3,397.81 417369 11/22/2024 DIRECT DEPOSIT DELASHMUTT, KEVIN 2,570.63 417370 11/22/2024 DIRECT DEPOSIT DELGADO, AUSTIN 1,725.86 417371 11/22/2024 DIRECT DEPOSIT DENT, RICHARD 3,069.86 417372 11/22/2024 DIRECT DEPOSIT DIAZ, NICHOLAS 4,281.05 417373 11/22/2024 DIRECT DEPOSIT DION, ROGER 4,021.14 417374 11/22/2024 DIRECT DEPOSIT DUNNE, COLIN 2,229.03 417375 11/22/2024 DIRECT DEPOSIT DUSKIN, MICHAEL 2,383.92 417376 11/22/2024 DIRECT DEPOSIT EDENFIELD-ERNSBERGER, TRISTAN 2,023.90 417377 11/22/2024 DIRECT DEPOSIT EFFEREN, ROBERT 2,421.15 417378 11/22/2024 DIRECT DEPOSIT EIRLS, MICHAEL 2,129.39 417379 11/22/2024 DIRECT DEPOSIT ELLISON, CRAIG 2,453.65 417380 11/22/2024 DIRECT DEPOSIT ESCOBEDO, PAUL 2,601.85 417381 11/22/2024 DIRECT DEPOSIT ESKEW, BRADLEY 2,392.69 417382 11/22/2024 DIRECT DEPOSIT ESPINOZA, JAMES 1,716.74 417383 11/22/2024 DIRECT DEPOSIT ESTELHOMME, BRIAN 1,824.09 417384 11/22/2024 DIRECT DEPOSIT FARRELL, SARAH 2,230.63 417385 11/22/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 1,651.85 417385 11/22/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 750.00 33 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417386 11/22/2024 DIRECT DEPOSIT FIELDS, DAWSON 2,477.88 417387 11/22/2024 DIRECT DEPOSIT FIGAS, AUSTIN 2,302.25 417388 11/22/2024 DIRECT DEPOSIT FIGUEROA, JULIAN 2,464.17 417389 11/22/2024 DIRECT DEPOSIT FLOOD, STEPHEN 1,946.82 417389 11/22/2024 DIRECT DEPOSIT FLOOD, STEPHEN 700.00 417390 11/22/2024 DIRECT DEPOSIT FLORES, IVAN 2,340.31 417391 11/22/2024 DIRECT DEPOSIT FLORES, JULIO 2,449.21 417392 11/22/2024 DIRECT DEPOSIT FONTANA, RYAN 1,928.18 417393 11/22/2024 DIRECT DEPOSIT FORD, BRADLEY 2,218.94 417394 11/22/2024 DIRECT DEPOSIT FORGET, JUSTIN 5,121.99 417395 11/22/2024 DIRECT DEPOSIT FOWLER, SEAN 1,882.51 417396 11/22/2024 DIRECT DEPOSIT FOX, THOMAS 35.00 417396 11/22/2024 DIRECT DEPOSIT FOX, THOMAS 4,748.68 417397 11/22/2024 DIRECT DEPOSIT FRETWELL, JASON 2,348.97 417398 11/22/2024 DIRECT DEPOSIT FUCCI, JAMES 3,911.45 417399 11/22/2024 DIRECT DEPOSIT GABBARD, KYLE 3,346.28 417400 11/22/2024 DIRECT DEPOSIT GALLEGOS, MATTHEW 2,859.54 417401 11/22/2024 DIRECT DEPOSIT GEHRING, 10ELY 4,989.13 417402 11/22/2024 DIRECT DEPOSIT GIACCIO, MICHAEL 1,911.68 417403 11/22/2024 DIRECT DEPOSIT GIBBONS, SEAN 4,054.16 417404 11/22/2024 DIRECT DEPOSIT GIBBONS, TREVOR 2,995.26 417405 11/22/2024 DIRECT DEPOSIT GILL, WADE 2,021.81 417406 11/22/2024 DIRECT DEPOSIT GILLIG, JUSTIN 2,872.65 417407 11/22/2024 DIRECT DEPOSIT GOICOECHEA, YOMAYRA 2,499.74 417408 11/22/2024 DIRECT DEPOSIT GOMBOS, RICHARD 2,320.71 417409 11/22/2024 DIRECT DEPOSIT GOMEZ, J JESUS 4,080.20 417410 11/22/2024 DIRECT DEPOSIT GOMEZ, RAMIRO 2,011.15 417411 11/22/2024 DIRECT DEPOSIT GONZALEZ, JUSTIN 1,873.53 417412 11/22/2024 DIRECT DEPOSIT GOOD, MITCHELL 1,816.45 417413 11/22/2024 DIRECT DEPOSIT GOODRICH, EVYN 2,294.65 417414 11/22/2024 DIRECT DEPOSIT GOODSON, RYAN 1,849.80 417415 11/22/2024 DIRECT DEPOSIT GRANATH, JOHN 2,477.38 417416 11/22/2024 DIRECT DEPOSIT GRAUL, STEVEN 5,258.54 417417 11/22/2024 DIRECT DEPOSIT GREER, STEPHEN 3,186.46 417418 11/22/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 100.00 417418 11/22/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 3,475.12 417419 11/22/2024 DIRECT DEPOSIT GUANCH, BRIAN 1,000.00 417419 11/22/2024 DIRECT DEPOSIT GUANCH, BRIAN 2,954.26 417420 11/22/2024 DIRECT DEPOSIT HAFFIELD, BRANDON 2,138.72 417421 11/22/2024 DIRECT DEPOSIT HAMILTON, CAMERON 2,267.18 417422 11/22/2024 DIRECT DEPOSIT HARKNESS, STEPHEN 2,759.80 417423 11/22/2024 DIRECT DEPOSIT HARLEY-OPPEL, KYLER 1,905.40 417424 11/22/2024 DIRECT DEPOSIT HARRIS, HEATH 3,264.86 417425 11/22/2024 DIRECT DEPOSIT HASKAS, STAMATIS 2,031.02 417426 11/22/2024 DIRECT DEPOSIT HATTON, CASEY 2,406.95 417427 11/22/2024 DIRECT DEPOSIT HAWKINS, DUSTIN 3,100.24 417428 11/22/2024 DIRECT DEPOSIT HELINSKI, MICHAEL 1,997.59 417429 11/22/2024 DIRECT DEPOSIT HENDERSON, CYNTHIA 2,683.37 417430 11/22/2024 DIRECT DEPOSIT HENDERSON, MARIO 3,845.60 417431 11/22/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 100.00 417431 11/22/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 2,973.56 417432 11/22/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 193.44 417432 11/22/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 2,224.53 417433 11/22/2024 DIRECT DEPOSIT HOLBROOK, JAMES 3,364.48 34 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417434 11/22/2024 DIRECT DEPOSIT HOLMES, CODY 3,056.53 417435 11/22/2024 DIRECT DEPOSIT HOLTZCLAW, KYLE 2,450.83 417436 11/22/2024 DIRECT DEPOSIT HORNER, CHAD 3,616.95 417437 11/22/2024 DIRECT DEPOSIT HOWARD, WAYNE 150.00 417437 11/22/2024 DIRECT DEPOSIT HOWARD, WAYNE 3,673.83 417438 11/22/2024 DIRECT DEPOSIT HRUSOVSKY, MCGWIRE 1,755.14 417439 11/22/2024 DIRECT DEPOSIT HUGHES, DEVON 2,633.97 417440 11/22/2024 DIRECT DEPOSIT HURTADO, DANIEL 2,979.28 417441 11/22/2024 DIRECT DEPOSIT HYDE, JACOB 3,140.81 417442 11/22/2024 DIRECT DEPOSIT ISAACSON, ERIK 2,693.69 417443 11/22/2024 DIRECT DEPOSIT JENSEN, CASEY 2,662.60 417444 11/22/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 2,742.55 417445 11/22/2024 DIRECT DEPOSIT JONES, DALTON 2,165.23 417446 11/22/2024 DIRECT DEPOSIT JONES, LAVIGNE 2,646.54 417447 11/22/2024 DIRECT DEPOSIT JUDSON, JASON 3,278.11 417448 11/22/2024 DIRECT DEPOSIT KAHL, BRANDON 50.00 417448 11/22/2024 DIRECT DEPOSIT KAHL, BRANDON 3,020.82 417449 11/22/2024 DIRECT DEPOSIT KARPINSKI, DODGE 2,960.51 417450 11/22/2024 DIRECT DEPOSIT KEARNS, OLIVER 2,007.29 417451 11/22/2024 DIRECT DEPOSIT KIERNAN, DAVID 3,179.64 417452 11/22/2024 DIRECT DEPOSIT KING, JOSEPH 1,775.94 417452 11/22/2024 DIRECT DEPOSIT KING, JOSEPH 600.00 417453 11/22/2024 DIRECT DEPOSIT KLAUSE, SHEENA 2,582.65 417454 11/22/2024 DIRECT DEPOSIT KOFKE, KYLE 1,000.00 417454 11/22/2024 DIRECT DEPOSIT KOFKE, KYLE 2,876.75 417455 11/22/2024 DIRECT DEPOSIT KOVATCH, NATHAN 3,957.43 417456 11/22/2024 DIRECT DEPOSIT KRAFT, MATTHEW 2,046.30 417457 11/22/2024 DIRECT DEPOSIT KRUEGER, RYAN 2,712.67 417458 11/22/2024 DIRECT DEPOSIT LAMANA, PARRIS 1,256.16 417459 11/22/2024 DIRECT DEPOSIT LANG, GEOFFREY 250.00 417459 11/22/2024 DIRECT DEPOSIT LANG, GEOFFREY 1,861.10 417460 11/22/2024 DIRECT DEPOSIT LEGLEITNER, CHANDLER 1,883.97 417461 11/22/2024 DIRECT DEPOSIT LEWIS, BRAD 2,159.29 417462 11/22/2024 DIRECT DEPOSIT LLOYD, JAMES 2,644.83 417463 11/22/2024 DIRECT DEPOSIT LOGSDON, TYLER 2,813.02 417464 11/22/2024 DIRECT DEPOSIT LONDONO, ISAAC 2,009.01 417465 11/22/2024 DIRECT DEPOSIT LOPEZ, ERIC 2,833.39 417466 11/22/2024 DIRECT DEPOSIT LOUDERMILK, JEFFREY 3,205.87 417467 11/22/2024 DIRECT DEPOSIT LUCAS, DAVID 2,010.24 417468 11/22/2024 DIRECT DEPOSIT MACKINNON, JENNIFER 3,030.01 417469 11/22/2024 DIRECT DEPOSIT MAGUIRE, KEVIN 1,778.91 417470 11/22/2024 DIRECT DEPOSIT MAHAN, STEVEN 2,892.84 417471 11/22/2024 DIRECT DEPOSIT MARCHESINI, TODD 2,415.81 417472 11/22/2024 DIRECT DEPOSIT MARINI, STEVEN 1,811.95 417473 11/22/2024 DIRECT DEPOSIT MARQUES, CARLO 2,661.69 417474 11/22/2024 DIRECT DEPOSIT MARQUES, GABRIELLE 1,821.04 417475 11/22/2024 DIRECT DEPOSIT MARTINEZ, ALYSSA 2,600.09 417476 11/22/2024 DIRECT DEPOSIT MARTINEZ, GABRIEL 2,879.35 417477 11/22/2024 DIRECT DEPOSIT MASON, BRETT 2,342.60 417478 11/22/2024 DIRECT DEPOSIT MASTERS, DANIEL 3,148.73 417479 11/22/2024 DIRECT DEPOSIT MATHERLY, CHRISTOPHER 3,211.93 417480 11/22/2024 DIRECT DEPOSIT MAZZOLA, MICHAEL 2,419.84 417481 11/22/2024 DIRECT DEPOSIT MCAULIFFE, COLBY 2,460.16 417482 11/22/2024 DIRECT DEPOSIT MCCABE, BENJAMIN 2,357.66 35 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417483 11/22/2024 DIRECT DEPOSIT MCCORMACK, SEAN 3,465.80 417484 11/22/2024 DIRECT DEPOSIT MCGINN, MATTHEW 2,058.68 417485 11/22/2024 DIRECT DEPOSIT MCLEOD, CODY 2,103.06 417486 11/22/2024 DIRECT DEPOSIT MCVAY, CHRISTOPHER 2,437.78 417487 11/22/2024 DIRECT DEPOSIT MEDINA, NICKOLAS 2,447.51 417488 11/22/2024 DIRECT DEPOSIT MEILAN, TOMAS 2,668.93 417489 11/22/2024 DIRECT DEPOSIT METZ, GIANNA 2,987.11 417490 11/22/2024 DIRECT DEPOSIT METZ, MATTHEW 2,444.36 417491 11/22/2024 DIRECT DEPOSIT MEYERS, KYLE 3,133.62 417492 11/22/2024 DIRECT DEPOSIT MINNS, KYLE 2,473.60 417493 11/22/2024 DIRECT DEPOSIT MIXON, SEAN 1,890.64 417494 11/22/2024 DIRECT DEPOSIT MONTPETIT, CHRISTOPHER 1,798.40 417495 11/22/2024 DIRECT DEPOSIT MOONEY, KEVIN 1,820.10 417495 11/22/2024 DIRECT DEPOSIT MOONEY, KEVIN 300.00 417496 11/22/2024 DIRECT DEPOSIT MORRIS, JOSHUA 2,861.72 417497 11/22/2024 DIRECT DEPOSIT MORRIS, NICOLE 3,465.59 417498 11/22/2024 DIRECT DEPOSIT MORRISON, JAMES 3,210.47 417499 11/22/2024 DIRECT DEPOSIT MOYER, HANNAH 3,132.74 417500 11/22/2024 DIRECT DEPOSIT MURPHY, ANDREW 2,087.85 417501 11/22/2024 DIRECT DEPOSIT NACHREINER, BRYCE 1,633.56 417502 11/22/2024 DIRECT DEPOSIT NADOLNY, VINCENT 3,409.17 417503 11/22/2024 DIRECT DEPOSIT NIELSEN, ALEX 2,587.34 417504 11/22/2024 DIRECT DEPOSIT NOGAREDA, JORDAN 2,612.78 417505 11/22/2024 DIRECT DEPOSIT NOHRR, JULI 3,936.02 417506 11/22/2024 DIRECT DEPOSIT NORAT, ALEXANDER 2,177.95 417507 11/22/2024 DIRECT DEPOSIT OCONNOR, JOHN 4,109.96 417508 11/22/2024 DIRECT DEPOSIT OHLER, MARK 1,927.64 417509 11/22/2024 DIRECT DEPOSIT OLIVER, LUKE 2,901.43 417510 11/22/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 1,450.42 417510 11/22/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 150.00 417511 11/22/2024 DIRECT DEPOSIT OSGOOD, DAVID 2,428.46 417512 11/22/2024 DIRECT DEPOSIT OSTERMAN, TYLER 1,537.03 417512 11/22/2024 DIRECT DEPOSIT OSTERMAN, TYLER 384.26 417513 11/22/2024 DIRECT DEPOSIT PARKER, RYAN 3,136.82 417514 11/22/2024 DIRECT DEPOSIT PARKER, TYLER 3,031.08 417515 11/22/2024 DIRECT DEPOSIT PARKERSON, BRANDON 2,119.33 417516 11/22/2024 DIRECT DEPOSIT PARRIS, RYAN 2,957.37 417517 11/22/2024 DIRECT DEPOSIT PATTERSON, RYAN 2,121.30 417518 11/22/2024 DIRECT DEPOSIT PEDONTI, ZACHARY 2,296.37 417519 11/22/2024 DIRECT DEPOSIT PENA, ADAN 2,204.33 417520 11/22/2024 DIRECT DEPOSIT PENA, JONATHAN 1,780.80 417521 11/22/2024 DIRECT DEPOSIT PERDOMO, JAMES 2,747.27 417522 11/22/2024 DIRECT DEPOSIT PERRY, SEAN 1,616.94 417523 11/22/2024 DIRECT DEPOSIT PHAN, BRANDON 2,286.42 417524 11/22/2024 DIRECT DEPOSIT PLOURDE, HUNTER 2,292.96 417525 11/22/2024 DIRECT DEPOSIT POLLY, DONNIE 1,959.75 417526 11/22/2024 DIRECT DEPOSIT PORTER, TODD 1,008.73 417526 11/22/2024 DIRECT DEPOSIT PORTER, TODD 3,026.19 417527 11/22/2024 DIRECT DEPOSIT POWELL, STEVEN 4,290.63 417528 11/22/2024 DIRECT DEPOSIT PRESSLEY, JASON 2,911.07 417529 11/22/2024 DIRECT DEPOSIT QUIGLEY, BRENNAN 4,155.61 417530 11/22/2024 DIRECT DEPOSIT RAMIREZ, SELENA 2,216.81 417531 11/22/2024 DIRECT DEPOSIT RAMSEY, RYAN 1,660.47 417532 11/22/2024 DIRECT DEPOSIT RATTRAY, APRIL 3,066.01 36 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417533 11/22/2024 DIRECT DEPOSIT RATTRAY, DAVID 3,599.90 417534 11/22/2024 DIRECT DEPOSIT RAULERSON, JAMESON 3,328.11 417535 11/22/2024 DIRECT DEPOSIT REARDON, JONATHAN 4,060.20 417536 11/22/2024 DIRECT DEPOSIT REY, DANIEL 1,953.37 417537 11/22/2024 DIRECT DEPOSIT REYES, LUIS 2,151.41 417538 11/22/2024 DIRECT DEPOSIT RICHARDS, BRADLEY 2,283.95 417539 11/22/2024 DIRECT DEPOSIT RICHTER, JOSEPH 4,287.77 417540 11/22/2024 DIRECT DEPOSIT RIVAS, ROBERT 4,060.83 417541 11/22/2024 DIRECT DEPOSIT ROBERTS, BRYAN 2,509.88 417542 11/22/2024 DIRECT DEPOSIT ROBERTSON, ZACHARY 2,234.18 417543 11/22/2024 DIRECT DEPOSIT ROBINSON, MARCUS 3,099.43 417544 11/22/2024 DIRECT DEPOSIT RODRIGUEZ, JATNIEL 2,501.33 417545 11/22/2024 DIRECT DEPOSIT ROTH, NICOLE 1,494.12 417546 11/22/2024 DIRECT DEPOSIT RUFF, CODY 3,263.93 417547 11/22/2024 DIRECT DEPOSIT RULE, MICHAEL 3,487.97 417548 11/22/2024 DIRECT DEPOSIT RUSSELL, DEREK 2,744.50 417549 11/22/2024 DIRECT DEPOSIT SALMON, JOHN 2,274.87 417550 11/22/2024 DIRECT DEPOSIT SANSONE, MICHAEL 3,227.63 417551 11/22/2024 DIRECT DEPOSIT SANTIAGO, JOSHUA 2,557.78 417552 11/22/2024 DIRECT DEPOSIT SAPP, JULIA 2,830.23 417553 11/22/2024 DIRECT DEPOSIT SCHAUMAN, ADAM 3,084.62 417554 11/22/2024 DIRECT DEPOSIT SCHILLING, THOMAS 4,284.37 417555 11/22/2024 DIRECT DEPOSIT SCHLOESSER, STEVEN 2,787.73 417556 11/22/2024 DIRECT DEPOSIT SELLERS, ANDREW 2,310.77 417557 11/22/2024 DIRECT DEPOSIT SHIELDS, WILLIAM 3,471.56 417558 11/22/2024 DIRECT DEPOSIT SHULTS, DEREK 2,150.80 417559 11/22/2024 DIRECT DEPOSIT SIMONS, BRADLEY 150.00 417559 11/22/2024 DIRECT DEPOSIT SIMONS, BRADLEY 2,460.78 417560 11/22/2024 DIRECT DEPOSIT SIMS, CHRISTINA 2,104.49 417561 11/22/2024 DIRECT DEPOSIT SINAGRA, MARC 3,213.23 417562 11/22/2024 DIRECT DEPOSIT SKOK, ROBERT 2,733.49 417563 11/22/2024 DIRECT DEPOSIT SLACK, JOSEPH 2,333.17 417564 11/22/2024 DIRECT DEPOSIT SMITH, BRYANT 1,840.53 417565 11/22/2024 DIRECT DEPOSIT SMITH, JARED 2,280.56 417566 11/22/2024 DIRECT DEPOSIT SMITH, KAREN 2,384.85 417567 11/22/2024 DIRECT DEPOSIT SMITH, MICHAEL 1,944.13 417568 11/22/2024 DIRECT DEPOSIT SMITH, STEPHEN 3,669.82 417569 11/22/2024 DIRECT DEPOSIT SPARKMAN, CODY 3,345.57 417570 11/22/2024 DIRECT DEPOSIT SPRENGER, CONSTANT 2,292.41 417571 11/22/2024 DIRECT DEPOSIT SPRINGER, MORRIS 3,749.88 417572 11/22/2024 DIRECT DEPOSIT STAMM, JESSICA 2,087.69 417573 11/22/2024 DIRECT DEPOSIT STEELE, JOSHUA 3,486.79 417574 11/22/2024 DIRECT DEPOSIT STENGER, ANDREW 4,890.89 417575 11/22/2024 DIRECT DEPOSIT STEPHENS, TRAVIS 2,311.30 417576 11/22/2024 DIRECT DEPOSIT STEPHENS, ZACHARIA 2,390.97 417577 11/22/2024 DIRECT DEPOSIT STOTT, JESSICA 2,562.87 417578 11/22/2024 DIRECT DEPOSIT STURTEVANT, MARC 3,063.39 417579 11/22/2024 DIRECT DEPOSIT SWEATT, CODY 1,934.87 417580 11/22/2024 DIRECT DEPOSIT THOMPSON, CLINTON 2,045.05 417581 11/22/2024 DIRECT DEPOSIT THOMPSON, GRIFFIN 2,291.32 417582 11/22/2024 DIRECT DEPOSIT THOMPSON, ROBERT 1,950.02 417583 11/22/2024 DIRECT DEPOSIT THOMPSON, RUSSELL 3,354.98 417584 11/22/2024 DIRECT DEPOSIT TIERNEY, PATRICK 3,403.73 417585 11/22/2024 DIRECT DEPOSIT TOBIN, JUSTIN 3,892.89 37 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417586 11/22/2024 DIRECT DEPOSIT TRENT, CHRISTOPHER 2,785.40 417587 11/22/2024 DIRECT DEPOSIT TROSKA, HUNTER 3,730.99 417588 11/22/2024 DIRECT DEPOSIT TURPIN, JENA 2,136.74 417589 11/22/2024 DIRECT DEPOSIT URSULEAN, FLORIN 3,348.75 417590 11/22/2024 DIRECT DEPOSIT URSULEAN, ZACHARY 1,850.83 417591 11/22/2024 DIRECT DEPOSIT USHER, ADAM 2,977.57 417592 11/22/2024 DIRECT DEPOSIT V E LAZQU EZ, JOSH U A 1,857.14 417593 11/22/2024 DIRECT DEPOSIT VELIE, ANTHONY 2,779.47 417594 11/22/2024 DIRECT DEPOSIT WAGNER, BRANDON 2,562.22 417595 11/22/2024 DIRECT DEPOSIT WALKER, TYLER 2,246.99 417596 11/22/2024 DIRECT DEPOSIT WALLACE, JEREMY 2,778.09 417597 11/22/2024 DIRECT DEPOSIT WALLS, JOSEPH 2,915.84 417598 11/22/2024 DIRECT DEPOSIT WATKINS, BENJAMIN 2,428.22 417599 11/22/2024 DIRECT DEPOSIT WEAVER, TYLER 2,206.38 417600 11/22/2024 DIRECT DEPOSIT WELLS, MICHAEL 2,601.92 417601 11/22/2024 DIRECT DEPOSIT WELTER, JOSHUA 2,931.26 417602 11/22/2024 DIRECT DEPOSIT WENZEL, JACOB 2,193.72 417603 11/22/2024 DIRECT DEPOSIT WEST, RILEY 1,416.17 417603 11/22/2024 DIRECT DEPOSIT WEST, RILEY 606.93 417604 11/22/2024 DIRECT DEPOSIT WEST, ROSE 1,081.76 417605 11/22/2024 DIRECT DEPOSIT WESTERMAN, JAMES 2,558.58 417606 11/22/2024 DIRECT DEPOSIT WHITE, KEVIN 3,315.25 417607 11/22/2024 DIRECT DEPOSIT WILLMOT, WILLIAM 3,746.80 417608 11/22/2024 DIRECT DEPOSIT WILSNACK, ALEXANDER 3,264.41 417609 11/22/2024 DIRECT DEPOSIT WILSON, NEIL 4,238.10 417610 11/22/2024 DIRECT DEPOSIT WOODWARD, EDWARD 1,532.74 417611 11/22/2024 DIRECT DEPOSIT ZAVALA, ADRIAN 1,853.90 417612 11/22/2024 DIRECT DEPOSIT ZEDEK, STACY 2,853.84 417613 11/22/2024 DIRECT DEPOSIT PACHECO-HOEL, MARCELA 2,101.13 417614 11/22/2024 DIRECT DEPOSIT BRADLEY, DANIEL 1,465.29 417615 11/22/2024 DIRECT DEPOSIT RACKARD, KAREN 2,293.95 417616 11/22/2024 DIRECT DEPOSIT BERGMAN, QUINTIN 2,197.92 417617 11/22/2024 DIRECT DEPOSIT VANGEISON, DUSTIN 2,177.71 417618 11/22/2024 DIRECT DEPOSIT BACHAND, STEVEN 910.31 417619 11/22/2024 DIRECT DEPOSIT BENSON, SHAWN 955.72 417620 11/22/2024 DIRECT DEPOSIT BOWLER, NANCY 50.00 417620 11/22/2024 DIRECT DEPOSIT BOWLER, NANCY 1,173.22 417621 11/22/2024 DIRECT DEPOSIT COX, BRANDON 1,325.90 417622 11/22/2024 DIRECT DEPOSIT DUNHAM, TREVOR 821.65 417623 11/22/2024 DIRECT DEPOSIT HEFFNER, KEITH 134.70 417624 11/22/2024 DIRECT DEPOSIT MALDONADO, ELI 787.91 417625 11/22/2024 DIRECT DEPOSIT OSBORNE, JANET 851.08 417626 11/22/2024 DIRECT DEPOSIT SELDES, JERROLD 2,633.39 417627 11/22/2024 DIRECT DEPOSIT SIRILLA, JOSEPH 820.62 417628 11/22/2024 DIRECT DEPOSIT SMITH, MICHAEL 844.08 417629 11/22/2024 DIRECT DEPOSIT TALARICO, FRANK 562.19 417630 11/22/2024 DIRECT DEPOSIT VACCARO, MICHAEL 824.62 417631 11/22/2024 DIRECT DEPOSIT WHITE, JOSEPH 1,773.80 417632 11/22/2024 DIRECT DEPOSIT BUNT, NANCY 5,025.05 417633 11/22/2024 DIRECT DEPOSIT COPELAND, KATHY 2,736.41 417634 11/22/2024 DIRECT DEPOSIT TITKANICH, JOHN 5,737.79 417634 11/22/2024 DIRECT DEPOSIT TITKANICH, JOHN 1,000.00 417635 11/22/2024 DIRECT DEPOSIT VOTZI, SHEILA 300.00 417635 11/22/2024 DIRECT DEPOSIT VOTZI, SHEILA 250.00 U: CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417635 11/22/2024 DIRECT DEPOSIT VOTZI, SHEILA 50.00 417635 11/22/2024 DIRECT DEPOSIT VOTZI, SHEILA 1,350.29 417636 11/22/2024 DIRECT DEPOSIT EMERSON, CYNTHIA 4,555.87 417637 11/22/2024 DIRECT DEPOSIT MILLER, MAYA 536.00 417637 11/22/2024 DIRECT DEPOSIT MILLER, MAYA 20.00 417637 11/22/2024 DIRECT DEPOSIT MILLER, MAYA 1,022.60 417637 11/22/2024 DIRECT DEPOSIT MILLER, MAYA 150.00 417638 11/22/2024 DIRECT DEPOSIT ZITO, MICHAEL 5,420.98 417639 11/22/2024 DIRECT DEPOSIT BOYLL, SUZANNE 4,021.19 417640 11/22/2024 DIRECT DEPOSIT FAULKNER, STACY 150.00 417640 11/22/2024 DIRECT DEPOSIT FAULKNER, STACY 2,428.33 417641 11/22/2024 DIRECT DEPOSIT HILL, CHEVY 1,370.62 417641 11/22/2024 DIRECT DEPOSIT HILL, CHEVY 100.00 417642 11/22/2024 DIRECT DEPOSIT KING, MICHAEL 2,506.20 417643 11/22/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 1,593.49 417643 11/22/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 100.00 417644 11/22/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 625.00 417644 11/22/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 400.00 417644 11/22/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 1,024.99 417645 11/22/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 200.00 417645 11/22/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 1,958.72 417646 11/22/2024 DIRECT DEPOSIT BALTER, CHRISTOPHER 3,839.05 417647 11/22/2024 DIRECT DEPOSIT CHAREST, KATHERINE 2,449.23 417648 11/22/2024 DIRECT DEPOSIT FREEMAN, BRIAN 3,528.10 417649 11/22/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 25.00 417649 11/22/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 100.00 417649 11/22/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 275.00 417649 11/22/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 1,019.36 417649 11/22/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 40.00 417650 11/22/2024 DIRECT DEPOSIT MANN, JAMES 2,155.92 417651 11/22/2024 DIRECT DEPOSIT BODE, SIBEL 2,233.26 417652 11/22/2024 DIRECT DEPOSIT CREAGAN, BRANDON 2,701.32 417653 11/22/2024 DIRECT DEPOSIT HILL, MICHAEL 2,087.40 417654 11/22/2024 DIRECT DEPOSIT KLERLEIN, LEISA 1,371.29 417655 11/22/2024 DIRECT DEPOSIT MCLENDON, SCHUMETTA 2,073.37 417656 11/22/2024 DIRECT DEPOSIT MURPHY, PATRICK 3,041.89 417657 11/22/2024 DIRECT DEPOSIT OTTOSON, CARRIE 1,412.58 417658 11/22/2024 DIRECT DEPOSIT RAYNOR, DALLAS 1,491.62 417659 11/22/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 417659 11/22/2024 DIRECT DEPOSIT SWEENEY, RYAN 3,171.87 417659 11/22/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 417660 11/22/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 530.46 417660 11/22/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 658.00 417660 11/22/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 1,500.00 417661 11/22/2024 DIRECT DEPOSIT TOOF, NICOLE 1,326.17 417662 11/22/2024 DIRECT DEPOSIT WOODY, LOGAN 1,375.76 417663 11/22/2024 DIRECT DEPOSIT ARNDT, MELISSA 2,009.97 417664 11/22/2024 DIRECT DEPOSIT AUTON, MICHELLE 1,665.26 417665 11/22/2024 DIRECT DEPOSIT BIRHANZL, JOHN 566.74 417666 11/22/2024 DIRECT DEPOSIT CLAUSS, PATRICIA 813.41 417667 11/22/2024 DIRECT DEPOSIT GINES, BARBARA 793.56 417668 11/22/2024 DIRECT DEPOSIT HENRY, CARRI 1,113.68 417669 11/22/2024 DIRECT DEPOSIT SINGLETARY, LINDA 666.40 417670 11/22/2024 DIRECT DEPOSIT BUCK, KELLY 2,321.26 39 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417671 11/22/2024 DIRECT DEPOSIT CARTER SOLOMON, VANESSA 165.00 417671 11/22/2024 DIRECT DEPOSIT CARTER SOLOMON, VANESSA 2,083.48 417672 11/22/2024 DIRECT DEPOSIT DRISKELL, DAPHNE 1,673.48 417673 11/22/2024 DIRECT DEPOSIT FOLGER, MICHAEL 1,609.31 417674 11/22/2024 DIRECT DEPOSIT GIL, AMARIS 1,235.67 417675 11/22/2024 DIRECT DEPOSIT VAUGHT, DUSTIN 1,887.93 417676 11/22/2024 DIRECT DEPOSIT CARROLL, SHAWNA 1,391.53 417677 11/22/2024 DIRECT DEPOSIT CASANO, ELIZABETH 267.58 417677 11/22/2024 DIRECT DEPOSIT CASANO, ELIZABETH 1,516.28 417678 11/22/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 1,000.00 417678 11/22/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 4,051.63 417679 11/22/2024 DIRECT DEPOSIT JONES, DONALD. 2,044.36 417680 11/22/2024 DIRECT DEPOSIT LLOYD, RYAN 3,628.43 417681 11/22/2024 DIRECT DEPOSIT MARINI, RICHARD 3,250.97 417682 11/22/2024 DIRECT DEPOSIT PRIDGEON, JENNIFER 1,862.50 417683 11/22/2024 DIRECT DEPOSIT REYES, ALICIA 1,827.39 417684 11/22/2024 DIRECT DEPOSIT REYES, ERIN 1,922.98 417685 11/22/2024 DIRECT DEPOSIT RICHARDS, DONNA 1,095.89 417686 11/22/2024 DIRECT DEPOSIT SMILOVICH, MICHAEL 2,274.92 417687 11/22/2024 DIRECT DEPOSIT WISHARD, SHARYNE 27.50 417687 11/22/2024 DIRECT DEPOSIT WISHARD, SHARYNE 20.00 417687 11/22/2024 DIRECT DEPOSIT WISHARD, SHARYNE 62.50 417687 11/22/2024 DIRECT DEPOSIT WISHARD, SHARYNE 1,382.95 417687 11/22/2024 DIRECT DEPOSIT WISHARD, SHARYNE 150.00 417688 11/22/2024 DIRECT DEPOSIT ARSENEAU, JASON 1,619.74 417689 11/22/2024 DIRECT DEPOSIT BARTEE, JAMES 1,596.46 417690 11/22/2024 DIRECT DEPOSIT BRISTOL, SAMUEL 1,018.31 417691 11/22/2024 DIRECT DEPOSIT BROWN, LOUIS 1,149.42 417692 11/22/2024 DIRECT DEPOSIT CASAS, RAY 1,428.41 417692 11/22/2024 DIRECT DEPOSIT CASAS, RAY 45.00 417693 11/22/2024 DIRECT DEPOSIT DEWSON, WILLIAM 1,180.15 417694 11/22/2024 DIRECT DEPOSIT DORNEY, RONALD 1,440.62 417695 11/22/2024 DIRECT DEPOSIT DUKE, JUSTIN 1,508.07 417696 11/22/2024 DIRECT DEPOSIT ELLI, ANTON 1,713.02 417697 11/22/2024 DIRECT DEPOSIT FELTON, SHANE 1,155.54 417698 11/22/2024 DIRECT DEPOSIT HISLE, IVAN 1,328.86 417699 11/22/2024 DIRECT DEPOSIT JASPER, RICARDO 1,681.54 417700 11/22/2024 DIRECT DEPOSIT JEFFERSON, LORENZO 2,151.19 417701 11/22/2024 DIRECT DEPOSIT KNAUER, HARVEY 1,739.57 417702 11/22/2024 DIRECT DEPOSIT LEWIS, RICCO 1,134.76 417703 11/22/2024 DIRECT DEPOSIT LUFT, MICHAEL 1,629.19 417704 11/22/2024 DIRECT DEPOSIT MIEHLE, DANIEL 1,661.44 417705 11/22/2024 DIRECT DEPOSIT MORGAN, MARQUIS 1,126.46 417706 11/22/2024 DIRECT DEPOSIT MOSLEY, IRA 1,384.81 417707 11/22/2024 DIRECT DEPOSIT NOEL, INOBERT 1,981.55 417708 11/22/2024 DIRECT DEPOSIT PANTOJA, ANTHONY 1,500.35 417709 11/22/2024 DIRECT DEPOSIT POWELL, ELIZABETH 50.00 417709 11/22/2024 DIRECT DEPOSIT POWELL, ELIZABETH 4,155.62 417710 11/22/2024 DIRECT DEPOSIT REED, JIMMY 1,337.83 417711 11/22/2024 DIRECT DEPOSIT REESE, PAUL 1,088.50 417712 11/22/2024 DIRECT DEPOSIT ROSECRANTS, PHILLIP 1,209.63 417713 11/22/2024 DIRECT DEPOSIT SCARAMUZZI, ANTHONY 1,155.55 417714 11/22/2024 DIRECT DEPOSIT SHEDAKER, MICHAEL 1,152.00 417715 11/22/2024 DIRECT DEPOSIT SMITH, DOUGLAS 1,494.91 40 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417716 11/22/2024 DIRECT DEPOSIT SMITH, LORI 1,741.49 417717 11/22/2024 DIRECT DEPOSIT SNYDER, BRANDON 719.86 417718 11/22/2024 DIRECT DEPOSIT STAAR, MICHAEL 1,911.39 417719 11/22/2024 DIRECT DEPOSIT VENTO, JAMES 1,298.67 417720 11/22/2024 DIRECT DEPOSIT WHITE, RALPH 1,753.35 417721 11/22/2024 DIRECT DEPOSIT WOODS, DANIEL 1,601.73 417722 11/22/2024 DIRECT DEPOSIT YATES, WILLIAM 1,649.48 417723 11/22/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 1,431.11 417723 11/22/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 25.00 417724 11/22/2024 DIRECT DEPOSIT CATAPANO, ROBERT 1,809.30 417725 11/22/2024 DIRECT DEPOSIT KENDRICK, MEGAN 3,262.68 417726 11/22/2024 DIRECT DEPOSIT FLORIAN, YVONNE 1,374.14 417727 11/22/2024 DIRECT DEPOSIT LAllARI ESTEVEZ, ANDREA 1,184.61 417728 11/22/2024 DIRECT DEPOSIT MORAN, MORGAN 675.01 417729 11/22/2024 DIRECT DEPOSIT MUNROE, LESLIE 125.00 417729 11/22/2024 DIRECT DEPOSIT MUNROE, LESLIE 789.57 417730 11/22/2024 DIRECT DEPOSIT ALLEY, EDMOND 1,036.05 417731 11/22/2024 DIRECT DEPOSIT AZZOLINI, DENNIS 1,837.90 417732 11/22/2024 DIRECT DEPOSIT BAKER, BENJAMIN 2,316.68 417733 11/22/2024 DIRECT DEPOSIT BALFE, RYAN 1,473.86 417734 11/22/2024 DIRECT DEPOSIT BELL, THOMAS 1,689.11 417735 11/22/2024 DIRECT DEPOSIT BERGINC, CHARLES 1,758.97 417736 11/22/2024 DIRECT DEPOSIT BESAW, BRIAN 1,418.23 417737 11/22/2024 DIRECT DEPOSIT BLUM, PHILIP 1,888.39 417738 11/22/2024 DIRECT DEPOSIT BURRELL, HARRY 1,413.46 417739 11/22/2024 DIRECT DEPOSIT CARDELL, BURKE 1,640.66 417740 11/22/2024 DIRECT DEPOSIT CONKLIN, DANIEL 1,564.65 417741 11/22/2024 DIRECT DEPOSIT COPPERSMITH, JOHN 1,914.27 417742 11/22/2024 DIRECT DEPOSIT CUNNINGHAM, TODD 1,670.71 417743 11/22/2024 DIRECT DEPOSIT DRAWDY, PAULA 1,243.02 417744 11/22/2024 DIRECT DEPOSIT EDMOND, MAXIME 1,382.65 417745 11/22/2024 DIRECT DEPOSIT ELLIS, CHRISTIAN 1,342.26 417746 11/22/2024 DIRECT DEPOSIT FRALIX, RIDGE 1,398.77 417747 11/22/2024 DIRECT DEPOSIT GILLETTE, TRAVIS 1,306.69 417748 11/22/2024 DIRECT DEPOSIT HANSEN, SCOTT 1,586.18 417749 11/22/2024 DIRECT DEPOSIT HATFIELD, THOMAS 1,599.09 417750 11/22/2024 DIRECT DEPOSIT HAYNES, PAUL 1,182.35 417751 11/22/2024 DIRECT DEPOSIT HICKS, TROY 1,216.61 417752 11/22/2024 DIRECT DEPOSIT HILLS, 1OHNATHAN 1,258.50 417753 11/22/2024 DIRECT DEPOSIT HUBLER, DARREL 1,774.61 417754 11/22/2024 DIRECT DEPOSIT KERSHAW, DAMON 1,408.67 417755 11/22/2024 DIRECT DEPOSIT LANCE, KENNETH 55.00 417755 11/22/2024 DIRECT DEPOSIT LANCE, KENNETH 400.00 417755 11/22/2024 DIRECT DEPOSIT LANCE, KENNETH 980.07 417755 11/22/2024 DIRECT DEPOSIT LANCE, KENNETH 135.00 417756 11/22/2024 DIRECT DEPOSIT LIGUORI, JAMES 1,913.22 417757 11/22/2024 DIRECT DEPOSIT MADDOX, BOBBY 1,329.71 417758 11/22/2024 DIRECT DEPOSIT MARX, AUSTIN 1,484.51 417759 11/22/2024 DIRECT DEPOSIT MATHESON, CHRISTOPHER 1,585.78 417760 11/22/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 1,299.00 417760 11/22/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 385.00 417761 11/22/2024 DIRECT DEPOSIT MEND, JULIANNE 907.54 417761 11/22/2024 DIRECT DEPOSIT MEND, JULIANNE 160.15 417762 11/22/2024 DIRECT DEPOSIT MILAS, BARBARA 1,595.02 41 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417763 11/22/2024 DIRECT DEPOSIT MORSE, JEFFREY 2,012.60 417764 11/22/2024 DIRECT DEPOSIT NELSON, BRIAN 224.00 417764 11/22/2024 DIRECT DEPOSIT NELSON, BRIAN 1,593.45 417765 11/22/2024 DIRECT DEPOSIT OOLEY, DANNY 2,594.66 417766 11/22/2024 DIRECT DEPOSIT PEABODY, BRENT 1,699.25 417767 11/22/2024 DIRECT DEPOSIT REDDIE, FITZROY 1,851.13 417768 11/22/2024 DIRECT DEPOSIT ROONEY, ROBERT 1,584.32 417769 11/22/2024 DIRECT DEPOSIT SEYMOUR, SETH 1,271.84 417770 11/22/2024 DIRECT DEPOSIT SHAPIRO, ROBERT 1,918.26 417771 11/22/2024 DIRECT DEPOSIT SLEEMAN, DENISE 2,190.99 417772 11/22/2024 DIRECT DEPOSIT SMITH, MATTHEW 1,454.75 417773 11/22/2024 DIRECT DEPOSIT SOTO, EMERSON 1,791.96 417774 11/22/2024 DIRECT DEPOSIT STEPHENS, LAYNE 2,315.55 417775 11/22/2024 DIRECT DEPOSIT STEPHENS, LAYNE 1,492.45 417776 11/22/2024 DIRECT DEPOSIT SUMMERFIELD, GEORGE 1,606.28 417777 11/22/2024 DIRECT DEPOSIT TARANTINO, MARK 1,496.17 417777 11/22/2024 DIRECT DEPOSIT TARANTINO, MARK 200.00 417778 11/22/2024 DIRECT DEPOSIT TRUSTY, JAMAR 1,668.06 417779 11/22/2024 DIRECT DEPOSIT VOLGARINO, CARL 1,669.69 417780 11/22/2024 DIRECT DEPOSIT WARD, HERSHEL 1,850.47 417781 11/22/2024 DIRECT DEPOSIT WILLIAMS, CHARLES 1,319.81 417782 11/22/2024 DIRECT DEPOSIT WILSON, WILLIAM 2,164.76 417783 11/22/2024 DIRECT DEPOSIT YOUNG, PARK 1,310.50 417784 11/22/2024 DIRECT DEPOSIT JONES, TRAVIS 1,482.66 417785 11/22/2024 DIRECT DEPOSIT LINGWOOD, ASHLEY 2,322.35 417786 11/22/2024 DIRECT DEPOSIT RODDENBERRY, OLIVIA 1,665.43 417786 11/22/2024 DIRECT DEPOSIT RODDENBERRY, OLIVIA 87.65 417787 11/22/2024 DIRECT DEPOSIT SWINDELL, WENDY 2,837.98 417788 11/22/2024 DIRECT DEPOSIT TAYLOR, JOSEPH 1,394.54 417789 11/22/2024 DIRECT DEPOSIT BALL, SHELBY 1,619.75 417790 11/22/2024 DIRECT DEPOSIT HYDE, JENNIFER 2,751.18 417791 11/22/2024 DIRECT DEPOSIT LYSTLUND, DIANE 2,039.42 417792 11/22/2024 DIRECT DEPOSIT ALLEN, NANCY 1,696.54 417793 11/22/2024 DIRECT DEPOSIT BESANCON, LAURIE 1,792.35 417794 11/22/2024 DIRECT DEPOSIT HARRINGTON, LISA 1,634.32 417795 11/22/2024 DIRECT DEPOSIT JACKSON, SHAQUALIA 1,628.30 417796 11/22/2024 DIRECT DEPOSIT JONES, RONALD 3,204.42 417797 11/22/2024 DIRECT DEPOSIT LEMONS, VALERIE 1,728.04 417798 11/22/2024 DIRECT DEPOSIT MENTA, HIMANSHU 1,600.00 417798 11/22/2024 DIRECT DEPOSIT MENTA, HIMANSHU 2,229.19 417799 11/22/2024 DIRECT DEPOSIT MENDEZ, MARISOL 1,652.83 417800 11/22/2024 DIRECT DEPOSIT PERSON, ANTOWAIN 1,644.05 417801 11/22/2024 DIRECT DEPOSIT STREETER, VONNIE 1,810.86 417802 11/22/2024 DIRECT DEPOSIT CASALINA, NICHOLAS 250.00 417802 11/22/2024 DIRECT DEPOSIT CASALINA, NICHOLAS 3,641.22 417803 11/22/2024 DIRECT DEPOSIT EVERHART, COLBY 967.52 417804 11/22/2024 DIRECT DEPOSIT FLOOD, DOUGLAS 420.05 417804 11/22/2024 DIRECT DEPOSIT FLOOD, DOUGLAS 1,680.20 417805 11/22/2024 DIRECT DEPOSIT GARRETT, KEITH 85.00 417805 11/22/2024 DIRECT DEPOSIT GARRETT, KEITH 2,021.96 417806 11/22/2024 DIRECT DEPOSIT GEE, DAVID 2,375.81 417807 11/22/2024 DIRECT DEPOSIT GOLD, JASON 2,016.82 417808 11/22/2024 DIRECT DEPOSIT HAINES, ROBERT 1,261.06 417809 11/22/2024 DIRECT DEPOSIT LIST, TERRY 2,319.34 42 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417810 11/22/2024 DIRECT DEPOSIT LOVEDAY, MICHAEL 2,770.17 417811 11/22/2024 DIRECT DEPOSIT MATHIS, JEFF 1,763.14 417812 11/22/2024 DIRECT DEPOSIT MESSER, CHARLES 150.00 417812 11/22/2024 DIRECT DEPOSIT MESSER, CHARLES 3,269.28 417813 11/22/2024 DIRECT DEPOSIT PARILLO, TRAVIS 1,544.77 417814 11/22/2024 DIRECT DEPOSIT PATTESON, SCOTT 782.69 417814 11/22/2024 DIRECT DEPOSIT PATTESON, SCOTT 750.00 417815 11/22/2024 DIRECT DEPOSIT SMITH, LEVI 1,845.52 417816 11/22/2024 DIRECT DEPOSIT STEFFEN, KURT 255.00 417816 11/22/2024 DIRECT DEPOSIT STEFFEN, KURT 1,930.98 417817 11/22/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 49.40 417817 11/22/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 2,420.38 417818 11/22/2024 DIRECT DEPOSIT BAKER, RAYMOND 20.00 417818 11/22/2024 DIRECT DEPOSIT BAKER, RAYMOND 10.00 417818 11/22/2024 DIRECT DEPOSIT BAKER, RAYMOND 2,416.37 417818 11/22/2024 DIRECT DEPOSIT BAKER, RAYMOND 250.00 417819 11/22/2024 DIRECT DEPOSIT BEARDSLEY, JOHN 2,186.45 417820 11/22/2024 DIRECT DEPOSIT BISHOP, DANIEL 161.89 417820 11/22/2024 DIRECT DEPOSIT BISHOP, DANIEL 1,457.01 417821 11/22/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 125.00 417821 11/22/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 2,341.52 417822 11/22/2024 DIRECT DEPOSIT CHURCH, MICHAEL 1,605.38 417823 11/22/2024 DIRECT DEPOSIT CORBETT, BRETT 1,831.43 417824 11/22/2024 DIRECT DEPOSIT CROSBY, WILLIAM 2,735.18 417825 11/22/2024 DIRECT DEPOSIT D'ANGELO, COLLEEN 2,635.30 417826 11/22/2024 DIRECT DEPOSIT DAILEY, LAWRENCE 2,557.88 417827 11/22/2024 DIRECT DEPOSIT EVERHART, MARK STEVE 3,148.26 417828 11/22/2024 DIRECT DEPOSIT FONVIELLE, JARED 2,346.49 417829 11/22/2024 DIRECT DEPOSIT LIBERUS, LEON 2,051.91 417829 11/22/2024 DIRECT DEPOSIT LIBERUS, LEON 700.00 417830 11/22/2024 DIRECT DEPOSIT O'CONNELL, TIMOTHY 2,725.76 417831 11/22/2024 DIRECT DEPOSIT QUINLIVAN, STEVEN 2,173.05 417832 11/22/2024 DIRECT DEPOSIT SCHOONMAKER, JOHN 2,141.39 417833 11/22/2024 DIRECT DEPOSIT TAPPEN, AARON 2,203.57 417834 11/22/2024 DIRECT DEPOSIT THIELE, MICHAEL 742.07 417834 11/22/2024 DIRECT DEPOSIT THIELE, MICHAEL 2,968.28 417835 11/22/2024 DIRECT DEPOSIT VERNON, MICHAEL 1,538.47 417836 11/22/2024 DIRECT DEPOSIT WALLACE, ALEXANDER 1,423.32 417837 11/22/2024 DIRECT DEPOSIT WHITEHEAD, ROBERT 1,770.70 417838 11/22/2024 DIRECT DEPOSIT BARRETT, SHANE 1,597.52 417839 11/22/2024 DIRECT DEPOSIT DEAN, MICHELLE 1,501.28 417840 11/22/2024 DIRECT DEPOSIT DELAPAZ, NORBERTO 1,264.61 417841 11/22/2024 DIRECT DEPOSIT EVANS, TONY 1,378.48 417842 11/22/2024 DIRECT DEPOSIT HARRINGTON, RICHARD 1,344.98 417843 11/22/2024 DIRECT DEPOSIT HIBBARD, TOBY 1,575.08 417844 11/22/2024 DIRECT DEPOSIT KEMP, HAROLD 350.00 417844 11/22/2024 DIRECT DEPOSIT KEMP, HAROLD 3,750.41 417845 11/22/2024 DIRECT DEPOSIT LAMP KIN, TORYANA 1,466.42 417846 11/22/2024 DIRECT DEPOSIT LAWSON, ANDREW 1,939.65 417847 11/22/2024 DIRECT DEPOSIT LYNCH, MARKEI 1,558.35 417848 11/22/2024 DIRECT DEPOSIT MORGAN, JESSE 2,121.32 417849 11/22/2024 DIRECT DEPOSIT SIMCHICK, EDWARD 1,929.30 417850 11/22/2024 DIRECT DEPOSIT SMITH, DEWAYNE 1,501.81 417851 11/22/2024 DIRECT DEPOSIT WASHBURN, DAVID 1,375.12 MW CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417852 11/22/2024 DIRECT DEPOSIT WILES, GARY 50.00 417852 11/22/2024 DIRECT DEPOSIT WILES, GARY 1,735.83 417853 11/22/2024 DIRECT DEPOSIT YARUSINSKY, SEAN 1,615.29 417854 11/22/2024 DIRECT DEPOSIT ZANCA, LEONARD 1,882.51 417855 11/22/2024 DIRECT DEPOSIT BUSH, STACEY 2,023.30 417856 11/22/2024 DIRECT DEPOSIT CARDENAS, YAIMA 1,216.65 417857 11/22/2024 DIRECT DEPOSIT MARTINEZ, SYBIA 1,202.01 417858 11/22/2024 DIRECT DEPOSIT PLOURDE, GILTON 1,610.72 417859 11/22/2024 DIRECT DEPOSIT RAMOS, ANNA 1,493.74 417860 11/22/2024 DIRECT DEPOSIT ESTRADA POSADA, MARIANA 1,144.62 417861 11/22/2024 DIRECT DEPOSIT CHINYANGANYA, SIPHIKELELO 2,101.06 417862 11/22/2024 DIRECT DEPOSIT LAMBERT, BRIANA 1,495.60 417863 11/22/2024 DIRECT DEPOSIT VALE NTIN, JEYLAND 1,369.20 417864 11/22/2024 DIRECT DEPOSIT BOMMARITO, RUTH 200.00 417864 11/22/2024 DIRECT DEPOSIT BOMMARITO, RUTH 2,590.93 417865 11/22/2024 DIRECT DEPOSIT CABA, CECILIA 2,096.70 417866 11/22/2024 DIRECT DEPOSIT DANIELS, KRISTIN 3,727.40 417866 11/22/2024 DIRECT DEPOSIT DANIELS, KRISTIN 1,000.00 417867 11/22/2024 DIRECT DEPOSIT KRISS, ELISE 2,665.58 417868 11/22/2024 DIRECT DEPOSIT ZIRKLE, RHONDA 1,451.07 417869 11/22/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 500.00 417869 11/22/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 1,239.61 417870 11/22/2024 DIRECT DEPOSIT CHAREST, ERIC 70.00 417870 11/22/2024 DIRECT DEPOSIT CHAREST, ERIC 3,335.89 417871 11/22/2024 DIRECT DEPOSIT DRAWDY GLASS, SIDNEY 1,909.02 417872 11/22/2024 DIRECT DEPOSIT GUERRA, REBECA 3,060.69 417873 11/22/2024 DIRECT DEPOSIT HITT, STEVEN 1,893.30 417874 11/22/2024 DIRECT DEPOSIT PAYAN, EDGAR 547.05 417874 11/22/2024 DIRECT DEPOSIT PAYAN, EDGAR 700.00 417875 11/22/2024 DIRECT DEPOSIT YANCHULA, KYLIE 3,766.84 417876 11/22/2024 DIRECT DEPOSIT ADAMS, AYESHA 1,326.91 417877 11/22/2024 DIRECT DEPOSIT CARBONELL, GUILLERMO 3,797.95 417878 11/22/2024 DIRECT DEPOSIT CARD, TABITHA 1,280.28 417878 11/22/2024 DIRECT DEPOSIT CARD, TABITHA 67.38 417879 11/22/2024 DIRECT DEPOSIT CHECCHI, DAVID 2,113.24 417880 11/22/2024 DIRECT DEPOSIT CHEER, WILLIAM 2,789.27 417881 11/22/2024 DIRECT DEPOSIT CLAYBURN, GRAHAM 3,703.28 417882 11/22/2024 DIRECT DEPOSIT CLEMENTS, COLBY 2,198.33 417883 11/22/2024 DIRECT DEPOSIT COLLINS, MICHAEL 1,605.70 417884 11/22/2024 DIRECT DEPOSIT DENNIS, PETER 1,930.83 417885 11/22/2024 DIRECT DEPOSIT DERBY, NATHAN 2,139.61 417886 11/22/2024 DIRECT DEPOSIT DOUTRICH, MICHAEL 4,275.58 417887 11/22/2024 DIRECT DEPOSIT DUNKERLEY, RICK 1,604.33 417888 11/22/2024 DIRECT DEPOSIT GILBERT, KELLY 1,726.80 417889 11/22/2024 DIRECT DEPOSIT GLOWACKI, ANDREW 1,346.81 417890 11/22/2024 DIRECT DEPOSIT GREGORY, JULIE 1,313.82 417891 11/22/2024 DIRECT DEPOSIT GUTHRIE, ASHLEY 1,270.36 417892 11/22/2024 DIRECT DEPOSIT HEATH, BRIANNA 1,024.60 417892 11/22/2024 DIRECT DEPOSIT HEATH, BRIANNA 50.00 417893 11/22/2024 DIRECT DEPOSIT HEFFNER, SCOTT 2,817.49 417894 11/22/2024 DIRECT DEPOSIT INMAN, DANIEL 2,598.33 417895 11/22/2024 DIRECT DEPOSIT LUNDEEN, ERIKA 3,525.59 417896 11/22/2024 DIRECT DEPOSIT MCADAM, SCOTT 4,347.81 417897 11/22/2024 DIRECT DEPOSIT MCFARLAND, RODNEY 1,113.06 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417898 11/22/2024 DIRECT DEPOSIT MORRIS, RUSSELL 2,537.21 417899 11/22/2024 DIRECT DEPOSIT MOSSMAN, RAYMOND 3,014.81 417900 11/22/2024 DIRECT DEPOSIT NEWMAN, KATHARINE 1,287.76 417901 11/22/2024 DIRECT DEPOSIT ORCEAN, KEYETTA 1,548.59 417902 11/22/2024 DIRECT DEPOSIT PEREZ, MARELYN 1,292.93 417903 11/22/2024 DIRECT DEPOSIT RAMOS, NICOLAS 2,716.86 417904 11/22/2024 DIRECT DEPOSIT REEVES, CANDICE 1,639.67 417905 11/22/2024 DIRECT DEPOSIT SHAW, EVA 1,326.11 417906 11/22/2024 DIRECT DEPOSIT SHOFF, TODD 2,393.76 417907 11/22/2024 DIRECT DEPOSIT SMITH, ROBERT 2,676.35 417908 11/22/2024 DIRECT DEPOSIT VALENCIA, ALBA 2,528.40 417909 11/22/2024 DIRECT DEPOSIT ACKISON, NICHOLAS 1,820.71 417910 11/22/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 1,356.38 417910 11/22/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 339.10 417911 11/22/2024 DIRECT DEPOSIT BEAVERS, BRYAN 2,841.22 417912 11/22/2024 DIRECT DEPOSIT BERTON, SOLOMON 1,732.19 417913 11/22/2024 DIRECT DEPOSIT CARPENTER, PATRIC 1,769.90 417914 11/22/2024 DIRECT DEPOSIT EDDINGER, RODNEY 2,370.12 417915 11/22/2024 DIRECT DEPOSIT GORE, EDWIN 1,732.12 417916 11/22/2024 DIRECT DEPOSIT HANSEN, SUZI 200.00 417916 11/22/2024 DIRECT DEPOSIT HANSEN, SUZI 200.00 417916 11/22/2024 DIRECT DEPOSIT HANSEN, SUZI 1,252.17 417917 11/22/2024 DIRECT DEPOSIT HAWKINS, NICHOLAS 2,009.57 417918 11/22/2024 DIRECT DEPOSIT LIESKE, SEAN 4,648.81 417919 11/22/2024 DIRECT DEPOSIT MECKES, RICHARD 3,443.12 417920 11/22/2024 DIRECT DEPOSIT RICHARDS, HOWARD 4,376.27 417921 11/22/2024 DIRECT DEPOSIT ROLAND, JESSE 2,007.38 417922 11/22/2024 DIRECT DEPOSIT SHATARA, JIHAD 2,479.75 417923 11/22/2024 DIRECT DEPOSIT SMITH, MICHAEL 2,082.15 417924 11/22/2024 DIRECT DEPOSIT TOBAR, ROBERT 80.35 417924 11/22/2024 DIRECT DEPOSIT TOBAR, ROBERT 2,215.47 417925 11/22/2024 DIRECT DEPOSIT TYRPAK, CHRISTINA 1,590.20 417926 11/22/2024 DIRECT DEPOSIT VEGA, JOSE 1,899.40 417927 11/22/2024 DIRECT DEPOSIT YOUNGBLOOD, HARRISON 3,532.56 417928 11/22/2024 DIRECT DEPOSIT BUERKEL, JAMES 657.52 417929 11/22/2024 DIRECT DEPOSIT BUNNELL, JEFFREY 450.76 417930 11/22/2024 DIRECT DEPOSIT CARR, DONALD 461.75 417931 11/22/2024 DIRECT DEPOSIT CLARK, JONATHAN 1,491.39 417932 11/22/2024 DIRECT DEPOSIT CONROY, JAMES 565.28 417933 11/22/2024 DIRECT DEPOSIT DONOVAN, JAMES 341.98 417934 11/22/2024 DIRECT DEPOSIT EMERY, HENRY 564.15 417935 11/22/2024 DIRECT DEPOSIT FAIRBANK, STEVEN 470.14 417936 11/22/2024 DIRECT DEPOSIT GOSSELIN, MARC 625.55 417937 11/22/2024 DIRECT DEPOSIT GRIGSBY, JAMES 484.06 417938 11/22/2024 DIRECT DEPOSIT HEDGECOCK, KENDALL 1,540.54 417939 11/22/2024 DIRECT DEPOSIT HOOT, CHARLES 592.08 417940 11/22/2024 DIRECT DEPOSIT KENNEDY, PATRICK 488.30 417941 11/22/2024 DIRECT DEPOSIT KLERLEIN, PAUL 1,350.06 417942 11/22/2024 DIRECT DEPOSIT MAHONEY, FRANCIS 722.65 417943 11/22/2024 DIRECT DEPOSIT MANWARING, THOMAS 139.30 417944 11/22/2024 DIRECT DEPOSIT MCMANUS, HERBERT 358.85 417945 11/22/2024 DIRECT DEPOSIT NAGY, BELA 3,464.86 417946 11/22/2024 DIRECT DEPOSIT NORRMAN, ROY 485.92 417947 11/22/2024 DIRECT DEPOSIT PINE, MARK 723.91 45 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417948 11/22/2024 DIRECT DEPOSIT REGAN, JAMES 331.34 417949 11/22/2024 DIRECT DEPOSIT SMITH, DONALD 436.32 417950 11/22/2024 DIRECT DEPOSIT TOOF, BRIAN 753.58 417951 11/22/2024 DIRECT DEPOSIT TYNER, JAMES 583.17 417952 11/22/2024 DIRECT DEPOSIT WINDLAN, MATTHEW 583.94 417953 11/22/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 15.00 417953 11/22/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 2,315.97 417953 11/22/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 300.00 417954 11/22/2024 DIRECT DEPOSIT BALSAMO, THOMAS 1,625.00 417954 11/22/2024 DIRECT DEPOSIT BALSAMO, THOMAS 858.92 417955 11/22/2024 DIRECT DEPOSIT BETHEL, MICHAEL 1,684.82 417956 11/22/2024 DIRECT DEPOSIT DIETRICH, ERIC 2,093.97 417957 11/22/2024 DIRECT DEPOSIT DIXON, CRESHENA 2,313.12 417958 11/22/2024 DIRECT DEPOSIT GLASS, ZACHARY 1,775.30 417959 11/22/2024 DIRECT DEPOSIT HAMBERGER, DAREN 2,223.10 417960 11/22/2024 DIRECT DEPOSIT HEGI, PAULA 1,518.34 417961 11/22/2024 DIRECT DEPOSIT HISH, ANDREW 2,860.88 417962 11/22/2024 DIRECT DEPOSIT JOHNSON, SCOTT 2,871.87 417963 11/22/2024 DIRECT DEPOSIT MALDONADO, JASSON 2,023.32 417963 11/22/2024 DIRECT DEPOSIT MALDONADO,JASSON 170.00 417964 11/22/2024 DIRECT DEPOSIT MCGRADY, MICHAEL 1,941.63 417965 11/22/2024 DIRECT DEPOSIT MILLER, RACHEAL 703.91 417965 11/22/2024 DIRECT DEPOSIT MILLER, RACHEAL 1,900.00 417966 11/22/2024 DIRECT DEPOSIT PORTWOOD, ZACHARY 3,611.04 417967 11/22/2024 DIRECT DEPOSIT SCHULENBURG, KAI 1,402.37 417968 11/22/2024 DIRECT DEPOSIT TRUMBLE, JEREMY 1,786.47 417969 11/22/2024 DIRECT DEPOSIT VARGAS, JONATHAN 2,473.28 417970 11/22/2024 DIRECT DEPOSIT WILLIAMS, ADAM 1,820.01 417971 11/22/2024 DIRECT DEPOSIT BAKER, RANDY 2,058.38 417972 11/22/2024 DIRECT DEPOSIT DEMERS, ZACHARY 1,575.59 417973 11/22/2024 DIRECT DEPOSIT LEVER, EDWARD 1,643.35 417974 11/22/2024 DIRECT DEPOSIT MILLER, ROBERT LEO 1,957.47 417975 11/22/2024 DIRECT DEPOSIT NOE, REYLIND 1,298.70 417976 11/22/2024 DIRECT DEPOSIT REDMOND, LAWRENCE 1,355.05 417977 11/22/2024 DIRECT DEPOSIT STILLWAGGON, ROBERT 1,375.37 417978 11/22/2024 DIRECT DEPOSIT CLARK, LUANNE 40.00 417978 11/22/2024 DIRECT DEPOSIT CLARK, LUANNE 1,904.02 417979 11/22/2024 DIRECT DEPOSIT JAVED, ADNAN 100.00 417979 11/22/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 417979 11/22/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 417979 11/22/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 417979 11/22/2024 DIRECT DEPOSIT JAVED, ADNAN 2,961.92 417979 11/22/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 417980 11/22/2024 DIRECT DEPOSIT BOWDREN, MARIA 350.00 417980 11/22/2024 DIRECT DEPOSIT BOWDREN, MARIA 1,414.14 417981 11/22/2024 DIRECT DEPOSIT BREEN, KRISTEN 1,403.01 417982 11/22/2024 DIRECT DEPOSIT CUNDIFF, KARI 2,142.65 417983 11/22/2024 DIRECT DEPOSIT DEFRONZO, JOSEPH 771.76 417983 11/22/2024 DIRECT DEPOSIT DEFRONZO, JOSEPH 3,087.03 417984 11/22/2024 DIRECT DEPOSIT EANES, MICAH 1,702.38 417985 11/22/2024 DIRECT DEPOSIT GUYNN, ROBERT 2,118.42 417986 11/22/2024 DIRECT DEPOSIT HAMILTON, DUANE 1,929.27 417987 11/22/2024 DIRECT DEPOSIT HANSEN, KEVIN 1,812.79 417988 11/22/2024 DIRECT DEPOSIT HATALA, BROCK 2,086.95 46 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 417989 11/22/2024 DIRECT DEPOSIT HINEBAUGH, CODY 1,571.27 417990 11/22/2024 DIRECT DEPOSIT HULLEN, DANIEL 1,896.31 417991 11/22/2024 DIRECT DEPOSIT INGLETT, REGINALD 2,155.97 417992 11/22/2024 DIRECT DEPOSIT KEITH, DONALD 1,854.88 417992 11/22/2024 DIRECT DEPOSIT KEITH, DONALD 350.00 417993 11/22/2024 DIRECT DEPOSIT LEIENDECKER, KIRSTIN 4,664.13 417994 11/22/2024 DIRECT DEPOSIT MASON, STACIE 1,617.27 417995 11/22/2024 DIRECT DEPOSIT MATHIS, RICHARD 550.00 417995 11/22/2024 DIRECT DEPOSIT MATHIS, RICHARD 1,478.49 417996 11/22/2024 DIRECT DEPOSIT MOORE, JEREMY 1,403.51 417997 11/22/2024 DIRECT DEPOSIT MOWER, BRADLEY 1,876.35 417998 11/22/2024 DIRECT DEPOSIT REICHENBACH, RICHARD 2,811.74 417999 11/22/2024 DIRECT DEPOSIT RILEY, MARK 1,687.16 418000 11/22/2024 DIRECT DEPOSIT ROBERTSON, CRAIG 1,115.73 418001 11/22/2024 DIRECT DEPOSIT SABOT, DENISE 1,323.17 418002 11/22/2024 DIRECT DEPOSIT SCHRYVER, DAVID 3,939.31 418003 11/22/2024 DIRECT DEPOSIT SILON, DAVID 3,458.90 418004 11/22/2024 DIRECT DEPOSIT SKOK, ROBERT 2,856.86 418005 11/22/2024 DIRECT DEPOSIT SMITH, WENDY 2,759.25 418006 11/22/2024 DIRECT DEPOSIT SNYDER, CHELSEA 1,782.01 418007 11/22/2024 DIRECT DEPOSIT SOYKA, MATTHEW 3,449.38 418008 11/22/2024 DIRECT DEPOSIT STANTON, JOHN 1,917.27 418009 11/22/2024 DIRECT DEPOSIT STIFFEN, EDWARD 200.00 418009 11/22/2024 DIRECT DEPOSIT STIFFEN, EDWARD 50.00 418009 11/22/2024 DIRECT DEPOSIT STIFFEN, EDWARD 1,884.94 418010 11/22/2024 DIRECT DEPOSIT THOMPSON, STEVEN 1,227.76 418011 11/22/2024 DIRECT DEPOSIT WILLIAMS, JILL 44.62 418011 11/22/2024 DIRECT DEPOSIT WILLIAMS, JILL 2,186.25 418012 11/22/2024 DIRECT DEPOSIT WINSLOW, MARK 3,302.49 418013 11/22/2024 DIRECT DEPOSIT FLORES, CARLOS 3,377.90 418014 11/22/2024 DIRECT DEPOSIT HELTEMES, ADAM 3,136.33 418015 11/22/2024 DIRECT DEPOSIT BLUME, JEFFREY 1,340.28 418016 11/22/2024 DIRECT DEPOSIT BURGESS, TIMOTHY 2,543.25 418017 11/22/2024 DIRECT DEPOSIT CAIN, BRANDON 1,973.62 418018 11/22/2024 DIRECT DEPOSIT DEMOSTHENE, ARIEVE 2,089.03 418019 11/22/2024 DIRECT DEPOSIT EHRHARDT, SARAH 1,413.19 418020 11/22/2024 DIRECT DEPOSIT FERGUSON, ERIK 3,065.70 418021 11/22/2024 DIRECT DEPOSIT GUENTHER, KEVIN 2,079.54 418022 11/22/2024 DIRECT DEPOSIT HALE, DANIEL 800.00 418022 11/22/2024 DIRECT DEPOSIT HALE, DANIEL 880.10 418023 11/22/2024 DIRECT DEPOSIT HOFFMAN, CHRISTOPHER 1,616.47 418024 11/22/2024 DIRECT DEPOSIT LYNCH, JENESA 1,507.05 418025 11/22/2024 DIRECT DEPOSIT MARRONE, JOSEPH 95.64 418025 11/22/2024 DIRECT DEPOSIT MARRONE, JOSEPH 1,719.41 418026 11/22/2024 DIRECT DEPOSIT MICHAEL, ANDREW 600.00 418026 11/22/2024 DIRECT DEPOSIT MICHAEL, ANDREW 1,303.99 418027 11/22/2024 DIRECT DEPOSIT NIELSEN, RONALD 1,451.72 418028 11/22/2024 DIRECT DEPOSIT RATLIFF, JENNIFER 1,332.15 418029 11/22/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 50.00 418029 11/22/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 2,227.10 418030 11/22/2024 DIRECT DEPOSIT SUGDEN, CHRIS 550.00 418030 11/22/2024 DIRECT DEPOSIT SUGDEN, CHRIS 1,004.83 418031 11/22/2024 DIRECT DEPOSIT WHEATLEY, DAVID 1,028.48 418031 11/22/2024 DIRECT DEPOSIT WHEATLEY, DAVID 1,028.47 47 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418032 11/22/2024 DIRECT DEPOSIT WHITTINGTON, MICHAEL 2,184.74 418033 11/22/2024 DIRECT DEPOSIT ZAYATZ, DAVID 1,183.45 418034 11/22/2024 DIRECT DEPOSIT LEY, JUDY 300.00 418034 11/22/2024 DIRECT DEPOSIT LEY, JUDY 1,322.78 418035 11/22/2024 DIRECT DEPOSIT STANTON, CYNTHIA 3,338.14 418036 11/22/2024 DIRECT DEPOSIT SECHEN, ANDREW 1,829.44 418037 11/22/2024 DIRECT DEPOSIT BOHANNON, FAITH 1,845.90 418038 11/22/2024 DIRECT DEPOSIT CONNELL, KYLE 1,194.38 418039 11/22/2024 DIRECT DEPOSIT DIXON, GERALD 2,940.30 418040 11/22/2024 DIRECT DEPOSIT HUMMEL, ERIC 2,589.86 418041 11/22/2024 DIRECT DEPOSIT LARAMIE, BRIANNA 1,439.83 418042 11/22/2024 DIRECT DEPOSIT MEAD, DERIC 1,579.28 418043 11/22/2024 DIRECT DEPOSIT OGILVIE, JASOO 2,562.92 418044 11/22/2024 DIRECT DEPOSIT RIMES, BRIAN 2,230.45 418045 11/22/2024 DIRECT DEPOSIT WEST, JEFFREY 2,210.19 418046 11/22/2024 DIRECT DEPOSIT BARRETT, BRENDA 512.44 418047 11/22/2024 DIRECT DEPOSIT KELLEHER, LYNNE 1,076.14 418048 11/22/2024 DIRECT DEPOSIT LOBO, EDWINA 504.66 418049 11/22/2024 DIRECT DEPOSIT BROWN, JILL 997.50 418050 11/22/2024 DIRECT DEPOSIT FLAK, SUSAN 1,985.60 418051 11/22/2024 DIRECT DEPOSIT ALEXA, MICHELE 1,988.84 418052 11/22/2024 DIRECT DEPOSIT BLAKE, SYDNEY 1,189.06 418053 11/22/2024 DIRECT DEPOSIT CHAMBERS, JASON 1,169.97 418054 11/22/2024 DIRECT DEPOSIT DANIELS, DOUGLAS 1,310.20 418055 11/22/2024 DIRECT DEPOSIT DEVITIS, CRISTI 1,344.67 418056 11/22/2024 DIRECT DEPOSIT FISHER, GEORGE 1,953.25 418057 11/22/2024 DIRECT DEPOSIT GAGNON, SHAWN 1,849.37 418058 11/22/2024 DIRECT DEPOSIT GILMER, THOMAS 1,575.10 418059 11/22/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 250.00 418059 11/22/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 1,195.34 418060 11/22/2024 DIRECT DEPOSIT HERRON, LAURA 1,211.52 418061 11/22/2024 DIRECT DEPOSIT HOUSING, ERICA 1,507.62 418062 11/22/2024 DIRECT DEPOSIT HUDSON, ANDREA 1,168.67 418063 11/22/2024 DIRECT DEPOSIT JOHNSON, BENJAMIN 1,607.53 418064 11/22/2024 DIRECT DEPOSIT KNIEF, MARK 1,698.43 418065 11/22/2024 DIRECT DEPOSIT LLOYD, HEATHER 1,927.42 418066 11/22/2024 DIRECT DEPOSIT MACKEY, MISTY 1,272.21 418067 11/22/2024 DIRECT DEPOSIT MARTIN, ANGELA 1,278.82 418068 11/22/2024 DIRECT DEPOSIT MROTZ, LOUONNIE 1,237.34 418069 11/22/2024 DIRECT DEPOSIT NOVAK, TRISTAN 1,255.37 418070 11/22/2024 DIRECT DEPOSIT O'CONNOR, SHANNON 1,112.10 418071 11/22/2024 DIRECT DEPOSIT PATTON, LISA 2,230.60 418072 11/22/2024 DIRECT DEPOSIT PECHENIK, DEBRA 804.84 418073 11/22/2024 DIRECT DEPOSIT PERGOLA, ANITA 1,396.01 418074 11/22/2024 DIRECT DEPOSIT QUINTERO, IVELISSE 1,283.81 418075 11/22/2024 DIRECT DEPOSIT ROBERTS, BRADLEY 1,746.36 418076 11/22/2024 DIRECT DEPOSIT SANTISO, DANIEL 393.32 418076 11/22/2024 DIRECT DEPOSIT SANTISO, DANIEL 1,300.00 418077 11/22/2024 DIRECT DEPOSIT SCHERF, CHARLENE 1,526.62 418078 11/22/2024 DIRECT DEPOSIT SCHLUSBERG, JOSEPH 1,214.78 418079 11/22/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 1,658.21 418079 11/22/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 80.00 418080 11/22/2024 DIRECT DEPOSIT SMITH, SHELLIE 650.00 418080 11/22/2024 DIRECT DEPOSIT SMITH, SHELLIE 1,148.79 48 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418081 11/22/2024 DIRECT DEPOSIT SOVINE, CARL 1,371.08 418082 11/22/2024 DIRECT DEPOSIT SPOFFORD, JANET 816.70 418083 11/22/2024 DIRECT DEPOSIT AUSTIN, KENNETH 1,527.90 418084 11/22/2024 DIRECT DEPOSIT BRADDY, MARTY 50.00 418084 11/22/2024 DIRECT DEPOSIT BRADDY, MARTY 2,080.84 418085 11/22/2024 DIRECT DEPOSIT COLVIN, THOMAS 2,414.76 418086 11/22/2024 DIRECT DEPOSIT COMPTON, THOMAS 1,140.10 418086 11/22/2024 DIRECT DEPOSIT COMPTON, THOMAS 126.68 418087 11/22/2024 DIRECT DEPOSIT DAWKINS, PHILLIP 1,492.83 418088 11/22/2024 DIRECT DEPOSIT DEPINHO, CHARLES 2,632.03 418089 11/22/2024 DIRECT DEPOSIT FLOOD, STEPHEN 2,143.72 418090 11/22/2024 DIRECT DEPOSIT FORBES, TENNYSON 2,305.24 418091 11/22/2024 DIRECT DEPOSIT FORMAN, SHANE 1,403.74 418092 11/22/2024 DIRECT DEPOSIT FRISBY, CHRISTOPHER 2,026.34 418093 11/22/2024 DIRECT DEPOSIT FULLER, STEVEN 2,055.78 418094 11/22/2024 DIRECT DEPOSIT JORDAN, SHAWN 2,456.29 418095 11/22/2024 DIRECT DEPOSIT KISSELBACK, JOSEPH 1,325.90 418096 11/22/2024 DIRECT DEPOSIT SANTAMARIA, JEFFREY 1,671.55 418097 11/22/2024 DIRECT DEPOSIT SAWYER, CRAIG 95.12 418097 11/22/2024 DIRECT DEPOSIT SAWYER, CRAIG 2,113.14 418098 11/22/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 300.00 418098 11/22/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 1,647.15 418099 11/22/2024 DIRECT DEPOSIT WAGNER, DANIEL 1,848.02 418100 11/22/2024 DIRECT DEPOSIT WEBB, ROBERT 2,008.71 418101 11/22/2024 DIRECT DEPOSIT YOUNG, GERALD 800.00 418101 11/22/2024 DIRECT DEPOSIT YOUNG, GERALD 1,154.23 418102 11/22/2024 DIRECT DEPOSIT ACUNA, SHAYNE 1,638.98 418103 11/22/2024 DIRECT DEPOSIT ADRIANCE, TIMOTHY 2,720.52 418104 11/22/2024 DIRECT DEPOSIT BACON, VAN 1,744.79 418104 11/22/2024 DIRECT DEPOSIT BACON, VAN 373.88 418104 11/22/2024 DIRECT DEPOSIT BACON, VAN 373.89 418105 11/22/2024 DIRECT DEPOSIT BARDWELL, TIMONTRAYE 1,386.38 418106 11/22/2024 DIRECT DEPOSIT BESANCON, MARK 100.00 418106 11/22/2024 DIRECT DEPOSIT BESANCON, MARK 2,697.55 418107 11/22/2024 DIRECT DEPOSIT BOWEN, CHAD 2,049.48 418108 11/22/2024 DIRECT DEPOSIT FOLEY, SHANE 1,760.82 418109 11/22/2024 DIRECT DEPOSIT FREEMAN, KEITH 1,928.56 418110 11/22/2024 DIRECT DEPOSIT GOLFE, GREGORY 1,295.17 418110 11/22/2024 DIRECT DEPOSIT GOLFE, GREGORY 100.00 418111 11/22/2024 DIRECT DEPOSIT HAMLETT, ROBERT 1,311.48 418112 11/22/2024 DIRECT DEPOSIT HANSON, CHRISTOPHER 2,000.86 418113 11/22/2024 DIRECT DEPOSIT HAWKINS, DUKE 2,687.69 418114 11/22/2024 DIRECT DEPOSIT HENRY, MARQUEZ 1,446.67 41811S 11/22/2024 DIRECT DEPOSIT KIVENAS, ZACHARY 2,061.16 418116 11/22/2024 DIRECT DEPOSIT LEE, TERRENCE 1,910.12 418117 11/22/2024 DIRECT DEPOSIT LONGACRE, KENNETH 3,086.30 418118 11/22/2024 DIRECT DEPOSIT MCGRATH, WILLIAM 2,164.06 418119 11/22/2024 DIRECT DEPOSIT MOTT, KODY 1,980.48 418120 11/22/2024 DIRECT DEPOSIT MUNRO, LUCAS 2,143.83 418121 11/22/2024 DIRECT DEPOSIT PAGAN, DYLAN 1,852.06 418122 11/22/2024 DIRECT DEPOSIT SHARPE, JAMES 2,186.60 418123 11/22/2024 DIRECT DEPOSIT STANTON, KASSI 1,239.64 418124 11/22/2024 DIRECT DEPOSIT TATUM, ROYCE 1,718.48 418125 11/22/2024 DIRECT DEPOSIT WILLIS, EDDRICK 2,339.96 49 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418126 11/22/2024 DIRECT DEPOSIT ZIMEI, BENJAMIN 3,596.10 418127 11/22/2024 DIRECT DEPOSIT BLANCO PEREZ, YULIEN 1,613.76 418128 11/22/2024 DIRECT DEPOSIT CHAMPAGNE, SAMUEL 1,445.49 418129 11/22/2024 DIRECT DEPOSIT EVANS, AUSTIN 1,296.02 418130 11/22/2024 DIRECT DEPOSIT HOVEY, STORM 1,174.02 418131 11/22/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 1,330.78 418131 11/22/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 655.46 418132 11/22/2024 DIRECT DEPOSIT PERALTA, ALEXIS 2,306.34 418133 11/22/2024 DIRECT DEPOSIT THORNE, MICHAEL 550.00 418133 11/22/2024 DIRECT DEPOSIT THORNE, MICHAEL 200.00 418133 11/22/2024 DIRECT DEPOSIT THORNE, MICHAEL 1,443.78 418134 11/22/2024 DIRECT DEPOSIT YONKERS, LAURA 3,599.04 418135 11/22/2024 DIRECT DEPOSIT AUGUSTE, JEHU 2,265.30 418136 11/22/2024 DIRECT DEPOSIT LESTER, JEROME 1,794.63 418137 11/22/2024 DIRECT DEPOSIT MCINTYRE- MEISENBURG, MELISSA 2,344.60 418138 11/22/2024 DIRECT DEPOSIT WAPPES, SARA 2,027.40 768382 11/22/2024 PRINTED MATTHES, LAURA M. 2,712.87 768383 11/22/2024 PRINTED STAUDT, MICHAEL G. 2,773.82 768384 11/22/2024 PRINTED BOSTICK, LINDA L. 595.59 768385 11/22/2024 PRINTED FLECK, KELANI E. 666.23 768386 11/22/2024 PRINTED O-NEILL, BRANDON S. 1,930.99 768387 11/22/2024 PRINTED RUVANE, TAYVIA E. 2,601.35 768388 11/22/2024 PRINTED VASQUEZ, ODDY A. 126.66 768389 11/22/2024 PRINTED WILLIAMS, SOPHIA E. 543.58 768390 11/22/2024 PRINTED GIANSANTI, JOHN P. 806.28 768391 11/22/2024 PRINTED KING, DENISE A. 342.06 768392 11/22/2024 PRINTED VERGARA, GUSTAVO F. 3,097.12 768393 11/22/2024 PRINTED STANFORD, BRIAN T. 432.64 768394 11/22/2024 PRINTED STUCZYNSKI, JESSICA 2,837.66 768395 11/22/2024 PRINTED HARRISON, MICHAEL L. 780.76 768396 11/22/2024 PRINTED RIVIERE, AMBER D. 3,247.08 768397 11/22/2024 PRINTED BELL, CRAIG L. 1,189.81 768397 11/22/2024 DIRECT DEPOSIT BELL, CRAIG 400.00 768398 11/22/2024 PRINTED CURRY, IRA D. 5,829.04 768399 11/22/2024 PRINTED GIBSON, KEVIN S. 2,154.80 768399 11/22/2024 DIRECT DEPOSIT GIBSON, KEVIN 125.00 768400 11/22/2024 PRINTED HORNE, BRIAN K. 1,606.05 768400 11/22/2024 DIRECT DEPOSIT HORNE, BRIAN 25.00 768401 11/22/2024 PRINTED BELCHER, WILLIAM C. 4,992.30 768402 11/22/2024 PRINTED WARREN, ANTHONY L. 5,116.34 768403 11/22/2024 PRINTED MARINO, APRIL L 2,243.58 768404 11/22/2024 PRINTED MEDECKE, JULIE A. 1,277.35 768405 11/22/2024 PRINTED AMANDOLA, JAMES 384.4 768406 11/22/2024 PRINTED BENNER, EILEEN M. 424.24 768407 11/22/2024 PRINTED CAPPUCCIO, PATRICIA 488.95 768408 11/22/2024 PRINTED CARANI, MARCO T. 529.86 768409 11/22/2024 PRINTED DUNN, RYAN N. 325.53 768410 11/22/2024 PRINTED FINO, ROBERT J. 322.07 768411 11/22/2024 PRINTED GERACI, RICHARD A. 425.96 768412 11/22/2024 PRINTED REESE, STEVEN G. 187.43 768413 11/22/2024 PRINTED ROSENBARKER, TERRY A 287.43 768414 11/22/2024 PRINTED SELLIS, GLEN 304.75 768415 11/22/2024 PRINTED HARVEY, ERIK L. 5,284.76 768416 11/22/2024 PRINTED PAYNE, GEORGE H. 2,454.79 50 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 768417 11/22/2024 PRINTED MCINTOSH, CHARLIE I. 1,219.27 768418 11/22/2024 PRINTED BARKWELL, MICHAEL C. 2,011.64 768418 11/22/2024 DIRECT DEPOSIT BARKWELL, MICHAEL 25.00 2306 11/20/2024 PRINTED TUTTLE LAW PA 10,000.00 56002 11/18/2024 PRINTED VERO ORTHOPAEDICS II PA 66.56 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 89.71 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 626.81 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 97.49 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 576.64 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 554.85 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 3,187.01 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 1,365.99 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 1,516.23 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 105.56 56003 11/18/2024 PRINTED HEALTHESYSTEMS LLC 1,714.91 56004 11/19/2024 PRINTED ABSOLUTE SOLUTIONS 231.24 56005 11/19/2024 PRINTED HOWARD T. TEE MD 93.60 56006 11/19/2024 PRINTED HOWARD T. TEE MD 103.50 56007 11/19/2024 PRINTED MARCUS MALONE MD LLC DBA ELITE 87.46 56008 11/19/2024 PRINTED CLARITY DX, INC. 385.60 56009 11/19/2024 PRINTED EZ HEALTH CARE 6,426.00 56010 11/19/2024 PRINTED EZ HEALTH CARE 764.99 56011 11/19/2024 PRINTED HOWARD T. TEE MD 103.50 56012 11/19/2024 PRINTED MARCUS MALONE MD LLC DBA ELITE 87.46 56013 11/19/2024 PRINTED TENET FLORIDA PHYSICIAN SERVICES II LLC 3,730.65 56014 11/19/2024 PRINTED HEALTHESYSTEMS LLC 2,877.01 56015 11/19/2024 PRINTED JOHN GLENTON 50.49 56016 11/19/2024 PRINTED JOHN GLENTON 748.48 56017 11/19/2024 PRINTED JOHN GLENTON 1,496.96 56018 11/19/2024 PRINTED HR LAW PA 406.00 56019 11/19/2024 PRINTED RONALD D. ADAMSON JR 1,061.26 56020 11/19/2024 PRINTED RONALD D. ADAMSON JR 1,061.26 56021 11/19/2024 PRINTED WILLIE LEWIS 267.00 56022 11/20/2024 PRINTED CLARITY DX, INC. 385.60 56023 11/20/2024 PRINTED CLEVELAND CLINIC FLORIDA 15.20 56024 11/20/2024 PRINTED INDIAN RIVER HEALTH SERVICES 122.40 56025 11/20/2024 PRINTED EZ COMP CARE INC 61.34 56026 11/21/2024 PRINTED FLORIDA PAIN MANAGEMENT ASSOCI 79.70 56027 11/21/2024 PRINTED HOWARD T. TEE MD 103.50 56028 11/21/2024 PRINTED VERO ORTHOPAEDICS II PA 262.80 56029 11/21/2024 PRINTED EZ COMP CARE INC 350.00 56030 11/21/2024 PRINTED EZ HEALTH CARE 764.99 56031 11/21/2024 PRINTED EZ HEALTH CARE 6,502.50 56032 11/21/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 72.47 56033 11/21/2024 PRINTED RONALD BAIR 835.84 56034 11/22/2024 PRINTED HOWARD T. TEE MD 103.50 56035 11/22/2024 PRINTED INDIAN RIVER HEALTH SERVICES 24.80 56036 11/22/2024 PRINTED VERO ORTHOPAEDICS II PA 207.90 56037 11/22/2024 PRINTED ABSOLUTE SOLUTIONS 395.24 56038 11/22/2024 PRINTED EZ HEALTH CARE 807.47 56039 11/22/2024 PRINTED EZ HEALTH CARE 587.93 56040 11/22/2024 PRINTED EZ HEALTH CARE 619.28 56041 11/22/2024 PRINTED EZ HEALTH CARE 4,551.75 56042 11/22/2024 PRINTED FLORIDA HOSP MED SVCS INC 216.00 51 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 56043 11/22/2024 PRINTED BRUCE WEIMANN 1,795.50 56044 11/22/2024 PRINTED MRO CORPORATION 17.00 6,085,573.37 52 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: November 29, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS November 23, 2024 to November 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 November 23, 2024 to November 29, 2024. 53 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12502 11/25/2024 WIRE KIMLEY HORN & ASSOC INC 57,108.40 12503 11/25/2024 WIRE RX BENEFITS INC 308,604.91 12504 11/2S/2024 WIRE EVERSIDE HEALTH LLC 137,368.06 12505 11/25/2024 WIRE EDH HOLDINGS LLC 1,314.66 12506 11/25/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 206.14 12507 11/25/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 208.72 12508 11/25/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,528.72 12509 11/25/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,343.25 12510 11/25/2024 WIRE BLUECROSS AND BLUESHIELD OF SOUTH CAROLINA 81,093.90 12511 11/25/2024 WIRE LINCOLN RETIREMENT 114,356.38 12512 11/25/2024 WIRE IRS -PAYROLL TAXES 732,164.26 12513 11/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 601.17 12514 11/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 286.21 12515 11/26/2024 WIRE TD BANK 2,209.37 12516 11/26/2024 WIRE PAYMENTUS CORPORATION 4,063.93 12517 11/26/2024 WIRE GLOBAL PAYMENTS DIRECT INC 16,831.08 12518 11/26/2024 WIRE GLOBAL PAYMENTS DIRECT INC 17,380.68 12519 11/26/2024 WIRE NBCUNIVERSAL LLC 7,408.87 12520 11/26/2024 WIRE CARDCONNECT LLC 750.83 12521 11/27/2024 WIRE BLUE CROSS & BLUE SHIELD 518,433.66 12522 11/27/2024 WIRE AMERITAS 22,633.21 12523 11/27/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,102.00 12524 11/27/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 5,217.59 456992 11/26/2024 PRINTED INDIAN RIVER COUNTY TAX COLLECTOR 208,339.02 1022111 11/27/2024 ACI AT&T 1,628.88 1022112 11/27/2024 ACI OFFICE DEPOT 2,127.40 1022113 11/27/2024 ACI COMCAST 154.85 56045 11/25/2024 PRINTED FOURSTONE HEA4TH LLC 375.00 56046 11/25/2024 PRINTED HEALTH FIRST MEDICAL GROUP LLC 87.98 56047 11/25/2024 PRINTED SIMEDHEALTH LLC 107.80 56048 11/25/2024 PRINTED VERO ORTHOPAEgICS II PA 117.90 56049 11/25/2024 PRINTED VERO ORTHOPAEDICS II PA 45.00 56050 11/25/2024 PRINTED EZ HEALTH CARE 6,502.50 56051 11/25/2024 PRINTED EZ HEALTH CARE 685.92 56052 11/25/2024 PRINTED FLORIDA HOSP MED SVCS INC 75.60 56053 11/25/2024 PRINTED FLORIDA HOSP MED SVCS INC 75.60 56054 11/25/2024 PRINTED MARCUS MALONE MD LLC DBA ELITE 36.55 56055 11/25/2024 PRINTED VERO ORTHOPAEDICS II PA 233.10 56056 11/25/2024 PRINTED VERO ORTHOPAEDICS II PA 112.50 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 3,172.00 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 318.50 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 117.50 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 559.00 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 540.00 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 286.00 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 284.50 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 90.00 54 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 711.00 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 25.50 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 325.00 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 3,979.00 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 270.00 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 2,206.50 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 190.00 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 145.50 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 286.50 56057 11/25/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 1,296.50 56058 11/25/2024 PRINTED HEALTHESYSTEMS LLC 8.31 56058 11/25/2024 PRINTED HEALTHESYSTEMS LLC 67.94 56058 11/25/2024 PRINTED HEALTHESYSTEMS LLC 104.47 56058 11/25/2024 PRINTED HEALTHESYSTEMS LLC 661.27 56058 11/25/2024 PRINTED HEALTHESYSTEMS LLC 799.02 56058 11/25/2024 PRINTED HEALTHESYSTEMS LLC 2,877.01 56058 11/25/2024 PRINTED HEALTHESYSTEMS LLC 281.55 56059 11/25/2024 PRINTED INVESTIGATION SOLUTIONS 330.00 56060 11/26/2024 PRINTED GH LABB, LLC 218.73 56061 11/26/2024 PRINTED VERO ORTHOPAEDICS II PA 112.50 56062 11/26/2024 PRINTED FERNANDO G MIRANDA MD 1,600.00 56063 11/26/2024 PRINTED SHERIDAN RADIOLOGY SERVICES 10.45 56064 11/26/2024 PRINTED FLORIDA PAIN MANAGEMENT ASSOC 250.00 56065 11/26/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 1,410.00 56066 11/26/2024 PRINTED CIOX HEALTH LLC 11.63 56067 11/26/2024 PRINTED REYES, VEGA & ASSOCIATES INC 178.40 56068 11/26/2024 PRINTED SOUTHERN COURT REPORTERS INC 381.40 56069 11/27/2024 PRINTED SHERIDAN RADIOLOGY SERVICES 8.55 56070 11/27/2024 PRINTED VANGUARD MEDICAL LLC 1,014.00 56071 11/27/2024 PRINTED VERO ORTHOPAEDICS II PA 103.50 56072 11/27/2024 PRINTED VERO ORTHOPAEDICS II PA 50.00 56073 11/27/2024 PRINTED VERO ORTHOPAEDICS II PA 262.80 2,278,466.13 55 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: December 6, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS November 30, 2024 to December 6, 2024 acouwrr V • � } 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 November 30, 2024 to December 6, 2024. 56 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12525 12/02/2024 WIRE KIMLEY HORN & ASSOC INC 63,600.00 12526 12/02/2024 WIRE ST LUCIE BATTERY & TIRE CO 1,194.05 12527 12/02/2024 WIRE CLERK OF CIRCUIT COURT 126,929.83 12528 12/02/2024 WIRE INDIAN RIVER COUNTY SHERIFF 6,340,192.99 12529 12/02/2024 WIRE INDIAN RIVER COUNTY SHERIFF 7,240.06 12530 12/02/2024 WIRE HUMANE SOCIETY OF VERO BEACH & IRC 48,620.00 12531 12/02/2024 WIRE TIMOTHY ROSE CONTRACTING INC 63,722.36 12532 12/02/2024 WIRE INDIAN RIVER COUNTY SUPERVISOR OF ELECTIONS 154,248.34 12533 12/02/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 402.74 12534 12/02/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 350.24 12535 12/02/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 769.67 12536 12/02/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 473.93 12537 12/02/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,265.21 12538 12/02/2024 WIRE EDH HOLDINGS LLC 918.81 12539 12/02/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 402.74 12540 12/03/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,094.30 12541 12/03/2024 WIRE TD BANK 12,858.26 12542 12/04/2024 WIRE IRC CHAMBER OF COMMERCE 145,012.46 12543 12/04/2024 WIRE FL RETIREMENT SYSTEM 1,470,592.71 12544 12/04/2024 WIRE HEALTH ADVOCATE SOLUTIONS INC 4,045.83 12545 12/04/2024 WIRE AMERITAS 3,255.00 12546 12/04/2024 WIRE AMERITAS 262.50 12547 12/04/2024 WIRE AMERITAS 262.50 12548 12/04/2024 WIRE AMERITAS 131.25 12549 12/04/2024 WIRE AMERITAS 37.50 12550 12/04/2024 WIRE AMERITAS 37.50 12551 12/04/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 84.51 12552 12/04/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 2,617.55 12553 12/05/2024 WIRE AMERICAN FAMILY LIFE ASSURANCE CO 11,122.36 12554 12/05/2024 WIRE AMERICAN HERITAGE LIFE INS CO 21.96 12555 12/05/2024 WIRE BLUE CROSS & BLUE SHIELD 275,837.72 12556 12/05/2024 WIRE SENIOR RESOURCE ASSOCIATION 616,337.80 12557 12/05/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 47.79 12558 12/05/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,506.12 12559 12/06/2024 WIRE KIMLEY HORN & ASSOC INC 11,715.15 12560 12/06/2024 WIRE IRC FIRE FIGHTERS ASSOC 11,917.32 12561 12/06/2024 WIRE FL SDU 3,993.45 12562 12/06/2024 WIRE TIMOTHY ROSE CONTRACTING INC 207,787.98 12563 12/06/2024 WIRE FIDELITY SECURITY LIFE INSURANCE COMPANY 7,093.66 12564 12/06/2024 WIRE RX BENEFITS INC 432,222.58 12565 12/06/2024 WIRE APTIM 23,328.45 12566 12/06/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 2,177.83 12567 12/06/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 24.99 12568 12/06/2024 WIRE EDH HOLDINGS LLC 16,054.08 456993 12/02/2024 PRINTED AT&T MOBILITY 147.92 456994 12/02/2024 PRINTED AT&T MOBILITY 217.52 456995 12/02/2024 PRINTED UNITED HEALTH CARE INS COMPANY 201.60 456996 12/02/2024 PRINTED MELLON 247.27 456997 12/02/2024 PRINTED WASTE MANAGEMENT INC OF FLORIDA 8,834.53 456998 12/02/2024 PRINTED WINSUPPLY COMMERCIAL CHARGE 98.89 456999 12/02/2024 PRINTED DIANNE MILDENBERGER 0.02 457000 12/02/2024 PRINTED EARL L RICHARD JR 10.80 457001 12/02/2024 PRINTED JOSEPH ANTONIE 300.00 457002 12/02/2024 PRINTED ANTONIO BAXTER 378.76 57 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457003 12/02/2024 PRINTED CARE NET PREGNANCY CENTER 1,398.75 457004 12/02/2024 PRINTED CAVALLO EQUESTRIAN ARTS 500.00 457005 12/02/2024 PRINTED COVE AT FALCON TRACE HOA 266.00 457006 12/02/2024 PRINTED INDIAN RIVER CHARTER HIGH SCHOOL 435.50 457007 12/02/2024 PRINTED INDIAN RIVER CLUB 677.23 457008 12/02/2024 PRINTED KENWOOD VILLAGE 61.80 457009 12/02/2024 PRINTED LAKES AT WATERWAY VILLAGE HOA 252.35 457010 12/02/2024 PRINTED LEGEND LAKES HOA 85.58 457011 12/02/2024 PRINTED NANCY WELLS 349.03 457012 12/02/2024 PRINTED PRO SPORT BOOSTER CORP 500.00 457013 12/02/2024 PRINTED ROBERT B HOLMES 51.74 457014 12/02/2024 PRINTED VERO BEACH LITTLE LEAGUE 103.13 457015 12/02/2024 PRINTED GUSTAVO MONSALVE 4,418.75 457016 12/02/2024 PRINTED EDLUND DRITENBAS BINKLEY ARCHITECTS 1,190.24 457017 12/02/2024 PRINTED GEOSYNTEC CONSULTANTS INC 111,652.82 457018 12/02/2024 PRINTED TLC DIVERSIFIED INC 206,520.50 457019 12/02/2024 PRINTED ARCADIS U S INC 36,319.14 457020 12/02/2024 PRINTED MBV ENGINEERING 9,525.00 457021 12/02/2024 PRINTED SOUTHERN MANAGEMENT LLC 123.50 457022 12/02/2024 PRINTED CERES ENVIRONMENTAL SERVICES 44,576.24 457023 12/02/2024 PRINTED CERES ENVIRONMENTAL SERVICES 5,685.39 457024 12/02/2024 PRINTED BOWMAN CONSULTING GROUP LTD 492.23 457025 12/02/2024 PRINTED CONSOR ENGINEERS LLC 78,691.67 457026 12/02/2024 PRINTED LAWRENCE LEE CONSTRUCTION SERVICES INC 19,000.00 457027 12/02/2024 PRINTED GRAY MATTER SYSTEMS LLC 4,150.00 457028 12/02/2024 PRINTED SPIEZLE ARCHITECTURAL GROUP INC 73,050.81 457029 12/02/2024 PRINTED SPIEZLE ARCHITECTURAL GROUP INC 1,510.00 457030 12/02/2024 PRINTED BULK EXPRESS TRANSPORT INC 13,384.77 457031 12/02/2024 PRINTED ATKINS NORTH AMERICA INC 3,040.53 457032 12/02/2024 PRINTED PRINCE LAND INC 39,961.95 457033 12/03/2024 PRINTED CLEMENTS PEST CONTROL 950.00 457034 12/03/2024 PRINTED PORT CONSOLIDATED 4,219.93 457035 12/03/2024 PRINTED STURGIS LUMBER & PYLWOOD CO 2.18 457036 12/03/2024 PRINTED SOUTHERN SEWER EQUIPMENT SALES 2,903.63 457037 12/03/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 1,399.90 457038 12/03/2024 PRINTED UNIVERSAL SIGNS & ACCESSORIES 12,504.97 457039 12/03/2024 PRINTED INDIAN RIVER BATTERY 134.05 457040 12/03/2024 PRINTED GRAINGER INC 238.21 457041 12/03/2024 PRINTED APPLE INDUSTRIAL SUPPLY CO 32.22 457042 12/03/2024 PRINTED BENSONS LOCK SERVICE INC 303.35 457043 12/03/2024 PRINTED HACH CO 198.50 457044 12/03/2024 PRINTED MEEKS PLUMBING INC 573.00 457045 12/03/2024 PRINTED ELPEX 15,583.00 457046 12/03/2024 PRINTED CARTER ASSOCIATES INC 2,650.00 457047 12/03/2024 PRINTED BARNEYS PUMP INC 25,945.00 457048 12/03/2024 PRINTED MIDWEST TAPE LLC 771.95 457049 12/03/2024 PRINTED BAKER DISTRIBUTING CO 83.10 457050 12/03/2024 PRINTED GALE/CENGAGE LEARNING 241.50 457051 12/03/2024 PRINTED CLERK OF CIRCUIT COURT 175.55 457052 12/03/2024 PRINTED INDIAN RIVER CTY CLERK OF THE COURT 475.00 457053 12/03/2024 PRINTED CITY OF VERO BEACH 4,990.23 457054 12/03/2024 PRINTED HOME DEPOT CREDIT SERVICES 992.88 457055 12/03/2024 PRINTED JANITORIAL DEPOT OF AMERICA INC 357.56 457056 12/03/2024 PRINTED PUBLIX PHARMACY #0240 87.31 58 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457057 12/03/2024 PRINTED FLORIDA FIRE MARSHALS & INSPECTORS ASSOCIATION 570.00 457058 12/03/2024 PRINTED FEDERAL EXPRESS 719.49 457059 12/03/2024 PRINTED TYLER TECHNOLOGIES INC 1,600.00 457060 12/03/2024 PRINTED CALLAWAY GOLF 397.00 457061 12/03/2024 PRINTED FLORIDA POWER AND LIGHT 112,046.67 457062 12/03/2024 PRINTED TAYLOR MADE GOLF CO INC 520.24 457063 12/03/2024 PRINTED NEW HORIZONS 33,786.42 457064 12/03/2024 PRINTED NATIONAL ASSOC OF COUNTY PARK 90.00 457065 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 457066 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 457067 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 457068 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 457069 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 457070 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 457071 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 90.00 457072 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457073 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457074 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457075 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457076 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457077 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457078 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457079 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457080 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457081 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457082 12/03/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 35.00 457083 12/03/2024 PRINTED NOTARY PUBLIC UNDERWRITERS INC 225.90 457084 12/03/2024 PRINTED FLORIDA DEPT OF HEALTH 55.00 457085 12/03/2024 PRINTED ESRI INC 125,750.00 457086 12/03/2024 PRINTED JOHN BROWN & SONS INC 5,000.00 457087 12/03/2024 PRINTED CHILDRENS HOME SOCIETY 2,000.00 457088 12/03/2024 PRINTED INTERNATIONAL ASSOC OF EMERGENCY MANAGERS INC 199.00 457089 12/03/2024 PRINTED DAVCO ELECTRICAL CONTRACTORS CORP 3,132.60 457090 12/03/2024 PRINTED RECHTIEN INTERNATIONAL TRUCKS 223.86 457091 12/03/2024 PRINTED THE PALMS AT VERO BEACH 641.00 457092 12/03/2024 PRINTED TRANE U S INC 776.48 457093 12/03/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 468.00 457094 12/03/2024 PRINTED CELICO PARTNERSHIP 670.24 457095 12/03/2024 PRINTED FLORIDA FLOODPLAIN MANAGERS ASSOC 140.00 457096 12/03/2024 PRINTED SHERWIN WILLIAMS CO 291.95 457097 12/03/2024 PRINTED JACKS COMPLETE TREE SERVICE INC 5,600.00 457098 12/03/2024 PRINTED SEBASTIAN RIVER AREA CHAMBER OF COMMERCE 10,320.61 457099 12/03/2024 PRINTED BILL BRESSETT 40.00 457100 12/03/2024 PRINTED CONSOLIDATED ELECTRIAL DIST INC 306.00 457101 12/03/2024 PRINTED JOHNNY B SMITH 150.00 457102 12/03/2024 PRINTED SUMMERLINS MARINE CONST LLC 2,100.00 457103 12/03/2024 PRINTED FAMILY POOLS INC 9,541.00 457104 12/03/2024 PRINTED ATLANTIC COASTAL LAND TITLE CO LLC 190.00 457105 12/03/2024 PRINTED OVERDRIVE INC 2,787.54 457106 12/03/2024 PRINTED VERO BEACH INVESTMENTS LLC 716.00 457107 12/03/2024 PRINTED BURNETT LIME CO INC 4,613.68 457108 12/03/2024 PRINTED SCHLITT BROTHERS PROPERTIES LLC 675.00 457109 12/03/2024 PRINTED BSN SPORTS INC 57.30 457110 12/03/2024 PRINTED THE LAW OFFICES OF 1,983.75 59 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457111 12/03/2024 PRINTED COBRA PUMA GOLF INC 365.27 457112 12/03/2024 PRINTED HAWKINS INC 1,138.50 457113 12/03/2024 PRINTED CATHEDRAL CORPORATION 6,850.00 457114 12/03/2024 PRINTED AC VETERINARY SPECIALTY SERVICES 191.42 457115 12/03/2024 PRINTED GNS REAL ESTATE HOLDINGS LLC 810.00 457116 12/03/2024 PRINTED MATHESON TRI-GAS INC 8,565.85 457117 12/03/2024 PRINTED UNITED AGAINST POVERTY INC 1,118.80 457118 12/03/2024 PRINTED COLE AUTO SUPPLY INC 32.86 457119 12/03/2024 PRINTED KONICA MINOLTA BUSINESS SOLUTIONS 345.93 457120 12/03/2024 PRINTED BETH NOLAN 330.00 457121 12/03/2024 PRINTED REYES GROUP GENERAL CONSTRUCTION LLC 11,830.00 457122 12/03/2024 PRINTED BOTTOMS UP BEVERAGE OF FLORIDA LLC 2,160.00 457123 12/03/2024 PRINTED GROUP ONE SAFETY & SECURITY 308.00 457124 12/03/2024 PRINTED TAYLOR ANNE HATTON 200.00 457125 12/03/2024 PRINTED AUSTIN HUNT 520.00 457126 12/03/2024 PRINTED AMAZON CAPITAL SERVICES INC 3,649.11 457127 12/03/2024 PRINTED PACE ANYALYTICAL LLC 378.00 457128 12/03/2024 PRINTED AMERIGAS PROPANE LP 5,755.40 457129 12/03/2024 PRINTED JORDAN MOWERS 1,666.79 457130 12/03/2024 PRINTED JUDITH A BURLEY 334.00 457131 12/03/2024 PRINTED KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 196.56 457132 12/03/2024 PRINTED JENNIFER D JAMES 75.00 457133 12/03/2024 PRINTED SUNQUEST APARTMENTS LLC 690.00 457134 12/03/2024 PRINTED LOWES COMPANIES INC 1,810.36 457135 12/03/2024 PRINTED SPORTS ENGINE INC 74.00 457136 12/03/2024 PRINTED WASTE MANAGEMENT INC OF FLORIDA 362.46 457137 12/03/2024 PRINTED ROBERT A HUDSON 150.00 457138 12/03/2024 PRINTED THEODORE SEMI 350.00 457139 12/03/2024 PRINTED BEVERLYNN WHEELER JACKSON 360.00 457140 12/03/2024 PRINTED HIREQUEST LLC 4,356.00 457141 12/03/2024 PRINTED CER SIGNATURE CLEANING LLC 2,150.00 457142 12/03/2024 PRINTED BAKER & TAYLOR 2,921.54 457143 12/03/2024 PRINTED TK ELEVATOR CORPORATION 8,980.32 457144 12/03/2024 PRINTED CONSOLIDATED WATER GROUP LLC 31.52 457145 12/03/2024 PRINTED POINT & PAY LLC 2,000.00 457146 12/03/2024 PRINTED BROOKS HEATING & A/C LLC 21,795.00 457147 12/03/2024 PRINTED RONALD MARASCO SR 180.00 457148 12/03/2024 PRINTED WOLFPACK FINANCIAL HOLDINGS 1,000.00 457149 12/03/2024 PRINTED XEROX CORPORATION 3,013.03 457150 12/03/2024 PRINTED WINSUPPLY COMMERCIAL CHARGE 807.78 457151 12/03/2024 PRINTED DONNA W ROBERTS 120.00 457152 12/03/2024 PRINTED EMPIRE PIPE & SUPPLY COMPANY INC 4,789.76 457153 12/03/2024 PRINTED JORDAN PARKER 75.00 457154 12/03/2024 PRINTED VETERINARY MEDICAL CENTER OF IRC INC 355.16 457155 12/03/2024 PRINTED FL ROADWAY GUARDRAIL & SIGNS INC 7,462.50 457156 12/03/2024 PRINTED JOHN DIGIACOMO 100.00 457157 12/03/2024 PRINTED LF STAFFING SERVICES INC 3,244.74 457158 12/03/2024 PRINTED KATHERINE L NALL 24.00 457159 12/03/2024 PRINTED VECELLIO GROUP INC 450.00 457160 12/03/2024 PRINTED PALMDALE INTERMEDIATE LLC 82.18 457161 12/03/2024 PRINTED PALMDALE INTERMEDIATE LLC 45.00 457162 12/03/2024 PRINTED GANNETT MEDIA CORP 3,979.12 457163 12/03/2024 PRINTED CENTURION SECURITY GROUP LLC 5,118.08 457164 12/03/2024 PRINTED BRADY COMPANIES LLC 1,113.18 60 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME i AMOUNT 457165 12/03/2024 PRINTED PATRICIA L REEDi 80.00 457166 12/03/2024 PRINTED LYNCH FUEL COMPANY LLC 63,276.64 457167 12/03/2024 PRINTED TAFFORD LYLES 75.00 457168 12/03/2024 PRINTED ORC SERVICES INC 17,296.90 457169 12/03/2024 PRINTED ACTION TREE VB 5,700.00 457170 12/03/2024 PRINTED JEANETTE GALLAGHER 28.00 457171 12/03/2024 PRINTED MIRIT WIENER 31.50 457172 12/03/2024 PRINTED SHERRY LYNN ROSS 73.50 457173 12/03/2024 PRINTED KAN NACT HEALTH LLC 3,500.00 457174 12/03/2024 PRINTED AT&T MOBILITY � 129.69 457175 12/03/2024 PRINTED INDIAN RIVER COUNTY HEALTH DEPT 67,218.58 457176 12/03/2024 PRINTED ROGER 1 NICOSIA] 1,500.00 457177 12/03/2024 PRINTED CITY OF VERO BEACH 2,230.27 457178 12/03/2024 PRINTED CITY OF VERO BEACH 11,987.50 457179 12/03/2024 PRINTED AT&T 690.00 457180 12/03/2024 PRINTED AT&T 198.00 457181 12/03/2024 PRINTED ST LUCIE COUNTY BOCC 67,374.16 457182 12/03/2024 PRINTED ST LUCIE COUNTY'BOCC 9,836.91 457183 12/03/2024 PRINTED CELICO PARTNERSHIP 176.72 457184 12/03/2024 PRINTED FISHER & PHILLIPS LLP 1,250.50 457185 12/03/2024 PRINTED NAPIER & ROLLIN PLLC 472.50 457186 12/03/2024 PRINTED DMS DIVISION OF TELECOMMUNICATIONS 21,103.14 457187 12/03/2024 PRINTED ROSELAND CHURCH INC 200.00 457188 12/03/2024 VOID S&P GLOBAL INC 0.00 457189 12/05/2024 PRINTED FLORIDA ASSOC OF COUNTIES INC 50.00 457190 12/05/2024 PRINTED FLORIDA RECREATION & PARK ASSOC INC 200.00 457191 12/05/2024 PRINTED PATRIC CARPENTER 60.00 457192 12/05/2024 PRINTED FLORIDA SECTION AMERICAN WATER WORKS ASSOCIATION 475.00 457193 12/05/2024 PRINTED DANIEL BRADLEY 30.00 457194 12/05/2024 PRINTED CODY SPARKMAN 14.50 457195 12/05/2024 PRINTED HDR ENGINEERING INC 32,904.15 457196 12/05/2024 PRINTED TLC DIVERSIFIED INC 37,964.88 457197 12/05/2024 PRINTED MBV ENGINEERING 2,970.00 457198 12/05/2024 PRINTED REHMANN ROBSON 40,000.00 457199 12/05/2024 PRINTED AK ASSOCIATES 23,925.00 457200 12/05/2024 PRINTED WEX HEALTH INC 12,339.40 457201 12/05/2024 PRINTED AT&T MOBILITY 300.35 457202 12/05/2024 PRINTED HOME DEPOT CREDIT SERVICES 74.95 457203 12/05/2024 PRINTED FLORIDA DEPARTMENT OF TRANSPORTATION 95.80 457204 12/05/2024 PRINTED INDIAN RIVER COUNTY UTILITY SERVICE 300.00 457205 12/05/2024 PRINTED STATE ATTORNEY 19TH JUDICIAL CIRCUIT 8,902.25 457206 12/05/2024 PRINTED SUNSHINE STATE ONE CALL OF FL INC 1,529.29 457207 12/05/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 35.00 457208 12/05/2024 PRINTED GOTTA GO GREEN 60.00 457209 12/05/2024 PRINTED GRBK GHO SUMMER LAKE LLC 12,364.24 457210 12/05/2024 PRINTED FL PUBLIC HUMAN RESOURCES ASSOCIATION INC 270.00 457211 12/05/2024 PRINTED DE 2018 PLLC 4,769.40 457212 12/05/2024 PRINTED ERIK FERGUSON 411.00 457213 12/05/2024 PRINTED LF STAFFING SERVICES INC 197.44 457214 12/05/2024 PRINTED INDIAN RIVER MOTORHAUS 2.0 LLC 8,738.80 457215 12/05/2024 PRINTED AEQUALIS SOCII PLLC 8,227.50 457216 12/05/2024 PRINTED GANNETT MEDIA CORP 85.26 457217 12/05/2024 PRINTED COUNTY OF LEE OFFICE OF COUNTY COMMISSIONERS 5.00 457218 12/05/2024 PRINTED DESIGN -BUILD INSTITUTE OF AMERICA 500.00 61 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457219 12/05/2024 PRINTED JASON GOLD 30.00 457220 12/05/2024 PRINTED DAVID WILSON 474.85 457221 12/05/2024 PRINTED DIANNE MCCRUM 566.00 457222 12/05/2024 PRINTED HENRY KING 250.00 457223 12/05/2024 PRINTED JOSEPH BECKER 558.11 457224 12/05/2024 PRINTED LISA KILEY 156.47 457225 12/05/2024 PRINTED MAYME R CHALFANT 240.00 457226 12/05/2024 PRINTED MURIEL J. ANDERSON 109.48 457227 12/05/2024 PRINTED RICHARD T VACCA 90.56 457228 12/05/2024 PRINTED RONALD ROSE 17.44 457229 12/05/2024 PRINTED SANDRA BARON 50.00 457230 12/05/2024 PRINTED VERONICA BARRESE 0.30 457231 12/05/2024 PRINTED TOWNSGATE CLOSING SERVICES 410.68 457232 12/05/2024 PRINTED CLEMENTS PEST CONTROL 4,900.00 457233 12/05/2024 PRINTED SOUTHERN SEWER EQUIPMENT SALES 3,702.97 457234 12/05/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 858.85 457235 12/05/2024 PRINTED AMERICAN BUSINESS INTERIORS 4,716.60 457236 12/05/2024 PRINTED SAFETY PRODUCTS INC 589.38 457237 12/05/2024 PRINTED PARALEE COMPANY INC 700.00 457238 12/05/2024 PRINTED INDIAN RIVER BATTERY 224.80 457239 12/05/2024 PRINTED GRAINGER INC 197.48 457240 12/05/2024 PRINTED HACH CO 4,553.52 457241 12/05/2024 PRINTED JIMMYS TREE SERVICE 21,900.00 457242 12/05/2024 PRINTED MEEKS PLUMBING INC 125.00 457243 12/05/2024 PRINTED ELPEX 7,101.08 457244 12/05/2024 PRINTED DELL MARKETING LP 3,995.00 457245 12/05/2024 PRINTED MIDWEST TAPE LLC 446.80 457246 12/05/2024 PRINTED GALE/CENGAGE LEARNING 414.74 457247 12/05/2024 PRINTED PING INC 173.40 457248 12/05/2024 PRINTED CITY OF VERO BEACH 1,165.65 457249 12/05/2024 PRINTED INDIAN RIVER ALL FAB INC 2,992.38 457250 12/05/2024 PRINTED HOME DEPOT CREDIT SERVICES 55.72 457251 12/05/2024 PRINTED JANITORIAL DEPOT OF AMERICA INC 708.54 457252 12/05/2024 PRINTED PUBLIX PHARMACY #1150 50.65 457253 12/05/2024 PRINTED PUBLIX PHARMACY #1374 110.85 457254 12/05/2024 PRINTED FDACS 100.00 457255 12/05/2024 PRINTED ACUSHNET COMPANY 11,830.99 457256 12/05/2024 PRINTED CALLAWAY GOLF 22,692.88 457257 12/05/2024 PRINTED FLORIDA POWER AND LIGHT 16,528.77 457258 12/05/2024 PRINTED THOMAS S LOWTHER FUNERAL HOME CORP 750.00 457259 12/05/2024 PRINTED COMPLETE ELECTRIC INC 11,610.00 457260 12/05/2024 PRINTED JOHN BROWN & SONS INC 4,000.00 457261 12/05/2024 PRINTED IRONSIDE PRESS LLC 52.80 457262 12/05/2024 PRINTED FSMS 540.00 457263 12/05/2024 PRINTED KIMBALL MIDWEST 219.46 457264 12/05/2024 PRINTED ECONOLITE CONTROL PRODUCTS INC 2,200.00 457265 12/05/2024 PRINTED RECHTIEN INTERNATIONAL TRUCKS 423.50 457266 12/05/2024 PRINTED THE PALMS AT VERO BEACH 592.00 457267 12/05/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 266.00 457268 12/05/2024 PRINTED JACKS COMPLETE TREE SERVICE INC 4,800.00 457269 12/05/2024 PRINTED GHOLAM REZATORKAMAN 1,000.00 457270 12/05/2024 PRINTED ORCHID ISLAND PROPERTY MGMT II INC 3,700.00 457271 12/05/2024 PRINTED CONSOLIDATED ELECTRIAL DIST INC 52.49 457272 12/05/2024 PRINTED NICOLACE MARKETING INC 5,024.75 62 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457273 12/05/2024 PRINTED HALO RESCUE 21.00 457274 12/05/2024 PRINTED BRENNTAG MID-SOUTH INC 20,767.40 457275 12/05/2024 PRINTED JAMES DAVIS 636.00 457276 12/05/2024 PRINTED TORRES ELECTRICAL SUPPLY COMPANY INC 182.57 457277 12/05/2024 PRINTED MHC OPERATING LIMITED PARTNERSHIP 562.00 457278 12/05/2024 PRINTED PROMATIC INC 3,025.00 457279 12/05/2024 PRINTED WILD TURKEY ESTATES OF VERO LLC 11,372.50 457280 12/05/2024 PRINTED EASY PICKER GOLF PRODUCTS INC 260.20 457281 12/05/2024 PRINTED CARDINAL HEALTH 110, LLC 331.13 457282 12/05/2024 PRINTED MUNICIPAL EMERGENCY SERVICES INC 4,177.11 457283 12/05/2024 PRINTED JOHN STANTON 124.80 457284 12/05/2024 PRINTED THE LAW OFFICES OF 750.00 457285 12/05/2024 PRINTED STS MAINTAIN SERVICES INC 4,998.75 457286 12/05/2024 PRINTED MICHAEL EDWARD HAMILTON 325.00 457287 12/05/2024 PRINTED TREASURE COAST COMMUNITY HEALTH INC 261.98 457288 12/05/2024 PRINTED GOTTA GO GREEN 432.17 457289 12/05/2024 PRINTED BARSALOU VENTURES LLC 764.91 457290 12/05/2024 PRINTED CROSSOVER MISSION INC 5,417.00 457291 12/05/2024 PRINTED FLORIDA EAST COAST RAILWAY LLC 19,670.00 457292 12/05/2024 PRINTED RUGGED GEAR LLC 70.44 457293 12/05/2024 PRINTED COLE AUTO SUPPLY INC 1,216.82 457294 12/05/2024 PRINTED DAY DREAMS UNIFORMS INC 181.58 457295 12/05/2024 PRINTED CORE & MAIN LP 3,786.68 457296 12/05/2024 PRINTED AMAZON CAPITAL SERVICES INC 4,151.68 457297 12/05/2024 PRINTED TREASURE COAST PLUMBING LLC 172.50 457298 12/05/2024 PRINTED JORDAN MOWERS 263.81 457299 12/05/2024 PRINTED MULLINAX FORD OF VERO BEACH 279.54 457300 12/05/2024 PRINTED KRONOS SAASHR INC 35,773.92 457301 12/05/2024 PRINTED KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 106.85 457302 12/05/2024 PRINTED BLUE GOOSE CONSTRUCTION LLC 3,629.34 457303 12/05/2024 PRINTED STAPLES INC 48.99 457304 12/05/2024 PRINTED LOWES COMPANIES INC 1,519.81 457305 12/05/2024 PRINTED TOSHIBA AMERICA BUISNESS SOLUTIONS INC 65.50 457306 12/05/2024 PRINTED LAKEWOOD VILLAGE MHC LLC 389.00 457307 12/05/2024 PRINTED HIREQUEST LLC 10,862.78 457308 12/05/2024 PRINTED RECOLLECT SYSTEMS 10,424.40 457309 12/05/2024 PRINTED PIVOTAL UTILITY HOLDINGS INC 19,206.00 457310 12/05/2024 PRINTED SHRIEVE CHEMICAL CO LLC 4,539.65 457311 12/05/2024 PRINTED BAKER&TAYLOR 3,554.24 457312 12/05/2024 PRINTED TPH HOLDINGS LLC 1,027.15 457313 12/05/2024 PRINTED SREIT SONRISE VILLAS LLC 505.00 457314 12/05/2024 PRINTED JEFFERY HOGUES 10,000.00 457315 12/05/2024 PRINTED KERNER LLC 10,221.00 457316 12/05/2024 PRINTED ADAMS AND RUBIN FENCE INC 26,342.00 457317 12/05/2024 PRINTED XEROX CORPORATION 230.64 457318 12/05/2024 PRINTED SUBSTANCE ABUSE COUNCIL OF IRC 20,976.41 457319 12/05/2024 PRINTED TIGER, INC. 51,747.42 457320 12/05/2024 PRINTED AEQUALIS SOCII PLLC 1,950.00 457321 12/05/2024 PRINTED PALMDALE INTERMEDIATE LLC 249.63 457322 12/05/2024 PRINTED GANNETT MEDIA CORP 1,752.69 457323 12/05/2024 PRINTED IVETTE QUILES CINTRON 1,800.00 457324 12/05/2024 PRINTED RMMC WALKER CLUB LLC 1,892.00 457325 12/05/2024 PRINTED BRADY COMPANIES LLC 1,821.31 457326 12/05/2024 PRINTED NONPROFIT HOUSING PRESERVATION LLC 176.77 63 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457327 12/05/2024 PRINTED STAVOLA AGGREGATE SUPPLY LLC 3,083.38 457328 12/05/2024 PRINTED TEN-8 FIRE & SAFETY LLC 1,206.24 457329 12/05/2024 PRINTED ACTION TREE VB 3,000.00 457330 12/05/2024 PRINTED VICE SPORTING GOODS INC 3,370.80 457331 12/05/2024 PRINTED OXFORD HOUSE BUNGALOW 520.00 457332 12/05/2024 PRINTED SUNDAY SWAGGER LLC 1,303.24 457333 12/05/2024 PRINTED SALSBURY INDUSTRIES INC 8,423.34 457334 12/05/2024 PRINTED BLUEWATER SYSTEMS INC 45,000.00 457335 12/05/2024 PRINTED FLORIDA PPE SERVICES LLC 1,019.68 457336 12/06/2024 PRINTED CALIFORNIA STATE DISBURSEMENT UNIT 305.19 457337 12/06/2024 PRINTED COMMONWEALTH OF MASSACHUSETTS 562.00 457338 12/06/2024 PRINTED P&A ADMINISTRATIVE SERVICES INC 585.00 457339 12/06/2024 PRINTED STATE OF NEW MEXICO CHILD SUPPORT SDU 129.23 457340 12/06/2024 PRINTED STATE OF NEW MEXICO CHILD SUPPORT SDU 73.85 457341 12/06/2024 PRINTED DIVISION OF CHILD SUPPORT ENFORCEMENT 241.69 903783 12/03/2024 PRINTED XEROX CORPORATION 205.34 903784 12/05/2024 PRINTED GRACES LANDING LTD 694.00 903785 12/05/2024 PRINTED FLORIDA POWERAND LIGHT 141.00 903786 12/05/2024 PRINTED INDIAN RIVER COUNTY HOUSING AUTHORITY 602.00 903787 12/05/2024 PRINTED SUNCOAST REALTY & RENTAL MGMT LLC 354.00 903788 12/05/2024 PRINTED HERITAGE VILLAS OF VERO BEACH 657.00 903789 12/05/2024 PRINTED LAZY 1 LLC 568.00 903790 12/05/2024 PRINTED COALITION FOR ATTAINABLE HOMES INC 579.00 903791 12/05/2024 PRINTED ORCHARD GROVE VENTURE LLC 4,839.00 903792 12/05/2024 PRINTED SREIT LEXINGTON CLUB LLC 2,903.00 903793 12/05/2024 PRINTED VERO BEACH LEASED HOUSING ASSOC III LLLP 1,080.00 903794 12/05/2024 PRINTED SREIT PEMBERLY PALMS LLC 4,922.00 903795 12/05/2024 PRINTED JACOURT LLC 3,863.00 903796 12/05/2024 PRINTED NONPROFIT HOUSING PRESERVATION LLC 708.00 903797 12/05/2024 PRINTED BREVARD COUNTY HOUSING AUTHORITY 6,977.12 903798 12/05/2024 PRINTED GRACES LANDING LTD 11,900.00 903799 12/05/2024 PRINTED BETTY DAVIS SCROGGS 649.00 903800 12/05/2024 PRINTED PRESERVE AT OSLO 8,598.00 903801 12/05/2024 PRINTED DAVID YORK 694.00 903802 12/05/2024 PRINTED ST FRANCIS MANOR OF VERO BEACH 1,556.00 903803 12/05/2024 PRINTED TREASURE COAST HOMELESS SERVICES COUNCIL 1,873.00 903804 12/05/2024 PRINTED FLORIDA POWER AND LIGHT 575.00 903805 12/05/2024 PRINTED INDIAN RIVER COUNTY HOUSING AUTHORITY 5,364.00 903806 12/05/2024 PRINTED INDIAN RIVER COUNTY HOUSING AUTHORITY 5,417.00 903807 12/05/2024 PRINTED THE PALMS AT VERO BEACH 29,516.00 903808 12/05/2024 PRINTED DAVID CONDON 1,125.00 903809 12/05/2024 PRINTED HILARY MCIVOR 430.00 903810 12/05/2024 PRINTED SUNCOAST REALTY & RENTAL MGMT LLC 720.00 903811 12/05/2024 PRINTED PAMELA R CUMMINGS 745.00 903812 12/05/2024 PRINTED ADINA GOLDMAN-WALKER 1,286.00 903813 12/05/2024 PRINTED HERITAGE VILLAS OF VERO BEACH 6,248.00 903814 12/05/2024 PRINTED LAZY J LLC 3,314.00 903815 12/05/2024 PRINTED SAID S MOOBARK 2,778.00 903816 12/05/2024 PRINTED OSCEOLA COUNTY SECTION 8 1,428.28 903817 12/05/2024 PRINTED YVONNE KOUTSOFIOS 82.00 903818 12/05/2024 PRINTED WEDGEWOOD RENTALS LLC 855.00 903819 12/05/2024 PRINTED COALITION FOR ATTAINABLE HOMES INC 1,108.00 903820 12/05/2024 PRINTED MYRIAM MELENDEZ 912.00 903821 12/05/2024 PRINTED WATSON REALTY GROUP 2,076.00 64 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 903822 12/05/2024 PRINTED 1135 17TH PL LLC 1,808.00 903823 12/05/2024 PRINTED SHEJI LLC 974.00 903824 12/05/2024 PRINTED ORCHARD GROVE VENTURE LLC 22,638.00 903825 12/05/2024 PRINTED SREIT LEXINGTON CLUB LLC 35,178.00 903826 12/05/2024 PRINTED VERO BEACH LEASED HOUSING ASSOC III LLLP 19,671.00 903827 12/05/2024 PRINTED B4 TC PROPERTIES LLC 1,208.00 903828 12/05/2024 PRINTED SREIT RIVER PARK PLACE LLC 16,594.00 903829 12/05/2024 PRINTED EZAS INVESTMENTS LLC 1,055.00 903830 12/05/2024 PRINTED SREIT PEMBERLY PALMS LLC 22,240.00 903831 12/05/2024 PRINTED SREIT SONRISE VILLAS LLC 6,882.00 903832 12/05/2024 PRINTED JACOURT LLC 7,138.00 903833 12/05/2024 PRINTED CENTER LAKE PROPERTY MANAGEMENT LLC 663.00 903834 12/05/2024 PRINTED AMELIA VILLAGE LP 1,331.00 903835 12/05/2024 PRINTED NONPROFIT HOUSING PRESERVATION LLC 11,329.00 903836 12/05/2024 PRINTED HOUSING AUTHORITY OF THE CITY OF ORLANDO FL 1,691.28 903837 12/05/2024 PRINTED CHRISTINE TURCHIANO 795.00 903838 12/05/2024 PRINTED PHAEDRA TOUT PUISSANT 1,232.00 903839 12/05/2024 PRINTED SEMINOLE COUNTY HOUSING 1,526.28 903840 12/05/2024 PRINTED ORCHARD GROVE VENTURE LLC 563.00 903841 12/05/2024 PRINTED SEMINOLE COUNTY HOUSING 1,166.00 1022114 12/03/2024 ACI WIGINTON FIRE SYSTEMS 5,244.00 1022115 12/03/2024 ACI COMMERCIAL ENERGY SPECIALISTS 1,632.17 1022116 12/03/2024 ACI HYDRA SERVICE (S) INC 3,359.00 1022117 12/03/2024 ACI UNIFIRST CORPORATION 1,129.97 1022118 12/03/2024 ACI GUARDIAN HAWK SECURITY 105.00 1022119 12/03/2024 ACI CUMMINS INC 3,973.65 1022120 12/05/2024 ACI INDIAN RIVER OXYGEN INC 21.00 1022121 12/05/2024 ACI IRRIGATION CONSULTANTS UNLIMITED INC 9.11 1022122 12/05/2024 ACI PRIDE ENTERPRISES INC 13,825.87 1022123 12/05/2024 ACI UNIFIRST CORPORATION 371.21 1022124 12/05/2024 ACI NEXAIR LLC 25.89 1022125 12/05/2024 ACI EVERGLADES EQUIPMENT GROUP 2,380.98 1022126 12/06/2024 ACI AT&T 4,485.19 1022127 12/06/2024 ACI AT&T 5.29 1022128 12/06/2024 ACI AT&T 5.29 1022129 12/06/2024 ACI OFFICE DEPOT 344.10 1022130 12/06/2024 ACI COMCAST 764.50 418139 12/06/2024 DIRECT DEPOSIT FORREST, FARCIOT 1,188.45 418140 12/06/2024 DIRECT DEPOSIT GLITZ, WILLIAM 1,172.75 418141 12/06/2024 DIRECT DEPOSIT SCHREIBER, KEVIN 1,256.91 418142 12/06/2024 DIRECT DEPOSIT ADAMS, SUSAN 2,320.93 418143 12/06/2024 DIRECT DEPOSIT BROWN, ASHLEY 1,548.77 418144 12/06/2024 DIRECT DEPOSIT EARMAN, JOSEPH 2,816.23 418145 12/06/2024 DIRECT DEPOSIT FLESCHER, JOSEPH 2,598.26 418146 12/06/2024 DIRECT DEPOSIT LIST, KATHY 562.35 418147 12/06/2024 DIRECT DEPOSIT LOAR, DERYL 2,495.23 418148 12/06/2024 DIRECT DEPOSIT MOIRANO, KIMBERLY 1,461.68 418149 12/06/2024 DIRECT DEPOSIT PLESNARSKI, LISA 1,573.27 418150 12/06/2024 DIRECT DEPOSIT STOKES, MAURA 1,631.17 418151 12/06/2024 DIRECT DEPOSIT GLANVILLE, TERESA 1,598.41 418151 12/06/2024 DIRECT DEPOSIT GLANVILLE, TERESA 241.00 418152 12/06/2024 DIRECT DEPOSIT HICKS, CHRISTOPHER 3,906.69 418153 12/06/2024 DIRECT DEPOSIT MOORE, CHRISTINA 2,423.56 418154 12/06/2024 DIRECT DEPOSIT NOVAK, NATALIE 1,044.93 65 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418154 12/06/2024 DIRECT DEPOSIT NOVAK, NATALIE 500.00 418155 12/06/2024 DIRECT DEPOSIT PRADO, SUSAN 3,583.17 418155 12/06/2024 DIRECT DEPOSIT PRADO, SUSAN 250.00 418156 12/06/2024 DIRECT DEPOSIT SHULER, JENNIFER 5,936.56 418157 12/06/2024 DIRECT DEPOSIT WESTERIK, NADIA 2,036.14 418157 12/06/2024 DIRECT DEPOSIT WESTERIK, NADIA 500.00 418158 12/06/2024 DIRECT DEPOSIT LESTER, CHESNEY 2,343.88 418159 12/06/2024 DIRECT DEPOSIT MCKINLEY, KELLY 2,086.53 418160 12/06/2024 DIRECT DEPOSIT RAMIREZ, REBECCA 1,552.69 418161 12/06/2024 DIRECT DEPOSIT ROSE, CARSON 1,576.79 418162 12/06/2024 DIRECT DEPOSIT TRAMEL, PATRICK 2,200.08 418163 12/06/2024 DIRECT DEPOSIT VIETZE, MARK 2,197.45 418164 12/06/2024 DIRECT DEPOSIT AMATO, JAMES 1,240.22 418165 12/06/2024 DIRECT DEPOSIT BOONE, BLAKE 627.48 418166 12/06/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 204.25 418166 12/06/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 306.38 418167 12/06/2024 DIRECT DEPOSIT DAVIDIAN, SAGE 284.55 418168 12/06/2024 DIRECT DEPOSIT DOTSEY, JESSICA] 723.35 418169 12/06/2024 DIRECT DEPOSIT GERNER, JOSHUA: 390.48 418170 12/06/2024 DIRECT DEPOSIT GRAY, STEVEN 795.59 418171 12/06/2024 DIRECT DEPOSIT HAUPT, ROSA 1,118.79 418172 12/06/2024 DIRECT DEPOSIT HEINZE, DONALD 1,076.84 418173 12/06/2024 DIRECT DEPOSIT HENDRICKSEN, TYLER 206.59 418174 12/06/2024 DIRECT DEPOSIT MANGUS, ISABELLA 1,117.00 418175 12/06/2024 DIRECT DEPOSIT MINTEL, MATTHEW 124.73 418176 12/06/2024 DIRECT DEPOSIT ROHRER, MAREENA 125.08 418176 12/06/2024 DIRECT DEPOSIT ROHRER, MAREENA 375.24 418177 12/06/2024 DIRECT DEPOSIT SHARKEY, ROBERT 350.39 418178 12/06/2024 DIRECT DEPOSIT SHELDON, GAGE 467.93 418179 12/06/2024 DIRECT DEPOSIT SPARROW-VOORHEES, TABATHA 1,259.59 418180 12/06/2024 DIRECT DEPOSIT STORTS, HOLDEN 311.36 418181 12/06/2024 DIRECT DEPOSIT WAGNER, FREDERICK 719.31 418182 12/06/2024 DIRECT DEPOSIT BAKER, MURRAY 730.69 418183 12/06/2024 DIRECT DEPOSIT GIBSON, CHASTITY 50.00 418183 12/06/2024 DIRECT DEPOSIT GIBSON, CHASTITY 10.00 418183 12/06/2024 DIRECT DEPOSIT GIBSON, CHASTITY 661.64 418184 12/06/2024 DIRECT DEPOSIT LAURO, HELEN 684.98 418185 12/06/2024 DIRECT DEPOSIT LEFEBURE, ANNABELLE 675.97 418186 12/06/2024 DIRECT DEPOSIT LEFEBURE, LEVI 481.99 418187 12/06/2024 DIRECT DEPOSIT MARLEAU, KATIE 2,165.27 418188 12/06/2024 DIRECT DEPOSIT RAULERSON, SPRING 611.75 418189 12/06/2024 DIRECT DEPOSIT SERVAITES, GREGG 1,796.06 418190 12/06/2024 DIRECT DEPOSIT SNEE, JACKSON 643.44 418191 12/06/2024 DIRECT DEPOSIT TRENT, CECIL 730.92 418192 12/06/2024 DIRECT DEPOSIT VASQUEZ, ODDY 598.72 418193 12/06/2024 DIRECT DEPOSIT CAROW, ELAINE 1,711.81 418194 12/06/2024 DIRECT DEPOSIT COWAN, DONALD 1,242.03 418195 12/06/2024 DIRECT DEPOSIT DOUGLAS, EUGENE 254.87 418196 12/06/2024 DIRECT DEPOSIT EISWERTH, SARAH 1,040.83 418197 12/06/2024 DIRECT DEPOSIT FADAYOMI, BENJAMIN 272.48 418198 12/06/2024 DIRECT DEPOSIT HEBELER, SANDRA 1,205.37 418199 12/06/2024 DIRECT DEPOSIT JONES, ALFRED 418.99 418200 12/06/2024 DIRECT DEPOSIT JURAD, DREW 1,727.85 418201 12/06/2024 DIRECT DEPOSIT KREBS, JILL 2,053.44 66 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418202 12/06/2024 DIRECT DEPOSIT RAMKISSOON, MARIE SOLANGE 500.00 418202 12/06/2024 DIRECT DEPOSIT RAMKISSOON, MARIE SOLANGE 1,226.61 418203 12/06/2024 DIRECT DEPOSIT REDFERN, RICHARD 361.60 418203 12/06/2024 DIRECT DEPOSIT REDFERN, RICHARD 90.40 418204 12/06/2024 DIRECT DEPOSIT SCHLEICH, MARK 91.99 418205 12/06/2024 DIRECT DEPOSIT TILTON, JOSEPH 250.00 418205 12/06/2024 DIRECT DEPOSIT TILTON, JOSEPH 2,342.74 418206 12/06/2024 DIRECT DEPOSIT BINEGAR, AMBER 517.24 418207 12/06/2024 DIRECT DEPOSIT BOLEN, LAYNE 567.99 418208 12/06/2024 DIRECT DEPOSIT BOWKER, JACQUELINE 1,328.94 418209 12/06/2024 DIRECT DEPOSIT BROWN, ARIEL 1,108.96 418210 12/06/2024 DIRECT DEPOSIT BUSKIRK, KITTIE 1,730.41 418211 12/06/2024 DIRECT DEPOSIT COLE, KAREN 1,565.22 418212 12/06/2024 DIRECT DEPOSIT FARBER,ASHLEY 959.51 418213 12/06/2024 DIRECT DEPOSIT FOXX, PAOLA 707.47 418214 12/06/2024 DIRECT DEPOSIT GOODEN, TRAVIS 1,131.40 418215 12/06/2024 DIRECT DEPOSIT HADSELL,DARLENE 2,023.83 418216 12/06/2024 DIRECT DEPOSIT HECKMAN, CHELSEA 1,197.11 418217 12/06/2024 DIRECT DEPOSIT HELTON, HEATHER 5.00 418217 12/06/2024 DIRECT DEPOSIT HELTON, HEATHER. 1,460.19 418217 12/06/2024 DIRECT DEPOSIT HELTON, HEATHER 10.00 418218 12/06/2024 DIRECT DEPOSIT HUFF, TANYA 183.00 418218 12/06/2024 DIRECT DEPOSIT HUFF, TANYA 2,171.71 418219 12/06/2024 DIRECT DEPOSIT JUARBE, THALIA 1,258.32 418220 12/06/2024 DIRECT DEPOSIT LEE, GI 80.41 418220 12/06/2024 DIRECT DEPOSIT LEE, GI 1,286.62 418220 12/06/2024 DIRECT DEPOSIT LEE, GI 241.24 418221 12/06/2024 DIRECT DEPOSIT LESCIO,JOLENE 1,585.71 418222 12/06/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 25.00 418222 12/06/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 1,750.24 418223 12/06/2024 DIRECT DEPOSIT MCDOUGALL, STEVEN 1,540.95 418224 12/06/2024 DIRECT DEPOSIT MCKENNA, TERESA 534.75 418225 12/06/2024 DIRECT DEPOSIT MORGAN, JESSICA 857.66 418226 12/06/2024 DIRECT DEPOSIT NEAL, MARY JANE 1,170.75 418227 12/06/2024 DIRECT DEPOSIT PAGANO, SADIE 497.71 418228 12/06/2024 DIRECT DEPOSIT PAWLAK, FRANCES 1,220.44 418229 12/06/2024 DIRECT DEPOSIT PEREZ, JOSHUA 2,512.64 418230 12/06/2024 DIRECT DEPOSIT SANTOYO,ETHELYN 589.70 418231 12/06/2024 DIRECT DEPOSIT SCHOEN, ERIC 1,352.55 418232 12/06/2024 DIRECT DEPOSIT SMITH NIKITIN, KRISTIE 1,724.99 418233 12/06/2024 DIRECT DEPOSIT STENGER, ELIZABETH 2,813.21 418234 12/06/2024 DIRECT DEPOSIT TRUSS, LAWRENCE 651.53 418235 12/06/2024 DIRECT DEPOSIT WAGNER, MICHELLE 1,701.11 418236 12/06/2024 DIRECT DEPOSIT WYATT, ELIZABETH 609.25 418237 12/06/2024 DIRECT DEPOSIT ALBINI, SCOTT 749.16 418238 12/06/2024 DIRECT DEPOSIT ANDERSON, KATHERINE 1,570.40 418239 12/06/2024 DIRECT DEPOSIT BACHMANN, SANDRA 1,688.00 418240 12/06/2024 DIRECT DEPOSIT BOIKE, REBECCA 1,270.29 418241 12/06/2024 DIRECT DEPOSIT BOWMAN, KATHLEEN 2,480.40 418242 12/06/2024 DIRECT DEPOSIT ELSEBOUGH, KELLY 605.43 418243 12/06/2024 DIRECT DEPOSIT GALENTINE, TRACY 1,081.71 418244 12/06/2024 DIRECT DEPOSIT IACHINI, TAYLOR 1,353.83 418245 12/06/2024 DIRECT DEPOSIT KEATLEY, WHITNEY 391.79 418246 12/06/2024 DIRECT DEPOSIT MELASI, SUSAN 1,618.01 67 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418247 12/06/2024 DIRECT DEPOSIT PANKIEWICZ-FUCHS, PATRICIA 2,369.09 418248 12/06/2024 DIRECT DEPOSIT RATHMAN, BETHANY 815.37 418249 12/06/2024 DIRECT DEPOSIT ROSADO-RODRIGUEZ, JEFFREY 1,194.66 418250 12/06/2024 DIRECT DEPOSIT BROWNING, KATHLEEN 538.80 418251 12/06/2024 DIRECT DEPOSIT COOLER HAWK, SHANNON 1,515.20 418252 12/06/2024 DIRECT DEPOSIT FRANCIS, RICHARD 1,522.63 418253 12/06/2024 DIRECT DEPOSIT HERNANDEZ, MELISSA 556.89 418254 12/06/2024 DIRECT DEPOSIT LOWE, CYNTHIA 1,151.26 418255 12/06/2024 DIRECT DEPOSIT F MCDOUGALL, HO�UE 1,846.57 418256 12/06/2024 DIRECT DEPOSIT NEAL, BRIANNA , 583.12 418257 12/06/2024 DIRECT DEPOSIT PEARSAUL, VICTO* 779.72 418258 12/06/2024 DIRECT DEPOSIT SOBEL, KATHERINE 468.29 418259 12/06/2024 DIRECT DEPOSIT ADAMS, KEVIN 2,216.33 418260 12/06/2024 DIRECT DEPOSIT CAMPBELL, OMOL{ RA 825.52 418260 12/06/2024 DIRECT DEPOSIT CAMPBELL, OMOL�RA 353.80 418261 12/06/2024 DIRECT DEPOSIT GASTRO, JUAN 784.17 418262 12/06/2024 DIRECT DEPOSIT GIANSANTI, JOHN 723.32 418263 12/06/2024 DIRECT DEPOSIT HALL, CARLY 875.50 418264 12/06/2024 DIRECT DEPOSIT KING, DENISE 676.90 418265 12/06/2024 DIRECT DEPOSIT SORENSON, MICHELLE 1,359.15 418266 12/06/2024 DIRECT DEPOSIT BILLINGS, JOHNATHAN 2,195.89 418267 12/06/2024 DIRECT DEPOSIT BONELL, CALEB 509.85 418268 12/06/2024 DIRECT DEPOSIT BROWNLEE, MATTHEW 573.09 418269 12/06/2024 DIRECT DEPOSIT COPPOLA, JOHN 367.63 418270 12/06/2024 DIRECT DEPOSIT DIAS-NOVA, DANIEL 890.99 418271 12/06/2024 DIRECT DEPOSIT DOTSEY, JOHN 1,835.80 418272 12/06/2024 DIRECT DEPOSIT FILIZZOLA NOVA, BRENO 704.81 418273 12/06/2024 DIRECT DEPOSIT FRANCOEUR, ANDREW 371.19 418274 12/06/2024 DIRECT DEPOSIT GILLIGAN, MATTHEW 1,611.05 418275 12/06/2024 DIRECT DEPOSIT HENDERSON, CHRISTOPHER 2,466.96 418276 12/06/2024 DIRECT DEPOSIT HERNANDEZ, ANTHONY 194.14 418277 12/06/2024 DIRECT DEPOSIT JENKINS, CARLOS 396.15 418278 12/06/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 951.20 418279 12/06/2024 DIRECT DEPOSIT KEATON, KAMERON 1,571.09 418280 12/06/2024 DIRECT DEPOSIT LEVY, AARON 1,887.85 418280 12/06/2024 DIRECT DEPOSIT LEVY, AARON 75.00 418281 12/06/2024 DIRECT DEPOSIT LOCY, EMILY 1,323.74 418281 12/06/2024 DIRECT DEPOSIT LOCY, EMILY 50.00 418282 12/06/2024 DIRECT DEPOSIT MCDEARMID, RONALD 392.00 418283 12/06/2024 DIRECT DEPOSIT OTTO, DANIEL 1,563.10 418284 12/06/2024 DIRECT DEPOSIT PURPURA, CHRISTOPHER 1,524.89 418285 12/06/2024 DIRECT DEPOSIT RING, ERIC 1,822.23 418286 12/06/2024 DIRECT DEPOSIT WADE, FARAI 571.10 418286 12/06/2024 DIRECT DEPOSIT WADE, FARAI 244.75 418287 12/06/2024 DIRECT DEPOSIT WATKINS, CHRISTOPHER 1,854.32 418288 12/06/2024 DIRECT DEPOSIT CAGGIANO, LINDA 1,192.95 418289 12/06/2024 DIRECT DEPOSIT MATTHEWS, JESSICA 1,948.86 418290 12/06/2024 DIRECT DEPOSIT ABERNATHY, STEVE 5,306.20 418291 12/06/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 681.87 418291 12/06/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 2,727.48 418292 12/06/2024 DIRECT DEPOSIT ADKINS, TANISHA 2,462.11 418293 12/06/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 1,234.60 418293 12/06/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 2,292.83 418294 12/06/2024 DIRECT DEPOSIT ALICEA, MICHAEL 2,214.55 68 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418295 12/06/2024 DIRECT DEPOSIT AMORTEGUI, JAIME 2,178.33 418296 12/06/2024 DIRECT DEPOSIT ANGELONE, ANDREW 2,058.12 418297 12/06/2024 DIRECT DEPOSIT AREYZAGA, CHY'ANN 2,000.06 418298 12/06/2024 DIRECT DEPOSIT ARNOLD, WESLEY 3,621.20 418299 12/06/2024 DIRECT DEPOSIT AYERDIS, ALEXANDER 3,486.13 418300 12/06/2024 DIRECT DEPOSIT BAILEY, JOSHUA 2,568.76 418301 12/06/2024 DIRECT DEPOSIT BAIRD, ALLISON 2,450.91 418302 12/06/2024 DIRECT DEPOSIT BARCUS, CHRISTOPHER 2,788.18 418303 12/06/2024 DIRECT DEPOSIT BARKEY, WILLIAM 3,695.60 418304 12/06/2024 DIRECT DEPOSIT BELL, DAVID 2,678.99 418305 12/06/2024 DIRECT DEPOSIT BENDER, JOSHUA 2,124.91 418305 12/06/2024 DIRECT DEPOSIT BENDER, JOSHUA 750.00 418306 12/06/2024 DIRECT DEPOSIT BERNI, CORBIN " 2,485.43 418307 12/06/2024 DIRECT DEPOSIT BERNSTEIN, MICHAEL 5,611.92 418308 12/06/2024 DIRECT DEPOSIT BEUTTELL, CLIFTON 5,036.77 418309 12/06/2024 DIRECT DEPOSIT BINAFIF, MAZEN 3,705.61 418310 12/06/2024 DIRECT DEPOSIT BINKLEY, JOHN 2,453.96 418311 12/06/2024 DIRECT DEPOSIT BLOCH, MATTHEW 2,667.11 418312 12/06/2024 DIRECT DEPOSIT BONHOMME, DAVE BRIAN 1,971.25 418313 12/06/2024 DIRECT DEPOSIT BOROCZKY, TAMAS 2,183.57 418314 12/06/2024 DIRECT DEPOSIT BOWDEN, CHASE 2,438.86 418315 12/06/2024 DIRECT DEPOSIT BRAMLETT, RILEY 2,479.33 418316 12/06/2024 DIRECT DEPOSIT BRENNAN, THOMAS 2,051.52 418317 12/06/2024 DIRECT DEPOSIT BREWER, CHRISTEN 200.00 418317 12/06/2024 DIRECT DEPOSIT BREWER, CHRISTEN 2,551.90 418318 12/06/2024 DIRECT DEPOSIT BROUWER, 1HONATAN 3,736.52 418319 12/06/2024 DIRECT DEPOSIT BRUNO, HARRISON 2,358.31 418320 12/06/2024 DIRECT DEPOSIT BUDERUS, CHRISTOPHER 1,949.15 418321 12/06/2024 DIRECT DEPOSIT BURKE, CHRISTOPHER 3,727.56 418322 12/06/2024 DIRECT DEPOSIT BURKE, DONALD 2,548.53 418323 12/06/2024 DIRECT DEPOSIT BURNS, BOB 2,088.79 418324 12/06/2024 DIRECT DEPOSIT BURRITT, BRIAN 2,654.88 418325 12/06/2024 DIRECT DEPOSIT BUSTAMANTE, LUIS 1,972.80 418326 12/06/2024 DIRECT DEPOSIT CAGLE, GARRETT 2,321.05 418327 12/06/2024 DIRECT DEPOSIT CALLAHAN, RYAN 5,123.92 418328 12/06/2024 DIRECT DEPOSIT CALLOWAY, JAMIE 3,797.10 418329 12/06/2024 DIRECT DEPOSIT CALZADILLA, EVAN 2,580.00 418330 12/06/2024 DIRECT DEPOSIT CAPPELEN, RYAN 4,261.41 418331 12/06/2024 DIRECT DEPOSIT CASS, JAMES 3,043.25 418332 12/06/2024 DIRECT DEPOSIT CEBRYNSKI, JOSEPH 3,395.74 418333 12/06/2024 DIRECT DEPOSIT CHISHOLM, KEITH 2,698.39 418334 12/06/2024 DIRECT DEPOSIT CICERONI, RICHARD 2,739.61 418335 12/06/2024 DIRECT DEPOSIT CLUTE, KEVIN 3,665.98 418336 12/06/2024 DIRECT DEPOSIT COBB, JOHN 2,218.05 418337 12/06/2024 DIRECT DEPOSIT COFFEY, GAVIN 2,059.02 418338 12/06/2024 DIRECT DEPOSIT COLEMAN, JACOB 2,504.99 418339 12/06/2024 DIRECT DEPOSIT COLEMAN, LEVI 3,260.59 418340 12/06/2024 DIRECT DEPOSIT COOPER, MIKAL 2,447.79 418341 12/06/2024 DIRECT DEPOSIT CORDERO, VINCENT 2,024.62 418342 12/06/2024 DIRECT DEPOSIT CORSO, JOHN 2,627.89 418343 12/06/2024 DIRECT DEPOSIT COTRONE, NICHOLAS 1,893.43 418344 12/06/2024 DIRECT DEPOSIT CRARY, WILLIAM 2,121.19 418345 12/06/2024 DIRECT DEPOSIT CRAVEN, THOMAS 2,100.22 418346 12/06/2024 DIRECT DEPOSIT CRUSE, DEVIN 3,155.45 69 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418347 12/06/2024 DIRECT DEPOSIT CUEVAS, RUBEN 3,456.66 418348 12/06/2024 DIRECT DEPOSIT CURTIS, COREY 2,014.19 418349 12/06/2024 DIRECT DEPOSIT DAMPIER, BRADLEY 2,251.59 418350 12/06/2024 DIRECT DEPOSIT DAMPIER, BRANDON 2,478.67 418351 12/06/2024 DIRECT DEPOSIT DANCY, GARRETT 916.73 418352 12/06/2024 DIRECT DEPOSIT DEBROWSKI, FRANCIS 3,162.64 418353 12/06/2024 DIRECT DEPOSIT DEKKER, ANTHONY 3,057.30 418354 12/06/2024 DIRECT DEPOSIT DEKKER, DUSTIN 2,487.66 418355 12/06/2024 DIRECT DEPOSIT DELASHMUTT, WIN 3,356.96 418356 12/06/2024 DIRECT DEPOSIT DELGADO, AUSTII 1,810.46 418357 12/06/2024 DIRECT DEPOSIT DENT, RICHARD 1 4,003.12 418358 12/06/2024 DIRECT DEPOSIT DIAZ, NICHOLAS i 3,107.80 418359 12/06/2024 DIRECT DEPOSIT DION, ROGER 4,039.90 418360 12/06/2024 DIRECT DEPOSIT DUNNE, COLIN 2,623.34 418361 12/06/2024 DIRECT DEPOSIT DUSKIN, MICHAEL 3,343.42 418362 12/06/2024 DIRECT DEPOSIT EDEN FIELD-ERNSBERGER, TRISTAN 1,932.96 418363 12/06/2024 DIRECT DEPOSIT EFFEREN, ROBERT 2,979.95 418364 12/06/2024 DIRECT DEPOSIT EIRLS, MICHAEL 2,154.82 418365 12/06/2024 DIRECT DEPOSIT ELLISON, CRAIG 2,971.78 418366 12/06/2024 DIRECT DEPOSIT ESCOBEDO, PAUL, 2,677.37 418367 12/06/2024 DIRECT DEPOSIT ESKEW, BRADLEY!, 2,357.42 418368 12/06/2024 DIRECT DEPOSIT v ESPINOZA, JAMES 2,139.83 418369 12/06/2024 DIRECT DEPOSIT ESTELHOMME, BRIAN 1,867.07 418370 12/06/2024 DIRECT DEPOSIT FARRELL, SARAH 2,159.65 418371 12/06/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 2,127.88 418371 12/06/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 750.00 418372 12/06/2024 DIRECT DEPOSIT FIELDS, DAWSON 1,880.85 418373 12/06/2024 DIRECT DEPOSIT FIGAS, AUSTIN 2,211.13 418374 12/06/2024 DIRECT DEPOSIT FIGUEROA, JULIAN 2,649.68 418375 12/06/2024 DIRECT DEPOSIT FLOOD, STEPHEN 1,829.33 418375 12/06/2024 DIRECT DEPOSIT FLOOD, STEPHEN 700.00 418376 12/06/2024 DIRECT DEPOSIT FLORES, IVAN 3,149.71 418377 12/06/2024 DIRECT DEPOSIT FLORES, JULIO 2,443.86 418378 12/06/2024 DIRECT DEPOSIT FONTANA, RYAN 2,018.18 418379 12/06/2024 DIRECT DEPOSIT FORD, BRADLEY 2,299.31 418380 12/06/2024 DIRECT DEPOSIT FORGET, JUSTIN 3,562.78 418381 12/06/2024 DIRECT DEPOSIT FOWLER, SEAN 1,972.81 418382 12/06/2024 DIRECT DEPOSIT FOX, THOMAS 35.00 418382 12/06/2024 DIRECT DEPOSIT FOX, THOMAS 4,002.51 418383 12/06/2024 DIRECT DEPOSIT FRETWELL, JASON 2,907.59 418384 12/06/2024 DIRECT DEPOSIT FUCCI, JAMES 3,044.59 418385 12/06/2024 DIRECT DEPOSIT GABBARD, KYLE 3,339.40 418386 12/06/2024 DIRECT DEPOSIT GALLEGOS, MATTHEW 2,668.61 418387 12/06/2024 DIRECT DEPOSIT GEHRING, JOELY 3,235.93 418388 12/06/2024 DIRECT DEPOSIT GIACCIO, MICHAEL 2,419.67 418389 12/06/2024 DIRECT DEPOSIT GIBBONS, SEAN 3,890.88 418390 12/06/2024 DIRECT DEPOSIT GIBBONS, TREVOR 2,258.27 418391 12/06/2024 DIRECT DEPOSIT GILL, WADE 2,021.61 418392 12/06/2024 DIRECT DEPOSIT GILLIG, JUSTIN 3,734.58 418393 12/06/2024 DIRECT DEPOSIT GOICOECHEA, YOMAYRA 2,293.97 418394 12/06/2024 DIRECT DEPOSIT GOMBOS, RICHARD 2,191.92 418395 12/06/2024 DIRECT DEPOSIT GOMEZ, J JESUS 4,592.17 418396 12/06/2024 DIRECT DEPOSIT GOMEZ, RAMIRO 2,599.09 418397 12/06/2024 DIRECT DEPOSIT GONZALEZ, JUSTIN 1,756.55 70 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418398 12/06/2024 DIRECT DEPOSIT GOOD, MITCHELL 1,944.11 418399 12/06/2024 DIRECT DEPOSIT GOODRICH, EVYN 2,256.17 418400 12/06/2024 DIRECT DEPOSIT GOODSON, RYAN 1,782.40 418401 12/06/2024 DIRECT DEPOSIT GRANATH, JOHN 2,581.95 418402 12/06/2024 DIRECT DEPOSIT GRAUL, STEVEN 4,976.36 418403 12/06/2024 DIRECT DEPOSIT GREER, STEPHEN 3,175.05 418404 12/06/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 100.00 418404 12/06/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 3,348.90 418405 12/06/2024 DIRECT DEPOSIT GUANCH, BRIAN 1,000.00 418405 12/06/2024 DIRECT DEPOSIT GUANCH, BRIAN 2,053.31 418406 12/06/2024 DIRECT DEPOSIT HAFFIELD, BRANDON 2,162.29 418407 12/06/2024 DIRECT DEPOSIT HAMILTON, CAMERON 1,995.06 418408 12/06/2024 DIRECT DEPOSIT HARKNESS, STEPHEN 3,393.14 418409 12/06/2024 DIRECT DEPOSIT HARLEY-OPPEL, KYLER 2,060.44 418410 12/06/2024 DIRECT DEPOSIT HARRIS, HEATH 3,290.90 418411 12/06/2024 DIRECT DEPOSIT HASKAS, STAMATIS 1,940.06 418412 12/06/2024 DIRECT DEPOSIT HATTON, CASEY 3,071.15 418413 12/06/2024 DIRECT DEPOSIT HAWKINS, DUSTIN 3,309.09 418414 12/06/2024 DIRECT DEPOSIT HELINSKI, MICHAEL 2,090.00 418415 12/06/2024 DIRECT DEPOSIT HENDERSON, CYNTHIA 2,745.03 418416 12/06/2024 DIRECT DEPOSIT HENDERSON, MARIO 4,712.71 418417 12/06/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 100.00 418417 12/06/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 2,967.15 418418 12/06/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 193.04 418418 12/06/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 2,220.02 418419 12/06/2024 DIRECT DEPOSIT HOLBROOK, JAMES 3,358.92 418420 12/06/2024 DIRECT DEPOSIT HOLMES, CODY 2,827.23 418421 12/06/2024 DIRECT DEPOSIT HOLTZCLAW, KYLE 2,509.24 418422 12/06/2024 DIRECT DEPOSIT HORNER, CHAD 4,396.21 418423 12/06/2024 DIRECT DEPOSIT HOWARD, WAYNE 150.00 418423 12/06/2024 DIRECT DEPOSIT HOWARD, WAYNE 5,048.49 418424 12/06/2024 DIRECT DEPOSIT HRUSOVSKY, MCGWIRE 1,772.21 418425 12/06/2024 DIRECT DEPOSIT HUGHES, DEVON 2,786.42 418426 12/06/2024 DIRECT DEPOSIT HURTADO, DANIEL 2,384.84 418427 12/06/2024 DIRECT DEPOSIT HYDE, JACOB 2,418.34 418428 12/06/2024 DIRECT DEPOSIT ISAACSON, ERIK 2,755.36 418429 12/06/2024 DIRECT DEPOSIT 1ENSEN, CASEY 2,659.34 418430 12/06/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 2,872.17 418431 12/06/2024 DIRECT DEPOSIT JONES, DALTON 2,189.23 418432 12/06/2024 DIRECT DEPOSIT JONES, LAVIGNE 3,359.45 418433 12/06/2024 DIRECT DEPOSIT JUDSON, JASON 4,129.58 418434 12/06/2024 DIRECT DEPOSIT KAHL, BRANDON 50.00 418434 12/06/2024 DIRECT DEPOSIT KAHL, BRANDON 2,686.73 418435 12/06/2024 DIRECT DEPOSIT KARPINSKI, DODGE 3,233.36 418436 12/06/2024 DIRECT DEPOSIT KEARNS, OLIVER 1,931.73 418437 12/06/2024 DIRECT DEPOSIT KIERNAN, DAVID 3,172.78 418438 12/06/2024 DIRECT DEPOSIT KING, JOSEPH 1,969.56 418438 12/06/2024 DIRECT DEPOSIT KING, JOSEPH 600.00 418439 12/06/2024 DIRECT DEPOSIT KLAUSE, SHEENA 2,577.18 418440 12/06/2024 DIRECT DEPOSIT KOFKE, KYLE 1,000.00 418440 12/06/2024 DIRECT DEPOSIT KOFKE, KYLE 2,816.59 418441 12/06/2024 DIRECT DEPOSIT KOVATCH, NATHAN 2,902.82 418442 12/06/2024 DIRECT DEPOSIT KRAFT, MATTHEW 1,972.89 418443 12/06/2024 DIRECT DEPOSIT KRUEGER, RYAN 2,706.67 71 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418444 12/06/2024 DIRECT DEPOSIT LAMANA, PARRIS 1,254.25 418445 12/06/2024 DIRECT DEPOSIT LANG, GEOFFREY 250.00 418445 12/06/2024 DIRECT DEPOSIT LANG, GEOFFREY 1,749.10 418446 12/06/2024 DIRECT DEPOSIT LEGLEITNER, CHANDLER 2,057.05 418447 12/06/2024 DIRECT DEPOSIT LEWIS, BRAD 2,063.17 418448 12/06/2024 DIRECT DEPOSIT LLOYD, JAMES 3,861.63 418449 12/06/2024 DIRECT DEPOSIT LOGSDON, TYLER 2,804.41 418450 12/06/2024 DIRECT DEPOSIT LONDONO, ISAAC 1,793.27 418451 12/06/2024 DIRECT DEPOSIT LOPEZ, ERIC 2,754.90 418452 12/06/2024 DIRECT DEPOSIT LOUDERMILK, JEFFREY 4,275.09 418453 12/06/2024 DIRECT DEPOSIT LUCAS, DAVID 1,910.98 418454 12/06/2024 DIRECT DEPOSIT MAGUIRE, KEVIN 2,277.84 418455 12/06/2024 DIRECT DEPOSIT MAHAN, STEVEN 2,750.48 418456 12/06/2024 DIRECT DEPOSIT MARCHESINI, TODD 2,605.21 418457 12/06/2024 DIRECT DEPOSIT MARINI, STEVEN 1,813.38 418458 12/06/2024 DIRECT DEPOSIT MARQUES, CARLO 2,658.56 418459 12/06/2024 DIRECT DEPOSIT MARQUES, GABRIELLE 2,018.92 418460 12/06/2024 DIRECT DEPOSIT MARTINEZ, ALYSSA 2,064.43 418461 12/06/2024 DIRECT DEPOSIT MARTINEZ, GABRIEL 2,057.86 418462 12/06/2024 DIRECT DEPOSIT MASON, BRETT 2,412.38 418463 12/06/2024 DIRECT DEPOSIT MASTERS, DANIEL 3,432.57 418464 12/06/2024 DIRECT DEPOSIT MATHERLY, CHRISTOPHER 3,204.87 418465 12/06/2024 DIRECT DEPOSIT MAZZOLA, MICHAEL 2,581.61 418466 12/06/2024 DIRECT DEPOSIT MCAULIFFE, COLBY 2,365.21 418467 12/06/2024 DIRECT DEPOSIT MCCABE, BENJAMIN 2,552.15 418468 12/06/2024 DIRECT DEPOSIT MCCORMACK, SEAN 2,983.24 418469 12/06/2024 DIRECT DEPOSIT MCGINN, MATTHEW 2,588.29 418470 12/06/2024 DIRECT DEPOSIT MCLEOD, CODY 2,490.32 418471 12/06/2024 DIRECT DEPOSIT MCVAY, CHRISTOPHER 2,433.20 418472 12/06/2024 DIRECT DEPOSIT MEDINA, NICKOLAS 2,474.35 418473 12/06/2024 DIRECT DEPOSIT MEILAN, TOMAS 2,665.24 418474 12/06/2024 DIRECT DEPOSIT METZ, GIANNA 2,151.44 418475 12/06/2024 DIRECT DEPOSIT METZ, MATTHEW 2,332.54 418476 12/06/2024 DIRECT DEPOSIT MEYERS, KYLE 2,507.97 418477 12/06/2024 DIRECT DEPOSIT MINNS, KYLE 2,534.97 418478 12/06/2024 DIRECT DEPOSIT MIXON, SEAN 1,889.73 418479 12/06/2024 DIRECT DEPOSIT MONTPETIT, CHRISTOPHER 1,778.23 418480 12/06/2024 DIRECT DEPOSIT MOONEY, KEVIN 2,015.55 418480 12/06/2024 DIRECT DEPOSIT MOONEY, KEVIN 300.00 418481 12/06/2024 DIRECT DEPOSIT MORRIS, JOSHUA 2,532.51 418482 12/06/2024 DIRECT DEPOSIT MORRIS, NICOLE 3,630.54 418483 12/06/2024 DIRECT DEPOSIT MORRISON, JAMES 2,590.62 418484 12/06/2024 DIRECT DEPOSIT MOYER, HANNAH 3,741.12 418485 12/06/2024 DIRECT DEPOSIT MURPHY, ANDREW 2,811.81 418486 12/06/2024 DIRECT DEPOSIT NACHREINER, BRYCE 2,421.45 418487 12/06/2024 DIRECT DEPOSIT NADOLNY, VINCENT 3,077.09 418488 12/06/2024 DIRECT DEPOSIT NIELSEN, ALEX 2,205.27 418489 12/06/2024 DIRECT DEPOSIT NOGAREDA, JORDAN 2,140.40 418490 12/06/2024 DIRECT DEPOSIT NOHRR, JULI 2,706.34 418491 12/06/2024 DIRECT DEPOSIT NORAT, ALEXANDER 2,138.09 418492 12/06/2024 DIRECT DEPOSIT OCONNOR, JOHN 3,998.23 418493 12/06/2024 DIRECT DEPOSIT OHLER, MARK 2,506.56 418494 12/06/2024 DIRECT DEPOSIT OLIVER, LUKE 2,818.11 418495 12/06/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 1,923.61 72 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418495 12/06/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 150.00 418496 12/06/2024 DIRECT DEPOSIT OSGOOD, DAVID 2,455.74 418497 12/06/2024 DIRECT DEPOSIT OSTERMAN, TYLER 1,881.09 418497 12/06/2024 DIRECT DEPOSIT OSTERMAN, TYLER 470.27 418498 12/06/2024 DIRECT DEPOSIT PARKER, RYAN 3,914.52 418499 12/06/2024 DIRECT DEPOSIT PARKER, TYLER 3,023.07 418500 12/06/2024 DIRECT DEPOSIT PARKERSON, BRANDON 2,213.63 418501 12/06/2024 DIRECT DEPOSIT PARRIS, RYAN 2,234.67 418502 12/06/2024 DIRECT DEPOSIT PATTERSON, RYAN 2,537.95 418503 12/06/2024 DIRECT DEPOSIT PEDONTI, ZACHA$Y 2,170.21 418504 12/06/2024 DIRECT DEPOSIT PENA, ADAN 2,486.69 418505 12/06/2024 DIRECT DEPOSIT PENA, JONATHAN 1,708.90 418506 12/06/2024 DIRECT DEPOSIT PERDOMO, JAMES 2,641.08 418507 12/06/2024 DIRECT DEPOSIT PERRY, SEAN 1,723.13 418508 12/06/2024 DIRECT DEPOSIT PHAN, BRANDON 2,179.34 418509 12/06/2024 DIRECT DEPOSIT PLOURDE, HUNTER 2,243.61 418510 12/06/2024 DIRECT DEPOSIT POLLY, DONNIE 1,934.35 418511 12/06/2024 DIRECT DEPOSIT PORTER, TODD 747.04 418511 12/06/2024 DIRECT DEPOSIT PORTER, TODD 2,241.12 418512 12/06/2024 DIRECT DEPOSIT POWELL, STEVEN 3,505.51 418513 12/06/2024 DIRECT DEPOSIT PRESSLEY, JASON 2,713.76 418514 12/06/2024 DIRECT DEPOSIT QUIGLEY, BRENNAN 2,927.09 418515 12/06/2024 DIRECT DEPOSIT RAMIREZ, SELENA 2,395.52 418516 12/06/2024 DIRECT DEPOSIT RAMSEY, RYAN 2,222.11 418517 12/06/2024 DIRECT DEPOSIT RATTRAY, APRIL 3,193.50 418518 12/06/2024 DIRECT DEPOSIT RATTRAY, DAVID 3,590.77 418519 12/06/2024 DIRECT DEPOSIT RAULERSON, JAMESON 3,546.33 418520 12/06/2024 DIRECT DEPOSIT REARDON, JONATHAN 3,083.43 418521 12/06/2024 DIRECT DEPOSIT REY, DANIEL 2,490.11 418522 12/06/2024 DIRECT DEPOSIT REYES, LUIS 2,045.51 418523 12/06/2024 DIRECT DEPOSIT RICHARDS, BRADLEY 2,239.66 418524 12/06/2024 DIRECT DEPOSIT RICHTER, JOSEPH 3,281.06 418525 12/06/2024 DIRECT DEPOSIT RIVAS, ROBERT 3,172.03 418526 12/06/2024 DIRECT DEPOSIT ROBERTS, BRYAN 2,504.27 418527 12/06/2024 DIRECT DEPOSIT ROBERTSON, ZACHARY 2,914.00 418528 12/06/2024 DIRECT DEPOSIT ROBINSON, MARCUS 4,215.18 418529 12/06/2024 DIRECT DEPOSIT RODRIGUEZ, JATNIEL 2,186.67 418530 12/06/2024 DIRECT DEPOSIT ROTH, NICOLE 1,492.30 418531 12/06/2024 DIRECT DEPOSIT RUFF, CODY 3,401.14 418532 12/06/2024 DIRECT DEPOSIT RULE, MICHAEL 3,291.98 418533 12/06/2024 DIRECT DEPOSIT RUSSELL, DEREK 3,386.03 418534 12/06/2024 DIRECT DEPOSIT SALMON, JOHN 2,879.22 418535 12/06/2024 DIRECT DEPOSIT SANSONE, MICHAEL 3,748.01 418536 12/06/2024 DIRECT DEPOSIT SANTIAGO, JOSHUA 2,490.38 418537 12/06/2024 DIRECT DEPOSIT SAPP, JULIA 2,452.89 418538 12/06/2024 DIRECT DEPOSIT SCHAUMAN, ADAM 4,018.25 418539 12/06/2024 DIRECT DEPOSIT SCHILLING, THOMAS 3,231.38 418540 12/06/2024 DIRECT DEPOSIT SCHLOESSER, STEVEN 2,807.58 418541 12/06/2024 DIRECT DEPOSIT SELLERS, ANDREW 2,271.33 418542 12/06/2024 DIRECT DEPOSIT SHIELDS, WILLIAM 3,549.27 418543 12/06/2024 DIRECT DEPOSIT SHULTS, DEREK 2,204.00 418544 12/06/2024 DIRECT DEPOSIT SIMONS, BRADLEY 150.00 418544 12/06/2024 DIRECT DEPOSIT SIMONS, BRADLEY 2,410.77 418545 12/06/2024 DIRECT DEPOSIT SIMS, CHRISTINA 2,810.06 73 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418546 12/06/2024 DIRECT DEPOSIT SINAGRA, MARC 2,374.91 418547 12/06/2024 DIRECT DEPOSIT SKOK, ROBERT 2,441.33 418548 12/06/2024 DIRECT DEPOSIT SLACK, JOSEPH 2,842.70 418549 12/06/2024 DIRECT DEPOSIT SMITH, BRYANT 1,966.34 418550 12/06/2024 DIRECT DEPOSIT SMITH, JARED 2,786.72 418551 12/06/2024 DIRECT DEPOSIT SMITH, KAREN 2,379.99 418552 12/06/2024 DIRECT DEPOSIT SMITH, MICHAEL 1,962.58 418553 12/06/2024 DIRECT DEPOSIT SMITH, STEPHEN 3,666.46 418554 12/06/2024 DIRECT DEPOSIT SPARKMAN, CODY 3,253.94 418555 12/06/2024 DIRECT DEPOSIT SPRENGER, CONSTANT 2,317.62 418556 12/06/2024 DIRECT DEPOSIT SPRINGER, MORRIS 2,942.59 418557 12/06/2024 DIRECT DEPOSIT STAMM, JESSICA 1,932.80 418558 12/06/2024 DIRECT DEPOSIT STEELE, JOSHUA 3,016.24 418559 12/06/2024 DIRECT DEPOSIT STENGER, ANDREW 5,719.98 418560 12/06/2024 DIRECT DEPOSIT STEPHENS, TRAVIS 2,444.91 418561 12/06/2024 DIRECT DEPOSIT STEPHENS, ZACHARIA 3,072.28 418562 12/06/2024 DIRECT DEPOSIT STOTT, JESSICA 2,526.85 418563 12/06/2024 DIRECT DEPOSIT STURTEVANT, MARC 2,811.26 418564 12/06/2024 DIRECT DEPOSIT SWEATT, CODY 2,583.07 418565 12/06/2024 DIRECT DEPOSIT THOMPSON, CLINTON 2,446.24 418566 12/06/2024 DIRECT DEPOSIT THOMPSON, GRIFFIN 2,459.42 418567 12/06/2024 DIRECT DEPOSIT THOMPSON, ROBERT 2,296.78 418568 12/06/2024 DIRECT DEPOSIT THOMPSON, RUSSELL 4,581.52 418569 12/06/2024 DIRECT DEPOSIT TIERNEY, PATRICK 2,841.94 418570 12/06/2024 DIRECT DEPOSIT TOBIN, JUSTIN 2,922.68 418571 12/06/2024 DIRECT DEPOSIT TRENT, CHRISTOPHER 4,460.32 418572 12/06/2024 DIRECT DEPOSIT TROSKA, HUNTER 2,775.66 418573 12/06/2024 DIRECT DEPOSIT TURPIN, JENA 2,204.32 418574 12/06/2024 DIRECT DEPOSIT URSULEAN, FLORIN 3,589.78 418575 12/06/2024 DIRECT DEPOSIT URSULEAN, ZACHARY 2,225.63 418576 12/06/2024 DIRECT DEPOSIT USHER, ADAM 4,557.06 418577 12/06/2024 DIRECT DEPOSIT VELAZQUEZ, JOSHUA 1,789.31 418578 12/06/2024 DIRECT DEPOSIT VELIE, ANTHONY 2,916.20 418579 12/06/2024 DIRECT DEPOSIT WAGNER, BRANDON 2,630.06 418580 12/06/2024 DIRECT DEPOSIT WALKER, TYLER 2,442.88 418581 12/06/2024 DIRECT DEPOSIT WALLACE, JEREMY 2,654.26 418582 12/06/2024 DIRECT DEPOSIT WALLS, JOSEPH 4,971.18 418583 12/06/2024 DIRECT DEPOSIT WATKINS, BENJAMIN 2,519.09 418584 12/06/2024 DIRECT DEPOSIT WEAVER, TYLER 2,310.55 418585 12/06/2024 DIRECT DEPOSIT WELLS, MICHAEL 3,374.21 418586 12/06/2024 DIRECT DEPOSIT WELTER, JOSHUA 2,963.97 418587 12/06/2024 DIRECT DEPOSIT WENZEL, JACOB 2,467.65 418588 12/06/2024 DIRECT DEPOSIT WEST, RILEY 1,334.68 418588 12/06/2024 DIRECT DEPOSIT WEST, RILEY 572.00 418589 12/06/2024 DIRECT DEPOSIT WESTERMAN, JAMES 2,735.66 418590 12/06/2024 DIRECT DEPOSIT WHITE, KEVIN 2,660.89 418591 12/06/2024 DIRECT DEPOSIT WILLMOT, WILLIAM 4,581.99 418592 12/06/2024 DIRECT DEPOSIT WILSNACK, ALEXANDER 2,741.41 418593 12/06/2024 DIRECT DEPOSIT WILSON, NEIL 3,088.89 418594 12/06/2024 DIRECT DEPOSIT WOODWARD, EDWARD 1,586.85 418595 12/06/2024 DIRECT DEPOSIT ZAVALA, ADRIAN 2,021.68 418596 12/06/2024 DIRECT DEPOSIT ZEDEK, STACY 2,849.78 418597 12/06/2024 DIRECT DEPOSIT PACHECO-NOEL, MARCELA 2,096.64 418598 12/06/2024 DIRECT DEPOSIT BRADLEY, DANIEL 1,463.22 74 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418599 12/06/2024 DIRECT DEPOSIT RACKARD, KAREN 2,350.72 418600 12/06/2024 DIRECT DEPOSIT BERGMAN, QUINTIN 2,016.82 418601 12/06/2024 DIRECT DEPOSIT VANGEISON, DUSTIN 1,997.81 418602 12/06/2024 DIRECT DEPOSIT BACHAND, STEVEN 813.09 418603 12/06/2024 DIRECT DEPOSIT BENSON, SHAWN 796.49 418604 12/06/2024 DIRECT DEPOSIT BOWLER, NANCY 50.00 418604 12/06/2024 DIRECT DEPOSIT BOWLER, NANCY 1,125.08 418605 12/06/2024 DIRECT DEPOSIT COX, BRANDON 1,362.59 418606 12/06/2024 DIRECT DEPOSIT DUNHAM, TREVOR 695.92 418607 12/06/2024 DIRECT DEPOSIT HARRISON, MIC"AEL 497.94 418608 12/06/2024 DIRECT DEPOSIT HEFFNER, KEITH' 760.00 418609 12/06/2024 DIRECT DEPOSIT MALDONADO, E4 801.68 418610 12/06/2024 DIRECT DEPOSIT OSBORNE, JANd 708.55 418611 12/06/2024 DIRECT DEPOSIT SELDES, JERROLD 2,627.16 418612 12/06/2024 DIRECT DEPOSIT SIRILLA, JOSEPH 493.71 418613 12/06/2024 DIRECT DEPOSIT SMITH, MICHAEL 969.82 418614 12/06/2024 DIRECT DEPOSIT TALARICO, FRANK 589.51 418615 12/06/2024 DIRECT DEPOSIT VACCARO, MICHAEL 692.54 418616 12/06/2024 DIRECT DEPOSIT WHITE, JOSEPH 1,772.77 418617 12/06/2024 DIRECT DEPOSIT BUNT, NANCY 4,999.68 418618 12/06/2024 DIRECT DEPOSIT COPELAND, KATHY 2,694.68 418619 12/06/2024 DIRECT DEPOSIT TITKANICH, JOHN 5,682.41 418619 12/06/2024 DIRECT DEPOSIT TITKANICH, JOHN 1,000.00 418620 12/06/2024 DIRECT DEPOSIT VOTZI, SHEILA 300.00 418620 12/06/2024 DIRECT DEPOSIT VOTZI, SHEILA 250.00 418620 12/06/2024 DIRECT DEPOSIT VOTZI, SHEILA 50.00 418620 12/06/2024 DIRECT DEPOSIT VOTZI, SHEILA 1,425.02 418621 12/06/2024 DIRECT DEPOSIT EMERSON, CYNTHIA 4,511.31 418622 12/06/2024 DIRECT DEPOSIT MILLER, MAYA 536.00 418622 12/06/2024 DIRECT DEPOSIT MILLER, MAYA 20.00 418622 12/06/2024 DIRECT DEPOSIT MILLER, MAYA 1,019.70 418622 12/06/2024 DIRECT DEPOSIT MILLER, MAYA 150.00 418623 12/06/2024 DIRECT DEPOSIT ZITO, MICHAEL 5,299.03 418624 12/06/2024 DIRECT DEPOSIT BOYLL, SUZANNE 3,972.04 418625 12/06/2024 DIRECT DEPOSIT FAULKNER, STACY 150.00 418625 12/06/2024 DIRECT DEPOSIT FAULKNER, STACY 2,188.86 418626 12/06/2024 DIRECT DEPOSIT HILL, CHEVY 1,368.94 418626 12/06/2024 DIRECT DEPOSIT HILL, CHEVY 100.00 418627 12/06/2024 DIRECT DEPOSIT KING, MICHAEL 2,275.72 418628 12/06/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 1,591.00 418628 12/06/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 100.00 418629 12/06/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 625.00 418629 12/06/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 400.00 418629 12/06/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 1,010.86 418630 12/06/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 200.00 418630 12/06/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 1,950.88 418631 12/06/2024 DIRECT DEPOSIT BALTER, CHRISTOPHER 3,834.74 418632 12/06/2024 DIRECT DEPOSIT CHAREST, KATHERINE 2,352.88 418633 12/06/2024 DIRECT DEPOSIT FREEMAN, BRIAN 3,520.15 418634 12/06/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 25.00 418634 12/06/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 100.00 418634 12/06/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 275.00 418634 12/06/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 1,017.21 418634 12/06/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 40.00 75 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418635 12/06/2024 DIRECT DEPOSIT MANN, JAMES 2,150.31 418636 12/06/2024 DIRECT DEPOSIT BODE, SIBEL 2,233.27 418637 12/06/2024 DIRECT DEPOSIT CREAGAN, BRANDON 2,697.38 418638 12/06/2024 DIRECT DEPOSIT HILL, MICHAEL 2,086.44 418639 12/06/2024 DIRECT DEPOSIT KLERLEIN, LEISA 1,373.09 418640 12/06/2024 DIRECT DEPOSIT MCLENDON, SCHUMETTA 2,071.92 418641 12/06/2024 DIRECT DEPOSIT MURPHY, PATRICK 3,038.30 418642 12/06/2024 DIRECT DEPOSIT OTTOSON, CARRIE 1,411.95 418643 12/06/2024 DIRECT DEPOSIT RAYNOR, DALLAS 1,489.80 418644 12/06/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 418644 12/06/2024 DIRECT DEPOSIT SWEENEY, RYAN 3,165.43 418644 12/06/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 418645 12/06/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 527.74 418645 12/06/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 658.00 418645 12/06/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 1,500.00 418646 12/06/2024 DIRECT DEPOSIT TOOF, NICOLE 1,324.57 418647 12/06/2024 DIRECT DEPOSIT WOODY, LOGAN 1,377.85 418648 12/06/2024 DIRECT DEPOSIT ARNDT, MELISSA ' 2,004.95 418649 12/06/2024 DIRECT DEPOSIT AUTON, MICHELL� 1,663.41 418650 12/06/2024 DIRECT DEPOSIT BIRHANZL, JOHN 343.42 418651 12/06/2024 DIRECT DEPOSIT CLAUSS, PATRICIA 718.12 418652 12/06/2024 DIRECT DEPOSIT GINES, BARBARA 657.13 418653 12/06/2024 DIRECT DEPOSIT HENRY, CARRI 983.37 418654 12/06/2024 DIRECT DEPOSIT SINGLETARY, LINDA 666.42 418655 12/06/2024 DIRECT DEPOSIT BUCK, KELLY 2,802.63 418656 12/06/2024 DIRECT DEPOSIT CARTER SOLOMON, VANESSA 165.00 418656 12/06/2024 DIRECT DEPOSIT CARTER SOLOMON, VANESSA 2,078.68 418657 12/06/2024 DIRECT DEPOSIT DRISKELL, DAPHNE 1,674.86 418658 12/06/2024 DIRECT DEPOSIT FOLGER, MICHAEL 1,807.36 418659 12/06/2024 DIRECT DEPOSIT GIL, AMARIS 1,236.17 418660 12/06/2024 DIRECT DEPOSIT VAUGHT, DUSTIN 1,885.58 418661 12/06/2024 DIRECT DEPOSIT CARROLL, SHAWNA 1,389.38 418662 12/06/2024 DIRECT DEPOSIT CASANO, ELIZABETH 267.11 418662 12/06/2024 DIRECT DEPOSIT CASANO, ELIZABETH 1,513.59 418663 12/06/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 1,000.00 418663 12/06/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 4,322.96 418664 12/06/2024 DIRECT DEPOSIT JONES, DONALD 2,049.67 418665 12/06/2024 DIRECT DEPOSIT LLOYD, RYAN 3,623.06 418666 12/06/2024 DIRECT DEPOSIT MARINI, RICHARD 3,246.72 418667 12/06/2024 DIRECT DEPOSIT PRIDGEON, JENNIFER 1,859.66 418668 12/06/2024 DIRECT DEPOSIT REYES, ALICIA 1,847.63 418669 12/06/2024 DIRECT DEPOSIT REYES, ERIN 1,920.14 418670 12/06/2024 DIRECT DEPOSIT RICHARDS, DONNA 1,093.95 418671 12/06/2024 DIRECT DEPOSIT SMILOVICH, MICHAEL 2,273.73 418672 12/06/2024 DIRECT DEPOSIT WISHARD, SHARYNE 27.50 418672 12/06/2024 DIRECT DEPOSIT WISHARD, SHARYNE 20.00 418672 12/06/2024 DIRECT DEPOSIT WISHARD, SHARYNE 62.50 418672 12/06/2024 DIRECT DEPOSIT WISHARD, SHARYNE 1,379.80 418672 12/06/2024 DIRECT DEPOSIT WISHARD, SHARYNE 150.00 418673 12/06/2024 DIRECT DEPOSIT ARSENEAU, JASON 1,617.17 418674 12/06/2024 DIRECT DEPOSIT BARTEE, JAMES 1,675.07 418675 12/06/2024 DIRECT DEPOSIT BRISTOL, SAMUEL 1,017.75 418676 12/06/2024 DIRECT DEPOSIT BROWN, LOUIS 1,148.10 418677 12/06/2024 DIRECT DEPOSIT CASAS, RAY 1,426.61 76 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418677 12/06/2024 DIRECT DEPOSIT CASAS, RAY 45.00 418678 12/06/2024 DIRECT DEPOSIT DEWSON, WILLIAM 1,170.39 418679 12/06/2024 DIRECT DEPOSIT DORNEY, RONALD 1,512.24 418680 12/06/2024 DIRECT DEPOSIT DUKE, JUSTIN 1,596.83 418681 12/06/2024 DIRECT DEPOSIT ELLI, ANTON 1,711.61 418682 12/06/2024 DIRECT DEPOSIT FELTON, SHANE 1,155.55 418683 12/06/2024 DIRECT DEPOSIT HISLE, IVAN 1,354.83 418684 12/06/2024 DIRECT DEPOSIT JASPER, RICARDO 1,679.03 418685 12/06/2024 DIRECT DEPOSIT JEFFERSON, LOREI ZO 1,961.83 418686 12/06/2024 DIRECT DEPOSIT KNAUER, HARVEY 1,735.93 418687 12/06/2024 DIRECT DEPOSIT LEWIS, RICCO 1,133.25 418688 12/06/2024 DIRECT DEPOSIT LUFT, MICHAEL 1,409.79 418689 12/06/2024 DIRECT DEPOSIT MIEHLE, DANIEL 1,661.21 418690 12/06/2024 DIRECT DEPOSIT MORGAN, MARQUIS 1,125.14 418691 12/06/2024 DIRECT DEPOSIT MOSLEY, IRA 1,421.47 418692 12/06/2024 DIRECT DEPOSIT NOEL, INOBERT 1,754.06 418693 12/06/2024 DIRECT DEPOSIT PANTOJA, ANTHONY 1,317.42 418694 12/06/2024 DIRECT DEPOSIT POWELL, ELIZABETH 50.00 418694 12/06/2024 DIRECT DEPOSIT POWELL, ELIZABETH 4,114.60 418695 12/06/2024 DIRECT DEPOSIT REED, JIMMY 1,336.25 418696 12/06/2024 DIRECT DEPOSIT REESE, PAUL 1,087.04 418697 12/06/2024 DIRECT DEPOSIT ROSECRANTS, PHILLIP 1,208.31 418698 12/06/2024 DIRECT DEPOSIT SCARAMUZZI, ANTHONY 1,155.55 418699 12/06/2024 DIRECT DEPOSIT SHEDAKER, MICHAEL 1,154.21 418700 12/06/2024 DIRECT DEPOSIT SMITH, DOUGLAS 1,632.51 418701 12/06/2024 DIRECT DEPOSIT SMITH, LORI 1,731.86 418702 12/06/2024 DIRECT DEPOSIT SNYDER, BRANDON 719.87 418703 12/06/2024 DIRECT DEPOSIT STAAR, MICHAEL 1,623.85 418704 12/06/2024 DIRECT DEPOSIT VENTO, JAMES 1,300.72 418705 12/06/2024 DIRECT DEPOSIT WHITE, RALPH 1,758.63 418706 12/06/2024 DIRECT DEPOSIT WOODS, DANIEL 1,598.78 418707 12/06/2024 DIRECT DEPOSIT YATES, WILLIAM 2,644.62 418708 12/06/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 1,423.35 418708 12/06/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 25.00 418709 12/06/2024 DIRECT DEPOSIT CATAPANO, ROBERT 1,806.79 418710 12/06/2024 DIRECT DEPOSIT KENDRICK, MEGAN 3,126.20 418711 12/06/2024 DIRECT DEPOSIT FLORIAN, YVONNE 1,372.55 418712 12/06/2024 DIRECT DEPOSIT LAZZARI ESTEVEZ, ANDREA 1,401.76 418713 12/06/2024 DIRECT DEPOSIT MORAN, MORGAN 674.22 418714 12/06/2024 DIRECT DEPOSIT MUNROE, LESLIE 125.00 418714 12/06/2024 DIRECT DEPOSIT MUNROE, LESLIE 1,090.80 418715 12/06/2024 DIRECT DEPOSIT ALLEY, EDMOND 1,583.01 418716 12/06/2024 DIRECT DEPOSIT AZZOLINI, DENNIS 1,795.66 418717 12/06/2024 DIRECT DEPOSIT BAKER, BENJAMIN 1,876.65 418718 12/06/2024 DIRECT DEPOSIT BALFE, RYAN 1,471.61 418719 12/06/2024 DIRECT DEPOSIT BELL, THOMAS 1,688.12 418720 12/06/2024 DIRECT DEPOSIT BERGINC, CHARLES 1,808.50 418721 12/06/2024 DIRECT DEPOSIT BESAW, BRIAN 1,413.83 418722 12/06/2024 DIRECT DEPOSIT BLUM, PHILIP 2,301.40 418723 12/06/2024 DIRECT DEPOSIT BURRELL, HARRY 1,467.07 418724 12/06/2024 DIRECT DEPOSIT CARDELL, BURKE 1,636.84 418725 12/06/2024 DIRECT DEPOSIT CONKLIN, DANIEL 1,710.18 418726 12/06/2024 DIRECT DEPOSIT COPPERSMITH, JOHN 1,483.49 418727 12/06/2024 DIRECT DEPOSIT CUNNINGHAM, TODD 1,672.73 77 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418728 12/06/2024 DIRECT DEPOSIT DRAWDY, PAULA 1,241.38 418729 12/06/2024 DIRECT DEPOSIT EDMOND, MAXIME 1,381.12 418730 12/06/2024 DIRECT DEPOSIT ELLIS, CHRISTIAN 1,364.60 418731 12/06/2024 DIRECT DEPOSIT FRALIX, RIDGE 1,422.26 418732 12/06/2024 DIRECT DEPOSIT GILLETTE, TRAVIS 1,322.59 418733 12/06/2024 DIRECT DEPOSIT HANSEN, SCOTT 1,466.88 418734 12/06/2024 DIRECT DEPOSIT HATFIELD, THOMAS 1,597.46 418735 12/06/2024 DIRECT DEPOSIT HAYNES, PAUL 1,188.49 418736 12/06/2024 DIRECT DEPOSIT HICKS, TROY 1,218.44 418737 12/06/2024 DIRECT DEPOSIT HILLS, JOHNATHAN 1,255.93 418738 12/06/2024 DIRECT DEPOSIT HUBLER, DARREL'i 2,720.68 418739 12/06/2024 DIRECT DEPOSIT KERSHAW, DAMN 1,447.74 418740 12/06/2024 DIRECT DEPOSIT LANCE, KENNETHi 55.00 418740 12/06/2024 DIRECT DEPOSIT LANCE, KENNETH! 400.00 418740 12/06/2024 DIRECT DEPOSIT LANCE, KENNETH! 976.59 418740 12/06/2024 DIRECT DEPOSIT LANCE, KENNETH 135.00 418741 12/06/2024 DIRECT DEPOSIT LIGUORI, JAMES 1,905.30 418742 12/06/2024 DIRECT DEPOSIT MADDOX, BOBBY 1,345.14 418743 12/06/2024 DIRECT DEPOSIT MARX, AUSTIN 1,482.90 418744 12/06/2024 DIRECT DEPOSIT MATHESON, CHRISTOPHER 1,601.14 418745 12/06/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 1,677.83 418745 12/06/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 385.00 418746 12/06/2024 DIRECT DEPOSIT MEND, JULIANNE 906.32 418746 12/06/2024 DIRECT DEPOSIT MEND, JULIANNE 159.94 418747 12/06/2024 DIRECT DEPOSIT MILAS, BARBARA 1,612.11 418748 12/06/2024 DIRECT DEPOSIT MORSE, JEFFREY 2,038.97 418749 12/06/2024 DIRECT DEPOSIT NELSON, BRIAN 224.00 418749 12/06/2024 DIRECT DEPOSIT NELSON, BRIAN 1,657.34 418750 12/06/2024 DIRECT DEPOSIT OOLEY, DANNY 2,590.69 418751 12/06/2024 DIRECT DEPOSIT PEABODY, BRENT 1,732.60 418752 12/06/2024 DIRECT DEPOSIT REDDIE, FITZROY 1,865.99 418753 12/06/2024 DIRECT DEPOSIT ROONEY, ROBERT 1,580.89 418754 12/06/2024 DIRECT DEPOSIT SEYMOUR, SETH 1,269.30 418755 12/06/2024 DIRECT DEPOSIT SHAPIRO, ROBERT 1,510.87 418756 12/06/2024 DIRECT DEPOSIT SLEEMAN, DENISE 2,167.18 418757 12/06/2024 DIRECT DEPOSIT SMITH, MATTHEW 1,538.47 418758 12/06/2024 DIRECT DEPOSIT SOTO, EMERSON 1,791.85 418759 12/06/2024 DIRECT DEPOSIT STEPHENS, LAYNE 1,490.86 418760 12/06/2024 DIRECT DEPOSIT STEPHENS, LAYNE 2,306.93 418761 12/06/2024 DIRECT DEPOSIT SUMMERFIELD, GEORGE 1,601.10 418762 12/06/2024 DIRECT DEPOSIT TARANTINO, MARK 1,494.74 418762 12/06/2024 DIRECT DEPOSIT TARANTINO, MARK 200.00 418763 12/06/2024 DIRECT DEPOSIT TRUSTY, JAMAR 1,664.24 418764 12/06/2024 DIRECT DEPOSIT VOLGARINO, CARL 1,662.01 418765 12/06/2024 DIRECT DEPOSIT WARD, HERSHEL 1,845.66 418766 12/06/2024 DIRECT DEPOSIT WILLIAMS, CHARLES 1,314.93 418767 12/06/2024 DIRECT DEPOSIT WILSON, WILLIAM 2,121.65 418768 12/06/2024 DIRECT DEPOSIT YOUNG, PARK 1,338.25 418769 12/06/2024 DIRECT DEPOSIT JONES, TRAVIS 1,485.61 418770 12/06/2024 DIRECT DEPOSIT LINGWOOD, ASHLEY 2,319.08 418771 12/06/2024 DIRECT DEPOSIT RODDENBERRY, OLIVIA 1,666.90 418771 12/06/2024 DIRECT DEPOSIT RODDENBERRY, OLIVIA 87.73 418772 12/06/2024 DIRECT DEPOSIT SWINDELL, WENDY 3,299.58 418773 12/06/2024 DIRECT DEPOSIT TAYLOR, JOSEPH 1,381.34 78 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418774 12/06/2024 DIRECT DEPOSIT BALL, SHELBY 1,545.84 418775 12/06/2024 DIRECT DEPOSIT HYDE, JENNIFER 2,709.57 418776 12/06/2024 DIRECT DEPOSIT LYSTLUND, DIANE 2,032.90 418777 12/06/2024 DIRECT DEPOSIT ALLEN, NANCY 1,693.47 418778 12/06/2024 DIRECT DEPOSIT BESANCON, LAURIE 1,800.42 418779 12/06/2024 DIRECT DEPOSIT HARRINGTON, LISA 1,478.77 418780 12/06/2024 DIRECT DEPOSIT JACKSON, SHAQUALIA 1,468.16 418781 12/06/2024 DIRECT DEPOSIT JONES, RONALD 3,162.81 418782 12/06/2024 DIRECT DEPOSIT LEMONS, VALERIE 1,687.49 418783 12/06/2024 DIRECT DEPOSIT MEHTA, HIMANSHU 1,600.00 418783 12/06/2024 DIRECT DEPOSIT MEHTA, HIMANSHU 2,181.46 418784 12/06/2024 DIRECT DEPOSIT _ MENDEZ, MARISOL 1,490.00 418785 12/06/2024 DIRECT DEPOSIT PERSON, ANTOWAIN 1,640.03 418786 12/06/2024 DIRECT DEPOSIT STREETER, VONNIE 1,651.00 418787 12/06/2024 DIRECT DEPOSIT CASALINA, NICHQLAS 250.00 418787 12/06/2024 DIRECT DEPOSIT CASALINA, NICHOLAS 2,849.62 418788 12/06/2024 DIRECT DEPOSIT EVERHART, COLBY 1,531.38 418789 12/06/2024 DIRECT DEPOSIT FLOOD, DOUGL44 435.81 418789 12/06/2024 DIRECT DEPOSIT FLOOD, DOUGW 1,743.26 418790 12/06/2024 DIRECT DEPOSIT GARRETT, KEITH 85.00 418790 12/06/2024 DIRECT DEPOSIT GARRETT, KEITH 2,019.54 418791 12/06/2024 DIRECT DEPOSIT GEE, DAVID 2,663.12 418792 12/06/2024 DIRECT DEPOSIT GOLD, JASON 2,157.57 418793 12/06/2024 DIRECT DEPOSIT HAINES, ROBERT 1,655.30 418794 12/06/2024 DIRECT DEPOSIT LIST, TERRY 1,865.03 418795 12/06/2024 DIRECT DEPOSIT LOVEDAY, MICHAEL 2,728.91 418796 12/06/2024 DIRECT DEPOSIT MATHIS, JEFF 1,742.61 418797 12/06/2024 DIRECT DEPOSIT MESSER, CHARLES 150.00 418797 12/06/2024 DIRECT DEPOSIT MESSER, CHARLES' 2,460.76 418798 12/06/2024 DIRECT DEPOSIT PARILLO, TRAVIS 1,696.38 418799 12/06/2024 DIRECT DEPOSIT PATTESON, SCOTT 780.39 418799 12/06/2024 DIRECT DEPOSIT PATTESON, SCOTT 750.00 418800 12/06/2024 DIRECT DEPOSIT SMITH, LEVI 1,872.75 418801 12/06/2024 DIRECT DEPOSIT STEFFEN, KURT 255.00 418801 12/06/2024 DIRECT DEPOSIT STEFFEN, KURT 2,618.03 418802 12/06/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 48.94 418802 12/06/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 2,398.14 418803 12/06/2024 DIRECT DEPOSIT BAKER, RAYMOND 20.00 418803 12/06/2024 DIRECT DEPOSIT BAKER, RAYMOND 10.00 418803 12/06/2024 DIRECT DEPOSIT BAKER, RAYMOND 2,103.10 418803 12/06/2024 DIRECT DEPOSIT BAKER, RAYMOND 250.00 418804 12/06/2024 DIRECT DEPOSIT BEARDSLEY, JOHN 1,947.83 418805 12/06/2024 DIRECT DEPOSIT BISHOP, DANIEL 217.29 418805 12/06/2024 DIRECT DEPOSIT BISHOP, DANIEL 1,955.63 418806 12/06/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 125.00 418806 12/06/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 2,300.08 418807 12/06/2024 DIRECT DEPOSIT CHURCH, MICHAEL 2,127.24 418808 12/06/2024 DIRECT DEPOSIT CORBETT, BRETT 1,494.22 418809 12/06/2024 DIRECT DEPOSIT CROSBY, WILLIAM 2,834.31 418810 12/06/2024 DIRECT DEPOSIT D'ANGELO, COLLEEN 2,638.77 418811 12/06/2024 DIRECT DEPOSIT DAILEY, LAWRENCE 2,505.43 418812 12/06/2024 DIRECT DEPOSIT EVERHART, MARK STEVE 2,121.71 418813 12/06/2024 DIRECT DEPOSIT FONVIELLE, JARED 2,678.20 418814 12/06/2024 DIRECT DEPOSIT LIBERUS, LEON 2,011.19 79 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418814 12/06/2024 DIRECT DEPOSIT LIBERUS, LEON 700.00 418815 12/06/2024 DIRECT DEPOSIT O'CONNELL, TIMOTHY 2,697.07 418816 12/06/2024 DIRECT DEPOSIT QUINLIVAN, STEVEN 2,162.38 418817 12/06/2024 DIRECT DEPOSIT SCHOONMAKER, JOHN 2,106.38 418818 12/06/2024 DIRECT DEPOSIT TAPPEN, AARON 1,908.66 418819 12/06/2024 DIRECT DEPOSIT THIELE, MICHAEL 545.19 418819 12/06/2024 DIRECT DEPOSIT THIELE, MICHAEL 2,180.78 418820 12/06/2024 DIRECT DEPOSIT VERNON, MICHAEL 3,254.05 418821 12/06/2024 DIRECT DEPOSIT WALLACE, ALEXANDER 1,937.20 418822 12/06/2024 DIRECT DEPOSIT WHITEHEAD, ROBERT 1,877.16 418823 12/06/2024 DIRECT DEPOSIT BARRETT, SHANE 1,595.41 418824 12/06/2024 DIRECT DEPOSIT DEAN, MICHELLE ! 1,654.94 418825 12/06/2024 DIRECT DEPOSIT DELAPAZ, NORBE4TO 1,263.23 418826 12/06/2024 DIRECT DEPOSIT EVANS, TONY 1 1,589.22 418827 12/06/2024 DIRECT DEPOSIT HARRINGTON, RICHARD 1,343.09 418828 12/06/2024 DIRECT DEPOSIT HIBBARD, TOBY 1,986.95 418829 12/06/2024 DIRECT DEPOSIT KEMP, HAROLD 350.00 418829 12/06/2024 DIRECT DEPOSIT KEMP, HAROLD 3,011.35 418830 12/06/2024 DIRECT DEPOSIT LAMPKIN, TORYANA 1,468.11 418831 12/06/2024 DIRECT DEPOSIT LAWSON, ANDREW 3,842.61 418832 12/06/2024 DIRECT DEPOSIT LYNCH, MARKEI 1,562.38 418833 12/06/2024 DIRECT DEPOSIT MORGAN, JESSE 1,889.62 418834 12/06/2024 DIRECT DEPOSIT SIMCHICK, EDWARD 2,684.82 418835 12/06/2024 DIRECT DEPOSIT SMITH, DEWAYNE 1,503.63 418836 12/06/2024 DIRECT DEPOSIT WASHBURN, DAVID 1,372.94 418837 12/06/2024 DIRECT DEPOSIT WILES, GARY 50.00 418837 12/06/2024 DIRECT DEPOSIT WILES, GARY 1,732.87 418838 12/06/2024 DIRECT DEPOSIT YARUSINSKY, SEAN 967.03 418839 12/06/2024 DIRECT DEPOSIT ZANCA, LEONARD 1,973.63 418840 12/06/2024 DIRECT DEPOSIT BUSH,STACEY 2,019.14 418841 12/06/2024 DIRECT DEPOSIT CARDENAS, YAIMA 1,215.23 418842 12/06/2024 DIRECT DEPOSIT MARTINEZ, SYBIA 1,200.13 418843 12/06/2024 DIRECT DEPOSIT PLOURDE, GILTON 1,608.66 418844 12/06/2024 DIRECT DEPOSIT RAMOS, ANNA 1,493.05 418845 12/06/2024 DIRECT DEPOSIT CHINYANGANYA, SIPHIKELELO 2,096.38 418846 12/06/2024 DIRECT DEPOSIT ESTRADA POSADA, MARIANA 1,142.18 418847 12/06/2024 DIRECT DEPOSIT LAMBERT, BRIANA 1,566.69 418848 12/06/2024 DIRECT DEPOSIT VALENTIN, JEYLAND 1,367.52 418849 12/06/2024 DIRECT DEPOSIT BOMMARITO, RUTH 200.00 418849 12/06/2024 DIRECT DEPOSIT BOMMARITO, RUTH 2,577.27 418850 12/06/2024 DIRECT DEPOSIT CASA, CECILIA 1,990.83 418851 12/06/2024 DIRECT DEPOSIT DANIELS, KRISTIN 3,684.84 418851 12/06/2024 DIRECT DEPOSIT DANIELS, KRISTIN 1,000.00 418852 12/06/2024 DIRECT DEPOSIT KRISS, ELISE 2,659.82 418853 12/06/2024 DIRECT DEPOSIT ZIRKLE, RHONDA 1,452.19 418854 12/06/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 500.00 418854 12/06/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 1,242.56 418855 12/06/2024 DIRECT DEPOSIT WARREN, ANTHONY 4,459.00 418856 12/06/2024 DIRECT DEPOSIT CHAREST, ERIC 70.00 418856 12/06/2024 DIRECT DEPOSIT CHAREST, ERIC 3,318.54 418857 12/06/2024 DIRECT DEPOSIT DRAWDY GLASS, SIDNEY 1,907.02 418858 12/06/2024 DIRECT DEPOSIT GUERRA, REBECA 3,056.35 418859 12/06/2024 DIRECT DEPOSIT HITT, STEVEN 2,048.56 418860 12/06/2024 DIRECT DEPOSIT PAYAN, EDGAR 543.63 80 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418860 12/06/2024 DIRECT DEPOSIT PAVAN, EDGAR 700.00 418861 12/06/2024 DIRECT DEPOSIT YANCHULA, KYLIE 3,759.44 418862 12/06/2024 DIRECT DEPOSIT ADAMS, AYESHA 1,329.21 418863 12/06/2024 DIRECT DEPOSIT CARBONELL, GUILLERMO 3,793.69 418864 12/06/2024 DIRECT DEPOSIT CARD, TABITHA 1,273.78 418864 12/06/2024 DIRECT DEPOSIT CARD, TABITHA 67.04 418865 12/06/2024 DIRECT DEPOSIT CHECCHI, DAVID 2,067.19 418866 12/06/2024 DIRECT DEPOSIT CHEER, WILLIAM 2,589.10 418867 12/06/2024 DIRECT DEPOSIT CLAYBURN, GRAHAM 2,927.93 418868 12/06/2024 DIRECT DEPOSIT CLEMENTS, COLBY 2,127.20 418869 12/06/2024 DIRECT DEPOSIT COLLINS, MICHAEL 1,621.18 418870 12/06/2024 DIRECT DEPOSIT DENNIS, PETER 1,924.81 418871 12/06/2024 DIRECT DEPOSIT DERBY, NATHAN 2,115.65 418872 12/06/2024 DIRECT DEPOSIT DOUTRICH, MICHAEL 4,044.51 418873 12/06/2024 DIRECT DEPOSIT DUNKERLEY, RICK 1,545.16 418874 12/06/2024 DIRECT DEPOSIT GILBERT, KELLY 1,637.72 418875 12/06/2024 DIRECT DEPOSIT GLOWACKI, ANDREW 1,298.45 418876 12/06/2024 DIRECT DEPOSIT GREGORY, JULIE 1,291.08 418877 12/06/2024 DIRECT DEPOSIT GUTHRIE, ASHLEY 1,426.22 418878 12/06/2024 DIRECT DEPOSIT HEATH, BRIANNA 1,023.06 418878 12/06/2024 DIRECT DEPOSIT HEATH, BRIANNA 50.00 418879 12/06/2024 DIRECT DEPOSIT HEFFNER, SCOTT 2,749.18 418880 12/06/2024 DIRECT DEPOSIT INMAN, DANIEL 2,775.93 418881 12/06/2024 DIRECT DEPOSIT LUNDEEN, ERIKA 3,689.04 418882 12/06/2024 DIRECT DEPOSIT MCADAM, SCOTT 4,293.21 418883 12/06/2024 DIRECT DEPOSIT MCFARLAND, RODNEY 1,103.98 418884 12/06/2024 DIRECT DEPOSIT MORRIS, RUSSELL 2,505.07 418885 12/06/2024 DIRECT DEPOSIT MOSSMAN, RAYMOND 2,934.21 418886 12/06/2024 DIRECT DEPOSIT NEWMAN, KATHARINE 1,269.37 418887 12/06/2024 DIRECT DEPOSIT ORCEAN, KEYETTA 1,532.04 418888 12/06/2024 DIRECT DEPOSIT PEREZ, MARELYN 1,260.08 418889 12/06/2024 DIRECT DEPOSIT RAMOS, NICOLAS 2,689.06 418890 12/06/2024 DIRECT DEPOSIT REEVES, CANDICE 1,594.96 418891 12/06/2024 DIRECT DEPOSIT SHAW, EVA 1,319.00 418892 12/06/2024 DIRECT DEPOSIT SHOFF, TODD 2,454.96 418893 12/06/2024 DIRECT DEPOSIT SMITH, ROBERT 2,646.56 418894 12/06/2024 DIRECT DEPOSIT VALENCIA, ALBA 2,406.51 418895 12/06/2024 DIRECT DEPOSIT ACKISON, NICHOLAS 1,824.07 418896 12/06/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 1,361.04 418896 12/06/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 340.26 418897 12/06/2024 DIRECT DEPOSIT BEAVERS, BRYAN 2,834.59 418898 12/06/2024 DIRECT DEPOSIT BERTON, SOLOMON 1,775.31 418899 12/06/2024 DIRECT DEPOSIT CARPENTER, PATRIC 1,613.55 418900 12/06/2024 DIRECT DEPOSIT EDDINGER, RODNEY 2,173.89 418901 12/06/2024 DIRECT DEPOSIT GORE, EDWIN 1,466.52 418902 12/06/2024 DIRECT DEPOSIT HANSEN, SUZI 200.00 418902 12/06/2024 DIRECT DEPOSIT HANSEN, SUZI 200.00 418902 12/06/2024 DIRECT DEPOSIT HANSEN, SUZI 1,253.26 418903 12/06/2024 DIRECT DEPOSIT HAWKINS, NICHOLAS 3,086.53 418904 12/06/2024 DIRECT DEPOSIT LIESKE, SEAN 4,689.91 418905 12/06/2024 DIRECT DEPOSIT MECKES, RICHARD 3,426.78 418906 12/06/2024 DIRECT DEPOSIT RICHARDS, HOWARD 4,321.26 418907 12/06/2024 DIRECT DEPOSIT ROLAND, JESSE 2,039.95 418908 12/06/2024 DIRECT DEPOSIT SHATARA, JIHAD 2,799.89 81 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418909 12/06/2024 DIRECT DEPOSIT SMITH, MICHAEL 2,080.08 418910 12/06/2024 DIRECT DEPOSIT TOBAR, ROBERT 80.17 418910 12/06/2024 DIRECT DEPOSIT TOBAR, ROBERT 2,210.40 418911 12/06/2024 DIRECT DEPOSIT TYRPAK, CHRISTINA 1,551.35 418912 12/06/2024 DIRECT DEPOSIT VEGA, JOSE 1,855.70 418913 12/06/2024 DIRECT DEPOSIT YOUNGBLOOD, HARRISON 3,523.58 418914 12/06/2024 DIRECT DEPOSIT AMANDOLA, JAMES 329.00 418915 12/06/2024 DIRECT DEPOSIT BENNER, EILEEN 389.60 418916 12/06/2024 DIRECT DEPOSIT BUERKEL, JAMES 811.74 418917 12/06/2024 DIRECT DEPOSIT BUNNELL, JEFFR 458.13 418918 12/06/2024 DIRECT DEPOSIT CAPPUCCIO, PAT ICIA 322.45 418919 12/06/2024 DIRECT DEPOSIT CARANI, MARCO 329.00 418920 12/06/2024 DIRECT DEPOSIT CARR, DONALD 505.07 418921 12/06/2024 DIRECT DEPOSIT CLARK, JONATHAN 1,487.57 418922 12/06/2024 DIRECT DEPOSIT CONROY, JAMES 531.12 418923 12/06/2024 DIRECT DEPOSIT DONOVAN, JAMES 228.04 418924 12/06/2024 DIRECT DEPOSIT DUNN, RYAN 225.10 418925 12/06/2024 DIRECT DEPOSIT EMERY, HENRY 536.71 418926 12/06/2024 DIRECT DEPOSIT FAIRBANK, STEVEN 468.66 418927 12/06/2024 DIRECT DEPOSIT FIND, ROBERT ; 342.85 418928 12/06/2024 DIRECT DEPOSIT GERACI, RICHAR� 238.96 418929 12/06/2024 DIRECT DEPOSIT GOSSELIN, MAR Ck 410.96 418930 12/06/2024 DIRECT DEPOSIT GRIGSBY, JAMES i 432.06 418931 12/06/2024 DIRECT DEPOSIT HEDGECOCK, KEI DALL 1,607.50 418932 12/06/2024 DIRECT DEPOSIT HOOT, CHARLES I 520.13 418933 12/06/2024 DIRECT DEPOSIT KENNEDY, PATRICK 498.69 418934 12/06/2024 DIRECT DEPOSIT KLERLEIN, PAUL 1,383.21 418935 12/06/2024 DIRECT DEPOSIT MAHONEY, FRANCIS 701.62 418936 12/06/2024 DIRECT DEPOSIT MANWARING, THOMAS 426.74 418937 12/06/2024 DIRECT DEPOSIT MCMANUS, HERBERT 494.30 418938 12/06/2024 DIRECT DEPOSIT NAGY, BELA 3,456.40 418939 12/06/2024 DIRECT DEPOSIT NORRMAN, ROY 482.68 418940 12/06/2024 DIRECT DEPOSIT PINE, MARK 637.41 418941 12/06/2024 DIRECT DEPOSIT REGAN, JAMES 490.86 418942 12/06/2024 DIRECT DEPOSIT SELLIS, GLEN 529.87 418943 12/06/2024 DIRECT DEPOSIT SMITH, DONALD 319.28 418944 12/06/2024 DIRECT DEPOSIT TOOF, BRIAN 707.34 418945 12/06/2024 DIRECT DEPOSIT TYNER, JAMES 464.12 418946 12/06/2024 DIRECT DEPOSIT WINDLAN, MATTHEW 369.24 418947 12/06/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 15.00 418947 12/06/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 2,310.20 418947 12/06/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 300.00 418948 12/06/2024 DIRECT DEPOSIT MACKINNON, JENNIFER 2,858.74 418949 12/06/2024 DIRECT DEPOSIT WEST, ROSE 1,083.92 418950 12/06/2024 DIRECT DEPOSIT BALSAMO, THOMAS 1,625.00 418950 12/06/2024 DIRECT DEPOSIT BALSAMO, THOMAS 858.92 418951 12/06/2024 DIRECT DEPOSIT BETHEL, MICHAEL 1,677.06 418952 12/06/2024 DIRECT DEPOSIT DIETRICH, ERIC 1,795.03 418953 12/06/2024 DIRECT DEPOSIT DIXON, CRESHENA 2,272.88 418954 12/06/2024 DIRECT DEPOSIT GLASS, ZACHARY 1,736.57 418955 12/06/2024 DIRECT DEPOSIT HAMBERGER, DAREN 2,177.85 418956 12/06/2024 DIRECT DEPOSIT HARVEY, ERIK 5,249.59 418957 12/06/2024 DIRECT DEPOSIT HEGI, PAULA 1,563.33 418958 12/06/2024 DIRECT DEPOSIT HISH, ANDREW 2,816.61 82 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 418959 12/06/2024 DIRECT DEPOSIT JOHNSON, SCOTT 2,828.04 418960 12/06/2024 DIRECT DEPOSIT MALDONADO, JASSON 1,982.31 418960 12/06/2024 DIRECT DEPOSIT MALDONADO, JASSON 170.00 418961 12/06/2024 DIRECT DEPOSIT MCGRADY, MICHAEL 1,921.77 418962 12/06/2024 DIRECT DEPOSIT MILLER, RACHEAL 699.84 418962 12/06/2024 DIRECT DEPOSIT MILLER, RACHEAL 1,900.00 418963 12/06/2024 DIRECT DEPOSIT PORTWOOD, ZACHARY 3,003.93 418964 12/06/2024 DIRECT DEPOSIT SCHULENBURG, KAI 1,400.65 418965 12/06/2024 DIRECT DEPOSIT TRUMBLE, JEREMY 1,731.36 418966 12/06/2024 DIRECT DEPOSIT VARGAS, JONATHAN 2,469.91 418967 12/06/2024 DIRECT DEPOSIT WILLIAMS, ADAM , 1,776.43 418968 12/06/2024 DIRECT DEPOSIT BAKER, RANDY 1,998.90 418969 12/06/2024 DIRECT DEPOSIT DEMERS, ZACHARI, 1,573.73 418970 12/06/2024 DIRECT DEPOSIT LEVER, EDWARD j 1,644.91 418971 12/06/2024 DIRECT DEPOSIT MILLER, ROBERTLEO 1,942.50 418972 12/06/2024 DIRECT DEPOSIT NOE, REYLIND 1,284.37 418973 12/06/2024 DIRECT DEPOSIT 1 REDMOND, LAWRHNCE 1,353.26 418974 12/06/2024 DIRECT DEPOSIT STILLWAGGON, RQBERT 1,385.42 418975 12/06/2024 DIRECT DEPOSIT CLARK, LUANNE 40.00 418975 12/06/2024 DIRECT DEPOSIT CLARK, LUANNE 1,915.95 418976 12/06/2024 DIRECT DEPOSIT JAVED, ADNAN 100.00 418976 12/06/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 418976 12/06/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 418976 12/06/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 418976 12/06/2024 DIRECT DEPOSIT JAVED, ADNAN 2,669.51 418976 12/06/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 418977 12/06/2024 DIRECT DEPOSIT BOWDREN, MARIA 350.00 418977 12/06/2024 DIRECT DEPOSIT BOWDREN, MARIA 1,551.43 418978 12/06/2024 DIRECT DEPOSIT BREEN, KRISTEN 1,414.67 418979 12/06/2024 DIRECT DEPOSIT CUNDIFF, KARI 2,002.74 418980 12/06/2024 DIRECT DEPOSIT DEFRONZO, JOSEPH 771.76 418980 12/06/2024 DIRECT DEPOSIT DEFRONZO, JOSEPH 3,087.02 418981 12/06/2024 DIRECT DEPOSIT EANES, MICAH 1,677.99 418982 12/06/2024 DIRECT DEPOSIT GUYNN, ROBERT 2,114.43 418983 12/06/2024 DIRECT DEPOSIT HAMILTON, DUANE 1,925.46 418984 12/06/2024 DIRECT DEPOSIT HANSEN, KEVIN 1,806.59 418985 12/06/2024 DIRECT DEPOSIT HATALA, BROCK 2,082.18 418986 12/06/2024 DIRECT DEPOSIT HINEBAUGH, CODY 1,444.78 418987 12/06/2024 DIRECT DEPOSIT HULLEN, DANIEL 1,906.52 418988 12/06/2024 DIRECT DEPOSIT INGLETT, REGINALD 2,151.62 418989 12/06/2024 DIRECT DEPOSIT KEITH, DONALD 1,855.79 418989 12/06/2024 DIRECT DEPOSIT KEITH, DONALD 350.00 418990 12/06/2024 DIRECT DEPOSIT LEIENDECKER, KIRSTIN 4,656.94 418991 12/06/2024 DIRECT DEPOSIT MASON, STACIE 1,569.77 418992 12/06/2024 DIRECT DEPOSIT MATHIS, RICHARD 550.00 418992 12/06/2024 DIRECT DEPOSIT MATHIS, RICHARD 1,475.32 418993 12/06/2024 DIRECT DEPOSIT MOORE, JEREMY 1,438.00 418994 12/06/2024 DIRECT DEPOSIT MOWER, BRADLEY 1,627.59 418995 12/06/2024 DIRECT DEPOSIT REICHENBACH, RICHARD 2,806.15 418996 12/06/2024 DIRECT DEPOSIT RILEY, MARK 1,662.89 418997 12/06/2024 DIRECT DEPOSIT ROBERTSON, CRAIG 1,117.91 418998 12/06/2024 DIRECT DEPOSIT SABOT, DENISE 1,295.56 418999 12/06/2024 DIRECT DEPOSIT SCHRYVER, DAVID 3,915.66 419000 12/06/2024 DIRECT DEPOSIT SILON, DAVID 3,441.70 83 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419001 12/06/2024 DIRECT DEPOSIT SKOK, ROBERT 2,850.55 419002 12/06/2024 DIRECT DEPOSIT SMITH, WENDY 2,751.90 419003 12/06/2024 DIRECT DEPOSIT SNYDER, CHELSEA 1,760.12 419004 12/06/2024 DIRECT DEPOSIT SOYKA, MATTHEW 3,446.36 419005 12/06/2024 DIRECT DEPOSIT STANTON, JOHN 1,864.26 419006 12/06/2024 DIRECT DEPOSIT STIFFEN, EDWARD 200.00 419006 12/06/2024 DIRECT DEPOSIT STIFFEN, EDWARD 50.00 419006 12/06/2024 DIRECT DEPOSIT STIFFEN, EDWARD 1,876.69 419007 12/06/2024 DIRECT DEPOSIT THOMPSON, STEVEN 1,229.92 419008 12/06/2024 DIRECT DEPOSIT WILLIAMS, JILL 45.02 419008 12/06/2024 DIRECT DEPOSIT WILLIAMS, JILL 2,205.88 419009 12/06/2024 DIRECT DEPOSIT WINSLOW, MARK 3,282.76 419010 12/06/2024 DIRECT DEPOSIT FLORES, CARLOS 3,377.30 419011 12/06/2024 DIRECT DEPOSIT HELTEMES, ADAM 3,123.91 419012 12/06/2024 DIRECT DEPOSIT BLUME, JEFFREY 1,338.67 419013 12/06/2024 DIRECT DEPOSIT BURGESS, TIMOTHY 2,035.36 419014 12/06/2024 DIRECT DEPOSIT CAIN, BRANDON 1,727.51 419015 12/06/2024 DIRECT DEPOSIT DEMOSTHENE, ARIEVE 2,609.88 419016 12/06/2024 DIRECT DEPOSIT EHRHARDT, SARAH 1,317.30 419017 12/06/2024 DIRECT DEPOSIT FERGUSON, ERIK 3,361.27 419018 12/06/2024 DIRECT DEPOSIT GUENTHER, KEVIN 2,075.93 419019 12/06/2024 DIRECT DEPOSIT HALE, DANIEL 800.00 419019 12/06/2024 DIRECT DEPOSIT HALE, DANIEL 1,107.11 419020 12/06/2024 DIRECT DEPOSIT HOFFMAN, CHRISTOPHER 1,554.94 419021 12/06/2024 DIRECT DEPOSIT LYNCH, JENESA 1,374.67 419022 12/06/2024 DIRECT DEPOSIT MARRONE, JOSEPH 95.64 419022 12/06/2024 DIRECT DEPOSIT MARRONE, JOSEPH 2,230.46 419023 12/06/2024 DIRECT DEPOSIT MICHAEL, ANDREW 600.00 419023 12/06/2024 DIRECT DEPOSIT MICHAEL, ANDREW 1,489.95 419024 12/06/2024 DIRECT DEPOSIT NIELSEN, RONALD 1,509.19 419025 12/06/2024 DIRECT DEPOSIT RATLIFF, JENNIFER 1,325.54 419026 12/06/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 50.00 419026 12/06/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 2,318.14 419027 12/06/2024 DIRECT DEPOSIT SUGDEN, CHRIS 550.00 419027 12/06/2024 DIRECT DEPOSIT SUGDEN, CHRIS 935.01 419028 12/06/2024 DIRECT DEPOSIT WHEATLEY, DAVID 929.32 419028 12/06/2024 DIRECT DEPOSIT WHEATLEY, DAVID 929.31 419029 12/06/2024 DIRECT DEPOSIT WHITTINGTON, MICHAEL 2,173.00 419030 12/06/2024 DIRECT DEPOSIT ZAYATZ, DAVID 1,156.71 419031 12/06/2024 DIRECT DEPOSIT LEY, JUDY 300.00 419031 12/06/2024 DIRECT DEPOSIT LEY, JUDY 1,315.46 419032 12/06/2024 DIRECT DEPOSIT STANTON, CYNTHIA 3,293.70 419033 12/06/2024 DIRECT DEPOSIT SECHEN, ANDREW 1,725.32 419034 12/06/2024 DIRECT DEPOSIT BOHANNON, FAIT -I 2,252.07 419035 12/06/2024 DIRECT DEPOSIT CONNELL, KYLE 1,211.64 419036 12/06/2024 DIRECT DEPOSIT DIXON, GERALD 3,094.92 419037 12/06/2024 DIRECT DEPOSIT HUMMEL, ERIC 2,793.56 419038 12/06/2024 DIRECT DEPOSIT LARAMIE, BRIANNA 1,349.80 419039 12/06/2024 DIRECT DEPOSIT MEAD, DERIC 1,422.00 419040 12/06/2024 DIRECT DEPOSIT OGILVIE, JASON 2,556.50 419041 12/06/2024 DIRECT DEPOSIT RIMES, BRIAN 1,581.30 419042 12/06/2024 DIRECT DEPOSIT WEST, JEFFREY 2,248.64 419043 12/06/2024 DIRECT DEPOSIT BARRETT, BRENDA 524.38 419044 12/06/2024 DIRECT DEPOSIT KELLEHER, LYNNE 1,086.84 84 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419045 12/06/2024 DIRECT DEPOSIT LOBO, EDWINA 292.17 419046 12/06/2024 DIRECT DEPOSIT BROWN, JILL 1,132.05 419047 12/06/2024 DIRECT DEPOSIT FLAK, SUSAN 2,099.08 419048 12/06/2024 DIRECT DEPOSIT ALEXA, MICHELE 1,986.53 419049 12/06/2024 DIRECT DEPOSIT BLAKE, SYDNEY 1,191.20 419050 12/06/2024 DIRECT DEPOSIT CHAMBERS, JASON 1,172.19 419051 12/06/2024 DIRECT DEPOSIT DANIELS, DOUGI,A5 1,213.95 419052 12/06/2024 DIRECT DEPOSIT DEVITIS, CRISTI 1,399.83 419053 12/06/2024 DIRECT DEPOSIT FISHER, GEORGE 2,020.18 419054 12/06/2024 DIRECT DEPOSIT GAGNON, SHAWN 1,896.02 419055 12/06/2024 DIRECT DEPOSIT GILMER, THOMAS 1,583.71 419056 12/06/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 250.00 419056 12/06/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 1,117.62 419057 12/06/2024 DIRECT DEPOSIT HERRON, LAURA] 1,256.83 419058 12/06/2024 DIRECT DEPOSIT HOUSING, ERICA 1,494.88 419059 12/06/2024 DIRECT DEPOSIT HUDSON, ANDREA 1,167.32 419060 12/06/2024 DIRECT DEPOSIT JOHNSON, BENJAMIN 1,618.84 419061 12/06/2024 DIRECT DEPOSIT KNIEF, MARK 1,695.48 419062 12/06/2024 DIRECT DEPOSIT LLOYD, HEATHER 1,997.68 419063 12/06/2024 DIRECT DEPOSIT MACKEY, MISTY 1,275.21 419064 12/06/2024 DIRECT DEPOSIT MARTIN, ANGELA 1,300.34 419065 12/06/2024 DIRECT DEPOSIT MROTZ, LOUONNIE 1,246.93 419066 12/06/2024 DIRECT DEPOSIT NOVAK, TRISTAN 1,257.82 419067 12/06/2024 DIRECT DEPOSIT O'CONNOR, SHANNON 1,086.76 419068 12/06/2024 DIRECT DEPOSIT PATTON, LISA 2,216.60 419069 12/06/2024 DIRECT DEPOSIT PECHENIK, DEBRA 549.49 419070 12/06/2024 DIRECT DEPOSIT PERGOLA, ANITAI 1,400.16 419071 12/06/2024 DIRECT DEPOSIT QUINTERO, IVELISSE 1,272.88 419072 12/06/2024 DIRECT DEPOSIT ROBERTS, BRADLEY 1,717.29 419073 12/06/2024 DIRECT DEPOSIT SANTISO, DANIEL 461.98 419073 12/06/2024 DIRECT DEPOSIT SANTISO, DANIEL 1,300.00 419074 12/06/2024 DIRECT DEPOSIT SCHERF, CHARLENE 1,500.47 419075 12/06/2024 DIRECT DEPOSIT SCHLUSBERG, JOSEPH 1,309.85 419076 12/06/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 1,547.77 419076 12/06/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 80.00 419077 12/06/2024 DIRECT DEPOSIT SMITH, SHELLIE 650.00 419077 12/06/2024 DIRECT DEPOSIT SMITH, SHELLIE 1,105.26 419078 12/06/2024 DIRECT DEPOSIT SOVINE, CARL 1,375.38 419079 12/06/2024 DIRECT DEPOSIT SPOFFORD, JANET 812.19 419080 12/06/2024 DIRECT DEPOSIT AUSTIN, KENNET�1 2,399.37 419081 12/06/2024 DIRECT DEPOSIT BRADDY, MARTY. 50.00 419081 12/06/2024 DIRECT DEPOSIT BRADDY, MARTY 2,370.13 419082 12/06/2024 DIRECT DEPOSIT COLVIN, THOMAS 2,313.49 419083 12/06/2024 DIRECT DEPOSIT COMPTON, THOMAS 1,156.80 419083 12/06/2024 DIRECT DEPOSIT COMPTON, THOMAS 128.53 419084 12/06/2024 DIRECT DEPOSIT DAWKINS, PHILLIP 1,495.60 419085 12/06/2024 DIRECT DEPOSIT DEPINHO, CHARLES 2,440.03 419086 12/06/2024 DIRECT DEPOSIT FLOOD, STEPHEN 2,133.67 419087 12/06/2024 DIRECT DEPOSIT FORBES, TENNYSON 2,115.45 419088 12/06/2024 DIRECT DEPOSIT FORMAN, SHANE 1,405.73 419089 12/06/2024 DIRECT DEPOSIT FRISBY, CHRISTOPHER 1,731.49 419090 12/06/2024 DIRECT DEPOSIT FULLER, STEVEN 1,638.98 419091 12/06/2024 DIRECT DEPOSIT JORDAN, SHAWN 2,118.40 419092 12/06/2024 DIRECT DEPOSIT KISSELBACK, JOSEPH 1,341.76 85 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419093 12/06/2024 DIRECT DEPOSIT SANTAMARIA, JEFFREY 1,668.95 419094 12/06/2024 DIRECT DEPOSIT SAWYER, CRAIG 95.12 419094 12/06/2024 DIRECT DEPOSIT SAWYER, CRAIG 2,894.98 419095 12/06/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 300.00 419095 12/06/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 1,641.00 419096 12/06/2024 DIRECT DEPOSIT WAGNER, DANIEL 1,841.82 419097 12/06/2024 DIRECT DEPOSIT WEBB, ROBERT 1,972.09 419098 12/06/2024 DIRECT DEPOSIT YOUNG, GERALD 800.00 419098 12/06/2024 DIRECT DEPOSIT YOUNG, GERALD 1,145.41 419099 12/06/2024 DIRECT DEPOSIT ACUNA, SHAYNE 1,695.18 419100 12/06/2024 DIRECT DEPOSIT ADRIANCE, TIMOTHY 3,602.09 419101 12/06/2024 DIRECT DEPOSIT BACON, VAN 1,723.06 419101 12/06/2024 DIRECT DEPOSIT BACON, VAN 369.23 419101 12/06/2024 DIRECT DEPOSIT BACON, VAN 369.23 419102 12/06/2024 DIRECT DEPOSIT BARDWELL, TIMONTRAYE 1,466.96 419103 12/06/2024 DIRECT DEPOSIT BESANCON, MARK 100.00 419103 12/06/2024 DIRECT DEPOSIT BESANCON, MARK 2,480.57 419104 12/06/2024 DIRECT DEPOSIT BOWEN, CHAD 2,486.83 419105 12/06/2024 DIRECT DEPOSIT FOLEY, SHANE 1,556.49 419106 12/06/2024 DIRECT DEPOSIT FREEMAN, KEITH 1,541.78 419107 12/06/2024 DIRECT DEPOSIT GOLFE, GREGORY 1,280.72 419107 12/06/2024 DIRECT DEPOSIT GOLFE, GREGORY 100.00 419108 12/06/2024 DIRECT DEPOSIT HAMLETT, ROBERT 1,276.19 419109 12/06/2024 DIRECT DEPOSIT HANSON, CHRISTOPHER 1,913.63 419110 12/06/2024 DIRECT DEPOSIT HAWKINS, DUKE 2,450.25 419111 12/06/2024 DIRECT DEPOSIT HENRY, MARQUEZ 1,434.22 419112 12/06/2024 DIRECT DEPOSIT KIVENAS, ZACHARY 1,492.26 419113 12/06/2024 DIRECT DEPOSIT LEE, TERRENCE 2,102.42 419114 12/06/2024 DIRECT DEPOSIT LESTER, JEROME 2,124.50 419115 12/06/2024 DIRECT DEPOSIT LONGACRE, KENNETH 3,287.29 419116 12/06/2024 DIRECT DEPOSIT MCGRATH, WILLIAM 1,542.69 419117 12/06/2024 DIRECT DEPOSIT MOTT, KODY 1,971.79 419118 12/06/2024 DIRECT DEPOSIT MUNRO, LUCAS 1,962.54 419119 12/06/2024 DIRECT DEPOSIT PAGAN, DYLAN 1,891.36 419120 12/06/2024 DIRECT DEPOSIT SHARPE, JAMES 1,864.77 419121 12/06/2024 DIRECT DEPOSIT STANTON, KASSI 1,241.72 419122 12/06/2024 DIRECT DEPOSIT TATUM, ROYCE 1,533.68 419123 12/06/2024 DIRECT DEPOSIT WILLIS, EDDRICK 2,766.63 419124 12/06/2024 DIRECT DEPOSIT ZIMEI, BENJAMIN 2,697.55 419125 12/06/2024 DIRECT DEPOSIT BLANCO PEREZ, YULIEN 1,610.80 419126 12/06/2024 DIRECT DEPOSIT CHAMPAGNE, SAMUEL 1,443.62 419127 12/06/2024 DIRECT DEPOSIT EVANS, AUSTIN 1,288.21 419128 12/06/2024 DIRECT DEPOSIT HOVEY, STORM 1,174.80 419129 12/06/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 1,202.02 419129 12/06/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 592.04 419130 12/06/2024 DIRECT DEPOSIT PERALTA, ALEXIS 2,128.68 419131 12/06/2024 DIRECT DEPOSIT THORNE, MICHAEL 550.00 419131 12/06/2024 DIRECT DEPOSIT THORNE, MICHAEL 200.00 419131 12/06/2024 DIRECT DEPOSIT THORNE, MICHAEL 1,172.04 419132 12/06/2024 DIRECT DEPOSIT YONKERS, LAURA 3,424.44 419133 12/06/2024 DIRECT DEPOSIT AUGUSTE, JEHU 1,716.74 419134 12/06/2024 DIRECT DEPOSIT MCINTYRE- MEISENBURG, MELISSA 2,141.05 419135 12/06/2024 DIRECT DEPOSIT WAPPES, SARA 1,830.91 768419 12/06/2024 PRINTED MATTHES, LAURA M. 2,709.47 86 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 768420 12/06/2024 PRINTED STAUDT, MICHAEL G. 2,442.31 768421 12/06/2024 PRINTED FLECK, KELANI E. 527.09 768422 12/06/2024 PRINTED ROHRER, RYLEE F. 485.51 768423 12/06/2024 PRINTED MCKAY, LAUREN L. 714.13 768424 12/06/2024 PRINTED WILLIAMS, SOPHIA E. 675.35 768425 12/06/2024 PRINTED CEPARANO, MICHAEL P. 372.27 768426 12/06/2024 PRINTED VERGARA, GUSTAVO F. 3,091.60 768427 12/06/2024 PRINTED REICHARD, RENAE G. 386.85 768428 12/06/2024 PRINTED RIVIERE, AMBER D. 3,236.22 768429 12/06/2024 PRINTED PERKINS, ETHAN M. 716.41 768430 12/06/2024 DIRECT DEPOSIT BELL, CRAIG 400.00 768430 12/06/2024 PRINTED BELL, CRAIG L. 1,187.43 768431 12/06/2024 PRINTED FOWLER, SCOTT W. 1,387.54 768432 12/06/2024 DIRECT DEPOSIT GIBSON, KEVIN 125.00 768432 12/06/2024 PRINTED GIBSON, KEVIN S� 3,026.89 768433 12/06/2024 DIRECT DEPOSIT HORNE, BRIAN 1,650.00 768433 12/06/2024 DIRECT DEPOSIT HORNE, BRIAN 25.00 768433 12/06/2024 PRINTED HORNE, BRIAN 1,134.00 768434 12/06/2024 PRINTED MEDECKE, JULIE. 1,267.81 768435 12/06/2024 PRINTED REESE, STEVEN G� 357.14 768436 12/06/2024 PRINTED ROSENBARKER, TERRY A 387.87 768437 12/06/2024 PRINTED PAYNE, GEORGE H. 3,216.21 768438 12/06/2024 DIRECT DEPOSIT BARKWELL, MICHAEL 25.00 768438 12/06/2024 PRINTED BARKWELL, MICHAEL C. 2,006.73 56074 12/02/2024 PRINTED CLEVELAND CLINIC FOUNDATION 7.60 56075 12/02/2024 PRINTED HOWARD T. TEE MD 126.90 56076 12/02/2024 PRINTED VERO ORTHOPAEDICS II PA 75.00 56077 12/02/2024 PRINTED VERO ORTHOPAEDICS II PA 144.70 56078 12/02/2024 PRINTED EZ HEALTH CARE 1,950.06 56079 12/02/2024 PRINTED ORTHOPAEDIC CENTER OF VERO BEACH 95.95 56080 12/02/2024 PRINTED ORTHOPAEDIC CENTER OF VERO BEACH 101.65 56081 12/02/2024 PRINTED HEALTHESYSTEMS LLC 931.23 56081 12/02/2024 PRINTED HEALTHESYSTEMS LLC 964.19 56081 12/02/2024 PRINTED HEALTHESYSTEMS LLC 3.22 56081 12/02/2024 PRINTED HEALTHESYSTEMS LLC 386.79 56082 12/02/2024 PRINTED LAW FIRM OF HOSKINS, TURCO LLOYD & LLOYD 4,920.00 56083 12/02/2024 PRINTED MICHAEL SHAWN DOUTRICH 1,260.00 56084 12/02/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 1,415.50 56085 12/03/2024 PRINTED ORTHOPAEDIC CENTER OF VERO BEACH 1,632.00 56086 12/03/2024 PRINTED ORTHOPAEDIC CENTER OF VERO BEACH PA 163.00 56087 12/03/2024 PRINTED ORTHOPAEDIC CENTER OF VERO BEACH PA 95.95 56088 12/03/2024 PRINTED CIOX HEALTH LLC 30.84 56089 12/03/2024 PRINTED HR LAW PA 107.00 56090 12/04/2024 PRINTED VERO ORTHOPAEDICS II PA 5.00 56091 12/04/2024 PRINTED FLORIDA PAIN MANAGEMENT ASSOCI 342.90 56092 12/05/2024 PRINTED FOURSTONE HEALTH LLC 288.75 56093 12/05/2024 PRINTED EZ HEALTH CARE 685.92 56094 12/05/2024 PRINTED EZ HEALTH CARE 685.92 56095 12/05/2024 PRINTED EZ HEALTH CARE 6,502.50 56096 12/05/2024 PRINTED EZ HEALTH CARE 6,502.50 56097 12/05/2024 PRINTED MARCUS MALONE MD LLC DBA ELITE 87.46 56098 12/05/2024 PRINTED JOHN GLENTON 1,496.96 56099 12/06/2024 PRINTED FLORIDA PAIN MANAGEMENT ASSOCI 84.38 56100 12/06/2024 PRINTED EZ HEALTH CARE 807.47 87 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 56101 12/06/2024 PRINTED BRUCE WEIMANN 1,795.50 56102 12/06/2024 PRINTED BROUSSARD, CULLEN & ELDRIDGE, P.A. 1,415.50 2307 12/05/2024 PRINTED WHITEBIRD PLLC 85.50 2307 12/05/2024 PRINTED WHITEBIRD PLLC 740.00 14,702,935.99 88 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: December 13, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS December 7, 2024 to December 13, 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 December 7, 2024 to December 13, 2024. 89 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12569 12/09/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 779.96 12570 12/09/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,637.11 12571 12/09/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,367.95 12572 12/09/2024 WIRE LINCOLN RETIREMENT 114,893.84 12573 12/09/2024 WIRE IRS -PAYROLL TAXES 736,319.54 12574 12/09/2024 WIRE CLERK OF CIRCUIT COURT 401.00 12575 12/09/2024 WIRE KIMLEY HORN &FSSOC INC 11,398.00 12576 12/09/2024 WIRE IRC CHAMBER OFICOMMERCE 41,615.57 12577 12/09/2024 WIRE VETERANS COUNCIL OF I R C 2,408.20 12578 12/10/2024 WIRE CLERK OF CIRCUIT COURT 162.00 12579 12/10/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 505.34 12580 12/11/2024 WIRE IRS -PAYROLL TAXES 7,654.01 12581 12/11/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 331.55 12582 12/11/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,942.51 12583 12/12/2024 WIRE CLERK OF CIRCUIj COURT 176.50 12584 12/12/2024 WIRE BLUE CROSS & BLUE SHIELD 390,368.09 12585 12/12/2024 WIRE CITY OF SEBASTIAN 30,231.57 12586 12/12/2024 WIRE VEROTOWN LLC 36,568.50 12587 12/12/2024 WIRE HEALTH ADVOCATE SOLUTIONS INC 4,060.98 12588 12/12/2024 WIRE ATLAS ORGANICS INDIAN RIVER LLC 644,402.05 12589 12/12/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 782.37 12590 12/12/2024 WIRE BLUECROSS AND IBLUESHIELD OF SOUTH CAROLINA 80,626.50 12591 12/13/2024 WIRE KIMLEY HORN & ASSOC INC 69,176.00 12592 12/13/2024 WIRE CLERK OF CIRCUIT COURT 118.50 12593 12/13/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 2,008.61 12594 12/13/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 35,857.69 12595 12/13/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 3,954.31 12596 12/13/2024 WIRE FLORIDA DEPARTMENT OF REVENUE 791.31 12597 12/13/2024 WIRE MUTUAL OF OMAHA 29,763.99 12598 12/13/2024 WIRE MUTUAL OF OMAHA 38,126.72 12599 12/13/2024 WIRE IOTA TRUST ACCOUNT 25,000.00 12600 12/13/2024 WIRE WRIGHT EXPRESS FSC 27,139.03 12601 12/13/2024 WIRE AMERITAS 18,820.01 12602 12/13/2024 WIRE CER SIGNATURE CLEANING LLC 12,524.20 12603 12/13/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,206.22 12604 12/13/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 961.55 12605 12/13/2024 WIRE EDH HOLDINGS LLC 7,475.75 12606 12/13/2024 WIRE EDH HOLDINGS LLC 4,391.27 12607 12/13/2024 WIRE INVESTORS TITLOINSURANCE COMPANY 65,000.00 457342 12/09/2024 PRINTED S&P GLOBAL INC 27,500.00 457343 12/09/2024 PRINTED COMMONWEALTH OF MASSACHUSETTS 1,124.00 457344 12/12/2024 PRINTED AMERICAN RESIDENTIAL SERVICES OF FLORIDA 183.40 457345 12/12/2024 PRINTED ANGELA HUSSEY 13.13 457346 12/12/2024 PRINTED ARTHUR CAUL 42.03 457347 12/12/2024 PRINTED ARTHUR J COLANDREA 82.40 457348 12/12/2024 PRINTED BARBARA Y. DUNCAN 45.52 457349 12/12/2024 PRINTED BEN AUSTIN BISHOP 55.98 457350 12/12/2024 PRINTED BRACKETT FAMILY LIMITED PARTNERSHIP 58.61 457351 12/12/2024 PRINTED BRENNAN WEST 41.99 457352 12/12/2024 PRINTED CAITLIN RICHARDSON 64.92 457353 12/12/2024 PRINTED CAITLYN GOODPASTURE 16.23 457354 12/12/2024 PRINTED CAMAROTTI HOMES LLC, A FLORIDA LIMITED L 79.47 457355 12/12/2024 PRINTED CHANTALE JEAN -LOUIS 41.47 457356 12/12/2024 PRINTED CHARLES R ORRISON 7.14 90 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457357 12/12/2024 PRINTED CRISTIANE FAVERO OLIVEIRA 74.86 457358 12/12/2024 PRINTED DANIEL GONZALEZ 43.76 457359 12/12/2024 PRINTED DI VOSTA HOMES L P 302.22 457360 12/12/2024 PRINTED DORIS LITTLE 82.41 457361 12/12/2024 PRINTED FRANKIE 8 CIVILETTO 27.11 457362 12/12/2024 PRINTED GRBK GHO HIGH POINTE LLC 80.10 457363 12/12/2024 PRINTED HANUMANT NABAR 79.83 457364 12/12/2024 PRINTED HOLIDAY BUILDERS 64.18 457365 12/12/2024 PRINTED J VANCE BRINKERHOFF 27.00 457366 12/12/2024 PRINTED JAMES KLEIN 80.96 457367 12/12/2024 PRINTED JEFFREY LABELLARTE 60.40 457368 12/12/2024 PRINTED LARRY PACHECO 64.20 457369 12/12/2024 PRINTED LOAN MONEY TODAY LLC 46.36 457370 12/12/2024 PRINTED MAKS & FAMILY LLC 42.93 457371 12/12/2024 PRINTED MATTHEW MCGOWAN 121.96 457372 12/12/2024 PRINTED MICHAEL V MENDOZA 89.50 457373 12/12/2024 PRINTED MPT OF SEBASTIAN -STEWARD LLC 3,387.74 457374 12/12/2024 PRINTED PATRICIA L HAGEN 24.91 457375 12/12/2024 PRINTED PETER J MARINI 85.70 457376 12/12/2024 PRINTED RANGER CONSTRUCTION INDUSTRIES INC 327.72 457377 12/12/2024 PRINTED SARAH MC GINNESS 20.47 457378 12/12/2024 PRINTED SHANE CHATHAM 26.38 457379 12/12/2024 PRINTED SHEILA HILL 61.07 457380 12/12/2024 PRINTED SMITH FOOD MARKET INC 89.25 457381 12/12/2024 PRINTED SUTHERLIN NISSAN VERO BEACH INC 663.94 457382 12/12/2024 PRINTED TANIA ORTEGA-COWAN 22.82 457383 12/12/2024 PRINTED TERRA DISMUKE 82.66 457384 12/12/2024 PRINTED THE HILL GROUP 236.85 457385 12/12/2024 PRINTED TIERRA LINDA PROPERTIES LLC 197.24 457386 12/12/2024 PRINTED VICTOR A SOLIER 20.80 457387 12/12/2024 PRINTED ANGELA FORGETTE 17.99 457388 12/12/2024 PRINTED ANTHONY CHINAGLIA 7.73 457389 12/12/2024 PRINTED BLIACAB ENTERPRISES, LLC 40.07 457390 12/12/2024 PRINTED BRIAN HILL 53.60 457391 12/12/2024 PRINTED CAMAROTTI HOMES LLC, A FLORIDA LIMITED L 40.43 457392 12/12/2024 PRINTED CAROL SILVERMAN 26.95 457393 12/12/2024 PRINTED CHRISTOPHER HAZELLIEF 128.41 457394 12/12/2024 PRINTED D R HORTON INC 39.52 457395 12/12/2024 PRINTED DI VOSTA HOMES L P 97.87 457396 12/12/2024 PRINTED DONALD BULRISS 34.84 457397 12/12/2024 PRINTED FOCUS HOMES LLC OF FLORIDA 135.92 457398 12/12/2024 PRINTED GRBK GHO BENT PINE LLC 46.29 457399 12/12/2024 PRINTED GRBK GHO CENTRAL VERO LLC 64.89 457400 12/12/2024 PRINTED HOLIDAY BUILDERS 155.27 457401 12/12/2024 PRINTED HUMBERTO ANTONIO RODRIGUEZ 42.70 457402 12/12/2024 PRINTED JAMES W SCHWEIKART 41.42 457403 12/12/2024 PRINTED JOLIBOIS NOMBRE 81.64 457404 12/12/2024 PRINTED JOSEPH NOTO SR 79.22 457405 12/12/2024 PRINTED JOSEPH SALVANI 100.00 457406 12/12/2024 PRINTED JUNE ALLYSON KARR 14.25 457407 12/12/2024 PRINTED KAMILA ESTEVES FUENTES 11.32 457408 12/12/2024 PRINTED KAREN ALICE ALEXANDRE 94.13 457409 12/12/2024 PRINTED KENNETH GRUETT 47.61 457410 12/12/2024 PRINTED LEAH CHRISTIAN ROBINSON 46.49 91 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457411 12/12/2024 PRINTED LGI HOMES 41.62 457412 12/12/2024 PRINTED LISA A BAUMANN 53.85 457413 12/12/2024 PRINTED MATHIEU MAZARIN 116.89 457414 12/12/2024 PRINTED MISTY LEE MORRISON 24.74 457415 12/12/2024 PRINTED OFFERPAD LLC 54.07 457416 12/12/2024 PRINTED PATRICIA SMITH 35.21 457417 12/12/2024 PRINTED RICHARD AVON 43.67 457418 12/12/2024 PRINTED SADIEL GONZALEZ CABALLERO 46.84 457419 12/12/2024 PRINTED SAMANTHA BIBEAU 9.29 457420 12/12/2024 PRINTED SHARON LOREFICE 41.71 457421 12/12/2024 PRINTED SHERRY MACHADO 32.18 457422 12/12/2024 PRINTED STEVEN BARKMEIERJR 39.67 457423 12/12/2024 PRINTED STEVEN POLIDORO 21.02 457424 12/12/2024 PRINTED VALERIE GOFORTH 35.67 457425 12/12/2024 PRINTED WJHFL LLC C/O DBA WJH LLC 152.25 457426 12/12/2024 PRINTED YVONNE DEGRAW 40.73 457427 12/12/2024 PRINTED REPUBLIC SERVICES INC 624,402.37 457428 12/12/2024 PRINTED JOBEAR CONTRACTING INC 96,959.10 457429 12/12/2024 PRINTED GUETTLER BROTHERS CONSTRUCTION LLC 43,215.50 457430 12/12/2024 PRINTED COMANCO ENVIRONMENTAL CORPORATION 351,231.92 457431 12/12/2024 PRINTED KESSLER CONSULTING INC 8,355.00 457432 12/12/2024 PRINTED SOUTHEAST SERVICES OF THE 3,712.12 457433 12/12/2024 PRINTED PROCTOR CONSTRUCTION COMPANY LLC 478,578.02 457434 12/12/2024 PRINTED LAWRENCE LEE CONSTRUCTION SERVICES INC 7,125.00 457435 12/12/2024 PRINTED INDIAN RIVER SUSTAINABILITY CENTER LLC 113,209.07 457436 12/12/2024 PRINTED COMMANDLINK LLC 3,476.26 457437 12/12/2024 PRINTED KATE PRIEST LCSW LLC 5,000.00 457438 12/12/2024 PRINTED INSPIRE PLACEMAKING COLLECTIVE INC 27,941.60 457439 12/12/2024 PRINTED AMERICAN FACILITY SERVICES INC 15,889.42 457440 12/12/2024 PRINTED GENERAL BUILDING MAINTENANCE LLC 11,736.91 457441 12/12/2024 PRINTED KAREN RACKARD 119.00 457442 12/12/2024 PRINTED NIGP 300.00 457443 12/12/2024 PRINTED BRIAN FREEMAN 17.31 457444 12/12/2024 VOID WILLIAM CROSBY 0.00 457445 12/12/2024 PRINTED DAVID BELL 5.47 457446 12/12/2024 PRINTED LAURA MATTHES 91.67 457447 12/12/2024 PRINTED JOHN BEARDSLEY 150.00 457448 12/12/2024 PRINTED JORDAN MONTEROSSO 7.57 457449 12/12/2024 PRINTED NICHOLAS HAWKINS 343.77 457450 12/12/2024 PRINTED KEVIN WHITE 24.00 457451 12/12/2024 VOID LEON LIBERUS 0.00 457452 12/12/2024 PRINTED INDIAN RIVER BATTERY 822.70 457453 12/12/2024 PRINTED SAFETY KLEEN 415.79 457454 12/12/2024 PRINTED AT&T 1,331.50 457455 12/12/2024 PRINTED FLORIDA DEPARTMENT OF TRANSPORTATION 45.88 457456 12/12/2024 PRINTED FLORIDA POWER AND LIGHT 125.92 457457 12/12/2024 PRINTED CELICO PARTNERSHIP 1,361.20 457458 12/12/2024 PRINTED CALDWELL PACETTI EDWARDS 2,550.00 457459 12/12/2024 PRINTED ANGIOLOGY CORP OF AMERICA 4,165.00 457460 12/12/2024 PRINTED AMAZON CAPITAL SERVICES INC 127.14 457461 12/12/2024 PRINTED LOWES COMPANIES INC 530.92 457462 12/12/2024 PRINTED WASTE MANAGEMENT INC OF FLORIDA 481.96 457463 12/12/2024 PRINTED J-MAC CLEANING SERVICES INC 3,445.81 457464 12/12/2024 PRINTED CRYSTAL MCANELLY DIVERS 55.00 92 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457465 12/12/2024 PRINTED WINSUPPLY COMMERCIAL CHARGE 22.48 457466 12/12/2024 PRINTED EXPONENT HOLDINGS LLC 486.11 457467 12/12/2024 PRINTED THE BATH COLLECTION INC 9,056.68 457468 12/12/2024 PRINTED PAULA HEGI 18.00 457469 12/12/2024 PRINTED COASTAL CONSERVATION ASSOCIATION FL 596.00 457470 12/12/2024 PRINTED HEALTH FIRST 535.00 457471 12/12/2024 PRINTED HUMANE SOCIETY OF VERO BEACH AND IRC, INC 1,260.00 457472 12/12/2024 PRINTED JOHN KRAUSE 752.35 457473 12/12/2024 PRINTED LATITUDE -88, INC 500.00 457474 12/12/2024 PRINTED LIBERTY MAGNET PTA 732.50 457475 12/12/2024 PRINTED MARLA BLAKE 250.00 457476 12/12/2024 PRINTED PINK IN PARADISE INC. 446.00 457477 12/12/2024 PRINTED PRISCILLA ELLIS 250.00 457478 12/12/2024 PRINTED TAXPAYERS ASSOCIATION OF IRC 214.37 457479 12/12/2024 PRINTED WILLIAM SISTLER 515.67 457480 12/12/2024 PRINTED PORT CONSOLIDATED 2,106.57 457481 12/12/2024 PRINTED GUARDIAN EQUIPMENT INC 4,560.00 457482 12/12/2024 PRINTED SOUTHERN SEWER EQUIPMENT SALES 1,412.46 457483 12/12/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 3,350.75 457484 12/12/2024 PRINTED RICOH USA INC 108.64 457485 12/12/2024 PRINTED SAFETY PRODUCTS INC 1,039.08 457486 12/12/2024 PRINTED DATA FLOW SYSTEMS INC 7,305.60 457487 12/12/2024 PRINTED GRAINGER INC 4,918.24 457488 12/12/2024 PRINTED GENES AUTO GLASS 350.00 457489 12/12/2024 PRINTED HACH CO 3,240.24 457490 12/12/2024 PRINTED CLIFF BERRY INC 902.35 457491 12/12/2024 PRINTED PARKSON CORPORATION 545.36 457492 12/12/2024 PRINTED MEEKS PLUMBININC 2,286.25 457493 12/12/2024 PRINTED BOUND TREE ME9ICAL LLC 11,236.17 457494 12/12/2024 PRINTED ELPEX 620.00 457495 12/12/2024 PRINTED ABCO GARAGE DOOR CO 6,068.75 457496 12/12/2024 PRINTED BILL BRYANT & ASSOCIATES INC 100,451.68 457497 12/12/2024 PRINTED CHILDCARE RESOURCES OF IRC 13,412.03 457498 12/12/2024 PRINTED NEWMANS POWER SYSTEMS 840.28 457499 12/12/2024 PRINTED DELL MARKETING LP 2,289.99 457500 12/12/2024 PRINTED HINTON'S CARPET CLEANING 300.00 457501 12/12/2024 PRINTED BRANDTS APPLIANCE SERVICE 452.73 457502 12/12/2024 PRINTED MIDWEST TAPE LLC 9,261.92 457503 12/12/2024 PRINTED NORTHERN SAFETY CO INC 94.40 457504 12/12/2024 PRINTED ODYSSEY MANUFACTURING CO 45,820.80 457505 12/12/2024 PRINTED K & M ELECTRIC SUPPLY 32.02 457506 12/12/2024 PRINTED HARRINGTON INDUSTRIAL PLASTICS LLC 384.51 457507 12/12/2024 PRINTED PC WEATHER PRODUCTS INC 2,288.00 457508 12/12/2024 PRINTED SUNSHINE PHYSICAL THERAPY CLINIC 3,300.00 457509 12/12/2024 PRINTED CITY OF VERO BEACH 1,446.16 457510 12/12/2024 PRINTED HOME DEPOT CREDIT SERVICES 366.12 457511 12/12/2024 PRINTED FLORIDA ANIMAL CONTROL ASSOC INC 168.00 457512 12/12/2024 PRINTED CENTRAL AIR CONDITIONING & REFRIGERATION SUPPLY 2,811.05 457513 12/12/2024 PRINTED CALLAWAY GOLF 202.57 457514 12/12/2024 PRINTED FLORIDA POWER AND LIGHT 88,116.78 457515 12/12/2024 PRINTED FLORIDA POWER AND LIGHT 35,145.87 457516 12/12/2024 PRINTED FLORIDA POWER AND LIGHT ASSIST 4,098.29 457517 12/12/2024 PRINTED GIFFORD YOUTH ACHIEVEMENT CENTER INC 18,754.52 457518 12/12/2024 PRINTED CITY OF FELLSMERE 331.33 93 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457519 12/12/2024 PRINTED PEACE RIVER ELECTRIC COOPERATIVE INC 234.16 457520 12/12/2024 PRINTED GLOBAL GOLF SALES INC 268.08 457521 12/12/2024 PRINTED FL DEPT OF ENVIRONMENTAL PROTECTION 450.00 457522 12/12/2024 PRINTED FLORIDA EMERGENCY PREPAREDNESS 100.00 457523 12/12/2024 PRINTED FLORIDA EMERGENCY PREPAREDNESS 100.00 457524 12/12/2024 PRINTED FLORIDA EMERGENCY PREPAREDNESS 100.00 457525 12/12/2024 PRINTED FLORIDA EMERGENCY PREPAREDNESS 100.00 457526 12/12/2024 PRINTED TREASURE COAST SPORTS COMMISSION 7,363.49 457527 12/12/2024 PRINTED BUILDING OFFICIALS ASSOC OF FLORIDA 130.00 457528 12/12/2024 PRINTED IRC HEALTHY START COALITION INC 28,091.67 457529 12/12/2024 PRINTED PITNEY BOWES INC 672.74 457530 12/12/2024 PRINTED CUES 221.76 457531 12/12/2024 PRINTED INDIAN RIVER COUNTY BAR ASSOCIATION 375.00 457532 12/12/2024 PRINTED FLORIDA ENGINEERING SOCIETY 235.00 457533 12/12/2024 PRINTED TRANE U S INC 642.67 457534 12/12/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 780.50 457535 12/12/2024 PRINTED CELICO PARTNERSHIP 6,857.45 457536 12/12/2024 PRINTED CINTAS CORPORATION 139.81 457537 12/12/2024 PRINTED POLYDYNEINC 7,866.00 457538 12/12/2024 PRINTED BIG BROTHERS AND BIG SISTERS 9,208.44 457539 12/12/2024 PRINTED FASTENAL COMPANY 17.25 457540 12/12/2024 PRINTED MITCHELL REPAIR INFORMATION COMPANY LLC 5,208.00 457541 12/12/2024 PRINTED FIRE PROTECTION PUBLICATIONS 7,350.00 457542 12/12/2024 PRINTED GERELCOM INC 270.00 457543 12/12/2024 PRINTED CONSOLIDATED ELECTRIAL DIST INC 641.84 457544 12/12/2024 PRINTED JOHNNY B SMITH 270.00 457545 12/12/2024 PRINTED WEIMANN CONSTRUCTION INC 4,451.00 457546 12/12/2024 PRINTED ASSOCIATION OF STATE FLOODPLAIN MANAGERS 180.00 457547 12/12/2024 PRINTED REDLANDS CHRISTIAN MIGRANT ASSOC 11,469.51 457548 12/12/2024 PRINTED PETER J CASSARA 7,200.00 457549 12/12/2024 PRINTED DANA SAFETY SUPPLY INC 260.00 457550 12/12/2024 PRINTED MARINCO BIOASSAY LABORATORY INC 3,380.00 457551 12/12/2024 PRINTED HLP INC. 9,480.00 457552 12/12/2024 PRINTED NICOLACE MARKETING INC 6,989.80 457553 12/12/2024 PRINTED BENNETT FIRE PRODUCTS CO INC 1,500.00 457554 12/12/2024 PRINTED STAT MEDICAL DISPOSAL INC 500.00 457555 12/12/2024 PRINTED OVERDRIVE INC 1,907.04 457556 12/12/2024 PRINTED PROMATIC INC 38.27 457557 12/12/2024 PRINTED UNIVERSAL ENGINEERING SCIENCES 31,115.00 457558 12/12/2024 PRINTED CARDINAL HEALTH 110, LLC 722.43 457559 12/12/2024 PRINTED MUNICIPAL EMERGENCY SERVICES INC 674.95 457560 12/12/2024 PRINTED BURNETT LIME CO INC 13,877.40 457561 12/12/2024 PRINTED STS MAINTAIN SERVICES INC 46,199.45 457562 12/12/2024 PRINTED SYLVIA MILLER 1,362.00 457563 12/12/2024 PRINTED CATHEDRAL CORPORATION 12,611.22 457564 12/12/2024 PRINTED PRG AMERICAS LLC 911.57 457565 12/12/2024 PRINTED SERVICE LIGHTING & ELECTRICAL SUPPLIES INC 1,184.25 457566 12/12/2024 PRINTED SITEONE LANDSCAPE SUPPLY LLC 810.43 457567 12/12/2024 PRINTED AWC INC 5,720.00 457568 12/12/2024 PRINTED CROSSOVER MISSION INC 5,417.00 457569 12/12/2024 PRINTED BYERS ENGINEERING COMPANY 9,080.00 457570 12/12/2024 PRINTED EASTERN PIPELINE CONSTRUCTION INC 1,775.00 457571 12/12/2024 PRINTED AC VETERINARY SPECIALTY SERVICES 45.00 457572 12/12/2024 PRINTED DEBBIE CARSON 50.00 94 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457573 12/12/2024 PRINTED WILLIS SPORTS ASSOCIATION INC 3,066.00 457574 12/12/2024 PRINTED COLE AUTO SUPPLY INC 476.11 457575 12/12/2024 PRINTED KONICA MINOLTA BUSINESS SOLUTIONS 648.62 457576 12/12/2024 PRINTED RELX INC 461.20 457577 12/12/2024 PRINTED SSE ASSOCIATES INC 1,245.00 457578 12/12/2024 PRINTED ENVIRONMENTAL OPERATING SOLUTION INC 28,532.40 457579 12/12/2024 PRINTED CORE & MAIN LP 14,393.48 457580 12/12/2024 PRINTED BROWNELLS INC 24,154.14 457581 12/12/2024 PRINTED WOERNER AGRIBUSINESS LLC 700.00 457582 12/12/2024 PRINTED TYKES & TEENS INC 5,129.01 457583 12/12/2024 PRINTED REXEL USA INC 640.64 457584 12/12/2024 PRINTED DUVAL FORD LLC 30,914.00 457585 12/12/2024 PRINTED DIRECTV GROUP INC 99.24 457586 12/12/2024 PRINTED TAYLOR ANNE HATTON 60.00 457587 12/12/2024 PRINTED AMAZON CAPITAL SERVICES INC 5,089.63 457588 12/12/2024 PRINTED PACE ANYALYTICAL LLC 9,415.15 457589 12/12/2024 PRINTED AMERIGAS PROPANE LP 2,036.28 457590 12/12/2024 PRINTED METROPOLITAN COMMUNICATION SERVICES INC 420.75 457591 12/12/2024 PRINTED THE HOPE FOR FAMILIES CENTER INC 4,740.74 457592 12/12/2024 PRINTED MULLINAX FORD OF VERO BEACH 6.84 457593 12/12/2024 PRINTED SOUTH CENTRAL PLANNING & DEVELOPMENT COMMISSION 4,813.33 457594 12/12/2024 PRINTED MT CAUSLEY LLC 40,507.50 457595 12/12/2024 PRINTED STAPLESINC 612.26 457596 12/12/2024 PRINTED LOWES COMPANIES INC 2,223.74 457597 12/12/2024 PRINTED SMI TRADING LLC 131.98 457598 12/12/2024 PRINTED TOSHIBA AMERICA BUISNESS SOLUTIONS INC 93.03 457599 12/12/2024 PRINTED WASTE MANAGEMENT INC OF FLORIDA 3,657.34 457600 12/12/2024 PRINTED COASTAL DOORS LLC 705.00 457601 12/12/2024 PRINTED JLA GEOSCIENCES INC 23,146.00 457602 12/12/2024 PRINTED SCALESGEAR.COM LLC 778.95 457603 12/12/2024 PRINTED HIREQUEST LLC 18,562.63 457604 12/12/2024 PRINTED CER SIGNATURE CLEANING LLC 9,000.00 457605 12/12/2024 PRINTED CLEAN SPACE INC 2,383.70 457606 12/12/2024 PRINTED DOBBS EQUIPMENT LLC 6,065.75 457607 12/12/2024 PRINTED TROPIC OIL COMPANY LLC 271.19 457608 12/12/2024 PRINTED SHRIEVE CHEMICAL CO LLC 13,364.59 457609 12/12/2024 PRINTED BAKER & TAYLOR 1,269.30 457610 12/12/2024 PRINTED TK ELEVATOR CORPORATION 629.64 457611 12/12/2024 PRINTED CARAHSOFT TECHNOLOGY CORP 7,027.00 457612 12/12/2024 PRINTED TARKETT USA INC 39,842.96 457613 12/12/2024 PRINTED SEVEN ISLES CAPITAL 983.00 457614 12/12/2024 PRINTED JEFFERY HOGUES 350.00 457615 12/12/2024 PRINTED KERNER LLC 10,221.00 457616 12/12/2024 PRINTED DE 2018 PLLC 300.00 457617 12/12/2024 PRINTED PREMIER NURSERIES LLC 8,788.00 457618 12/12/2024 PRINTED XEROX CORPORATION 1,276.99 457619 12/12/2024 PRINTED ISO CLAIMS SERVICES INC 955.85 457620 12/12/2024 PRINTED DREAMSEATS LLC 20,004.00 457621 12/12/2024 PRINTED BATES AIR & HEAT LLC 418.75 457622 12/12/2024 PRINTED SCHOOL OUTFITTERS LLC 1,128.87 457623 12/12/2024 PRINTED SUMMIT FIRE & SECURITY LLC 540.00 457624 12/12/2024 PRINTED GEARFACE LLC 200.00 457625 12/12/2024 PRINTED FOUNDATIONS WELLNESS CENTER LLC 24,675.00 457626 12/12/2024 PRINTED C&S CHEMICALS INC 4,323.45 95 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457627 12/12/2024 PRINTED TRANSGATE RECOVERY SOLUTIONS LLC 2,135.00 457628 12/12/2024 PRINTED FIRST ARRIVING 10 INC 12,065.58 457629 12/12/2024 PRINTED WILLIAMS SCOTSMAN INC 1,599.27 457630 12/12/2024 PRINTED UNIVAR SOLUTIONS USA INC 4,572.03 457631 12/12/2024 PRINTED VECELLIO GROUP INC 1,862.10 457632 12/12/2024 PRINTED PALMDALE INTERMEDIATE LLC 76.74 457633 12/12/2024 PRINTED STEWART & STEVENSON LLC 1,925.20 457634 12/12/2024 PRINTED GANNETT MEDIA CORP 598.50 457635 12/12/2024 PRINTED DAVID D SIMPSON 400.00 457636 12/12/2024 PRINTED EXPONENT HOLDINGS LLC 7,500.00 457637 12/12/2024 PRINTED NATURES KEEPER INC 1,986.50 457638 12/12/2024 PRINTED THE DOLLYWOOD FOUNDATION 1,372.77 457639 12/12/2024 PRINTED SEABROOKS TOO LLC 471.00 457640 12/12/2024 PRINTED WILL -BURT INTEGRATION & ELEVATION SYSTEMS INC 450.00 457641 12/12/2024 PRINTED SUNDAY SWAGGER LLC 349.99 457642 12/12/2024 PRINTED VERO TACKLE & MARINA 275.00 903842 12/12/2024 PRINTED FORT PIERCE HOUSING AUTHORITY 768.28 903843 12/12/2024 PRINTED CELICO PARTNERSHIP 40.44 1022131 12/12/2024 ACI PARKS RENTAL&SALES INC 1,311.02 1022132 12/12/2024 ACI INDIAN RIVER OXYGEN INC 5,107.35 1022133 12/12/2024 ACI MIKES GARAGE & WRECKER SERVICE INC 289.00 1022134 12/12/2024 ACI TEAM EQUIPMENT INC 14,971.50 1022135 12/12/2024 ACI GALLS LLC 290.52 1022136 12/12/2024 ACI IRRIGATION CONSULTANTS UNLIMITED INC 7,232.39 1022137 12/12/2024 ACI GROVE WELDERS INC 444.36 1022138 12/12/2024 ACI WIGINTON FIRE SYSTEMS 1,599.00 1022139 12/12/2024 ACI COMPLETE RESTAURANT EQUIPMENT LLC 2,668.80 1022140 12/12/2024 ACI COMMERCIAL ENERGY SPECIALISTS 1,256.53 1022141 12/12/2024 ACI PRIDE ENTERPRISES INC 204.70 1022142 12/12/2024 ACI MINUTEMAN PRESS 412.39 1022143 12/12/2024 ACI HYDRA SERVICE (S) INC 7,931.00 1022144 12/12/2024 ACI UNIFIRST CORPORATION 2,514.62 1022145 12/12/2024 ACI RELIABLE SEPTIC & SERVICES 100.00 1022146 12/12/2024 ACI GUARDIAN HAWK SECURITY 145.00 1022147 12/12/2024 ACI NEXAIR LLC 1,888.02 1022148 12/12/2024 ACI EVERGLADES EQUIPMENT GROUP 14.40 1022149 12/13/2024 ACI OFFICE DEPOT 1,736.60 1022150 12/13/2024 ACI FL DEPT OF ENVIRONMENTAL PROTECTION 6,900.00 1022151 12/13/2024 ACI FL DEPT OF ENVIRONMENTAL PROTECTION 6,900.00 1022152 12/13/2024 ACI FL DEPT OF ENVIRONMENTAL PROTECTION 6,250.00 419136 12/10/2024 DIRECT DEPOSIT HADSELL, DARLENE 1,670.80 419137 12/10/2024 DIRECT DEPOSIT PANKIEWICZ-FUCHS, PATRICIA 1,244.28 419138 12/10/2024 DIRECT DEPOSIT RACKARD, KAREN 2,699.13 419139 12/10/2024 DIRECT DEPOSIT FAULKNER, STACY 1,893.86 419140 12/10/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 1,039.81 419141 12/10/2024 DIRECT DEPOSIT OGILVIE, JASON 588.94 419142 12/10/2024 DIRECT DEPOSIT BRADDY, MARTY 50.00 419142 12/10/2024 DIRECT DEPOSIT BRADDY, MARTY 2,552.87 419143 12/10/2024 DIRECT DEPOSIT LEE, TERRENCE 604.29 768439 12/10/2024 DIRECT DEPOSIT BARKWELL, MICHAEL 25.00 768439 12/10/2024 PRINTED BARKWELL, MICHAEL 2,066.98 768440 12/20/2024 VOID ROHRER, RYLEE 0.00 768441 12/20/2024 VOID SMITH, DAVID 0.00 768442 12/13/2024 PRINTED ROHRER, RYLEE 439.76 96 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 768443 12/13/2024 PRINTED SMITH, DAVID 80.90 56103 12/9/2024 PRINTED CARDIAC IMAGING INC 56.70 56104 12/9/2024 PRINTED VERO ORTHOPAEDICS II PA 171.00 56105 12/9/2024 PRINTED VERO ORTHOPAEDICS II PA 69.30 56106 12/9/2024 PRINTED HEALTHESYSTEMS LLC 1,183.63 56106 12/9/2024 PRINTED HEALTHESYSTEMS LLC 119.64 56106 12/9/2024 PRINTED HEALTHESYSTEMS LLC 770.58 56106 12/9/2024 PRINTED HEALTHESYSTEMS LLC 964.19 56106 12/9/2024 PRINTED HEALTHESYSTEMS LLC 40.53 56107 12/9/2024 PRINTED MRO CORPORATION 4.00 56108 12/9/2024 PRINTED SHILAH JONES 361.68 56109 12/11/2024 PRINTED VERO ORTHOPAEDICS II PA 115.52 56110 12/11/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 72.47 56111 12/11/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 44.15 56112 12/11/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 104.13 56113 12/11/2024 PRINTED SPNET 108.80 56114 12/11/2024 PRINTED SPNET 101.15 56115 12/11/2024 PRINTED SPNET 101.15 56116 12/11/2024 PRINTED SPNET 101.15 56117 12/11/2024 PRINTED SPNET 101.15 56118 12/11/2024 PRINTED SPNET 101.15 56119 12/11/2024 PRINTED SPNET 102.85 56120 12/11/2024 PRINTED SPNET 101.15 56121 12/11/2024 PRINTED SPNET 136.00 56122 12/11/2024 PRINTED VERO ORTHOPAEDICS II PA 433.80 56123 12/11/2024 PRINTED VERO ORTHOPAEDICS II PA 171.00 56124 12/11/2024 PRINTED VERO ORTHOPAEDICS II PA 126.00 56125 12/11/2024 PRINTED HEALTHESYSTEMS LLC 3,040.17 56126 12/12/2024 PRINTED EZ HEALTH CARE 950.00 56127 12/12/2024 PRINTED INDIAN RIVER HEALTH SERVICES 42.40 56128 12/12/2024 PRINTED GILFORD SOUND EMERG PHYS, LLC 135.85 56129 12/12/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 104.13 56130 12/12/2024 PRINTED SPNET 90.10 56131 12/12/2024 PRINTED SPNET 121.55 56132 12/12/2024 PRINTED UMIAMI MEDICINE -NEUROLOGY 88.20 56133 12/13/2024 PRINTED INDIAN RIVER HEALTH SERVICES 69.60 56134 12/13/2024 PRINTED MILLENNIUM MEDICAL MANAGEMENT, LLC 170.19 56135 12/13/2024 PRINTED SPNET 136.00 56136 12/13/2024 PRINTED SPNET 136.00 56137 12/13/2024 PRINTED SPNET 72.25 56138 12/13/2024 PRINTED SPNET 144.50 56139 12/13/2024 PRINTED SPNET 140.25 56140 12/13/2024 PRINTED SPNET 180.20 56141 12/13/2024 PRINTED SPNET 121.55 56142 12/13/2024 PRINTED SPNET 243.10 56143 12/13/2024 PRINTED SPNET 121.55 56144 12/13/2024 PRINTED THE ADVANCED CENTER FOR SURGERY 7,093.24 56145 12/13/2024 PRINTED MICHAEL SHAWN DOUTRICH 2,520.00 5,475,623.59 97 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: December 20, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS December 14, 2024 to December 20, 2024 /r 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 December 14, 2024 to December 20, 2024. 98 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12608 12/16/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 445.31 12609 12/16/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 2,176.37 12610 12/16/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,005.63 12611 12/16/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 380.00 12612 12/16/2024 WIRE CLERK OF CIRCUIT COURT 40.00 12613 12/17/2024 WIRE KIMLEY HORN & ASSOC INC 7,285.00 12614 12/17/2024 WIRE IRS -PAYROLL TAXES 98.14 12615 12/17/2024 WIRE HIGHMARK STOP LOSS 90,424.50 12616 12/17/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 461.40 12617 12/17/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 250.00 12618 12/17/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 589.71 12619 12/18/2024 WIRE RX BENEFITS INC 266,553.80 12620 12/18/2024 WIRE APTIM 362.88 12621 12/18/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,472.35 12622 12/19/2024 WIRE SCHOOL DISTRICT OF INDIAN RIVER COUNTY 60,260.00 12623 12/19/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 51.38 12624 12/19/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 449.50 12625 12/19/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,846.53 12626 12/20/2024 WIRE IRC FIRE FIGHTERS ASSOC 11,917.32 12627 12/20/2024 WIRE SAVE ON SP LLC 16,740.03 12628 12/20/2024 WIRE TIMOTHY ROSE CONTRACTING INC 510,293.69 12629 12/20/2024 WIRE HALLEY ENGINEERING CONTRACTORS INC 381,318.71 12630 12/20/2024 WIRE AMERITAS 249,202.20 12631 12/20/2024 WIRE FL SDU 3,993.45 12632 12/20/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,042.97 457643 12/20/2024 PRINTED CARTER ASSOCIATES INC 19,542.40 457644 12/20/2024 PRINTED INTERNATIONAL GOLF MAINTENANCE INC 119,875.00 457645 12/20/2024 PRINTED MORGAN & EKLUND INC 21,600.00 457646 12/20/2024 PRINTED ARCADIS U S INC 407.00 457647 12/20/2024 PRINTED JOBEAR CONTRACTING INC 36,756.14 457648 12/20/2024 PRINTED D R HORTON INC 40,333.30 457649 12/20/2024 PRINTED FLORIDA ENVIRONMENTAL CONSULTING INC 6,300.00 457650 12/20/2024 PRINTED ECOLOGICAL ASSOCIATES INC 16,369.39 457651 12/20/2024 PRINTED CERES ENVIRONMENTAL SERVICES 200,538.77 457652 12/20/2024 PRINTED CERES ENVIRONMENTAL SERVICES 3,032.64 457653 12/20/2024 PRINTED CERES ENVIRONMENTAL SERVICES 122,895.53 457654 12/20/2024 PRINTED BOWMAN CONSULTING GROUP LTD 9,988.00 457655 12/20/2024 PRINTED TAGMARSHAL INTERNATIONAL LIMITED 2,019.20 457656 12/20/2024 PRINTED WASTE MANAGEMENT INC OF FLORIDA 239,906.16 457657 12/20/2024 PRINTED CONSOR ENGINEERS LLC 109,403.33 457658 12/20/2024 PRINTED LAWRENCE LEE CONSTRUCTION SERVICES INC 386,175.00 457659 12/20/2024 PRINTED GRAY MATTER SYSTEMS LLC 5,990.84 457660 12/20/2024 PRINTED SPIEZLE ARCHITECTURAL GROUP INC 45,220.70 457661 12/20/2024 PRINTED SPIEZLE ARCHITECTURAL GROUP INC 7,250.00 457662 12/20/2024 PRINTED DEBRISTECH LLC 17,273.20 457663 12/20/2024 PRINTED PRINCE LAND INC 44,439.57 457664 12/20/2024 PRINTED QCR HOLDINGS INC & SUBSIDIARIES 3,009.16 457665 12/20/2024 PRINTED CLOSE CONSTRUCTION SERVICES LLC 50,071.12 457666 12/20/2024 PRINTED REGGY M KING f 49,500.00 457667 12/20/2024 PRINTED FLORIDA ASSOC OF COUNTIES INC 50.00 457668 12/20/2024 PRINTED FLORIDA WATER & POLLUTION CONTROL 130.00 457669 12/20/2024 PRINTED FLORIDA EMERGENCY PREPAREDNESS 300.00 99 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457670 12/20/2024 PRINTED FLORIDA EMERGENCY PREPAREDNESS 300.00 457671 12/20/2024 PRINTED FLORIDA EMERGENCY PREPAREDNESS 300.00 457672 12/20/2024 PRINTED FLORIDA EMERGENCY PREPAREDNESS 300.00 457673 12/20/2024 PRINTED LEON LIBERUS 52.78 457674 12/20/2024 PRINTED ORLANDO FIRE CONFERENCE LLC 3,300.00 457675 12/20/2024 PRINTED AARON BUCHANON 69.72 457676 12/20/2024 PRINTED AMERON HOMES 33.22 457677 12/20/2024 PRINTED ANDO BUILDING CORP 27.03 457678 12/20/2024 PRINTED ANTHONY MCNICHOL 68.69 457679 12/20/2024 PRINTED ASHLEY HALLAHAN 16.64 457680 12/20/2024 PRINTED BARBARA ANN GESSNER 70.91 457681 12/20/2024 PRINTED BARBARA CEG 91.88 457682 12/20/2024 PRINTED BEN L GREEN r 67.50 457683 12/20/2024 PRINTED D R HORTON INC 66.52 457684 12/20/2024 PRINTED DANIEL HOFFMAN 30.28 457685 12/20/2024 PRINTED DAVID 0 WELS� A 80.39 457686 12/20/2024 PRINTED DENNIS VALENtlC 5.02 457687 12/20/2024 PRINTED DONNA CAPERELLO 89.49 457688 12/20/2024 PRINTED ELAINE SNYDER 12.37 457689 12/20/2024 PRINTED FRANK TAJZLER 51.76 457690 12/20/2024 PRINTED FRED HALL 51.28 457691 12/20/2024 PRINTED GEORGE DRAPER 3.09 457692 12/20/2024 PRINTED GEORGE FIELD 41.98 457693 12/20/2024 PRINTED GRBK GHO CENTRAL VERO LLC 68.22 457694 12/20/2024 PRINTED JAMES BUBARIS 40.69 457695 12/20/2024 PRINTED JENNIFER SCHEELE 16.77 457696 12/20/2024 PRINTED JOANNE L SMITH 91.59 457697 12/20/2024 PRINTED JOSEPH SAIA 90.45 457698 12/20/2024 PRINTED JUSTIN BECHTOLD 44.13 457699 12/20/2024 PRINTED KATHERINE C CLARKE 27.73 457700 12/20/2024 PRINTED LANDHOME FINANCIAL SERVICES INC 53.31 457701 12/20/2024 PRINTED LAURA LOOMER 10.88 457702 12/20/2024 PRINTED LAVERNE MILLER 110.41 457703 12/20/2024 PRINTED LINDSAY SETSER 100.00 457704 12/20/2024 PRINTED LOURDES WHITE 92.35 457705 12/20/2024 PRINTED MARIA ESTRELLA 35.02 457706 12/20/2024 PRINTED MAUREEN GOODMAN 65.98 457707 12/20/2024 PRINTED NVR INC D/B/A RYAN HOMES 161.63 457708 12/20/2024 PRINTED PETER MAGGIO 21.25 457709 12/20/2024 PRINTED RICHARD WINTLE 25.83 457710 12/20/2024 PRINTED ROBERT M ROBERTS 42.78 457711 12/20/2024 PRINTED ROSANNE CARTER 96.32 457712 12/20/2024 PRINTED SHARON LAWN 78.64 457713 12/20/2024 PRINTED SHELLEY HUBBARD 69.13 457714 12/20/2024 PRINTED SOURCE 1, LLC 78.25 457715 12/20/2024 PRINTED STEVEN LINCOLN 13.58 457716 12/20/2024 PRINTED SUSAN M GREEN 55.89 457717 12/20/2024 PRINTED TIMOTHY WILLIAM VINCENT 46.53 457718 12/20/2024 PRINTED WELLS W FLOWERS JR 129.17 457719 12/20/2024 PRINTED 846 17TH AV LLC 26.21 457720 12/20/2024 PRINTED A&J PROPERTY INVESTMENTS LLC 64.13 457721 12/20/2024 PRINTED AGATHE BANCE 35.84 100 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457722 12/20/2024 PRINTED ANN -MARIE ROSEN 25.11 457723 12/20/2024 PRINTED ASAAN MUSTAFA 57.86 457724 12/20/2024 PRINTED CARL LACHNITT 44.90 457725 12/20/2024 PRINTED CHARLES LINDSAY III 45.35 457726 12/20/2024 PRINTED CHRISTINE WOODS 13.43 457727 12/20/2024 PRINTED DAVID GIAMMATTEI 45.88 457728 12/20/2024 PRINTED DEBORAH CHALLMAN 64.75 457729 12/20/2024 PRINTED DENISE CRUDELE 90.55 457730 12/20/2024 PRINTED DENTAL DREAM TEAM LLC 265.17 457731 12/20/2024 PRINTED DI VOSTA HOMES L P 414.40 457732 12/20/2024 PRINTED DIEDRE CAHOON 31.00 457733 12/20/2024 PRINTED EMANUEL HUERTAS AGUIRRE 86.70 457734 12/20/2024 PRINTED GRBK GHO CENTRAL VERO LLC 50.05 457735 12/20/2024 PRINTED GREGORY MONFOLETTO 83.38 457736 12/20/2024 PRINTED HOLIDAY BUILDERS 57.73 457737 12/20/2024 PRINTED INVESTMENT OPPORTUNITY OF FLORIDA LLC 46.84 457738 12/20/2024 PRINTED JACKSON COPPERBERG 41.90 457739 12/20/2024 PRINTED JAIME AGUILAR 66.91 457740 12/20/2024 PRINTED JAMES HODGES 74.94 457741 12/20/2024 PRINTED JEFFERY R URBANIK 70.77 457742 12/20/2024 PRINTED JEFFREY KATHAN 28.74 457743 12/20/2024 PRINTED JOCHEN VON HALLER 156.02 457744 12/20/2024 PRINTED JUDITH KELLY 48.90 457745 12/20/2024 PRINTED MICHAEL NOE 61.68 457746 12/20/2024 PRINTED MORTGAGE ASSETS MANAGEMENT LLC 88.16 457747 12/20/2024 PRINTED NAKITA WALLACE 47.29 457748 12/20/2024 PRINTED RANDAL RYAN 67.26 457749 12/20/2024 PRINTED RICHARD TOFT TRS 47.89 457750 12/20/2024 PRINTED RICKY SALINAS 40.51 457751 12/20/2024 PRINTED ROBERT VOLM 84.25 457752 12/20/2024 PRINTED STEVE RICH 4.18 457753 12/20/2024 PRINTED SUZANNE GALLAGHER 77.63 457754 12/20/2024 PRINTED THOMAS MCKEEFERY 88.15 457755 12/20/2024 PRINTED THOMAS 0 MITCHELL 14.47 457756 12/20/2024 PRINTED THOMAS PRICE 14.31 457757 12/20/2024 PRINTED TRAVIS NORRIS SR 73.00 457758 12/20/2024 PRINTED FLORIDA DESIGN DRILLING CORP 135,513.64 457759 12/20/2024 PRINTED CATHEDRAL CORPORATION 19,500.00 457760 12/20/2024 PRINTED WEX HEALTH INC 3,951.00 457761 12/20/2024 PRINTED CMM ROOFING INC 181,868.01 457762 12/20/2024 PRINTED AT&T MOBILITY 147.92 457763 12/20/2024 PRINTED AT&T MOBILITY 157.46 457764 12/20/2024 PRINTED AT&T MOBILITY 528.02 457765 12/20/2024 PRINTED AT&T MOBILITY 872.76 457766 12/20/2024 PRINTED COMPLETE RESTAURANT EQUIPMENT LLC 2,668.80 457767 12/20/2024 PRINTED IRC CLERK OF THE COURT 505.75 457768 12/20/2024 PRINTED INDIAN RIVER COUNTY HEALTH DEPT 67,218.58 457769 12/20/2024 PRINTED ROGER NICOSIA 1,500.00 457770 12/20/2024 PRINTED CITY OF VERO BEACH 2,230.27 457771 12/20/2024 PRINTED CITY OF VERO BEACH 11,987.50 457772 12/20/2024 PRINTED UNITED WAY OF INDIAN RIVER COUNTY 1,257.00 457773 12/20/2024 PRINTED CALIFORNIA STATE DISBURSEMENT UNIT 305.19 101 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457774 12/20/2024 PRINTED FLORIDA BLUE 8,296.02 457775 12/20/2024 PRINTED FEDERAL EXPRESS 43.12 457776 12/20/2024 PRINTED CENTRAL AIR CONDITIONING & REFRIGERATION SUPPLY 31.53 457777 12/20/2024 PRINTED FLORIDA POWER AND LIGHT 1,763.32 457778 12/20/2024 PRINTED SUNSHINE STATE ONE CALL OF FL INC 1,529.29 457779 12/20/2024 PRINTED GOVERNMENT FINANCE OFFICERS ASSOC 665.00 457780 12/20/2024 PRINTED ST LUCIE COUNTY BOCC 67,374.16 457781 12/20/2024 PRINTED ST LUCIE COUNTY BOCC 9,836.91 457782 12/20/2024 PRINTED CELICO PARTNERSHIP 1,357.07 457783 12/20/2024 PRINTED KNOX ASSOCIATES INC 521.00 457784 12/20/2024 PRINTED CANARX GROUP INC 8,944.20 457785 12/20/2024 PRINTED AUSTIN HUNT 520.00 457786 12/20/2024 PRINTED COMMONWEALTH OF MASSACHUSETTS 562.00 457787 12/20/2024 PRINTED INSPIRE PLACEMAKING COLLECTIVE INC 1,160.00 457788 12/20/2024 PRINTED ALFRED BENESCH & COMPANY 11,254.33 457789 12/20/2024 PRINTED STATE OF NEW MEXICO CHILD SUPPORT SDU 73.85 457790 12/20/2024 PRINTED STATE OF NEW MEXICO CHILD SUPPORT SDU 129.23 457791 12/20/2024 PRINTED DIVISION OF CHILD SUPPORT ENFORCEMENT 241.69 457792 12/20/2024 PRINTED KENNETH BUSH 570.80 457793 12/20/2024 PRINTED CHEVY HILL 150.00 457794 12/20/2024 PRINTED COVE AT FALCON TRACE 128.75 457795 12/20/2024 PRINTED DISNEY VACATION CLUB 21.88 457796 12/20/2024 PRINTED DORIAN MOURE 141.80 457797 12/20/2024 PRINTED GRANDE HAMMOCK HOA 7.72 457798 12/20/2024 PRINTED ITHINK FINANCIAL CREDIT UNION 150.00 457799 12/20/2024 PRINTED JOSEPH KOVAL 81.46 457800 12/20/2024 PRINTED PATRIOT PRODUCTIONS 118.90 457801 12/20/2024 PRINTED SEASIDE BIBLE CHURCH 266.75 457802 12/20/2024 PRINTED TWANAZZA BENJAMIN 250.00 457803 12/20/2024 PRINTED THE ESTATE OF GERDA DELLA VALLE 109.82 457804 12/20/2024 PRINTED CLEMENTS PEST CONTROL 800.00 457805 12/20/2024 PRINTED PORT CONSOLIDATED 1,417.09 457806 12/20/2024 PRINTED COMMUNICATIONS INTERNATIONAL 10,300.00 457807 12/20/2024 PRINTED SOUTHERN SEWER EQUIPMENT SALES 173.05 457808 12/20/2024 PRINTED VERO CHEMICAL DISTRIBUTORS INC 103.90 457809 12/20/2024 PRINTED RICOH USA INC 7.25 457810 12/20/2024 PRINTED SAFETY PRODUCTS INC 597.75 457811 12/20/2024 PRINTED DATA FLOW SYSTEMS INC 2,139.00 457812 12/20/2024 PRINTED INDIAN RIVER BATTERY 10,015.40 457813 12/20/2024 PRINTED GRAINGER INC 3,595.56 457814 12/20/2024 PRINTED KELLY TRACTOR CO 262,361.41 457815 12/20/2024 PRINTED GENES AUTO GLASS 170.00 457816 12/20/2024 PRINTED SAFETY KLEEN SYSTEMS INC 414.80 457817 12/20/2024 PRINTED APPLE INDUSTRIAL SUPPLY CO 9.12 457818 12/20/2024 PRINTED BENSONS LOCK SERVICE INC 80.00 457819 12/20/2024 PRINTED HACH CO 4,321.49 457820 12/20/2024 PRINTED CLIFF BERRY INC 466.25 457821 12/20/2024 PRINTED BOUND TREE MEDICAL LLC 6,681.02 457822 12/20/2024 PRINTED EXPRESS REEL GRINDING INC 1,060.90 457823 12/20/2024 PRINTED ELPEX 10,126.89 457824 12/20/2024 PRINTED MOTION INDUSTRIES INC 420.67 457825 12/20/2024 PRINTED ABCO GARAGE DOOR CO 1,633.50 102 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457826 12/20/2024 PRINTED BILL BRYANT & ASSOCIATES INC 40,316.47 457827 12/20/2024 PRINTED CHILDCARE RESOURCES OF IRC 23,771.09 457828 12/20/2024 PRINTED STAMM MANUFACTURING 1,310.00 457829 12/20/2024 PRINTED MIDWEST TAPE LLC 900.90 457830 12/20/2024 PRINTED ODYSSEY MANUFACTURING CO 16,556.80 457831 12/20/2024 PRINTED HUDSON PUMP & EQUIPMENT 345.54 457832 12/20/2024 PRINTED GALE/CENGAGE LEARNING 49.48 457833 12/20/2024 PRINTED THE PENWORTHY CO 1,633.90 457834 12/20/2024 PRINTED JIMMYS AIR & REFRIGERATION 3,274.98 457835 12/20/2024 PRINTED SOUTHERN EMBROIDERY 336.35 457836 12/20/2024 PRINTED WILLIE C REAGAN 1,468.00 457837 12/20/2024 PRINTED PRESERVE AT OSLO 630.00 457838 12/20/2024 PRINTED INDIAN RIVER COUNTY HEALTH DEPT 360.00 457839 12/20/2024 PRINTED EMERGENCY MEDICAL SERVICES 2,425.00 457840 12/20/2024 PRINTED ROGER J NICOSIA 600.00 457841 12/20/2024 PRINTED CITY OF VERO BEACH 3,922.82 457842 12/20/2024 PRINTED INDIAN RIVER ALL FAB INC 5,371.00 457843 12/20/2024 PRINTED HOME DEPOT CREDIT SERVICES 341.03 457844 12/20/2024 PRINTED FLORIDA DEPT OF TRANSPORTATION 2.50 457845 12/20/2024 PRINTED JANITORIAL DEPOT OF AMERICA INC 179.31 457846 12/20/2024 PRINTED TREASURE COAST HOMELESS SERVICES COUNCIL 12,043.00 457847 12/20/2024 PRINTED BRACKETT FAMILY LIMITED PARTNERSHIP 1,165.00 457848 12/20/2024 PRINTED PUBLIX PHARMACY #0772 50.41 457849 12/20/2024 PRINTED PUBLIX PHARMACY #1374 28.52 457850 12/20/2024 PRINTED ROGER CLEVELAND GOLF INC 518.40 457851 12/20/2024 PRINTED CLEVELAND GOLF/SRIXON 43.68 457852 12/20/2024 PRINTED ACUSHNET COMPANY 2,263.76 457853 12/20/2024 PRINTED THOMSON REUTERS - WEST 372.92 457854 12/20/2024 PRINTED SOUTHEAST DESALTING ASSOCIATION 40.00 457855 12/20/2024 PRINTED CALLAWAY GOLF 4,373.79 457856 12/20/2024 PRINTED FLORIDA POWER AND LIGHT 71,489.68 457857 12/20/2024 PRINTED FLORIDA POWER AND LIGHT 6,736.36 457858 12/20/2024 PRINTED TAYLOR MADE GOLF CO INC 332.52 457859 12/20/2024 PRINTED GLOBAL GOLF SALES INC 412.08 457860 12/20/2024 PRINTED CATHOLIC CHARITIES DIOCESE OF PALM BCH 3,237.50 457861 12/20/2024 PRINTED TREASURE COAST SPORTS COMMISSION 833.32 457862 12/20/2024 PRINTED TRANSPORTATION CONTROL SYSTEMS 81,700.00 457863 12/20/2024 PRINTED INDIAN RIVER FARMS WATER CNTRL DIST 18,059.40 457864 12/20/2024 PRINTED WESTSIDE REPROGRAPHICS INC 26.50 457865 12/20/2024 PRINTED CHILDRENS HOME SOCIETY 2,250.00 457866 12/20/2024 PRINTED CUES 96.42 457867 12/20/2024 PRINTED SYMBIONT SERVICE CORP 2,275.00 457868 12/20/2024 PRINTED DAVID SPARKS 1,298.00 457869 12/20/2024 PRINTED FORT PIERCE HOUSING AUTHORITY 1,029.00 457870 12/20/2024 PRINTED FIRESTONE COMPLETE AUTO CARE 2,385.33 457871 12/20/2024 PRINTED RECHTIEN INTERNATIONAL TRUCKS 25.06 457872 12/20/2024 PRINTED RECHTIEN INTERNATIONAL TRUCKS 778.31 457873 12/20/2024 PRINTED THE PALMS AT VERO BEACH 2,514.00 457874 12/20/2024 PRINTED INSTITUTE OF TRANSPORTATION 1,020.00 457875 12/20/2024 PRINTED WHISPERING PINES APTS 678.00 457876 12/20/2024 PRINTED TRANE U S INC 168.52 457877 12/20/2024 PRINTED HULETT ENVIRONMENTAL SERVICES 653.00 103 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457878 12/20/2024 PRINTED CELICO PARTNERSHIP 2,617.55 457879 12/20/2024 PRINTED FLORIDA FARM BUREAU 50.00 457880 12/20/2024 PRINTED ARTHUR PRUETT 870.00 457881 12/20/2024 PRINTED FLORIDA DEPT OF JUVENILE JUSTICE 49,223.45 457882 12/20/2024 PRINTED SYNAGRO TECHNOLOGIES INC 71,050.40 457883 12/20/2024 PRINTED POLYDYNE INC 3,933.00 457884 12/20/2024 PRINTED FASTENAL COMPANY 108.55 457885 12/20/2024 PRINTED SHERWIN WILLIAMS CO 472.89 457886 12/20/2024 PRINTED MICHAEL JAHOLKOWSKI 558.00 457887 12/20/2024 PRINTED ETR LLC 3,355.90 457888 12/20/2024 PRINTED LINDA MCLAIN BRANNAN 1,408.00 457889 12/20/2024 PRINTED SEBASTIAN RIVER AREA CHAMBER OF COMMERCE 15,010.27 457890 12/20/2024 PRINTED LEEWARD ROOFING LLC 13,440.00 457891 12/20/2024 PRINTED SHOEBOX STORIES 870.00 457892 12/20/2024 PRINTED RICHARD SCHUTT 954.00 457893 12/20/2024 PRINTED CONSOLIDATED ELECTRIAL DIST INC 314.82 457894 12/20/2024 PRINTED OAK RIVER PROPERTIES INC 2,100.00 457895 12/20/2024 PRINTED PAK MAIL 87.89 457896 12/20/2024 PRINTED RUSH TRUCK CENTERS OF FLORIDA 247,875.00 457897 12/20/2024 PRINTED PAMELA R CUMMINGS 1,202.00 457898 12/20/2024 PRINTED JOHNNY B SMITH 225.00 457899 12/20/2024 PRINTED WEIMANN CONSTRUCTION INC 8,430.00 457900 12/20/2024 PRINTED HERITAGE VILLAS OF VERO BEACH 619.00 457901 12/20/2024 PRINTED PETER J CASSARA 3,550.00 457902 12/20/2024 PRINTED SOUTHEAST SECURE SHREDDING 45.00 457903 12/20/2024 PRINTED TREASURE COAST FOOD BANK INC 583.04 457904 12/20/2024 PRINTED KRISTIN DANIELS 40.00 457905 12/20/2024 PRINTED NICOLACE MARKETING INC 9,275.08 457906 12/20/2024 PRINTED PHILIP F ZITO JR 200.00 457907 12/20/2024 PRINTED OKEECHOBEE PARTNERS LLC 1,264.00 457908 12/20/2024 PRINTED BENNETT FIRE PRODUCTS CO INC 1,185.73 457909 12/20/2024 PRINTED STAT MEDICALDISPOSAL INC 165.00 457910 12/20/2024 PRINTED ATLANTIC COASTAL LAND TITLE CO LLC 665.00 457911 12/20/2024 PRINTED CLOVERLEAF CORPORATION 2,292.60 457912 12/20/2024 PRINTED TORRES ELECTRICAL SUPPLY COMPANY INC 1,674.00 457913 12/20/2024 PRINTED FLORIDA ARMATURE WORKS INC 6,717.97 457914 12/20/2024 PRINTED FLORIDA COAST EQUIPMENT INC 470.56 457915 12/20/2024 PRINTED FLORIDA COAST EQUIPMENT INC 384.98 457916 12/20/2024 PRINTED OVERDRIVE INC 2,334.40 457917 12/20/2024 PRINTED MISS INC OF THE TREASURE COAST 789.00 457918 12/20/2024 PRINTED CIT GROUP/COMMERCIAL SERVICES INC 1,289.41 457919 12/20/2024 PRINTED JSR ENTERPRISES LLC 31,047.96 457920 12/20/2024 PRINTED WILD TURKEY ESTATES OF VERO LLC 4,409.86 457921 12/20/2024 PRINTED ALAN JAY FORD LINCOLN MERCURY INC 28,726.00 457922 12/20/2024 PRINTED ALADTEC INC 5,849.25 457923 12/20/2024 PRINTED CARDINAL HEALTH 110, LLC 1,172.68 457924 12/20/2024 PRINTED MUNICIPAL EMERGENCY SERVICES INC 107.00 457925 12/20/2024 PRINTED BURNETT LIME CO INC 4,557.12 457926 12/20/2024 PRINTED ATLANTIC ROOFING II OF VERO BEACH INC 535.00 457927 12/20/2024 PRINTED KESSLER CONSULTING INC 4,465.00 457928 12/20/2024 PRINTED THE LAW OFFICES OF 1,467.50 457929 12/20/2024 PRINTED STS MAINTAIN SERVICES INC 18,080.86 104 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457930 12/20/2024 PRINTED FOURTEEN BONES 12,306.50 457931 12/20/2024 PRINTED AUGUSTUS B FORT JR 1,195.00 457932 12/20/2024 PRINTED CATHEDRAL CORPORATION 3,496.96 457933 12/20/2024 PRINTED H&H SHADOWBROOK LLC 875.00 457934 12/20/2024 PRINTED SITEONE LANDSCAPE SUPPLY LLC 2,177.88 457935 12/20/2024 PRINTED GOTTA GO GREEN 280.00 457936 12/20/2024 PRINTED RACE TO SAFETY TRAINING LLC 215.00 457937 12/20/2024 PRINTED RACE TO SAFETY TRAINING LLC 1,935.00 457938 12/20/2024 PRINTED THE GIFFORD FLORIDA YOUTH ORCHESTRA 3,750.00 457939 12/20/2024 PRINTED WURTH USA INC 738.00 457940 12/20/2024 PRINTED FLORIDA EAST COAST RAILWAY LLC 1,967.00 457941 12/20/2024 PRINTED WEDGEWOOD RENTALS LLC 973.00 457942 12/20/2024 PRINTED MATHESON TRI -GAS INC 30,099.12 457943 12/20/2024 PRINTED UNITED AGAINST POVERTY INC 428.86 457944 12/20/2024 PRINTED COLE AUTO SUPPLY INC 2,905.36 457945 12/20/2024 PRINTED KONICA MINOLTA BUSINESS SOLUTIONS 431.16 457946 12/20/2024 PRINTED BETH NOLAN 288.00 457947 12/20/2024 PRINTED DAY DREAMS UNIFORMS INC 301.10 457948 12/20/2024 PRINTED FLORIDA BULB & BALLAST INC 17,771.25 457949 12/20/2024 PRINTED ENVIRONMENTAL OPERATING SOLUTION INC 14,253.80 457950 12/20/2024 PRINTED VEOLIA WATER TECHNOLOGIES INC 338.58 457951 12/20/2024 PRINTED CORE & MAIN LP 54,723.81 457952 12/20/2024 PRINTED WOERNER AGRIBUSINESS LLC 864.00 457953 12/20/2024 PRINTED BOTTOMS UP BEVERAGE OF FLORIDA LLC 1,774.50 457954 12/20/2024 PRINTED WATSON REALTY GROUP 750.00 457955 12/20/2024 PRINTED GYRO-TRAC CORPORATION 1,625.45 457956 12/20/2024 PRINTED KARL POKRANDT 1,203.00 457957 12/20/2024 PRINTED GROUP ONE SAFETY & SECURITY 69.45 457958 12/20/2024 PRINTED DIRECTV GROUP INC 102.72 457959 12/20/2024 PRINTED TAYLOR ANNE HAT -TON 70.00 457960 12/20/2024 PRINTED BRANDON ROUER 1,185.00 457961 12/20/2024 PRINTED HINTERLAND GROUP INC 211,828.21 457962 12/20/2024 PRINTED HUDSON CONSULTING & MANAGEMENT LLC 425.00 457963 12/20/2024 PRINTED AMAZON CAPITAL SERVICES INC 10,271.69 457964 12/20/2024 PRINTED PACE ANYALYTICAL LLC 1,726.98 457965 12/20/2024 PRINTED AMERIGAS PROPANE LP 4,890.33 457966 12/20/2024 PRINTED ALL AMERICAN TRAILER CONNECTION INC 2,592.00 457967 12/20/2024 PRINTED JORDAN MOWERS 1,439.98 457968 12/20/2024 PRINTED LIBERTY TIRE RECYCLING LLC 7,810.00 457969 12/20/2024 PRINTED DERECK R PRINCE 300.00 457970 12/20/2024 PRINTED MULLINAX FORD OF VERO BEACH 6,622.11 457971 12/20/2024 PRINTED JUDITH A BURLEY 566.00 457972 12/20/2024 PRINTED SHARON P BRENNAN 1,178.00 457973 12/20/2024 PRINTED KRONOS SAASHR INC 716.31 457974 12/20/2024 PRINTED KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 498.89 457975 12/20/2024 PRINTED KYOCERA DOCUMENT SOLUTIONS SOUTHEAST LLC 125.54 457976 12/20/2024 PRINTED BLUE GOOSE CONSTRUCTION LLC 4,323.83 457977 12/20/2024 PRINTED ORCHARD GROVE VENTURE LLC 497.00 457978 12/20/2024 PRINTED LOWES COMPANIES INC 2,389.49 457979 12/20/2024 PRINTED SMI TRADING LLC 75.81 457980 12/20/2024 PRINTED TOSHIBA AMERICA BUISNESS SOLUTIONS INC 1,112.90 457981 12/20/2024 PRINTED MILLENNIUM CREMATORY LLC 1,500.00 105 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 457982 12/20/2024 PRINTED BREGO PROPERTIES LLC 904.00 457983 12/20/2024 PRINTED SPORTS ENGINE INC 18.50 457984 12/20/2024 PRINTED WASTE MANAGEMENT INC OF FLORIDA 196.35 457985 12/20/2024 PRINTED WASTE MANAGEMENT INC OF FLORIDA 3,071.63 457986 12/20/2024 PRINTED ROBERT A HUDSON 395.00 457987 12/20/2024 PRINTED SREIT LEXINGTON CLUB LLC 3,603.00 457988 12/20/2024 PRINTED THEODORE SEMI 645.00 457989 12/20/2024 PRINTED SOUTH FLORIDA EMERGENCY VEHICLES LLC 733.47 457990 12/20/2024 PRINTED JLA GEOSCIENCES INC 1,825.00 457991 12/20/2024 PRINTED AQUATIC WEED CONTROL INC 195.00 457992 12/20/2024 PRINTED LAWRENCE F WALLIN 75.00 457993 12/20/2024 PRINTED HIREQUEST LLC 13,805.20 457994 12/20/2024 PRINTED PETERBILT STORE SOUTH FLORIDA LLC 892.34 457995 12/20/2024 PRINTED TAKING GROUND LAWN & LANDSCAPE INC 4,575.00 457996 12/20/2024 PRINTED NEX-GEN PARTNERS LLC 7,241.00 457997 12/20/2024 PRINTED CER SIGNATURE CLEANING LLC 2,150.00 457998 12/20/2024 PRINTED CLEAN SPACE INC 607.00 457999 12/20/2024 PRINTED EZAS INVESTMENTS LLC 2,876.00 458000 12/20/2024 PRINTED MICHAEL MILLER 2,156.00 458001 12/20/2024 PRINTED MARUBENI AMERICA CORPORATION 4,670.20 458002 12/20/2024 PRINTED RS REALTY ADVISORS LLC 2,750.00 458003 12/20/2024 PRINTED DOBBS EQUIPMENT LLC 3,162.97 458004 12/20/2024 PRINTED SONIA SUSAN SOSA 1,393.00 458005 12/20/2024 PRINTED ULTIMATE PROPERTIES & LOGISTICS LLC 787.00 458006 12/20/2024 PRINTED SHRIEVE CHEMICAL CO LLC 17,789.96 458007 12/20/2024 PRINTED BAKER & TAYLOR 2,174.39 458008 12/20/2024 PRINTED CONSOLIDATED WATER GROUP LLC 23.64 458009 12/20/2024 PRINTED SREIT SONRISE VILLAS LLC 628.00 458010 12/20/2024 PRINTED SEVEN ISLES CAPITAL 418.00 458011 12/20/2024 PRINTED RONALD MARASCO SR 705.00 458012 12/20/2024 PRINTED SUNCOAST RESEARCH LABS INC 1,515.00 458013 12/20/2024 PRINTED JT VERO PROPERTIES LLC 3,467.00 458014 12/20/2024 PRINTED JACOURT LLC 1,098.00 458015 12/20/2024 PRINTED SM REALTY PARTNERS LLC 2,525.00 458016 12/20/2024 PRINTED XEROX CORPORATION 943.49 458017 12/20/2024 PRINTED WINSUPPLY COMMERCIAL CHARGE 86.66 458018 12/20/2024 PRINTED IXORIA RE LLC 2,838.00 458019 12/20/2024 PRINTED JAMES MCALHANY 17,500.00 458020 12/20/2024 PRINTED FLEETPRIDE INC 21,746.17 458021 12/20/2024 PRINTED HI LIFE PROPERTY MANAGEMENT LLC 1,668.00 458022 12/20/2024 PRINTED JORDAN PARKER 375.00 458023 12/20/2024 PRINTED 1B JONES JR 1,036.00 458024 12/20/2024 PRINTED UNA GRAHAM 1,500.00 458025 12/20/2024 PRINTED ALPHA GUNS AND AMMO LLC 7,100.00 458026 12/20/2024 PRINTED JOHN DAVID HAYES 2,680.00 458027 12/20/2024 PRINTED FL STATE HORTICULTURAL SOCIETY INC 60.00 458028 12/20/2024 PRINTED JOHN DIGIACOMID 280.00 458029 12/20/2024 PRINTED BATES AIR & HEAT LLC 624.27 458030 12/20/2024 PRINTED LF STAFFING SERVICES INC 2,288.16 458031 12/20/2024 PRINTED FIONNA SMITH 1,716.00 458032 12/20/2024 PRINTED PINES VILLAGE (LLC 1,171.00 458033 12/20/2024 PRINTED GEARFACE LLC 200.00 106 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 458034 12/20/2024 PRINTED KATHERINE L NALL 73.50 458035 12/20/2024 PRINTED C&S CHEMICALS INC 4,348.52 458036 12/20/2024 PRINTED BORE TECH UTILITIES & MAINTENANCE INC 211,052.54 458037 12/20/2024 PRINTED DENA KAY MATTHEWS 2,103.00 458038 12/20/2024 PRINTED MARY LTOMARO 225.00 458039 12/20/2024 PRINTED AEQUALIS SOCII PLLC 6,757.64 458040 12/20/2024 PRINTED HASTY AWARDS 984.50 458041 12/20/2024 PRINTED VECELLIO GROUP INC 1,563.30 458042 12/20/2024 PRINTED PALMDALE INTERMEDIATE LLC 4,174.44 458043 12/20/2024 PRINTED OCEANSIDE QUALITY PAINTING LLC 20,000.00 458044 12/20/2024 PRINTED INGRAM LIBRARY SERVICES LLC 372.53 458045 12/20/2024 PRINTED CENTURION SECURITY GROUP LLC 4,035.12 458046 12/20/2024 PRINTED RAY POWERS j 22.50 458047 12/20/2024 PRINTED BRADY COMPANIES LLC 825.00 458048 12/20/2024 PRINTED STAVOLA AGGREGATE SUPPLY LLC 3,350.36 458049 12/20/2024 PRINTED TEN -8 FIRE & SAFETY LLC 2,169.18 458050 12/20/2024 PRINTED LYNCH FUEL COMPANY LLC 100,101.48 458051 12/20/2024 PRINTED ARAMSCO INC 2,456.00 458052 12/20/2024 PRINTED CHIPS AUTO GLASS LLC 600.00 458053 12/20/2024 PRINTED NATURES KEEPER INC 7,254.00 458054 12/20/2024 PRINTED ACTION TREE VB 2,900.00 458055 12/20/2024 PRINTED JEANETTE GALLAGHER 42.00 458056 12/20/2024 PRINTED MIRIT WIENER 42.00 458057 12/20/2024 PRINTED CONNECTA SATELLITE SOLUTIONS LLC 2,292.96 458058 12/20/2024 PRINTED DANIELLE MARTINEZ 48.00 458059 12/20/2024 PRINTED ALLMON PROPERTY MANAGEMENT LLC 3,393.00 458060 12/20/2024 PRINTED SHERRY LYNN ROSS 112.70 458061 12/20/2024 PRINTED DUNCAN PARNELL INC 65,070.00 458062 12/20/2024 PRINTED STEPHEN LLOYD WOOLDRIDGE 184.60 458063 12/20/2024 PRINTED KATHERINE CONNORS 75.00 458064 12/20/2024 PRINTED SAG COCOA LLLC 53,152.00 458065 12/20/2024 PRINTED ST JOHNS TURF CARE LLC 38,144.00 458066 12/20/2024 PRINTED GARY CHARLES ALERTE JR 1,600.00 458067 12/20/2024 PRINTED DONALD DINGERSON 528.00 458068 12/20/2024 PRINTED BP SALES & SERVICES LLC 1,437.00 458069 12/20/2024 PRINTED CYNTHIA WOLD 370.00 903844 12/20/2024 PRINTED FLORIDA POWER AND LIGHT 63.00 903845 12/20/2024 PRINTED VERO BEACH LEASED HOUSING ASSOC III LLLP 1,534.00 903846 12/20/2024 PRINTED SREIT PEMBERLY PALMS LLC 306.00 903847 12/20/2024 PRINTED XEROX CORPORATION 251.79 903848 12/20/2024 PRINTED ROSE BIENAIME 1,700.00 1022153 12/19/2024 ACI OFFICE DEPOT 1,791.54 1022154 12/19/2024 ACI COMCAST 244.56 1022155 12/20/2024 ACI NORTH SOUTH SUPPLY INC 76.06 1022156 12/20/2024 ACI INDIAN RIVER OXYGEN INC 423.00 1022157 12/20/2024 ACI DEMCO INC 496.38 1022158 12/20/2024 ACI MIKES GARAGE & WRECKER SERVICE INC 9,436.00 1022159 12/20/2024 ACI GALLS LLC 666.33 1022160 12/20/2024 ACI IRRIGATION CONSULTANTS UNLIMITED INC 159.38 1022161 12/20/2024 ACI GROVE WELDERS INC 6,110.14 1022162 12/20/2024 ACI COMMERCIAL ENERGY SPECIALISTS 1,755.12 1022163 12/20/2024 ACI TOTAL TRUCK PARTS INC 168.96 107 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 1022164 12/20/2024 ACI TOTAL TRUCK PARTS INC 379.27 1022165 12/20/2024 ACI MINUTEMAN PRESS 403.50 1022166 12/20/2024 ACI DYER CHEVROLET 38,178.95 1022167 12/20/2024 ACI GRILL PLACE 126.00 1022168 12/20/2024 ACI UNIFIRST CORPORATION 2,622.66 1022169 12/20/2024 ACI NEXAIR LLC 139.00 1022170 12/20/2024 ACI EVERGLADES EgUIPMENT GROUP 1,256.46 1022171 12/20/2024 ACI CARLON INC 1,592.60 1022172 12/20/2024 ACI STERLING INFOSYSTEMS INC 219.00 419144 12/20/2024 DIRECT DEPOSIT FORREST, FARCIOT 1,189.97 419145 12/20/2024 DIRECT DEPOSIT GUTZ, WILLIAM 1,358.21 419146 12/20/2024 DIRECT DEPOSIT SCHREIBER, KEVIN 1,258.36 419147 12/20/2024 DIRECT DEPOSIT ADAMS, SUSAN[ 2,323.65 419148 12/20/2024 DIRECT DEPOSIT BROWN, ASHLEY 1,545.56 419149 12/20/2024 DIRECT DEPOSIT EARMAN, JOSEPH 2,823.93 419150 12/20/2024 DIRECT DEPOSIT FLESCHER, JOSEPH 2,613.60 419151 12/20/2024 DIRECT DEPOSIT LIST, KATHY 633.74 419152 12/20/2024 DIRECT DEPOSIT LOAR, DERYL 2,500.35 419153 12/20/2024 DIRECT DEPOSIT MOIRANO, KIMBERLY 1,433.79 419154 12/20/2024 DIRECT DEPOSIT PLESNARSKI, LISA 1,612.68 419155 12/20/2024 DIRECT DEPOSIT STOKES, MAURA 1,699.87 419156 12/20/2024 DIRECT DEPOSIT GLANVILLE, TERESA 1,573.67 419156 12/20/2024 DIRECT DEPOSIT GLANVILLE, TERESA 268.00 419157 12/20/2024 DIRECT DEPOSIT HICKS, CHRISTOPHER 3,913.25 419158 12/20/2024 DIRECT DEPOSIT MOORE, CHRISTINA 2,439.49 419159 12/20/2024 DIRECT DEPOSIT NOVAK, NATALIE 1,047.06 419159 12/20/2024 DIRECT DEPOSIT NOVAK, NATALIE 500.00 419160 12/20/2024 DIRECT DEPOSIT PRADO, SUSAN! 4,151.03 419160 12/20/2024 DIRECT DEPOSIT PRADO, SUSAN:- 250.00 419161 12/20/2024 DIRECT DEPOSIT r SHULER, JENNIRER 5,962.90 419162 12/20/2024 DIRECT DEPOSIT WESTERIK, NAC A 2,045.50 419162 12/20/2024 DIRECT DEPOSIT WESTERIK, NA61A 500.00 419163 12/20/2024 DIRECT DEPOSIT LESTER, CHESNEY 2,350.13 419164 12/20/2024 DIRECT DEPOSIT MCKINLEY, KELLY 2,092.10 419165 12/20/2024 DIRECT DEPOSIT RAMIREZ, REBECCA 1,558.56 419166 12/20/2024 DIRECT DEPOSIT ROSE, CARSON 1,582.62 419167 12/20/2024 DIRECT DEPOSIT TRAMEL, PATRICK 2,205.10 419168 12/20/2024 DIRECT DEPOSIT VIETZE, MARK 2,202.13 419169 12/20/2024 DIRECT DEPOSIT AMATO, JAMESI 1,780.65 419170 12/20/2024 DIRECT DEPOSIT BOONE, BLAKE 268.96 419171 12/20/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 148.12 419171 12/20/2024 DIRECT DEPOSIT COLETTI, MARLEIGH 222.18 419172 12/20/2024 DIRECT DEPOSIT DAVIDIAN, SAGE 272.86 419173 12/20/2024 DIRECT DEPOSIT DOTSEY, JESSICA 809.92 419174 12/20/2024 DIRECT DEPOSIT GERNER, JOSHUA 599.59 419175 12/20/2024 DIRECT DEPOSIT GRAY, STEVEN 806.06 419176 12/20/2024 DIRECT DEPOSIT HAUPT, ROSA 1,129.68 419177 12/20/2024 DIRECT DEPOSIT HEINZE, DONALD 1,044.04 419178 12/20/2024 DIRECT DEPOSIT HENDRICKSEN, TYLER 222.17 419179 12/20/2024 DIRECT DEPOSIT MANGUS, ISABELLA 1,128.43 419180 12/20/2024 DIRECT DEPOSIT MINTEL, MATTHEW 362.51 419181 12/20/2024 DIRECT DEPOSIT ROHRER, MAREENA 169.06 108 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419181 12/20/2024 DIRECT DEPOSIT ROHRER, MAREENA 507.16 419182 12/20/2024 DIRECT DEPOSIT SHARKEY, ROBERT 737.27 419183 12/20/2024 DIRECT DEPOSIT SHELDON, GAGE 330.71 419184 12/20/2024 DIRECT DEPOSIT SPARROW-VOORHEES, TABATHA 1,215.58 419185 12/20/2024 DIRECT DEPOSIT STORTS, HOLDEN 223.54 419186 12/20/2024 DIRECT DEPOSIT WAGNER, FREDERICK 569.21 419187 12/20/2024 DIRECT DEPOSIT BAKER, MURRAY 906.12 419188 12/20/2024 DIRECT DEPOSIT GIBSON, CHASTITY 50.00 419188 12/20/2024 DIRECT DEPOSIT GIBSON, CHASTITY 10.00 419188 12/20/2024 DIRECT DEPOSIT GIBSON, CHASTITY 611.96 419189 12/20/2024 DIRECT DEPOSIT LAURO, HELEN 684.82 419190 12/20/2024 DIRECT DEPOSIT LEFEBURE, ANNABELLE 688.16 419191 12/20/2024 DIRECT DEPOSIT LEFEBURE, LEVI 489.02 419192 12/20/2024 DIRECT DEPOSIT MARLEAU, KATIE 2,168.30 419193 12/20/2024 DIRECT DEPOSIT MCKAY, LAUREN 1,522.96 419194 12/20/2024 DIRECT DEPOSIT RAULERSON, SPRING 698.46 419195 12/20/2024 DIRECT DEPOSIT SERVAITES, GREGG 1,804.58 419196 12/20/2024 DIRECT DEPOSIT SNEE, JACKSON 592.60 419197 12/20/2024 DIRECT DEPOSIT TRENT, CECIL 718.46 419198 12/20/2024 DIRECT DEPOSIT VASQUEZ, ODDY 617.54 419199 12/20/2024 DIRECT DEPOSIT CAROW, ELAINE 1,934.74 419200 12/20/2024 DIRECT DEPOSIT COWAN, DONALD 1,247.28 419201 12/20/2024 DIRECT DEPOSIT DOUGLAS, EUGENE 576.73 419202 12/20/2024 DIRECT DEPOSIT EISWERTH, SARAH 1,568.35 419203 12/20/2024 DIRECT DEPOSIT FADAYOMI, BENJAMIN 354.23 419204 12/20/2024 DIRECT DEPOSIT HEBELER, SANDRA 1,244.94 419205 12/20/2024 DIRECT DEPOSIT JONES, ALFRED 316.39 419206 12/20/2024 DIRECT DEPOSIT JURAD, DREW 1,719.10 419207 12/20/2024 DIRECT DEPOSIT KREBS, JILL 2,066.33 419208 12/20/2024 DIRECT DEPOSIT RAMKISSOON, MARIE SOLANGE 500.00 419208 12/20/2024 DIRECT DEPOSIT RAMKISSOON, MARIE SOLANGE 1,288.63 419209 12/20/2024 DIRECT DEPOSIT REDFERN, RICHARD 466.00 419209 12/20/2024 DIRECT DEPOSIT REDFERN, RICHARD 116.50 419210 12/20/2024 DIRECT DEPOSIT SCHLEICH, MARK 157.69 419211 12/20/2024 DIRECT DEPOSIT TILTON, JOSEPH 250.00 419211 12/20/2024 DIRECT DEPOSIT TILTON, JOSEPH 2,350.08 419212 12/20/2024 DIRECT DEPOSIT BINEGAR, AMBER 517.24 419213 12/20/2024 DIRECT DEPOSIT BOLEN, LAYNE 655.11 419214 12/20/2024 DIRECT DEPOSIT BOWKER, JACQUELINE 1,330.67 419215 12/20/2024 DIRECT DEPOSIT BROWN, ARIEL 1,114.03 419216 12/20/2024 DIRECT DEPOSIT BUSKIRK, KITTIE 1,734.31 419217 12/20/2024 DIRECT DEPOSIT COLE, KAREN 1,567.42 419218 12/20/2024 DIRECT DEPOSIT FARBER, ASHLEY 964.31 419219 12/20/2024 DIRECT DEPOSIT FOXX, PAOLA 720.35 419220 12/20/2024 DIRECT DEPOSIT GOODEN, TRAVIS 1,132.79 419221 12/20/2024 DIRECT DEPOSIT HADSELL, DARLENE 2,028.64 419222 12/20/2024 DIRECT DEPOSIT HECKMAN, CHELSEA 1,202.25 419223 12/20/2024 DIRECT DEPOSIT HELTON, HEATHER 5.00 419223 12/20/2024 DIRECT DEPOSIT HELTON, HEATHER 1,466.26 419223 12/20/2024 DIRECT DEPOSIT HELTON, HEATHER 10.00 419224 12/20/2024 DIRECT DEPOSIT HUFF, TANYA 183.00 419224 12/20/2024 DIRECT DEPOSIT HUFF, TANYA 2,177.35 109 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419225 12/20/2024 DIRECT DEPOSIT JUARBE, THALIA 1,116.06 419226 12/20/2024 DIRECT DEPOSIT LEE, GI 80.52 419226 12/20/2024 DIRECT DEPOSIT LEE, GI 1,288.32 419226 12/20/2024 DIRECT DEPOSIT LEE, GI 241.56 419227 12/20/2024 DIRECT DEPOSIT LESCIO, JOLENE 1,591.21 419228 12/20/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 25.00 419228 12/20/2024 DIRECT DEPOSIT LOVEDAY, JESSICA 1,753.87 419229 12/20/2024 DIRECT DEPOSIT MCDOUGALL, STEVEN 1,546.70 419230 12/20/2024 DIRECT DEPOSIT MCKENNA, TERESA 619.21 419231 12/20/2024 DIRECT DEPOSIT MORGAN, JESSICA 858.99 419232 12/20/2024 DIRECT DEPOSIT NEAL, MARY JANE 1,175.93 419233 12/20/2024 DIRECT DEPOSIT PAGANO, SADIE 497.70 419234 12/20/2024 DIRECT DEPOSIT PAWLAK, FRANCES 1,221.94 419235 12/20/2024 DIRECT DEPOSIT PEREZ, JOSHUA 2,520.24 419236 12/20/2024 DIRECT DEPOSIT SANTOYO, ETHELYN 543.60 419237 12/20/2024 DIRECT DEPOSIT SCHOEN, ERIC 1,357.90 419238 12/20/2024 DIRECT DEPOSIT SMITH NIKITIN, KRISTIE 1,731.47 419239 12/20/2024 DIRECT DEPOSIT STENGER, ELIZABETH 2,792.58 419240 12/20/2024 DIRECT DEPOSIT TRUSS, LAWRENCE 651.54 419241 12/20/2024 DIRECT DEPOSIT WAGNER, MICHELLE 1,705.09 419242 12/20/2024 DIRECT DEPOSIT WYATT, ELIZABETH 325.73 419243 12/20/2024 DIRECT DEPOSIT ALBINI, SCOTT 607.47 419244 12/20/2024 DIRECT DEPOSIT ANDERSON, KATHERINE 1,572.44 419245 12/20/2024 DIRECT DEPOSIT BACHMANN, SANDRA 1,694.63 419246 12/20/2024 DIRECT DEPOSIT BOIKE, REBECCA 1,271.78 419247 12/20/2024 DIRECT DEPOSIT BOWMAN, KATHLEEN 2,493.95 419248 12/20/2024 DIRECT DEPOSIT ELSEBOUGH, KELLY 631.39 419249 12/20/2024 DIRECT DEPOSIT GALENTINE, TRACY 1,092.36 419250 12/20/2024 DIRECT DEPOSIT IACHINI, TAYLOR 1,355.55 419251 12/20/2024 DIRECT DEPOSIT KEATLEY, WHITNEY 554.10 419252 12/20/2024 DIRECT DEPOSIT MELASI, SUSAN 1,626.86 419253 12/20/2024 DIRECT DEPOSIT PANKIEWICZ-FUCHS, PATRICIA 2,379.81 419254 12/20/2024 DIRECT DEPOSIT RATHMAN, BETHANY 469.24 419255 12/20/2024 DIRECT DEPOSIT ROSADO-RODRIGUEZ, JEFFREY 1,199.87 419256 12/20/2024 DIRECT DEPOSIT BROWNING, KATHLEEN 538.81 419257 12/20/2024 DIRECT DEPOSIT COOLER HAWK, SHANNON 1,520.57 419258 12/20/2024 DIRECT DEPOSIT FRANCIS, RICHARD 1,524.61 419259 12/20/2024 DIRECT DEPOSIT HERNANDEZ, MELISSA 556.88 419260 12/20/2024 DIRECT DEPOSIT LOWE, CYNTHIA 1,152.86 419261 12/20/2024 DIRECT DEPOSIT MCDOUGALL, HOLUE 1,850.56 419262 12/20/2024 DIRECT DEPOSIT NEAL, BRIANNA 517.23 419263 12/20/2024 DIRECT DEPOSIT PEARSAUL, VICTORIA 786.68 419264 12/20/2024 DIRECT DEPOSIT SOBEL, KATHERINE 624.38 419265 12/20/2024 DIRECT DEPOSIT ADAMS, KEVIN 5,790.26 419266 12/20/2024 DIRECT DEPOSIT CAMPBELL, OMOLARA 814.56 419266 12/20/2024 DIRECT DEPOSIT CAMPBELL, OMOLARA 349.10 419267 12/20/2024 DIRECT DEPOSIT CASTRO, JUAN 1,814.78 419268 12/20/2024 DIRECT DEPOSIT CEPARANO, MICHAEL 791.07 419269 12/20/2024 DIRECT DEPOSIT GIANSANTI, JOHN 574.68 419270 12/20/2024 DIRECT DEPOSIT HALL, CARLY 781.86 419271 12/20/2024 DIRECT DEPOSIT KING, DENISE 709.55 419272 12/20/2024 DIRECT DEPOSIT SORENSON, MICHELLE 1,285.27 110 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419273 12/20/2024 DIRECT DEPOSIT BILLINGS, JOHNATHAN 2,203.52 419274 12/20/2024 DIRECT DEPOSIT BONELL, CALEB 788.64 419275 12/20/2024 DIRECT DEPOSIT BROWNLEE, MATTHEW 528.53 419276 12/20/2024 DIRECT DEPOSIT COPPOLA, JOHN 284.96 419277 12/20/2024 DIRECT DEPOSIT DIAS-NOVA, DANIEL 762.30 419278 12/20/2024 DIRECT DEPOSIT DOTSEY, JOHN 1,880.95 419279 12/20/2024 DIRECT DEPOSIT FILIZZOLA NOVA, BRENO 656.27 419280 12/20/2024 DIRECT DEPOSIT FRANCOEUR, ANDREW 213.59 419281 12/20/2024 DIRECT DEPOSIT GILLIGAN, MATTHEW 1,959.73 419282 12/20/2024 DIRECT DEPOSIT HENDERSON, CHRISTOPHER 2,450.84 419283 12/20/2024 DIRECT DEPOSIT HERNANDEZ, ANTHONY 233.74 419284 12/20/2024 DIRECT DEPOSIT JENKINS, CARLOS 373.69 419285 12/20/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 688.12 419286 12/20/2024 DIRECT DEPOSIT KEATON, KAMERON 1,087.34 419287 12/20/2024 DIRECT DEPOSIT LEVY, AARON 1,578.64 419287 12/20/2024 DIRECT DEPOSIT LEVY, AARON 75.00 419288 12/20/2024 DIRECT DEPOSIT LOCY, EMILY 602.83 419288 12/20/2024 DIRECT DEPOSIT LOCY, EMILY 50.00 419289 12/20/2024 DIRECT DEPOSIT MCDEARMID, RONALD 564.39 419290 12/20/2024 DIRECT DEPOSIT OTTO, DANIEL 1,544.84 419291 12/20/2024 DIRECT DEPOSIT PURPURA, CHRISTOPHER 1,622.37 419292 12/20/2024 DIRECT DEPOSIT RING, ERIC 2,104.25 419293 12/20/2024 DIRECT DEPOSIT WADE, FARAI 238.55 419293 12/20/2024 DIRECT DEPOSIT WADE, FARAI 102.24 419294 12/20/2024 DIRECT DEPOSIT WATKINS, CHRISTOPHER 1,770.62 419295 12/20/2024 DIRECT DEPOSIT CAGGIANO, LINDA 1,194.61 419296 12/20/2024 DIRECT DEPOSIT MATTHEWS, JESSICA 1,951.35 419297 12/20/2024 DIRECT DEPOSIT ABERNATHY, STEVE 4,434.99 419298 12/20/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 513.03 419298 12/20/2024 DIRECT DEPOSIT ACCARDI, TRISTAN 2,052.14 419299 12/20/2024 DIRECT DEPOSIT ADKINS, TANISHA 2,231.44 419300 12/20/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 1,133.05 419300 12/20/2024 DIRECT DEPOSIT ALEXANDER, NATHAN 2,104.23 419301 12/20/2024 DIRECT DEPOSIT ALICEA, MICHAEL 2,123.47 419302 12/20/2024 DIRECT DEPOSIT AMORTEGUI, JAIME 2,885.41 419303 12/20/2024 DIRECT DEPOSIT ANGELONE, ANDREW 2,533.69 419304 12/20/2024 DIRECT DEPOSIT AREYZAGA, CHY'ANN 2,166.62 419305 12/20/2024 DIRECT DEPOSIT ARNOLD, WESLEY 2,789.43 419306 12/20/2024 DIRECT DEPOSIT AYERDIS, ALEXANDER 3,527.15 419307 12/20/2024 DIRECT DEPOSIT BAILEY, JOSHUA 1,959.28 419308 12/20/2024 DIRECT DEPOSIT BAIRD, ALLISON 3,173.52 419309 12/20/2024 DIRECT DEPOSIT BARCUS, CHRISTOPHER 2,762.24 419310 12/20/2024 DIRECT DEPOSIT BARKEY, WILLIAM 4,436.10 419311 12/20/2024 DIRECT DEPOSIT BELL, DAVID 3,119.65 419312 12/20/2024 DIRECT DEPOSIT BENDER, JOSHUA 1,460.59 419312 12/20/2024 DIRECT DEPOSIT BENDER, JOSHUA 800.00 419313 12/20/2024 DIRECT DEPOSIT BERNI, CORBIN 2,956.92 419314 12/20/2024 DIRECT DEPOSIT BERNSTEIN, MICHAEL 3,516.61 419315 12/20/2024 DIRECT DEPOSIT BEUTTELL, CLIFTON 2,714.47 419316 12/20/2024 DIRECT DEPOSIT BINAFIF, MAZEN 2,839.05 419317 12/20/2024 DIRECT DEPOSIT BINKLEY, JOHN 2,757.40 419318 12/20/2024 DIRECT DEPOSIT BLOCH, MATTHEW 2,637.37 111 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419319 12/20/2024 DIRECT DEPOSIT BONHOMME, DAVE BRIAN 2,569.07 419320 12/20/2024 DIRECT DEPOSIT BOROCZKY, TAMAS 3,260.39 419321 12/20/2024 DIRECT DEPOSIT BOWDEN, CHASE 3,257.90 419322 12/20/2024 DIRECT DEPOSIT BRAMLETT, RILEY 2,169.10 419323 12/20/2024 DIRECT DEPOSIT BRENNAN, THOMAS 2,055.12 419324 12/20/2024 DIRECT DEPOSIT BREWER, CHRISTEN 200.00 419324 12/20/2024 DIRECT DEPOSIT BREWER, CHRISTEN 2,742.42 419325 12/20/2024 DIRECT DEPOSIT BROUWER, JHONATAN 3,389.02 419326 12/20/2024 DIRECT DEPOSIT BRUNO, HARRISON 2,363.48 419327 12/20/2024 DIRECT DEPOSIT BUDERUS, CHRISTOPHER 1,952.54 419328 12/20/2024 DIRECT DEPOSIT BURKE, CHRISTOPHER 3,111.97 419329 12/20/2024 DIRECT DEPOSIT BURKE, DONALD 2,414.05 419330 12/20/2024 DIRECT DEPOSIT BURNS, BOB 2,175.14 419331 12/20/2024 DIRECT DEPOSIT BURRITT, BRIAN 1,932.96 419332 12/20/2024 DIRECT DEPOSIT BUSTAMANTE, LUIS 2,628.17 419333 12/20/2024 DIRECT DEPOSIT CAGLE, GARRETT 2,421.38 419334 12/20/2024 DIRECT DEPOSIT CALLAHAN, RYAN 4,696.56 419335 12/20/2024 DIRECT DEPOSIT CALLOWAY, JAMIE 2,759.88 419336 12/20/2024 DIRECT DEPOSIT CALZADILLA, EVAN 2,447.33 419337 12/20/2024 DIRECT DEPOSIT CAPPELEN, RYAN 4,563.36 419338 12/20/2024 DIRECT DEPOSIT CASS, JAMES 3,046.90 419339 12/20/2024 DIRECT DEPOSIT CEBRYNSKI, JOSEPH 2,501.51 419340 12/20/2024 DIRECT DEPOSIT CHISHOLM, KEITH 4,211.73 419341 12/20/2024 DIRECT DEPOSIT CICERONI, RICHARD 2,663.65 419342 12/20/2024 DIRECT DEPOSIT CLUTE, KEVIN 3,186.81 419343 12/20/2024 DIRECT DEPOSIT COBB, JOHN 2,296.33 419344 12/20/2024 DIRECT DEPOSIT COFFEY, GAVIN 2,085.19 419345 12/20/2024 DIRECT DEPOSIT COLEMAN, JACOB 1,994.34 419346 12/20/2024 DIRECT DEPOSIT COLEMAN, LEVI 3,754.82 419347 12/20/2024 DIRECT DEPOSIT COOPER, MIKAL 2,457.66 419348 12/20/2024 DIRECT DEPOSIT CORDERO, VINCENT 2,594.07 419349 12/20/2024 DIRECT DEPOSIT CORSO, JOHN 2,636.45 419350 12/20/2024 DIRECT DEPOSIT COTRONE, NICHOLAS 2,030.37 419351 12/20/2024 DIRECT DEPOSIT CRARY, WILLIAM 2,125.21 419352 12/20/2024 DIRECT DEPOSIT CRAVEN, THOMAS 2,654.42 419353 12/20/2024 DIRECT DEPOSIT CRUSE, DEVIN 2,403.18 419354 12/20/2024 DIRECT DEPOSIT CUEVAS, RUBEN 3,545.96 419355 12/20/2024 DIRECT DEPOSIT CURTIS, COREY 2,418.61 419356 12/20/2024 DIRECT DEPOSIT DAMPIER, BRADLEY 2,125.64 419357 12/20/2024 DIRECT DEPOSIT DAMPIER, BRANDON 2,285.94 419358 12/20/2024 DIRECT DEPOSIT DANCY, GARRETT 857.27 419359 12/20/2024 DIRECT DEPOSIT DEBROWSKI, FRANCIS 2,657.76 419360 12/20/2024 DIRECT DEPOSIT DEKKER, ANTHONY 4,059.01 419361 12/20/2024 DIRECT DEPOSIT DEKKER, DUSTIN 3,397.82 419362 12/20/2024 DIRECT DEPOSIT DELASHMUTT, KEVIN 3,363.05 419363 12/20/2024 DIRECT DEPOSIT DELGADO, AUSTIN 1,732.10 419364 12/20/2024 DIRECT DEPOSIT DENT, RICHARD 3,081.27 419365 12/20/2024 DIRECT DEPOSIT DIAZ, NICHOLAS 4,055.95 419366 12/20/2024 DIRECT DEPOSIT DION, ROGER 3,560.57 419367 12/20/2024 DIRECT DEPOSIT DUNNE, COLIN 2,068.42 419368 12/20/2024 DIRECT DEPOSIT DUSKIN, MICHAEL 2,426.29 419369 12/20/2024 DIRECT DEPOSIT EDEN FIELD-ERNSBERGER, TRISTAN 2,549.33 112 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419370 12/20/2024 DIRECT DEPOSIT EFFEREN, ROBERT 2,452.89 419371 12/20/2024 DIRECT DEPOSIT EIRLS, MICHAEL 2,872.50 419372 12/20/2024 DIRECT DEPOSIT ELLISON, CRAIG 2,453.64 419373 12/20/2024 DIRECT DEPOSIT ESCOBEDO, PAUL 2,461.96 419374 12/20/2024 DIRECT DEPOSIT ESKEW, BRADLEY 2,333.05 419375 12/20/2024 DIRECT DEPOSIT ESPINOZA, JAMES 1,679.56 419376 12/20/2024 DIRECT DEPOSIT ESTELHOMME, BRIAN 1,663.09 419377 12/20/2024 DIRECT DEPOSIT FARRELL, SARAH 2,197.50 419378 12/20/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 1,323.73 419378 12/20/2024 DIRECT DEPOSIT FEBRES-CORDERO, DYLLAN 750.00 419379 12/20/2024 DIRECT DEPOSIT FIELDS, DAWSON 1,883.44 419380 12/20/2024 DIRECT DEPOSIT FIGAS, AUSTIN 2,083.31 419381 12/20/2024 DIRECT DEPOSIT FIGUEROA, JULIAN 2,212.60 419382 12/20/2024 DIRECT DEPOSIT FLOOD, STEPHEN 1,946.81 419382 12/20/2024 DIRECT DEPOSIT FLOOD, STEPHEN 700.00 419383 12/20/2024 DIRECT DEPOSIT FLORES, IVAN 3,066.94 419384 12/20/2024 DIRECT DEPOSIT FLORES, JULIO 2,449.20 419385 12/20/2024 DIRECT DEPOSIT FONTANA, RYAN 2,475.58 419386 12/20/2024 DIRECT DEPOSIT FORD, BRADLEY 3,162.69 419387 12/20/2024 DIRECT DEPOSIT FORGET, JUSTIN 3,570.02 419388 12/20/2024 DIRECT DEPOSIT FOWLER, SEAN 2,154.53 419389 12/20/2024 DIRECT DEPOSIT FOX, THOMAS 35.00 419389 12/20/2024 DIRECT DEPOSIT FOX, THOMAS 4,063.09 419390 12/20/2024 DIRECT DEPOSIT FRETWELL, JASON 2,550.27 419391 12/20/2024 DIRECT DEPOSIT FUCCI, JAMES 3,029.42 419392 12/20/2024 DIRECT DEPOSIT GABBARD, KYLE 3,346.28 419393 12/20/2024 DIRECT DEPOSIT GALLEGOS, MATTHEW 3,427.26 419394 12/20/2024 DIRECT DEPOSIT GEHRING, JOELY 3,061.91 419395 12/20/2024 DIRECT DEPOSIT GIACCIO, MICHAEL 1,785.39 419396 12/20/2024 DIRECT DEPOSIT GIBBONS, SEAN 3,898.17 419397 12/20/2024 DIRECT DEPOSIT GIBBONS, TREVOR 2,262.87 419398 12/20/2024 DIRECT DEPOSIT GILL, WADE 2,509.42 419399 12/20/2024 DIRECT DEPOSIT GILLIG, JUSTIN 2,912.01 419400 12/20/2024 DIRECT DEPOSIT GOICOECHEA, YOMAYRA 2,614.57 419401 12/20/2024 DIRECT DEPOSIT GOMBOS, RICHARD 2,320.71 419402 12/20/2024 DIRECT DEPOSIT GOMEZ, 1 JESUS 6,354.60 419403 12/20/2024 DIRECT DEPOSIT GOMEZ, RAMIRO 2,041.15 419404 12/20/2024 DIRECT DEPOSIT GONZALEZ, JUSTIN 1,736.63 419405 12/20/2024 DIRECT DEPOSIT GOOD, MITCHELL 2,357.30 419406 12/20/2024 DIRECT DEPOSIT GOODRICH, EVYN 2,322.80 419407 12/20/2024 DIRECT DEPOSIT GOODSON, RYAN 1,785.99 419408 12/20/2024 DIRECT DEPOSIT GRANATH, JOHN 2,888.19 419409 12/20/2024 DIRECT DEPOSIT GRAUL, STEVEN 4,260.49 419410 12/20/2024 DIRECT DEPOSIT GREER, STEPHEN 3,186.47 419411 12/20/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 100.00 419411 12/20/2024 DIRECT DEPOSIT GRUWELL, CHRISTOPHER 3,481.36 419412 12/20/2024 DIRECT DEPOSIT GUANCH, BRIAN 1,000.00 419412 12/20/2024 DIRECT DEPOSIT GUANCH, BRIAN 2,057.65 419413 12/20/2024 DIRECT DEPOSIT HAFFIELD, BRANDON 2,154.62 419414 12/20/2024 DIRECT DEPOSIT HAMILTON, CAMERON 2,118.26 419415 12/20/2024 DIRECT DEPOSIT HARKNESS, STEPHEN 2,689.75 419416 12/20/2024 DIRECT DEPOSIT HARLEY-OPPEL, KYLER 1,981.88 113 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419417 12/20/2024 DIRECT DEPOSIT HARRIS, HEATH 3,438.10 419418 12/20/2024 DIRECT DEPOSIT HASKAS, STAMATIS 2,031.03 419419 12/20/2024 DIRECT DEPOSIT HATTON, CASEY 2,426.51 419420 12/20/2024 DIRECT DEPOSIT HAWKINS, DUSTIN 3,100.23 419421 12/20/2024 DIRECT DEPOSIT HELINSKI, MICHAEL 2,050.56 419422 12/20/2024 DIRECT DEPOSIT HENDERSON, CYNTHIA 3,362.43 419423 12/20/2024 DIRECT DEPOSIT HENDERSON, MARIO 4,695.52 419424 12/20/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 100.00 419424 12/20/2024 DIRECT DEPOSIT HERRINGTON, WILLIAM 2,930.66 419425 12/20/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 193.44 419425 12/20/2024 DIRECT DEPOSIT HINSON, CHRISTOPHER 2,224.55 419426 12/20/2024 DIRECT DEPOSIT HOLBROOK, JAMES 3,364.48 419427 12/20/2024 DIRECT DEPOSIT HOLMES, CODY 3,056.52 419428 12/20/2024 DIRECT DEPOSIT HOLTZCLAW, KYLE 3,200.01 419429 12/20/2024 DIRECT DEPOSIT HORNER, CHAD 2,712.71 419430 12/20/2024 DIRECT DEPOSIT HOWARD, WAYNE 150.00 419430 12/20/2024 DIRECT DEPOSIT HOWARD, WAYNE 3,673.83 419431 12/20/2024 DIRECT DEPOSIT HRUSOVSKY, MCGWIRE 2,761.93 419432 12/20/2024 DIRECT DEPOSIT HUGHES, DEVON 3,451.60 419433 12/20/2024 DIRECT DEPOSIT HURTADO, DANIEL 2,354.21 419434 12/20/2024 DIRECT DEPOSIT HYDE, JACOB 2,602.60 419435 12/20/2024 DIRECT DEPOSIT ISAACSON, ERIK 2,693.69 419436 12/20/2024 DIRECT DEPOSIT JENSEN, CASEY 2,662.59 419437 12/20/2024 DIRECT DEPOSIT JONES, CHRISTOPHER 2,702.06 419438 12/20/2024 DIRECT DEPOSIT JONES, DALTON 2,196.63 419439 12/20/2024 DIRECT DEPOSIT JONES, LAVIGNE 2,590.77 419440 12/20/2024 DIRECT DEPOSIT JUDSON, JASON 4,327.60 419441 12/20/2024 DIRECT DEPOSIT KAHL, BRANDON 50.00 419441 12/20/2024 DIRECT DEPOSIT KAHL, BRANDON 2,775.60 419442 12/20/2024 DIRECT DEPOSIT KARPINSKI, DODGE 3,318.70 419443 12/20/2024 DIRECT DEPOSIT KEARNS, OLIVER 1,935.54 419444 12/20/2024 DIRECT DEPOSIT KIERNAN, DAVID 3,179.63 419445 12/20/2024 DIRECT DEPOSIT KING, JOSEPH 2,487.70 419445 12/20/2024 DIRECT DEPOSIT KING, JOSEPH 600.00 419446 12/20/2024 DIRECT DEPOSIT KLAUSE, SHEENA 3,340.42 419447 12/20/2024 DIRECT DEPOSIT KOFKE, KYLE 1,000.00 419447 12/20/2024 DIRECT DEPOSIT KOFKE, KYLE ! 2,564.49 419448 12/20/2024 DIRECT DEPOSIT KOVATCH, NATHAN 2,908.55 419449 12/20/2024 DIRECT DEPOSIT KRAFT, MATTHEW 2,069.57 419450 12/20/2024 DIRECT DEPOSIT KRUEGER, RYAN 2,712.67 419451 12/20/2024 DIRECT DEPOSIT LAMANA, PARRIS 1,256.19 419452 12/20/2024 DIRECT DEPOSIT LANG, GEOFFREY 250.00 419452 12/20/2024 DIRECT DEPOSIT LANG, GEOFFREY 1,919.30 419453 12/20/2024 DIRECT DEPOSIT LEGLEITNER, CHANDLER 1,891.28 419454 12/20/2024 DIRECT DEPOSIT LEWIS, BRAD 2,548.31 419455 12/20/2024 DIRECT DEPOSIT LLOYD, JAMES 2,651.74 419456 12/20/2024 DIRECT DEPOSIT LOGSDON, TYLER 2,813.01 419457 12/20/2024 DIRECT DEPOSIT LONDONO, ISAAC 2,300.60 419458 12/20/2024 DIRECT DEPOSIT LOPEZ, ERIC 3,342.33 419459 12/20/2024 DIRECT DEPOSIT LOUDERMILK, JEFFREY 3,336.26 419460 12/20/2024 DIRECT DEPOSIT LUCAS, DAVID 1,967.45 419461 12/20/2024 DIRECT DEPOSIT MAGUIRE, KEVIN 1,778.91 114 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419462 12/20/2024 DIRECT DEPOSIT MAHAN, STEVEN 2,755.82 419463 12/20/2024 DIRECT DEPOSIT MARCHESINI, TODD 2,364.74 419464 12/20/2024 DIRECT DEPOSIT MARINI, STEVEN 1,913.46 419465 12/20/2024 DIRECT DEPOSIT MARQUES, CARLO 2,786.33 419466 12/20/2024 DIRECT DEPOSIT MARQUES, GABRIELLE 2,621.51 419467 12/20/2024 DIRECT DEPOSIT MARTINEZ, GABRIEL 1,991.11 419468 12/20/2024 DIRECT DEPOSIT MASON, BRETT 2,710.07 419469 12/20/2024 DIRECT DEPOSIT MASTERS, DANIEL 3,432.27 419470 12/20/2024 DIRECT DEPOSIT MATHERLY, CHRISTOPHER 3,211.93 419471 12/20/2024 DIRECT DEPOSIT MAZZOLA, MICHAEL 2,449.93 419472 12/20/2024 DIRECT DEPOSIT MCAULIFFE, COLBY 2,277.85 419473 12/20/2024 DIRECT DEPOSIT MCCABE, BENJAMIN 2,796.50 419474 12/20/2024 DIRECT DEPOSIT MCCORMACK, SEAN 3,141.00 419475 12/20/2024 DIRECT DEPOSIT MCGINN, MATTHEW 1,975.37 419476 12/20/2024 DIRECT DEPOSIT MCLEOD, CODYI 2,746.71 419477 12/20/2024 DIRECT DEPOSIT MCVAY, CHRISIi PHER 2,498.52 419478 12/20/2024 DIRECT DEPOSIT MEDINA, NICK iAS 2,402.94 419479 12/20/2024 DIRECT DEPOSIT MEILAN, TOMM 2,703.31 419480 12/20/2024 DIRECT DEPOSIT METZ, GIANNA 2,283.61 419481 12/20/2024 DIRECT DEPOSIT METZ, MATTHEW 2,450.77 419482 12/20/2024 DIRECT DEPOSIT MEYERS, KYLE 2,356.09 419483 12/20/2024 DIRECT DEPOSIT MINNS, KYLE 2,473.60 419484 12/20/2024 DIRECT DEPOSIT MIXON, SEAN 2,500.91 419485 12/20/2024 DIRECT DEPOSIT MONTPETIT, CHRISTOPHER 1,784.85 419486 12/20/2024 DIRECT DEPOSIT MOONEY, KEVIN 1,949.27 419486 12/20/2024 DIRECT DEPOSIT MOONEY, KEVIN 300.00 419487 12/20/2024 DIRECT DEPOSIT MORRIS, JOSHUA 2,817.66 419488 12/20/2024 DIRECT DEPOSIT MORRIS, NICOLE 3,801.12 419489 12/20/2024 DIRECT DEPOSIT MORRISON, JAMES 2,446.53 419490 12/20/2024 DIRECT DEPOSIT MOYER, HANNAH 2,094.92 419491 12/20/2024 DIRECT DEPOSIT MURPHY, ANDREW 2,136.44 419492 12/20/2024 DIRECT DEPOSIT NACHREINER, BRYCE 1,591.30 419493 12/20/2024 DIRECT DEPOSIT NADOLNY, VINCENT 3,237.80 419494 12/20/2024 DIRECT DEPOSIT NIELSEN, ALEX 2,947.69 419495 12/20/2024 DIRECT DEPOSIT NOGAREDA, JORDAN 2,612.39 419496 12/20/2024 DIRECT DEPOSIT NOHRR, JULI 3,401.67 419497 12/20/2024 DIRECT DEPOSIT NORAT, ALEXANDER 2,428.90 419498 12/20/2024 DIRECT DEPOSIT OCONNOR, JOHN 4,114.02 419499 12/20/2024 DIRECT DEPOSIT OHLER, MARK 1,857.10 419500 12/20/2024 DIRECT DEPOSIT OLIVER, LUKE 2,790.11 419501 12/20/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 1,409.75 419501 12/20/2024 DIRECT DEPOSIT ORTIZ, TAYLOR 150.00 419502 12/20/2024 DIRECT DEPOSIT OSGOOD, DAVID 2,943.74 419503 12/20/2024 DIRECT DEPOSIT OSTERMAN, TYLER 1,460.33 419503 12/20/2024 DIRECT DEPOSIT OSTERMAN, TYLER 365.08 419504 12/20/2024 DIRECT DEPOSIT PARKER, RYAN 3,521.08 419505 12/20/2024 DIRECT DEPOSIT PARKER, TYLER 3,679.08 419506 12/20/2024 DIRECT DEPOSIT PARKERSON, BRANDON 2,709.64 419507 12/20/2024 DIRECT DEPOSIT PARRIS, RYAN 2,160.92 419508 12/20/2024 DIRECT DEPOSIT PATTERSON, RYAN 2,068.83 419509 12/20/2024 DIRECT DEPOSIT PEDONTI, ZACHARY 2,902.75 419510 12/20/2024 DIRECT DEPOSIT PENA, ADAN 2,167.06 115 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419511 12/20/2024 DIRECT DEPOSIT PENA, JONATHAN 1,858.66 419512 12/20/2024 DIRECT DEPOSIT PERDOMO, JAMES 2,576.72 419513 12/20/2024 DIRECT DEPOSIT PERRY, SEAN 1,878.41 419514 12/20/2024 DIRECT DEPOSIT PHAN, BRANDON 2,183.34 419515 12/20/2024 DIRECT DEPOSIT PLOURDE, HUNTER 2,786.04 419516 12/20/2024 DIRECT DEPOSIT POLLY, DONNIE 1,937.85 419517 12/20/2024 DIRECT DEPOSIT PORTER, TODD 790.37 419517 12/20/2024 DIRECT DEPOSIT PORTER, TODD 2,371.09 419518 12/20/2024 DIRECT DEPOSIT POWELL, STEVEN 3,411.67 419519 12/20/2024 DIRECT DEPOSIT PRESSLEY, JASON 3,497.77 419520 12/20/2024 DIRECT DEPOSIT QUIGLEY, BRENNAN 4,046.54 419521 12/20/2024 DIRECT DEPOSIT RAMIREZ, SELENA 2,223.24 419522 12/20/2024 DIRECT DEPOSIT RAMSEY, RYAN 1,621.15 419523 12/20/2024 DIRECT DEPOSIT RATTRAY, APRIL 3,200.35 419524 12/20/2024 DIRECT DEPOSIT RATTRAY, DAVID 3,599.90 419525 12/20/2024 DIRECT DEPOSIT RAULERSON, JAMESON 3,328.10 419526 12/20/2024 DIRECT DEPOSIT REARDON, JONATHAN 3,091.57 419527 12/20/2024 DIRECT DEPOSIT REY, DANIEL 2,094.25 419528 12/20/2024 DIRECT DEPOSIT REYES, LUIS 2,177.30 419529 12/20/2024 DIRECT DEPOSIT RICHARDS, BRADLEY 2,815.14 419530 12/20/2024 DIRECT DEPOSIT RICHTER, JOSEPH 4,287.76 419531 12/20/2024 DIRECT DEPOSIT RIVAS, ROBERT 2,431.65 419532 12/20/2024 DIRECT DEPOSIT ROBERTS, BRYAN 4,067.77 419533 12/20/2024 DIRECT DEPOSIT ROBERTSON, ZACHARY 2,398.08 419534 12/20/2024 DIRECT DEPOSIT ROBINSON, MARCUS 3,184.36 419535 12/20/2024 DIRECT DEPOSIT RODRIGUEZ, JATNIEL 2,076.77 419536 12/20/2024 DIRECT DEPOSIT ROTH, NICOLE 1,522.61 419537 12/20/2024 DIRECT DEPOSIT RUFF, CODY 2,533.02 419538 12/20/2024 DIRECT DEPOSIT RULE, MICHAEL 3,299.29 419539 12/20/2024 DIRECT DEPOSIT RUSSELL, DEREK 2,567.18 419540 12/20/2024 DIRECT DEPOSIT SALMON, JOHN 2,287.67 419541 12/20/2024 DIRECT DEPOSIT SANSONE, MICHAEL 3,460.35 419542 12/20/2024 DIRECT DEPOSIT SANTIAGO, JOSHUA 2,465.08 419543 12/20/2024 DIRECT DEPOSIT SAPP, JULIA 2,548.51 419544 12/20/2024 DIRECT DEPOSIT SCHAUMAN, ADAM 3,138.35 419545 12/20/2024 DIRECT DEPOSIT SCHILLING, THOMAS 3,305.01 419546 12/20/2024 DIRECT DEPOSIT SCHLOESSER, STEVEN 2,826.58 419547 12/20/2024 DIRECT DEPOSIT SELLERS, ANDREW 2,304.37 419548 12/20/2024 DIRECT DEPOSIT SHIELDS, WILLIAM 2,910.11 419549 12/20/2024 DIRECT DEPOSIT SHULTS, DEREK 2,195.66 419550 12/20/2024 DIRECT DEPOSIT SIMONS, BRADLEY 150.00 419550 12/20/2024 DIRECT DEPOSIT SIMONS, BRADLEY 2,414.16 419551 12/20/2024 DIRECT DEPOSIT SIMS, CHRISTINA 2,408.88 419552 12/20/2024 DIRECT DEPOSIT SINAGRA, MARC 3,630.70 419553 12/20/2024 DIRECT DEPOSIT SKOK, ROBERT 2,264.81 419554 12/20/2024 DIRECT DEPOSIT SLACK, JOSEPH 2,313.63 419555 12/20/2024 DIRECT DEPOSIT SMITH, BRYANT 1,911.49 419556 12/20/2024 DIRECT DEPOSIT SMITH, JARED 2,280.56 419557 12/20/2024 DIRECT DEPOSIT SMITH, KAREN 977.51 419558 12/20/2024 DIRECT DEPOSIT SMITH, MICHAEL 2,250.63 419559 12/20/2024 DIRECT DEPOSIT SMITH, STEPHEN 2,878.87 419560 12/20/2024 DIRECT DEPOSIT SPARKMAN, CODY 3,069.28 116 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419561 12/20/2024 DIRECT DEPOSIT SPRENGER, CONSTANT 2,255.42 419562 12/20/2024 DIRECT DEPOSIT SPRINGER, MORRIS 2,687.33 419563 12/20/2024 DIRECT DEPOSIT STAMM, JESSICA 1,962.06 419564 12/20/2024 DIRECT DEPOSIT STEELE, JOSHUA 3,254.53 419565 12/20/2024 DIRECT DEPOSIT STENGER, ANDREW 5,528.82 419566 12/20/2024 DIRECT DEPOSIT STEPHENS, TRAVIS 3,155.38 419567 12/20/2024 DIRECT DEPOSIT STEPHENS, ZACHARIA 2,473.96 419568 12/20/2024 DIRECT DEPOSIT STOTT, JESSICA 2,138.58 419569 12/20/2024 DIRECT DEPOSIT STURTEVANT, MARC 2,658.13 419570 12/20/2024 DIRECT DEPOSIT SWEATT, CODY 1,940.92 419571 12/20/2024 DIRECT DEPOSIT THOMPSON, CLINTON 2,014.98 419572 12/20/2024 DIRECT DEPOSIT THOMPSON, GRIFFIN 2,315.92 419573 12/20/2024 DIRECT DEPOSIT THOMPSON, ROBERT 2,021.17 419574 12/20/2024 DIRECT DEPOSIT THOMPSON, RUSSELL 3,354.99 419575 12/20/2024 DIRECT DEPOSIT TIERNEY, PATRICK 2,599.75 419576 12/20/2024 DIRECT DEPOSIT TOBIN, JUSTIN 2,926.87 419577 12/20/2024 DIRECT DEPOSIT TRENT, CHRISTOPHER 4,623.74 419578 12/20/2024 DIRECT DEPOSIT TROSKA, HUNTER 3,164.34 419579 12/20/2024 DIRECT DEPOSIT TURPIN, JENA 2,136.73 419580 12/20/2024 DIRECT DEPOSIT URSULEAN, ZACHARY 1,950.32 419581 12/20/2024 DIRECT DEPOSIT USHER, ADAM 3,481.74 419582 12/20/2024 DIRECT DEPOSIT VELAZQUEZ, JOSHUA 1,715.24 419583 12/20/2024 DIRECT DEPOSIT VELIE, ANTHONY 2,785.88 419584 12/20/2024 DIRECT DEPOSIT WAGNER, BRANDON 2,561.04 419585 12/20/2024 DIRECT DEPOSIT WALKER, TYLER 2,147.37 419586 12/20/2024 DIRECT DEPOSIT WALLACE, JEREMY 2,819.14 419587 12/20/2024 DIRECT DEPOSIT WALLS, JOSEPH 2,875.10 419588 12/20/2024 DIRECT DEPOSIT WATKINS, BENJAMIN 2,559.30 419589 12/20/2024 DIRECT DEPOSIT WEAVER, TYLER 2,193.59 419590 12/20/2024 DIRECT DEPOSIT WELLS, MICHAEL 2,860.46 419591 12/20/2024 DIRECT DEPOSIT WELTER, JOSHUA 4,597.61 419592 12/20/2024 DIRECT DEPOSIT WENZEL, JACOB 2,033.17 419593 12/20/2024 DIRECT DEPOSIT WEST, RILEY 1,338.82 419593 12/20/2024 DIRECT DEPOSIT WEST, RILEY 573.78 419594 12/20/2024 DIRECT DEPOSIT WESTERMAN, JAMES 2,558.57 419595 12/20/2024 DIRECT DEPOSIT WHITE, KEVIN 2,667.2S 419596 12/20/2024 DIRECT DEPOSIT WILLMOT, WILLIAM 3,746.80 419597 12/20/2024 DIRECT DEPOSIT WILSNACK, ALEXANDER 2,745.74 419598 12/20/2024 DIRECT DEPOSIT WILSON, NEIL 3,276.63 419599 12/20/2024 DIRECT DEPOSIT WOODWARD, EDWARD 1,589.01 419600 12/20/2024 DIRECT DEPOSIT ZAVALA, ADRIAN 2,562.87 419601 12/20/2024 DIRECT DEPOSIT ZEDEK, STACY 2,860.27 419602 12/20/2024 DIRECT DEPOSIT PACHECO-HOEL, MARCELA 2,150.34 419603 12/20/2024 DIRECT DEPOSIT BRADLEY, DANIEL 1,465.29 419604 12/20/2024 DIRECT DEPOSIT RACKARD, KAREN 2,355.92 419605 12/20/2024 DIRECT DEPOSIT BERGMAN, QUINTIN 2,022.04 419606 12/20/2024 DIRECT DEPOSIT VANGEISON, DUSTIN 2,001.84 419607 12/20/2024 DIRECT DEPOSIT BACHAND, STEVEN 839.59 419608 12/20/2024 DIRECT DEPOSIT BENSON, SHAWN 469.45 419609 12/20/2024 DIRECT DEPOSIT BOWLER, NANCY 50.00 419609 12/20/2024 DIRECT DEPOSIT BOWLER, NANCY 1,270.67 419610 12/20/2024 DIRECT DEPOSIT COX, BRANDON 1,516.17 117 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419611 12/20/2024 DIRECT DEPOSIT DUNHAM, TREVOR 888.99 419612 12/20/2024 DIRECT DEPOSIT HARRISON, MICHAEL 608.44 419613 12/20/2024 DIRECT DEPOSIT HEFFNER, KEITH 1,099.92 419614 12/20/2024 DIRECT DEPOSIT MALDONADO, ELI 856.44 419615 12/20/2024 DIRECT DEPOSIT OSBORNE, JANET 924.37 419616 12/20/2024 DIRECT DEPOSIT REICHARD, RENAE 753.11 419617 12/20/2024 DIRECT DEPOSIT SELDES, JERROLD 2,633.39 419618 12/20/2024 DIRECT DEPOSIT SIRILLA, JOSEPH 833.27 419619 12/20/2024 DIRECT DEPOSIT SMITH, MICHAEL 933.88 419620 12/20/2024 DIRECT DEPOSIT TALARICO, FRANK 718.38 419621 12/20/2024 DIRECT DEPOSIT VACCARO, MICHAEL 888.53 419622 12/20/2024 DIRECT DEPOSIT WHITE, JOSEPH 1,780.04 419623 12/20/2024 DIRECT DEPOSIT BUNT, NANCY 5,025.04 419624 12/20/2024 DIRECT DEPOSIT COPELAND, KATHY 2,742.65 419625 12/20/2024 DIRECT DEPOSIT TITKANICH, JOHN 5,691.83 419625 12/20/2024 DIRECT DEPOSIT TITKANICH, JOHN 1,000.00 419626 12/20/2024 DIRECT DEPOSIT VOTZI, SHEILA 300.00 419626 12/20/2024 DIRECT DEPOSIT VOTZI, SHEILA 250.00 419626 12/20/2024 DIRECT DEPOSIT VOTZI, SHEILA 50.00 419626 12/20/2024 DIRECT DEPOSIT VOTZI, SHEILA 1,395.81 419627 12/20/2024 DIRECT DEPOSIT EMERSON, CV'NTHIA 4,555.87 419628 12/20/2024 DIRECT DEPOSIT MILLER, MAYA 536.00 419628 12/20/2024 DIRECT DEPOSIT MILLER, MAYA 20.00 419628 12/20/2024 DIRECT DEPOSIT MILLER, MAYA 1,022.60 419628 12/20/2024 DIRECT DEPOSIT MILLER, MAYA 150.00 419629 12/20/2024 DIRECT DEPOSIT ZITO, MICHAEL 5,359.71 419630 12/20/2024 DIRECT DEPOSIT BOYLL, SUZANNE 4,021.18 419631 12/20/2024 DIRECT DEPOSIT FAULKNER, STACY 150.00 419631 12/20/2024 DIRECT DEPOSIT FAULKNER, STACY 2,244.83 419632 12/20/2024 DIRECT DEPOSIT HILL, CHEVY 1,380.85 419632 12/20/2024 DIRECT DEPOSIT HILL, CHEVY 100.00 419633 12/20/2024 DIRECT DEPOSIT KING, MICHAEL 2,387.31 419634 12/20/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 1,593.48 419634 12/20/2024 DIRECT DEPOSIT MONTEROSSO, JORDAN 100.00 419635 12/20/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 625.00 419635 12/20/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 400.00 419635 12/20/2024 DIRECT DEPOSIT NOWLIN, SHELLEY 1,013.26 419636 12/20/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 200.00 419636 12/20/2024 DIRECT DEPOSIT O'SULLIVAN, SHEILA 1,965.13 419637 12/20/2024 DIRECT DEPOSIT BALTER, CHRISTOPHER 3,845.27 419638 12/20/2024 DIRECT DEPOSIT CHAREST, KATHERINE 2,358.45 419639 12/20/2024 DIRECT DEPOSIT FREEMAN, BRIAN 3,528.10 419640 12/20/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 25.00 419640 12/20/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 100.00 419640 12/20/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 275.00 419640 12/20/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 1,019.36 419640 12/20/2024 DIRECT DEPOSIT JOHNSON, PATRICIA 40.00 419641 12/20/2024 DIRECT DEPOSIT MANN, JAMES 2,155.93 419642 12/20/2024 DIRECT DEPOSIT BODE, SIBELi 2,233.26 419643 12/20/2024 DIRECT DEPOSIT CREAGAN, BPANDON 2,701.34 419644 12/20/2024 DIRECT DEPOSIT HILL, MICH411. 2,138.58 419645 12/20/2024 DIRECT DEPOSIT KLERLEIN, LISA 1,378.63 118 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419646 12/20/2024 DIRECT DEPOSIT MCLENDON, SCHUMETTA 2,079.78 419647 12/20/2024 DIRECT DEPOSIT MURPHY, PATRICK 3,041.90 419648 12/20/2024 DIRECT DEPOSIT OTTOSON, CARRIE 1,412.58 419649 12/20/2024 DIRECT DEPOSIT RAYNOR, DALLAS 1,491.63 419650 12/20/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 419650 12/20/2024 DIRECT DEPOSIT SWEENEY, RYAN 3,171.87 419650 12/20/2024 DIRECT DEPOSIT SWEENEY, RYAN 200.00 419651 12/20/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 537.79 419651 12/20/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 658.00 419651 12/20/2024 DIRECT DEPOSIT THURMAN, CYNTHIA 1,500.00 419652 12/20/2024 DIRECT DEPOSIT TOOF, NICOLE 1,326.18 419653 12/20/2024 DIRECT DEPOSIT WOODY, LOGAN 1,383.09 419654 12/20/2024 DIRECT DEPOSIT ARNDT, MELISSA 2,057.00 419655 12/20/2024 DIRECT DEPOSIT AUTON, MICHELLE 1,665.26 419656 12/20/2024 DIRECT DEPOSIT BIRHANZL, JOHN 339.10 419657 12/20/2024 DIRECT DEPOSIT CLAUSS, PATRICIA 718.13 419658 12/20/2024 DIRECT DEPOSIT GINES, BARBARA 657.14 419659 12/20/2024 DIRECT DEPOSIT HENRY, CARRI 983.37 419660 12/20/2024 DIRECT DEPOSIT SINGLETARY, LINDA 757.15 419661 12/20/2024 DIRECT DEPOSIT BUCK, KELLY 2,312.97 419662 12/20/2024 DIRECT DEPOSIT DRISKELL, DAPHNE 1,680.80 419663 12/20/2024 DIRECT DEPOSIT FOLGER, MICHAEL 1,587.23 419664 12/20/2024 DIRECT DEPOSIT GIL, AMARIS 1,242.09 419665 12/20/2024 DIRECT DEPOSIT VAUGHT, DUSTIN 1,887.92 419666 12/20/2024 DIRECT DEPOSIT CARROLL, SHAWNA 1,470.79 419667 12/20/2024 DIRECT DEPOSIT CASANO, ELIZABETH 267.58 419667 12/20/2024 DIRECT DEPOSIT CASANO, ELIZABETH 1,516.28 419668 12/20/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 1,000.00 419668 12/20/2024 DIRECT DEPOSIT JOHNSON, JOSEPH 4,478.97 419669 12/20/2024 DIRECT DEPOSIT JONES, DONALD 2,004.85 419670 12/20/2024 DIRECT DEPOSIT LLOYD, RYAN 3,628.42 419671 12/20/2024 DIRECT DEPOSIT MARINI, RICHARD 3,250.97 419672 12/20/2024 DIRECT DEPOSIT PRIDGEON, JENNIFER 1,862.52 419673 12/20/2024 DIRECT DEPOSIT REYES, ALICIA 1,864.87 419674 12/20/2024 DIRECT DEPOSIT REYES, ERIN 1,922.99 419675 12/20/2024 DIRECT DEPOSIT RICHARDS, DONNA 1,095.89 419676 12/20/2024 DIRECT DEPOSIT SMILOVICH, MICHAEL 2,274.91 419677 12/20/2024 DIRECT DEPOSIT WISHARD, SHARYNE 27.50 419677 12/20/2024 DIRECT DEPOSIT WISHARD, SHARYNE 20.00 419677 12/20/2024 DIRECT DEPOSIT WISHARD, SHARYNE 62.50 419677 12/20/2024 DIRECT DEPOSIT WISHARD, SHARYNE 1,382.94 419677 12/20/2024 DIRECT DEPOSIT WISHARD, SHARYNE 150.00 419678 12/20/2024 DIRECT DEPOSIT ARSENEAU, JASON 1,619.72 419679 12/20/2024 DIRECT DEPOSIT BARTEE, JAMES 1,583.37 419680 12/20/2024 DIRECT DEPOSIT BRISTOL, SAMUEL 1,018.31 419681 12/20/2024 DIRECT DEPOSIT BROWN, LOUIS 1,149.41 419682 12/20/2024 DIRECT DEPOSIT CASAS, RAY 1,428.41 419682 12/20/2024 DIRECT DEPOSIT CASAS, RAY 45.00 419683 12/20/2024 DIRECT DEPOSIT DEWSON, WILLIAM 1,180.15 419684 12/20/2024 DIRECT DEPOSIT DORNEY, RONALD 1,562.03 419685 12/20/2024 DIRECT DEPOSIT DUKE, JUSTIN 1,593.54 419686 12/20/2024 DIRECT DEPOSIT ELLI, ANTON 1,719.43 119 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419687 12/20/2024 DIRECT DEPOSIT HISLE, IVAN 1,328.84 419688 12/20/2024 DIRECT DEPOSIT JASPER, RICARDO 1,766.08 419689 12/20/2024 DIRECT DEPOSIT JEFFERSON, LORENZO 1,966.47 419690 12/20/2024 DIRECT DEPOSIT KNAUER, HARVEY 1,739.58 419691 12/20/2024 DIRECT DEPOSIT LEWIS, RICCO 1,134.76 419692 12/20/2024 DIRECT DEPOSIT LUFT, MICHAEL 1,411.62 419693 12/20/2024 DIRECT DEPOSIT MIEHLE, DANIEL 1,976.92 419694 12/20/2024 DIRECT DEPOSIT MOSLEY, IRA 1,581.98 419695 12/20/2024 DIRECT DEPOSIT NOEL, INOBERT 1,756.04 419696 12/20/2024 DIRECT DEPOSIT PANTOJA, ANTHONY 1,155.55 419697 12/20/2024 DIRECT DEPOSIT PERKINS, ETHAN 664.54 419698 12/20/2024 DIRECT DEPOSIT POWELL, ELIZABETH 50.00 419698 12/20/2024 DIRECT DEPOSIT POWELL, ELIZABETH 4,155.62 419699 12/20/2024 DIRECT DEPOSIT REED, JIMMY 1,337.82 419700 12/20/2024 DIRECT DEPOSIT REESE, PAUL 1,147.09 419701 12/20/2024 DIRECT DEPOSIT ROSECRANTS, PHILLIP 1,209.63 419702 12/20/2024 DIRECT DEPOSIT SCARAMUZZI, ANTHONY 1,383.19 419703 12/20/2024 DIRECT DEPOSIT SHEDAKER, MICHAEL 1,164.75 419704 12/20/2024 DIRECT DEPOSIT SMITH, DOUGLAS 1,308.42 419705 12/20/2024 DIRECT DEPOSIT SMITH, LORI 1,735.80 419706 12/20/2024 DIRECT DEPOSIT SNYDER, BRANDON 609.25 419707 12/20/2024 DIRECT DEPOSIT STAAR, MICHAEL 1,625.94 419708 12/20/2024 DIRECT DEPOSIT VENTO, JAMES 1,318.09 419709 12/20/2024 DIRECT DEPOSIT WHITE, RALPH 1,985.04 419710 12/20/2024 DIRECT DEPOSIT WOODS, DANIEL 1,601.74 419711 12/20/2024 DIRECT DEPOSIT YATES, WILLIAM 2,048.43 419712 12/20/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 1,399.22 419712 12/20/2024 DIRECT DEPOSIT BENITO, LISSELOTTE 25.00 419713 12/20/2024 DIRECT DEPOSIT CATAPANO, ROBERT 1,809.30 419714 12/20/2024 DIRECT DEPOSIT KENDRICK, MEGAN 3,129.84 419715 12/20/2024 DIRECT DEPOSIT FLORIAN, YVONNE 1,374.15 419716 12/20/2024 DIRECT DEPOSIT LAZZARI ESTEVEZ, ANDREA 1,239.16 419717 12/20/2024 DIRECT DEPOSIT MORAN, MORGAN 675.01 419718 12/20/2024 DIRECT DEPOSIT MUNROE, LESLIE 125.00 419718 12/20/2024 DIRECT DEPOSIT MUNROE, LESLIE 865.13 419719 12/20/2024 DIRECT DEPOSIT ALLEY, EDMOND 1,152.99 419720 12/20/2024 DIRECT DEPOSIT AZZOLINI, DENNIS 1,698.51 419721 12/20/2024 DIRECT DEPOSIT BAKER, BENJAMIN 2,289.43 419722 12/20/2024 DIRECT DEPOSIT BALFE, RYAN 1,494.08 419723 12/20/2024 DIRECT DEPOSIT BELL, THOMAS 1,713.27 419724 12/20/2024 DIRECT DEPOSIT BERGINC, CHARLES 1,758.97 419725 12/20/2024 DIRECT DEPOSIT BESAW, BRIAN 1,419.11 419726 12/20/2024 DIRECT DEPOSIT BLUM, PHILIP 2,049.05 419727 12/20/2024 DIRECT DEPOSIT BURRELL, HARRY 1,510.00 419728 12/20/2024 DIRECT DEPOSIT CARDELL, BURKE 2,052.50 419729 12/20/2024 DIRECT DEPOSIT CONKLIN, DANIEL 1,642.98 419730 12/20/2024 DIRECT DEPOSIT COPPERSMITH, JOHN 1,486.93 419731 12/20/2024 DIRECT DEPOSIT CUNNINGHAM, TODD 1,703.83 419732 12/20/2024 DIRECT DEPOSIT DRAWDY, PAULA 1,234.51 419733 12/20/2024 DIRECT DEPOSIT EDMOND, MAXIME 1,382.65 419734 12/20/2024 DIRECT DEPOSIT ELLIS, CHRISTIAN 1,360.03 419735 12/20/2024 DIRECT DEPOSIT FOWLER, SCOTT 3,103.90 120 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419736 12/20/2024 DIRECT DEPOSIT FRALIX, RIDGE 1,406.09 419737 12/20/2024 DIRECT DEPOSIT GILLETTE, TRAVIS 1,327.97 419738 12/20/2024 DIRECT DEPOSIT HANSEN, SCOTT 1,493.29 419739 12/20/2024 DIRECT DEPOSIT HATFIELD, THOMAS 1,599.09 419740 12/20/2024 DIRECT DEPOSIT HAYNES, PAUL 1,175.61 419741 12/20/2024 DIRECT DEPOSIT HICKS, TROY 1,223.94 419742 12/20/2024 DIRECT DEPOSIT HILLS, JOHNATHAN 1,258.50 419743 12/20/2024 DIRECT DEPOSIT HUBLER, DARREL 1,798.81 419744 12/20/2024 DIRECT DEPOSIT KERSHAW, DAMON 1,455.09 419745 12/20/2024 DIRECT DEPOSIT LANCE, KENNETH 55.00 419745 12/20/2024 DIRECT DEPOSIT LANCE, KENNETH 400.00 419745 12/20/2024 DIRECT DEPOSIT LANCE, KENNETH 1,023.56 419745 12/20/2024 DIRECT DEPOSIT LANCE, KENNETH 135.00 419746 12/20/2024 DIRECT DEPOSIT LIGUORI, JAMES 1,913.23 419747 12/20/2024 DIRECT DEPOSIT MADDOX, BOBBY 1,329.70 419748 12/20/2024 DIRECT DEPOSIT MARX, AUSTIN 1,484.51 419749 12/20/2024 DIRECT DEPOSIT MATHESON, CHRISTOPHER 1,602.59 419750 12/20/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 1,700.94 419750 12/20/2024 DIRECT DEPOSIT MCLAUGHLIN, KEVIN 385.00 419751 12/20/2024 DIRECT DEPOSIT MEND, JULIANNE 907.54 419751 12/20/2024 DIRECT DEPOSIT MEND, JULIANNE 160.15 419752 12/20/2024 DIRECT DEPOSIT MILAS, BARBARA 1,622.57 419753 12/20/2024 DIRECT DEPOSIT MORSE, JEFFREY 1,994.40 419754 12/20/2024 DIRECT DEPOSIT NELSON, BRIAN 224.00 419754 12/20/2024 DIRECT DEPOSIT NELSON, BRIAN 1,701.28 419755 12/20/2024 DIRECT DEPOSIT OOLEY, DANNY 2,601.08 419756 12/20/2024 DIRECT DEPOSIT PEABODY, BRENT 1,971.47 419757 12/20/2024 DIRECT DEPOSIT REDDIE, FITZROY 1,868.84 419758 12/20/2024 DIRECT DEPOSIT ROONEY, ROBERT 1,604.37 419759 12/20/2024 DIRECT DEPOSIT SEYMOUR, SETH 1,271.84 419760 12/20/2024 DIRECT DEPOSIT SHAPIRO, ROBERT 1,512.64 419761 12/20/2024 DIRECT DEPOSIT SLEEMAN, DENISE 2,346.53 419762 12/20/2024 DIRECT DEPOSIT SMITH, MATTHEW 1,343.68 419763 12/20/2024 DIRECT DEPOSIT SOTO, EMERSON 1,799.29 419764 12/20/2024 DIRECT DEPOSIT STEPHENS, LAYNE 2,314.35 419765 12/20/2024 DIRECT DEPOSIT STEPHENS, LAYNE 1,492.47 419766 12/20/2024 DIRECT DEPOSIT SUMMERFIELD, GEORGE 1,606.29 419767 12/20/2024 DIRECT DEPOSIT TARANTINO, MARK 1,520.65 419767 12/20/2024 DIRECT DEPOSIT TARANTINO, MARK 200.00 419768 12/20/2024 DIRECT DEPOSIT TRUSTY, JAMAR 1,686.58 419769 12/20/2024 DIRECT DEPOSIT VOLGARINO, CARL 1,687.30 419770 12/20/2024 DIRECT DEPOSIT WARD, HERSHEL 1,858.28 419771 12/20/2024 DIRECT DEPOSIT WILLIAMS, CHARLES 1,320.57 419772 12/20/2024 DIRECT DEPOSIT WILSON, WILLIAM 2,165.35 419773 12/20/2024 DIRECT DEPOSIT YOUNG, PARK 1,310.49 419774 12/20/2024 DIRECT DEPOSIT JONES, TRAVIS 1,500.70 419775 12/20/2024 DIRECT DEPOSIT LINGWOOD, ASHLEY 2,322.35 419776 12/20/2024 DIRECT DEPOSIT RODDENBERRY, OLIVIA 1,672.40 419776 12/20/2024 DIRECT DEPOSIT RODDENBERRY, OLIVIA 88.02 419777 12/20/2024 DIRECT DEPOSIT SWINDELL, WENDY 2,838.13 419778 12/20/2024 DIRECT DEPOSIT TAYLOR, JOSEPH 1,399.01 419779 12/20/2024 DIRECT DEPOSIT BALL, SHELBY 1,548.02 121 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419780 12/20/2024 DIRECT DEPOSIT HYDE, JENNIFER 2,751.17 419781 12/20/2024 DIRECT DEPOSIT LYSTLUND, DIANE 2,039.42 419782 12/20/2024 DIRECT DEPOSIT BESANCON, LAURIE 1,747.29 419783 12/20/2024 DIRECT DEPOSIT HARRINGTON, LISA 1,837.05 419784 12/20/2024 DIRECT DEPOSIT JACKSON, SHAQUALIA 1,429.91 419785 12/20/2024 DIRECT DEPOSIT JONES, RONALD 3,204.42 419786 12/20/2024 DIRECT DEPOSIT LEMONS, VALERIE 1,713.89 419787 12/20/2024 DIRECT DEPOSIT MEHTA, HIMANSHU 1,600.00 419787 12/20/2024 DIRECT DEPOSIT MEHTA, HIMANSHU 2,229.19 419788 12/20/2024 DIRECT DEPOSIT MENDEZ, MARISOL 1,857.83 419789 12/20/2024 DIRECT DEPOSIT PERSON, ANTOWAIN 1,733.57 419790 12/20/2024 DIRECT DEPOSIT STREETER, VONNIE 1,589.01 419791 12/20/2024 DIRECT DEPOSIT CASALINA, NICHOLAS 250.00 419791 12/20/2024 DIRECT DEPOSIT CASALINA, NICHOLAS 2,185.72 419792 12/20/2024 DIRECT DEPOSIT EVERHART, COLBY 1,775.98 419793 12/20/2024 DIRECT DEPOSIT FLOOD, DOUGLAS 590.86 419793 12/20/2024 DIRECT DEPOSIT FLOOD, DOUGLAS 2,363.46 419794 12/20/2024 DIRECT DEPOSIT GARRETT, KEITH 85.00 419794 12/20/2024 DIRECT DEPOSIT GARRETT, KEITH 2,011.58 419795 12/20/2024 DIRECT DEPOSIT GEE, DAVID 2,937.28 419796 12/20/2024 DIRECT DEPOSIT GOLD, JASON 1,938.40 419797 12/20/2024 DIRECT DEPOSIT HAINES, ROBERT 1,642.56 419798 12/20/2024 DIRECT DEPOSIT LIST, TERRY 2,206.71 419799 12/20/2024 DIRECT DEPOSIT LOVEDAY, MICHAEL 2,770.17 419800 12/20/2024 DIRECT DEPOSIT MATHIS, JEFF 2,300.51 419801 12/20/2024 DIRECT DEPOSIT MESSER, CHARLES 150.00 419801 12/20/2024 DIRECT DEPOSIT MESSER, CHARLES 3,320.14 419802 12/20/2024 DIRECT DEPOSIT PARILLO, TRAVIS 1,765.34 419803 12/20/2024 DIRECT DEPOSIT PATTESON, SCOTT 782.69 419803 12/20/2024 DIRECT DEPOSIT PATTESON, SCOTT 750.00 419804 12/20/2024 DIRECT DEPOSIT SMITH, LEVI 2,314.13 419805 12/20/2024 DIRECT DEPOSIT STEFFEN, KURT 255.00 419805 12/20/2024 DIRECT DEPOSIT STEFFEN, KURT 2,628.00 419806 12/20/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 42.59 419806 12/20/2024 DIRECT DEPOSIT ANDERSON, MICHAEL 2,086.98 419807 12/20/2024 DIRECT DEPOSIT BAKER, RAYMOND 20.00 419807 12/20/2024 DIRECT DEPOSIT BAKER, RAYMOND 10.00 419807 12/20/2024 DIRECT DEPOSIT BAKER, RAYMOND 2,451.72 419807 12/20/2024 DIRECT DEPOSIT BAKER, RAYMOND 250.00 419808 12/20/2024 DIRECT DEPOSIT BEARDSLEY, JOHN 1,956.26 419809 12/20/2024 DIRECT DEPOSIT BISHOP, DANIEL 174.89 419809 12/20/2024 DIRECT DEPOSIT BISHOP, DANIEL 1,573.96 419810 12/20/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 125.00 419810 12/20/2024 DIRECT DEPOSIT CARPENTER, CHRISTOPHER 2,341.52 419811 12/20/2024 DIRECT DEPOSIT CHURCH, MICHAEL 2,132.12 419812 12/20/2024 DIRECT DEPOSIT CORBETT, BRETT 1,755.44 419813 12/20/2024 DIRECT DEPOSIT CROSBY, WILLIAM 2,107.22 419814 12/20/2024 DIRECT DEPOSIT D'ANGELO, COLLEEN 3,317.44 419815 12/20/2024 DIRECT DEPOSIT DAILEY, LAWRENCE 2,564.28 419816 12/20/2024 DIRECT DEPOSIT EVERHART, MARK STEVE 2,337.19 419817 12/20/2024 DIRECT DEPOSIT FONVIELLE, JARED 2,346.49 419818 12/20/2024 DIRECT DEPOSIT LIBERUS, LEON 2,067.39 122 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419818 12/20/2024 DIRECT DEPOSIT LIBERUS, LEON 700.00 419819 12/20/2024 DIRECT DEPOSIT O'CONNELL, TIMOTHY 2,713.85 419820 12/20/2024 DIRECT DEPOSIT QUINLIVAN, STEVEN 2,192.04 419821 12/20/2024 DIRECT DEPOSIT SCHOONMAKER, JOHN 2,693.14 419822 12/20/2024 DIRECT DEPOSIT TAPPEN, AARON 2,521.02 419823 12/20/2024 DIRECT DEPOSIT THIELE, MICHAEL 718.56 419823 12/20/2024 DIRECT DEPOSIT THIELE, MICHAEL 2,874.25 419824 12/20/2024 DIRECT DEPOSIT VERNON, MICHAEL 2,806.49 419825 12/20/2024 DIRECT DEPOSIT WALLACE, ALEXANDER 1,637.02 419826 12/20/2024 DIRECT DEPOSIT WHITEHEAD, ROBERT 2,134.04 419827 12/20/2024 DIRECT DEPOSIT BARRETT, SHANE 1,597.53 419828 12/20/2024 DIRECT DEPOSIT DEAN, MICHELLE 1,651.22 419829 12/20/2024 DIRECT DEPOSIT DELAPAZ, NORBERTO 1,264.60 419830 12/20/2024 DIRECT DEPOSIT EVANS, TONY 1,417.13 419831 12/20/2024 DIRECT DEPOSIT HARRINGTON, RICHARD 1,344.96 419832 12/20/2024 DIRECT DEPOSIT HIBBARD, TOBY 1,602.55 419833 12/20/2024 DIRECT DEPOSIT KEMP, HAROLD 350.00 419833 12/20/2024 DIRECT DEPOSIT KEMP, HAROLD 2,323.45 419834 12/20/2024 DIRECT DEPOSIT LAMPKIN, TORYANA 1,473.75 419835 12/20/2024 DIRECT DEPOSIT LAWSON, ANDREW 2,661.45 419836 12/20/2024 DIRECT DEPOSIT LYNCH, MARKEI 1,568.16 419837 12/20/2024 DIRECT DEPOSIT MORGAN, JESSE 1,891.46 419838 12/20/2024 DIRECT DEPOSIT SIMCHICK, EDWARD 1,447.42 419839 12/20/2024 DIRECT DEPOSIT SMITH, DEWAYNE 1,672.09 419840 12/20/2024 DIRECT DEPOSIT WASHBURN, DAVID 1,394.72 419841 12/20/2024 DIRECT DEPOSIT WILES, GARY 50.00 419841 12/20/2024 DIRECT DEPOSIT WILES, GARY 2,000.00 419842 12/20/2024 DIRECT DEPOSIT YARUSINSKY, SEAN 709.28 419843 12/20/2024 DIRECT DEPOSIT ZANCA, LEONARD 1,619.94 419844 12/20/2024 DIRECT DEPOSIT BUSH,STACEY 2,023.30 419845 12/20/2024 DIRECT DEPOSIT CARDENAS, YAIMA 1,216.65 419846 12/20/2024 DIRECT DEPOSIT MARTINEZ, SYBIA 1,202.01 419847 12/20/2024 DIRECT DEPOSIT PLOURDE, GILTON 1,610.73 419848 12/20/2024 DIRECT DEPOSIT RAMOS, ANNA 1,493.74 419849 12/20/2024 DIRECT DEPOSIT CHINYANGANYA, SIPHIKELELO 2,107.47 419850 12/20/2024 DIRECT DEPOSIT ESTRADA POSADA, MARIANA 1,144.61 419851 12/20/2024 DIRECT DEPOSIT LAMBERT, BRIANA 1,568.45 419852 12/20/2024 DIRECT DEPOSIT VALENTIN,JEYLAND 1,369.20 419853 12/20/2024 DIRECT DEPOSIT BOMMARITO, RUTH 200.00 419853 12/20/2024 DIRECT DEPOSIT BOMMARITO, RUTH 2,597.35 419854 12/20/2024 DIRECT DEPOSIT CASA, CECILIA 1,994.06 419855 12/20/2024 DIRECT DEPOSIT DANIELS, KRISTIN 3,727.40 419855 12/20/2024 DIRECT DEPOSIT DANIELS, KRISTIN 1,000.00 419856 12/20/2024 DIRECT DEPOSIT KRISS, ELISE 2,665.60 419857 12/20/2024 DIRECT DEPOSIT ZIRKLE, RHONDA 1,458.39 419858 12/20/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 500.00 419858 12/20/2024 DIRECT DEPOSIT COURNOYER, CHRISTINA 1,247.98 419859 12/20/2024 DIRECT DEPOSIT WARREN, ANTHONY 4,462.00 419860 12/20/2024 DIRECT DEPOSIT CHAREST, ERIC 70.00 419860 12/20/2024 DIRECT DEPOSIT CHAREST, ERIC 3,335.90 419861 12/20/2024 DIRECT DEPOSIT DRAWDY GLASS, SIDNEY 1,915.45 419862 12/20/2024 DIRECT DEPOSIT GUERRA, REBECA 3,067.11 123 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME 419863 12/20/2024 DIRECT DEPOSIT HITT, STEVEN 419864 12/20/2024 DIRECT DEPOSIT PAVAN, EDGAR 419864 12/20/2024 DIRECT DEPOSIT PAYAN, EDGAR 419865 12/20/2024 DIRECT DEPOSIT YANCHULA, KYLIE 419866 12/20/2024 DIRECT DEPOSIT ADAMS, AYESHA 419867 12/20/2024 DIRECT DEPOSIT CARBONELL, GUILLERMO 419868 12/20/2024 DIRECT DEPOSIT CARD, TABITHA 419868 12/20/2024 DIRECT DEPOSIT CARD, TABITHA 419869 12/20/2024 DIRECT DEPOSIT CHECCHI, DAVID 419870 12/20/2024 DIRECT DEPOSIT CHEER, WILLIAM 419871 12/20/2024 DIRECT DEPOSIT CLAYBURN, GRAHAM 419872 12/20/2024 DIRECT DEPOSIT CLEMENTS, COLBY 419873 12/20/2024 DIRECT DEPOSIT COLLINS, MICHAEL 419874 12/20/2024 DIRECT DEPOSIT DENNIS, PETER 419875 12/20/2024 DIRECT DEPOSIT DERBY, NATHAN 419876 12/20/2024 DIRECT DEPOSIT DUNKERLEY, RICK 419877 12/20/2024 DIRECT DEPOSIT GILBERT, KELLY 419878 12/20/2024 DIRECT DEPOSIT GLOWACKI, ANDREW 419879 12/20/2024 DIRECT DEPOSIT GREGORY, JULIE 419880 12/20/2024 DIRECT DEPOSIT GUTHRIE, ASHLEY 419881 12/20/2024 DIRECT DEPOSIT HEATH, BRIANNA 419881 12/20/2024 DIRECT DEPOSIT HEATH, BRIANNA 419882 12/20/2024 DIRECT DEPOSIT HEFFNER,SCOTT 419883 12/20/2024 DIRECT DEPOSIT INMAN, DANIEL 419884 12/20/2024 DIRECT DEPOSIT LUNDEEN, ERIKA 419885 12/20/2024 DIRECT DEPOSIT MCADAM, SCOTT 419886 12/20/2024 DIRECT DEPOSIT MCFARLAND, RODNEY 419887 12/20/2024 DIRECT DEPOSIT MORRIS, RUSSELL 419888 12/20/2024 DIRECT DEPOSIT MOSSMAN, RAYMOND 419889 12/20/2024 DIRECT DEPOSIT NEWMAN, KATHARINE 419890 12/20/2024 DIRECT DEPOSIT ORCEAN, KEYETTA 419891 12/20/2024 DIRECT DEPOSIT PEREZ, MARELYN 419892 12/20/2024 DIRECT DEPOSIT RAMOS, NICOLAS 419893 12/20/2024 DIRECT DEPOSIT REEVES, CANDICE 419894 12/20/2024 DIRECT DEPOSIT SHAW, EVA 419895 12/20/2024 DIRECT DEPOSIT SHOFF, TODD 419896 12/20/2024 DIRECT DEPOSIT SMITH, ROBERT 419897 12/20/2024 DIRECT DEPOSIT VALENCIA, ALBA 419898 12/20/2024 DIRECT DEPOSIT ACKISON, NICHOLAS 419899 12/20/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 419899 12/20/2024 DIRECT DEPOSIT ALEXANDER, HEATHER 419900 12/20/2024 DIRECT DEPOSIT BEAVERS, BRYAN 419901 12/20/2024 DIRECT DEPOSIT BERTON, SOLOMON 419902 12/20/2024 DIRECT DEPOSIT CARPENTER, PATRIC 419903 12/20/2024 DIRECT DEPOSIT EDDINGER, RODNEY 419904 12/20/2024 DIRECT DEPOSIT GORE, EDWIN 419905 12/20/2024 DIRECT DEPOSIT HANSEN, SUZI 419905 12/20/2024 DIRECT DEPOSIT HANSEN, SUZI 419905 12/20/2024 DIRECT DEPOSIT HANSEN, SUZI 419906 12/20/2024 DIRECT DEPOSIT HAWKINS, NICHOLAS 419907 12/20/2024 DIRECT DEPOSIT LIESKE, SEAN 419908 12/20/2024 DIRECT DEPOSIT MECKES, RICHARD AMOUNT 1,727.67 549.32 700.00 3,945.22 1,342.87 3,797.94 1,287.25 67.75 2,044.72 2,617.07 2,976.55 2,149.95 1,581.86 1,930.85 2,084.63 1,570.20 1,672.48 1,314.09 1,304.60 1,318.96 1,143.53 50.00 2,833.14 2,648.95 3,695.83 4,347.82 1,108.79 2,558.66 2,956.24 1,266.48 1,543.62 1,266.15 3,068.55 1,623.73 1,333.45 2,438.08 2,860.51 2,464.91 1,820.73 1,381.78 345.45 2,841.23 1,703.48 1,655.87 2,180.59 1,490.48 200.00 200.00 1,259.51 1,964.07 5,080.13 3,443.11 124 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419909 12/20/2024 DIRECT DEPOSIT RICHARDS, HOWARD 4,376.27 419910 12/20/2024 DIRECT DEPOSIT ROLAND, JESSE 2,021.14 419911 12/20/2024 DIRECT DEPOSIT SHATARA, JIHAD 2,588.36 419912 12/20/2024 DIRECT DEPOSIT SMITH, MICHAEL 2,088.56 419913 12/20/2024 DIRECT DEPOSIT TOBAR, ROBERT 80.35 419913 12/20/2024 DIRECT DEPOSIT TOBAR, ROBERT 2,215.46 419914 12/20/2024 DIRECT DEPOSIT TYRPAK, CHRISTINA 1,567.91 419915 12/20/2024 DIRECT DEPOSIT VEGA, JOSE 1,899.39 419916 12/20/2024 DIRECT DEPOSIT YOUNGBLOOD, HARRISON 3,532.55 419917 12/20/2024 DIRECT DEPOSIT AMANDOLA, JAMES 362.12 419918 12/20/2024 DIRECT DEPOSIT BENNER, EILEEN 370.78 419919 12/20/2024 DIRECT DEPOSIT BUERKEL, JAMES 858.42 419920 12/20/2024 DIRECT DEPOSIT BUNNELL, JEFFREY 614.41 419921 12/20/2024 DIRECT DEPOSIT CAPPUCCIO, PATRICIA 555.99 419922 12/20/2024 DIRECT DEPOSIT CARANI, MARCO 398.26 419923 12/20/2024 DIRECT DEPOSIT CARR, DONALD 458.15 419924 12/20/2024 DIRECT DEPOSIT CLARK, JONATHAN 1,491.38 419925 12/20/2024 DIRECT DEPOSIT CONROY, JAMES 527.70 419926 12/20/2024 DIRECT DEPOSIT DONOVAN, JAMES 390.83 419927 12/20/2024 DIRECT DEPOSIT DUNN, RYAN 141.99 419928 12/20/2024 DIRECT DEPOSIT EMERY, HENRY 477.61 419929 12/20/2024 DIRECT DEPOSIT FAIRBANK, STEVEN 445.24 419930 12/20/2024 DIRECT DEPOSIT FINO, ROBERT 406.92 419931 12/20/2024 DIRECT DEPOSIT GERACI, RICHARD 280.52 419932 12/20/2024 DIRECT DEPOSIT GOSSELIN, MARC 473.59 419933 12/20/2024 DIRECT DEPOSIT GRIGSBY, JAMES 502.42 419934 12/20/2024 DIRECT DEPOSIT HEDGECOCK, KENDALL 1,692.41 419935 12/20/2024 DIRECT DEPOSIT HOOT, CHARLES 431.80 419936 12/20/2024 DIRECT DEPOSIT KENNEDY, PATRICK 618.18 419937 12/20/2024 DIRECT DEPOSIT KLERLEIN, PAUL 1,293.08 419938 12/20/2024 DIRECT DEPOSIT MAHONEY, FRANCIS 785.70 419939 12/20/2024 DIRECT DEPOSIT MANWARING, THOMAS 450.99 419940 12/20/2024 DIRECT DEPOSIT MCMANUS, HERBERT 439.77 419941 12/20/2024 DIRECT DEPOSIT MIKE, DAVID 159.31 419942 12/20/2024 DIRECT DEPOSIT NAGY, BELA 3,464.86 419943 12/20/2024 DIRECT DEPOSIT NORRMAN, ROY 549.49 419944 12/20/2024 DIRECT DEPOSIT PINE, MARK 756.52 419945 12/20/2024 DIRECT DEPOSIT REGAN, JAMES 410.36 419946 12/20/2024 DIRECT DEPOSIT SELLIS, GLEN 342.84 419947 12/20/2024 DIRECT DEPOSIT SMITH, DONALD 424.21 419948 12/20/2024 DIRECT DEPOSIT TOOF, BRIAN 816.64 419949 12/20/2024 DIRECT DEPOSIT TYNER, JAMES 532.27 419950 12/20/2024 DIRECT DEPOSIT WINDLAN, MATTHEW 604.73 419951 12/20/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 15.00 419951 12/20/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 2,322.38 419951 12/20/2024 DIRECT DEPOSIT IVEY, LILIAN RACHEL 300.00 419952 12/20/2024 DIRECT DEPOSIT MACKINNON, JENNIFER 2,906.37 419953 12/20/2024 DIRECT DEPOSIT WEST, ROSE 1,092.97 419954 12/20/2024 DIRECT DEPOSIT BALSAMO, THOMAS 1,625.00 419954 12/20/2024 DIRECT DEPOSIT BALSAMO, THOMAS 858.92 419955 12/20/2024 DIRECT DEPOSIT BETHEL, MICHAEL 1,690.39 419956 12/20/2024 DIRECT DEPOSIT DIETRICH, ERIC 1,939.20 125 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419957 12/20/2024 DIRECT DEPOSIT DIXON, CRESHENA 2,313.12 419958 12/20/2024 DIRECT DEPOSIT GLASS, ZACHARY 1,793.74 419959 12/20/2024 DIRECT DEPOSIT HAMBERGER, DAREN 2,223.10 419960 12/20/2024 DIRECT DEPOSIT HARVEY, ERIK 5,284.77 419961 12/20/2024 DIRECT DEPOSIT HEGI, PAULA 1,547.82 419962 12/20/2024 DIRECT DEPOSIT HISH, ANDREW 2,860.88 419963 12/20/2024 DIRECT DEPOSIT JOHNSON, SCOTT 2,871.86 419964 12/20/2024 DIRECT DEPOSIT MALDONADO, JASSON 2,023.32 419964 12/20/2024 DIRECT DEPOSIT MALDONADO, JASSON 170.00 419965 12/20/2024 DIRECT DEPOSIT MCGRADY, MICHAEL 1,947.26 419966 12/20/2024 DIRECT DEPOSIT MILLER, RACHEAL 703.92 419966 12/20/2024 DIRECT DEPOSIT MILLER, RACHEAL 1,900.00 419967 12/20/2024 DIRECT DEPOSIT PORTWOOD, ZACHARY 3,048.54 419968 12/20/2024 DIRECT DEPOSIT SCHULENBURG, KAI 1,733.78 419969 12/20/2024 DIRECT DEPOSIT TRUMBLE, JEREMY 1,798.70 419970 12/20/2024 DIRECT DEPOSIT VARGAS, JONATHAN 2,473.29 419971 12/20/2024 DIRECT DEPOSIT WILLIAMS, ADAM 1,826.97 419972 12/20/2024 DIRECT DEPOSIT BAKER, RANDY 2,012.11 419973 12/20/2024 DIRECT DEPOSIT DEMERS, ZACHARY 1,575.60 419974 12/20/2024 DIRECT DEPOSIT LEVER, EDWARD 1,650.69 419975 12/20/2024 DIRECT DEPOSIT MILLER, ROBERT LEO 1,957.46 419976 12/20/2024 DIRECT DEPOSIT NOE, REYLIND 1,286.24 419977 12/20/2024 DIRECT DEPOSIT REDMOND, LAWRENCE 1,355.05 419978 12/20/2024 DIRECT DEPOSIT STILLWAGGON, ROBERT 1,395.76 419979 12/20/2024 DIRECT DEPOSIT CLARK, LUANNE 40.00 419979 12/20/2024 DIRECT DEPOSIT CLARK, LUANNE 1,822.60 419980 12/20/2024 DIRECT DEPOSIT JAVED, ADNAN 100.00 419980 12/20/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 419980 12/20/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 419980 12/20/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 419980 12/20/2024 DIRECT DEPOSIT JAVED, ADNAN 2,677.64 419980 12/20/2024 DIRECT DEPOSIT JAVED, ADNAN 250.00 419981 12/20/2024 DIRECT DEPOSIT BOWDREN, MARIA 350.00 419981 12/20/2024 DIRECT DEPOSIT BOWDREN, MARIA 1,463.39 419982 12/20/2024 DIRECT DEPOSIT BREEN, KRISTEN 1,403.02 419983 12/20/2024 DIRECT DEPOSIT CUNDIFF, KARI 2,000.78 419984 12/20/2024 DIRECT DEPOSIT DEFRONZO, JOSEPH 771.76 419984 12/20/2024 DIRECT DEPOSIT DEFRONZO, JOSEPH 3,087.04 419985 12/20/2024 DIRECT DEPOSIT EANES, MICAH 1,680.22 419986 12/20/2024 DIRECT DEPOSIT GLYNN, ROBERT 2,118.42 419987 12/20/2024 DIRECT DEPOSIT HAMILTON, DUANE 1,921.92 419988 12/20/2024 DIRECT DEPOSIT HANSEN, KEVIN 1,812.80 419989 12/20/2024 DIRECT DEPOSIT HINEBAUGH, CODY 1,441.72 419990 12/20/2024 DIRECT DEPOSIT HULLEN, DANIEL 2,512.73 419991 12/20/2024 DIRECT DEPOSIT INGLETT, REGINALD 2,155.98 419992 12/20/2024 DIRECT DEPOSIT KEITH, DONALD 1,854.88 419992 12/20/2024 DIRECT DEPOSIT KEITH, DONALD 350.00 419993 12/20/2024 DIRECT DEPOSIT LEIENDECKER, KIRSTIN 4,664.14 419994 12/20/2024 DIRECT DEPOSIT MASON, STACIE 1,572.46 419995 12/20/2024 DIRECT DEPOSIT MATHIS, RICHARD 550.00 419995 12/20/2024 DIRECT DEPOSIT MATHIS, RICHARD 1,478.48 419996 12/20/2024 DIRECT DEPOSIT MOORE, JEREMY 1,385.30 126 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 419997 12/20/2024 DIRECT DEPOSIT MOWER, BRADLEY 1,629.92 419998 12/20/2024 DIRECT DEPOSIT REICHENBACH, RICHARD 2,811.73 419999 12/20/2024 DIRECT DEPOSIT RILEY, MARK 1,658.98 420000 12/20/2024 DIRECT DEPOSIT ROBERTSON, CRAIG 1,123.07 420001 12/20/2024 DIRECT DEPOSIT SABOT, DENISE 1,314.53 420002 12/20/2024 DIRECT DEPOSIT SCHRYVER, DAVID 3,939.31 420003 12/20/2024 DIRECT DEPOSIT SILON, DAVID 3,458.91 420004 12/20/2024 DIRECT DEPOSIT SKOK, ROBERT 2,856.86 420005 12/20/2024 DIRECT DEPOSIT SMITH, WENDY 2,759.24 420006 12/20/2024 DIRECT DEPOSIT SNYDER, CHELSEA 1,766.06 420007 12/20/2024 DIRECT DEPOSIT SOYKA, MATTHEW 3,456.70 420008 12/20/2024 DIRECT DEPOSIT STANTON, JOHN 1,867.25 420009 12/20/2024 DIRECT DEPOSIT STIFFEN, EDWARD 200.00 420009 12/20/2024 DIRECT DEPOSIT STIFFEN, EDWARD 50.00 420009 12/20/2024 DIRECT DEPOSIT STIFFEN, EDWARD 1,884.92 420010 12/20/2024 DIRECT DEPOSIT THOMPSON, STEVEN 1,214.01 420010 12/20/2024 DIRECT DEPOSIT THOMPSON, STEVEN 25.00 420011 12/20/2024 DIRECT DEPOSIT WILLIAMS, JILL 45.76 420011 12/20/2024 DIRECT DEPOSIT WILLIAMS, JILL 2,242.04 420012 12/20/2024 DIRECT DEPOSIT WINSLOW, MARK 3,302.50 420013 12/20/2024 DIRECT DEPOSIT FLORES, CARLOS 3,711.63 420014 12/20/2024 DIRECT DEPOSIT HELTEMES, ADAM 3,136.33 420015 12/20/2024 DIRECT DEPOSIT BLUME, JEFFREY 1,407.80 420016 12/20/2024 DIRECT DEPOSIT BURGESS, TIMOTHY 2,058.40 420017 12/20/2024 DIRECT DEPOSIT CAIN, BRANDON 1,973.62 420018 12/20/2024 DIRECT DEPOSIT DEMOSTHENE, ARIEVE 2,470.69 420019 12/20/2024 DIRECT DEPOSIT EHRHARDT, SARAH 1,403.90 420020 12/20/2024 DIRECT DEPOSIT FERGUSON, ERIK 3,217.08 420021 12/20/2024 DIRECT DEPOSIT GUENTHER, KEVIN 2,079.53 420022 12/20/2024 DIRECT DEPOSIT HALE, DANIEL 800.00 420022 12/20/2024 DIRECT DEPOSIT HALE, DANIEL 1,088.22 420023 12/20/2024 DIRECT DEPOSIT HOFFMAN, CHRISTOPHER 1,538.92 420024 12/20/2024 DIRECT DEPOSIT LYNCH, JENESA 1,380.98 420025 12/20/2024 DIRECT DEPOSIT MARRONE, JOSEPH 95.64 420025 12/20/2024 DIRECT DEPOSIT MARRONE, JOSEPH 1,885.74 420026 12/20/2024 DIRECT DEPOSIT MICHAEL, ANDREW 600.00 420026 12/20/2024 DIRECT DEPOSIT MICHAEL, ANDREW 1,303.98 420027 12/20/2024 DIRECT DEPOSIT NIELSEN, RONALD 1,451.71 420028 12/20/2024 DIRECT DEPOSIT RATLIFF, JENNIFER 1,330.83 420029 12/20/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 50.00 420029 12/20/2024 DIRECT DEPOSIT SMITH, EARLENE JEAN 2,119.46 420030 12/20/2024 DIRECT DEPOSIT SUGDEN, CHRIS 550.00 420030 12/20/2024 DIRECT DEPOSIT SUGDEN, CHRIS 982.44 420031 12/20/2024 DIRECT DEPOSIT WHEATLEY, DAVID 932.58 420031 12/20/2024 DIRECT DEPOSIT WHEATLEY, DAVID 932.57 420032 12/20/2024 DIRECT DEPOSIT WHITTINGTON, MICHAEL 2,534.37 420033 12/20/2024 DIRECT DEPOSIT ZAYATZ, DAVID 1,122.40 420034 12/20/2024 DIRECT DEPOSIT LEY, JUDY 300.00 420034 12/20/2024 DIRECT DEPOSIT LEY, JUDY 1,322.79 420035 12/20/2024 DIRECT DEPOSIT STANTON, CYNTHIA 3,338.13 420036 12/20/2024 DIRECT DEPOSIT SECHEN, ANDREW 1,731.26 420037 12/20/2024 DIRECT DEPOSIT BOHANNON, FAITH 1,744.73 127 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 420038 12/20/2024 DIRECT DEPOSIT CONNELL, KYLE 1,201.70 420039 12/20/2024 DIRECT DEPOSIT DIXON, GERALD 2,110.69 420040 12/20/2024 DIRECT DEPOSIT HUMMEL, ERIC 2,840.30 420041 12/20/2024 DIRECT DEPOSIT LARAMIE, BRIANNA 1,351.27 420042 12/20/2024 DIRECT DEPOSIT MEAD, DERIC 1,424.06 420043 12/20/2024 DIRECT DEPOSIT OGILVIE, JASON 2,562.92 420044 12/20/2024 DIRECT DEPOSIT RIMES, BRIAN 1,548.96 420045 12/20/2024 DIRECT DEPOSIT WEST, JEFFREY 2,830.20 420046 12/20/2024 DIRECT DEPOSIT BARRETT, BRENDA 599.45 420047 12/20/2024 DIRECT DEPOSIT KELLEHER, LYNNE 1,109.75 420048 12/20/2024 DIRECT DEPOSIT LOBO, EDWINA 512.32 420049 12/20/2024 DIRECT DEPOSIT BROWN, JILL 997.51 420050 12/20/2024 DIRECT DEPOSIT FLAK, SUSAN 1,959.34 420051 12/20/2024 DIRECT DEPOSIT ALEXA, MICHELE 1,988.84 420052 12/20/2024 DIRECT DEPOSIT BLAKE, SYDNEY 1,176.78 420053 12/20/2024 DIRECT DEPOSIT CHAMBERS, JASON 1,214.50 420054 12/20/2024 DIRECT DEPOSIT DANIELS, DOUGLAS 1,309.46 420055 12/20/2024 DIRECT DEPOSIT DEVITIS, CRISTI 1,307.46 420056 12/20/2024 DIRECT DEPOSIT FISHER, GEORGE 2,014.03 420057 12/20/2024 DIRECT DEPOSIT GAGNON, SHAWN 1,900.60 420058 12/20/2024 DIRECT DEPOSIT GILMER, THOMAS 1,582.43 420059 12/20/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 250.00 420059 12/20/2024 DIRECT DEPOSIT GOMEZ MORENO, DIANA 1,150.67 420060 12/20/2024 DIRECT DEPOSIT HERRON, LAURA 1,219.02 420061 12/20/2024 DIRECT DEPOSIT HOUSING, ERICA 691.55 420062 12/20/2024 DIRECT DEPOSIT HUDSON, ANDREA 1,217.21 420063 12/20/2024 DIRECT DEPOSIT JOHNSON, BENJAMIN 1,495.83 420064 12/20/2024 DIRECT DEPOSIT KNIEF, MARK 1,709.05 420065 12/20/2024 DIRECT DEPOSIT LLOYD, HEATHER 1,933.26 420066 12/20/2024 DIRECT DEPOSIT MACKEY, MISTY 1,249.29 420067 12/20/2024 DIRECT DEPOSIT MARTIN, ANGELA 1,292.83 420068 12/20/2024 DIRECT DEPOSIT MROTZ, LOUONNIE 1,330.48 420069 12/20/2024 DIRECT DEPOSIT NOVAK, TRISTAN 1,270.99 420070 12/20/2024 DIRECT DEPOSIT O'CONNOR, SHANNON 1,107.65 420071 12/20/2024 DIRECT DEPOSIT PATTON, LISA 2,230.60 420072 12/20/2024 DIRECT DEPOSIT PECHENIK, DEBRA 329.87 420073 12/20/2024 DIRECT DEPOSIT PERGOLA, ANITA 1,512.78 420074 12/20/2024 DIRECT DEPOSIT QUINTERO, IVELISSE 1,292.93 420075 12/20/2024 DIRECT DEPOSIT ROBERTS, BRADLEY 1,635.56 420076 12/20/2024 DIRECT DEPOSIT SANTISO, DANIEL 433.14 420076 12/20/2024 DIRECT DEPOSIT SANTISO, DANIEL 1,300.00 420077 12/20/2024 DIRECT DEPOSIT SCHERF, CHARLENE 1,531.44 420078 12/20/2024 DIRECT DEPOSIT SCHLUSBERG,JOSEPH 1,275.74 420079 12/20/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 1,577.16 420079 12/20/2024 DIRECT DEPOSIT SCHRUM, MARYELLEN 80.00 420080 12/20/2024 DIRECT DEPOSIT SMITH, SHELLIE 650.00 420080 12/20/2024 DIRECT DEPOSIT SMITH, SHELLIE 1,201.34 420081 12/20/2024 DIRECT DEPOSIT SOVINE, CARL 1,371.08 420082 12/20/2024 DIRECT DEPOSIT SPOFFORD, JANET 812.19 420083 12/20/2024 DIRECT DEPOSIT AUSTIN, KENNETH 1,977.85 420084 12/20/2024 DIRECT DEPOSIT BRADDY, MARTY 50.00 420084 12/20/2024 DIRECT DEPOSIT BRADDY, MARTY 2,346.99 128 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 420085 12/20/2024 DIRECT DEPOSIT COLVIN, THOMAS 2,317.58 420086 12/20/2024 DIRECT DEPOSIT COMPTON, THOMAS 1,140.08 420086 12/20/2024 DIRECT DEPOSIT COMPTON, THOMAS 126.68 420087 12/20/2024 DIRECT DEPOSIT DAWKINS, PHILLIP 1,497.38 420088 12/20/2024 DIRECT DEPOSIT DEPINHO, CHARLES 2,443.21 420089 12/20/2024 DIRECT DEPOSIT FLOOD, STEPHEN 2,136.91 420090 12/20/2024 DIRECT DEPOSIT FORBES, TENNYSON 2,036.46 420091 12/20/2024 DIRECT DEPOSIT FORMAN, SHANE 1,411.06 420092 12/20/2024 DIRECT DEPOSIT FRISBY, CHRISTOPHER 1,737.48 420093 12/20/2024 DIRECT DEPOSIT FULLER, STEVEN 1,930.15 420094 12/20/2024 DIRECT DEPOSIT JORDAN, SHAWN 1,928.42 420095 12/20/2024 DIRECT DEPOSIT KISSELBACK, JOSEPH 1,325.88 420096 12/20/2024 DIRECT DEPOSIT SANTAMARIA, JEFFREY 1,671.54 420097 12/20/2024 DIRECT DEPOSIT SAWYER, CRAIG 95.12 420097 12/20/2024 DIRECT DEPOSIT SAWYER, CRAIG 2,113.14 420098 12/20/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 400.00 420098 12/20/2024 DIRECT DEPOSIT STAMBAUGH, JOHNNY 1,980.40 420099 12/20/2024 DIRECT DEPOSIT WAGNER, DANIEL 1,848.02 420100 12/20/2024 DIRECT DEPOSIT WEBB, ROBERT 1,981.57 420101 12/20/2024 DIRECT DEPOSIT YOUNG, GERALD 800.00 420101 12/20/2024 DIRECT DEPOSIT YOUNG, GERALD 1,154.24 420102 12/20/2024 DIRECT DEPOSIT ACUNA, SHAYNE 1,661.23 420103 12/20/2024 DIRECT DEPOSIT ADRIANCE, TIMOTHY 2,313.00 420104 12/20/2024 DIRECT DEPOSIT BACON, VAN 1,628.63 420104 12/20/2024 DIRECT DEPOSIT BACON, VAN 348.99 420104 12/20/2024 DIRECT DEPOSIT BACON, VAN 348.99 420105 12/20/2024 DIRECT DEPOSIT BARDWELL, TIMONTRAYE 2,176.66 420106 12/20/2024 DIRECT DEPOSIT BESANCON, MARK 100.00 420106 12/20/2024 DIRECT DEPOSIT BESANCON, MARK 2,743.26 420107 12/20/2024 DIRECT DEPOSIT BOWEN, CHAD 1,801.64 420108 12/20/2024 DIRECT DEPOSIT FOLEY, SHANE 1,662.47 420109 12/20/2024 DIRECT DEPOSIT FREEMAN, KEITH 1,587.85 420110 12/20/2024 DIRECT DEPOSIT GOLFE, GREGORY 1,479.06 420110 12/20/2024 DIRECT DEPOSIT GOLFE, GREGORY 100.00 420111 12/20/2024 DIRECT DEPOSIT HAMLETT, ROBERT 1,245.59 420112 12/20/2024 DIRECT DEPOSIT HANSON, CHRISTOPHER 1,965.12 420113 12/20/2024 DIRECT DEPOSIT HAWKINS, DUKE 2,494.31 420114 12/20/2024 DIRECT DEPOSIT HENRY, MARCLI� 1,576.68 420115 12/20/2024 DIRECT DEPOSIT KIVENAS, ZACH Y 1,867.40 420116 12/20/2024 DIRECT DEPOSIT LEE, TERRENCE1 2,438.37 420117 12/20/2024 DIRECT DEPOSIT LESTER, JEROME 1,787.18 420118 12/20/2024 DIRECT DEPOSIT LONGACRE, KENNETH 3,261.79 420119 12/20/2024 DIRECT DEPOSIT MCGRATH, WILLIAM 1,446.20 420120 12/20/2024 DIRECT DEPOSIT MOTT, KODY 2,026.13 420121 12/20/2024 DIRECT DEPOSIT MUNRO, LU 1,681.69 420122 12/20/2024 DIRECT DEPOSIT PAGAN, DYLAN I 1,436.18 420123 12/20/2024 DIRECT DEPOSIT SHARPE, JAMES� 1,507.47 420124 12/20/2024 DIRECT DEPOSIT STANTON, KASS11 1,231.96 420125 12/20/2024 DIRECT DEPOSIT TATUM, ROYCE', 1,382.85 420126 12/20/2024 DIRECT DEPOSIT WILLIS, EDDRICK 3,025.28 420127 12/20/2024 DIRECT DEPOSIT ZIMEI, BENJAMIN 2,842.36 420128 12/20/2024 DIRECT DEPOSIT BLANCO PEREZ, YULIEN 1,652.82 129 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 420129 12/20/2024 DIRECT DEPOSIT CHAMPAGNE, SAMUEL 1,445.48 420130 12/20/2024 DIRECT DEPOSIT EVANS, AUSTIN 1,289.85 420131 12/20/2024 DIRECT DEPOSIT HATALA, BROCK 2,178.77 420132 12/20/2024 DIRECT DEPOSIT HOVEY, STORM 1,162.24 420133 12/20/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 1,209.81 420133 12/20/2024 DIRECT DEPOSIT MAJOR, TRAVIOUS 595.87 420134 12/20/2024 DIRECT DEPOSIT PERALTA, ALEXIS 2,207.96 420135 12/20/2024 DIRECT DEPOSIT THORNE, MICHAEL 550.00 420135 12/20/2024 DIRECT DEPOSIT THORNE, MICHAEL 200.00 420135 12/20/2024 DIRECT DEPOSIT THORNE, MICHAEL 1,229.44 420136 12/20/2024 DIRECT DEPOSIT YONKERS, LAURA 3,434.42 420137 12/20/2024 DIRECT DEPOSIT AUGUSTE, JEHU 2,003.37 420138 12/20/2024 DIRECT DEPOSIT MCINTYRE- MEISENBURG, MELISSA 2,143.72 420139 12/20/2024 DIRECT DEPOSIT WAPPES, SARA 1,833.34 768444 12/20/2024 PRINTED MATTHES, LAURA M. 2,712.86 768445 12/20/2024 PRINTED STAUDT, MICHAEL G. 2,486.37 768446 12/20/2024 PRINTED FLECK, KELANI E. 632.24 768447 12/20/2024 PRINTED GLOBIG, BRIANNE R. 1,642.04 768448 12/20/2024 PRINTED ROHRER, RYLEE F. 214.61 768449 12/20/2024 PRINTED SILVIO, SARAH L. 182.94 768450 12/20/2024 PRINTED CASSANITI, MAUREEN E 524.44 768451 12/20/2024 PRINTED WELCH, ROBERTJ., JR 2,081.48 768452 12/20/2024 PRINTED WILLIAMS, SOPHIA E. 583.12 768453 12/20/2024 PRINTED VERGARA, GUSTAVO F. 3,097.13 768454 12/20/2024 PRINTED MARTINEZ, ALYSSA A. 2,699.58 768455 12/20/2024 PRINTED URSULEAN, FLORIN K. 28,096.19 768456 12/20/2024 PRINTED RIVIERE, AMBER D. 3,247.06 768457 12/20/2024 PRINTED CARTER SOLOMON, VANE 7,559.51 768458 12/20/2024 PRINTED FELTON, SHANE D. 1,287.08 768459 12/20/2024 PRINTED MORGAN, MARQUIS M., 1,126.46 768460 12/20/2024 DIRECT DEPOSIT BELL, CRAIG 400.00 768460 12/20/2024 PRINTED BELL, CRAIG L. 1,189.81 768461 12/20/2024 PRINTED ALLEN, NANCY L. 1,696.55 768462 12/20/2024 DIRECT DEPOSIT GIBSON, KEVIN 125.00 768462 12/20/2024 PRINTED GIBSON, KEVIN S. 2,594.43 768463 12/20/2024 DIRECT DEPOSIT HORNE, BRIAN' 1,650.00 768463 12/20/2024 DIRECT DEPOSIT HORNE, BRIAU 25.00 768463 12/20/2024 PRINTED HORNE, BRIAN K. 510.8 768464 12/20/2024 PRINTED MEDECKE, JULIE A. 1,272.85 768465 12/20/2024 PRINTED HAMMOND, DANIEL R. 55.8 768466 12/20/2024 PRINTED LIESKE, NANETTE V. 397.14 768467 12/20/2024 PRINTED POPPE, FREDDY H. 114.29 768468 12/20/2024 PRINTED REESE,STEVEN4G. 339.81 768469 12/20/2024 PRINTED ROSENBARKERTERRY A 341.13 768470 12/20/2024 PRINTED PAYNE, GEORGE H. 2,692.17 768471 12/20/2024 PRINTED ROSE,CARLLO�D A. 797.54 768472 12/20/2024 DIRECT DEPOSIT BARKWELL, MIf HAEL 25.00 768472 12/20/2024 PRINTED BARKWELL, MICHAEL C. 2,047.43 2308 12/19/2024 PRINTED APPRAISERS OF CENTRAL FLORIDA LLC 100.00 2308 12/19/2024 PRINTED APPRAISERS OF CENTRAL FLORIDA LLC 100.00 56146 12/16/2024 PRINTED GILFORD SOUND EMERG PHYS, LLC 135.85 56147 12/16/2024 PRINTED SPNET 170.85 130 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 56148 12/16/2024 PRINTED SPNET 102.85 56149 12/16/2024 PRINTED SPNET 102.85 56150 12/16/2024 PRINTED SPNET 102.85 56151 12/16/2024 PRINTED SPNET 102.85 56152 12/16/2024 PRINTED SPNET 102.85 56153 12/16/2024 PRINTED SPNET 102.85 56154 12/16/2024 PRINTED SPNET 102.85 56155 12/16/2024 PRINTED SPNET 102.85 56156 12/16/2024 PRINTED CLEVELAND CLINIC 56.05 56157 12/16/2024 PRINTED ORTHOPAEDIC CENTER OF VERO BEACH PA 38.00 56158 12/16/2024 PRINTED SPNET 56.95 56159 12/16/2024 PRINTED WEST BOYNTON URGENT CARE LLC 88.20 56160 12/16/2024 PRINTED HEALTHESYSTEMS LLC 412.86 56160 12/16/2024 PRINTED HEALTHESYSTEMS LLC 97.49 56160 12/16/2024 PRINTED HEALTHESYSTEMS LLC 2,144.02 56160 12/16/2024 PRINTED HEALTHESYSTEMS LLC 626.81 56160 12/16/2024 PRINTED HEALTHESYSTEMS LLC 66.95 56160 12/16/2024 PRINTED HEALTHESYSTEMS LLC 2,301.56 56160 12/16/2024 PRINTED HEALTHESYSTEMS LLC 554.85 56161 12/16/2024 PRINTED MATTHEW BROWER 3,300.00 56162 12/16/2024 PRINTED MATTHEW BROWER 5,700.00 56163 12/16/2024 PRINTED HR Law PA 4,083.00 56163 12/16/2024 PRINTED HR Law PA 134.00 56164 12/16/2024 PRINTED INVESTIGATION SOLUTIONS 1,926.42 56165 12/16/2024 PRINTED INVESTIGATION SOLUTIONS 2,712.67 56166 12/16/2024 PRINTED MRO CORPORATION 16.01 56167 12/17/2024 PRINTED MARCUS MALONE MD LLC DBA ELITE 87.46 56168 12/17/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 152.34 56169 12/17/2024 PRINTED SPNET 163.20 56170 12/17/2024 PRINTED SPNET 86.70 56171 12/17/2024 PRINTED TENET FLORIDA PHYSICIAN SERVICES II LLC 69.35 56172 12/18/2024 PRINTED EZ HEALTH CARE 685.92 56173 12/18/2024 PRINTED EZ HEALTH CARE 807.47 56174 12/18/2024 PRINTED EZ HEALTH CARE 6,502.50 56175 12/18/2024 PRINTED EZ HEALTH CARE 764.99 56176 12/18/2024 PRINTED EZ HEALTH CARE 215.25 56177 12/18/2024 PRINTED RONALD D. ADAMSON JR 1,061.26 56178 12/19/2024 PRINTED CLEVELAND CLINIC INDIAN RIVER HOSPITAL 175.75 56179 12/19/2024 PRINTED HEALTH FIRST MEDICAL GROUP LLC 103.50 56180 12/19/2024 PRINTED QUEST DIAGNOSTICS 98.80 56181 12/19/2024 PRINTED QUEST DIAGNOSTICS 21.85 56182 12/19/2024 PRINTED SOLANTIC SFL 88.20 56183 12/19/2024 PRINTED SPNET 131.75 56184 12/19/2024 PRINTED SPNET 127.50 56185 12/20/2024 PRINTED VERO ORTHOPAEDICS II PA 107.87 56186 12/20/2024 PRINTED SPNET 101.15 56187 12/20/2024 PRINTED SPNET 101.15 56188 12/20/2024 PRINTED SPNET 101.15 56189 12/20/2024 PRINTED SPNET 101.15 56190 12/20/2024 PRINTED SPNET 101.15 56191 12/20/2024 PRINTED SPNET 101.15 56192 12/20/2024 PRINTED SPNET 101.15 131 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 56193 12/20/2024 PRINTED SPNET 136.00 56194 12/20/2024 PRINTED SPNET 121.55 S619S 12/20/2024 PRINTED SPNET 121.55 56196 12/20/2024 PRINTED BRUCE WEIMANN 1,795.50 56197 12/20/2024 PRINTED JAMES BETANCOURT 2,463.92 56198 12/20/2024 PRINTED JAMES BETANCOURT 1,648.52 56199 12/20/2024 PRINTED JAMES BETANCOURT 1,826.71 56200 12/20/2024 PRINTED JAMES BETANCOURT 1,642.58 56201 12/20/2024 PRINTED SPNET 243.10 8,268,538.18 132 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: December 27, 2024 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS December 21, 2024 to December 27, 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 December 21, 2024 to December 27, 2024. 133 CHECK NUMBER CHECK DATE CHECK TYPE VENDOR NAME AMOUNT 12633 12/26/2024 WIRE SENIOR RESOURCE ASSOCIATION 695,974.44 12634 12/26/2024 WIRE IRS -PAYROLL TAXES 739,906.14 12635 12/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 118.13 12636 12/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 168.38 12637 12/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 996.84 12638 12/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 518.83 12639 12/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 884.62 12640 12/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 274.89 12641 12/26/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 2,230.98 12642 12/26/2024 WIRE LINCOLN RETIREMENT 115,178.52 12643 12/27/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 1,976.50 12644 12/27/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 192.31 12645 12/27/2024 WIRE AMERITAS 26,525.76 12646 12/27/2024 WIRE PUBLIC DEFENDER 6,021.91 12647 12/27/2024 WIRE CLERK OF CIRCUIT COURT 230.00 12648 12/27/2024 WIRE U S BANK NATIONAL ASSOCIATION 517,916.25 12649 12/27/2024 WIRE P&A ADMINISTRATIVE SERVICES INC 70.00 458070 12/26/2024 PRINTED HOLDEN STORTS 223.54 56202 12/23/2024 PRINTED CLAIMPAY INC 231.62 56203 12/23/2024 PRINTED CLAIMPAY INC 231.62 56204 12/23/2024 PRINTED CLEVELAND CLINIC FOUNDATION 9.50 56205 12/23/2024 PRINTED QUEST DIAGNOSTICS 46.55 56206 12/23/2024 PRINTED QUEST DIAGNOSTICS 27.55 56207 12/23/2024 PRINTED HEALTHESYSTEMS LLC 89.71 56207 12/23/2024 PRINTED HEALTHESYSTEMS LLC 67.86 56208 12/23/2024 PRINTED JOHN GLENTON 1,496.96 56209 12/23/2024 PRINTED SPINE & ORTHOPEDIC SPECIALISTS OF CENTRA 200.00 56210 12/24/2024 PRINTED SPNET 129.20 56211 12/24/2024 PRINTED Michael Shawn Doutrich 1,260.00 56212 12/24/2024 PRINTED Michael Shawn Doutrich 1,260.00 56213 12/24/2024 PRINTED Kevin Grandy 647.24 56214 12/26/2024 PRINTED ABSOLUTE SOLUTIONS 139.00 56215 12/26/2024 PRINTED GROVE PLACE SURGERY CENTER 6,192.10 56216 12/26/2024 PRINTED MARCUS MALONE MD LLC DBA ELITE 87.46 56217 12/26/2024 PRINTED SPNET 131.75 56218 12/26/2024 PRINTED SPNET 131.75 56219 12/27/2024 PRINTED MD NOW 155.04 56220 12/27/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 72.47 56221 12/27/2024 PRINTED HMASOLANTIC JOINT VENTURE LLC 72.47 56222 12/27/2024 PRINTED SPNET 188.70 56223 12/27/2024 PRINTED John McNeal 1,073.77 56224 12/27/2024 PRINTED Matthew Davis 1,260.00 56225 12/27/2024 PRINTED Michael Scott 1,419.13 56226 12/27/2024 PRINTED TRANSCOM SOLUTIONS LLC 171.55 56226 12/27/2024 PRINTED TRANSCOM SOLUTIONS LLC 169.20 2,126, 370.24 134 INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: December 10, 2024 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management & Budget Jennifer Hyde, Purchasing Manager PREPARED BY: Shelby Ball, Purchasing Specialist SUBJECT: Designation of Excess Equipment as Surplus and Authorization for Trade -In BACKGROUND: The equipment listed below is scheduled to be replaced at Fleet Management. In order to make room for the new vehicle lift, the old one must be removed and disposed of in accordance with Florida Statues and Finance Policies. In order to facilitate the lift replacement, the installer, Cole Auto Supply (NAPA), has offered to uninstall the old lift and dispose of it for a cost of $600, which has been included in the overall cost of the new lift. Current Staff do not have the capabilities to uninstall the old lift, nor do they have the space available to store it until a public auction could be held in accordance with normal disposal procedures. Id101171kires Funds in the amount of $600 can be found in the Fleet/ Other Equipment account, number 501- 166002. RECOMMENDATION: Staff recommends the Board declare asset item 23511 as surplus and authorize its assignment to the installer for disposal. 135 INDIAN RIVER COUNTY FORM FOR DISPOSAL OF EXCESS CAPITAL OR ATTRACTIVE PROPERTY TO: DATE: SUBJECT FROM: Check One: Jason Brown, Finance Department 12/6/2024 Disposal of Excess Capital or Attractive Property Lee Miller Surplus Trade -In Missing/Stolen Asset Number: 23511 Serial Number: 2006013 Department #: Fleet Number: Description: 20,000 LB 2 -Post Vehicle Lift Do you have possession of the asset? Yes _ No If Lost/Missing has a police report been filed? Yes No If yes, please attach a copy of the police report. If no, state reason: Is the item functional/WORKING CONDITION? If not in working condition, description of problems with item: Mileage/hours: Describe any mechanical issues: Date last operated: Yes IiL No Current lift will be given to installer of new lift for disposal. Custodian: Lee Miller Physical Location of asset: Fleet Management If asset will be replaced, please enter the following: Telephone Number: 772-226-4394 Purchase Order Number for Replacement: 101086 Date Replacement Received Digitally signed by Lee Miller Approval Date: 2024.12.06 13:10:10 -05'00' Capital Asset Custodian Date Approval Supervisor/Manager Date Approval Addie Javed",m Director Date Additional Comments: To be completed by Budget Department: Approved for: Surplus Trade -In Replacements Kristin Daniels Budget/Finance Date December 2024 IT IS THE DISPOSING DEPARTMENT'S RESPONSIBILITY TO KEEP THE ITEM UNTIL CONTACTED BY PURCHASING TO SCHEDULE A TIME TO DROP OFF THE ITEMS AT THE PURCHASING WAREHOUSE. DO NOT REMOVE PROPERTY FROM YOUR LOCATION WITHOUT PROPER AUTHORIZATION FOR DISPOSAL. This form is to be used for all property with an asset number assigned. Please attach a copy of this form securely to the item being disposed of. All other forms for disposal/transfer of property are now obsolete. Revised: October 2024 136 9K CONSENT INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: December 10, 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 2025014 for Natural Areas & Exotic Vegetation Management/Mowing BACKGROUND: The Parks, Recreation and Conservation Department requested the solicitation of annual bids for heavy equipment with operators to provide mowing, selective clearing, fence line clearing and mulching of exotics in natural areas on an as needed basis. The current bid was awarded to John Brown & Sons, Inc. on February 1, 2022, with the Current term expiring on January 31, 2025. The term of the new annual bid is February 1, 2025, through January 31, 2026, with the option for two additional one-year renewals. BID RESULTS: Advertising Date: Bid Opening Date: Broadcast to: Bid Documents Obtained by: Replies: November 8, 2024 December 6, 2024 695 Subscribers 39 Vendors 4 Vendors Firm Location Average Hourly Rate John Brown & Sons, Inc. Weare, NH $156.94 Coco Tree Service Corp Miami, FL $186.67 Salgado Tree Trimming LLC West Palm Beach, FL $328.33 Sandhill Environmental Services, LLC Arcadia, FL $424.22 ANAI VCIC- The low bid represents a 4.7% average increase in the hourly rates compared to the previous bid. The Department has reviewed the bids and recommended award to John Brown & Sons, LLC, as 137 CONSENT the lowest, responsive and responsible bidder. A detailed bid tabulation is available for review in the Purchasing Office. FUNDING: The estimated annual cost for exotic vegetation mowing for conservation lands management is $100,000. Funding is available in various Parks, Recreation and Conservation Other Contractual Services accounts, including but not limited to, General Fund/Conservation Lands/Other Contractual Services Account 00121572-033490. Other departments will also be able to utilize the contract, with funding to be determined at time of order. RECOMMENDATION: Staff recommends the Board award Bid 2025014 to John Brown & Sons, LLC, and authorize the Purchasing Division to issue blanket purchase orders 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. 138 CONSENT AGENDA Indian River County Inter -Office Memorandum Office of Management and Budget TO: Members of the Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator DATE: December 10, 2024 SUBJECT: Indian River County Subaward and Grant Agreement for Hurricane Milton FROM: Kristin Daniels Director, Office of Management & Budget BACKGROUND: On October 9, 2024, Hurricane Milton made landfall as a Category 3 storm along Florida's Gulf coast near Siesta Key. Hurricane Milton caused an estimated $3.8 million in damages to Indian River County BOCC. In order to receive Federal Emergency Management Agency (FEMA) reimbursement, Indian River County is required to sign the Federally -Funded Subaward and Grant Agreement. The agreement is standard for all recipients. STAFF RECOMMENDATION: Staff recommends that the Board approve and authorize the Chairman to execute the agreement and all other documents necessary to effectuate the agreement and authorize the County Administrator to sign any additional modifications. ATTACHMENTS: Federally Funded Subaward and Grant Agreement 139 FEDERALLY FUNDED SUBAWARD AND GRANT AGREEMENT for - Agreement Number: Z46 1 2 Hurricane Milton DR4834 The following Agreement is made and information is provided pursuant to 2 CFR §200.332(a)(1): Subrecipient's name: Indian River County Subrecipient's unique entity identifier: FB3SLJJZ38K9 Federal Award Date: 12/10/2024 Subaward Period of Performance Start and End Date (Cat A -B): Subaward Period of Performance Start and End Date (Cat C -G): Amount of Federal Funds Obligated by this Agreement: Total Amount of Federal Funds Obligated to the Subrecipient by the pass-through entity to include this Agreement: Total Amount of the Federal Award committed to the Subrecipient by the pass-through entity: Federal award project description (see Federal Funding Accountability and Transparency Act (FFATA): Name of Federal awarding agency: Name of pass-through entity: Contact information for the pass-through entity: Assistance Listing Number (Formerly CFDA Number): Indirect cost rate for the Federal award: Assistance Listing Program Title (Formerly CFDA program Title): 10/05/2024 - 04/11/2025 10/05/2024 - 04/11/2026 N/A Grant for communities to respond to and recover from major disasters or emergencies and for limited mitigation Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) Florida Division of Emergency Management (FDEM) 2555 Shumard Oak Blvd. Tallahassee, FL 32399-2100 97.036 See Section 9 (d) Disaster Grants - Public Assistance (Presidentially Declared Disasters) THIS AGREEMENT is entered into by the State of Florida, Division of Emergency Management, with headquarters in Tallahassee, Florida (hereinafter referred to as the "Agency" or "FDEM"), and Indian River County (hereinafter referred to as the "Subrecipient"). THIS AGREEMENT IS ENTERED INTO BASED ON THE FOLLOWING REPRESENTATIONS: A. The Subrecipient represents that it is fully qualified and eligible to receive these grant funds to provide the services identified herein; B. The Subrecipient, by its decision to participate in this grant program, bears the Ultimate responsibility for ensuring compliance with all applicable State and Federal laws, regulations and policies;{ and bears the ultimate consequences of any adverse decisions rendered by FDEM, the Federal Awarding Agency; or any other State and 140 Federal agencies with audit, regulatory, or enforcement authority; C. This Agreement establishes the relationship between the Agency and the Subrecipient to allow the Agency to pay grant funds to the Subrecipient. THEREFORE, the Agency and the Subrecipient agree to the following: (1) APPLICATION OF STATE LAW TO THIS AGREEMENT 2 CFR § 200.302 provides: "Each state must expend and account for the Federal award in accordance with state laws and procedures for expending and accounting for the state's own funds." Therefore, section 215.971, Florida Statutes, entitled "Agreements funded with federal or state assistance," applies to this Agreement. (2) LAWS, RULES, REGULATIONS AND POLICIES a. Performance under this Agreement is subject to 2 CFR Part 200, entitled "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards." b. In addition to the foregoing, the Subrecipient and the Agency shall be governed by all applicable State and Federal laws, rules, and regulations. Any express reference in this Agreement to a particular statute, rule, or regulation in no way implies that no other statute, rule, or regulation applies. c. The applicable statutes, rules, or regulations are the statutes, rules, or regulations in effect at the time of the declaration of the incident through which federal funds are awarded, or as otherwise indicated as retroactively applied. All required provisions can be found in Attachment D: Required Contract Provisions. (3) CONTACT a. In accordance with section 215.971(2), Florida Statutes, the Agency's Grant Manager shall be responsible for enforcing performance of this Agreement's terms and conditions and shall serve as the Agency's liaison with the Subrecipient. As part of his/her duties, the Grant Manager for the Agency shall: i. Monitor and document Subrecipient performance; and ii. Review and document all deliverables for which the Subrecipient requests payment. b. The Agency's Grant Manager for this Agreement is: Name and Title: Stephane Malet, Grant Program Manager Bureau of: Recovery Address: Florida Division of Emergency Management 2555 Shumard Oak Blvd. Tallahassee, FL 32399-2100 Telephone: (850) 815-4469 Email: Stephane.Malet(a)em.myflorida.com c. The name and address of the Representative of the Subrecipient responsible for the administration of this Agreement is: Name: John A. Titkanich, Jr. Address: 1801 27th Street Telephone Email: Vero Beach, FL 32960 772-226-1408 jtitkanich@indianriver.gov 141 In the event that different representatives or addresses are designated by either party after execution of this Agreement, notice of the name, title, and address of the new representative will be provided to the other party in writing via letter or electronic email. d. Systems Access: It is the Subrecipient's responsibility to maintain current active users in the Agency's grants management system in accordance with Attachment B to this Agreement ("Systems Access Form"). (4) TERMS AND CONDITIONS This Agreement contains all the terms and conditions agreed upon by the parties. (5) EXECUTION This Agreement may be executed in any number of counterparts, of which may be taken as an original. (6) MODIFICATION Either party may request modification of the provisions of this Agreement. Changes which are agreed upon shall be valid only when in writing, signed by each of the parties, and attached to the original of this Agreement. (7) SCOPE OF WORK The Subrecipient shall perform the work as approved by FEMA and provide the necessary documentation to substantiate work completed. (8) PERIOD OF AGREEMENT/PERIOD OF PERFORMANCE The Period of Agreement establishes a timeframe for all Subrecipient contractual obligations to be completed. Upon execution by both parties, this Agreement shall begin on the first day of the incident period for the disaster applicable to the agreement and shall end upon closeout of the Subrecipient's account for this disaster by the Federal Awarding Agency, unless terminated earlier as specified elsewhere in this Agreement. This Agreement survives and remains in effect after termination for the herein referenced State and Federal audit requirements and the referenced required records retention periods. Work may only be performed during the timeframes established and approved by FEMA for each Category of Work type. (9) FUNDING a. The amount of total available funding for this subgrant is limited to the amount obligated by the Federal Awarding Agency for all projects approved for this Subrecipient for DR - 4834 - Hurricane Milton . Payments to Subrecipients are contingent upon the granting of budget authority to the Agency. b. Pursuant to section 252.37(5)(a), Florida Statutes, unless otherwise specified in the General Appropriations Act, whenever the State accepts financial assistance from the Federal Government or its agencies under the Federal Public Assistance Program and such financial assistance is conditioned upon a requirement for matching funds, the State shall provide the entire match requirement for state agencies and one-half of the required match for grants to Local governments. Affected Local governments shall be required to provide one-half of the required match prior to receipt of such financial assistance. Section 252.37, Florida Statutes, does not apply to Subrecipients that are considered Private Non -Profit entities, therefore the entire non-federal share shall be the responsibility of the Private Non -Profit Subrecipient. c. The Executive Office of the Governor may approve a waiver to local governments for the Non -Federal 142 match requirement. The local government must apply for the waiver in accordance with Section 252.37(5)(b), Florida Statutes. Local governments must apply for the match waiver independently from their respective County. d. Under the Federal Emergency Management Agency's Public Assistance Program, subrecipients may seek reimbursement for indirect costs. 44 C.F.R. § 207.2, defines indirect costs as, "costs that are incurred by a grantee for a common or joint purpose benefiting more than one cost objective that are not readily assignable to the cost objectives specifically benefited". Additionally, "indirect costs may not be charged directly to a project or reimbursed separately, but rather are considered to be eligible management costs under this part" (see 44 C.F.R. § 207.6). Any organization that receives Federal awards and requests recovery of indirect costs must have an approved federally recognized indirect cost rate agreement (see 2 C.F.R. § 200.400 — 200.476 and Appendix IV to Part 200). The indirect cost rate shall be negotiated between the subrecipient and the Federal government. If no approved rate exists the Agency shall determine the appropriate rate in collaboration with the subrecipient, which is either the negotiated rate between the Agency and the subrecipient or the de minimus indirect cost rate. (10) PAYMENT a. The payment method used by the Agenc is either a Cost Reimbursement or an Advance Payment. Advance payments will be governed by Chapter 216, FI rida Statutes. b. The Agency's Grant Manager, as required y section 215.971(2)(c), Florida Statutes, shall reconcile and verify all funds received against all funds expende during the grant agreement period and produce a final reconciliation report. The final report must identify any funds paid in excess of the expenditures incurred by the Subrecipient. I c. As required by 2 CFR 200.305 (b.) (8) and (), The non -Federal entity must maintain advance payments of Federal awards in interest bearing accounts. (11)FLORIDA RECOVERY OBLIGATION CALCULATION (F -ROC) If you are opted into the Florida Recovery Obligation Calculation (F -ROC) Program and received an F -ROC score for this event, you will receive payment for all large, non -expedited, Category A and Category B projects, equal to your score as a percentage upon obligation. Funding will remain contingent upon obligation by FEMA and the Applicant will be liable for repayment (See (12) REPAYMENTS) upon de -obligation by FEMA of any disbursed funds. Any de -obligation of funding is within FEMA's sole discretion and the Agency shall not be liable for FEMA's exercise of its discretion. Participation in the F -ROC program does not guarantee funding and is dependent upon FEMA's obligation. As stated in the executed F -ROC Participation Request Form: a. The score is made up of three components: i. 20% Baseline score for signing and returning the Request Form. ii. Up to a 40% score for completing the DRA. iii. Up to a 20% score for completing the PDQ. b. Applicants who have received EMAP accreditation will receive an additional 5%. c. The Applicant's score directly corresponds to the percent of the eligible obligated amount that will be disbursed to the Applicant upon obligation of the Public Assistance project. After validation of all supporting documentation is complete, the Applicant will receive the remainder of the validated, obligated amount. d. If the Applicant has any open receivables with the Division, those receivables must be satisfied before any disbursements are made through the F -ROC program. 143 e. The Applicant may choose to receive a lesser score than the score earned through the completion of the above components on a one-time basis per disaster. The Applicant must make a request to that effect in writing to the Agency, on their letter head and duly signed by an authorized representative of the Applicant. Such a request must be made prior to the obligation of funds for it to impact the Applicant's score and therefore, reflect upon the obligation attaching thereto. (12) REPAYMENTS a. Refunds or repayments of obligated funds may be paid to the Agency through check or through a payment plan as approved by the Department of Financial Services. Additionally, FEMA may permit the Agency to off -set against other obligated projects where deemed appropriate. The Subrecipient has 45 days to repay the funds from the issuance of the invoice from the Agency. The Agency may impose a 1 % per month interest fee for unpaid invoices. b. All refunds or repayments due to FDEM under this Agreement are to be made payable to the order of "Florida Division of Emergency Management," and must include the invoice number and the applicable Disaster and Project number(s) that are the subject of the invoice, and be mailed directly to the following address: Florida Division of Emergency Management Cashier 2555 Shumard Oak Boulevard Tallahassee FL 32399-2100 (13) RECORDS a. As required by 2 CFR § 200.334, and modified by Florida Department of State's record retention requirements (Fla. Admin. Code R. 1 B-24.003), the Subrecipient shall retain sufficient records to show its compliance with the terms of this Agreement and all relevant terms and conditions of the award paid from funds under this Agreement, for a period of five (5) years from the date of submission of the final expenditure report. This period may be extended for reasons including, but not limited to, litigation, fraud, or appeal. As required by 2 CFR § 200.303(e), the Subrecipient shall take reasonable measures to safeguard protected personally identifiable information and other information the Federal Awarding Agency or FDEM designates as sensitive or the Subrecipient considers sensitive consistent with applicable Federal, State, local, and tribal laws regarding privacy and responsibility over confidentiality. b. The Subrecipient shall maintain all records for the Subrecipient and for all subcontractors or consultants to be paid from funds provided under this Agreement, including documentation of all program costs, in a form sufficient to determine compliance with the requirements and objectives of the award and all other applicable laws and regulations. C. The Federal Funding Accountability and Transparency Act (FFATA) was signed on September 26, 2006. The intent if this legislation is to empower every American with the ability to hold the government accountable for each spending decision. The FFATA Subaward Reporting System (FSRS) is the reporting tool the Agency must use to capture and report sub -award and executive compensation data regarding first-tier subawards that obligate $30,000 or more in Federal funds (excluding Recovery funds as defined in section 1512(a)(2) of the American Recovery and Reinvestment Act of 2009, Pub. L. 111-5). 144 (14) AUDITS a. The Subrecipient shall comply with the audit requirements contained in 2 CFR Part 200, Subpart F. b. As required by 2 CFR § 200.337(a), "The Federal awarding agency, Inspectors General, the Comptroller General of the United States, and the [Agency], or any of their authorized representatives, shall enjoy the right of access to any documents, papers, or other records of the [Subrecipient] which are pertinent to the Federal award, in order to make audits, examinations, excerpts, and transcripts. The right also includes timely and reasonable access to the [Subrecipient's] personnel for the purpose of interview and discussion related to such documents." The right of access is not limited to the required retention period but lasts as long as the records are retained (2 CFR § 200.337(c)). c. As required by 2 CFR § 200.332(a)(5), the Agency, the Chief Inspector General of the State of Florida, the Florida Auditor General, or any of their authorized representatives, shall enjoy the right of access to any documents, financial statements, papers, or other records of the Subrecipient which are pertinent to this Agreement, in order to make audits, examinations, excerpts, and transcripts. The right of access also includes timely and reasonable access to the Subrecipient's personnel for the purpose of interview and discussion related to such documents. d. Each public assistance subrecipient must submit a certification in FloridaPA.org to inform FDEM whether their entity is subject to a Federal Single Audit. This is part of the Recovery Bureau's overall monitoring program. e. The subrecipient agrees to submit the Federal Single Audit report to the Agency in FloridaPA.org no later than 30 calendar days after receipt of the auditor's report. f. Per (2 CFR §200.512(d), the subrecipient's auditor must electronically submit the single audit report to the Federal Audit Clearinghouse (FAC) at fac.gov. (15) REPORTS a. Consistent with 2 CFR § 200.329, the Subrecipient shall provide the Agency with quarterly reports and any applicable financial reporting, including reports required by the Federal Funding Accountability and Transparency Act (FFATA). These reports shall include the current status and progress by the Subrecipient and, as applicable, all subcontractors in completing the work described in the Scope of Work and the expenditure of funds under this Agreement, in addition to any other information requested by the Agency. b. The Subrecipient agrees to submit quarterly reports to the Agency no later than fifteen (15) days after the end of each quarter of the program year and to submit quarterly reports each quarter until one quarter past the 145 Reporting Time Period Subrecipient Report Submittal Deadline Quarter 1 (Q1) October 1 — December 31 January 15 Quarter 2 (Q2) January 1 — March 31 April 15 Quarter 3 (Q3) April 1 — Jure 30 July 15 Quarter 4 (Q4) July 1 — September 30 October 15 b. The Subrecipient agrees to submit quarterly reports to the Agency no later than fifteen (15) days after the end of each quarter of the program year and to submit quarterly reports each quarter until one quarter past the 145 closeout of each project in the Agency's Grant Management System. The ending dates for each quarter of the program year are March 31, June 30, September 30, and December 31. c. The closeout report is due sixty (60) days after completion of each project worksheet associated with the applicant executing this Agreement, or sixty (60) days after termination of this Agreement, whichever first occurs. d. The Subrecipient shall provide additional program reports, updates, or information that may be required by FDEM or the Federal awarding agency. (16) MONITORING a. The Agency shall monitor the performance of the Subrecipient under this Agreement to ensure that the Scope of Work is being accomplished within the specified time periods, and that other performance goals are being met. b. The Subrecipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Agency. In the event that the Agency determines that an audit of the Subrecipient is appropriate, the Subrecipient agrees to comply with any additional instructions provided by the Agency to the Subrecipient regarding such audit. c. Small Projects, as defined in 44 CFR § 206.203(c)(2), that are obligated above the Federal Simplified Acquisition Threshold (SAT) will be subject to enhanced oversight and monitoring by the Agency as authorized by 2 CFR § 200.332(a)(2). (17) LIABILITY a. Unless the Subrecipient is a State agency or political subdivision, as defined in section 768.28(2), Florida Statutes, the Subrecipient is solely responsible to third parties it deals with in carrying out the terms of this Agreement. As authorized by section 768.28(19), Florida Statutes, Subrecipient shall hold the Agency harmless against all claims of whatever nature by third parties arising from the work performance under this Agreement. For purposes of this Agreement, Subrecipient agrees that it is not an employee or agent of the Agency but is an independent contractor. b. As required by section 768.28(19), Florida Statutes, any Subrecipient which is a State agency or political subdivision, as defined in section 768.28(2), Florida Statutes, agrees to be fully responsible for its negligent or tortious acts or omissions which result in claims or suits against the Agency and agrees to be liable for any damages proximately caused by the acts or omissions to the extent set forth in section 768.28, Florida Statutes. Nothing herein is intended to serve as a waiver of sovereign immunity by any Subrecipient to which sovereign immunity applies. Nothing herein shall be construed as consent by a State agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract. (18) TERMINATION This Agreement terminates upon the completion of all eligible work and payment of all eligible costs in accordance with the Public Assistance Program requirements. The Agency and Subrecipient agree that all records will be maintained until the conclusion of any record retention period. (19) PROCUREMENT a. The Subrecipient must ensure that any procurement involving funds authorized by the Agreement complies with all applicable Federal and State laws and regulations, including 2 CFR § 200.318 through 200.327 as well as Appendix II to 2 CFR Part 200 (entitled "Contract Provisions for Non -Federal Entity Contracts Under Federal 146 Awards"). Additional requirements, guidance, templates, and checklists regarding procurement may be obtained through the FEMA Procurement Disaster Assistance Team. Resources found here: https://www.fema.goy/grants/procurement. b. The Subrecipient must include all applicable federal contract terms for all contracts for which federal funds are received. If the Subrecipient contracts with any contractor or vendor for performance of any portion of the work required under this Agreement, the Subrecipient must incorporate into its contract with such contractor or vendor an indemnification clause holding the Federal Government, its employees and/or their contractors, the Agency, its employees and/or their contractors, and the Subrecipient and its employees and/or their contractors harmless from liability to third parties for claims asserted under such contract. c. The Subrecipient must monitor and document, in the quarterly report, the contractor's progress in performing work on its behalf under this Agreement in addition to its own progress. d. The Subrecipient must ensure all contracts conform to sections 287.057 and 288.703, Florida Statutes, as applicable. e. 1. Pursuant to section 287.05805, Florida Statutes, if state funds are being used for the purchase of or improvements to real property pursuant to the terms of this Agreement, the state funds are contingent upon the Subrecipient or political subdivision granting to the state a security interest in the property at least to the amount of state funds provided for at least five (5) years from the date of purchase or the completion of the improvements or as further required by law. f. 2. If applicable, pursuant to section 255.0993, Florida Statutes, the Subrecipient shall ensure that any iron or steel product, as defined in section 255.0993(1)(b), Florida Statutes, that is permanently incorporated in the deliverable(s) resulting from this project, is produced in the United States. (20) ATTACHMENTS a. All attachments to this Agreement are incorporated as if set out fully. b. In the event of any inconsistencies or conflict between the language of this Agreement and the attachments, the language of the attachments shall control, but only to the extent of the conflict or inconsistency. c. This Agreement has the following attachments: i. Attachment A — Scope of Work, Deliverables, and Financial Consequences ii. Attachment B — Systems Access Form iii. Attachment C — Certification Regarding Debarment iv. Attachment D — Required Contract Provisions v. Attachment E— Certification Regarding Lobbying vi. Attachment F — Foreign Country of Concern Affidavit 147 IN WITNESS WHEREOF, the parties hereto have executed this Agreement. SUBRECIPIENT: By: Indian River County (Signature) Name: Joseph Flescher Title: Chairman Date: STATE OF FLORIDA DIVISION OF EMERGENCY MANAGEMENT By: Alternate Governor's Authorized Representative Date: Agreement Number: 24612 148 Attachment A SCOPE OF WORK, DELIVERABLES and FINANCIAL CONSEQUENCES Scope of Work FEMA has sole authority for determining eligibility of project activities and associated costs. The Subrecipient is required to complete all eligible Projects and submit appropriate supporting documentation for all work and costs, as approved by FEMA. When FEMA has obligated funding for a Subrecipient's Project Worksheet (PW), the Agency notifies the Subrecipient with a copy of the PW (or P2 Report). Budget and Proiect List For the purpose of this Agreement, each Project will be monitored, completed, and reimbursed independently of the other Projects which are made part of this Agreement. Deliverables For the purposes of this agreement, each project will be a standalone deliverable but may be compensated incrementally based on the Subrecipient's expenditures. The required performance level is satisfactory completion of the project as identified in the Scope of Work, the approved PW, and subsequent PW versions, if applicable. Project will be paid upon obligation and validation of the Project Worksheet and execution of the subgrant agreement. Subrecipient must initiate the Small Project Closeout in the grants management system within sixty (60) days of completion of the project work, or no later than the period of performance end date. Small Project Closeout is initiated by logging into the grants management system, selecting the Subrecipient's account, then selecting 'Create New Request', and selecting 'New Small Project Completion/Closeout'. Complete the form and 'Save'. The final action is to advance the form to the next queue for review. Financial Conseauences: 2 CFR §200.339 and §215.971, Florida Statutes, requires the Agency, as the recipient of Federal funding, to apply financial consequences, including withholding a portion of funding up to the full amount in the event that the Subrecipient fails to be in compliance with Federal, State, and Local requirements, or satisfactorily perform required activities/tasks. For any PW that the Subrecipient fails to complete in compliance with Federal, State and Local requirements, the Agency shall withhold a portion of the funding up to the full amount until such compliance is either ultimately obtained or the project is de -obligated by FEMA and/or withdrawn. The Agency shall apply the following financial consequences in these specifically identified events: Work performed outside the Incident Period Based on 2 C.F.R. §200.309, a Subrecipient may be reimbursed only for eligible costs incurred for work performed within the period of performance. Costs incurred as a result of work performed outside of the period of performance will be deemed not allowable and ineligible for reimbursement by the Agency as a financial consequence. In accordance with 44 CFR 206.204 (d), if the Subrecipient does not anticipate finishing the work within the original period of performance, they must request a time extension and support that the work cannot be timely completed due to extenuating circumstances beyond the Subrecipient's control. Additionally, if the project is not completed within the period of performance and a time extension request was not granted, the Agency will coordinate with the Federal Awarding Agency to adjust the costs obligated amount to reflect the actual allowable costs incurred during the period of performance as a financial consequence. The Agency retains the right to impose financial consequences for instances of non-performance or non-compliance not specifically addressed in this section. 149 Attachment B SYSTEMS ACCESS The System Access Form is submitted with each new disaster or emergency declaration to identify the Subrecipient's contacts for the FDEM Grants Management System in order to enter notes, review notes and documents, and submit the documentation necessary to work the new event. The Systems Access Form is originally submitted as Attachment "B" to the PA Funding Agreement. The Subrecipient is responsible for regularly reviewing its contacts. Contacts should be removed within 14 days of separation, retirement, or are reassignment by the Subrecipient. A new form will only be needed if all listed contacts have separated from the Agency. If a new Systems Access form is submitted, all Agency Representatives currently listed as contacts that are not included on the updated form will be deleted from FDEM Grants Management System for the specified grant. All users must log in on a monthly basis to keep their accounts from becoming locked. Note: the Systems Access Form is NOT a delegation of authority. A signatory must have an attached delegation of authority as appropriate. Instructions for Completion Complete the form in its entirety, listing the name and information for all representatives who will be working in the FDEM Grant Management System. Users will be notified via email when they have been granted access. The user must log in to the FDEM Grants Management System within twelve (12) hours of being notified or their account will lock them out. Each user must log in within a sixty (60) day period or their account will lock them out. In the event you try to log in and your account is locked, users must submit a request for unlocking to RPA. Help(a)em.myflorida.com. The form is divided into twelve blocks; each block must be completed where appropriate. Block 1: "Authorized Agent" — This should be the highest authority in your organization who is authorized to sign legal documents on behalf of your organization. A subsequent new Authorized Agent must be designated through a letter on letterhead from the Subrecipient's Authorized Representative. It is recommended to delegate this authority to an organizational staff member to avoid delays in grant management (Only one Authorized Agent is allowed, and this person will have full access/authority unless otherwise requested). Block 2: "Primary Contact" — This is the person designated by your organization to receive all correspondence and is our main point of contact. This contact will be responsible for answering questions, uploading documents, and submitting reports/requests in FDEM Grants Management System. The Authorized Agent may designate a new Primary Contact. (Only one Primary Contact is allowed, and this contact will have full access). Block 3: "Alternate Contact" — This is the person designated by your organization to be available when the Primary is not. Either the Authorized Agent or Primary Contact may designate a new Alternate Contact. (Only one Alternate Contact is allowed, and this contact will have full access). Block 4, 5, and 6: "Other" (Finance/Point of Contact, Risk Management -Insurance, and Environmental -Historic). Providing these contacts is essential in the coordination and communication required between State and Local subject matter experts. We understand that the same agent may be identified in multiple blocks, however we ask that you enter the name and information again to ensure we are communicating with the correct individuals. Block 7 — 12: "Other" (Read Only Access) — There is no limit on "Other" contacts, but we ask that this be restricted to those that are going to actually need to log in and have a role in reviewing the information. This designation is only for situational awareness purposes as individuals with the "Other Read -Only" designation cannot take any action in FDEM Grants Management System. Note: The Systems Access Form is NOT a delegation of authority. A signatory must have an attached delegation of authority as appropriate. 150 SYSTEMS ACCESS FORM (CONTACTS) FEMA/GRANTEE PUBLIC ASSISTANCE PROGRAM FLORIDA DIVISION OF EMERGENCY MANAGEMENT Subrecipient: Indian River Count Box 1: Authorized Agent (Full Access) Box 2: Primary Contact (Full Access) Name Joseph Flescher Name Kristin Daniels Signature Signature Organization / Official Position Indian River County Board of County Commissioners Chairman pp at p Organizat�i�ector i Pcsei lo? Management & Budget Mailing Address 1801 27th Street Mailing Address 1801 27th Street City, State, Zip Beach, Florida 32960 City, Stat , Zi �/e�'o Beach, Florida 32960 Daytime (772)22611p919e Daytime TeM4� 1236-1214 I E-mail Address jflescher@indianriver.gov E-mail Add re s k�aniels@indianriver.gov Box 3: Alternate Contact (Full Access) Box 4: Other-Finance/Point of Contact (Full Access) Name Elise Kriss Name Signature Signature Organatign / 9ffi ial p siti n enior Budge Organization / Official Position Mailin Address 801 27th Street Mailing Address City, State, Zip Vero Beach, Florida 32960 City, State, Zip Daytime Telephone (772)226-1307 Daytime Telephone E-mail Addre eknssaa indianriver.gov E-mail Address Box 5: Other-Risk Mgmt-Insurance (Full Access) Box 6: Other-Environmental-Historic (Full Access) Name Cynthia Stanton Name Eric Charest Signature Signature Organization /Official Position Risk Manaaer OrganizationX Offi ial Sitio ssistan �ireclor of Natural Resources Mailing Address 1801 27th Street Mailing Add T9 81 27th Street City, State Zip Vero Beach, Florida 32960 City, State, Zip Vero Beach, Florida 32960 Daytime Telephone Daytime Tele('"226-1569 E-mail Address cstanton@indianriver.gov E-mail Address echarest@indianriver.gov The above contacts may utilize the FDEM Grants Management System to perform the Subrecipient's responsibilities regarding the Public Assistance Grant according to their level of access. The Subrecipient is responsible for ensuring that all contacts are correct and up-to-date. Subrecipient Authorized Representative Signature Date 151 SYSTEMS ACCESS FORM (CONTACTS) FEMA/GRANTEE PUBLIC ASSISTANCE PROGRAM FLORIDA DIVISION OF EMERGENCY MANAGEMENT Subrecipient: Indian River County Date: Box 7: Other (Read Only Access) Box 8: Other (Read Only Access) Name Ryan Lloyd Name John A. Titkanich, Jr. Signature Signature Organization / O Cial Positio Deputy erector ofEmergency Services Organizaf n / Official Posjti n 8oui , A minis�rator Mailing Address 4225 43rd Avenue Mailing Ad N 27th Street City, St t , Zip vero Beach, Florida 32967 City, State, Zip Vero Beach, Florida 32960 Daytime Telephone (772)226-3944 Daytime To V06-1408 E-mail Address rlloyd@indianriver.gov E-mail Address jtitkanich@indianriver.gov Box 9: Other (Read Only Access) Box 10: Other (Read Only Access) Name Name Signature Signature Organization / Official Position Organization / Official Position Mailing Address Mailing Address City, State, Zip City, State, Zip Daytime Telephone Daytime Telephone E-mail Address E-mail Address Box 11: Other (Read Only Access) Box 12: Other (Read Only Access) Name Name Signature Signature Organization / Official Position Organization / Official Position Mailing Address Mailing Address City, State, Zip City, State, Zip Daytime Telephone Daytime Telephone E-mail Address E-mail Address Subrecipient's Fiscal Year (FY) Start: Month: 10 Day: 1 Subrecipient's Federal Employer's Identificatjon Number (EIN) 59-6000674 Subrecipient's Grantee Cognizant Agency for Single Audit Purposes: Florida Division of Emergency Management Subrecipient's: FIPS Number (If Known) 061-99061-00 152 Attachment C CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY and VOLUNTARY EXCLUSION The Subrecipient certifies, to the best of its knowledge and belief, that it and its principals: Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; 2. Have not within the five-year period preceding entering into this Agreement had one or more public transactions (Federal, State, or Local) terminated for cause or default; and 3. Have not within the five-year period preceding entering into this proposal been convicted of or had a civil judgment rendered against them for: a) the commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or Local) transaction or a contract under public transaction, or b) violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property. The Subrecipient understands and agrees that the language of this certification must be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, contracts under grants, loans, and cooperative agreements) and that all contractors and sub -contractors must certify and disclose accordingly. The Subrecipient further understands and agrees that this certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. By: Signature Joseph Flescher, Chairman Name and Title 1801 27th Street Street Address Vero Beach, FL, 32960 City, State, Zip Indian River County Subrecipient's Name Z4612 FDEM Contract Number 153 Required Contract Provisions 1. Remedies Contracts for more than the federal simplified acquisition threshold (SAT), the dollar amount below which an NFE may purchase property or services using small purchase methods, currently set at $250,000 for procurements made on or after June 20, 2018,4 must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and must provide for sanctions and penalties as appropriate.5 1.1 Applicability This contract provision is required for contracts over the SAT, currently set at $250,000 for procurements made on or after June 20, 2018. Although not required for contracts at or below the SAT, FEMA suggests including a remedies provision. 1.2 Additional Considerations For FEMA's Assistance to Firefighters Grant (AFG) Program, recipients must include a penalty clause in all contracts for any AFG-funded vehicle, regardless of dollar amount. In that situation, the contract must include a clause addressing that non-delivery by the contract's specified date or other vendor nonperformance will require a penalty of no less than $100 per day until such time that the vehicle, compliant with the terms of the contract, has been accepted by the recipient. This penalty clause should, however, account for force majeure or acts of god. AFG recipients should refer to the applicable year's Notice of Funding Opportunity (NOFO) for additional information, which can be accessed at FEMA.gov. 2. Termination for Cause and Convenience Contracts for more than $10,000 must address termination for cause and for convenience by the non-federal entity, including how it will be carried out and the basis for settlement.6 2.1 Applicability This contract provision is required for procurements exceeding $10,000. FEMA suggests including a termination for cause and for convenience in all contracts even when not required. 4 See FEMA Grant Programs Directorate Information Bulletin No. 434, Increases and Changes to the Micro - Purchase and Simplified Acquisition Thresholds (Aug. 28, 2018), htti)s://www.fema.gov/sites/default/files/`2020- 08/ib 434 changes micro purch simp acquisition thresholds.pdf. For procurements subject to 2 C.F.R. Part 200 that were made before June 20, 2018, the SAT was $150,000. 5 2 C.F.R. Part 200, Appendix II, § A. 6 See 2 C.F.R. Part 200, Appendix II, § B. 154 3. Equal Employment Opportunity Any contract that uses federal funds to pay for construction work is a "federally assisted construction contract" and must include the equal opportunity clause found in 2 C.F.R. Part 200, unless otherwise stated in 41 C.F.R. Part 60.7 3.1 Applicability This contract provision is required for all procurements that meet the definition of a "federally assisted construction contract." 3.2 Key Definitions ■ Federally Assisted Construction Contract: The regulation at 41 C.F.R. § 60-1.3 defines a federally assisted construction contract as "any agreement or modification thereof between any applicant and a person for construction work which is paid for in whole or in part with funds obtained from the Government or borrowed on the credit of the Government pursuant to any federal program involving a grant, contract, loan, insurance or guarantee, or undertaken pursuant to any federal program involving such grant, contract, loan, insurance, or guarantee, or any application or modification thereof approved by the Government for a grant, contract, loan, insurance, or guarantee under which the applicant itself participates in the construction work." ■ Construction Work: The regulation at 41 C.F.R. § 60-1.3 defines construction work as "the construction, rehabilitation, alteration, conversion, extension, demolition or repair of buildings, highways, or other changes or improvements to real property, including facilities providing utility services. The term also includes the supervision, inspection, and other onsite functions incidental to the actual construction." ■ Contract: The regulation at 41 C.F.R. § 60-1.3 defines contract as "any Government contract or subcontract or any federally assisted construction contract or subcontract." ■ Additional definitions pertaining to this contract provision can be found at 41 C.F.R. § 60-1.3. 3.3 Required Language The regulation at 41 C.F.R. § 60-1.4(b) requires, except as otherwise provided or exempted in 41 C.F.R. Part 60, the insertion of the following contract clause: "During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual See 2 C.F.R. Part 200, Appendix II, § C. 155 orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other 156 sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. The applicant further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, that if the applicant so participating is a state or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. The applicant agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. The applicant further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the applicant agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this grant (contract, loan, insurance, guarantee); refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant; and refer the case to the Department of Justice for appropriate legal proceedings." 157 4. Davis -Bacon Act This statute requires that contractors must pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in the Secretary of Labor's wage determination. Additionally, contractors are required to pay wages at least once per week.$ Additional requirements are listed below, and relevant definitions are at 29 C.F.R. § 5.2. NFEs should refer to the applicable NOFO or other program guidance or contact their applicable FEMA grant representative for additional information on how to implement this requirement. 4.1 Applicability When required by the federal program legislation, prime construction contracts over $2,000 awarded by NFEs must include a provision for compliance with the Davis -Bacon Act.9 The Davis -Bacon Act only applies to the Emergency Management Performance Grant Program,10 Homeland Security Grant Program,11 Nonprofit Security Grant Program,12 Tribal Homeland Security Grant Program,13 Port Security Grant Program,14 Transit Security Grant Program,15 Intercity Passenger Rail Program,16 and Rehabilitation of High Hazard Potential Dams Program.17 Unless otherwise stated in a program's authorizing statute, it does not apply to other FEMA grant and cooperative agreement programs, including the PA Program. . 8 See id.; 40 U.S.C. §§ 3141-3144 and 3146-3148. The Davis -Bacon Act is supplemented by Department of Labor regulations at 29 C.F.R. Part 5 (Labor Standards Provisions Applicable to Contracts Covering federally Financed and Assisted Construction) 9 2 C.F.R. Part 200, Appendix II, § D. 10 See section 6110)(9) of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (Stafford Act), Pub. L. No. 93-288 (codified as amended at 42 U.S.C. § 51960)(9)). 11 See section 2008(b)(4)(B)(ii) of the Homeland Security Act of 2002, Pub. L. No. 107-296 (codified as amended at 6 U.S.C. § 609(b)(4)(B)(ii)) (citing to section 6110)(9) of the Stafford Act). 121d. The Davis -Bacon Act only applies to the Nonprofit Security Grant Program (NSGP) where that program is funded as a carve -out of the appropriations for the Homeland Security Grant Program (HSGP). See, e.g., Department of Homeland Security Appropriations Act, 2020, Pub. L. No. 116-93, Title III, Protection, Preparedness, Response, and Recovery, Federal Emergency Management Agency, Federal Assistance §§ 1-2. Compare id. with section 2009 of the Homeland Security Act of 2002 (6 U.S.C. § 609a) (authorizing NSPG as a stand-alone program where the Davis -Bacon Act does not apply, but as of the date of publication of this document, NSGP has not been funded as a standalone program). 13 See section 2008(b)(4)(B)(ii) of the Homeland Security Act of 2002. 14 See section 102 of the Maritime Transportation Security Act of 2002 (MTSA), Pub. L. No. 107-295 (codified as amended at 46 U.S.C. § 70107); 46 U.S.C. § 70107(b)(2). While the MTSA requires that PSGP construction activities are carried out consistent with section 6110)(8) of the Stafford Act, a subsequent amendment to the Stafford Act by section 3 of Pub. L. No. 109-308 in 2006 redesignated the text of section 6110)(8) to 6110)(9). The cross-reference in the MTSA has not been updated. 15 See section 1406 of the Implementing Recommendations of the 9/11 Commission Act of 2007 (9/11 Act), Pub. L. No. 110-53 (6 U.S.C. § 1135) (applying the requirements of section 49 U.S.C. § 5307); 49 U.S.C. § 5333 (applying the Davis -Bacon Act to grants provided under 49 U.S.C. § 5307). 16 See section 1513(h) of the 9/11 Act (6 U.S.C. § 1163(h)) (citing to 49 U.S.C. § 24312, which requires compliance with the Davis -Bacon Act). 17 See section 8A(d)(2)(E) of the National Dam Safety Program Act (codified as amended at 33 U.S.C. § 467f- 2(d)(2)(E)) (requiring compliance with 42 U.S.C. § 51960)(9), which is section 6110)(9) of the Stafford Act that applies the Davis -Bacon Act). 158 4.2 Additional Requirements If applicable, in addition to the requirements mentioned in the beginning of this section, the NFE must do the following: ■ Place a copy of the Department of Labor's current prevailing wage determination in each solicitation. Contracts or subcontracts must be awarded on the condition that the prevailing wage determination is accepted. The non-federal entity must report all suspected or reported violations to the federal awarding agency.18 ■ Include a provision for compliance with the Copeland "Anti -Kickback" Act for all contracts subject to the Davis -Bacon Act. 19 See Required Contract Provisions, Section 5. Copeland Anti -Kickback Act in this Guide for additional information. According to 29 C.F.R. § 5.5(a)(5), the regulatory requirements for the Copeland "Anti -Kickback" Act are incorporated by reference into the required contract provision, so a separate contract provision is not necessary. However, the NFE may include a separate contract provision specific to the Copeland "Anti -Kickback" Act. ■ Per Department of Labor's implementing regulations for the Davis -Bacon Act, the NFEs contractor and any subcontractors are required to insert, or incorporate by reference, the clauses contained at 29 C.F.R. § 5.5(a)(1)-(10)20 into any subcontracts. ■ Follow the other requirements of the Davis -Bacon Act and implementing regulations.21 4.3 Required Language22 If applicable per the standard described above, the NFE must include the provisions at 29 C.F.R. § 5.5(a)(1)-(10) in full into all applicable contracts, and all applicable contractors must include these provisions in full in any subcontracts.23 5. Copeland Anti -Kickback" Act The Copeland "Anti -Kickback" Act prohibits workers on construction contracts from giving up wages that they are owed.24 Additional requirements are listed below, and relevant definitions are at 29 C.F.R. § 3.2. The applicable implementing regulations are intended to assist with enforcement of the 18 2 C.F.R. Part 200, Appendix II, § D. 19 2 C.F.R. Part 200, Appendix II, § D. 20 29 C.F.R. § 5.5(a)(6). 2140 U.S.C. §§ 3141-3144, 3146-3148; 29 C.F.R. Part 5. 22 29 C.F.R. § 5.5(a). 23 29 C.F.R. § 5.5(a)(1), (6). 24 See id.; 40 U.S.C. § 3145. The Copeland "Anti -Kickback" Act is supplemented by Department of Labor regulations at 29 C.F.R. Part 3 (Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States). 159 Davis -Bacon Act's minimum wage provisions as well as various statutes with similar minimum wage provisions for federally assisted construction.25 5.1 Applicability For all prime construction contracts above $2,000, when the Davis -Bacon Act also applies,26 NFEs must include a provision in contracts and subcontracts for compliance with the Copeland "Anti - Kickback" Act.27 This requirement applies to all prime construction contracts above $2,000 in situations where the Davis -Bacon Act also applies.28 In situations where the Davis -Bacon Act does not apply, neither does the Copeland "Anti -Kickback" Act. As described in section A.4 regarding the Davis -Bacon Act, this provision only applies to certain FEMA grant and cooperative agreement programs. Please reference that list discussed above. Of note, it does not apply to the PA Program. 5.2 Additional Requirements If applicable, the NFE must do the following: ■ Include a provision for compliance with the Copeland "Anti -Kickback" Act.29 According to the Davis -Bacon Act implementing regulations, the requirements for the Copeland "Anti -Kickback" Act are incorporated into the required contract provision for the Davis -Bacon Act by reference. 30 Therefore, a separate contract provision is not necessary. However, the NFE may include a separate contract provision specific to the Copeland "Anti -Kickback" Act with language suggested below. ■ The Copeland "Anti -Kickback Act" prohibits each contractor or subcontractor from any form of persuading a person employed in construction, completion, or repair of public work to give up any part of their rightful compensation. The NFE must report all suspected or reported violations of the Copeland "Anti -Kickback Act" to FEMA.31 • Each contractor and subcontractor must provide weekly reports of the wages paid during the prior week's payroll period to each employee covered by the "Copeland Anti -Kickback" Act and the Davis -Bacon Act. The reports must be delivered to a representative of a federal or state agency in charge at the building or work site by the contractor or subcontractor within seven days of the payroll period's payment date.32 25 See 29 C.F.R. § 3.1. 26 See 2 C.F.R. Part 200, Appendix II, § D; 29 C.F.R. §§ 3.1, 3.3(c). 27 2 C.F.R. Part 200, Appendix II, § D. 28 See 2 C.F.R. Part 200, Appendix II, § D; 29 C.F.R. § 3.3(c). 29 See 29 C.F.R. § 3.11. 30 29 C.F.R. § 5.5(a)(5). 31 See 2 C.F.R. Part 200, Appendix II, § D. 32 See 29 C.F.R. § 3.4. 160 ■ Follow the other requirements of the Copeland "Anti -Kickback" Act and implementing regulations.33 5.3 Suggested Language The following provides a sample contract clause: "Compliance with the Copeland "Anti -Kickback" Act. Contractor. The contractor shall comply with 18 U.S.C. § 874,40 U.S.C. § 3145, and the requirements of 29 C.F.R. Part 3 as may be applicable, which are incorporated by reference into this contract. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12." 6. Contract Work Hours and Safety Standards Act Where applicable,34 all contracts awarded by the NFE of more than $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with statutory requirements on work hours and safety standards.35 Under 40 U.S.C. § 3702, each contractor must base wages for every mechanic and laborer on a standard 40 -hour work week. Work over 40 hours is allowed, so long as the worker is paid at least one and a half times the base pay rate for all hours worked over 40 hours in the work week. Additionally, for construction work, under 40 U.S.C. § 3704, work surroundings and conditions for laborers and mechanics must not be unsanitary or unsafe. Relevant definitions are at 40 U.S.C. § 3701 and 29 C.F.R. § 5.2. 6.1 Applicability This required contract provision applies to all procurements over $100,000 that involve the employment of mechanics, laborers, and construction work.36 These requirements do not apply to 33 18 U.S.C. § 874; 40 U.S.C. § 3145; 29 C.F.R. Part 3. 34 See 40 U.S.C. §§ 3701-3708. 35 40 U.S.C. §§ 3702, 3704. The Contract Work Hours and Safety Standards Act is supplemented by Department of Labor regulations at 29 C.F.R. Part 5. See 2 C.F.R. Part 200, Appendix II, § E. 36 41 C.F.R. Part 60-1.3. 161 the purchase of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence.37 6.2 Additional Requirements If applicable per the standard described above, the non-federal entity must include the provisions at 29 C.F.R. § 5.5(b)(1)-(4), verbatim, into all applicable contracts, and all applicable contractors must include these provisions, in full, into any subcontracts.38 In addition to the required language from 29 C.F.R. § 5.5(b)(1)-(4), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any other statutes cited in 29 C.F.R. § 5.1, the NFE must also insert a clause meeting the requirements of 29 C.F.R. § 5.5(c). Specific language is not required, but FEMA has provided suggested language below. 6.3 Required Language For the required contract provision, the language from 29 C.F.R. § 5.5(b)(1)-(4) is provided here for ease of reference: "Compliance with the Contract Work Hours and Safety Standards Act. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $27 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The (insert name of grant recipient or subrecipient) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other 37 2 C.F.R. Part 200, Appendix II, § E. 38 29 C.F.R. § 5.5(b)(1), (4). 162 federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section." 6.4 Suggested Language For contracts that are only subject to Contract Work Hours and Safety Standards Act and are not subject to the other statutes in 29 C.F.R. § 5.1 where an additional contract provision is required, FEMA suggests including the following language: "Further Compliance with the Contract Work Hours and Safety Standards Act. (1) The contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. (2) Records to be maintained under this provision shall be made available by the contractor or subcontractor for inspection, copying, or transcription by authorized representatives of the Department of Homeland Security, the Federal Emergency Management Agency, and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job." 7. Rights to Inventions Made Under a Contract or Agreement This contract provision outlines the rules governing the ownership of inventions created using federal funds. If the FEMA award meets the definition of funding agreement39 and the NFE enters into any contract involving substitution of parties, assignment or performance of experimental, developmental, or research work under that funding agreement, then the NFE must comply with the requirements of 37 C.F.R. Part 401 and any implementing regulations issued by FEMA. 39 Funding agreement definition found under 37 C.F.R. § 401.2(a). 163 7.1 Applicability This provision does not apply to all FEMA grant and cooperative agreement programs. NFEs should refer to applicable NOFO or other program guidance or contact their applicable FEMA grant representative to determine if this provision is required for the procurement. However, the Rights to Inventions Made Under a Contract or Agreement clause is not required for procurements under FEMA's PA Program. 7.2 Key Definitions Funding Agreements: The regulation at 37 C.F.R. § 401.2(a) defines funding agreement as "any contract, grant, or cooperative agreement entered into between any federal agency, other than the Tennessee Valley Authority, and any contractor for the performance of experimental, developmental, or research work funded in whole or in part by the federal government. This term also includes any assignment, substitution of parties, or subcontract of any type entered into for the performance of experimental, developmental, or research work under a funding agreement as defined in the first sentence of this paragraph." 8. Clean Air Act and Federal Water Pollution Control Act For contracts over $150,000, contracts must contain a provision requiring contractors to comply with the Clean Air Act40 and the Federal Water Pollution Control Act.41 Violations must be reported to FEMA and the Regional Office of the Environmental Protection Agency (EPA).42 8.1 Applicability This contract provision is required for all procurements over $150,000. 8.2 Suggested Language The following provides a sample contract clause: "Clean Air Act" The contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. The contractor agrees to report each violation to the (insert name of non-federal entity entering into the contract) and understands and agrees that the (insert name of the non- federal entity entering into the contract) will, in turn, report each violation as required to 40 42 U.S.C. §§ 7401-7671q. This also includes all applicable standards, orders, or regulations issued pursuant to the Clean Air Act. 4133 U.S.C. §§ 1251-1387, as amended. 42 2 C.F.R. Part 200, Appendix II, § G. 164 assure notification to the Federal Emergency Management Agency (FEMA), and the appropriate Environmental Protection Agency Regional Office. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with federal assistance provided by FEMA. "Federal Water Pollution Control Act" The contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251 et seq. The contractor agrees to report each violation to the (insert name of the non-federal entity entering into the contract) and understands and agrees that the (insert name of the non- federal entity entering into the contract) will, in turn, report each violation as required to assure notification to the (insert name of the pass-through entity, if applicable), Federal Emergency Management Agency (FEMA), and the appropriate Environmental Protection Agency Regional Office. The contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with federal assistance provided by FEMA." 9. Debarment and Suspension NFEs contractors and subcontractors are subject to debarment and suspension regulations.43 Applicable contracts and subcontracts must include a provision requiring compliance with debarment and suspension regulations.44 9.1 Applicability The debarment and suspension clause is required for all contracts and subcontracts for $25,000 or more, all contracts that require the consent of an official of a federal agency, and all contracts for federally required audit services.45 NFEs, even for procurements under $25,000, must also comply with the regulation requiring non - state entities to only award contracts to responsible vendors.46 43 2 C.F.R. Part 180 (implementing Executive Order 12549, Debarment and Suspension (1986) and Executive Order 12689, Debarment and Suspension (1989)); 2 C.F.R. Part 3000 (Department of Homeland Security regulations for Nonprocurement Debarment and Suspension, implementing 2 C.F.R. Part 180). 44 2 C.F.R. § 180; 2 C.F.R. Part 200, Appendix Il, § H; 2 C.F.R. § 3000.332. 45 2 C.F.R. § 180.220(b); 2 C.F.R. § 3000.220. 46 2 C.F.R. § 200.318(h). For contracts and subcontracts under $25,000, a contract provision is only required if those contracts or subcontracts are for federally required audit services or require the consent of a federal agency. However, even where a contract provision is not required, non -state entities must still ensure they are only awarding contracts to responsible vendors. 165 9.2 Additional Requirements The debarment and suspension regulations restrict awards, subawards, contracts, and subcontracts with parties that are debarred, suspended, or otherwise excluded, or declared ineligible for participation in federal assistance programs and activities.47 If applicable, a contract or subcontract must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM). SAM Exclusions is the list maintained by the General Services Administration that contains the names of parties that are debarred, suspended, or otherwise excluded, or declared ineligible under statutory or regulatory authority other than Executive Order 12549.48 SAM Exclusions can be accessed at www.sam.goy.49 In general, an "excluded" party cannot receive a federal grant award or a contract considered to be a "covered transaction," which includes parties that receive federal funding indirectly such as subawards and subcontracts. The key to the exclusion is whether there is a covered transaction. A covered transaction is a nonprocurement transaction at either a primary or secondary tier.50 Specifically, a covered transaction includes the following contracts for goods or services under FEMA grant and cooperative agreement programs: ■ The contract is at least $25,000. ■ The contract requires the approval of FEMA, regardless of amount. ■ The contract is for federally required audit services. ■ It is a subcontract for $25,000 or more.51 9.3 Suggested Language The following provides a debarment and suspension clause. It also incorporates an optional method of verifying that contractors are not excluded or disqualified52: 47 See 2 C.F.R. Part 200, Appendix II, § H; 2 C.F.R. § 200.213. See also 2 C.F.R. Parts 180, 3000. 48 See 2 C.F.R. Part 200, Appendix II, § H. 49 2 C.F.R. § 180.530. 50 The regulations at 2 C.F.R. Parts 180 and 3000 are titled "nonprocurement" because they do not apply to procurements by the federal government but rather to federal financial assistance. There are separate debarment and suspension regulations covering procurements by the federal government. However, although the term "covered transactions" under 2 C.F.R. Parts 180 and 3000 does not include contracts awarded by the federal government, it does include some contracts awarded by recipients and subrecipients. 51 See 2 C.F.R. §§ 180.220, 3000.220. 52 Per 2 C.F.R. § 180.300, non-federal entity about to enter into an applicable contract, or a contractor about to entire into an applicable subcontract, must verify that the contractor or subcontractor is not excluded or disqualified by doing one of three things: 1) check SAM Exclusions; 2) collect a certification from the contractor or subcontractor; or 3) add a clause or condition to the contract or subcontract. The additional suggested language in this sample clause is for purposes of this requirement. 166 "Suspension and Debarment This contract is a covered transaction for purposes of 2 C.F.R. Part 180 and 2 C.F.R. Part 3000. As such, the contractor is required to verify that none of the contractor's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). The contractor must comply with 2 C.F.R. Part 180, subpart C and 2C.F.R. Part 3000, subpart C, and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. This certification is a material representation of fact relied upon by (insert name of recipient/subrecipient/applicant). If it is later determined that the contractor did not comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C, in addition to remedies available to (insert name of recipient/subrecipient/applicant), the federal government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions." 10. Byrd Anti -Lobbying Amendment NFEs who intend to award contracts of more than $100,000, and their contractors who intend to award subcontracts of more than $100,000, must include a contract provision prohibiting the use of federal appropriated funds to influence officers or employees of the federal government. Contractors that apply or bid for a contract for more than $100,000 must also file the required certification regarding lobbying.53 Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an employee of a federal agency, a Member of Congress, an employee of Congress, or an employee of a Member of Congress in connection with receiving any federal contract, grant, or other award covered by 31 U.S.C. § 1352. 53 See 2 C.F.R. Part 200, Appendix II, § I (citing 31 U.S.C. § 1352); 44 C.F.R. § 18.110. 167 The required certification form is found in FEMA regulations.54 Each tier must also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal funding. These disclosures are forwarded from tier to tier, all the way up to the federal awarding agency.55 10.1 Applicability The Byrd Anti -Lobbying Amendment clause and certification are required for contracts of more than $100,000, and for subcontracts of more than $100,000. 10.2 Suggested Language The following provides a sample contract clause: "Byrd Anti -Lobbying Amendment, 31 U.S.C. § 1352 (as amended) Contractors who apply or bid for an award of more than $100,000 shall file the required certification. Each tier certifies to the tier above that it will not and has not used federally appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, officer or employee of Congress, or an employee of a Member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s) to the federal awarding agency." 10.3 Required Certification 10.3.1 REQUIRED CERTIFICATION LANGUAGE If applicable, contractors must sign and submit the following certification to the NFE with each bid or offer exceeding $100,000: "APPENDIX A, 44 C.F.R. PART 18 - CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee 54 See 44 C.F.R. §§ 18.100, 18.110; 44 C.F.R. Part 18, Appendix A. FEMA's regulations at 44 C.F.R. Part 18 implement the requirements of 31 U.S.C. § 1352 and provides, in Appendix A to Part 18, a copy of the certification that is required to be completed by each entity as described in 31 U.S.C. § 1352. 55 See 44 C.F.R. §§ 18.100, 18.110; 44 C.F.R. Part 18, Appendix B. The specific form for disclosures is referenced in Appendix B to 44 C.F.R. Part 18 and is SF -LLL, also available at https://www.F,ra nts.gov/web/gra nts/fo rms/sf-424-fa m i Iy. htm i. 168 of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, Title 31, U.S.C. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure." 10.3.2 RECOMMENDED SIGNATURE LINE: At the end of the certification language, FEMA recommends including the following signature line. "The Contractor, , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Contractor's Authorized Official Name and Title of Contractor's Authorized Official Date" 169 11. Procurement of Recovered Materials An NFE that is a state agency or an agency of a political subdivision of a state, and the NFE's contractors must comply with Section 6002 of the Solid Waste Disposal Act.56 Applicable NFEs must include a contract provision requiring compliance with this requirement.57 This includes contracts awarded by a state agency or political subdivision of a state and its contractors for certain items, as designated by the EPA, with a purchase price greater than $10,000.58 Indian Tribal Governments and nonprofit organizations are not required to comply with this provision. Additional requirements are listed below. 11.1 Applicability This required contract provision applies to all procurements over $10,000 made by a state agency or an agency of a political subdivision of a state and its contractors. 11.2 Additional Requirements The requirements include: ■ Procuring only items designated in EPA guidelines59 that contain the highest practical percentage of recovered materials consistent with maintaining competition, where the purchase price of the item is greater than $10,000, or the value of the amount of items purchased in the preceding fiscal year was greater than $10,000; ■ Procuring solid waste management services in a way that maximizes energy and resource recovery; and ■ Establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.60 11.3 Suggested Language The following provides a sample contract clause: "In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired - 56 Pub. L. No. 89-272 (1965) (codified as amended by the Resource Conservation and Recovery Act at 42 U.S.C. § 6962).2 C.F.R. § 200.323. 57 See 2 C.F.R. Part 200, Appendix II, § J (citing 2 C.F.R. § 200.323). 58 See 2 C.F.R. Pan: 200, Appendix II, § J; 2 C.F.R. § 200.323; 40 C.F.R. Part 247. 59 40 C.F.R. Part 247. 60 42 U.S.C. § 6962; 2 C.F.R. § 200.323. 170 Competitively within a timeframe providing forcompliance with the contract performance schedule; Meeting contract performance requirements; or At a reasonable price. Information about this requirement, along with the list of EPA -designated items, is available at EPA's Comprehensive Procurement Guidelines webpage: https://www.epa.gov/smm/comprehensive- procurement-guideline-cpg-program. The Contractor also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." 12. Prohibition on Contracting for Covered Telecommunications Equipment or Services Section 889(b)(1) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (FY2019 NDAA) and 2 C.F.R. § 200.216, as implemented by FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services (Interim), prohibit the obligation or expending of federal award funds on certain telecommunication products or from certain entities for national security reasons. Effective August 13, 2020, FEMA recipients and subrecipients, as well as their contractors and subcontractors, may not obligate or expend any FEMA award funds to: a. Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; b. Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; or c. Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. 12.1 Applicability For purchases in support of FEMA declarations and awards issued on or after November 12, 2020, all FEMA recipients and subrecipients, and their contractors and subcontractors, are required to include this contract provision in all FEMA -funded contracts and subcontracts, including any purchase orders.61 FEMA strongly encourages the use of this contract clause for any contracts where 612 C.F.R. Part 200, Appendix II, § K (citing 2 C.F.R. § 200.216). 171 FEMA funding will be used regardless of whether the funding is from FEMA declarations or awards issued on or after November 12, 2020. 12.2 Suggested Language The following provides a sample contract clause: "Prohibition on Contracting for Covered Telecommunications Equipment or Services (a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered telecommunications equipment or services; interconnection arrangements; roaming; substantial or essential component; and telecommunications equipment or services have the meaning as defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered Telecommunications Equipment or Services (Interim), as used in this clause— (b) Prohibitions. (1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or loan guarantee funds on certain telecommunications products or from certain entities for national security reasons. (2) Unless an exception in paragraph (c) of this clause applies, the contractor and its subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from the Federal Emergency Management Agency to: (i) Procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (ii) Enter into, extend, or renew a contract to procure or obtain any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology of any system; (iii) Enter into, extend, or renew contracts with entities that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system; or (iv) Provide, as part of its performance of this contract, subcontract, or other contractual instrument, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. (c) Exceptions. (1) This clause does not prohibit contractors from providing— (i) A service that connects to the facilities of a third -party, such as backhaul, roaming, or interconnection arrangements; or 172 (ii) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) By necessary implication and regulation, the prohibitions also do not apply to: (i) Covered telecommunications equipment or services that: i. Are not used as a substantial or essential component of any system; and ii. Are not used as critical technology of any system. (ii) Other telecommunications equipment or services that are not considered covered telecommunications equipment or services. (d) Reporting requirement. (1) In the event the contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the contractor is notified of such by a subcontractor at any tier or by any other source, the contractor shall report the information in paragraph (d)(2) of this clause to the recipient or subrecipient, unless elsewhere in this contract are established procedures for reporting the information. (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause: (i) Within one business day from the date of such identification or notification: The contract number; the order number(s), if applicable; supplier name; supplier unique entity identifier (if known); supplier Commercial and Government Entity (CAGE) code (if known); brand; model number (original equipment manufacturer number, manufacturer part number, or wholesaler number); item description; and any readily available information about mitigation actions undertaken or recommended. (ii) Within 10 business days of submitting the information in paragraph (d)(2)(i) of this clause: Any further available information about mitigation actions undertaken or recommended. In addition, the contractor shall describe the efforts it undertook to prevent use or submission of covered telecommunications equipment or services, and any additional efforts that will be incorporated to prevent future use or submission of covered telecommunications equipment or services. (e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph (e), in all subcontracts and other contractual instruments." 173 13. Domestic Preferences for Procurements As appropriate, and to the extent consistent with law, NFEs should, to the greatest extent practicable under a federal award, provide a preference for the purchase, acquisition, or use of goods, products or materials produced in the United States. This includes, but is not limited to, iron, aluminum, steel, cement, and other manufactured products.62 13.1 Applicability For purchases in support of FEMA declarations and awards issued on or after November 12, 2020, all FEMA recipients and subrecipients are required to include in all contracts and purchase orders for work or products a contract provision encouraging domestic preference for procurements.63 13.2 Suggested Language The following provides a sample contract clause: "Domestic Preference for Procurements As appropriate, and to the extent consistent with law, the contractor should, to the greatest extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States. This includes, but is not limited to iron, aluminum, steel, cement, and other manufactured products. For purposes of this clause: Produced in the United States means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. Manufactured products mean items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer -based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber." 62 See 2 C.F.R. § 200.322. 63 2 C.F.R. Part 200, Appendix II, § L (citing 2 C.F.R. § 200.322). The requirements of 2 C.F.R. § 200.322 must also be included in all subawards. 174 Attachment E Certification Regarding Lobbying APPENDIX A, 44 CFR PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all Subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Subrecipient or contractor, Indian River County , certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chap. 38, Administrative Remedies for False Claims and Statements, apply to this certification and disclosure, if any. Signature of Subrecipient/contractor's Authorized Official Joseph Flescher, Chairman Name and Title of Subrecipient/contractor's Authorized Official Date 175 This form must be completed by an officer or representative of an entity submitting a bid, proposal, or reply to, or entering into, renewing, or extending, a contract with a Governmental Entity which would grant the entity access to an individual's Personal Identifying Information. Capitalized terms used herein have the definitions ascribed in Rule 60A-1.020, F.A.C. CONSENT AGENDA Indian River County Inter -Office Memorandum Office of Management and 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: December 13, 2024 SUBJECT: Interest Rate Change on All County Financing (Petition Paving, Utility Assessment Projects, Utility Impact Fees, etc.) DESCRIPTIONS AND CONDITIONS Each year the Board of County Commissioners adjusts the fixed interest rates charged by the County for financing utility assessments, utility impact fees, petition paving assessments and any other financing. County policy has been to set this rate equivalent to the prime interest rate. The prime interest rate listed on Bloomberg on December 13, 2024 is 7.75%. Staff recommends decreasing the current interest rate being charged of 8.5%, to 7.75% to reflect the interest rate that will be charged by the County during the 2025 calendar year. The only exception to this interest rate would be for projects directly affiliated with a bond issue for which the bond covenants dictate a different interest rate. RECOMMENDATION Staff recommends that the Board of County Commissioners approve the fixed interest rate of 7.75%. Staff further recommends that this rate remain in effect for calendar year 2025 for all County financing with the exception of projects directly affiliated with a bond issue for which the bond covenants dictate a different interest rate. ATTACHMENT County Financing Interest Rate History 177 COUNTY FINANCING INTEREST RATES Historical Amounts Compared to Interest Rate Benchmarks Calendar Year Countv Rate 2025 (Recommended) 7.75% 2024 8.50% 2023 7.50% 2022 3.25% 2021 3.25% 2020 4.75% 2019 5.50% 2018 5.00% 2017 5.00% 2016 5.00% 2015 5.75% 2014 5.75% 2013 5.75% 2012 5.75% 2011 5.75% 2010 5.75% Historical Interest Rates Note: On February 5, 2002, the Board of County Commissioners adopted a minimum interest rate of 5.75%. This rate is equivalent to the interest rate on County utility revenue bonds. This prevents the County from lending at lower rates than our own borrowing costs. After early payoff of Series 2005 Water & Sewer Revenue bonds in 2015, the maximum interest rate on utility bonds is 5.00%, therefore, on December 15, 2015, the Board of County Commissioners approved decreasing the minimum interest rate to 5.0%. Due to the early payoff of the Series 2009 Water & Sewer Revenue Bonds in 2019, the Board of County Commissioners approved waiving the minimum interest rate, thus tying the County financing interest rate to the prime interest rate annually. F:\Budget\agenda items\agenda 202425\Interest Rate History Chart 178 �h CONSENT AGENDA INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: December 17, 2024 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management and Budget Jennifer Hyde, Purchasing Manager FROM: Shelby Ball, Purchasing Specialist SUBJECT: Fourth Extension and Amendment to Agreement for Operations of the Biosolids Dewatering Facility, Sludge Dewatering and Hauling (Bid 2021021) BACKGROUND: On February 16, 2021, the Board of County Commissioners awarded Bid 2021021 for the operation of the Biosolids Dewatering Facility located at the County Landfill located at 1350 74th Ave. SW, Vero Beach to Synagro South, LLC ("Synagro"). The facility receives domestic residuals, septage and grease from Indian River County wastewater treatment facilities, local septic tank haulers, and recreational vehicles. The Contractor will operate the Biosolids Dewatering Facility, haul sludge from the three County owned wastewater treatment facilities to the facility and be responsible for dewatering the sludge and disposing of it in the County Landfill. The first extension and amendment was approved by the Board on February 1, 2022, the second extension and amendment was approved by the Board on February 13, 2023, the third extension and amendment was approved by the Board on February 6, 2024, and will expire on February 28, 2025. This is the final extension available on the Agreement. ANALYSIS: Staff has been satisfied with the service provided by Synagro and would like to exercise the fourth renewal to the agreement. Article 4 of the Agreement provides an opportunity for Synagro to request a price increase in writing by January 1 of each year, to be effective for the upcoming term. Synagro has submitted a request to adjust the pricing in accordance with the CPI index (South), effective March 1, 2025. The amounts of the requested increases match the increase to CPI, which is a 2.66% increase. The Synagro request for an increase is on file in the Purchasing Division. Service Current Rate Proposed Rate $ Change Change Hauling $0.0334/ gal $0.0342/ gal $0.0008/gal +2.66% Processing/ Dewatering $257.95/ dry ton $264.81/ dry ton $6.86/ dry ton +2.66% 179 CONSENT AGENDA SOURCE OF FUNDS: Funding will come from the Utilities operating funds, which are derived from water and sewer sales. Hauling from the Wastewater Treatment Plants will come from the Utilities Fund/ Wastewater Treatment/Sewage Sludge Removal (47121836-044730) account, and processing and dewatering costs will be paid from the Utilities Fund/Sludge/Other Professional Services (47125736-033190) account. Account Number Account Description FY 24/25 Budget 47121836-044730 Utilities/Wastewater Treatment/Sludge Removal $545,000 47125736-033190 Utilities/Sludge/Other Professional Services $510,350 RECOMMENDATION: Staff recommends the Board approve the fourth extension and amendment to the agreement and authorize the Chairman to execute it, after review and approval by the County attorney as to form and legal sufficiency. ATTACHMENT: Fourth Extension and Amendment 180 FOURTH EXTENSION AND AMENDMENT TO AGREEMENT FOR OPERATIONS of the BIOSOLIDS DEWATERING FACILITY, SLUDGE DEWATERING, AND HAULING This Fourth Extension and Amendment to that certain Agreement to provide Operations of the Biosolids Dewatering Facility, Sludge Dewatering, and Hauling is entered into effective as of March 1, 2025, by and between Indian River County, a political subdivision of the State of Florida ("County") and Synagro South, LLC ("Contractor"). BACKGROUND RECITALS WHEREAS, the County and the Contractor entered into an Agreement for Operations of the Biosolids Dewatering Facility, Sludge Dewatering, and Hauling effective March 1, 2021; and WHEREAS, Article 3 of the Agreement contains the term and renewal provisions; and WHEREAS, the first term commenced effective as of March 1, 2021 and ended on February 28, 2022; and WHEREAS, the first extension commenced effective March 1, 2022, and ended on February 28, 2023; and WHEREAS, the second extension commended effective March 1, 2023, and ended on February 28, 2024; and WHEREAS, the third extension commenced effective March 1, 2024, and shall end on February 28, 2025; and WHEREAS, pursuant to the Agreement, the parties desire to extend the Agreement for an additional one- year period; and WHEREAS, the parties desire to amend Article 4 —Exhibit A Pricing; NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the County and the Contractor agree as follows: The background recitals are true and correct and form a material part of this Fourth Extension. 2. The fourth renewal term shall commence effective March 1, 2025, and shall end on February 28, 2026. This is the final extension available on the Agreement. The Exhibit A Pricing is amended to reflect new unit price and total pricing as follows: 181 Location Estimated Hauling Unit Price/gal Total Extended Price Quantity South Regional WWTF 2500 6th Avenue SW 2,000,000 gals $0.0342 $68,400 Vero Beach, FL West Regional WWTF 8405 8th Street 7,000,000 gals $0.0342 $239,400 Vero Beach, FL Central Regional WWTF 3550 49th Street 5,000,000 gals $0.0342 $171,000 Vero Beach, FL Total Annual Hauling Price $467,600 Processing/Dewatering Estimated Price per dry Total Processing Price Quantity tons produced Sludge and Septage Dewatering 2,500 dry tons $264.81 $662,025 Total Annual Cost Hauling and Processing $1,140,825 4. All other terms and provisions of the Agreement shall be unchanged and remain in full force and effect. 182 IN WITNESS WHEREOF, the parties have caused this Fourth Extension and Amendment to be executed effective the day and year first set forth above. SYNAGRO SOUTH, LLC By: Printed name: Title: (Corporate Seal) Date: INDIAN RIVER COUNTY, FLORIDA. BOARD OF COUNTY COMMISSIONERS L -In Joseph E. Flescher, Chairman Attest: Ryan L. Butler, Clerk of Circuit Court and Comptroller Deputy Clerk Approved: John A. Titkanich, Jr. County Administrator Approved as to form and legal sufficiency: Jennifer W. Shuler County Attorney 183 7� CONSENT INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: December 26, 2024 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management and Budget Jennifer Hyde, Purchasing Manager FROM: Shelby Ball, Purchasing Specialist SUBJECT: First Amendment to Agreement for Continuing Consulting Environmental, Ecological, and Biological Support Services (RFP 2023060) BACKGROUND: On September 26, 2023, the Board of County Commissioners approved the award of RFP 2023060 for Continuing Consulting Environmental, Ecological, and Biological Support Services to The Transit Group, Inc. dba Ecological Associates, Inc., among other Consultants. The initial term of the award was for two years, with two, two-year renewal terms available. We are currently in the initial term, which ends October 10, 2025. Staff has received a request to assign the Agreement to Ecological Associates, Inc., as The Transit Group, Inc.'s ownership was acquired by Ecological Associates, Inc. in October of 2024. FUNDING: There is no change to Funding for the services provided under this agreement. RECOMMENDATION: Staff recommends the Board approve the first amendment to the agreement with Ecological Associates, Inc. and authorize the Chairman to sign it after the County Attorney's approval as to form and legal sufficiency. ATTACHMENT: First Amendment 184 FIRST AMENDMENT TO AGREEMENT FOR CONTINUING CONSULTING ENVIRONMENTAL, ECOLOGICAL, AND BIOLOGICAL SUPPORT SERVICES This First Amendment to that certain Agreement to provide Continuing Consulting Environmental, Ecological, and Biological Support Services is entered into effective as of January 14, 2025, by and between Indian River County, apolitical subdivision of the State of Florida ("County") and The Transit Group, Inc., dba Ecological Associates, Inc. ("Consultant"). BACKGROUND RECITALS WHEREAS, the County and the Consultant entered into an Agreement for Continuing Consulting Environmental, Ecological, and Biological Support Services effective September 26, 2023; and WHEREAS, Consultant has notified County of completion of the purchase of the Transit Group, Inc. by Ecological Associates, effective September 4, 2024, and the pending dissolution of the Transit Group, Inc. WHEREAS, pursuant to the Agreement, the parties desire to amend the Agreement to rename Consultant from The Transit Group, Inc. dba Ecological Associates, Inc. to Ecological Associates, Inc.; and NOW, THEREFORE, in consideration of the foregoing, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the County and the Consultant agree as follows: 1. The background recitals are true and correct and form a material part of this First Amendment. 2. The Agreement is hereby amended to rename the consultant Ecological Associates, Inc.. All references to "The Transit Group, Inc., dba Ecological Associates, Inc" shall be amended to "Ecological Associates, Inc." 3. All other terms and provisions of the Agreement shall be unchanged and remain in full force and effect. 185 IN WITNESS WHEREOF, the parties have caused this First Amendment to be executed effective the day and year first set forth above. Indian River County Bv: Joseph E. Fletcher, Chairman By: John A. Titkanich, Jr., County Administrator APPROVED AS TO FORM AND LEGAL SUFFICIENCY: By: Jennifer W. Shuler, County Attorney Ryan L. Butler, Clerk of Court and Comptroller Attest: Deputy Clerk (SEAL) Ecological Associates, Inc. By: Name: Title: 186 -( M INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: December 27, 2024 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management and Budget Jennifer Hyde, Purchasing Manager FROM: Shelby Ball, Purchasing Specialist SUBJECT: Ratification of Purchase Order 101387 BACKGROUND: According to Section 1.4 of the Purchasing Manual, the mandatory bid threshold shall be $35,000 and the Board shall be authorized to approve a procurement transaction up to or in excess of $75,000, without competitive selection, unless otherwise required by applicable law. The Purchasing Manager may approve purchase orders up to $35000 (not associated with a bid or contract), and the Administrator is authorized in Section 105.01 of the County Code to approve purchase orders up to $75,000. There continues to be a significant wait time when purchasing vehicles under State and other cooperative contracts, with delivery being anywhere from 3 to 6 months after the issuance of a Purchase Order. The Building Division reached out to a local dealer, Mullinax Ford of Vero Beach, to obtain quotes for two trucks. These trucks cost $44,58o each and for a combined total of $89,16o. These totals are over the mandatory bid threshold as well as the Administrators' approval authority. To facilitate the purchase of the vehicles while they were available, the Deputy County Administrator approved a requisition on December 12, 2024. Staff now requests the Board ratify the purchase exceeding the Administrator's authority. These vehicles were approved in the Fiscal Year 2024/2025 Original Budget on September 18, 2024 for a total amount of $91,311. FUNDING: Funding, in the amount of $89,16o, for these vehicles, will come from the County Building Fund/Vehicles account number, 441-166001. This purchase is $2,151 under budget. Account Description Account Number Amount County Building Fund Vehicles I 441-166001 $89,16o RECOMMENDATION: Staff recommends the Board of County Commissioners ratify the issuance of Purchase Order 101387 for $89,16o.00 to Mullinax Ford of Vero Beach, and further authorize the County Administrator or his designee to authorize additional off the lot purchases from local dealers, as necessary, with said purchases to be reported quarterly to the Board. 187 0 INDIAN RIVER COUNTY OFFICE OF MANAGEMENT AND BUDGET PURCHASING DIVISION DATE: December 27, 2024 TO: BOARD OF COUNTY COMMISSIONERS THROUGH: John A. Titkanich, Jr., County Administrator Kristin Daniels, Director, Office of Management & Budget FROM: Jennifer Hyde, Purchasing Manager SUBJECT: Rejection of Bids for 2025015 for Sandridge Golf Club Lakes Course Restroom BACKGROUND: On behalf of Sandridge Golf Club, bids were solicited for renovations to the restrooms located on Lakes Course Hole 6. Project design was completed by Kimley-Horn and Associates, Inc. under work order 11, which was approved by the Board on May 7, 2024. The scope of work included the conversion of the existing septic sewer system to a combined gravity sewer and pump (grinder) station, with associated discharge to an existing 4 -inch force main, as well as the connection to county water via a 2 -inch line. The restroom is currently out of order, due to a lack of water. DISCUSSION• Two responsive bids were received, with the lowest bid more than double the available and budgeted funds for the project. The highest cost noted in the bids was for furnishing and installing the lift station for the sewer system, with the low bid price for that item $325,000. Because additional funds are not available to support completion of the entire project, and the septic system is operating effectively, staff would like to reject the bids received and cancel the project. Quotes will be obtained for the water line connection, and the work authorized under the Purchasing Manager's authority. FUNDING• No funds are necessary in relation to the rejection of bids. Funds for the water line connection will be authorized during the review of the purchase order by Budget. RECOMMENDATION: Staff recommends the Board reject the bids received in response to invitation to bid 2025015. 188 CONSENT INDIAN RIVER COUNTY MEMORANDUM TO: Honorable Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator FROM: Suzanne Boyll, Human Resources Director DATE: December 27, 2024 SUBJECT: Revision to AM -502.1 Vacation Leave BACKGROUND: M Indian River County has established administrative policies outlining various policies, practices and procedures applicable to County employees. Policy AM -502.1 establishes the vacation leave benefit for non-union employees. Staff is requesting this policy be updated to increase the maximum vacation accrual to 22 days per year for employees with fourteen (14) or more years of service. This is consistent with the number of vacation days provided under the Teamsters' collective bargaining agreement. Additionally, the policy has been updated to clarify the provision for prior service credit for vacation accruals, remove out of date language regarding part-time employees hired prior to June 22, 2001, and identify what occurs with vacation accruals when an employee transfers from a full-time to part-time position. FUNDING: The budgetary impact of these additional days will be minimal since it only impacts employees with over 14 years of service and will likely not require backfill of the position in all cases. Where necessary, overtime will be incurred in some departments where sufficient coverage does not exist. In this instance, the overtime expense will be funded from the individual departmental budgets. RECOMMENDATION: Staff respectfully requests the Board of County Commissioners approve staff's recommendation the revise AM -502.1 Vacation Leave. ATTACHMENTS: AM -502.1 Vacation Leave 189 POLICY: SECTION NUMBER EFFECTIVE DATE ADMINISTRATIVE HUMAN POLICY RESOURCES AM -502.1 1/14/2025 MANUAL SUBJECT PAGE VACATION LEAVE 1 of 2 It is the policy of the County to provide vacation leave with pay to employees in regularly established positions in accordance with the guidelines established below. COMMENT - Effective January 2025, full-time employees will accrue paid vacation leave based on the number of budgeted hours in their work week according to the following schedule: ACCRUAL RATES Days Per 37.5 Hour Week 40.0 Hour Week Full Time Service Year Hrs/Yr Hrs/Mo Hrs/Yr Hrs/Mo 1 yr to 4 yrs 12 months 10 75.0 6.25 80.0 6.67 5yrs; to 5 yrs 12 months 11 82.5 6.88 88.0 7.34 6 yrs to 6 yrs 12 months 12 90.0 7.50 96.0 8.00 7yrs; to 7 yrs 12 months 13 97.5 8.13 104.0 8.67 8yrs; to 8 yrs 12 months 14 105.0 8.75 112.0 9.34 9 yrs to 9 yrs 12 months 15 112.5 9.38 120.0 10.00 10 yrs to 10 yrs 12 months 16 120.0 10.00 128.0 10.67 11 yrs to 11 yrs 12 months 17 127.5 10.63 136.0 11.34 12 yrs to 12 yrs 12 months 18 135.0 11.25 144.0 12.00 13 yrs to 13yrs; 12 months 19 142.5 11.88 152.0 12.67 14 yrs (max accrual rate) 22 165.0 13.75 176.0 14.67 2. When establishing the accrual rates as reflected above, service credit will be considered for prior governmental service to include local, state, or federal service inclusive of prior active duty military service. Service credit will be awarded, on a year for year basis, for individuals who possess five (5) or more years' of combined prior service in a full-time position. Prior service credit will be granted to non-union employees who submit a letter of verification of prior service at time of hire. The letter of verification needs to be on official letter head or other recognized governmental document and identify the dates of service in a full-time position. The prior service credit will be capped at up to five additional days for a maximum total accrual of 15 days per year. After service credit is applied, the annual progression in the accrual table will continue up to the maximum accrual rate identified above, not to exceed 22 days per year. 3. Part-time employees and temporary employees are not eligible to accrue vacation leave. Employees who transfer from a full-time position to a part-time position will no longer be eligible to accrue vacation leave. They will remain eligible to use accrued leave while in the 190 part-time position. 4. New employees may use vacation after it is accrued. No employee may use vacation leave in advance of it being accrued. Accrued vacation is credited after the end of each month, and is added to the employees' account on or after the first of the following month. In order to accrue vacation for that month, an employee must be employed for the full month and work at least one-half of the budgeted hours in the month or be in a paid leave status. Donated sick leave and approved administrative leave with pay are excluded from the accrual calculation. 5. Authorized vacation hours shall be counted as time worked for the purpose of computing overtime pay eligibility. 6. Employees hired prior to October 1, 2011, will earn vacation monthly, in hourly increments, and may carry over unused vacation from year to year up to a maximum of 75 days. Any vacation time accrued over 75 days during the calendar year must be used by December 31 of that calendar year. On January 1 vacation balances exceeding 75 days will be rolled back to the 75 -day maximum. Employees hired on or after October 1, 2011, will earn vacation monthly, in hourly increments, and may carry over unused vacation from year to year up to a maximum of 30 days. Any vacation time accrued over 30 days during the calendar year must be used by December 31 of that calendar year. On January 1 vacation balances exceeding 30 days will be rolled back to the 30 -day maximum. 7. Vacation leave may be taken after approval by the manager or supervisor. Employees are encouraged to take their vacation in increments of five working days or more. It may be requested in increments as small as one hour. 8. Employees shall not be paid for earned vacation leave in lieu of taking the leave, except upon termination of employment. In no event will an employee be paid for more than 75 days (if hired prior to October 1, 2011) or 30 days (if hired on or after October 1, 2011) of vacation leave upon termination of employment. Earned vacation leave for employees who die while in County employment shall be paid to the same beneficiary as is designated for the life insurance benefit. 9. When a County observed holiday falls within an authorized vacation leave period, that time shall be charged as holiday pay, and vacation leave will not be charged. 10. Vacation leave will always be paid at the employee's pay level at the time the vacation is used. 191 SECTION NUMBER EFFECTIVE DATE ADMINISTRATIVE HUMAN POLICY RESOURCES AM -502.1 1/14/2025 MANUAL SUBJECT PAGE VACATION LEAVE 2 of 2 part-time position. 4. New employees may use vacation after it is accrued. No employee may use vacation leave in advance of it being accrued. Accrued vacation is credited after the end of each month, and is added to the employees' account on or after the first of the following month. In order to accrue vacation for that month, an employee must be employed for the full month and work at least one-half of the budgeted hours in the month or be in a paid leave status. Donated sick leave and approved administrative leave with pay are excluded from the accrual calculation. 5. Authorized vacation hours shall be counted as time worked for the purpose of computing overtime pay eligibility. 6. Employees hired prior to October 1, 2011, will earn vacation monthly, in hourly increments, and may carry over unused vacation from year to year up to a maximum of 75 days. Any vacation time accrued over 75 days during the calendar year must be used by December 31 of that calendar year. On January 1 vacation balances exceeding 75 days will be rolled back to the 75 -day maximum. Employees hired on or after October 1, 2011, will earn vacation monthly, in hourly increments, and may carry over unused vacation from year to year up to a maximum of 30 days. Any vacation time accrued over 30 days during the calendar year must be used by December 31 of that calendar year. On January 1 vacation balances exceeding 30 days will be rolled back to the 30 -day maximum. 7. Vacation leave may be taken after approval by the manager or supervisor. Employees are encouraged to take their vacation in increments of five working days or more. It may be requested in increments as small as one hour. 8. Employees shall not be paid for earned vacation leave in lieu of taking the leave, except upon termination of employment. In no event will an employee be paid for more than 75 days (if hired prior to October 1, 2011) or 30 days (if hired on or after October 1, 2011) of vacation leave upon termination of employment. Earned vacation leave for employees who die while in County employment shall be paid to the same beneficiary as is designated for the life insurance benefit. 9. When a County observed holiday falls within an authorized vacation leave period, that time shall be charged as holiday pay, and vacation leave will not be charged. 10. Vacation leave will always be paid at the employee's pay level at the time the vacation is used. 191 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator Kylie Yanchula, Natural Resources Director Melissa Meisenburg, Senior Lagoon Environmental Specialist FROM: Sara Wappes, Lagoon Environmental Specialist SUBJECT: Approval to Submit an FWC Bulk Derelict Vessel Removal Grant Application DATE: December 20, 2024 DESCRIPTIONS AND CONDITIONS The Florida Fish and Wildlife Conservation Commission (FWC) has authorized the removal of two (2) derelict vessels from the Indian River Lagoon within the jurisdiction of Indian River County. Officers from FWC have investigated the vessels and determined the vessels as derelict in accordance with sections 705.101(3) and 823.11, Florida Statutes. The derelict designation from FWC allows for the vessels to be removed and properly disposed of, improving boating safety and removing these hazards to navigation and the environment. Outlaw Maritime, LLC has provided a cost proposal to the County of $22,100.00 to remove and dispose of the two (2) authorized derelict vessels following FWC best management practices. Staff has prepared an FWC Bulk Derelict Vessel Grant application providing detailed information on the proposed removal tasks. The FWC Bulk Derelict Vessel Removal Grant is a reimbursement grant for 100% of the costs associated with the cost of derelict vessel removal. FUNDING There is no cost associated with this item, as this item is simply authorizing submission for the grant. If the grant is accepted, another item will be brought to the Board for acceptance and costs. RECOMMENDATION Staff recommends the Board of County Commissioners (Board) authorize the Chair to sign the FWC Bulk Derelict Vessel Removal Grant Application. In addition, staff recommends the Board authorize the County Administrator to execute the contract documents upon concurrence from the County Attorney if funds are awarded. ATTACHMENTS 1. FWC Bulk DV Grant Winter 2025 APPROVED AGENDA ITEM FOR January 14, 2025 192 qP Board of County Commissioners 1801 27th Street, Vero Beach, Florida 32960 Telephone: (772) 567-8000 FAX: 772-778-9391 Florida Fish and Wildlife Conservation Commission 12/20/24 620 South Meridian Street Tallahassee, Florida 32399-1600 (850) 488-4676 Re: Derelict Vessel Grant Application — Winter 2025 Indian River County Derelict Vessel Removal The Indian River County Board of County Commissioners intends to have two (2) derelict vessels removed from the waters of the state, the vessels and vessel parts transported to an approved landfill facility and the vessels destroyed. The County has received a Derelict Vessel Removal Authorization Letter for each of these vessels from The Florida Fish and Wildlife Conservation Commission (FWC). The selected contractor will use FWC Best Management Practices for Derelict Vessel Removal. These include protective measures and equipment to prevent erosion and pollution during removal. The County is applying for the FWC Derelict Vessel Removal Grant for 100% reimbursement of the Contractor (Outlaw Maritime LLC) amount in the total of $22,100. Indian River County, Lagoon Division will oversee the Winter 2025 Indian River County Derelict Vessel Removal project while in coordination with FWC Law Enforcement. Sincerely,/ ! " VV Sara Wappes Lagoon Environmental Specialist Indian River County Natural Resources Lagoon Division (772) 226-1561 Cover Letter — Winter 2025 Indian River County Derelict Vessel Removal Page 1 of 1 193 PROJECT SUMMARY Winter 2025 Indian River County Derelict Vessel Removal As of 12/20/24, there have been two (2) Authorization Letters issued to Indian River County for Derelict Vessel (DVs) removal within the boundaries of Indian River County. Indian River County, Lagoon Division is coordinating the removal effort for all two (2) vessels. The County is seeking a FWC Derelict Vessel Removal Grant for full reimbursement of the contracted amount for this project. A licensed and insured contractor (Outlaw Maritime LLC) will be utilized by the County to properly and safely remove two (2) DVs adhering to the best management practices. A Scope of Work has been developed by County Staff to guide the Contractor in the removal. The County will provide Lagoon Division Staff to observe and photographically record the removal process. Photographs documenting the removal process will be incorporated into the final report. Local FWC Law Enforcement will also be offered to observe the removal process. Upon completion, Staff will inspect the removal locations to ensure all debris has been removed. BUDGET The following table is the price breakdown for the cost to remove each DV provided from Outlaw Maritime LLC. MAP ID Case Number Cost to Remove DV0008874 FWC240N0075503 $16,100.00 DV0008875 FWC240N0079897 $6,000.00 TOTAL $22,100.00 SCOPE OF WORK The County is sought removal quotes from Outlaw Maritime LLC to provide removal of the two (2) derelict vessels (DVs) from the waters of the state, transport the vessels and vessel parts to an approved landfill facility and destroy the vessel. The contractor will use Florida Fish and Wildlife Conservation Commission's Best Management Practices for Derelict Vessel Removal. This includes protective measures and equipment to prevent erosion and pollution during the removal process. Attached you will find maps and details of the DVs authorized for removal by the Florida Fish and Wildlife Conservation Commission Law Enforcement. Derelict Vessel Removal Background Derelict vessels are navigational hazards to boaters, negatively impact the environment and are aesthetic nuisances. Typically these vessels are found grounded on the edges of active waterways where they may have physical impacts on benthic and shoreline communities. However, the impact of these vessels is not limited to their immediate location. If left unattended, the influences of winds and tides continue to push the boats, causing greater impact as they become more deeply mired into the environment. Early extraction of these vessels will avoid and minimize the environmental impacts. In addition to the physical impacts resulting from the movement of these vessel through the environment, there are long term 194 effects caused by their continued degradation and decay in the marine environment. These vessels may be constructed of various materials, such as wood, steel, aluminum, or fiberglass; each having varying degrees of resilience and can remain in the marine environment for extended periods of time. With the progression of time, the environmental impacts increase because of the shading from the hull and displacement of live bottom and emergent vegetative communities resulting from the expansion of the debris field as the vessel disintegrates. The impacts resulting from the removal of these vessels during any stage is less than the impacts caused by the long-term presence of the vessel in the marine environment. Therefore, early detection and removal of abandoned and derelict vessels is the best means of minimizing the individual or cumulative impacts to the environment. Derelict Vessel Removal (FDEP) Permit Exemption An Exemption under Florida Administrative Code Chapter 62-330-051(5)(g) by The Florida Department of Environmental Protection, has been established for the removal of derelict vessels. Based on the presumption the extraction of these vessels from the marine environment will cause only minimal environmental impacts and in turn avoid the long-term impacts resulting from the degradation of the vessel at its current location. The environmental impacts are ameliorated by the application of the best management practices referenced below. Florida Administrative Code Chapter 62-330-051(5)(g) (g) The removal of derelict vessels, as defined in Section 823.11(1), F.S., by federal, state, and local agencies, provided: 1. The derelict vessel case has been completed as specified in Section 705.103, F.S., and has been entered into the Statewide Derelict Vessel Database maintained by the Florida Fish and Wildlife Conservation Commission; 2. All work is done in a manner that, to the greatest practicable extent, avoids additional dredging or filling, grounding or dragging of vessels, and damage to submerged resources such as seagrass beds, oyster beds, coral communities, mangroves, other wetlands, and live bottom; and 3. An absorbent blanket or boom shall be immediately deployed on the surface of the water around the derelict vessel if fuel, oil, or other free-floating pollutants are observed during the work General Derelict Vessel Removal and Environmental Protection Best Management Practices The following best management practices (BMPs) will be employed by the marine contractor during the removal of the derelict vessels. The BMPs will be incorporated into the contract for the vessel removal project. The marine contractor will be required to show proof of their ability to meet the BMP requirements with their contingency of equipment, staff and expertise in the removal of derelict vessels. Compliance with these BMP's will be monitored by the County and by local Florida Fish and Wildlife Conservation Commission law enforcement officers. These BMPs are as follows: a) All Work Is to Meet the Following Requirements: 1. Operations are to be limited to daylight hours. 195 2. Operations are to be staged from an upland area. 3. All work is to be performed in a manner that avoids and/or minimizes impacts to live bottom and other resource areas (e.g., seagrass beds, oyster beds, wetlands, mangroves, and other sensitive habitats) while approaching, working in, and leaving the derelict vessel site. 4. All work shall avoid impacts to manatees, sea turtles, and other species listed by the state and federal government as threatened or protected. 5. The Contractor will remove all contaminants and pollutants including fuels, batteries, paints, solvents, black/grey water, and engines from the derelict or otherwise authorized vessel prior to or immediately after vessel extraction from the water, whichever option is best to prevent environmental impacts. Any contaminant or pollutant found to be contained within a derelict or other authorized vessel as well as the used absorbent matts/socks shall be removed by the Contractor, placed in an approved container, and disposed of properly. The placement of an absorbent matt/socks on the surface of the water within the turbidity barrier around the derelict or other authorized vessel is required where free floating product (gas/oil) is observed and under vessels placed on land. 6. The Contractor is to provide appropriate BMPs approved by the Florida Department of Environmental Protection for erosion control and turbidity protection while each derelict vessel is being removed. In areas of low to moderate currents, a Type II floating turbidity barrier will be installed within a ten (10) foot radius of the vessel being removed prior to starting any removal activities. The turbidity barrier shall be anchored to the bottom of the waterway. 7. The Contractor is to provide appropriate BMPs for erosion control and turbidity prevention around the vessels/barges being used to remove the derelict vessel and around the perimeter of any upland staging site where necessary. 8. The Contractor is to monitor turbidity levels throughout removal work. 9. In an effort to reduce turbidity, a crane, winch and/or approved alternate method is to be used to raise the derelict or other authorized vessel from the water if available. 10. The Contractor will assess turbidity levels and allow them to return to an acceptable level similar to pre -project condition prior to removal of turbidity measures. 11. The dragging of vessels is to be avoided both on and off -shore. All vessels/barges used in vessel removal shall continually monitor water depths to avoid running aground. 12. The Contractor will load derelict vessels onto a barge and/or flatbed truck (or similar) for proper disposal. 13. The Contractor is to photo -document all removals as described in SOW Section 6 with pictures taken before, during and after removal. The Contractor will provide a monthly written report of all removal activities. b) For Derelict Vessels That Are Floating or Lightly Aground: 1. The vessel is to be pumped out as needed and extracted (floated out) during high water. 2. Following extraction, the vessel is to be towed from the grounded location to a boat ramp or other removal point while avoiding and/or minimizing impacts to live bottom areas. c) For Derelict Vessels That Are Hard Aground: 1. The vessel is to be approached using shallow draft vessels. 2. The vessel is to be extracted using a crane from a shallow draft deck barge, by hand using the best available tools, or similar approach to minimize impacts to the site and surrounding areas. d) For Derelict Vessels Sunken in Shallow Water: 196 a) Install and inflate flotation bags as needed. b) Lift the vessel with barge mounted crane or similar equipment. A pre -construction meeting will be held between the County and the Contractor prior to the implantation of the removal process. 197 DVO008874 ♦ 74 f' y OL N� � • i M 4 a"N'P MK ata Sf A. U S Navy, NGA, GESCO Eth+� Z, 2024 Airbus X024 TarraMetrics a � • 4 a 6 �''� S Nw.• .x' �,; tt vel 'k�y ��� t•x NV+ #!� q, ♦vt+ ! �e, �• q�4x♦ 44µ ♦ 74 f' y OL N� � • i M 4 a"N'P MK ata Sf A. U S Navy, NGA, GESCO Eth+� Z, 2024 Airbus X024 TarraMetrics FLORIDA FISH AND WILDLIFE CONSERVATION COMMISSION Derelict Vessel Removal Grant Application FOR OFFICE USE ONLY Derelict Vessel Removal Grant Application Number: I Date Received: 11. PROJECT SUMMARY I. APPLICANT INFORMATION Winter 2025 Indian River County Derelict Vessel Removal Applicant: Indian River County- Lagoon Division a) Federal Employer ID No.: 59-60000674 b) Project Manager Name: Sara Wappes I c) Project Manager Title: Lagoon Environmental Specialist d) Mailing Address 1801 27th Street, Bldg A e) City/State/ZIP Vero Beach, FL 32960 f) Shipping Address 1801 27th Street, Bldg A g) City/State ZIP Vero Beach, FL 32960 h) Telephone 772-226-1561 i) FAX 772-778-9391 j) Email swappes@indianriver.gov k) District Numbers: 1) State House 8 m) State Senate 17 11. PROJECT SUMMARY a) Project Title Winter 2025 Indian River County Derelict Vessel Removal b) Project Goal(s): Efficiently and safely remove two (2) authorized derelict vessels from the Indian River Lagoon water body within Indian River County, Florida. c) Project Cost (Total): $ 22,100.00 199 d) Grant Amount Requested: $ 22,100.00 e) Project Type(s): F✓ Bulk Derelict Vessel Grant (See Section V of guidelines for eligibility and F1 restrictions. Rapid Removal Derelict Vessel Grant (See Section VI of guidelines for eligibility and restrictions). Brief Project Summary (including the total number of derelict vessels that you are requesting be removed as part of this project). (Note that a detailed Project Summary/Scope of Work is required as an attachment to this application. As of December 20, 2024, two (2) derelict vessels have been authorized to Indian River County for removal from the waters of the Indian River Lagoon within the boundaries of Indian River County. Using a contractor (Outlaw Maritime LLC) the County will efficiently and safely remove all two (2) derelict vessels following the FWC Derelict Vessel Removal Guidelines. A detailed Scope of Work is attached to this document for review. III. JUSTIFICATION FOR RAPID REMOVAL GRANT REQUEST VS. BULK DERELICT VESSEL GRANT REQUEST Describe how the vessel to be removed meets the rapid removal criteria listed in Section VI of the Derelict Vessel Removal Grant guidelines using specific conditions which demonstrate it is in danger of imminent sinking, breaking apart, or is a critical danger to public safety or the environment. Not applicable, the application is for a Bulk Derelict Vessel Removal Grant. 200 IV. PROJECTED OUTCOMES How many total derelict vessels are there in the project's jurisdiction? What percentage of the total derelict vessels located within the project's jurisdiction will be removed by this project? (Limited to those listed in the Statewide Derelict Vessel Database). There are currently nine (9) open derelict vessel cases in Indian River County. There are currently three (3) derelict vessels authorized for removal. One (1) vessel is authorized to Florida Division of Emergency Management (FDEM) and will be removed by FDEM. Indian River County is coordinating the removal effort for the remaining two (2) authorized derelict vessels. Indian River County intends to remove 22% of the open vessels cases, 67% of the authorized derelict vessels within the County. b. Describe the system to be used in demonstrating complete removal and destruction of the removed vessel(s). Include the procedure to verify contractor's completeness in removal of the vessel(s). A marine barge and crane will be used to lift and remove derelict vessels from the waters of the Indian River Lagoon. FWC Removal Guidelines will be followed to prevent impacts to the waters and surrounding area. The barge will transport removed vessels to the boat ramp for removal where they will be disposed of at an authorized landfill. Lagoon Division staff will observe the removal process, documenting removal and disposal, including the inclusion of photos and landfill tickets in the final report. Upon completion of the removal, Lagoon Division staff will inspect the location to ensure all debris has been removed. FWC Law Enforcement will be notified prior to removal and upon removal completion with documentation. V. BUDGET Has a detailed cost estimate/proposal been developed for this derelict vessel removal project? If yes, attach a copy of application. ❑✓ YES ❑ NO VI. OTHER SOURCE OF FUNDS (STATUS) a. ❑ Federal ❑ State/Local ❑ Loan b. Grant Name: c. Approval Status: ❑ Approved ❑ Pending Agency: Amount: Intend to Apply, Date: 201 VII. LAW ENFORCEMENT CASE DATE (Include a line for each derelict vessel that you are requesting be removed as a part of this project) VESSEL AGENCY CASE VESSEL VESSEL REMOVAL AGENCY NUMBER REGISTRATION VESSEL MAKE LENGTH QUOTE FWC FWC240N0075503 DL5189AM Unknown 46' $ 16,100.00 1 FWC FWC240N0079897 FL5924AH Sailstar 24' $ 6,000.00 2 3 4 5 6 7 8 9 10 11 12 13 TOTAL $ 22,100.00 VIII. APPLICATION ATTACHMENTS CHECKLIST For mailed applications, include a copy on electronic media with paper copy or you may email entire application to: DVGrant@MyFWC.com Inc. Required Attachments ✓ a. Cover Letter: A brief letter explaining overview of project and responsible parties involved. ✓ b. Application: One (1) application with original signature from authorized individual. ✓ c. Project Proposal: a detailed description of the project as described in the application instructions. d. Delegation of Authority: Formal documentation to show that the person signing the application has the ❑ authority to apply for, administer and commit the governing body or not-for-profit organization to the grant project on behalf of the applicant. e. Detailed Cost Estimate: Cost estimate in the form of a formal bid, written quote from proposed vendor ✓ or a detailed cost estimate for the project elements. One (1) tabbed section for each vessel removal requested to include the Derelict Vessel Data Sheet (Attachment "A). 202 Attachment A (Submit one (1) sheet for each vessel requested in grant application) Derelict Vessel Data Sheet Law Enforcement Case Number: FWC240N0075503 County of Vessel's Location: Indian River Has the vessel's owner or responsible party been charged with a violation of NO either Section 823.11, F.S. or Section 376.15, F.S.? If the vessel's owner or responsible party has not been charged with a violation of Section 823.11, F.S. or section 376.15, F.S., did law enforcement request that NO the State Attorney file charges directly? Describe the vessel's location: (example: Vessel is in shallow water within mangroves at boat ramp. The vessel is located near the North end of Fitz Island in the City of Vero Beach. Vessel Coordinates: (Degrees -Decimal Minutes) Has law enforcement officer issued a Letter of Removal Authorization: Vessel Color: Vessel Length: Vessel Registration: Investigating Agency: Photo of Vessel: (include photos as attachment in this tab) Select Removal Type: Are there pollutants on the vessel requiring removal? Is the vessel located in or above seagrass or coral? Vessel Removal Cost (Include contractors written quote for the vessel) Contractor's Name: Contractor's Address: Contractor's Phone (N) 27.6621 (W) -80.3758 YES White 46' DL5189AM FWC YES BULK REMOVAL NO NO 16,100.00 Outlaw Maritime LLC 7673 Lakeview Dr. West Melbourne, FL 32904 321 480-2975 203 I Outlaw Maritime LLC 7673 Lakeview Dr West Melbourne, FI 32904 772-480-2975 outlawmaritimellc@amail.com QUOTE Indian River County Date 12/03/2024 PROJECT TITLE: Derelict Vessel Removal QUOTE NUMBER: 12032024 FWC240N0075503/FLD- V0008874 46' Sailboat "Vaya Con Dios" STEEL VESSEL, QUOTE IS FOR as it is now, IF BOAT SINKS QUOTE WILL INCREASE. Remove and dispose $16,100.00 1$16,100.00 Subtotal 1$16,100.001 Please contact me with any and all questions you may have. Thank You. Kevin Miller 206 Attachment A (Submit one (1) sheet for each vessel requested in grant application) Derelict Vessel Data Sheet Law Enforcement Case Number: FWC240N0079897 County of Vessel's Location: Indian River Has the vessel's owner or responsible party been charged with a violation of NO either Section 823.11, F.S. or Section 376.15, F.S.? If the vessel's owner or responsible party has not been charged with a violation of Section 823.11, F.S. or section 376.15, F.S., did law enforcement request that NO the State Attorney file charges directly? Describe the vessel's location: (example: Vessel is in shallow water within mangroves at boat ramp. The vessel is located South of the SR -60 bridge, near Riverside Park in the City of Vero Beach. Vessel Coordinates: (Degrees -Decimal Minutes) Has law enforcement officer issued a Letter of Removal Authorization: Vessel Color: Vessel Length: Vessel Registration: Investigating Agency: Photo of Vessel: (include photos as attachment in this tab) Select Removal Type: Are there pollutants on the vessel requiring removal? Is the vessel located in or above seagrass or coral? Vessel Removal Cost (Include contractors written quote for the vessel) Contractor's Name: Contractor's Address: Contractor's Phone (N) 27.649715 (W) -80.3703117 YES White 24' FL5924AH FWC YES BULK REMOVAL NO NO Outlaw Maritime LLC 7673 Lakeview Dr. West Melbourne, FL 32904 321 480-2975 207 FWC24ON0079897/FLDV-0008875 208 FWC24ON0079897/FLDV-0008875 209 QUOTE Outlaw Maritime LLC 7673 Lakeview Dr West Melbourne, FI 32904 772-480-2975 outlawmaritimellc@amail.com Indian River County Date 12/03/2024 PROJECT TITLE: Derelict Vessel Removal QUOTE NUMBER: 120320241 FWC240N0079897/FLD- ' $6000.00 $6,000.00 V0008875 24' SUNK sailboat Remove and dispose Subtotal 1$6000.00 1 Please contact me with any and all questions you may have. Thank You. Kevin Miller 210 APPLICANT SIGNATURE Application is hereby made for the activities described herein. I certify that I am familiar with the information contained in the application, and to the best of my knowledge and belief, this information is true, complete, and accurate. I further certify that I possess the authority (see grant guidelines Section IV, 4.4) to sign on behalf of the Applicant and that the Applicant has the ability to undertake the proposed activities in compliance with the FWC Derelict Vessel Removal Grant Program Guidelines. I also certify that the applicant's governing body is aware of and has authorized the project manager as the official representative of the applicant to act in connection with this application and subsequent project, as well as to provide additional information as may be required. By my signature below, the applicant agrees to comply with all applicable federal, state, and local laws in conjunction with this proposal and the resulting project if approved. Print/Type Name: Signature: STATE OF FLORIDA, COUNTY OF SELECT ONE Title: Date: personally, appeared before me this day of 20_ who subscribed and swore to the above instrument in my presence. Notary Public Name: My commission expires: NOTE: Instruction and further information regarding this application and the FWC Derelict Vessel Removal Grant Program can be found in the Program's Guidelines document or by contacting the Program Administrator at: Florida Fish and Wildlife Conservation Commission, Boating and Waterways Section, Derelict Vessel Program, 620 South Meridian Street, Tallahassee, FL 32399-1600 or call (850) 488-5600 211 m INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator Kylie Yanchula, Natural Resources Director FROM: Eric Charest, Assistant Natural Resources Director SUBJECT: Amendment No. 5 — FDEP Grant Agreement No. 171112 [Wabasso (Indian River Sector 3) Beach Restoration] DATE: December 30, 2024 DESCRIPTION AND CONDITIONS The Florida Department of Environmental Protection (FDEP) received FY 2016/2017 funding to assist eligible governmental entities for beach erosion control activities under the Florida Beach Management Funding Assistance Program. On February 26, 2018, FDEP entered into Local Government Funding Request (LGFR) Grant Agreement No. 171R2 with Indian River County; committing up to $250,000, at a cost share ratio of 50% State - 50% Local, for permit -required construction related monitoring of the Sector 3 Beach and Dune Restoration Project. On June 22, 2018, Grant Agreement 171112 was amended by the FDEP to increase amount of funding by $643,102.60 (at a cost share ratio of 50% State - 50% Local) because of unused funds from a prior LGFR grant issued to the County for Sector 3 Beach and Dune repairs (LGFR 141112). Amendment No. 1 increased the total eligible grant project costs under LGFR 171112 to $893,102.60 at a cost share ratio of 50% State — 50% Local. On May 4, 2021, FDEP issued Amendment No. 2 to Grant 171R2 in response to a request from the County to FDEP for an extension to the Task End Dates identified in the original agreement and Amendment No. 1. Amendment No. 2, executed by the County on May 18, 2021, maintained the same funding levels, but extended the Task End Dates through to September 30, 2022, reflecting a twenty (20) month extension. In granting this initial extension amendment, the FDEP considered the size and complexity of the Sector 3 project, as well as the need to split up construction over two (2) construction seasons, to grant the extension. Although construction of the Sector 3 Beach and Dune Restoration project was completed in March of 2022, the non -Federal costs associated with the project had not yet been determined by the funding agencies within the timeframe offered by Amendment No. 2. Discussions with Federal Emergency Management Agency (FEMA), the Florida Division of Emergency Management (FDEM), and FDEP representatives continued to take place, with the County requesting another extension to LGFR 171112 be issued by the FDEP. On December 20, 2022, the County executed Amendment No. 3 to LGFR 171R2, extending the terms of the agreement for an additional 12 months, running through December 31, 2023. As discussions remained on-going regarding funding reimbursement strategies for the County and the applicable agencies, the County once again made a request to the FDEP to extend the terms of LGFR 171R2 to allow for agency determinations to be made. Amendment No. 4, 212 Page 2 FDEP Grant 171112 Amendment #5 January 14, 2025 BCC Agenda Item executed on March 19, 2024, maintained the same funding total in Grant 171112 prior amendments, and extended the grant terms through to December 31, 2024, reflecting an additional twelve (12) month extension to the deadlines for the grant. The approved extension was anticipated to allow time for all agencies making funds available for the County's Sector 3 Beach and Dune Project to agree on their respective allocations, thus allowing for the County to cost -share the non-federal costs under this grant. As the reimbursement approach with multiple funding agencies is very complex and involves many entities, discussions between the agencies and County continued during the duration of the extension offered under Amendment No. 4. County Staff requested another extension to grant 171112 be issued by the FDEP so that reimbursement could be sought by the County under the grant when a final determination on funding allocations has been made. The FDEP provided Amendment No. 5 to the County on December 13, 2024 for consideration and review. Amendment No. 5 maintains the same level of funding as previously approved and extends the terms of the grant to now remain in effect for an additional twelve (12) months, running through to December 31, 2025. It is anticipated that reimbursement will be complete within the timeframe now offered by this new amendment. FUNDING No additional costs will be incurred to accept this grant extension. RECOMMENDATION Staff recommends the Board approve FDEP Amendment No. 5 to FDEP LGFR Grant Agreement No. 171112 and authorize the County Administrator to sign the Amendment on behalf of the County. Staff also recommends that the Board further authorize the County Administrator to sign any future Amendments to LGFR 171112 that do not alter its' financial terms on behalf of the County and upon concurrence by the County Attorney. ATTACHMENTS 1. FDEP Grant Agreement 171R2 2. FDEP Grant Agreement 171112_A1 3. FDEP Grant Agreement 171R2—A2 4. FDEP Grant Agreement 171R2_A3 5. FDEP Grant Agreement 171R2_A4 6. FDEP Grant Agreement 171R2_A5 APPROVED AGENDA ITEM FOR: JANUARY 14, 2025 213 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Standard Grant Agreement This Agreement is entered into between the Parties named below, pursuant to Section 215.971, Florida Statutes: 1. Project Title (Project) Agreement Number Wabasso (Indian River Sector 3) Beach Restoration 17182 2. Parties State of Florida Department of Environmental Protection 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 (Department) Grantee Name: Indian River County Entity Type: Local Government Grantee Address: 1801 27th street, Vero Beach, Florida 32%0 FEID: 59-2073525 (Grantee) 3. Agreement Begin Date: Date of Expiration: 1/1/2018 4/30/2021 4. Project Number: Project Location(s):Indian River County (If dzere- from Agreement N—ber) Project Description: The project consists of monitoring 5. Total Amount of Funding: $125,000.00 Funding Source? Award #s or Line Item Appropriations: Amount per Source(s): ® State ❑Federal GAA Line # 1602 $125,000.00 ❑ State ❑Federal ❑ State ❑Federal ❑ State ❑Federal 6. Department's Grant Manager Grantee's Grant Manager Name: Catherine Florko Name: James Gray or successor or successor Address: Beach Management Funding Assistant Address: Indian River County 3900 Commonwealth Boulevard, MS 3601 180127th Street Tallahassee, FL 32399-3000 Vero Beach, Florida 32960 Phone: (g50)245-2979 Phone: 772-226-1344 Email: @dep.state.fl.us Email: JGray(&)irceov.com 7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby incorporated by reference: ® Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements ® Attachment 2: Special Terms and Conditions Ll Attachment 3: Grant Work Plan ® Attachment 4: Public Records Requirements ® Attachment 5: Special Audit Requirements ❑ Attachment 6: Program -Specific Requirements ❑ Attachment 7: Grant Award Terms (Federal) ❑ Attachment 8: Federal Regulations and Terms (Federal) ❑ Additional Attachments (if necessary): ❑ Exhibit A: Progress Report Form ❑ Exhibit B: Disclosure of Lobbying Activities (Federal) ❑ Exhibit C: DEP Property Reporting Form V Exhibit D: Payment Request Summary Form ❑ Exhibit E: Quality Assurance Requirements ❑ Exhibit F: Advance Payment Terms and Interest Earned Memo ❑ Additional Exhibits (if necessary): DEP Agreement No. 17182 Rev. 8/28/17 214 8. The following information applies to Federal Grants only and is identified in accordance with 2 CFR 200.331(a)(1): Federal Award Identification Number(s)( F Federal Award Date to Department: Total Federal Funds Obligated by this Agreement: Federal Awarding Agency: Award R&D? ❑ Yes ON/A IN WITNESS WHEREOF, this Agreement is being executed by the Parties and is effective on the date in the Agreement Beein Date above or the last date signed below, whichever is latera_._ 9. Indian River County Grantee Name. _ By Signature) li GRANTEE Print Name and Title of Person Signing 10. State of Florida Department of Environmental Protection DEPARTMENT By Secretary or Designee Print Name and Title of Person Signing ® Additional signatures attached on separate page. :,PPROVED ASP -1 {r 4�+'i�/ .AM -A U *1C i B WILL19M K. RA .L DEPUTY COUNTY ATTORNEY ATTEST: Jeffr R. Smith, 7erk of Court Comptro BY: OeVG, C erk DEP Agreement No. 17IR2 ao /I Date Signed Rev. 8/28/17 215 DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 216 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any preprinted terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions between the documents that make up the Agreement, the order of precedence for the documents is as follows: i. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement ii. Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication between the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: an increase or decrease in the Agreement funding amount; a change in the Grantee's match requirements; a change in the expiration date of the Agreement; and/or changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed ten percent (10%) of the total budget as last approved by the Department. A change order to this Agreement may be used when task timelines within the current authorized Agreement period change, and/or when the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than ten percent (10%) of the total budget as last approved by the Department, or without limitation to changes to approved fund transfers between budget categories for the purchases of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to the Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. Attachment I 1 of 12 Rev. 7/28/2017 217 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by the Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time whether the services or qualifications offered by the Grantee meet the Agreement requirements. Notwithstanding any provisions to the contrary, written acceptance of a particular deliverable/minimum requirement does not foreclose the Department's remedies in the event those performance standards that cannot be readily measured at the time of delivery are not met. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by the Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at the Grantee's expense. If the Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to the Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to convect the rejected deliverables will be at the Grantee's sole expense. The Grantee shall only invoice the Department for deliverables that are completed in accordance with the Grant Work Plan. Fajlure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to the Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which the Grantee may remedy the objections noted by the Department. The Grantee's failure to make adequate or acceptable said deliverables after a reasonable opportunity to do so may constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding_ Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. These consequences for nonperformance shall not be considered penalties. b. Corrective Action Plan. If the Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, the Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by the Grantee to the Department. The Department shall provide the Grantee with a written request for a CAP that specifies the outstanding deficiencies. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) calendar days of the date of the written request from the Department. The CAP shall be sent to the Grant Manager for review and approval. Within ten (10) calendar days of receipt of a CAP, the Department shall notify the Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, the Grantee shall have ten (10) calendar days from receipt of the Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain the Department approval of a CAP as specified above shall result in the Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon the Department's notice of acceptance of a proposed CAP, the Grantee shall have ten (10) calendar days to commence implementation ofthe accepted plan. Acceptance of the proposed CAP by the Department does not relieve the Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, the Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by the Department or steps taken by the Grantee shall preclude the Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to the Department as requested by the Department Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by the Department may result in termination of the Agreement. Attachment 1 2of12 Rev. 7/28/2017 218 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by the Department, the Department agrees to pay the Grantee for services rendered in accordance with Section 215.422, Florida Statutes (F.S.). To obtain the applicable interest rate, please refer to: http://www.myfloridacfo.com/Division/AANendors/default.htm. b. Taxes. The Department is exempted from payment of State sales and use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by the Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with the Department. The Grantee shall not use the Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Ag eement. The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of the Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit D, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: http://www.myfloridacfo.com/aadir/reference guide/. e. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by the Department pursuant to the Grant Work Plan shall be submitted to the Department in sufficient detail for a proper pre -audit and post -audit to be performed. f. Interim Payments. Interim payments may be made by the Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by the Department's Grant Manager. g. Final Payment Request. A final payment request should be submitted to the Department no later than sixty (60) calendar days following the completion date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the completion date of the Agreement. h. Annual Appropriation Contingency. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the Department if the Legislature reduces or eliminates appropriations. i. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If the Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If the Department determines that multipliers charged by the Grantee exceeded the rates supported by audit, the Grantee shall be required to reimburse such funds to the Department within thirty (30) calendar days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from the Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. Ifthe Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, the Grantee shall be required to reimburse such funds to the Department within thirty (30) calendar days of written notification. Interest shall be charged on Attachment 1 3of12 Rev. 7/28/2017 219 the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $ 1,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in Chapters 273 and/or 274, F.S., and Chapter 691-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to the Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy ofthe tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from the Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, the Grantee shall request the advance written approval from the Department's Grant Manager of the fixed price negotiated by the Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of the Department Grant Manager's approval of the fixed-price amount, the Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, the Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with Section 112.061, F.S. e. Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costing $1,000 or more. Match or reimbursement for the Grantee's direct purchase of equipment is subject to specific approval of the Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Property Reporting Form. f. Rental/Lease of Equipment — Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of the Grantee's contract obligations to its subcontractor, the Department shall not reimburse any of the following types of charges: cell phone usage, attorney's fees or court costs, civil or administrative penalties, or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, the Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to the Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) calendar days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by the Grantee within thirty (30) days. Attachment 1 4 of 12 Rev. 7/28/2017 220 11. Retainage. The following provisions apply if the Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement to a maximum percentage described in the Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. The Department reserves the right to withhold payment of retainage for Grantee's failure to respond to or correct identified deficiencies within the timeframe stipulated in the Grant Work Plan. The Department shall provide written notification to Grantee of identified deficiencies and the Department's intent to withhold retainage. Grantee's failure to rectify the identified deficiency within the timeframe stated in the Department's notice will result in forfeiture of retainage by Grantee. c. If Grantee fails to perform the requested work, or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment for the work and the retainage called for under the entire Grant Work Plan. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. d. No retainage shall be released or paid for incomplete work while this Agreement is suspended. e. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: i. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department of Environmental Protection, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $200,000 each individual's claim and $300,000 each occurrence. ii. Workers' Compensation and Employer's Liability Coverage, The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S., and employer's liability insurance with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Agreement. iii. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department of Environmental Protection, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $300,000 Automobile Liability Combined Single Limit for Company - Owned Vehicles, if applicable $300,000 Hired and Non -owned Automobile Liability Coverage iv. Other Insurance. Additional insurance may be required by federal law, where applicable, if any work proceeds over or adjacent to water, including but not limited to Jones Act, Longshoreman's and Harbor Worker's, or the inclusion of any applicable rider to worker's compensation insurance, and any necessary watercraft insurance, with limits of not less than $300,000 each. Questions concerning required coverage should be directed to the U.S. Department of Labor (http://www.dol.gov/owcp/dlhwe/Iscontac.htm) or to the parties' insurance carrier. b. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as Attachment 1 5of12 Rev. 7/28/2017 221 described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. c. Exceptions to Additional Insured Requirements. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. Further, notwithstanding the requirements above, if Grantee is self-insured, then the Department of Environmental Protection, its employees, and officers do not need to be listed as additional insureds. d. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. e. Proof of Insurance. Upon execution of this Agreement, the Grantee shall provide the Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from the Department, the Grantee shall furnish the Department with proof of applicable insurance coverage by standard form certificates of insurance, a self-insured authorization, or other certification of self-insurance. f Failure to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, the Grantee shall immediately notify the Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) calendar days after the cancellation of coverage. 13. Termination. a. Termination for Convenience. The Department may terminate the Agreement in whole or in part by giving 30 days' written notice to the Grantee, when the Department determines, in its sole discretion, that it is in the State's interest to do so. The Department shall notify the Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee shall not furnish any service or deliverable after it receives the notice of termination, unless otherwise instructed in the notice. The Grantee shall not be entitled to recover any cancellation charges or lost profits. If the Agreement is terminated before performance is completed, the Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described below occur or in the event that the Grantee fails to fulfill any of its other obligations under this Agreement. The Grantee shall continue work on any portion ofthe Agreement not terminated. If, after termination, it is determined that the Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of the Department. The rights and remedies of the Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination, and except as otherwise directed by the Department, the Grantee shall stop performing services on the date, and to the extent specified, in the notice. 14. Notice of Default. If the Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, without limitation, any of the events of default listed below, the Department shall provide notice to the Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, the Grantee will be found in default, and the Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of the Department or outside the reasonable control of the Grantee, the following non-exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by the Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding. Attachment i 6of12 j Rev. 7/28/2017 222 c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information. d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and the like furnishing labor or materials, or failure to make payment to any other entities as required herein in connection with the Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; and i. One or more of the following circumstances, uncorrected for more than 30 calendar days unless, within the specified 30 -day period, the Grantee (including its receiver or trustee in bankruptcy) provides to the Department adequate assurances, reasonably acceptable to the Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title l I of the United States Code; ii. The making by the Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of the Grantee's business or property; and/or iv. An action by the Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide the Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, the Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, the Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle the Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of the Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond the Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to the Grantee. In case of any delay the Grantee believes is excusable, the Grantee shall notify the Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if the Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date the Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against the Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from the Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist the Grantee shall perform at no increased cost, unless the Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to the Department, in which case the Department may (1) accept allocated performance or deliveries from the Grantee, provided that the Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by the Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate the Agreement in whole or in part. Attachment 1 7of12 Rev. 7/28/2017 223 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless the Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that the Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of the Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of the Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon the Department giving the Grantee (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by the Department in any legal action without the Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. — b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require the Department to hold harmless or indemnify the Grantee, insure or assume liability for the Grantee's negligence, waive the Department's sovereign immunity under the laws of Florida, or otherwise impose liability on the Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies, Nothing in this Agreement shall be construed to make the Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit the Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it at law or in equity and upon notice to the Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by the Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of the Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If the Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to Sections 287.133 and 287.134, F.S., the following restrictions apply to persons placed on the convicted vendor list or the discriminatory vendor list: i. Public Enti Crime. 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. Attachment 1 &of 12 Rev. 7/28/2017 224 ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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. iii. Notification. The Grantee shall notify the Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list or the discriminatory vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and posts the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of, or be otherwise subjected to discrimination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Scrutinized Companies. Grantee certifies that it and any of its affiliates are not scrutinized companies as identified in Section 287.135, F.S. In addition, Grantee agrees to observe the requirements of Section 287.135, F.S., for applicable sub -agreements entered into for the performance of work under this Agreement. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement for cause if the Grantee, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Grantee, its affiliates, or its subcontractors are placed on any applicable scrutinized companies list or engaged in prohibited contracting activity during the term of the Agreement. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions then they shall become inoperative. 25. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to Section 216.347, F.S., except that pursuant to the requirements of Section 287.058(6), F.S., during the term of any executed agreement between the Grantee and the State, the Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with Sections 11.062 and 216.347, F.S. 26. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, the Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of the Department's Inspector General, or other authorized State official, the Grantee shall provide any type of information the Inspector General deems relevant to the Grantee's integrity or responsibility. Such information may include, but shall not be limited to, the Grantee's business or financial records, documents, or files of any type or form that refer to or relate to the Agreement. The Grantee shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dos.Myflorida.com/library-archives/records-mana eg ment/¢eneral-records-schedules/). Attachment 1 9of12 Rev. 7/28/2017 225 27. Audits. a. Inspector General. The Grantee understands its duty, pursuant to Section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its Subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees. b. Physical Access and Inspection. Department personnel shall he given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If the Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, the Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit I and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, the Grantee shall utilize the guidance provided under 2 CFR §200.330 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, the Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS -A2 -NS) that can be found under the "Links/Fonms" section appearing at the following website: https:\\apps.fldfs.com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, the Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State and Federal guidelines (including cost allocation guidelines). The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) calendar days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, the Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If the Department finds that these funds have been commingled, the Department shall have the right to demand a refund, either in whole or in part, of the funds provided to the Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from the Department shall refund, and shall forthwith pay to the Department, the amount of money demanded by the Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from the Department by the Grantee to the date repayment is made by the Grantee to the Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by the Department, from another source(s), the Grantee shall reimburse the Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by the Grantee to the date repayment is made to the Department. 28. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. Attachment 1 10 of 12 Rev. 7/28/2017 226 29. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of the Department. 30. Subcontracting. a. Unless otherwise specified in the Special Terns and Conditions, all services contracted for are to be performed solely by the Grantee and may not be subcontracted or assigned without the prior written consent of the Department. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to the Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve the Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and the Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny the Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of the Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens ofthe State of Florida. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both the Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for the Grantee to meet the required delivery schedule.. 31. Guarantee of Parent Company. If the Grantee is a subsidiary of another corporation or other business entity, the Grantee asserts that its parent company will guarantee all of the obligations of the Grantee for purposes of fulfilling the obligations of the Agreement. In the event the Grantee is sold during the period the Agreement is in effect, the Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of the Grantee. 32. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 33. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of the Grantee, its agents, servants, and employees, nor shall the Grantee disclaim its own negligence to the Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If the Department consents to a subcontract, the Grantee will specifically disclose that this Agreement does not create any third-party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 34. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 35. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under the Agreement must comply with all security and administrative requirements of the Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 36. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of the Department. In the event of any assignment, the Grantee remains secondarily liable for performance of the Agreement, unless the Department Attachment 1 11 of 12 Rev. 7/28/2017 227 expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to the Grantee of its intent to do so. 37. Prohibited Local Government Construction Preferences. Pursuant to Section 255.099 1, F.S., for a competitive solicitation for construction services in which 50 percent (50%) or more ofthe cost will be paid from state -appropriated funds that have been appropriated at the time of the competitive solicitation, a state college, county, municipality, school district, or other political subdivision of the state may not use a local ordinance or regulation that provides a preference based upon: i. The contractor's maintaining an office or place of business within a particular local jurisdiction; ii. The contractor's hiring employees or subcontractors from within a particular local jurisdiction; or iii. The contractor's prior payment of local taxes, assessments, or duties within a particular local jurisdiction. For any competitive solicitation that meets the criteria of this section, a state college, county, municipality, school district, or other political subdivision of the state shall disclose in the solicitation document that any applicable local ordinance or regulation does not include any preference that is prohibited by this section. 38. Prohibited Governmental Actions for Public Works Projects. Pursuant to Section 255.0992, F.S., state and political subdivisions that contract for public works projects are prohibited from imposing restrictive conditions on certain contractors, subcontractors, or material suppliers and prohibited from restricting qualified bidders from submitting bids. a. "Political subdivision" means separate agency or unit of local government created or established by law or ordinance and the officers thereof. The term includes, but is not limited to, a county; a city, town, or other municipality; or a department, commission, authority, school district, taxing district, water management district, board, public corporation, institution of higher education, or other public agency or body thereof authorized to expend public funds for construction, maintenance, repair or improvement of public works. b. "Public works project" means an activity of which fifty percent (50%) or more of the cost will be paid from state - appropriated funds that were appropriated at the time of the competitive solicitation and which consists of construction, maintenance, repair, renovation, remodeling or improvement of a building, road, street, sewer, storm drain, water system, site development, irrigation system, reclamation project, gas or electrical distribution system, gas or electrical substation, or other facility, project, or portion thereof that is owned in whole or in part by any political subdivision. c. Except as required by federal or state law, the state or political subdivision that contracts for a public works project may not require that a contractor, subcontractor or material supplier or carrier engaged in such project: i. Pay employees a predetermined amount of wages or prescribe any wage rate; ii. Provide employees a specified type, amount, or rate of employee benefits; iii. Control, limit, or expand staffing; or iv. Recruit, train, or hire employees from designated, restricted, or single source. d. For any competitive solicitation that meets the criteria of this section, the state or political subdivision that contracts for a public works project may not prohibit any contractor, subcontractor, or material supplier or carrier able to perform such work who is qualified, licensed, or certified as required by state law to perform such work from submitting a bid on the public works project, except for those vendors listed under Section 287.133 and Section 287.134, F.S. e. Contracts executed under Chapter 337, F.S. are exempt from these prohibitions. 39. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1 12 of 12 Rev. 7/28/2017 228 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION GRANT AGREEMENT SPECIAL TERMS AND CONDITIONS AGREEMENT No. 17IR2 ATTACHMENT 2 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is Wabasso (Indian River Sector 3) Beach Restoration. The Project is defined in more detail in the Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins on January 1, 2018 and ends at the expiration of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Costs Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category ❑ ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: p ❑ a. Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, for actual costs not to exceed the budget amount identified in Attachment 3. ® ❑ Contractual (Subcontractors) ❑ ❑ Travel ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ p Miscellaneous/Other Expenses ❑ ❑ Land Acquisition No Equipment purchases shall be funded under this Agreement. There will be no Land Acquisitions funded under this Agreement. 5. Match Requirements. See Attachment 3, Grant Work Plan. 6. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. Attachment 2, Agreement No. 17182 I of 2 Rev. 10/10/17 229 7. Additional Lobbying Requirements for Federally -Funded Agreements This Agreement is not federally funded. S. Miscellaneous Contract Terms. a. Retainage. Retainage is permitted under this agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. b. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. c. State-owned land. Special Terms for Projects on State -Owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. d. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 9. Additional Terms. None. Any terms added here must be approved by the Office of General Counsel. Attachment 2, Agreement No. 17I112 2 of 2 Rev. 10/10/17 230 ATTACHMENT 3 GRANT WORK PLAN PROJECT TITLE: Wabasso (Indian River Sector 3) Beach Restoration PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department/DEP) reference monuments R20 and R51.3 along the Atlantic Ocean in Indian River County. PROJECT BACKGROUND: The Wabasso (Indian River Sector 3) Beach Restoration project consists of restoration of approximately 6.1 miles of shoreline between DEP Monuments R20 - R51.3 (critically eroded section) in Indian River County (Sector 3). As authorized under JCP Permit number. 0285993, Phase I construction was completed in 2010, Phase II construction was initiated in 2011 and completed in 2012. Due to damages sustained during Hurricane Sandy minor emergency repairs were constructed in 2012 and a full storm repair project was constructed in the winter of 2014 — 2015. PROJECT DESCRIPTION: The project consists of permit required monitoring. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $125,000 for this Project or up to 50 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, F.A.C. The Grantee will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, Florida Statutes (F.S.). Pursuant to Sections 161.091 - 161.161, F.S, the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program; and Pursuant to 62B -36.005(1)(d), Florida Administrative Code (F.A.C.), the Grantee has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved Scope of Work for an eligible Project item. The monitoring standards may be found at: http://www.do.state.fl.us/beaches/publications/pdf/PhysicalMonitorinuStandards.pdf. One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. Acronyms: DEP or FDEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code DEP Agreement No. 17182, Attachment 3, Page I of 3 (Revised 10/27/17) 231 F.S. —Florida Statutes FEMA — Federal Emergency Management Agency FWC — Florida Fish and Wildlife Conservation Commission FWS — United States Fish and Wildlife Service IMP — Inlet Management Plan JCP — Joint Coastal Permit USACE — United States Army Corps of Engineers TASKS and DELIVERABLES: For all tasks identified below, the Local Sponsor will provide detailed scopes of work or a letter requesting advance payment, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with Section 287.057(17xa)(1), F.S., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with section. 287.057(17)(a)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi -disciplinary firms for Project engineering and post -construction environmental monitoring services, or when the Project engineering consultant firm subcontracts for post - construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit -required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be Iocated within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. DEP Agreement No. 17IR2, Attachment 3, Page 2 of 3 232 Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost State Task # Eligible Project Tasks Cost DEP Local Total Share Task End Deliverable No. 1 Monitoring 50.00% $125,000.00 $125,000.00 $250,000.00 COSTS 1 $125,000.001 $125,000.00 $250,000.00 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task Budget Budget Task Start Task End Deliverable No. Task Title Category Amount Date Date Due Date 1 Monitoring Contractual $125,000 1/1/18 1/31/21 1/31/21 Services Total: $125,000 DEP Agreement No. 17I112, Attachment 3, Page 3 of 3 233 DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4 1. Public Records a. If the Agreement exceeds $35,000.00, and if the Grantee is acting on behalf of the Department in its performance of services under the Agreement, the Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by the Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution or section 11 9.07(l), F.S. b. The Department may unilaterally terminate the Agreement if the Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If the Grantee is a "contractor" as defined in section 119.0701(1)(a), F.S., the following provisions apply: a. Keep and maintain Public Records required by the Department to perform the service. b. Upon request, provide the Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to the Department within a reasonable time may be subject to penalties under section 119.10, F.S. d. 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 Public Records to the Department. e. Upon completion of the contract, transfer, at no cost, to the Department all Public Records in possession of the contractor or keep and maintain Public Records required by the Department to perform the service. If the contractor transfers all Public Records to the Department 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 Public Records stored electronically must be provided to the Department, upon request from the Department's custodian of Public Records, in a format specified by the Department as compatible with the information technology systems of the Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE Rev. 5/26/17 Attachment 4 1 of 2 234 CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: pub lic.services2dep.state. fl. us Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Rev. 5/26/17 Attachment 4 2of2 235 ATTACHMENT 5 SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", 'DEP", 7DEP" or "Grantor" or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantee" or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133, as revised, 2 CFR Part 200, Subpart F, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised (for fiscal year start dates prior to December 26, 2014), or as defined in 2 CFR §200.330 (for fiscal year start dates after December 26, 2014). 1. In the event that the recipient expends $500,000 ($750,000 for fiscal year start dates after December 26, 2014) or more in Federal awards in its fiscal year, the recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. 3. If the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, is not required. In the event that the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F the cost of the audit must be paid from non -Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at www.cfda.eov Attachment 5 1 of 5 Rev. 5/30!77 236 PART Il: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(n), Florida Statutes. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient, the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT l to this Attachment indicates state financial assistance awarded through the Department of Environmental Protection by this Agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph l; the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at htW://www.leg.state.fl.us/Welcome/index.cfm, State of Florida's website at http://www.mvflorida.com/, Department of Financial Services' Website at http:/hvww.fldfs,com/ and the Auditor General's Website at httD://www.mvflorida.com/auduen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to speck any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, by or on behalf of the recipient directly to each of the following: Attachment 5 2of5 Rm 5/30/17 237 A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit(@,dep.state.fl.us B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised, and 2 CFR §200.501(a) (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, and 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.census.Lov/facweb/ C. Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised, and 2 CFR §200.512. 2. Pursuant to Section .320(f), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and any management letters issued by the auditor, to the Department of Environmental Protection at one the following addresses: 3. Rev. 5/30117 By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSing!eAudit(@dgg.state.fl.us Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Attachment 5 3 of 5 Electronically: FDEPSingleAuditndep. state.fl. us B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401, Claude Pepper Building 11 I West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit(@.dep.state.fl.us 5. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, as revised and 2 CFR Part 200, Subpart F, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Attachment 5 4of5 Rev. 5/30117 239 r, 4"n O F^Q � O w N w N U O C a o _yU a � o o� aU N U E Q X � i G _ co L a E Q � C d � C Gig L C 0 o O R N w E E 0 ffi C h CN O -d .o b O 69 O a d w E" .0 " Q � Vn « `o w U Eo r= 10 wv� 0 U O C c y R E � � � 0 3Q � u F C E R v G4 Q Q ca C e U a O O s to E� V 0 « Q o E � e � o 0 03 A E w� o y� L �z � a 0 C e o 'D R Or O N C a� w Cp 8 a « as w U _ y w U fes. _ s y cn a 'O a G d 3 w a C U z w ffi L S O �v-az Q i 4"n Q F^Q � O w N M N U O C a o _yU � o o� �U N U E Q X � i co L a � E Q CJI C d � C Gig L 0 E o O R N Q E E 0 ffi C h CN O -d L b O 69 O a D w 0 �" C � Vn « Eo r= 10 wv� R O C c y R o � � � 0 3Q � u F C E R v G4 Q Q ca C 61 w U a O O 0 to E� V U Q o E � e � o 0 e E �w � w� o y� L � a 0 C e o 'D R w O N w w Cp 8 A « as w U _ fes. _ y cn a G d a C U z w d oc Q S � Q i i (z, N 7 a go w C O zm 4"n O F^Q � O w N y •� O N U O C a o _yU R a o� v,o� N U MU- U—o X � itS co ticv CJI C O v y v' 0 E o O R N Q E E 0 U C h CN O -d •J b O 69 O � D w 0 �" v � Vn « Eo r= 10 wv� � O C c y R � � � 0 3Q � u C E R v _ � iz ca C U a O O to E� V e Q o E � e � o 0 �w � w� o � a 0 C o 'D R w O N w w Cp e 0 U y cn U z L. d C i (z, N 7 a C O zm a oH� PC '3 Q 3 ffi V LV U a Y R �E C tW4) �L 4"n F^Q � O w N U O C a o _yU N U X � itS co ticv CJI C O v y U� E O R y E E 0 U O -d V1 �" � Vn « Eo r= 10 wv� c y R � � 0 3Q � CL >' 0 E R v � iz ca C U of) N O O to V N R Y U � e � o 0 �w � w� o � a 0 C o 'D R U EXHIBIT D FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART I PAYMENT SUMMARY Name of Project: Wabasso Indian River Sector 3 Beach Restoration Local Sponsor: Indian River County DEP Agreement Number: 17IR2 Remittance Address: Billing Number: Billing Type: ❑ Interim Billing ❑ Final Billing Costs Incurred This Payment Request: Federal Share* State Share Local Share *if applicable Cost Summary: Total Q State Funds Obligated Local Funds Obligated Less Advance Pay e Less Previous Payment Less Previous Retained Less This Payment Less This Retainage (10%) State Funds Remaining DEP Agreement No. 171R2, Exhibit D, Page 1 of 5 Less Advance Pay T Less Previous Credits Less This Credit Local Funds Remaining T 241 il E z C 0 Q. w k. o 0.U to O co a jpQ� w� wz �a z;ME A a IV N o Z d Yd ^ o w E Y a •� E E a. •� u Q, Y g m T % � IY' O_ $' m 3 E � N F � V� � •Rt JC+ L 3a � ad> aDu Y aD � or oD N U N d D .7 C Vfll Y N C a) y c< D E y w � s,0.�CC Y Y w O g N Y Y t F C . g y V ••� �' Y R � W d Y � •- o a0. ZE O.0 S' O a7rl e o g u d pU w`" c � as ._ ++ $ CRD r y O �Q I73bD c C y •> o y�'aq°v�_ csaA.o .� 6D �y O C V � � Y � O Y FL .C. a� Gn Y w�Q F w e Y ' `�o V w 7 u •' •� C e o ..E d Y i Y 1. i Y E �z F au' E Uo z Y v y 'o a eQ Y � Y 'o 'o e � �z N 'O yz IV N 6 Z d v w E Y a •� E E y •� u Q, _ m T % � •" 3 $' m 3 E � N F � V� � •Rt JC+ L O � ad> aDu Y aD � or N U N d D .7 C Vfll Y d H •O C a) y c< D E y w � s,0.�CC Y Y w O g N Y Y t F C . g y V ••� �' Y R � W d Y � •- o ZE O.0 O a7rl e o g u d pU w`" c � as ._ ++ $ CRD �Q I73bD c C y •> o y�'aq°v�_ csaA.o .� 6D �y O C V � � Y � O Y FL .C. a� IV N FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART III PROJECT PROGRESS REPORT Name of Project Wabasso (Indian River Sector 3) Beach Restoration Local Sponsor: Indian River County DEP Agreement Number: 17I112 Billing Number: Report Period: Status of Eligible Project Items: (Describe progress accomplished during report period, including statement(s) regarding percent of task completed to date. Describe any implementation problems encountered, if applicable.). NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan. The following format should be followed: Task l: Progress for this reporting period: Identify any delays or problems encountered: DEP Agreement No. 171R2, Exhibit D, Page 3 of 5 243 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM CERTIFICATION OF DISBURSEMENT REQUEST REQUEST FOR PAYMENT — PART IV Name of Project: Wabasso (Indian River Sector 3) Beach Restoration Local Sponsor: Indian River County DEP Agreement Number: 17IR2 Billing Number; Certification: I certify that this billing is correct and is based upon actual obligations of record by the Local Sponsor; that payment from the State Government has not been received; that the work and/or services are in accordance with the Department of Environmental Protection, Beach Management Funding Assistance Program's approved Project Agreement including any amendments thereto; and that progress of the work and/or services are satisfactory and are consistent with the amount billed. The disbursement amount requested on Page I of this form is for allowable costs for the Project described in the grant work plan. I certify that the purchases noted were used in accomplishing the Project; and that invoices, check vouchers, copies of checks, and other purchasing documentation are maintained as required to support the cost reported above and are available for audit upon request. Name of Project Administrator Name of Project Financial Officer Signature of Project Administrator Signature of Project Financial Officer DEP Agreement No. 17IR2, Exhibit D, Page 4 of 5 Date Date 244 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM PROJECT COMPLETION CERTIFICATION PART V Name of Project: Wabasso Indian River Sector 3 Beach Restoration Local Sponsor: Indian River County DEP Agreement Number: 171R2 Task Completion [](List Task) Project Completion ❑ *I hereby certify that the above-mentioned Project task has been completed in accordance with the Project Agreement, including any amendments thereto, between the Department and Local Sponsor, and all funds expended for the Project were expended pursuant to this Agreement. All unused funds and interest accrued on any unused portion of advanced funds which have not been remitted to the Department, have been returned to the Department, or will be returned to the Department within sixty (60) days of the completion of construction portion of this Project. Unused funds advanced to the United States Army Corps of Engineers through Local Sponsors will be due sixty (60) days after the Federal final accounting has been completed. Name of Project Manager Signature of Project Manager Date DEP Agreement No. 17IR2, Exhibit D, Page 5 of 5 245 DEP AGREEMENT NO. 171R2 WABASSO (INDIAN RIVER SECTOR 3) BEACH RESTORATION AMENDMENT NO. 1 THIS AGREEMENT as entered into on February 26, 2018, between the FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION (hereinafter referred to as the "Department") and Indian River County (hereinafter referred to as the "Grantee") is hereby amended. WHEREAS, the LOCAL SPONSOR has requested to use remaining funds of $321,551.30 from 14IR2 — Indian River County Hurricane Repair agreement to complete the scopes of work in 17182 Wabasso (Indian River Sector 3) Beach Restoration and has requested to revise the Grant Work Plan and the DEPARTMENT has agreed. NOW, THEREFORE, the parties hereto agree as follows: Attachment 3, Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-A, Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3 shall hereinafter refer to Attachment 3-A, Revised Grant Work Plan. Attachment 5, Special Audit Requirements, is hereby deleted in its entirety and replaced with Attachment 5-A, Revised Special Audit Requirements, attached hereto and made a part of the Agreement. All references in the Agreement to Attachment 5, shall hereinafter refer to Attachment 5-A, Revised Special Audit Requirements. The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. REMAINDER PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. 17IR2, Amendment No. 1, Page 1 of 2 246 IN WITNESS WHEREOF, the parties have caused this amendment to Agreement 171R2 to be duly executed, the day and year last written below. INDIAN RIVER COUNTY"�,,,. �...,, STATE OF FLORIDA DEPARTMENT OF � �t'�;q.0v"�,jNf'-�NVIRONMENTALPROTECTION *;• *Title of Person Authorized to gignqSecretary or designee ,� 9yR � : �,9�: • t t Chairman �•''�RcoiHri, ° Tri �t a ► ca hay Peter D. O Bryan, E Print Name of Authorized Person •-..•�• Print Name and Title of Authorized Person Date: June 19, 2018 Date: t0�p7a 1 i� APPROVED AS TO FORM ANDL f Catherine Florko, DEP Grant Manages 71'r r ; BY 'W1LlAM k. pE RAAi DEPUTY COUNTY ATTORNEY brae VanLandingham, DEP QC Re ' FEID No.: 59-6000674 ATTEST: Jeffrey R. Smith, Clerk of CourtaTptroller ' a BY: to Deputy Clerk List of attachments/exhibits included as part of this Amendment: Letter/ Specify Type Number Description (include number of pages) Attachment 3-A Revised Grant Work Plan (3 Pages) Attachment 5-A Special Audit Requirements DEP Agreement No. 171R2, Amendment No. 1, Page 2 of 2 247 ATTACHMENT 3-A GRANT WORK PLAN PROJECT TITLE: Wabasso (Indian River Sector 3) Beach Restoration PROJECT LOCATION: The Project is located between Department of Environmental Protection (DEP) reference monuments R20 and R51.3 along the Atlantic Ocean in Indian River County. PROJECT BACKGROUND: The Wabasso (Indian River Sector 3) Beach Restoration project consists of restoration of approximately 6.1 miles of shoreline between DEP Monuments R20 - R51.3 (critically eroded section) in Indian River County (Sector 3). As authorized under JCP Permit No. 0285993, Phase I construction was completed in 2010, Phase 11 construction was initiated in 2011 and completed in 2012. Due to damages sustained during Hurricane Sandy minor emergency repairs were constructed in 2012 and a full storm repair project was constructed in the winter of 2014 — 2015. Sector 3 was impacted from Hurricanes Mattahew (2016) and Irma (2017) necessitating additional design and permitting for the repair of the entire project area. PROJECT DESCRIPTION: The project consists of permit required monitoring and design. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $446,551.30 for this Project or up to 50 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, F.A.C. The Grantee will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, Florida Statutes (F.S.). Pursuant to Sections 161.091 - 161.161, F.S, the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program; and Pursuant to 62B -36.005(1)(d), Florida Administrative Code (F.A.C.), the Grantee has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved Scope of Work for an eligible Project item. The monitoring standards may be found at: http://www.dep.state.f7.uslbeaches1publicationslpdflPbysica] MonitoringStandards.pdf. One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 17H;Ll, Amendment 1, Attachment 3-A, Page I of 3 248 Acronyms: DEP or FDEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code F.S. — Florida Statutes FWC — Florida Fish and Wildlife Conservation Commission JCP — Joint Coastal Permit TASKS and DELIVERABLES: For all tasks identified below, the Local Sponsor will provide detailed scopes of work or a letter requesting advance payment, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with Section 287.057(17)(a)(1), F.S., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with section. 287.057(17)(x)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi -disciplinary firms for Project engineering and post -construction environmental monitoring services, or when the Project engineering consultant firm subcontracts for post - construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit -required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. DEP Agreement No. 17182, Amendment 1, Attachment 3-A, Page 2 of 3 249 Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Design Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. TaskBudget No. Task Title State Amount Task Start Date Task End' Date Task # Eligible Project Tasks Cost DEP Local Total 1/31/21 1/3112I Share Design Contractual Services $321,551.30 1/1/18 1/31/21 1/31/21 Total: $446,551.30 1 Monitoring 50.00% $125,000.00 $125,000.00 $250,000.00 2 Design 1 50.00% $321,551.30 $321,551.30 $643,102.60 COSTS 1 $446,551.30 $446,551.30 $893,102.60 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. TaskBudget No. Task Title Budget Category Amount Task Start Date Task End' Date 3leljta�eble rt 3ltn I Monitoring Contractual Services $125,000.00 1/1/18 1/31/21 1/3112I 2 Design Contractual Services $321,551.30 1/1/18 1/31/21 1/31/21 Total: $446,551.30 DEP Agreement No. 171R2, Amendment 1, Attachment 3-A, Page 3 of 3 250 ATTACHMENT 5 SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the 'Department", 'DEP", "FDEP" or "Grantor" or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantee" or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133, as revised, 2 CFR Part 200, Subpart F, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General. AUDITS PART 1: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised (for fiscal year start dates prior to December 26, 2014), or as defined in 2 CFR §200.330 (for fiscal year start dates after December 26, 2014). In the event that the recipient expends $500,000 ($750,000 for fiscal year start dates after December 26, 2014) or more in Federal awards in its fiscal year, the recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. EXHIBIT I to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. 3. If the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, is not required. In the event that the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F the cost of the audit must be paid from non -Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at www.cfda.eov Attachment 5 1 of 5 Re, 5/30/17 251 PART Il: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(n), Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient, the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXIHBIT 1 to this Attachment indicates state financial assistance awarded through the Department of Environmental Protection by this Agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part Il, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. If the recipient expends less than $750,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at https.//Wps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at httW://www.leg.state.fl.us/Welcome/l*ndex.cfm. State of Florida's website at httn://wvAv.myflorida.com/, Department of Financial Services' Website at htty://www.fldfs.com/ and the Auditor General's Website at http://www.mAorida.conVaudpen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to speck any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i. e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, by or on behalf of the recipient directly to each of the following: Attachment 5 2 of 5 Rev. 5/30/17 252 A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit rr,dep.state.fl.us B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised, and 2 CFR §200.501(a) (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, and 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.census_gov/facweb/ C. Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised, and 2 CFR §200.512. 2. Pursuant to Section .320(f), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and any management letters issued by the auditor, to the Department of Environmental Protection at one the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit(@dgp.state.fl.us 3. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Attachment 5 3of5 Rev. 5130/17 253 Electronically: FDEPSingleAuditAdey. state.fl.us B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401, Claude Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 t 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit @deu.state.fl.us 5. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, as revised and 2 CFR Part 200, Subpart F, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Attachment 5 4of5 Rev. 5/30/17 254 0 0 Q `' N 0 Y .. O o cu O. d => C O Nt y„U ¢- U a U C (/1 Q EF C Q ' X '6 ,E _ v� T O E V F O 0. ¢ M v C o h O � y O C O v L w N N a •O C 69 en 69 E at O w V � L N t°r H d d a o U 0 •U ° E U N w }._ 00 fi ca py F A a0i Ea o a o F, O 0 V a L Q A U Q 0 Ox Q w U U " 1. Q Q Vi N � ¢ O � E 0� YU v co o � a ca ma„•o a z y a : o _ cd U R d p w a M M w.�3 a GQt. O ¢ M a0+ A � w U O 3 w m L a 4 a L c O O a N 0 N d a=+ Q y O � a �wts`,z 40 � d Lr. Q • � C O Q `' N 0 Y .. O o cu Q- 0 V] OF => C O Nt y„U U U C (/1 Q EF E Q ' X '6 ,E _ v� T V F O 0. G 0 M v Q o h O � y C O v L C N N C 69 en 69 E at O w V � L 'Ei O O � y d d a C Z w •U ° E S N w }._ 00 fi ca py F A a0i Ea o a o F, O 0 V a o Gs. Q A U Q 0 � w w U U " w O Q Q Vi N � O O 0 0� YU v co U �.E o 'o ca ma„•o i 0 y : o _ cd U yE L p w Q M M w.�3 a GQt. U �r H M M a0+ A � w U O m L a a c a N 0 N d a=+ Q a 40 � d 79 Q • � w Q� d 0 � N ao„� Q r S d L a ++ o > y a Q PC cQ7 0 y Ix y O O u� C a Q `' N Y .. O o cu Q- 0 V] OF => C O Nt y„U U U C �s EF Q ' X '6 ,E _ v� T V F � Ch 3 O M 'n E o h O � N Qtg O v U� C N N C 69 en 69 E � O w V � V c b 'Ei v V � y d .Q rA L •U ° E S N w }._ 00 fi ca py F A a0i Ea o a C¢O E O 0 V a a� o U Q 0 U U " c = Q Q Vi N � O O 0� YU v co O y �.E o 'o ca ma„•o i 0 y : o _ cd U aco (>, 43 to p w ~ M M w.�3 a GQt. U �r H M M L a m En 03 �0 far N 0 N a 40 � y Q • � E Q� d � N ao„� r S Cn a ++ o > y � Q PC cQ7 0 iV.. E - a p, cc p �E c �� LO N z. aZ0¢ cn QE tn Q `' N Y .. O o cu O y„U Q U C �s EF Q ' X '6 ,E _ v� T V F O v 4.- 0 00 C O � d U� V O Y d E T V � V c b 'Ei � y d C d � c �v3 <� y y iQ o U Q 0 U U " c = U y. Vi N O O 0� YU v �.E o 'o ca ma„•o y : o _ cd aco (>, 43 to p w.�3 a `as OlPnrt�� "001 - AL �w 111 C ��nt�l p1 0 Memorandum Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Rick Scott Governor Carlos Lopez-Cantera Lt. Governor Noah Valenstein Secretary TO: Noah Valenstein, Secretary THROUGH: Drew Bartlett, Deputy Secretary FROM: Trina Vielhauer, Directorlyr SUBJECT: Request for Signature Delegation for the Beaches and Mines Funding Assistance Program DATE: September 15, 2017 ISSUE: The Division of Water Restoration Assistance (Division) is requesting delegation of signature authority for all projects in the Beaches and Mines Funding Assistance Program for those projects that are at the funding levels requiring signature by the Secretary and Deputy Secretary. The projects are selected for funding pursuant to the rules for each program. ASK: The Division requests delegation of final signature authority for the grant agreements and amendments thereto associated with all projects in the Beaches and Mines Funding Assistance Program. I hereby delegate final signature authority on the above grant agreements and amendments thereto to the Division Director. Noah Valenstein, Secretary 256 AMENDMENT NO.2 TO AGREEMENT NO. 171R2 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND INDIAN RIVER COUNTY This Amendment to Agreement No. 17182, as previously amended, (Agreement) is made by and between the Department of Environmental Protection (Department), an agency of the State of Florida, and Indian River County, 1801 27th Street, Building A, Vero Beach, FL 32960 (Grantee), on the date last signed below. WHEREAS, the Department entered into the Agreement with the Grantee for the Wabasso (Indian River Sector 3) Beach Restoration effective February 26, 2018; and WHEREAS, the Grantee has requested additional time to complete the project and the Department has agreed to the request. NOW THEREFORE, the parties agree as follows: 1) The Agreement is extended for a 20 month period to begin April 30, 2021, and remain in effect until December 31, 2022. The Department and the Grantee shall continue to perform their respective duties during this extension period pursuant to the same terms and conditions provided in the Agreement. 2) Attachment 3-A, Revised Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-13, Second Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3-A shall hereinafter refer to Attachment 3-B, Second Revised Grant Work Plan. 3) The following provision herby replaces Attachment 1, Section 24 of the Agreement: Scrutinized Companies. . A. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. B. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. C. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions then they shall become inoperative. 4) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies may appear between the Agreement and this Amendment, the provisions of this Amendment shall control. Agreement No.: 17IR2 1 of 2 Rev. 3/6/2020 Amendment No.: 2 257 ORCP Additional Signatures Patricia Wagner''` Digitally signed by Patricia Wagner Date: 2021.05.2813:42.41-04'00' DEP Grant Manager Avery Lehmann Digitally signed by Ave" Lehmann Date: 2021.05.28 14:45:04 -04'00' DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 259 ATTACHMENT 3-B SECOND REVISED GRANT WORK PLAN PROJECT TITLE: Wabasso (Indian River Sector 3) Beach Restoration PROJECT LOCATION: The Project is located between Department of Environmental Protection (DEP) reference monuments R20 and R51.3 along the Atlantic Ocean in Indian River County. PROJECT BACKGROUND: The Wabasso (Indian River Sector 3) Beach Restoration Project consists of restoration of approximately 6.1 miles of shoreline between DEP Monuments R20 and R51.3 in Indian River County. Phase I of the construction was completed in 2010 and Phase H was completed in 2012. Due to damages sustained during Hurricane Sandy minor emergency repairs were constructed in 2012 and a full storm repair project was constructed in the winter of 2014/2015. Sector 3 was impacted from Hurricanes Matthew (2016) and Irma (2017) necessitating additional design and permitting for the repair of the entire project area. PROJECT DESCRIPTION: The Project consists of permit required monitoring and design. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $446,551.30 for this Project or up to 50 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, F.A.C. The Grantee will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, Florida Statutes (F. S.). Pursuant to Sections 161.091 - 161.161, F.S, the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program; and Pursuant to 62B -36.005(1)(d), Florida Administrative Code (F.A.C.), the Grantee has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved Scope of Work for an eligible Project item. The monitoring standards may be found at: http://www.dep.state.fl.us/beaches/publications/` /PhysicalMonitoringStandards.pdf. One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 17182, Amendment 2, Attachment 3-B, Page 1 of 3 260 Acronyms: DEP or FDEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code F.S. — Florida Statutes FWC — Florida Fish and Wildlife Conservation Commission TASKS and DELIVERABLES: For all tasks identified below, the Local Sponsor will provide detailed scopes of work or a letter requesting advance payment, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with Section 287.057(17)(a)(1), F.S., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with section. 287.057(17)(a)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi -disciplinary firms for Project engineering and post -construction environmental monitoring services, or when the Project engineering consultant firm subcontracts for post - construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit -required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. DEP Agreement No. 17182, Amendment 2, Attachment 3-B, Page 2 of 3 261 Task 2: Design Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost State Task Title Budget Category Task # Eligible Project Tasks Cost DEP Local Total Share 1 Monitoring Contractual Services $125,000.00 01/01/2018 1 IMonitoiring 50.0001. 1 $125,000.001 $125,000.001 $250,000.00 2 IDesign 50.00% 1 $321,551.301 $321,551.301 $643,102.60 COSTS 1 $446,551.301 $446,551.301 $893,102.60 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task No. Task Title Budget Category Budget Amount Task Start Date Task End Date Deliverable Due Date 1 Monitoring Contractual Services $125,000.00 01/01/2018 09/30/2022 09/30/2022 2 Design Contractual Services $321,551.30 01/01/2018 09/30/2022 09/30/2022 Total: $446,551.30 DEP Agreement No. 17182, Amendment 2, Attachment 3-13, Page 3 of 3 262 This Amendment to Agreement No. 17I112, as previously amended, (Agreement) is made by and between the Department ofEnvironmental Protection (Department), an agency of the State of Florida, and Indian River County, 1801 27th Street, Building A, Vero Beach, FL 32960 (Grantee), on the date last signed below. WHEREAS, the Department entered into the Agreement with the Grantee for the Wabasso (Indian River Sector 3) Beach Restoration effective February 26, 2018; WHEREAS, the parties wish to amend the Agreement as set forth herein. NOW THEREFORE, the parties agree as follows: 1) The Agreement is wdended for a 12 -month period to begin January 1, 2023, and remain in effect until December 31, 2023. The rent and the Grantee shall continue to perform their respective duties during this extension period pursuant to the same terms and conditions provided in the Agreement. 2) Attachment 3-B, Second Revised Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3- C, Third Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3-B, Second Revised Grant Work Plan, shall hereinafter refer to Attachment 3-C, Third Revised Grant Work Plan. 3) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies may appear between the Agreement and this Amendment, the provisions of this Amendment shall control. The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. Indian River County s'tt9 Florida Department of «« Environmental Protection �' • '/C! By: Com. Title: airman Seery. or Designee Alex Reed. Director Office of Resilience and Coastal Protection Date: December 2.0, 2022 •.L*�' ,,�.:.. ,..•�`~ Dake: 12/29/2022 LIST OF ATTACHMENTS/EXHIBITS MCLUDED AS PART OF THIS AMENDMENT: Specify Type Letter/Number Description Attachment 3-C Third Revised:,0 aaat Wark Pun (3 s) Agent No.. 17IR2 ORCP Additional Signatures Digitally signed by Tony Figueroa - Tony Figueroa-Vivenezvivenez Date: 2022.12.21 17:31:07 -05'00' DEP Grant Manager Randall `p / I SQ n Digitally signed by Randall Wilson V V Date: 2022.12.22 10:22:57 -05'00' DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 264 ATTACHMENT 3-C THIRD REVISED GRANT WORK PLAN PROJECT TITLE: Waba ' River Se¢W 3) Beach Restoration PROJECT LOCATION; The Project is located between Department of Environmental Protection (DEP) reference monuments R20 and R51.3 along the Atlantic Ocean in Indian River County. PROJECT BACKGROUND: The Wabasso (Indian River Sector 3) Beach Restoration project consists of restoration of approximately 6.1 miles of shoreline between DEP Monuments R20 and 851.3 in Indian; River County. Phase I of the construction was completed in 2010 and Phase 11 was completed in 2012. Due to damages sustained during Hurricane Sandy minor emergency repairs were constructed in 20I l ands full storm repair project was constructed in the winter of 201412015'. Sector 3 was impacted from Hurricanes Matthew (2016) and Irma (2017) necessitating additional design and permitting for the repair of the entire project area. The local sponsor is working with FEMA and DEM to prepare the reimbursement request. PROJECT DESCRIPTION: The project consists of permit required monitoring and design. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of$446,551.30 for this Project or up to 50 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 62B-36, F.A.C. The Grantee will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, Florida Statutes (F. S.). Pursuant to Sections 161.091 - 161.161, F.S, the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program; and Pursuant to 62B -36.005(1)(d), Florida Administrative Code (F-A.C.), the Grantee has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved Scope of Work for an eligible Project item. The monitoring standards may be found at: ht i .deo.state.fl.us/beaches/publications/ydf/PhysicaiMonitorinaStandards.pdf. One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified Acronyms: DEP or FDEP — Florida Department of Environmental Protection F.A-C. — Florida Administrative Code F.S.: - Florida Statutes FV1TC Florida Fish and Wildlife Conservation Commission TASKS and DELIVERALBLES: For all tasks identified below, the Local Sponsor will provide detailed scopes of work or a letter requesting advance payment, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with Section 287,if3i(l'iXa)(1),, 4., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with section. 287.057(17)(a)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi -disciplinary firms for Project engineering and post -construction environmental monitoring services, or when the Project engineering consultant firm subcontracts for post - construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit -required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. DEP Agreement No. 17M2, Amendment 3, Aitsebment 3-C;i 2 of 3 - - 266 Task 2: Design Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task No. Cask Title State Budget Amount Task Start Date Deliverable Due Date Task # Eligible Project Tasks Cost DEP Local Total 2 Design Share $326,089.40 01/01/2018 06/30/2023 Total: $446,551.30 1'Monitoring 50.00% $120,461.90 $120,461.90 $240,923.80 2 IDesign 50.00% 1 $326,089.40 $326,089.40 $652,178.80 COSTS $446,551.30 $446,551.30 $893,102.60 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task No. Cask Title Budget Category Budget Amount Task Start Date Deliverable Due Date 1 Monitoring Contractual Services $120,461.90 01/01/2018 06/30/2023 2 Design Contractual Services $326,089.40 01/01/2018 06/30/2023 Total: $446,551.30 DEP Agreement No. 17IR2, Amendment 3, Attachment 3-C, Page 3 of 3 267 AMENDMENT NO.4 TO AGREEMENT NO. 171112 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND INDIAN RIVER COUNTY This Amendment to Agreement No. 171 R2, as previously amended, (Agreement) is made by and between the Department of Environmental Protection (Department), an agency of the State of Florida, and Indian River County, 1801 27th Street, Vero Beach, Florida 32960 (Grantee), on the date last signed below. WHEREAS, the Department entered into the Agreement with the Grantee for Wabasso (Indian River Sector 3) Beach Restoration effective February 26, 2018; and WHEREAS, the Grantee has requested an extension to the Agreement and the Department has agreed; and WHEREAS, the parties wish to amend the Agreement as set forth herein. NOW THEREFORE, the parties agree as follows: I) The Agreement is extended for a twelve (12) month period to begin January 1, 2024, and remain in effect until December 31, 2024. The Department and the Grantee shall continue to perform their respective duties during this extension period pursuant to the same terms and conditions provided in the Agreement. 2) Attachment 1, Standard Terns and Conditions, is hereby deleted in its entirety and replaced with Attachment I -A, Revised Standard Terns and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment I shall hereinafter refer to Attachment 1-A, Revised Standard Terms and Conditions. 3) Attachment 2, Special Tenns and Conditions, is hereby deleted in its entirety and replaced with Attachment 2-A, Revised Special Tenns and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 2 shall hereinafter refer to Attachment 2-A, Revised Special Terms and Conditions. 4) Attachment 3-C, Third Revised Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-D, Fourth Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3-C shall hereinafter refer to Attachment 3-D, Fourth Revised Grant Work Plan. 5) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies may appear between the Agreement and this Amendment, the provisions of this Amendment shall control. The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. In t ounty '�� ridAL Departm.ow of Il'�r�tc�ioe $w y� Title: Chairman d•" �. •, ,. its o...ww.er.rc«rrnawr.. Januar3 2.024 rte,.. 3/19/2024 APPROVED AS TO FORM AND E AL SU FIC Y jAgreement No.: 171112 AtteMiRyt*wttt Not1dr, Clerk of Rev. 3/1/2022 WILLIAM K. DEB Circ Court and Comptro.IW ( no 11jTv ATTnRNFv A � A LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: Specify Type Letter/Number Description Attachment 1-A Revised Standard Terms and Conditions (13 pages) Attachment 2-A Revised Special Terms and Conditions (3 pages) Attachment 3-D Fourth Revised Grant Workplan (4 Pages) - REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Agreement No.: 17IR2 Amendment No.: 4 Rev. 3/1/2022 ORCP Additional Signatures Eric MassaDigitally signed Eic Massa Date: 2024 03 15 13:21:12 04'00' DEP Grant Manager Cali BurkettDigitally signeCali Burkett Date: 2024.03. 15 14:03:10 -04'00' DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 270 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION REVISED STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1-A 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement),e constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all priore agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included one Grantee's forms or invoices shall be null and void.e 2. Grant Administration. a.e Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, thee order of precedence for interpretation of the Agreement is as follows:e i.e Standard Grant Agreemente ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grante Agreemente iii.e Attachment 1, Standard Terms and Conditicnse iv.e The Exhibits in the order designated in the Standard Grant Agreemente b.e All approvals, written or verbal, and other written communication among the parties, including all notices, shalle be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail,e U.S. Mail, a courierdelivery service, or delivered in person. Notices shall beconsidered delivered when reflectede by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or whene receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considerede delivered at the earliest delivery time.e c.e If a different Grant Manager is designated by either party after execution of this Agreement, notice of the namee and contact information of the new Grant Manager will be submitted in writing to the other party and maintainede in the respective parties' records, A change of Grant Manager does not require a formal amendment or changee order to the Agreement.e d.e This Agreement may be amended, through a formal amendment or a change order, only by a written agreemente between both parties. A formal amendment to this Agreement is required for changes which cause any of thee following:e (1)can increase or decrease in the Agreement funding amount;e (2)ca change in Grantee's match requirements;e (3)ea change in the expiration date of the Agreement; and/ore (4)echanges to the cumulative amount of funding transfers between approved budget categories, as defined ine Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budgete as last approved by Deparknent.e A change order to this Agreement may be used when:e (1)dask timelines within the current authorized Agreement period change;e (2)dhe cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Worke Plan, are less than twenty percent (20%) of the total budget as last approved by Departrnent;e (3)erhanging the current funding source as stated in the Standard Grant Agreement; and/ore (4) fund transfers between budget categories for the purposes of meeting match requirements.e This Agreement may be amended to provide for additional services if additional funding is made available by thee Legislature.e e,e All days in this Agreement are calendar days unless otherwise specified.e 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unlesse extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligiblee for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement,e unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to thee execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms ande Conditions.e Rev. 9/15/2023 Attachment I -A 1 of 13 271 4.e Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plane The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlinede in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Departmente making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions sete forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement,e 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of thee kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional ande workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do note knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) itse employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes,e if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigatee or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreemente requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverablee does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured ate the time of delivery.e 6. Acceptance of Deliverables. a.e Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Managere before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remaine outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept thee deliverables within 30 days of receipt, they will be deemed rejected.e b.e Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grante Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactorye performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables wille be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks ore activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associatede invoice, Payment for the rejected deliverable will not be issued unless the rejected deliverable is madee acceptable to Department in accordance with the Agreement requirements. The Department, at its option, maye allow additional time within which Grantee may remedy the objections noted by Department. The Grantee'se failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute ane event of default.e 7. Financial Consequences for Nonperformance. a.e Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/ore Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when thee Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequencese for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considerede penalties.e b.e Invoice reductione If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by 1 % for eache day the deadline is missed, unless an extension is approved in writing by the Department.e c.e Corrective Action Plan, If Grantee fails to correct all the deficiencies in a rejected deliverable within the specif ede timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) bee submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deftcienciese in the CAP. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days.e i.e The Grantee shall submit a CAP within ten (10) days of the date of the written request frome Department. The CAP shall be sent to the Department's Grant Manager for review and approval.e Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether thee CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days frome receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure toe obtain Department approval of a CAP as specified above may result in Department's termination of e this Agreement for cause as authorized in this Agreement.e ii.e Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days toe commence implementation of the accepted plan. Acceptance of the proposed CAP by Departmente does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP failse to correct or eliminate performance deficiencies by Grantee, Department shall retain the right toe Attachment 1-A 2of13 Rev. 9/15/2023 272 require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. iii. 'Failure to respond to a Department request for a CAP or failure to correct a deficiency in thet performance of the Agreement as specified by Department may result in termination of thet Agreement.t 8. Payment. a.t Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverablet established by the Grant Work Plan, and the billing procedures established by Department, Department agreest to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.).t b. t Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Granteet however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, ort for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations witht Department. The Grantee shall not use Department's exemption number in securing such materials. The Granteet shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from thist Agreement.t c.t Maximum Amount of Aereement. The maximum amount of compensation under this Agreement, without ant amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion oft this Project are the responsibility of Granteet d.t Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costst upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plant Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible fort reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of Statet funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at thet following web address: his: ww%v.mvflondacfo.com docs-sfaccounting-and-auditine-libra ries/state- agencueb reference-guide-tierstate-expenditures.t)dit e.t Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies as at "rural community" or "rural area oftopportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Granteet may request from the Department that all invoice payments (i.e., cost reimbursement) under this Agreement bet directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee'st request ift u. Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" ort "rural area of opportunity" undersubsection 288.0656(2), F.S.;t ii. Grantee demonstrates current financial hardship using one (1 ) or more of the "economic distress"t factors defined in subsection 288.0656(2)(c), F.S.;t Ht. Grantee's performance has been verified by the Department. which has determined that Grantee ist eligible for cost reimbursement and that Grantee's performance has been completed in accordancet with this Agreement's ternms and conditions; andt iv.t Applicable federal and state law(s), rule(s) and regulation(s) allow for such paynments.t This subsection may not be construed to alter or limit airy other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: https: ''floridatobs.ore=community-p(anninL,-and-development, rural-commun ity-proaranms'rura 1-areas-of- opportunity. f.t Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Departmentt pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre-audit andt post-audit to be performed. The Grantee shall only invoice Department for deliverables that are completed int accordance with the Grant Work Plant g.t State Funds Documentation. Pursuant to section 216.1366. F.S., if Contractor meets the definition of a non-protitt organization under section 215.97(2)(m), F.S., Contractor must provide the Department with documentation that indicates the amount of state funds:t i. Allocated to be used during the full term of the contract or agreement for remuneration to anyt member of the board of directors or an officer of Contractort Ii. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the Contractort Attachment 1-A 3of13 Rev. 9/15/2023 273 The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State's the contract tracking system and maintained pursuant to section 215.985, F.S., and must be posted on the Contractor's website, if Contractor maintains a website. h. J&W&jW Payments. Interim payments may be made by Department, at its discretion, iP the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. i. Final Payment Request. A final payment request should be submitted to Department no later'than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. I lowever, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. j. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. k. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: https: www.myt1oridacfo.com division; aa/local-govenuments'iudgement- interest -rates . 1. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. if Cost Reimbursement or Match is authorized in Attachment 2, Special Tenors and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories. a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect. and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. if Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such finds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 691-72, Florida Administrative Code (F.A.C.) and/or Chapter 691-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. 1. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3. Grant Work Plan. Invoices submitted to Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation font for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals. or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. I n this instance, Grantee shall request the advance written approval from Department's Grant Manager of the, fixed price Attachment 1-A 4of13 Rev. 9/15M23 274 negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii.o If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it haso complied with the statutory or federal requirements.o d.o Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061,0 F.S.o e.o Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costingo $5,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specifico approval of Department, and does not include any equipment purchased under the delivery of services to beo completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properlyo completed Exhibit B, Property Reporting Form.o f.o Rental/Lease of Equipment, Match or reimbursement requests for rental/lease of equipment must include copieso of invoices or receipts to document charges.o g.o Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non-excludedo phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under theo terms of this Agreement, the documentation supporting these expenses must be itemized and include copies ofo receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Departmento shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civilo or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies oro equipment.o h.o Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real propertyo (including access rights through ingress/egress easements, leases, license agreements, or other site accesso agreements; and/or obtaining record title ownership of real property through purchase) must be supported by theo following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legalo ' Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closingo Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documentingo acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Granteeo agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds.o 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Foray to Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30)adays.o 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a.o The Department reserves the right to establish the amount and application of retainage on the work performedo under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions.o Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approvalo of all deliverables.o b.o If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shallo forfeit its right to payment of the retainage associated with the work. Failure to perforin includes, but is noto limited to, failure to submit the required deliverables or failure to provide adequate documentation that the worko was actually performed. The Department shall provide written notification to Grantee of the failure to perforin that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframeo stated in Department's notice, the retainage will be forfeited to Department.o c.o No retainage shall be released or paid for incomplete work while this Agreement is suspended.o d.o Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, providedo Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicingo procedures under this Agreement.o 12. Insurance. Attachment 1-A 5of13 Rev. 9/15/2023 275 a.e Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub-granteese and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits ase described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, toe make compliance with the insurance requirements of this Agreement a condition of all contracts that are relatede to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request.e b.e Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing ae deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of thee Grantee providing such insurance.e c.e Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentatione demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of e any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnishe Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance.e d.e Duty, to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for anye reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of ruche cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and providee proof of such replacement coverage within ten (10) days after the cancellation of coverage.e e.e Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead adde the Department of Environmental Protection, its employees, and officers as an additional covered partye everywhere the Agreement requires them to be added as an additional insured.e 13. Termination. a.e Termination for Convenience. When it is in the State's best interest, Department may, at its sole discretion,e terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shalle notify Grantee of the termination for convenience with instructions as to the effective date of termination or thee specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices fore work to be paid under this Agreement within thirty (30) days of the effective date of termination. Thee Department shall not pay any invoices received after thirty (30) days of the effective date of termination.e b.e Termination for Cause, The Department may terminate this Agreement if any of the events of default describede in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its othere obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or thate the default was excusable, the rights and obligations of the parties shall be the same as if the termination hade been issued for the convenience of Department. The rights and remedies of Department in this clause are ine addition to any other rights and remedies provided by law or under this Agreement.e c.e Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial terminatione unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, ande to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreemente not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only fore that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled toe recover any cancellation charges or lost profits.e d.e Continuation of Prepaid Services, If Department has paid for any services prior to the expiration, cancellation,e or termination of the Agreement, Grantee shall continue to provide Department with those services for which ite has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have beene paid for but not rendered.e e.e Transition of Services Upon Termination. Expiration. or Cancellation of the Agreement. If services providede under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transitione of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmativee obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grante Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except ase necessary to complete the transition or continued portion of the Agreement, if any.e 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. Attachment 1-A 6of13 Rev. 9/15/2023 276 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a.e The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver ae material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance ofe the performance of the work, failure to resume work that has been discontinued within a reasonable time aftere notice to do so, or abandonment of the Agreement;e b.e The commitment of any material misrepresentation or omission in any materials, or discovery by the Departmente of such, made by the Grantee in this Agreement or in its application for funding;e c.e Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect,e incomplete, or insufficient information;e d.e Failure to honor any term of the Agreement;e e.e Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revokinge the certificate of authority granted to the Grantee by a state or other licensing authority;e f.e Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment toe any other entities as required by this Agreement;e g.e Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of thee Immigration and Nationality Act;e h.e Failure to maintain the insurance required by this Agreement;e i.e One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within thee specified 30 -day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequatee assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligationse under the Agreement:e i.e Entry of an order for relief under Title 11 of the United States Code;e ii.e The making by Grantee of a general assignment for the benefit of creditors;e iii.e The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property;e and/ore iv.e An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy,e reorganization, or liquidation.e 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole Attachment 1-A 7of13 Rev. 9/15/2023 277 discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a.e The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shalle fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits,e actions, damages, and costs of every name and description arising from or relating to:e i.e personal injury and damage to real or personal tangible property alleged to be caused in whole or ine part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Granteee shall not indemnify for that portion of any loss or damages proximately caused by the negligent acte or omission of Department;e ii.e the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee.e b.e The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upone Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take overe and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action ate Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or madee by Department in any legal action without Grantee's prior written consent, which shall not be unreasonablye withheld.e c.e Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies toe Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for thee negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute ae waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S. Further, nothing hereine shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any mattere arising out of any contract or this Agreement.e d.e No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assumee liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, ore otherwise impose liability on Department for which it would not otherwise be responsible. Any provision,e implication or suggestion to the contrary is null and void.e 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amounte no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and ine compliance with the terms of the Agreement. Such liability is further limited to a cap of S I00,000.e 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in thise Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue itse remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition toe other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts duee Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it.e 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitutee or be deemed a waiver of Department's right thereafter to enforce those rights, nor shall any single or partial exercisee of any such right preclude any other or further exercise thereof or the exercise of any other right.e 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a.e The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorizede aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsiblee for including this provision in all subcontracts with private organizations issued as a result of this Agreement.e b.e Pursuant to sections 287.133, 287.134, and 287.137 F.S., the following restrictions apply to persons placed one the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list:e i.e Public Entity Crime. A person or affiliate who has been placed on the convicted vendor liste following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contracte to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on ae contract with a public entity for the construction or repair of a public building or public work; maye Attachment 1-A 8of13 Rev. 9/15/2023 278 not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii.e Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendore list may not submit a bid, proposal, or reply on a contract to provide any goods or services to ae public entity; may not submit a bid, proposal, or reply on a contract with a public entity for thee construction or repair of a public building or public work; may not submit bids, proposals, or repliese on leases of real property to a public entity; may not be awarded or perform work as a contractor,e supplier, subcontractor, or consultant under a contract with any public entity; and may not transacte business with any public entity.e iii.e Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violatore vendor list following a conviction or being held civilly liable for an antitrust violation may note submit a bid, proposal, or reply on any contract to provide any good or services to a public entity;e may not submit a bid, proposal, or reply on any contract with a public entity for the construction ore repair of a public building or public work; may not submit a bid, proposal, or reply on leases of reale property to a public entity; may not be awarded or perform work as a Grantee, supplier,e subcontractor, or consultant under a contract with a public entity; and may not transact new businesse with a public entity.e iv.e Notification The Grantee shall notify Department if it or any of its suppliers, subcontractors, ore consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitruste violator vendor list during the life of the Agreement. The Florida Department of Managemente Services is responsible for maintaining the discriminatory vendor list and the antitrust violatore vendor list and posts the list on its website. Questions regarding the discriminatory vendor list ore antitrust violator vendor list may be directed to the Florida Department of Management Services,e Office of Supplier Diversity, at (850) 487-0915.e 23. Compliance with Federal, State and Local Laws. ax The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limitede to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements.e The Grantee shall include this provision in all subcontracts issued as a result of this Agreement.e b.e No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall bee excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discriminatione in performance of this Agreement.e c.e This Agreement shall be governed by and construed in accordance with the laws of the State of Florida.e d.e Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction fore any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in thee Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to bee responsible for their own attorney fees incurred in connection with disputes arising under the terms of thine Agreement.e 24. Build America, Buy America Act (BABA) - Infrastructure Projects with Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan Act. Also, this provision does not apply where there is a valid waiver in place. However, the provision may apply to funds expended before the waiver or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program fore infrastructure are required to comply with the Build America, Buy America Act (BABA), including thee following provisions:e a.e All iron and steel used in the project are produced in the United States --this means all manufacturing processes,e from the initial melting stage through the application of coatings, occurred in the United States;e b.e All manufactured products used in the project are produced in the United States -this means the manufacturede product was manufactured in the United States; and the cost of the components of the manufactured producte that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of alle components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; ande Attachment 1-A 9of13 Rev. 9/15/2023 279 c. All construction materials are manufactured in the United States -this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment. that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in America Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a "project funded by President Biden's Bipartisan Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: htto s:?/www.el2a. gov/ invest/ invest i n a-americ a -s' Lna�e. b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable. 26. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135. F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S.. the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. C. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11.062 and 216.347, F.S. 29. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during Attachment 1-A 10 of 13 Rev. 9/15/2023 280 the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: ( I ) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the FI.Qr da Department_Qf State (available at. httm` dos,nvflorida.conulibrarv-archives,,rec 29. Audits. a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub-grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub-grantees and/or subcontractors, respectively. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, Iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit I to include in each amendment that authorizes a funding increase or decrease. Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit I and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for detenmining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS-A2-NS) that can be found under the "Links/Fornis" section appearing at the following website: P".fldfs.com fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Conumineline of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program-by-program or a project-by-project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. 1. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the Attachment t -A Il of 13 Rev. 9/1512023 281 original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii.e In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed bye Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii.e Notwithstanding the requirements of this section, the above restrictions on commingling funds doe not apply to agreements where payments are made purely on a cost reimbursement basis.e 30. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in anye manner or degree with the performance of services required.e 31. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department.e 32. Subcontracting. ax Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performede solely by Grantee.e b.e The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. Fore cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status,e or non-compliance with an applicable Department policy or other requirement.e c.e The Department may, for cause, deny access to Department's secure information or any facility by any Granteee employee, subcontractor, or agent.e d.e The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all worke in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under anye subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred undere any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurrede under any subcontracce ex The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within thee Department's facilities, unless the basis of Department's denial is safety or security considerations.e fe The Department supports diversity in its procurement program and requests that all subcontracting opportunitiese afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the fulle diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontractinge opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915.e g.e The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused bye the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of bothe Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted productse or services were obtainable from other sources in sufficient time for Grantee to meet the required deliverye schedule.e 33. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Granteee is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the newe parent company guarantee all of the obligations of Grantee.e 34. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiratione of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, ande public records, shall survive termination, cancellation, or expiration of this Agreement.e 35. Third Parties. The Department shall not be deemed to assume any liability for the acts,•failures to act or negligence of Grantee, itse agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. Thise Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third - party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement.e 36. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisionse are severable to that void provision, and shall remain in full force and effect.e Attachment 1-A 12 of 13 Rev. 9115!2023 282 37. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly lrainede technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy ofe technical certification or other proof of qualification. All employees, subcontractors, or agents performing work undere Agreement must comply with all security and administrative requirements of Department and shall comply with alle controlling laws and regulations relevant to the services they are providing under the Agreement.e 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or undere any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the evente of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expresslye waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of itse intent to do so.e 39. Compensation Report. If this Agreement is a sole -source, public-private agreement or if the Grantee, through this agreement with the State,e annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, thee Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation fore the entities' executive leadership teams. Total compensation shall include salary, bonuses, cashed -in leave, cashe equivalents, severance pay, retirement benefits, deferred compensation, real -property gifts, and any other payout.e The Grantee must also inform the Department of any changes in total executive compensation between the annuale reports. All compensation reports must indicate what percent of compensation comes directly from the State ore Federal allocations to the Grantee.e 40. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts,e each of which shall be an original and all of which shall constitute the same instrument. In accordance with thee Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall havee the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is dulye authorized to do so and to bind the respective party to the Agreement.e Attac; 13 Rev. 9/152023 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Revised Special Terms and Conditions AGREEMENT NO. 171112 ATTACHMENT 2-A These Special Terns and Conditions shall be read together with general terns outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terns shall apply. 1. Scope of Work. The Project funded under this Agreement is the Wabasso (Indian River Sector 3) Beach Restoration. The Project ise defined in more detail in Attachment 3, Grant Work Plan.e 2. Duration. a.e Reimbursement Period. The reimbursement period for this Agreement begins on January 1, 2018 and ends ate the expiration of the Agreement.e b.e Extensions. There are extensions available for this Project.e c.e Service Periods. Additional service periods are not authorized under this Agreement.e 3. Payment Provisions. a.e Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under thise Agreement as described in Attachment 3.e b.e Invoicine. Invoicing will occur as indicated in Attachment 3.e c,e Advance Pay. Advance Pay is not authorized under this Agreement.e 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the followinge budget categories, as defined in the Reference Guide for State Expenditures, as indicated:e Reimbursement Match Cate -gory ❑ ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ❑ ❑ a.e Fringe Benefits, N/A. ❑ ❑ b.e Indirect Costs, N/A.e ® ❑ Contractual (Subcontractors) ❑ ❑ Travel, in accordance with Section 112, F.S. ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement.e 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement.e 7. Match Requirements See Attachment 3, Grant Work Plane Attachment 2-A 1 of 3 Rev. S 2023 284 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement, All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: at Commercial General Liability Insurance.e The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each occurrence and $500,000 policy aggregate. b.e Commercial Automobile Insurance.e If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobilee liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and propertye damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shalle be named as an additional insured on any automobile insurance policy. The minimum limits shall be ase follows:e $200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable $200,000/300,000 Hired and Non -owned Automobile Liability Coverage c.e Workers' Compensation and Employer's Liability Coverage.e The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S. and employere liability coverage with minimum limits of $100,000 per accident, $100,000 perperson, and $500,000e policy aggregate. Such policies shall cover all employees engaged in any work under the Grant.e d.e Other Insurance. None.e 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement, 12. State-owned Land.e The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to generale liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by thee Grantee.e 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement.e 14. Common Carrier. a.e Applicable to contracts with a common carrier — finn/person/corporation that as a regular businesse transports people or commodities from place to place. If applicable, Contractor must also fill out ande return PUR 1808 before contract execution. If Contractor is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor ise found to be in violation of the law or the attestation in PUR 1808.e Attachment 2-A 2of3 Rm 8/8!:'033 285 b. Applicable to solicitations for a common carrier — Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. 15. Additional Terms. None. Attachment 2-A 3 of 3 Rev. 8/8/2023 286 ATTACHMENT 3-D FOURTH REVISED GRANT WORK PLAN PROJECT TITLE: Wabasso (Indian River Sector 3) Beach Restoration PROJECT LOCATION: The Project is located between Department of Environmental Protection (DEP) reference monuments R20 and R51.3 along the Atlantic Ocean in Indian River County. PROJECT BACKGROUND: The Wabasso (Indian River Sector 3) Beach Restoration project consists of restoration of approximately 6.1 miles of shoreline between DEP Monuments R20 and R51 .3 in Indian River County. Phase 1 of the construction was completed in 2010 and Phase 11 was completed in 2012. Due to damages sustained during Hurricane Sandy, minor emergency repairs were constructed in 2012 and a full storm repair project was constructed in the winter of 2014/2015. Sector 3 was impacted from Hurricanes Matthew (2016) and Irma (2017) necessitating additional design and permitting for the repair of the entire project area. PROJECT DESCRIPTION: The project consists of permit required monitoring and design. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $446,551.30 for this Project or up to 50 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, Florida Administrative Code ( F.A.C. ). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in section 112.061, Florida Statute (F.S.). Pursuant to sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: https://floridadep.aov/sitcsrdefault/tileslPhysical MonitorinSStandards.ndf One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 171R2, Amendment 4, Attachment 3-D, Page I of 4 287 Acronyms: DEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code F.S. — Florida Statutes FEMA — Federal Emergency Management Agency FWC — Florida Fish and Wildlife Conservation Commission TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with section 287.057(19)(a)(1), F.S., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with section 287.057(19)(a)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi -disciplinary firms for Project engineering and post -construction environmental monitoring services, or when the Project engineering consultant firm subcontracts for post - construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit -required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report signed by Local Sponsor containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. DEP Agreement No. 171R2, Amendment 4, Attachment 3-D, Page 2 of 4 288 Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Design Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Reportmust include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost Task # Eligible Project Tasks State Federal Cost Estimated Share Project (%) Costs DEP Local Total 1 Monitoring 50.00% $0.00 $120,461.90 $120A.90 $240,923.80 2 besign 50.00; $0.00 $326,089. $326,089.40 $652,178.80 TOTAL PROJECT COSTS $0.001$446,551.301$446,551.301$893,102.601 DEP Agreement No. 17IR2, Amendment 4, Attachment 3-D, Page 3 of 4 289 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task No. Task Title Budget Category Budget Amount Task Start Date Deliverable Due Date 1 Monitoring Contractual Services $120,46I.90 01/01/2018 09/30/2024 2 Design Contractual Services $326,089.40 01/01/2018 09/30/2024 Total: $446,551.30 J Note that, per paragraph 8.h of the agreement, authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the Department if the Legislature reduces or eliminates appropriations. Extending the contract end date carries the risk that funds for this project may become unavailable in the future. This should be a consideration for the Local Sponsor with this and future requests for extension. DEP Agreement No. 171R2, Amendment 4, Attachment 3-D, Page 4 of 4 290 AMENDMENT NO.5 TO AGREEMENT NO. 171R2 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND INDIAN RIVER COUNTY This Amendment to Agreement No. 171R2, as previously amended, (Agreement) is made by and between the Department of Environmental Protection (Department), an agency of the State of Florida, and Indian River County, 1801 27'x' Street, Vero Beach, Florida, 32960 (Grantee), on the date last signed below. WHEREAS, the Department entered into the Agreement with the Grantee for Wabasso (Indian River Sector 3) Beach Restoration effective February 26, 2018; and WHEREAS, the Grantee has requested an extension to the Agreement and the Department has agreed; and WHEREAS, the parties wish to amend the Agreement as set forth herein. NOW THEREFORE, the parties agree as follows: 1) The Agreement is extended for a twelve (12) month period to begin January 1, 2025, and remain in effect until December 31, 2025. The Department and the Grantee shall continue to perform their respective duties during this extension period pursuant to the same terms and conditions provided in the Agreement. 2) Attachment 1-A, Revised Standard Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment 1-B, Second Revised Standard Terms and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 1-A shall hereinafter refer to Attachment 1-B, Second Revised Standard Terms and Conditions. 3) Attachment 2-A, Revised Special Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment 2-B, Second Revised Special Terms and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 2-A shall hereinafter refer to Attachment 2-B, Second Revised Special Terms and Conditions. 4) Attachment 3-D, Fourth Revised Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-E, Fifth Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3-D shall hereinafter refer to Attachment 3-E, Fifth Revised Grant Work Plan. 5) Attachment 4, Public Records Requirements, is hereby deleted in its entirety and replaced with Attachment 4-A, Revised Public Records Requirements, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 4 shall hereinafter refer to Attachment 4-A, Revised Public Records Requirements. 6) Attachment 5-A, Revised Special Audit Requirements, is hereby deleted in its entirety and replaced with Attachment 5-B, Second Revised Special Audit Requirements, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 5-A shall hereinafter refer to Attachment 5-B, Second Revised Special Audit Requirements. 7) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies may appear between the Agreement and this Amendment, the provisions of this Amendment shall control. Agreement No.: 17IR2 1 of 2 Rev. 5n12024 Amendment No.: 5 291 The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. Indian River County By: Title: Date: Florida Department of Environmental Protection Secretary or Designee Date: LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: Specify Type Letter/Number Description Attachment 1-B Second Revised Standard Terms and Conditions (14 pages) Attachment 2-B Second Revised Special Terms and Conditions (3 pages) Attachment 3-E Fifth Revised Grant Work Plan (4 pages) Attachment 4-A Revised Public Records Requirements (1 page) Attachment 5-B Second Revised Special Audit Requirements (7 pages) - REMAINDER OF PAGE INTENTIONALLY LEFT BLANK - Agreement No.: 17182 Amendment No.: 5 2 of 2 Rev. 5/7/2024 292 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SECOND REVISED STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1-B 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation of the Agreement is as follows: i. Standard Grant Agreement ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee's match requirements; (3) a change in the expiration date of the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2) the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. Attachment 1-B 1of14 Rev. 11/13/2024 293 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terns and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Invoice reduction If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by I% for each day the deadline is missed, unless an extension is approved in writing by the Department. c. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies in the CAP. All CAPS must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to the Department's Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval of a CAP as specified above may result in Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department Attachment 1-B 2of14 Rev. 11/13/2024 294 does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: https://www.myfloridacfo.com/docs-sf/accounting-and-auditing-libraries/state- a¢encies/reference-guide-for-state-expenditures.pdf. e. Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Grantee may request from the Department that all invoice payments under this Agreement be directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee's request if- i. ii. Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" under subsection 288.0656(2), F.S.; ii. Grantee demonstrates current financial hardship using one (1) or more of the "economic distress" factors defined in subsection 288.0656(2)(c), F.S.; iii. Grantee's performance has been verified by the Department, which has determined that Grantee is eligible for invoice payments and that Grantee's performance has been completed in accordance with this Agreement's terms and conditions; and iv. Applicable federal and state law(s), rule(s) and regulation(s) allow for such payments. This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: hMs://floridaiobs.org community planning-and-development/rural-community_programs/rural-areas-of- Wortuni1y. f. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre -audit and post -audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. g. State Funds Documentation. Pursuant to section 216.1366, F.S., if Contractor meets the definition of a non-profit organization under section 215.97(2)(m), F.S., Contractor must provide the Department with documentation that indicates the amount of state funds: i. Allocated to be used during the full term of the contract or agreement for remuneration to any member of the board of directors or an officer of Contractor. Attachment 1-B 3of14 Rev. 11/13/2024 RR ii. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the Contractor. The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State's the contract tracking system and maintained pursuant to section 215.985, F.S., and must be posted on the Contractor's website, if Contractor maintains a website. h. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. i. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. j. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. k. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: https://www.myfloridacfo.com/division/aa/local-governments/judgement-interest-rates. 1. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors), Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. For grants funded with federal funds, nonconsumable and/or nonexpendable personal property or equipment costing $10,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in 2 CFR 200. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed - Attachment 1-B 4of14 Rev. 11/13/2024 296 price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061, F.S. e. Direct Purchase Equipment. For grants funded fully or in part with state funds, equipment is defined as capital outlay costing $5,000 or more. For grants funded fully with federal funds, equipment is defined as capital outlay costing $10,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specific approval of Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f. Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Department shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30) days. 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee of the failure to perform Attachment 1-B 5of14 Rev. 11/13/2024 297 that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframe stated in Department's notice, the retainage will be forfeited to Department. c. No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage. e. Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. 13. Termination. a. Termination for Convenience. When it is in the State's best interest, Department may, at its sole discretion, terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for work to be paid under this Agreement within thirty (30) days of the effective date of termination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department. The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits. d. Continuation of Prepaid Services. If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have been paid for but not rendered. e. Transition of Services Upon Termination, Expiration, or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Attachment 1-B 6of14 Rev. 11/13/2024 298 Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding; c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to any other entities as required by this Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30 -day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 11 of the United States Code; ii. The making by Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property; and/or iv. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (3 0) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first Attachment 1-11 7of14 Rev. 11/13/2024 299 arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. Attachment 1-B 8of14 Rev. 11/13/2024 300 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to sections 287.133, 287.134, and 287.137 F.S., the following restrictions apply to persons placed on the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list: i. Public Entity Crime. 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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. iii. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any contract to provide any good or services to a public entity; may not submit a bid, proposal, or reply on any contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with a public entity; and may not transact new business with a public entity. iv. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or antitrust violator vendor list may be directed to the Florida Department of Management Services, Office of Supplier Development, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Build America, Buy America Act (BABA) - Infrastructure Projects with Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan Act. Also, this provision does not apply where Attachment 1-B 9of14 Rev. 11/13/2024 301 there is a valid waiver in place. However, the provision may apply to funds expended before the waiver or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: a. All iron and steel used in the project are produced in the United States --this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. All manufactured products used in the project are produced in the United States -this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and c. All construction materials are manufactured in the United States -this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in America Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a "project funded by President Biden's Bipartisan Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: hMs://www.epa.gov/invest/investing-wnerica-signage. b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable. 26. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Attachment 1-B 10 of 14 Rev. 11/13/2024 302 Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. C. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11.062 and 216.347, F.S. 28. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of. (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: hgp://dos.myflorida.com/librgn-archives/records-mana eg ment/general-records-schedulesn. 29. Audits. a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub -grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees and/or subcontractors, respectively. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS -A2 -NS) that can be found under the "Links/Forms" section appearing at the following website: hrips:\\apps. fldfs.com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, Attachment 1-B 11 of 14 Rev. 11/13/2024 303 general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 30. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 31. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 32. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Development at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 33. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee Attachment 1-B 12 of 14 Rev. 11/13/2024 304 is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 34. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 35. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third - party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 36. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 37. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 39. Compensation Report. If this Agreement is a sole -source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. 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 Grantee must also inform the Department of any changes in total executive compensation between the annual reports. All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee. 40. Disclosure of Gifts from Foreign Sources. If the value of the grant under this Agreement is $100,000 or more, Grantee shall disclose to Department any current or prior interest of, any contract with, or any grant or gift received from a foreign country of concern, as defined in section 286.101, F.S., if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous 5 years. Such disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. If the disclosure requirement is applicable as described above, then within 1 year before applying for any grant, Grantee must also provide a copy of such disclosure to the Department of Financial Services. 41. Food Commodities. To the extent authorized by federal law, the Department, its grantees, contractors and subcontractors shall give preference to food commodities grown or produced in this state when purchasing food commodities, including farm products as defined in section 823.14, F.S., of any class, variety, or use thereof in their natural state or as processed by a farm operation or processor for the purpose of marketing such product. 42. Anti-human Trafficking. Attachment 1-B 13 of 14 Rev. 11/13/2024 305 If the Grantee is a nongovernmental entity, the Grantee must provide the Department with an affidavit signed by an officer or a representative of the Grantee under penalty of perjury attesting that the Grantee does not use coercion for labor or services as defined in section 787.06, F.S. 43. Iron and Steel for Public Works Projects. If this Agreement funds a "public works project" as defined in section 255.0993, F.S., or the purchase of materials to be used in a public works project, any iron or steel permanently incorporated in the Project must be "produced in the United States," as defined in section 255.0993, F.S. This requirement does not apply if the Department determines that any of the following circumstances apply to the Project: (1) iron or steel products produced in the United States are not produced in sufficient quantities, reasonably available, or of satisfactory quality; (2) the use of iron or steel products produced in the United States will increase the total cost of the project by more than twenty percent (20%); or (3) complying with this requirement is inconsistent with the public interest. Further, this requirement does not prevent the Contractor's minimal use of foreign steel and iron materials if: (1) such materials are incidental or ancillary to the primary product and are not separately identified in the project specifications; and (2) the "cost" of such materials, as defined in section 255.0993, F.S., does not exceed one-tenth of one percent (1%) of the total Project Cost under this Agreement or $2,500, whichever is greater. Electrical components, equipment, systems, and appurtenances, including supports, covers, shielding, and other appurtenances related to an electrical system that are necessary for operation or concealment (excepting transmission and distribution poles) are not considered to be iron or steel products and are, therefore, exempt from the requirements of this paragraph. This provision shall be applied in a manner consistent with and may not be construed to impair the state's obligations under any international agreement. 44. Complete and Accurate information. Grantee represents and warrants that all statements and information provided to DEP are current, complete, and accurate. This includes all statements and information in this Grant, as well as its Attachments and Exhibits. 45. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1-B 14 of 14 Rev. 11/13/2024 306 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Second Revised Special Terms and Conditions AGREEMENT NO. 17I112 ATTACHMENT 2-13 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is the Wabasso (Indian River Sector 3) Beach Restoration. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement is the same as the term of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Categ ❑ ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ❑ ❑ a. Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, N/A. ® ❑ Contractual (Subcontractors) ❑ ❑ Travel, in accordance with Section 112, F.S. ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements See Attachment 3, Grant Work Plan. 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy Attachment 2-13 1 of 3 Rev. 7/08/24 307 maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each occurrence and $500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable $200,000/300,000 Hired and Non -owned Automobile Liability Coverage c. Workers' Compensation and Employer's Liabift Coverage. The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S. and employer liability coverage with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. d. Other Insurance. None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Common Carrier. a. Applicable to contracts with a common carrier — firm/person/corporation that as a regular business transports people or commodities from place to place. If applicable, Contractor must also fill out and return PUR 1808 before contract execution. If Contractor is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. b. Applicable to solicitations for a common carrier — Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States Attachment 2-B 2 of 3 Rev. 7/08/24 308 according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. 15. Financial Assistance and Payment of Invoices to Rural Communities or Rural Areas of Opportunity This agreement does not provide federal or state financial assistance to a county or municipality that is a rural community or rural area of opportunity as those terms are defined in s. 288.0656(2). 16. Additional Terms. None. Attachment 2-B 3 of 3 Rev. 7/08/24 309 ATTACHMENT 3-E FIFTH REVISED GRANT WORK PLAN PROJECT TITLE: Wabasso (Indian River Sector 3) Beach Restoration PROJECT LOCATION: The Project is located between Department of Environmental Protection (DEP) reference monuments R20 and R51.3 along the Atlantic Ocean in Indian River County. PROJECT BACKGROUND: The Wabasso (Indian River Sector 3) Beach Restoration project consists of restoration of approximately 6.1 miles of shoreline between DEP Monuments R20 and R51 .3 in Indian River County. Phase I of the construction was completed in 2010 and Phase II was completed in 2012. Due to damages sustained during Hurricane Sandy, minor emergency repairs were constructed in 2012 and a full storm repair project was constructed in the winter of 2014/2015. Sector 3 was impacted from Hurricanes Matthew (2016) and Irma (2017) necessitating additional design and permitting for the repair of the entire project area. Local Sponsor is coordinating with other state and federal agencies to prepare documentation for reimbursement. PROJECT DESCRIPTION: The project consists of permit required monitoring and design. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $446,551.30 for this Project or up to 50 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 62B-36, Florida Administrative Code (F.A.C.). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in section 112.061, Florida Statute (F. S.). Pursuant to sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: https://floridadep. gov/sites/default/files/PhysicalMonitorinjzStandards.pdf One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 17182, Amendment 5, Attachment 3-E, Page 1 of 4 310 Acronyms: DEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code F.S. — Florida Statutes FEMA — Federal Emergency Management Agency FWC — Florida Fish and Wildlife Conservation Commission TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with section 287.057(19)(a)(1), F.S., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with section 287.057(19)(a)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi -disciplinary firms for Project engineering and post -construction environmental monitoring services, or when the Project engineering consultant firm subcontracts for post - construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit -required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report signed by Local Sponsor containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. DEP Agreement No. 17182, Amendment 5, Attachment 3-E, Page 2 of 4 311 Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Design and Permitting Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task No. State Federal Budget Amount Cost Estimated Task # Eligible Project Tasks Share DEP Local Total Project $120,461.90 (%) Costs 1 Monitoring 50.00% $0.00 $120,461.90 $120,461.90 $240,923.80 2 Design and Permitting 50.00% $0.00 $326,089.40 $326,089.40 $652,178.80 TOTAL PROJECT COSTS $446,551.30 $0.00 $446,551.30 $446,551.30 $893,102.60 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task No. Task Tine Budget Category Budget Amount Task Start Date Deliverable Due Date 1 Monitoring Contractual Services $120,461.90 01/01/2018 09/30/2025 2 Design and Permitting Contractual Services $326,089.40 01/01/2018 09/30/2025 Total: $446,551.30 Note that, per paragraph 8.j. of the agreement, authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the Department if the Legislature reduces or eliminates appropriations. Extending the contract end date carries the risk that funds DEP Agreement No. 17182, Amendment 5, Attachment 3-E, Page 3 of 4 312 for this project may become unavailable in the future. This should be a consideration for the Local Sponsor with this and future requests for extension. DEP Agreement No. 17182, Amendment 5, Attachment 3-E, Page 4 of 4 313 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Revised Public Records Requirements Attachment 4-A 1. Public Records. a. If the Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department in its performance of services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution and section 119.07(1), F.S. b. The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If Grantee is a "contractor" as defined in section 119.0701(1)(a), F.S., the following provisions apply and the contractor shall: a. Keep and maintain Public Records required by Department to perform the service. b. Upon request, provide Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to penalties under section 119. 10, F.S. d. 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 Public Records to Department. e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all Public Records to Department 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 Public Records stored electronically must be provided to Department, upon request from Department's custodian of Public Records, in a format specified by Department as compatible with the information technology systems of Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public. servicesAfloridadep.gov Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Attachment 4-A 1 of 1 Rev. 4/8/2024 314 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Second Revised Special Audit Requirements (State and Federal Financial Assistance) Attachment 5-B The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the 'Department", 'DEP", 7DEP" or "Grantor", or other name in the agreement) to the recipient (which may be referred to as the "Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by DEP Department staff, limited scope audits as defined by 2 CFR 200.425, or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS PART L• FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 CFR §200.330 A recipient that expends $1,000,000 or more in Federal awards in its fiscal year, must have a single or program -specific audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department of Environmental Protection. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2 CFR 200.502-503. An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part. 2. For the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR 200.508-512. A recipient that expends less than $1,000,000 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F -Audit Requirements. If the recipient expends less than $1,000,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR 200, Subpart F -Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from non-federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at hUs:Hsam.gov/content/assistance-listings. Attachment 5-13 1 of 7 BGS -DEP 55-215 revised 11/19/24 315 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, F.S.; Rule Chapter 69I-5, F.A.C., State Financial Assistance; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this form lists the state financial assistance awarded through the Department of Environmental Protection by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal year ending June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at hUs:H=s.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at hgp://www.leg.state.fl.us/Welcome/index.cftn, State of Florida's website at hU://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/and the Auditor General's Website at http://www.myflorida.com/audgen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to sped any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and required by PART I of this form shall be submitted, when required by 2 CFR 200.512, by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 CFR 200.36 and 200.512 A. The Federal Audit Clearinghouse designated in 2 CFR §200.501(a) (the number of copies required by 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Attachment 5-B 2of7 BGS -DEP 55-215 revised 11/19/24 316 By Mail: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.census.ggv/facweb/ Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSin leAudi _ dep.state.fl.us B. The Auditor General's Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General's website (http://flauditor.gov� provides instructions for filing an electronic copy of a financial reporting package. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSineleAudit(a)dep.state.fl.us 4. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. Attachment 5-B 3 of 7 BGS -DEP 55-215 revised 11/19/24 317 Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with 2 CFR 200, Subpart F -Audit Requirements, or Chapters 10.550 (local governmental entities) and 10.650 (non and for-profit organizations), Rules of the Auditor General, should indicate the date and time the reporting package was delivered to the recipient and any correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. Attachment 5-B 4of7 BGS -DEP 55-215 revised 11/19/24 318 s r, 0 H x W 5 01 M 0 0 ti a d a o �U ° �U d d w 0 d O � 60S m 601 U s~ N w b w w C F� H � A 4. o a ° A 4+ o U U .. •O y td U id d api is •° c d y a id cc U Z U Z iii U Iii U P. q U a U tc d d w v�ww w v]ww w w d wa 6i ciy L wa co y 6� s..d oo d .p en 0�1 °wa wa GT, H x W 5 01 M ti d o ° w 0 � d m U •U y N w 4. o a ° 4+ U 14o U .. y y td � id d •° c ° a iii U Iii U Q U U w v�ww w v]ww wa wa H x W 5 01 M 0 c o o N o OO Y r O N N O •� O M Lncn tl V) It v Ap. � w A. aU aU o� � aU ¢ �U ¢ � d ¢ o •, tDA °' w c .� p, 13 n�0 0 o E O ~ C O � O � k � ,5. Ci ¢ tl N 0� o� C 0 y G4 bc Q Q 'O 10, O Q M O Oti V b 69 69 69 , w y a tt Oti 01 a „L r. Vi Oci q O ao~ ,��• ons 7 OC".r O ¢ of f N • ¢ w O V c O a O cd N¢ y e0� �24tU910 H H z �v °-.. A. bc W U U W `ti o o m W O •y OVi .y d d ,p ,Z• .O w 1 t3 ° Q+ ° d rz : tv, cn Q0 u M M Uz U ox � Oci o �3 w un t3� a t3 CA o a w N w o scow O tl � C%S'1 � O •" �` � �a w K -1a _ o� o . 0 v ti° .° of Ol a a 'ts a ¢ � � ¢ o• 0�1 Q y d d E o � � to ori b4 by C •p abi ami C "O d b b ¢ �. t3 dd wW wW o .oma t3 an A t3oZ to o u ou 2 O y `abo ee '� t0 y G> CC Cd O O x qu O O o o wa 0 www Zs rz a. o v� o k d ai e4 en INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator Kylie Yanchula, Natural Resources Director FROM: Eric Charest, Assistant Natural Resources Director SUBJECT: Amendment No. 4 — FDEP Grant Agreement No. 191R2 [Indian River County Hurricane Irma Recovery Project (Sector 7 Beach and Dune Restoration)] DATE: December 30, 2024 DESCRIPTION AND CONDITIONS 9R The Florida Department of Environmental Protection (FDEP) received FY 2018/2019 funding to assist eligible governmental entities for beach erosion control activities under the Florida Beach Management Funding Assistance Program. On July 22, 2019, FDEP entered into Local Government Funding Request (LGFR) Grant Agreement No. 191112 with Indian River County committing up to $307,538.00 for design and permit -required construction related activities for the Sector 7 Beach and Dune Restoration Project (Project). On September 29, 2021, in response to a request from the County to FDEP for an extension to the Task End Dates identified in the original agreement, FDEP issued Amendment No. 1 to Grant 191R2. Amendment No. 1 maintained the same funding levels but extended the Task Deliverable Due Dates through to September 30, 2023, with the amended grant agreement reflecting a twenty-five (25) month extension. The extension request by the County was necessary due to the Sector 7 Beach and Dune Restoration Project being delayed on multiple occasions due to a lack of stakeholder support in the form of executed easement agreements allowing for the placement of sand in accordance with design and permit constraints. At the June 20, 2023 Commission meeting, Coastal Engineering Staff presented an update on the status of Sector 7 to the Board. At that meeting, the Board voted to consider the Hurricanes Matthew, Irma and Dorian Sector 7 Beach and Dune Restoration Project as not being constructible due to lack signed easements (67% obtained, 14% pending, 1% in -process, and 18% denied). Staff was then directed to seek reallocations for the Project funding that was made available where possible (FEMA, FDEP LGFR). As FDEP funds allocated under Grant 191R2 were unable to be reallocated to another beach management sector within the County, on October 19, 2023, Staff requested the FDEP consider a reallocation of funding within LGFR Grant 191R2, making Task 2 (Construction) funds available for reimbursement of expenses incurred by the County for Task 1 items (monitoring, design and permitting). On January 4, 2024, in response to the County's request, FDEP issued Amendment No. 2 to Grant 191112. Amendment No. 2 maintained the same funding levels as the original agreement, and 322 Page 2 FDEP Grant 191R2 Amendment #4 January 14, 2025 BCC Agenda Item extended the Task Deliverable Due Dates through to September 30, 2024 reflecting a twelve (12) month extension. While Amendment No. 2, approved by the Board on March 5, 2024, only extended the Grant timeframe, the FDEP used this time extension to draw up Amendment No. 3 which reflected the requested reallocation of task funding. Amendment No. 3, received by the County on June 21, 2024, allowed the County to seek partial reimbursement on expenses already incurred for the Project. Amendment No. 3 to Grant 191R2, accepted by the Board on July 2, 2024, identified the grant as remaining in effect through September 30, 2024 which was anticipated to allow for enough time for the County to receive reimbursement for approved expenses. As the County's submitted reimbursement request remains under review by the FDEP, County Staff requested an additional time extension to LGFR 191132. On December 12, 2024, the FDEP submitted Amendment #4 to LGFR 191R2 for County review and acceptance. Amendment #4 maintains the same level of funding as identified in Amendment #3 and extends the terms of the Agreement to remain in effect for an additional twelve (12) months, running through September 30, 2025. This time extension should allow for the FDEP to complete their review of the County's reimbursement request and reimburse the County for the approved expenses in accordance with the grant terms. FUNDING No additional costs will be incurred to accept this grant extension. RECOMMENDATION Staff recommends the Board approve FDEP Amendment No. 4 to FDEP LGFR Grant Agreement No. 191112 and authorize the County Administrator to sign the Amendment on behalf of the County. In addition, staff recommends the Board further authorize the County Administrator to sign any future Amendments to LGFR 191R2 that do not alter its' financial terms on behalf of the County and upon concurrence by the County Attorney. ATTACHMENTS 1. FDEP Grant Agreement 191R2 2. Amendment No 1 to FDEP Grant Agreement 191R2 3. Amendment No 2 to FDEP Grant Agreement 191R2 4. Amendment No 3 to FDEP Grant Agreement 191R2 5. Amendment No 4 to FDEP Grant Agreement 191R2 APPROVED AGENDA ITEM FOR: January 14, 2025 323 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Standard Grant Agreement This Agreement is entered into between the Parties named below, pursuant to Section 215.971, Florida Statutes: 1. Project Title (Project): Agreement Number: Indian River County Hurricane Irma Recovery Project 19IR2 2. Parties State of Florida Department of Environmental Protection, 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 (Department) Grantee Name: Indian River County Entity Type: Local Government Grantee Address: Indian River County Public Works, 1801 27th Street, Vero Beach, FL 32960 FEID: 59-2073525 (Grantee) 3. Agreement Begin Date: Date of Expiration: 9/19/2017 11/30/2021 4. Project Number: Project Location(s): (If differentfrom Agreement Number) - Indian River County Project Description: The project consists of design and construction of the Indian River County Hurricane Irma Recovery Project. 5. Total Amount of Funding: $307,538.00 Funding Source? Award #s or Line Item Appropriations: Amount per Source(s): 0 State OFederal FY18-19 GAA Line #1594 $307,538,00 O State OFederal O Grantee Match Total Amount of Funding + Grantee Match, if any: $307,538.00 6. Department's Grant Manager Grantee's Grant Manager Name: Catheirne Florko Name: Kendra Cope, M.S. or successor or successor Address: 2600 Blair Stone Road, MS 3601 Address: Indian River County Tallahassee, FL 32399-3000 1801 27th Street Phone: 850-245-7546 Vero Beach, Florida 32960 Phone: 772-226-1569 Email: catherine.florko@depstate.fl.us Email: kcope@ircgov.com 7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby incorporated by reference: ® Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements ® Attachment 2: Special Terms and Conditions ig Attachment 3: Grant Work Plan Z Attachment 4: Public Records Requirements W Attachment 5: Special Audit Requirements O Attachment 6: Program -Specific Requirements O Attachment 7: Grant Award Terms (Federal) *Copy available at https:Ufacts.fldfs com, in accordance with §215.985, F.S. O Attachment 8: Federal Regulations and Terms (Federal) O Additional Attachments (if necessary): O Exhibit A: Progress Report Form O Exhibit B: Property Reporting Form ® Exhibit C: Payment Request Summary Form O Exhibit D: Quality Assurance Requirements for Grants O Exhibit E: Advance Payment Terms and Interest Earned Memo O Additional Exhibits (if necessary): DEP Agreement No. 19IR2 Rev. 6/20/18 324 S. The following information applies to Federal Cunha only and is Wein i8ed in accordance *Al M 200.331(a)(1): Federal Award Identification Number(s)( F Federal Award Date to Department: Total Federal Funds Obligated by this Agreement:... Federal Awarding Agency: Award R&D? ❑ Yes ❑N/A IN WITNESS WHEREOF, tb Agreement dolt be d Metive on the date indicated by the A►grieme* Belifs- Dateabove or the bst date signed below; wrbkbever is later. Indian River County GRANTEE Grantee Name By ``'-�' Age July 12. 20.19 (.tatha ized Sigrure) s ; Date Signed Print Name and Tick ofPerson Si .0 %Z, State of Florida rtment of Environmental Protect on ""`"" "``40:. DEPARTMENT j By Z Z Secretary or Designee Date i ed Print Name and Title of Person Signing amwe W Additional signatures attached on separate page. APPROVED AS TO FORT . . AND L U FF . Attest J Smith, G'leric of C,effney� C�omptraNur _ . YL NTY IDEPU ATTORNEY II DEP Agreement No. 19182 - lieu. 6/M8 325 326 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT I 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation the Agreement is as follows: i. Standard Grant Agreement ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee's match requirements; (3) a change in the expiration date of the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2) the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department, and/or (3) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. Attachment 1 1 of 11 Rev. 1/4/19 327 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Reiection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department request that Grantee specify the outstanding deficiencies in the CAP. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days. L The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval of a CAP as specified above may result in Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. Attachment l 2ofII Rev. 1/4/19 328 8. Payment. a. Payment Process. Subject to the terns and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with Section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: www.myfloridaefo.com/aadb-/reference guide.<. e. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre -audit and post -audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. f. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. g. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. h. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. i. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: %,ww.myfloridaefo.com/Division/AANendors/default.btm. j. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, Attachment 1 3ofII Rev. 1/4/19 329 and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $1,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in Chapters 273 and/or 274, F.S., and Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 691-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with Section 112.061, F.S. e. Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costing $1,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specific approval of Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f. Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Department shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30) days. Attachment i 4of11 Rev. 1/4/19 09111 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. If Grantee fails to perform the requested work, or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee of the failure to perform that shall result in retainage forfeiture. If the Grantee does not to correct the failure to perform within the timeframe stated in Department's notice, the retainage will be forfeited to Department. c. No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12, Insurance. a. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage. 13. Termination. a. Termination for Convenience. When it is in the State's best interest, Department may, at its sole discretion, terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for work to be paid under this Agreement within thirty (30) days of the effective date of termination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department. The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits. d. Continuation of Pr Daid Services. If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it Attachment 1 5ofII Rev. 1/4/19 331 has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have been paid for but not rendered. e. Transition of Services Upon Termination. Expiration. or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding, c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to any other entities as required by this Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; L One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30 -day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 1 I of the United States Code; ii. The making by Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property; and/or iv. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. Attachment 1 6ofII Rev. 1/4/19 332 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to Attachment 1 7of11 Rev. 1/4/19 333 other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to Sections 287.133 and 287.134, F.S., the following restrictions apply to persons placed on the convicted vendor list or the discriminatory vendor list: i. Public Entity Crime. 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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. iii. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list or the discriminatory vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and posts the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of, or be otherwise subjected to discrimination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Attachment 1 8of11 Rev. 1/4/19 334 Section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. c. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions then they shall become inoperative. 25. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to Section 216.347, F.S., except that pursuant to the requirements of Section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with Sections 11.062 and 216.347, F.S. 26. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dos.myflorida.com/librarv-archives/records-management/general-recordi chedules/). 27. Audits. a. Inspector General. The Grantee understands its duty, pursuant to Section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub -grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees and/or subcontractors, respectively. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. SRecial Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.330 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS -A2 -NS) that can be found under the "Links/Forms" section appearing at the following website: https:'lapps. fldfs.comifsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State and Federal guidelines (including cost allocation guidelines). Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department Attachment 1 9ofII Rev. 1/4/19 335 may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 28. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 29. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 30. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 31. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee Attachment 1 10 of 11 Rev. 1/4/19 M-1 is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 32. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 33. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third - party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 34. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 35. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 36. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 37. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment l 11 of 11 Rev. 1/4/19 337 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Terms and Conditions AGREEMENT NO. 191112 ATTACHMENT These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is the Indian River County Hurricane Irma Recovery Project. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins on September 19, 2017 and ends at the expiration of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category ❑ ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ❑ ❑ a. Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, NIA. ® ❑ Contractual (Subcontractors) ❑ ❑ Travel ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition 5. Travel. Additional compensation for travel is not authorized under this Agreement. 6. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 7. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 8. Match Requirements See Attachment 3, Grant Work Plan. Attachment 2 of 2 Rev. 5/3/2018 338 9. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each occurrence and $500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable $200,000/300,000 Hired and Non -owned Automobile Liability Coverage Workers' Compensation and Employer's Liability Coverage. The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S., and employer's liability insurance with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Agreement. Other Insurance. None. 10. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 11. Retainage. Retainage is permitted under this agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 12. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 13. State-owned Land. Special Terms for Projects on State -Owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. 14. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 15. Additional Terms. gone. Anly leans added berg m wi I by th, O to gl'Gen :t' CounseI. Attachment 2 2©f2 .- Rev. 5/3/2018 339 ATTACHMENT 3 GRANT WORK PLAN PROJECT TITLE: Indian River County Hurricane Irma Recovery Project PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R97 and RI08along the Atlantic Ocean in Indian River County, Florida. PROJECT BACKGROUND: Hurricane Irma made landfall on September 10, 2017 causing beach and dune erosion along Indian River County. The 2018 Florida Legislature provided funds to assist counties with beach and dune restoration projects. The Department developed the 2018 Hurricane Irma Supplemental Funding Plan for Florida's beach and dune system to distribute these funds. Construction of a storm recovery project is anticipated in FY2019-20 to repair storm damages. PROJECT DESCRIPTION: The project consists of design and construction of the Indian River County Hurricane Irma Recovery Project PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $307,538.00 for this Project or up to 100 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, Florida Administrative Code (F.A.C.). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, Florida Statute (F.S.). Pursuant to Sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: httus://floridadep..gov/sites/default/files/PhysicalMonitorinpStandards.pdf One (l) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 19IR2, Attachment 3, Page I of 3 340 Acronyms: CCCL — Coastal Construction Control Line DEP — Florida Department of Environmental Protection DMMA — Dredged Material Management Area F.S. — Florida Statutes F.A.C. — Florida Administrative Code FEMA — Federal Emergency Management Agency FWC — Florida Fish and Wildlife Conservation Commission FWS — United States Fish and Wildlife Service JCP — Joint Coastal Permit TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Design Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Construction Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal DEP Agreement No. 191R2, Attachment 3, Page 2 of 3 341 regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida -registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task State Federal Task Task # Eligible Cost Estimated DEP Local Total Start Project Tasks Share Project Costs Date 1 Design 1 Design 100.00% $49,841.00 $16,613.00 $0.00 $66,454.00 Construction Contractual Services $290,925.00 09/19/2017 8/30/2021 2 Construction 100.00% $872,773.00 $290,925.00 $0.00 $1,163,698.00 PROJECT $922,614.00 $307,538.00 $0.00 $1,230,152.00 COSTS PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task Task Deliverable No. Task Title Budget Category Amount Start Due Date Date 1 Design Contractual Services $16,613.00 09/19/2017 8/30/2021 2 Construction Contractual Services $290,925.00 09/19/2017 8/30/2021 Total: $307,538.00 DEP Agreement No. 191R2, Attachment 3, Page 3 of 3 342 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4 1. Public Records. a. If the Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department in its performance of services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution or section I] 9.07(l), F.S. b. The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If Grantee is a "contractor" as defined in section 119.0701(1)(a), F.S., the following provisions apply and the contractor shall: a. Keep and maintain Public Records required by Department to perform the service. b. Upon request, provide Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 1 ] 9, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to penalties under section ] 19.10, F.S. d. 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 Public Records to Department. e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all Public Records to Department 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 Public Records stored electronically must be provided to Department, upon request from Department's custodian of Public Records, in a format specified by Department as compatible with the information technology systems of Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public.services@.floridadep.gov Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 DEP Agreement No. 191R2, Attachment 4, Page I of I Rev. 4/27/2018 343 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Audit Requirements Attachment 5 The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", "DEP'; 7DEP" or "Grantor", or other name in the agreement) to the recipient (which may be referred to as the "Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A-133, as revised, 2 CFR Part 200, Subpart F, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer or Auditor General, AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in OMB Circular A-133, as revised (for fiscal year start dates prior to December 26, 2014), or as defined in 2 CFR §200.330 (for fiscal year start dates after December 26, 2014). In the event that the recipient expends $500,000 ($750,000 for fiscal year start dates after December 26, 2014) or more in Federal awards in its fiscal year, the recipient must have a single or program -specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the Federal awards expended in its fiscal year, the recipient shall consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F. 3. If the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, is not required. In the event that the recipient expends less than $500,000 (or $750,000, as applicable) in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F the cost of the audit must be paid from non -Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). DEP Agreement No. 19182, Attachment 5, Page i of 5 Rev, 4/27/2018 344 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at www.cfda.zov PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(n), Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient, the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this Attachment indicates state financial assistance awarded through the Department of Environmental Protection by this Agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. If the recipient expends less than $750,000 in state financial assistance in its fiscal year, an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at httos://apps.fldf.s.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at littp:awww.legstate.fl.us/Welcome/index.cfin. State of Florida's website at httg://www.myflorida.com/, Department of Financial Services' Website at http://w%,w.fldfs.com/ and the Auditor General's Website at http:1!www.m,yflorida.corn/audr,en . PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to speck any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, by or on behalf of the recipient directly to each of the following: DEP Agreement No. 19IR2, Attachment 5, Page 2 of 5 Rev4/2712019 345 A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPS in 1rleA uditQdep.sta te.fl. us B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised, and 2 CFR §200.501(a) (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, and 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at hAp://harvester. census.eov/facweb/ C. Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-1 33, as revised, and 2 CFR §200.512. 2. Pursuant to Section .320(f), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, and any management letters issued by the auditor, to the Department of Environmental Protection at one the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit dep.state.fl.us 3. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 DEP Agreement No. 191R2, Attachment 5, Page 3 of 5 Rev. 4/27/2018 346 Electronically: FI)EPSina]eAud Chit. t„Ate.#l.tts B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401, Claude Pepper Building 111 West Madison Street Tallahassee, Florida 32399-1450 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleA uditodep. state.fl.us Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, as revised, and 2 CFR Part 200, Subpart F, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, as revised and 2 CFR Part 200, Subpart F, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms ofthis Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. DEP Agreement No. 191R2, Attachment 5, Page 4 of 5 Rev. 4m12018 347 r� 00 IV M C 0 O � a aU ¢ E L E Q � 0. C t6 C M d y w � (i L 'O C r C cn MA w w fA •O v w Y L a 0 a+ Q O U o = M e 0 s " � c U c d a� Qco a d G Q O v O U by L {i ¢ Q d d y U coc w 0 Q +O+ 0 V N Q L A � � wl � uz a e 0 C. L a d Vl L rn s a 8 U Z M L b 3 w d y w d L O y a ` E'a DO CQ C9 L 7 v � z 0. s 00 IV M O :q CL moo`° aU ¢ E L 0. O t6 ¢ M d y cc C � (i L 'O C r C cn w w fA v w S L a 0 a 0 o = s " � c a� Qco a G Q O v O U by {i ¢ Q d y U coc 0 Q 0 V N U � � d e 0 L U d Vl L rn t 8 U Z M L eC U y w L .3 a d CQ u a 0 N 7 v � Q 0. s d c E. CA a 3 ;4A d > Vl V L o O wi L ° G? o Q � C7 Awa z Y 00 IV M O aU r o; c 0 t6 E M N Q � O C r C cn V b fA � w S v w o = � u L " � c a� Qco a G Q O v O U by o w o�� U � coc Q d � V N w � � 0 e 0 U L rn U Z M L d y w y ca CQ y (,y 0 N 7 0. c E. CA a u ;4A o > o 40 ° G? o Q � C7 Q Y L ul zL az dof 00 IV M EXHIBIT D FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART I PAYMENT SUMMARY Name of Project: Indian River County Hurricane Irma Recovery Project Local Sponsor: Indian River County DEP Agreement Number: 191R2 Remittance Address: Billing Number: Billing Type: ❑ Interim Billing Costs Incurred This Payment Request; Federal Share* State Share *if applicable Cost Summary: State Funds Obligated Less Advance Pay T Less Previous Payment Less Previous Retained Less This Payment Less This Retainage (5%) State Funds Remaining ❑ Final Billing DEP Agreement No. 19IR2, Exhibit C, Page 1 of 5 Local Share Total $ $ Local Funds Obligated Less Advance Pay Less Previous Credits Less This Credit 0 Local Funds Remaining 349 C7 N 2 w O M M o E 0 w 3 ' 0 a «d E c `m E to - C uV1 S � C a o E R c oN > H '� � V A � 'O N •p G o o m u w E 7 O ov y O c u `m ca a E o "�aEiyo'E F m�E vo 6 m ' ,-. A ev � v s•W V c w �t0. o � g v•� 'o �y., a T� °� O C y VI f4 t N V V o a •O ypL >, ` 1L .O 3a p 0 C 0 v`O SooEvto m o ri o�c uy LTy av3�v: E V e y y O R C ` •�y C C ' W m t3 � u y W •� � q f/� W '0 ROU G V y T� d •V Y., N � C m V y Lm y, V C G C R Y � C N E,� V N •C y V t ,V�'p+ V V t O' �maE�--•� cm�wz°w��a3mt-° a ;; O O�IV t+i� Vj� O R as V _ o � ' QV R ^ J � v o A C Q . R VJ Vj� O h V i n zErA ~' V O O r . vV M u a V * b Aw Y v eo e WU V C C o �+ E z u y E Z ER• V J7 U z o R cA 1� •� E z .a o F. O Y �z 7 w O M M E 0 w 3 a `m E to - C uV1 � C o E R c oN > H '� � V A � 'O N •p G u m u w E 7 O ov y O c u `m ca a E o "�aEiyo'E F m�E vo 6 m V IS. •O 0. Y `e � v u V c w �t0. o � g v•� 'o �y., a T� °� O C y VI f4 t N V V o a •O ypL >, ` 1L .O VJ u' [z. V p 0 C 0 v`O SooEvto m o ri o�c uy LTy av3�v: E V e y y O R C ` •�y C C ' W m t3 � u y W •� � q f/� W '0 ROU G V y T� d •V Y., N m V y Lm y, V C G C 7'•t F��" R�NO='� V N •C y V t ,V�'p+ V V t O' �maE�--•� cm�wz°w��a3mt-° a ;; O O�IV t+i� Vj� O w O M M FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART III PROJECT PROGRESS REPORT Name of Project: Indian River County Hurricane Irma Recovery Project Local Sponsor: Indian River County DEP Agreement Number: 19IR2 Billing Number: Report Period: Status of Eligible Project Items: (Describe progress accomplished during report period, including statement(s) regarding percent of task completed to date. Describe any implementation problems encountered, if applicable.). NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan. The following format should be followed: Task 1: Progress for this reporting period: Identify any delays or problems encountered: DEP Agreement No. 191R2, Exhibit C, Page 3 of 5 351 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM CERTIFICATION OF DISBURSEMENT REQUEST REQUEST FOR PAYMENT — PART IV Name of Project: Indian River County Hurricane Irma Recovery Project Local Sponsor: Indian River Count+ DEP Agreement Number: 19IR2 Billing Number: Certification: I certify that this billing is correct and is based upon actual obligations of record by the Local Sponsor; that payment from the State Government has not been received; that the work and/or services are in accordance with the Department of Environmental Protection, Beach Management Funding Assistance Program's approved Project Agreement including any amendments thereto; and that progress of the work and/or services are satisfactory and are consistent with the amount billed. The disbursement amount requested on Page 1 of this form is for allowable costs for the Project described in the grant work plan. I certify that the purchases noted were used in accomplishing the Project; and that invoices, check vouchers, copies of checks, and other purchasing documentation are maintained as required to support the cost reported above and are available for audit upon request. Name of Project Administrator Name of Project Financial Officer Signature of Project Administrator Signature of Project Financial Officer DEP Agreement No. 19IR2, Exhibit C, Page 4 of 5 Date Date 352 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM CONTRACT COMPLETION CERTIFICATION PART V Name of Project: Indian River County Hurricane Irma Recovery Project Local Sponsor: Indian River County DEP Agreement Number: 19IR2 Task Completion ❑(List Task) Contract Completion ❑ *I hereby certify that the above-mentioned Project task has been completed in accordance with the Project Agreement, including any amendments thereto, between the Department and Local Sponsor, and all funds expended for the Project were expended pursuant to this Agreement. All unused funds and interest accrued on any unused portion of advanced funds which have not been remitted to the Department, have been returned to the Department, or will be returned to the Department within sixty (60) days of the completion of construction portion of this Project. Unused funds advanced to the United States Army Corps of Engineers through Local Sponsors will be due sixty (60) days after the Federal final accounting has been completed. Name o Project Manager Signature of Project Manager -Date DEP Agreement No. 19I112, Exhibit C, Page 5 of 5 353 DO Florida Department of Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Memorandum Rick Scott Governor Carlos Lopez-Cantera Lt. Governor TO: Noah Valenstein, Secretary THROUGH: John Truitt, Deputy Secretary of Regulatory Programs FROM: Alex Reed, Director, Division of Water Resource Management SUBJECT: Request for Signature Delegation for the Beach Management Funding Assistance Program and the Nonmandatory Land Reclamation Program DATE: lune 12, 2018 Noah Valenstein Secretary ISSUE: The Division of Water Resource Management is requesting delegation of signature authority for the Beach Management Funding Assistance Program and the Non -mandatory Land Reclamation Program, for those projects that are at the funding levels requiring signature by the Secretary and the Deputy Secretary. The projects are selected for funding pursuant to Legislative appropriation or the rules for each program. ASK: The Division requests delegation of final signature authority for the grant agreements and the amendments thereto associated with all projects in the Beaches Management Funding Assistance Program and the Nonmandatory Land Reclamation Program. I hereby delegate final signature authority on the above grant agreements and amendments to the Division Director. Noah Valenstein, SeLfetary 354 AMENDMENT NO. 1 TO AGREEMENT NO. 191R2 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND INDIAN RIVER COUNTY This Amendment to Agreement No. 19IR2 (Agreement) is made by and between' the Department of Environmental Protection (Department), an agency of the State of Florida, and Indian River County, 180127 1b Street, Building A, Vero Beach, FL 32960 (Grantee), on the date last signed below. WHEREAS, the Department entered into the Agreement with the Grantee for the Indian River County Hurricane Irma Recovery Project effective July 22, 2019; and WHEREAS, the parties wish to amend the Agreement as set forth herein; and WHEREAS, the Federal Cost Share has been updated to 95% pursuant to the Federal Emergency Management Agency Amendment number 18 to increase the federal reimbursement for Hurricane Irma (DR -4337 -FL); and WHEREAS, the Grantee has requested additional time to complete the Project, and the Department has agreed. NOW THEREFORE, the parties agree as follows: 1) The Agreement is extended for a 25 -month period to begin December 1, 2021, and remain in effect until December 31, 2023. The Department and the Grantee shall continue to perform their respective duties during this extension period pursuant to the same terms and conditions provided in the Agreement. 2) Attachment 3, Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-A, Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3 shall hereinafter refer to Attachment 3-A, Revised Grant Work Plan. 3) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies may appear between the Agreement and this Amendment, the provisions of this Amendment shall control. The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. Indian River County i�O��Mis��as,;•lorida Department of Environmental Protection .- By: .!- 'f7 y.. �ocretary or ijesigm V ik Date: October 19, 2021 LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: Specify Tvne Attachment Agreement No.: 19182 Rev. 3!6/2020 Letter/Number Descrintion 3-A Revised Grant Work Plan (3 pages) - REMAINDER OF PAGE INTENTIONALLY LEFT BLANK - .b'lif" f. OfnM, L%* 0f .a Calwa aildN%hVh Amendment No.: 1 1 of 1 WON O�puq►CtMk 355 ATTACHMENT 3-A REVISED GRANT WORK PLAN PROJECT TITLE: Indian River County Hurricane Irma Recovery Project PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R97 and R108 along the Atlantic Ocean in Indian River County, Florida. PROJECT BACKGROUND: Hurricane Irma made landfall on September 10, 2017 causing beach and dune erosion along Indian River County. The 2018 Florida Legislature provided funds to assist counties with beach and dune restoration projects. The Department developed the 2018 Hurricane Irma Supplemental Funding Plan for Florida's beach and dune system to distribute these funds. Construction of a storm recovery project is scheduled for 2022 to repair storm damages. PROJECT DESCRIPTION: The Project consists of design and construction of the Indian River County Hurricane Irma Recovery Project. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $307,538.00 for this Project or up to 100 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, Florida Administrative Code (F.A.C.). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, Florida Statute (F.S.). Pursuant to Sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: https:Hfloridadep.gov/sitesidefault/files/PhvsicalMonitori np,Standards.pdf One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 19I112, Attachment 3-A, Page 1 of 3 357 Acronyms: DEP — Florida Department of Environmental Protection F.S. —Florida Statutes F.A.C. — Florida Administrative Code TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Design Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Construction Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida -registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report must be submitted detailing activities completed during the payment request period. The Task Summary Report DEP Agreement No. 19IR2, Attachment 3-A, Page 2 of 3 358 must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. DEP Agreement No. 19IR2, Attachment 3-A, Page 3 of 3 State Fe de ral Task # Eligible Project Cost Estimated DEP L*W; Total Tasks Share Project Costs le 1 Design 100.00"A 4315,647.00 $1fij3.00 $0. X60.00 2 Construction100.00% $51527 75.00 $290,925.00 $0. 1 TOTAL PROJECT $5,843,222.00 $307,538.00 $0.00 $6,150,760.00 COSTS PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. DEP Agreement No. 19IR2, Attachment 3-A, Page 3 of 3 TO AGSXVAM 1 FLORIDA DEPAit i"liTi'i#1i1�EN'ia4 PAIDCTI+flN AND IlYMM )M C81UN1`Y This Amendment to Agreement No. 1%R,,a&prevwusly amended, (Agreement) is made by and between the DOPMOOM of Environmental Protectrtti (Depatttttettt), an agency of the State of Florida, and Indian River County, 1801 2M SbvK 'Dery Beach, FW& 321 3381 (Q=b*, qp the rlate last signed below. iw1> .Ileepartmenut (nto the Agreement with the Grantee hr itt pnie kMao0vory P*jeet emotive Jt „ 70,11 ; and W`MMAS, the Grantee has reoumdo WOMWO.to 111aK Department has agreed, and WHEREAS, d*VOWA Wilb to atrteW as :mit bovin. NOW TUFO, Ow pot -ties agree as follaw 1) The Agreement is extended for a twelve (12) mond mod tt��' :Jla 4, and remain in effect until December 1 31, 207A. The Department and tbo Gmtft to.pw&rm the# respecAve duties during this extension period patrMt to the same terms and conditiow provided in the Agreement. 2) ArAdiment 1, Standard Terms and CQvd tions, is hereby deleted in its entirety and replaced vAth AAwhment I -A, Revised Standard Terms and Conditi=4:as attached to this Amendment and hereby ineorpot'ated into the Agreement. All references in the Agreement to Attachment 1 shall hereinafter refer to Attachment 1-A, Revised Standard Terms and C4nditions. 1) AtUmcbment 2, Special Terms and Conditions, is hereby deleted in its entity and replAod with Aar 2-A Revised Special Terms and Conditions, as attached to ft amendment attar hereby iwxparated istto the Agreement. All references in the Agreement to Attachment 2 OW bereWur reft`to Attachme* 2=k Revised Special Terms and Conditions. 4) Attachment 3-A, Revised.Orow Work Plan, is hweby deleted in its enfirety and t*d wfth #nom 3-8 Second Revised Grant We* Plan, as attached to thk Amendment and hereby. tetra � fi t the ApftmwiL A11 reftences in Agreement to Attachment 3-AaW hereinafter refer to AMahmAM 3-8, Socand Revised Grant Work Plan. S) Allother terms and conditions of the Agreement remain in effect. Ifa+ad-to the o wnt-that my ineonsistencift mtgr appear between the Agreement and this Amendment, the provisit m `ft: 4tptCandment shall cor*OL The parties agree to the terns ad coaditlaw Of, ,amendment and have duly authorized their respective representatives to sign it on the dates indicated below. Tx$ — r County "j'00-14., grids Department of M LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: Soecifv Type Letter/Number Description Attachment 1-A Revised Standard Ten -ns and Conditions (13 Pages) Attachment 2-A Revised Special Ten -ns and Conditions (3 Pages) Attachment 3-B Second Revised Grant Workplan (3 Pages) Agreement Rev. 3/1/2022 APPROVED AS TO FORM AND L L SU BY� L COUNTY ATTORNEY ORCP Additional Signatures Eric Massa Date: Digitally0signed Eric Massa 24.03.15 13:12:26 04'00' DEP Grant Manager Cali Burkett Digitally signed by Cali Burkett Date: 2024.03.15 13:25:50 -04'00' DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 362 ATTACHMENT 1-A 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a.a Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, thea order of precedence for interpretation of the Agreement is as follows:a i.a Standard Grant Agreementa ii.a Attachments other than Attachment 1, in numerical order as designated in the Standard Granta Agreementa iii.a Attachment 1, Standard Terms and Conditionsa iv.a The Exhibits in the order designated in the Standard Grant Agreementa b.a All approvals, written or verbal, and other written communication among the parties, including all notices, shalla be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail,a U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflecteda by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or whena receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considereda delivered at the earliest delivery time.a c.a If a different Grant Manager is designated by either party after execution of this Agreement, notice of the namea and contact information of the new Grant Manager will be submitted in writing to the other party and maintaineda in the respective parties' records. A change of Grant Manager does not require a formal amendment or changea order to the Agreement.a d.a This Agreement may be amended, through a. formal amendment or a change order, only by a written agreementa between both parties. A formal amendment to this Agreement is required for changes which cause any of thea following:a (1)aan increase or decrease in the Agreement funding amount;a (2)m change in Grantee's match requirements;a (3)aa change in the expiration date of the Agreement; and/ora (4)achanges to the cumulative amount of funding transfers between approved budget categories, as defined ina Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budgeta as last approved by Department.a A change order to this Agreement may be used when:a (1)atask timelines within the current authorized Agreement period change;a (2)ahe cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Worka Plan, are less than twenty percent (20%) of the total budget as last approved by Department;a (3)a:hanging the current funding source as stated in the Standard Grant Agreement; and/ora (4)a1und transfers between budget categories for the purposes of meeting match requirements.a This Agreement may be amended to provide for additional services if additional funding is made available by thea Legislature.a e.a All days in this Agreement are calendar days unless otherwise specified.a 3.a Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. Attachment 1-A 1 of 13 Rev. 9/15/2023 363 4.e Deliverables.e The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plane The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlinede in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Departmente making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions sete forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement.e 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether - the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a.e Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Managere before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remaine outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept thee deliverables within 30 days of receipt, they will be deemed rejected.e b.e Reiection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grante Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactorye performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables wille be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks ore activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associatede invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is madee acceptable to Department in accordance with the Agreement requirements. The Department, at its option, maye allow additional time within which Grantee may remedy the objections noted by Department. The Grantee'se failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute ane event of default.e 7. Financial Consequences for Nonperformance. a.e Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/ore Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when thee Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Invoice reductione If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by I% for eache day the deadline is missed, unless an extension is approved in writing by the Department.e c.e Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specifiede timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) bee submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficienciese in the CAP. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days.e i.e The Grantee shall submit a CAP within ten (10) days of the date of the written request frome Department. The CAP shall be sent to the Department's Grant Manager for review and approval.e Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether thee CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days frome receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure toe obtain Department approval of a CAP as specified above may result in Department's termination of this Agreement for cause as authorized in this Agreement.e ii.e Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days toe commence implementation of the accepted plan. Acceptance of the proposed CAP by Departmente does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP failse to correct or eliminate performance deficiencies by Grantee, Department shall retain the right toe Attachment 1-A 2of13 Rev. 9/15/2023 364 require additional or further remedial steps. or to terminate this Agreement for failure to perform. Noeactions approved by Department or steps taken by Grantee shall preclude Department frome subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant ;Manager. iii.e Failure to respond to a Department request for a CAP or failure to correct a deficiency in thee performance of the Agreement as specified by Department may result in termination of thee Agreement.e 8. Payment. a.e Payment Process. Subject to the ternis and conditions established by the Agreement, the pricing per deliverablee established by the Grant Work Plan, and the billing procedures established by Department, Department agreese to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.).e b.e Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee,e however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, ore for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations withe Department. The Grantee shall not use Department's exemption number in securing such materials. The Granteee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from thise Agreement.e c.e Maximum Amount of Aereement. The maximum amount of compensation under this Agreement, without ane amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of e this Project are the responsibility of Grantee.e d.e Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costse upon the completion, submittal, and approval of each .deliverable identified in the Grant Work Plane Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible fore reimbursement, costs must be in compliance with laws, riles, and regulations applicable to expenditures of Statee funds, including. but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: htips..www.mytloridacfo.com docs-sfaccountint;-and-auditin_-libraries state- asjencie� reference-wide-for-state-exnenditures.ndt c e.e Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies as ae "rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Granteee may request from the Department that all invoice payments (i.e., cost reimbursement) under this Agreement bee directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee'se request if:e i.e Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" under subsection 288.0656(2). F.S.;e ii.e Grantee demonstrates current financial hardship using one ( I ) or more of the "economic distress"e factors defined in subsection 288.0656(2)(c), F.S.;e JII.e Grantee's perforniance has been verified by the Department, which has deterniined that Grantee ise eligible for cost reimbursement and that Grantee's performance has been completed in accordancee with this Agreement's terms and conditions; ande iv.e Applicable federal and state law(s), rule(s) and regulation(s) allow for such payments.e This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: http4:: tloridaiobs.org-commune -planning -and -d v - ' - - - opportunity. fe Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Departmente pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre -audit and post -audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan.e g.e State Funds Documentation. Pursuant to section 216.1366, F.S., if Contractor meets the definition of a non-profite organization under section 215.97(2)(m), F.S., Contractor must provide the Department with documentation thate indicates the amount of state ftmds:e i.e Allocated to be used during the full term of'ihe contract or agreement for remuneration to anye member of the board of directors or an officer of Contractor.e ii.e Allocated under each payment by the public agency to be used for remuneration of any member of e the board of directors or an officer of the Contractor.e Attachment I -A 3 of 13 Rev. 9/15/2023 365 The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State's the contract tracking system and maintained pursuant to section 215.985, F.S., and must be posted on the Contractor's website, if Contractor maintains a website. h. Interim Payments. Interim payments nmay be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. t. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiratign date of the Agreement. j. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. k. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: https:%'www.mvfloridacf6.conm division aa/local-governments iudgenment-interest-rates 1. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the tenns of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal goverment, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Ternms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3. Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reinmbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit. Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs ISubcontractorsl. Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5.000 or purchased for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 691-72, Florida Administrative Code (F.A.C.) and/or Chapter 691-73. F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. t. For fixed-price (vendor) subcontracts. the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price Rev. 9/1512023 366 negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii.e If the procurement is subject to the Consultant's Competitive Negotiation Act under sectione 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it hase complied with the statutory or federal requirements.e d. Travel- All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061,e F.S. ex Direct Purchase Fouinment- For the purposes of this Agreement, Equipment is defined as capital outlay costinge $5,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specifice approval of Department, and does not include any equipment purchased under the delivery of services to bee completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properlye completed Exhibit B, Property Reporting Form.e f e Rentat/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copiese of invoices or receipts to document charges.e g.e Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non-excludede phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under thee terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Departmente shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civile or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies ore equipment.e h.e Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real propertye (including access rights through ingress/egress easements, leases, license agreements, or other site accesse agreements; and/or obtaining record title ownership of real property through purchase) must be supported by thee following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legate Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closinge Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documentinge acquired property interest and/or rights. If Iand acquisition costs are used to meet match requirements, Granteee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds.e 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department's Grant Manager. describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30)alays.e 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a.e The Department reserves the right to establish the amount and application of retainage on the work performede under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions.e Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approvale of all deliverables.e b.e If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shalle forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is note limited to, failure to submit the required deliverables or failure to provide adequate documentation that the worke was actually performed. The Department shall provide written notification to Grantee of the failure to performe that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframee stated in Department's notice, the retainage will be forfeited to Department.e c.e No retainage shall be released or paid for incomplete work while this Agreement is suspended.e d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, providede Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicinge procedures under this Agreement.e 12. Insurance. Attachment 1-A 5of13 Rev. 9/15/2023 367 am Insurance Reguirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub-granteesn and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits asn described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, ton make compliance with the insurance requirements of this Agreement a condition of all contracts that are relatedn to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request.n bm Deductibles � x� ibles. The Department shall be exempt from, and in no way liable for, any sums of money representing an deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of then Grantee providing such insurancem c.n Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentationn demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnishn Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurancem d.n Iuty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for anyn reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of suchn cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and providen proof of such replacement coverage within ten (I 0) days after the cancellation of coverage.n e.n Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead addn the Department of Environmental Protection, its employees, and officers as an additional covered partyn everywhere the Agreement requires them to be added as an additional insured.n 13. Termination. a.n Termination for Convenience. When it is in the State's best interest, Department may, at its sole discretionp terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shalln notify Grantee of the termination for convenience with instructions as to the effective date of termination or then specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices four work to be paid under this Agreement within thirty (30) days of the effective date of termination. Then Department shall not pay any invoices received after thirty (30) days of the effective date of termination.n b.n Termination for Cause. The Department may terminate this Agreement if any of the events of default describedn in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its othern obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or thatn the default was excusable, the rights and obligations of the parties shall be the same as if the termination hadn been issued for the convenience of Department. The rights and remedies of Department in this clause are inn addition to any other rights and remedies provided by law or under this Agreement.n c,n Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial terminationn unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, andn to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreements not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only f6m that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled ton recover any cancellation charges or lost profits n d.n Continuation of Prepaid Services. If Department has paid for any services prior to the expiration, cancellation,n or termination of the Agreement, Grantee shall continue to provide Department with those services for which itn has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have beenn paid for but not rendered.n em Transition of Services Upon Termination, Exniration, or Cancellation of the Agreement. If services providedn under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transitionn of Agreement services to the subsequent provider(s). This requirement is at a minimum an affrrmativen obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grantn Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except asn necessary to complete the transition or continued portion of the Agreement, if any.n 14. Notice of Default. ' If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. Attachment 1-A 6of13 Rev. 9/15/2023 368 I 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a.e The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver ae material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of e the performance of the work, failure to resume work that has been discontinued within a reasonable time aftere notice to do so, or abandonment of the Agreement;e b.e The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding;e c.e Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient infonnation;e d.e Failure to honor any term of the Agreement;e e.e Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revokinge the certificate of authority granted to the Grantee by a state or other licensing authority;e f.e Failure to pay any and all eniities, individuals, and furnishing labor or materials, or failure to make payment toe any other entities as required by this Agreement;e g.e Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of thee Immigration and -Nationality Act;e h.e Failure to maintain the insurance required by this Agreement;e i.e One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within thee specified 30 -day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequatee assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligationse under the Agreement:e i.e Entry of an order for relief under Title 11 of the United States Code;e ii.e The making by Grantee of a general assignment for the benefit of creditors;e iii.e The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property;e and/ore iv.e An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy,e reorganization, or liquidation.e 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particularse of suspension. Examples of reasons for suspension include, but are not Iimited to, budgetary constraints, declaratione of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice.e Within 90 days, or any longer period agreed to by the parties, Department shall either: (l) issue a notice authorizinge resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement ise terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' noticee required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additionale compensation.e 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligencee of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, actse of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of thee foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case ofe any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delaye and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay firste arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonablye foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. Noe claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not bee entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect,e consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, aftere the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its solee Attachment 1-A 7of13 Rev. 9/15/2023 369 £ZOZ/S 1/6 'AO'd £I J08 d-1;uatugn1l + o r aAew I. jom otlgnd io Sutpltnq otlgnd u jo itudal io uogatulsuoo oq1 zo3 lltpua otlgnd g gltm logaluoo M e uo Xjdai io `jesodoid 'ptq g ;twgns lou view `Altlua otlgnd a o; saowas so spooS Cue aptnozd of aloeiluoo u uo Aldas io 'jusodoid `ptq u ltwgns lou Aew owuo Altluo otjgnd u ioj notlotnvoo g 2utmoll0j lstt iopuan palotnvoo aq1 uo paoeld uaaq sgq ogm algtltgjg io uosiad d •awuJ 74puR otlgnd a't :lstl iopuan iolgjotn lsniltpue oql .to 'lstj iopuan ,Ctoluutwuostp 'lstj 1opu0n palotnuoo aql alio paoeld suosiad o; rCjddg suojloulsai Sutmolloj oql `'S•3 L£j'L8Z Pur `ti£I'M `££C'L8Z suntloas ol;uensind a•q •luawaaj2V stgl jo llnsai u se ponsst suotpeztuu2io algnud tRtm slogluoogns lie ut uotstno.td still Sutpnjout 1qj aalgtsuodsa.ioq 1jugs aalugiD 041 •luaw3012V stgl jo votluljaouga juialujtun ioj asnuo aq Ijugs uotlglotn qons 'suatie pazuoglneun sAoldwo Al2utmou3i loloeiluoogns/aaluuiq ji •lad AiquuoiluN put, uotlusStwwt oql jo (a)dbLZ auotlooS jo uotlulotn g suatie pazuoglnuun jo aaluuuj Aug Aq luawAoldwo oql ioptsuoo llugs luawl uda(I aqZ a•e •slae.tluoagnS pue luatudoldwa pazlaoglneun o; 3upcia?I saotloK SaolnlelS 'ZZ •)g2u iaglo Aug jo osiaiaxa aq) io joaiagl astonxo iaglmj io iaglo Aug apniaai d 1gSu gons Auu jo astaiaxa lutuud .to alSuts Aug Ilggs lou 's1gSu asogl aolojua of iaguongl lgSu s,luautuedaCjjo iantem a pawaap aq to olnlpsuoo lou dugs luawaaj2v stgl iapun slgSu sl!jo Aug ooiojuo io ostoiaxa of luouicmdaa Aq ainpuj so Arlop ag,L •aanteM 'IZ ;t;svteSe io riq pauasse aIt1 aql pue slsoo `satljeuad `saSewep toj wtup Niue ,Cjspus of [jussaoau aq Auw su oaluVID anp slunowe woij satuow gons utglai `aoluutg of aotlou uodn pug filtnba ut io mul 1u 11t o1 alqupmu sotpowai iaglo 01 uotltppu ut `Auw luaw>sudaQ aqZ •,Citnba ut io mul ;g `;uawaai2v aq1 iapun saSt:wgp jo sadXl iaglo ioj satpawat slt onsind of ;qSu• s,luawl.tudaQ ltnttl Ilegs 'aouguugjiaduou ioj soouanbasuoo Igiouuug Sutpnjovt 'luawaoi2v stgl ut SutgloN •sluana wnafew aaioj ioj alggtl xnuziq oVtu of patu;suoo aq llegs luatu;)Da 7 stgl at 8utglom •satpawag -OZ '0001001$jo duo g of paltwtl ioqunj st 14t1tqutl gonS •IuawaaigV oql jo suuol oql gltm aauutldwoo ut pue of luensind pazapuw saot,uas 10 spooS soj anp uotlusuadwoo jo oniquq ptedun aql jo tuns oql uugl iallana ou lunowe ue ut saSgwt!p faolusuadwoo olpaltwtl si luaw;)ol2V stgl woaj Sutsuu wtulo Auu ioj Altltqutl s,lvawugdaQ oq,L •,141ltge17 jo uotlel!tut I '61 a•pton put' Ilnu si faequoo ail of uoilsa3Sns io uoggatldwt a'uotstnoid Aud •ajgtsuodsoi aq astmiaq;o lou pinom 1! gotgm ioj lvattwudaCI uo Altltquil asodwt astnuoglo aio `Upuo13 jo smul oq1 iapun Altunwtut uSta.tanos s,;uatumdaQ antero `aouaSgSav s,aa;ueiD ioj Alq! gtl o, awns¢ so alnsut 'aalum()fjtuwapat io ssolumq ploq o1 luawguda(I annboi hugs lu9waa12V stip lit uotstnoid ON a•p a•luowaoi2V still .to lagiluoa Aug jo Ino Sutsue ta3lew Auu in satued pith Aq pans aq of ale;S aql jo votstntpgns to �iauaSg algls g Aq;uasuoo su pon.4suoo aq llggs utaiag Sutglou 'iaglm3 'S'd '8Z'89L uotlaas jo suotstnoid aq) io Altunwwt uStaianos sl!jo ailed iaglta Ag iantgm ail a;nitlsuoo pegs utazaq pouteluoo Sutglov `ianamotl •sluaSt, puu saaAoldwo slt jo slag InjSuoim io 1ua2gS2v aagl ioj ajgtsuodsai Ajajos aq hugs 1! luq; saoiSe o;aioq 4liud gaug :satpilua jelvawwanoS an lggl saalumo ao; satlddu lggl uotstnoid uoquagtuwaput alos 3q1 St Sutmojjoj aq1 `anoqu •q puu •e suopoas Sutpuulsgltmlox a•o a•Plagiltm a,Cjgeuoseantn aq lou Iiugs gotgm yvasuoo vallum loud s,aaluuiq lnogltm uopn jeSaj Aug ut luautliudaQ Aq oapew io paunout asnuoidwoa io 'asuadxa `lsoo Am ioj algetl aq lov putts aalumD oq •asuadxa alos s,aalumD le not;oe Pill SutpuDjop ui aouelstssu (£) puts ''asuadxa olos s,aa;uu q le uoilou clans Niue puojop to aplas put' fano mju) of.fltunuoddo aq; (Z) :uotlau poualgaigl so uotlog AUU jo aat;ov vallum (I) :aaluejC) Svtnt?;uawltudaQ auodn lua$utluoo an uotlau jugal Aug of loadsai gltm gdei$uied Sutpaoaid aql .tapun suotju&jgo s,aaluniE) atLL a•q a•aaluuif)jo suotsstwo ao slag lua$tjSav oql io luawaoi2V still jo gauaiq s,aalvuif) ail; a•it a''luatulledaCljo uotsstwo io alae m2ijSau oql Aq pasnuo Alaluwtxotd saSewep io ssol Auu jo uogiod;gql ioj fjtuwapul lou ljegs aaa;vga>) leil'ianam04'paptnoid''siol3pquo3gns io'snu>.tud `sa;)Aojdwa `sluaSe sl! `aalugig Aq lied aui io ojogm ut pasnea aq of padallu rCltadoid algtSuq jeuosiad so jean of aSewep puu tinfw lguosiad wt a:ol Sutlulai to wozj 3utsue uotldtiosop pug amu faoho jo slsoo pug so2gwup ,suotl3B a`slms woig `soadojdwa puu `sluaSu 'slaogjo sp pug luawuudaQ ssoluuuq ploq pue 'pugjap Aj!uw3pul xjlnj 011ggs pue siom,-4uoogns io 'sioupud 'saaAojdwa `sluaSe slt jo suotlou aql ioj alqutI Aljnj aq hugs aaluujD aq•L a•g •uopgogtutuaPuI '81 -lied ut aio ologm in luawaai2V aleutuual (£) io '.jCltluunb luawozi2v aqi wo-ij polonpop aq Avw sasugoind gatgm '�fujap oql jo alaafgns oql aie ;uql saatnias io sianpoid ail jo lied io llu aauldoi o1(sasuodxa put; slsoo poluiai aql ioj as;vgJrJ Aq pug ao) asmooai 1nogltm) saomos iaglo ql►m laelluoo (Z) 'uotluaojju o1 paloafgns slonpoid of laadsoi gltm lvawuudaQ of luawleail juiluaiajoid sluuiS aaluwD lug) paptnoid `aalueij) woaj sauantiap io aouguuojtad polgoo1lg ldaoau (I) :Auw luowytudaQ asea gatgm ut `luautpudaQ o; luawaaiSd aql jo anjun atll nudmi AlluuaytuSts Ilam Agiap aql legl `uotlasostp not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with any publico entity; and may not transact business with any public entity in excess of the threshold amount provided in section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii.o Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendoro list may not submit a bid, proposal, or reply on a contract to provide any goods or services to ao public entity; may not submit a bid, proposal, or reply on a contract with a public entity for theo construction or repair of a public building or public work; may not submit bids, proposals, or replieso on leases of real property to a public entity; may not be awarded or perform work as a contractor,o supplier, subcontractor, or consultant under a contract with any public entity; and may not transacto business with any public entity.o iii.o Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violatoro vendor list following a conviction or being held civilly liable for an antitrust violation may noto submit a bid, proposal, or reply on any contract to provide any good or services to a public entity;o may not submit a bid, proposal, or reply on any contract with a public entity for the construction oro repair of a public building or public work; may not submit a bid, proposal, or reply on leases of realo property to a public entity; may not be awarded or perforin work as a Grantee, supplier,o subcontractor, or consultant under a contract with a public entity; and may not transact new businesso with a public entity.o iv.o Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, oro consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrusto violator vendor list during the life of the Agreement. The Florida Department of Managemento Services is responsible for maintaining the discriminatory vendor list and the antitrust violatoro vendor list and posts the list on its website. Questions regarding the discriminatory vendor list oro antitrust violator vendor list may be directed to the Florida Department of Management Services,o Office of Supplier Diversity, at (850) 487-0915.0 23. Compliance with Federal, State and Local Laws. a.o The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limitedo to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements.o The Grantee shall include this provision in all subcontracts issued as a result of this Agreement.o b.o No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discriminationo in performance of this Agreement.o c.o This Agreement shall be governed by and construed in accordance with the laws of the State of Florida.o d.o Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction foro any damages arising under the terns of the Agreement will be in the courts of the State, and venue will be in theo Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to beo responsible for their own attorney fees incurred in connection with disputes arising under the terms of thiso Agreement.o 24. Build America, Buy America Act (BABA) - Infrastructure Projects with Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan Act Also, this provision does not apply whereo there is a valid waiver in place. However, the provision may apply to funds expended before the waivero or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program foro infrastructure are required to comply with the Build America, Buy America Act (BABA), including theo following provisions:o a.o All iron and steel used in the project are produced in the United States --this means all manufacturing processes,o from the initial melting stage through the application of coatings, occurred in the United States;o b.o All manufactured products used in the project are produced in the United States -this means the manufacturedo product was manufactured in the United States; and the cost of the components of the manufactured producto that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of allo components of the manufactured product, unless another standard for determining the minimum amount of o domestic content of the manufactured product has been established under applicable law or regulation; ando Attachment 1-A 9 of 13 Rev. 9/152023 371 7 c. All construction materials are manufactured in the United States -this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials. and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in America Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a "project funded by President Biden's Bipartisan Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: https: www.era.eoviinvesi,'investine-anmerica-signage. b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C, 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable. 26. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. C. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11 .062 and 216.347, F.S. 28. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the terns of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official. Grantee shall provide any type of infornmation the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to. Grantee's business or financial records, documents, or files of any type or forni that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: ( I ) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http: ,dos.myflorida.conm'library-archives records-mana<,ementiceneral-record s-schedulesdL 29. Audits. a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub -grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees and/or subcontractors. respectively. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during nornmal business hours, including by any of the following methods: 1. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in perfornmance of any work pursuant to this Agreement; and, in. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit No include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department', Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit I and detenmine whether the ternms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR ti200.331 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS -A2 -NS) that can be found under the "Links/Fornms" section appearing at the following website: https pus.tldfs.com fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirenments for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee nmust provide the additional proof within thirty (30) days of such request. e. No Commnminpling of Funds. The accounting systenms for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a progranm-by-program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement. Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. 1. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material ternms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the Attachment I -A II of 13 Rev. 9/15/2121 373 original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii.o In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed byo Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment iso made to Department.o iii.o Notwithstanding the requirements of this section, the above restrictions on commingling funds doo not apply to agreements where payments are made purely on a cost reimbursement basis.o 30. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 31. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 32. Subcontracting. a.o Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee.o b.o The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. Foro cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement.o c.o The Department may, for cause, deny access to Department's secure information or any facility by any Granteeo employee, subcontractor, or agent. d.o The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all worko in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurredo under any subcontract.o e.o The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within theo Department's facilities, unless the basis of Department's denial is safety or security considemtions.o fo The Department supports diversity in its procurement program and requests that all subcontracting opportunitieso afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the fullo diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915.0 g.o The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused byo the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted productso or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule.o 33. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 34. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement 35. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third - party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 36.oSeverability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. Attachment 1-A 12 of 13 Rev. 9/15/2023 374 37.e Grantee's Employees, Subcontractors and Agents.e All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trainede technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy ofe technical certification or other proof of qualification. All employees, subcontractors, or agents performing work undere Agreement must comply with all security and administrative requirements of Department and shall comply with alle controlling laws and regulations relevant to the services they are providing under the Agreement.e 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 39. Compensation Report. If this Agreement is a sole -source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. 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 Grantee must also inform the Department of any changes in total executive compensation between the annual reports. All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee. 40. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1-A 13 of 13 Rev. 9/15/2023 .:375 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Revised Special Terms and Conditions AGREEMENT NO. 191R2 ATTACHMENT 2-A These Special Terms and Conditions shall be read together with general terms outlined in the. Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is the Indian River County Hurricane Irma Recovery Project. The Projecte is defined in more detail in Attachment 3, Grant Work Plan.e 2. Duration. a.e Reimbursement Period. The reimbursement period for this Agreement begins on September 19, 2017 and endse at the expiration of the Agreement.e b.e Extensions. There are extensions available for this Project.e c.e Service Periods. Additional service periods are not authorized under this Agreement.e 3. Payment Provisions. a.e Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under thise Agreement as described in Attachment 3.e b.e Invoicine. Invoicing will occur as indicated in Attachment 3.e c.e Advance Pay. Advance Pay is not authorized under this Agreement.e 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the followinge budget categories, as defined in the Reference Guide for State Expenditures, as indicated:e Reimbursement Match Category ❑ i] Salaries/Wagese Overhead/Indirect/General and Administrative Costs:e ❑ ❑ a.e Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, N/A.e * ❑ Contractual (Subcontractors)e ❑ ❑ Travel, in accordance with Section 112, F.S.e ❑ ❑ Equipmente ❑ ❑ Rental/Lease of Equipmente ❑ p Miscellaneous/Other Expensese ❑ ❑ Land Acquisitione 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement.e 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement.e 7. Match Requirements See Attachment 3, Grant Work Plan.e Attachment 2-A 1 of 3 Rev. 8/8/2023 376 8. insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a.e Commercial General Liability Insurance.e The Grantee shall provide adequate commercial general liability insurance coverage and hold such liabilitye insurance at all times during the Agreement. The.Department, its employees, and officers shall be namede as an additional insured on any general liability policies. The minimum limits shall be $250,000 for eache occurrence and $500,000 policy aggregate.e b.e Commercial Automobile Insurance.e If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobilee liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and propertye damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shalle be named as an additional insured on any automobile insurance policy. The minimum limits shall be ase follows:e $200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable $200,000/300,000 Hired and Non -owned Automobile Liability Coverage c.e Workers' Compensation and Employer's Liability Coverage.e The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S. and employere liability coverage with minimum limits of $100,000 per accident, $100,000 per person, and $500,000e policy aggregate. Such policies shall cover all employees engaged in any work under the Grant.e d.e Other Insurance. None.e 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Common Carrier. a.e Applicable to contracts with a common carrier— firm/person/corporation that as a regular businesse transports people or commodities from place to place. If applicable, Contractor must also fill out ande return PUR 1808 before contract execution. If Contractor is a common carrier pursuant to sectione 908.111(1)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor ise found to be in violation of the law or the attestation in PUR 1808.e Attachment 2-A 2of3 • Rev. 8/8/2023 377 b. Applicable to solicitations for a common carrier — Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. 15. Additional Terms. None. Attachment 2-A 3 of 3 Rev. 818/2023 ATTACHMENT 3-B SECOND REVISED GRANT WORK PLAN PROJECT TITLE: Indian River County Hurricane lnna Recovery Project PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R97 and R108 along the Atlantic Ocean in Indian River County, Florida. PROJECT BACKGROUND: Hurricane Irma made landfall on September 10, 2017 causing beach and dune erosion along Indian River County. The 2018 Florida Legislature provided funds to assist counties with beach and dune restoration projects. The Department developed the 2018 Hurricane Irma Supplemental Funding Plan for Florida's beach and dune system to distribute these funds. Construction of a storm recovery project was originally scheduled for 2022 to repair stone damages and has been delayed. PROJECT DESCRIPTION: The Project consists of design and construction of the Indian River County Hurricane Inna Recovery Project. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $307,538.00 for this Project or up to 100 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 62B-36, Florida Administrative Code ( F.A.C. ). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in section 112.06 1, Florida Statute (F.S.). Pursuant to sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: httns://floridaden.eox, �sitcs/default, files/ PhvsicalMonitorini:Standards.ndf One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 191R2, Amendment 2, Attachment 3-B, Page 1 of 3 09 Acronyms: DEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code F.S. — Florida Statutes FEMA — Federal Emergency Management Agency TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a, letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Design Task Description: The' Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Construction Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit workproducts to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida -registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by DEP Agreement No. 191R2, Amendment 2, Attachment 3-13, Page 2 of 3 380 Local Sponsor must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task No. Task Title State Budget Task Start Amount Date Deliverable Due Date 1 Federal Contractual Services Task # Eligible Project Tasks Share Estimated DEP Local Total -Contractual Services $290,925.00 09/19/2017 Project Costs Total: 1 Design 100.000/6 $315,647. $16,613.00 $0.0 $332,260.00 2 Construction 100.000% $5,527,575.00 $290,925.00 $0.00 55,818,500.00 TOTAL PROJECT COSTS [$5,843,222.001$307,538.001 $0.001$6,150,760.00 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task No. Task Title Budget Category Budget Task Start Amount Date Deliverable Due Date 1 Design Contractual Services $16,613.00 09/19/2017 9/30/2024 2 Construction -Contractual Services $290,925.00 09/19/2017 9/30/2024 Total: $307,538.00 Note that, per paragraph 8.h. of the agreement, authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the Department if the Legislature reduces or eliminates appropriations. Extending the contract end date carries the risk that funds for this project may become unavailable in the future. This should be a consideration for the Local Sponsor with this and future requests for extension. DEP Agreement No. 19IR2, Amendment 2, Attachment 3-B, Page 3 of 3 r, ao M AMENDMENT NO.3 TO AGREEMENT NO. 19IR2 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND INDIAN RIVER COUNTY This Amendment to Agreement No. 191R2, as previously amended, (Agreement) is made by and between the Department of Environmental Protection (Department), an agency of the State of Florida, and Indian River County, 1801 27`' Street, Vero Beach, Florida 32960 (Grantee), on the date last signed below. WHEREAS, the Department entered into the Agreement with the Grantee for the Indian River County Hurricane Irma Recovery Project effective July 22, 2019; and WHEREAS, the Grantee has requested a reallocation of the budget and the Department has agreed; and WHEREAS, the parties wish to amend the Agreement as set forth herein. NOW THEREFORE, the parties agree as follows: I ) Attachment I -A, Revised Standard Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment 1-B, Second Revised Standard Terms and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the, Agreement to Attachment I -A shall hereinafter refer to Attachment I -B, Second Revised Standard 'Perms and Conditions. 2) Attachment 2-A, Revised Special Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment 2-B, Second Revised Special Terms and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 2-A shall hereinafter refer to Attachment 2-B, Second Revised Special Terms and Conditions. 3) Attachment 3-B, Second Revised Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3- C, Third Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3-B shall hereinafter refer to Attachment 3-C, Third Revised Grant Work Plan. 4) Attachment 4, Public Records Requirements, is hereby deleted in its entirety and replaced with Attachment 4-A, Revised Public Records Requirements, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 4 shall hereinafter refer to Attachment 4-A, Revised Public Records Requirements. 5) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies may appear between the Agreement and this Amendment, the provisions of this Amendment shall control. Agreement No.: 191R2 Amendment No.: 3 1 of 2 Rev. 7/18/2023 382 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SECOND REVISED STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1-B 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation of the Agreement is as follows: i. Standard Grant Agreement ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient, If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee's match requirements; (3) a change in the expiration date of the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2).the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. Attachment 1-B 1 of 13 Rev. 3/11/2024 384 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work PIan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a. WithholdingPayment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Invoice reduction If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by 1% for each day the deadline is missed, unless an extension is approved in writing by the Department. c. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies in the CAP. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to the Department's Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval of a CAP as specified above may result in Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to Attachment 1-B 2of13 Rev. 3/11/2024 385 require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement. The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not Iimited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: https://www.mvfloridacfo.com/docs-sf/accounting-and-auditing-libraries/state- a eng cies/reference- ide-for-state-expendi res l)df. e. Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Grantee may request from the Department that all invoice payments (i.e., cost reimbursement) under this Agreement be directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee's request if: i. Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" under subsection 288.0656(2), F.S.; ii. Grantee demonstrates current financial hardship using one (1) or more of the "economic distress" factors defined in subsection 288.0656(2)(c), F.S.; iii. Grantee's performance has been verified by the Department, which has determined that Grantee is eligible for cost reimbursement and that Grantee's performance has been completed in accordance with this Agreement's terms and conditions; and iv. Applicable federal and state law(s), rule(s) and regulations) allow for such payments. This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: https•//floridaiobs or& community planning and development/rural community-proarams/rural areas of opportunitx. f. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre-audit and post-audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. g. State Funds Documentation. Pursuant to section 216.1366, F.S., if Contractor meets the definition of a non-profit organization under section 215.97(2)(m), F.S., Contractor must provide the Department with documentation that indicates the amount of state funds: i. Allocated to be used during the full term of the contract or agreement for remuneration to any member of the board of directors or an officer of Contractor. ii. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the Contractor. Attachment I -B 3of13 Rev. 3/11/2024 386 The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State's the contract tracking system and maintained pursuant to section 215.985, F.S., and must be posted on the Contractor's website, if Contractor maintains a website. h. Interim Payments; Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. i. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. j. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. k. Interest Rates_ All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: https://www_myfloridacfo. com/division/aa/local-governments/iudgement-interest-rates 1. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 691-72, Florida Administrative Code (F.A.C.) and/or Chapter 691-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price Attachment 1-B 4of13 Rev. 3/11/2024 387 a negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the ConsuItant's Competitive Negotiation Act under section 287,055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061, F.S. e. Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costing $5,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specific approval of Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f. Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Department shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30) days. 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee of the failure to perform that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframe stated in Department's notice, the retainage will be forfeited to Department. c. No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and Iimits as described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage. e. Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. 13. Termination. a. Termination for Convenience. When it is in the State's best interest, Department may, at its sole discretion, terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for work to be paid under this Agreement within thirty (30) days of the effective date of termination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department_ The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits. d. Continuation of Prepaid Services. If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have been paid for but not rendered. e. Transition of Services Upon Termination. Expiration, or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Work Plan, The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. Attachment 1-13 6of13 Rev. 3111/2024 389 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive Iist of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding; c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or Iicensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and famishing labor or materials, or failure to make payment to any other entities as required by this Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30 -day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title I 1 of the United States Code; ii. The making by Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property; and/or iv. An action by Grantee under any state insolvency or similar Iaw for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but -are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 40 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole Attachment 1-B 7of13 Rev. 3/11/2024 390 discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; ii, the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume Iiability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $I00,000. 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor ,knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to sections 287.I33, 287.134, and 287.137 F.S., the following restrictions apply to persons placed on the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list: i. Public Entity Crime. 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may Attachment 1-B 8of13 Rev. 3111/2024 391 23. a. b. C. d. 24. a. not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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. iii. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any contract to provide any good or services to a public entity; may not submit a bid, proposal, or reply on any contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with a public entity; and may not transact new business with a public entity. iv. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or antitrust violator vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. Compliance with Federal, State and Local Laws. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. Build America, Buy America Act (BABA) - Infrastructure Projects with Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan Act. AIso, this provision does not apply where there is a valid waiver in place. However, the provision may apply to funds expended before the waiver or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: All iron and steel used in the project are produced in the United States --this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; All manufactured products used in the project are produced in the United States -this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and Attachment 1-11 9of13 Rev. 3/11/2024 392 c. All construction materials are manufactured in the United States-this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in America Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a "project funded by President Biden's Bipartisan Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: https://www.epa.v,ov/invest/investing-aTnerica-siiina2e. b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable. 26. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. C. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11.062 and 216.347, F.S. 28. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during Attachment 1-13 10 of 13 Rev. 3/11/2024 393 the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: httv://dos. mvflorida. com/library-archives/records-mana eement/general-records-schedules/?. 29. Audits. a. Inspcgtor General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub -grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees and/or subcontractors, respectively. b. Physical Access and Inspection. Department personnel shall be -given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS -A2 -NS) that can be found under the "Links/Forms" section appearing at the following website: https:\\apps.fldfs.com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shalt be calculated from the date(s) the Attachment 1-D 11 of 13 Rev. 3/11/2024 394 original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 30. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 31. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 32. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 33. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 34. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 35. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third - party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 36. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in -full force and effect. Attachment 1-13 12 of 13 Rev. 3/11/2024 395 37. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable forperformance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 39. Compensation Report. If this Agreement is a sole -source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. 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 Grantee must also inform the Department of any changes in total executive compensation between the annual reports. All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee. 40. Disclosure of Gifts from Foreign Sources. If the value of the grant under this Agreement is $100,000 or more, Grantee shall disclose to Department any current or prior interest of, any contract with, or any grant or gift received from a foreign country of concern, as defined in section 286.101, F.S., if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous 5 years. Such disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. If the disclosure requirement is applicable as described above, then within 1 year before applying for any grant, Grantee must also provide a copy of such disclosure to the Department of Financial Services. 41. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1-13 13 of 13 Rev. 3/1112024 396 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Second Revised Special Terms and Conditions AGREEMENT NO. 19IR2 ATTACHMENT 2-B These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is the Indian River County Hurricane Irma Recovery Project. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins on September 19, 2017 and ends at the expiration of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category ❑ ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ❑ ❑ a. Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, N/A. ® ❑ Contractual (Subcontractors) ❑ ❑ Travel, in accordance with Section 112, F. S. ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements See Attachment 3, Grant Work Plan. Attachment 2-B 1 of 3 Rev. 3/11/24 397 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers Iicensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such Iiability insurance at all times during the Agreement. The Department, its employees, and officers shall be named as an,additional insured on any general liability policies. The minimum limits shall be $250,000 for each occurrence and $500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum Iimits shall be as follows: $200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable $200,000/300,000 Hired and Non -owned Automobile Liability Coverage Workers' Compensation and Employer's Liability Coverage. The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S. and employer liability coverage with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. Other Insurance. None, 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Common Carrier. a. Applicable to contracts with a common carrier — firm/person/corporation that as a regular business transports people or commodities from place to place. If applicable, Contractor must also fill out and return PUR 1808 before contract execution. If Contractor is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. Attachment 2-13 2 of 3 Rev. 3111/24 398 b. Applicable to solicitations for a common carrier —Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. 15. Financial Assistance and Payment of Invoices to Rural Communities or Rural Areas of Opportunity This agreement does not provide federal or state financial assistance to a county or municipality that is a rural community or rural area of opportunity as those terms are defined in s. 288.0656(2). 16. Additional Terms. None. Attachment 2-13 3 of 3 Rev. 3111/24 399 ATTACHIMENT 3-C THIRD REVISED GRANT WORK PLAN PROJECT TITLE: Indian River County Hurricane Irma Recovery Project PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R97 and R108 along the Atlantic Ocean in Indian River County, Florida. PROJECT BACKGROUND: Hurricane Irma made landfall on September 10, 2017 causing beach and dune erosion along Indian River County. The 2018 Florida Legislature provided funds to assist counties with beach and dune restoration projects. The Department developed the 2018 Hurricane Irma Supplemental Funding Plan for Florida's beach and dune system to distribute these funds. Construction of a storm recovery project was originally scheduled for 2022 to repair storm damages and has been delayed. PROJECT DESCRIPTION: The Project consists of dedpof the Indian River County Hurricane Irma Recovery Project. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $307,538.00 for this Project or up to 100 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, Florida Administrative Code (F.A.C.). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in section 112.061, Florida Statute (F.S.). Pursuant to sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: https•//floridadep gov/sites/default/files/PhysicalMonitoringStandards.p One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 19IR2, Amendment 3, Attachment 3-C, Page 1 of 3 400 Acronyms: DEP — Florida Department of Environmental Protection F.A.C. —Florida Administrative Code F.S. — Florida Statutes FEMA — Federal Emergency Management Agency TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Design and Permitting Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost Task # EIigible Project Tasks State Federal Cost EstimatedShare project (%) Costs DEP Local Total 1 Design and Permitting 100.00% $307,538.00 $0.00 $307,538.00 TOTAL PROJECT COSTS $307,538.00 $0.00 $307,538.00 DEP Agreement No. 19IR2, Attachment 3-C, Page 2 of 3 401 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task Budget Task Start Deliverable No. Task Title Budget Category Amount Date Due Date 1 Design and Permitting Contractual Services $307,538.00 09/19/2017 09/30/2024 Total: $307.538.00 DEP Agreement No. 19182, Attachment 3-C, Page 3 of 3 402 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4-A 1. Public Records. a. If the Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department in its performance of services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution and section 119.07(1), F.S. b. The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If Grantee is a "contractor" as defined in section 1 i9.0701(1)(a), F.S., the following provisions apply and the contractor shall: a. Keep and maintain Public Records required by Department to perform the service. b. Upon request, provide Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to penalties under section 119. 10, F.S. d. 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 Public Records to Department. e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all Public Records to Department 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 Public Records stored electronically must be provided to Department, upon request from Department's custodian of Public Records, in a format specified by Department as compatible with the information technology systems of Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public. services a,floridadep.go Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Attachment 4-A IofI Rev. 4/8/2024 403 AMENDMENT NO.4 TO AGREEMENT NO. 191R2 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND INDIAN RIVER COUNTY This Amendment to Agreement No. 19182, as previously amended, (Agreement) is made by and between the Department of Environmental Protection (Department), an agency of the State of Florida, and Indian River County, 1801 27'h Street, Vero Beach, Florida, 32960 (Grantee), on the date last signed below. WHEREAS, the Department entered into the Agreement with the Grantee for the Indian River County Hurricane Irma Recovery Project effective July 22, 2019; and WHEREAS, the Grantee has requested an extension to the Agreement and the Department has agreed; and WHEREAS, the parties wish to amend the Agreement as set forth herein. NOW THEREFORE, the parties agree as follows: 1) The Agreement is extended for a twelve (12) month period to begin January 1, 2025, and remain in effect until December 31, 2025. The Department and the Grantee shall continue to perform their respective duties during this extension period pursuant to the same terms and conditions provided in the Agreement. 2) Attachment 1-B, Second Revised Standard Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment 1-C, Third Revised Standard Terms and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 1-B shall hereinafter refer to Attachment 1-C, Third Revised Standard Terms and Conditions. 3) Attachment 2-B, Second Revised Standard Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment 2-C, Third Revised Standard Terms and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 2-B shall hereinafter refer to Attachment 2-C, Third Revised Standard Terms and Conditions. 4) Attachment 3-C, Third Revised Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-D, Fourth Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3-C shall hereinafter refer to Attachment 3-D, Fourth Revised Grant Work Plan. 5) Attachment 5, Special Audit Requirements, is hereby deleted in its entirety and replaced with Attachment 5-A, Revised Special Audit Requirements, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 5 shall hereinafter refer to Attachment 5-A, Revised Special Audit Requirements. 6) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies may appear between the Agreement and this Amendment, the provisions of this Amendment shall control. - SIGNATURES ON FOLLOWING PAGE - The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. Agreement No.: 19IR2 I of 2 Rev. 5/7/2024 Amendment No.: 4 404 Indian River County By: Title: Date: Florida Department of Environmental Protection LE Secretary or Designee Date: LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: Specify Type Letter/Number Description Attachment 1-C Third Revised Standard Terms and Conditions (14 pages) Attachment 2-C Third Revised Special Terms and Conditions (3 pages) Attachment 3-D Fourth Revised Grant Work Plan (3 pages) Attachment 5-A Revised Special Audit Requirements (7 pages) - REMAINDER OF PAGE INTENTIONALLY LEFT BLANK - Agreement No.: 19IR2 Amendment No.: 4 2 of 2 Rev. 5/7/2024 405 ORCP Additional Signatures DEP Grant Manager DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 406 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION TBEIRD REVISED STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1-C 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation of the Agreement is as follows: i. Standard Grant Agreement ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee's match requirements; (3) a change in the expiration date of the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2) the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terns and Conditions. Attachment 1-C 1 of 14 Rev. 11/13/2024 407 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Invoice reduction If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by I% for each day the deadline is missed, unless an extension is approved in writing by the Department. c. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies in the CAP. All CAPS must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to the Department's Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval of a CAP as specified above may result in Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department Attachment 1-C 2of14 Rev. 11/13/2024 408 does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: https://www.myfloridacfo.com/docs-sf/accounting-and-auditing-libraries/state- agencies/reference-guide-for-state-expenditures.pdf. e. Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Grantee may request from the Department that all invoice payments under this Agreement be directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee's request if: i. Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" under subsection 288.0656(2), F.S.; ii. Grantee demonstrates current financial hardship using one (1) or more of the "economic distress" factors defined in subsection 288.0656(2)(c), F.S.; iii. Grantee's performance has been verified by the Department, which has determined that Grantee is eligible for invoice payments and that Grantee's performance has been completed in accordance with this Agreement's terms and conditions; and iv. Applicable federal and state law(s), rule(s) and regulation(s) allow for such payments. This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: https://florid a jobs.org/community-planning-and-development/rural-commum :programs/rural-areas-of- opportunity. f. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre -audit and post -audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. g. State Funds Documentation. Pursuant to section 216.1366, F.S., if Contractor meets the definition of a non-profit organization under section 215.97(2)(m), F.S., Contractor must provide the Department with documentation that indicates the amount of state funds: i. Allocated to be used during the full term of the contract or agreement for remuneration to any member of the board of directors or an officer of Contractor. Attachment 1-C 3of14 Rev. 11/13/2024 409 ii. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the Contractor. The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State's the contract tracking system and maintained pursuant to section 215.985, F.S., and must be posted on the Contractor's website, if Contractor maintains a website. h. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. i. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. j. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. k. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: hMs://www.myfloridacfo.com/division/aa/local-governments/judgement-interest-rates. 1. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salarv/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors)-. Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. For grants funded with federal funds, nonconsumable and/or nonexpendable personal property or equipment costing $10,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in 2 CFR 200. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed - Attachment 1-C 4of14 Rev. 11/13/2024 410 price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061, F.S. e. Direct Purchase Equipment. For grants funded fully or in part with state funds, equipment is defined as capital outlay costing $5,000 or more. For grants funded fully with federal funds, equipment is defined as capital outlay costing $10,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specific approval of Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f. Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Department shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30) days. 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee of the failure to perform Attachment 1-C 5of14 Rev. 11/13/2024 411 that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframe stated in Department's notice, the retainage will be forfeited to Department. c. No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage. e. Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. 13. Termination. a. Termination for Convenience. When it is in the State's best interest, Department may, at its sole discretion, terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for work to be paid under this Agreement within thirty (30) days of the effective date of termination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department. The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits. d. Continuation of Prepaid Services. If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have been paid for but not rendered. e. Transition of Services Upon Termination, Expiration, or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Attachment 1-C 6of14 Rev. 11/13/2024 412 Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding; c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any tern of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to any other entities as required by this Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30 -day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 11 of the United States Code; ii. The making by Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property; and/or iv. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (3 0) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first Attachment 1-C 7of14 Rev. 11/13/2024 413 arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. Attachment 1-C 8of14 Rev. 11/13/2024 414 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to sections 287.133, 287.134, and 287.137 F.S., the following restrictions apply to persons placed on the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list: i. Public Entity Crime. 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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. iii. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any contract to provide any good or services to a public entity; may not submit a bid, proposal, or reply on any contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with a public entity; and may not transact new business with a public entity. iv. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or antitrust violator vendor list may be directed to the Florida Department of Management Services, Office of Supplier Development, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Build America, Buy America Act (BABA) - Infrastructure Projects with Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan Act. Also, this provision does not apply where Attachment 1-C 9of14 Rev. 11/13/2024 415 there is a valid waiver in place. However, the provision may apply to funds expended before the waiver or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: a. All iron and steel used in the project are produced in the United States --this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. All manufactured products used in the project are produced in the United States -this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and c. All construction materials are manufactured in the United States -this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in America Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a "project funded by President Biden's Bipartisan Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: hMs://www.ppa.gov/invest/investing-america-signage. b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable. 26. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Attachment 1-C 10 of 14 Rev. 11/13/2024 416 Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. C. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11.062 and 216.347, F.S. 28. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: http://dos.myflorida.com/library-archives/records-mana eg ment/general-records-schedules. 29. Audits. a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub -grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees and/or subcontractors, respectively. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit I to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS -A2 -NS) that can be found under the "Links/Forms" section appearing at the following website: httos:\\apps. fl Ms. com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, Attachment 1-C 11 of 14 Rev. 11/13/2024 417 general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department fmds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 30. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 31. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 32. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Development at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 33. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee Attachment 1-C 12 of 14 Rev. 11/13/2024 418 is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 34. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 35. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third - party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 36. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 37. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 39. Compensation Report. If this Agreement is a sole -source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. 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 Grantee must also inform the Department of any changes in total executive compensation between the annual reports. All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee. 40. Disclosure of Gifts from Foreign Sources. If the value of the grant under this Agreement is $100,000 or more, Grantee shall disclose to Department any current or prior interest of, any contract with, or any grant or gift received from a foreign country of concern, as defined in section 286.101, F.S., if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous 5 years. Such disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. If the disclosure requirement is applicable as described above, then within 1 year before applying for any grant, Grantee must also provide a copy of such disclosure to the Department of Financial Services. 41. Food Commodities. To the extent authorized by federal law, the Department, its grantees, contractors and subcontractors shall give preference to food commodities grown or produced in this state when purchasing food commodities, including farm products as defined in section 823.14, F.S., of any class, variety, or use thereof in their natural state or as processed by a farm operation or processor for the purpose of marketing such product. 42. Anti-human Trafficking. Attachment 1-C 13 of 14 Rev. 11/13/2024 419 If the Grantee is a nongovernmental entity, the Grantee must provide the Department with an affidavit signed by an officer or a representative of the Grantee under penalty of perjury attesting that the Grantee does not use coercion for labor or services as defined in section 787.06, F.S. 43. Iron and Steel for Public Works Projects. If this Agreement funds a "public works project" as defined in section 255.0993, F.S., or the purchase of materials to be used in a public works project, any iron or steel permanently incorporated in the Project must be "produced in the United States," as defined in section 255.0993, F.S. This requirement does not apply if the Department determines that any of the following circumstances apply to the Project: (1) iron or steel products produced in the United States are not produced in sufficient quantities, reasonably available, or of satisfactory quality; (2) the use of iron or steel products produced in the United States will increase the total cost of the project by more than twenty percent (20%); or (3) complying with this requirement is inconsistent with the public interest. Further, this requirement does not prevent the Contractor's minimal use of foreign steel and iron materials if - (1) i(1) such materials are incidental or ancillary to the primary product and are not separately identified in the project specifications; and (2) the "cost" of such materials, as defined in section 255.0993, F.S., does not exceed one-tenth of one percent (1%) of the total Project Cost under this Agreement or $2,500, whichever is greater. Electrical components, equipment, systems, and appurtenances, including supports, covers, shielding, and other appurtenances related to an electrical system that are necessary for operation or concealment (excepting transmission and distribution poles) are not considered to be iron or steel products and are, therefore, exempt from the requirements of this paragraph. This provision shall be applied in a manner consistent with and may not be construed to impair the state's obligations under any international agreement. 44. Complete and Accurate information. Grantee represents and warrants that all statements and information provided to DEP are current, complete, and accurate. This includes all statements and information in this Grant, as well as its Attachments and Exhibits. 45. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1-C 14 of 14 Rev. 11/13/2024 420 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Third Revised Special Terms and Conditions AGREEMENT NO. 191112 ATTACHMENT 2-C These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is the Indian River County Hurricane Irma Recovery Project. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins on September 19, 2017 and ends at the expiration of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicine. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category ❑ ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ❑ ❑ a. Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, N/A. ® ❑ Contractual (Subcontractors) ❑ ❑ Travel, in accordance with Section 112, F.S. ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements See Attachment 3, Grant Work Plan. Attachment 2-C 1 of 3 Rev. 7/08/24 421 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each occurrence and $500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable $200,000/300,000 Hired and Non -owned Automobile Liability Coverage Workers' Compensation and Employer's Liability Coverage. The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S. and employer liability coverage with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. d. Other Insurance. None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Common Carrier. a. Applicable to contracts with a common carrier — fir i/person/corporation that as a regular business transports people or commodities from place to place. If applicable, Contractor must also fill out and return PUR 1808 before contract execution. If Contractor is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. Attachment 2-C 2 of 3 Rev. 7/08/24 422 Applicable to solicitations for a common carrier — Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terns of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. 15. Financial Assistance and Payment of Invoices to Rural Communities or Rural Areas of Opportunity This agreement does not provide federal or state financial assistance to a county or municipality that is a rural community or rural area of opportunity as those terms are defined in s. 288.0656(2). 16. Additional Terms. None. Attachment 2-C 3 of 3 Rev. 7/08/24 423 ATTACHMENT 3-D FOURTH REVISED GRANT WORK PLAN PROJECT TITLE: Indian River County Hurricane Irma Recovery Project PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R97 and R108 along the Atlantic Ocean in Indian River County, Florida. PROJECT BACKGROUND: Hurricane Irma made landfall on September 10, 2017, causing beach and dune erosion along Indian River County. The 2018 Florida Legislature provided funds to assist counties with beach and dune restoration projects. The Department developed the 2018 Hurricane Irma Supplemental Funding Plan for Florida's beach and dune system to distribute these funds. Construction of a storm recovery project was originally scheduled for 2022 to repair storm damages and has been delayed. The Local Sponsor is coordinating to prepare a reimbursement request for Design and Permitting activities. PROJECT DESCRIPTION: The Project consists of design and permitting of the Indian River County Hurricane Irma Recovery Project. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $307,538.00 for this Project or up to 100 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 62B-36, Florida Administrative Code (F.A.C.). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in section 112.061, Florida Statute (F.S.). Pursuant to sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: httt)s:HfloridadeD. L-ov/sites/default/files/PhvsicalMonitorinizStandards.ndf One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 19182, Amendment 4, Attachment 3-D, Page 1 of 3 424 Acronyms: DEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code F.S. — Florida Statutes FEMA — Federal Emergency Management Agency TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Design and Permitting Task Description: The Local Sponsor will acquire professional services for the engineering and design of the Project such as coastal engineering analyses, preparation of plans and specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical services, sediment studies, inlet studies, environmental analyses, orthophotography, plan formulations and for obtaining environmental permits and other Project -related authorizations. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion including documentation of submittal affirming that the final design document was completed and submitted to the Department. For interim payment requests, a Task Summary Report signed by the Local Sponsor must be submitted detailing work progress during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost DEP Agreement No. 19182, Amendment 4, Attachment 3-D, Page 2 of 3 425 State Fe de ral Cost Estimated Task # Eligible Project Tasks Share Project DEP Local Total (%) Costs 1 Design and Permitting 100.000/0 $0.00 $307,538.00 $0.00 $307,538.00 TOTAL PROJECT COSTS $0.00 $307,538.00 $0.00 $307,538.00 DEP Agreement No. 19182, Amendment 4, Attachment 3-D, Page 2 of 3 425 PROJECT TMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task Task Title Budget Category Budget Task Start Deliverable No. Amount Date Due Date 1 Design and Permitting Contractual Services $307,538.00 09/19/2017 09/30/2025 Total: $307,538.00 Note that, per paragraph 8.j. of the agreement, authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the Department if the Legislature reduces or eliminates appropriations. Extending the contract end date carries the risk that funds for this project may become unavailable in the future. This should be a consideration for the Local Sponsor with this and future requests for extension. DEP Agreement No. 19182, Amendment 4, Attachment 3-D, Page 3 of 3 426 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Revised Special Audit Requirements (State and Federal Financial Assistance) Attachment 5-A The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the 'Department", 'DEP", "FDEP" or "Grantor", or other name in the agreement) to the recipient (which may be referred to as the "Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by DEP Department staff, limited scope audits as defined by 2 CFR 200.425, or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 CFR §200.330 1. A recipient that expends $1,000,000 or more in Federal awards in its fiscal year, must have a single or program -specific audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department of Environmental Protection. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2 CFR 200.502-503. An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part. For the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR 200.508-512. A recipient that expends less than $1,000,000 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F -Audit Requirements. If the recipient expends less than $1,000,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR 200, Subpart F -Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from non-federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at haps:Hsam.gov/contentlassistance-listings. Attachment 5-A 1 of 7 BGS -DEP 55-215 revised 11/19/24 427 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, F.S.; Rule Chapter 69I-5, F.A.C., State Financial Assistance; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this form lists the state financial assistance awarded through the Department of Environmental Protection by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the audit complies with the requirements of Section 215.97(8), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal year ending June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at h!Ws:Hgos.Rdfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfin, State of Florida's website at http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/and the Auditor General's Website at hqp://www.myflorida.com/audgen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to sped any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.9 7(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and required by PART I of this form shall be submitted, when required by 2 CFR 200.512, by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 CFR 200.36 and 200.512 A. The Federal Audit Clearinghouse designated in 2 CFR §200.501(a) (the number of copies required by 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Attachment 5-A 2 of 7 BGS -DEP 55-215 revised 11/19/24 428 By Mail: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.census.gov/facweb/ 2. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEP S ingleAuditQdev. state. fl.us B. The Auditor General's Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General's website (http://flauditor.gov, provides instructions for filing an electronic copy of a financial reporting package. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAuditAdep. state. fl.us 4. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. Attachment 5-A 3 of 7 BGS -DEP 55-215 revised 11/19/24 429 5. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with 2 CFR 200, Subpart F -Audit Requirements, or Chapters 10.550 (local governmental entities) and 10.650 (non and for-profit organizations), Rules of the Auditor General, should indicate the date and time the reporting package was delivered to the recipient and any correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. Attachment 5-A 4 of 7 BGS -DEP 55-215 revised 11/19/24 430 44 z M le 0 0 w w vJ �U4yy a O w 4r % d Y O 0 ti QI O ¢I U U Qa y o � o C� G Orz Y C� F O Q 609 Q 69 o � o � .b d .b w w a N � Q A o w U w U J2 Q ° U d L U p U d w v�ww w �iww i+ Ir Q H Q i U z U Z a a a � Q Q � w � dw w h u s. A 0 h wa wa w M le w w vJ �U4yy a w 4r % d 0 ti O •U y o � o Orz Y O O o � o � d U p U q w v�ww w �iww wa wa: M le 0 0 a Cd w ca o w cd oo w o� bj 8 d n o a v j t3.� Q 01�ww a o °o+ o ° O c+ U en M O +.. Ol N fn y C O O y A 44 O ."m i b b 0 i p 5 bu� to `C w y a 3 w tlei o �0 °' v� ❑ ou q d oc°i '� '... 'b • � '� `.S � sy of U a tl bo Zvi cL '�"' •� p4H A a°iC7� F A � m o abivi '° eors tx En En U y A; bc o d ° " •o ami � � t� 'Zsq t 14 Q aai w o w ooi r o,� .aa e oa Uz M Uz U U oyi roltl N d N 7. O td O �' N ;z m .3 U° 13 N w w a 0oco -Q U U y C y CS va .� ai N •Co +�+ w w ej A „ o a �, w a ° o� •ate .a ° ?' ° <., o v obi yam' Its d m P4 0 � m 'Zs A4 Q °' � d �°•� o '� •� � tl o$5 a O O tCo o b. on eo 3 0 w w 3 .� ° „ eo 2s ?« 0 U U cn wW &Ito W 14) 19 rl Cd Q Q. p d p PQ `�� a C d C 00 1 0.� obi chi LSO 0; y y h N t3« i �, .. i, rA i W cd m -, •-, a wo Awa wa a wA� = As ci M M le GS INDIAN RIVER COUNTY, FLORIDA BOARD MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator Kylie Yanchula, Natural Resources Director THROUGH: Eric Charest, Assistant Director, Natural Resources Department SUBJECT: Florida Department of Environmental Protection Local Government Funding Request Grant 211111, Amendment #2, Indian River County's Sector 5 Beach and Dune Restoration (2020) Cost -Share Funding Assistance DATE: December 30, 2024 DESCRIPTION AND CONDITIONS The Florida Department of Environmental Protection (FDEP) received FY 2020/2021 funding to assist eligible governmental entities for beach erosion control activities under the Florida Beach Management Funding Assistance Program. On May 19, 2021, FDEP entered into Local Government Funding Request (LGFR) Grant Agreement No. 211R1 with Indian River County, committing up to $326,329 at a 46.65% State/53.35% County cost share ratio for construction and post -construction required monitoring costs associated with the County's Sector 5 Beach and Dune Restoration Project which completed construction in March of 2020, with on-going post - construction monitoring. Although construction of the 2020 Sector 5 Beach and Dune Restoration project was completed in March of 2020, on-going discussions have been taking place with Federal Emergency Management Agency (FEMA), the Florida Division of Emergency Management (FDEM), and FDEP representatives on funding participation. This effort in determining the final Federal and non - Federal costs associated with the project has taken considerable time. FDEP Grant 211R1 specifies a cost share between the State and County for non -Federally reimbursed expenses, as such, the Federal reimbursement strategy must be finalized before cost share eligible expenses under this grant can be submitted for reimbursement. Due to the terms of the original 211111 agreement initially expiring on December 31, 2023, and as no funding determination had been solidified prior to the initial grant expiration, County staff requested the FDEP issue an extension to Grant 211111 in the form of Amendment #1 extending the term dates of the grant. On January 23, 2024, the County received Amendment #1 to 211R1 which extended the grant for twelve (12) months while maintaining the same level of funding. The 12 -month extension under Amendment #1 ran through December 31, 2024 and was anticipated to allow time for all agencies making funds available for the County's 2020 Sector 5 Beach and Dune Project to agree on their respective allocations, thus allowing for the County to cost -share the non-federal costs under this grant. As the Federal participation in the County's 2020 Sector 5 Beach and Dune Nourishment project 434 Page 2 LGFR 211R1, Amendment #2 (2020 Sector 5 Nourishment) January 14, 2025 BCC Agenda Item has only recently been identified, a second extension to LGFR Grant 211R1 was requested by the County. On December 13, 2024, the FDEP provided the County with Amendment #2 for consideration. Amendment #2 to 211R1 maintains the same level of funding and extends the terms of the grant agreement through for an additional 12 months, with the grant now proposed to remain in effect through December 31, 2025. FUNDING No additional costs will be incurred to accept this grant extension. RECOMMENDATION Staff recommends the Board approve FDEP Amendment #2 to FDEP LGFR Grant Agreement 211R1 and authorize the County Administrator to sign this Amendment. Staff also recommends that the Board further authorize the County Administrator to sign any future Amendments to LGFR 211R1 that do not alter its' financial terms on behalf of the County and upon concurrence by the County Attorney. ATTACHMENTS 1. FDEP Grant Agreement 211R1 2. FDEP Grant Agreement 21IR1_A1 3. FDEP Grant Agreement 21lR1_A2 APPROVED AGENDA ITEM FOR: January 14, 2025 435 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Standard Grant Agreement This Agreement is entered into between the Parties named below, pursuant to Section 215.971, Florida Statutes: 1. Project Title (Project): Agreement Number: Vero Beach Restoration - Sector 5 21MI mom 2. Parties State of Florida Department of Environmental Protecdea, 3900 Commonwealth Boulevard {) Tallahassee, Florida 32399-3000 Grantee Name: Indian River County Entity Type: Local Government Grantee Address: 180127th Street, Building A, Vero Beach, FL 32960 FEID: 59-60000674 (Grantee) 3. Agreement Begin Date: Date of Expiration: 1/1/2019 12/31/2023 4. Project Number:)= Aldl'b'ereWfroaAgreenarly,M8t j :.: Indian River County r0 Project Description: The project consists of construction and post -construction monitoring. 5. Total Amount of Funding: $326,329.00 Funding So Line Item A ro riations: Amount r S m State OFederld iY Zl GAA Line #1676.QtA O State OFederal O Grantee ht" p f TONIAO►ountaffneding# WAMEMEM VIII 6. Department's Grant Manager Grantee's Grant Manager Name: Patricia Wagner Name: Eric Charest or successor car mar Address: Beach Management Funding Assistance Address: Indian River County 2600 Blair Stone Road, MS #Ol .. _ . 180127th Street, Buildir A. Tallahassee, Florida 32399 Vero Beach, Florida 32960 Phone: 850-245-7546 Phan= 772-226-1564 Email: Patricia.W BAMiI:.. 0410 .eaaM. 7. The Parties agree to comply vd& the arms and condfdow of the r%mving st ems are Y incmmnrated by reference ® Attachment 1: Standard Terms and Conditions Applicable to All Grants . 1Z Attachment 2: Special Terms and Conditions ® Attachment 3: Grant Work Plan ® Attachment 4: Public Records Requirements di Attachment 5: Special Audit Requirements C1 Attachment 6: Program -Specific Requirements 11 Aftchmem 7: Grant Awa id T bla at iI Attachment 8: Federal Regulations and Terms (Federal). 0 Additional Attachments (if necessary): 161**bit A: Progress Report Form Q Exhibit B: Property Reporting Form G1 Exhibit C: Payment Request Summary Form t 1`Exhibit D: Quality Assurance Requirements for Grants _. 13 Exhibit E: Advance Payment Terms and Interest Earned Mama [3 Additional Exhibits (if necessary): Rev. 6/20/18 436 �r rvae� runes wn eral Awarding Agency: _ 6..,x..•1 DR, n9 ... .. ,• _ ' V— f 7. S!A: .. .. .. .. 438 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation of the Agreement is as follows: i. Standard Grant Agreement ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee's match requirements; (3) a change in the expiration date of the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2) the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. Attachment 1 Iof11 Rev. 8/10/2020 439 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Reiection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory performance under the terns of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies in the CAP. All OAPs must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to the Department's Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval of a CAP as specified above may result in Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. Attachment 1 2of11 Rev. 8/10/2020 440 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with Section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement. The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: https:r/www.rnv floridacfo.com/Division/AA/Manuals/documents./.ReferenceGuideforStateExpenditures.ndf. e. Invoice Detail.. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre -audit and post -audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. f. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. g. Final Pa\ ment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. h. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. i. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, ;please refer to: www.myfloridacfo.cormUivisioniAANen_d_ors,%detault.htm. j. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Attachment l 3o►f11 Rev. 8/10/2020 c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in Chapters 273 and/or 274, F.S., and Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with Section 112.061, F.S. e. Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costing $5,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specific approval of Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f. Rental/Lease of Eauipment..Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaueous/Other Ex cp nses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Department shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting Attachment 1 4of11 Rev. 8/10/2020 442 period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30) days. 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. If Grantee fails to perform the requested work, or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee of the failure to perform that shall result in retainage forfeiture. if the Grantee does not correct the failure to perform within the timeframe stated in Department's notice, the retainage will be forfeited to Department. c. No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage. - c. Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. 13. Termination. a. Termination for Convenience. When it is in the State's best interest, Department may, at its sole discretion, terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for work to be paid under this Agreement within thirty (34) days of the effective date of termination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department. The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and Attachment 1 5of11 Rev. 8/10/2020 443 to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits. d. Continuation of Prepaid Serviges, If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have been paid for but not rendered. e. Transition of Services Upon Termination. Expiration, or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding, c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to any other entities as required by this Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30 -day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 1 I of the United States Code; ii. The making by Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property; and/or iv. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing Attachment 1 6of11 Rev. 8110/2020 444 resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, thenotice of suspension shall be deemed to satisfy the thirty (30) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. 17, Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided. however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. A. y .provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $ 100,000. Attachment 1 7ofII Rev. 8/10/2020 445 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to Sections 287.133 and 287.134, F.S., the following restrictions apply to persons placed on the convicted vendor list or the discriminatory vendor list: i. Public Entity Crime. 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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. iii. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list or the discriminatory vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and posts the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in, be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement at its sole Attachment 1 8of11 Rev. 8/10/2020 446 option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with ,Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. Pursuant to Section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. c. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions then they shall become inoperative. 25. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to Section 216.347, F.S., except that pursuant to the requirements of Section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with Sections 11.062 and 216.347, F.S. 26. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Dep4=cnt of State (available at: http://dos.msflondacottt,librgpN,--ur,-WvesJrecords-manag, eral-records-schedij 27. Audits. a. Inspector General, The Grantee understands its duty, pursuant to Section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub -grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees and/or subcontractors, respectively. b. PhNsical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit I to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.330 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form Attachment 1 9ofII Rev. 8/10/2020 447 number DFS -A2 -NS) that can be found under the "Links/Forms" section appearing at the following website: d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Comminglint; of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 28. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 29. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 30. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850)..4&7-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Attachment 1 10 of 11 Rev. 8`1012020 Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 31. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 32. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 33. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third - party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 34. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 35. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 36. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 37. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. in accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1 11 of 11 Rev. 8/10/2020 449 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Terms and Conditions AGREEMENT NO. 211111 ATTACHMENT 2 These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is Vero Beach Restoration. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins on January 1, 2019 and ends at the expiration of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match ❑ ❑ CateM Salaries/Wages Overhead/Indirect(General and Administrative Costs: a. Fringe Benefits, N/A. b. Indirect Costs, N/A. Contractual (Subcontractors) Travel, in accordance with Section 112, F.S. Equipment Rental/Lease of Equipment Miscellaneous/Other Expenses Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements There is no match required on the part of the Grantee under this Agreement. S. Insurance Requirements Rfe, uired Covee. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy Attachment 2 1 of 2 Rev. 8/10/2020 450 maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each occurrence and $500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,0001300,000 Automobile Liability for Company -Owned Vehicles, if applicable $200,000/300,000 Hired and Non -owned Automobile Liability Coverage c. Workers' ComRqum ion and Employer's Liability Coverage, The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S. and employer liability coverage with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. d. Other Insurance. None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Additional Terms. None. Attachment 2 2of2 Rev. 8/10/2020 451 ATTACHMENT 3 GRANT WORK PLAN PROJECT TITLE: Vero Beach Restoration — Sector 5 PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R70 and R86 along the Atlantic Ocean in Indian River County, Florida. PROJECT BACKGROUND: The Vero Beach Restoration Project consists of a restoration of 3.1 miles of shoreline between DEP reference monuments R70 and R86 in Indian River County. The County conducted a feasibility study in 2017 and the final design was completed in 2018. The restoration will have a federal cost share from FEMA to address damages from Hurricanes Irma and Matthew. PROJECT DESCRIPTION: The Project consists of construction and monitoring. PROJECT ELIGIBILITY: The Department has determined that 93.3 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $326,329 for this Project or up to 46.65 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 62B-36, Florida Administrative Code (F.A.C.). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061, Florida Statute (F.S.). Pursuant to Sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: https://floridadep,eov/sites/default/files/PhysicalMonitoriny-Standards.pd_f One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 21IR1, Attachment 3, Page 1 of 3 452 Acronyms: DEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code FEMA — Federal Emergency Management Agency F.S. — Florida Statutes FWC — Florida Fish and Wildlife Conservation Commission TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Construction Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida -registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by Local Sponsor must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with Section 287.057(17)(a)(1), F.S., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with Section 287.057(17)(a)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi -disciplinary firms for Project engineering and post -construction DEP Agreement No. 21IR1, Attachment 3, Page 2 of 3 453 environmental monitoring services, or when the Project engineering consultant firm subcontracts for post- construction ostconstruction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit -required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report signed by Local Sponsor containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost PROJECT TIlIIELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task No. Task Title State Federal Task Start Date Deliverable Due Date 1 Task # Eligible Project Tasks Cost Estimated DEP Local Total Contractual Services $100,298 Share Project Total: 1 $326,329 Costs 1 Construction 46.65% $111876.00 $17,397.00 $19,895.00$149,168.00 1 lConstruction 46.65% $208634.00 $238 99.00 $447,233.00 2 Monitorin 46.65% $100,298.00 $114,702.00 $215,000.00 TOTAL PROJECT COSTS $111,876.00 $326,329.00 $373,196.00 $811,401.00 PROJECT TIlIIELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding task end date. Task No. Task Title Budget Category Budget Amount Task Start Date Deliverable Due Date 1 Construction Contractual Services $226,031 1/1/2019 6/30/2023 2 Monitoring Contractual Services $100,298 1/1/2019 6/30/2023 Total: 1 $326,329 DEP Agreement No. 21IR1, Attachment 3, Page 3 of 3 454 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Public Records Requirements Attachment 4 1. Public Records. a. If the Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department in its performance of services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution or section 119.07(1), F.S. b. The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If Grantee is a "contractor" as defined in section 119.0701(1)(a), F.S., the following provisions apply and the contractor shall: a. Keep and maintain Public Records required by Department to perform the service. b. Upon request, provide Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to penalties under section 119.10, F.S. d. 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 Public Records to Department. e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all Public Records to Department 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 Public Records stored electronically must be provided to Department, upon request from Department's custodian of Public Records, in a format specified by Department as compatible with the information technology systems of Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public.services'c floridadep. ogovv Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Attachment 4 1of1 Rev. 4/27/2018 455 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Audit Requirements (State and Federal Financial Assistance) Attachment 5 The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", 'DEP", 7DEP" or "Grantor`, or other name in the agreement) to the recipient (which may be referred to as the "Recipient'; "Grantee "or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by DEP Department stat& limited scope audits as defined by 2 CFR 200.425, or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 CFR §200330 A recipient that expends $750,000 or more in Federal awards in its fiscal year, must have a single or program - specific audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F. EXHIBIT i to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department of Environmental Protection. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2 CFR 200.502-503. An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part. For the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR 200.508-512. A recipient that expends less than $750,000 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F -Audit Requirements. If the recipient expends less than $750,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR 200, Subpart F -Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other federal entities. 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at www.c('da.rev Attachment 5 1 of b BGS -DEP 55-215 revised 12/14/2020 456 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes. 1. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, F.S.; Rule Chapter 69I-5, F.A.C., State Financial Assistance; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this form lists the state financial assistance awarded through the Department of Environmental Protection by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part 11, paragraph 1; the recipient 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), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal year ending June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at httpsp .flanys.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfm. State of Florida's website at httR://www.myflorida.com/, Department of Financial Services' Website at hag,//www.f)dfs.com/and the Auditor General's Website at http:,I/www.m�florida.com/audgenl' PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i. e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.9 7(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION Copies of reporting packages for audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and required by PART I of this form shall be submitted, when required by 2 CFR 200.512, by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 CFR 200.36 and 200.512 A. The Federal Audit Clearinghouse designated in 2 CFR §200.501(a) (the number of copies required by 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Attachment 5 2of6 BGS -DEP 55-215 revised 12/14/2020 457 By Mail: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at 1hVp:1/haivester.census.e9v/facweb( Copies of financial reporting packages required by PART 11 of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudiy,,ii dep.state.fl. us B. The Auditor General's Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General's website (http://flauditor.eov- provides instructions for filing an electronic copy of a financial reporting package. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingj ud#6dgu stete.fLus Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. Attachment 5 3of6 BGS -DEP 55-215 revised 12/14/2020 458 5. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with 2 CFR 200, Subpart F -Audit Requirements, or Chapters 10.550 (local governmental entities) and 10.650 (non and for-profit organizations), Rules of the Auditor General, should indicate the date and the reporting package was delivered to the recipient correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. Attachment 5 4of6 BGS -DEP 55-215 revised 12/14/2020 459 1.4 o o ci. Q - GL V '.S w a r A o U w a 0 U d �C C V u C0 O O 4 �O U +O+ 'c •� �' t O So E � a tog a CL U H � ¢ ba Q y a N E o\ o g o L oma` O dao Y3 v;�.n "'w c G C �o N C Q C7 a6 L w O+o�i w w w w 12cs 3dco k F. d Oci ,p O fi o� •a O a °� PG �b O w sem,O U a> IN Q •U w U �+ U V F i4 C e o vi 0 °a ago e � .�s y � O O EH u 7a F Y LL Vi W f� A A � w U U O U d U w o.0 e� e G N r� O F M V ads U U D Is a O N 00 m 0 N m a m 'w a; w a Q Al es3 e � � A Ix L x 00 w w Awa. d 0 L wa O O 4 �O U •� �' •O So E C6 ¢ U H � ba Q y a N i=1 o\ o g o dao Y3 v;�.n "'w c G C �o N G Q C7 a6 � w O+o�i w 12cs 3dco k a Oci ,p O fi o� •a O a °� Lr" �b O w sem,O U a> "� •U w U �+ U F i4 C e o vi 0 °a ago erOn �uoa ^' .�s y V CO) O O u 7a Y LL Vi W � N w was w O O U w o.0 e� G L r� O F M V e y Is O N 00 m 0 N m O w 'w a; G a Q v o � � A Ix AV L •s. w w U 0 4 �O U •� �' •O So E v 10-._ H � ba Q y a N O yO >+ N 4 G H � dao Y3 v;�.n "'w c m O' ' a' O Q C7 a6 O+o�i QU e 12cs 3dco k fi o� •a O a °� E `� O d o sem,O U a> p obi U L: ti U �+ i4 VV ars a v m tm o.d �• ago �uoa ^' .�s y SS"ty aCi � O O u 7a Y LL Vi W � N EXHIBIT A FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART III QUARTERLY PROJECT PROGRESS REPORT Name of Project: Vero Beach Restoration - Sector 5 Local Sponsor: Indian River County DEP Agreement Number: 211R1 Report Year: Report Period (select one): rJQ1: Jan — Mar 31 [JQ2: Apr — Jun 30 F] Q3: Jul — Sep 30 [] Q4: Oct — Dee 31 For each task, include the following information: Describe the work performed during the reporting period (including percent of task completed to date), problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. (Use additional pages, ifneeded). EXHIBIT C FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART I PAYMENT SUMMARY Name of Project: Vero Beach Restoration — Sector 5 Local Sponsor: Indian River County DEP Agreement Number: 21IR1 Remittance Address: Billing Number: Billing Type: ❑ Interim Billing ❑ Final Billing Costs Incurred This Payment Request: Federal Share* State Share Local Share Total *if applicable Cost Summary: State Funds Obligated Local Funds Obligated Less AAdvw= Pay Less Advance Pay S $ Less Previous Payment Less Previous Credits Less Previous Retained Less This Payment Less This Retainage State Funds Remaining DEP Agreement No. 21IR1, Exhibit C, Page 1 of 5 Less This Credit $ Local Funds Remaining 463 b v w a a � Q ' W F Ca W C � � W O � w v a •� a av c o a1 a _. V2 € w V Z i C4 rA u ° a a was S z � � � d °'•v ca YY o w a o o i Y s .. Y� q ro �. •��' WBi Sr '0.0 to a. a T C Y ell <Yd V Y V1 N Y B 3 to5o `"Z •� `� ren a Eb � c F �'� � s H a w° �� 8 S o warn —Alit a ay V y roe o O sL .5 •c p •� ,� 5 L �i Ory w .c $ Vt ro Y O C W ee ° w c� ti a�F . °' cw�'`•Zt =`aro -aWr'=i�n.�..d���� Z s Y � d o � 61 °�� m �� td •e ° G c.g 0 3 �'S Y3•o mw Y c u CAaF cn^Wa wZa as FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM REQUEST FOR PAYMENT — PART III INVOICE REPORT Name of Project: Vero Beach Restoration — Sector 5 Local Sponsor: Indian River County DEP Agreement Number: 211111 Billing Number: Invoice Report Period: (Describe progress accomplished during the invoice report period, including statement(s) regarding percent of task completed to date.). NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan. The following format should be followed: Task 1: Progress for this invoice period: Identify any delays or problems encountered: DEP Agreement No. 21IRI, Exhibit C, Page 3 of 5 465 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM CERTIFICATION OF DISBURSEMENT REQUEST REQUEST FOR PAYMENT — PART Iv Name of Project: Vero Beach Restoration — Sector 5 Local Sponsor: Indian River County DEP Agreement Number: 21 IRI Billing Number: Certification: I certify that this billing is correct and is based upon actual obligations of record by the Local Sponsor; that payment from the State Government has not been received; that the work and/or services are in accordance with the Department of Environmental Protection, Beach Management Funding Assistance Program's approved Project Agreement including any amendments thereto; and that progress of the work and/or services are satisfactory and are consistent with the amount billed. The disbursement amount requested on Page 1 of this form is for allowable costs for the Project described in the grant work plan. I certify that the purchases noted were used in accomplishing the Project; and that invoices, check vouchers, copies of checks, and other purchasing documentation are maintained as required to support the cost reported above and are available for audit upon request. Name of Project Administrator Name of Project Financial Officer Signature of Project Administrator Signature of Project Financial Officer DEP Agreement No. 21IRI, Exhibit C. Page 4 of 5 Date Date 466 FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION FLORIDA BEACH MANAGEMENT FUNDING ASSISTANCE PROGRAM CONTRACT COMPLETION CERTIFICATION PART V Name of Project: Vero Beach Restoration — Sector 5 Local Sponsor: Indian River County DEP Agreement Number: 21IRI Task Completion ❑(List Task) Contract Completion ❑ *I hereby certify that the above-mentioned Project task has been completed in accordance with the Project Agreement, including any amendments thereto, between the Department and Local Sponsor, and all funds expended for the Project were expended pursuant to this Agreement. All unused funds and interest accrued on any unused portion of advanced funds which have not been remitted to the Department, have been returned to the Department, or will be returned to the Department within sixty (60) days of the completion of construction portion of this Project. Unused funds advanced to the United States Army Corps of Engineers through Local Sponsors will be due sixty (60) days after the Federal final accounting has been completed. Name of Project Manager Signature of Project Manager Date DEP Agreement No. 21IR1, Exhibit C, Page 5 of 5 467 MEMORANDUM FLORIDA DEPARTMENT OF Environmental Protection Marjory Stoneman Douglas Building 3900 Commonwealth Boulevard Tallahassee, FL 32399 FROM: Noah Valenstein, Secretary SUBJECT: Delegations of Authority DATE: 2/1/2021 Ron DeSantis Governor Jeanette Nunez LL Governor NoahVaht Secretaq. In accordance with DEP Directive 100, the following referenced delegation(s) are hereby delegated to the delegate(s) listed. Delegation Reference s i DEL -1D, $1,000,000 Signature Authority Alex Reed, Director of Resilience and Coastal Protection DEL -]E, Over $1,000,000 Signature + Alec Reed, Director of Resilience Authority and Coastal Protection Adam Blalock, Deputy Secretary of Ecosystems Restoration Limitations to the delegation(s): Signature Authority is granted only for Grant Agreements, for all projects under the Beaches Management Funding Assistance Program. The exercise of these delegations shall be consistent with all applicable rules, statutes, administrative directives, policies and procedures. These delegations should be exercised with a high degree of judgment and caution. If there is any doubt whether exercising this delegated authority is inconsistent with any of the above limitations, the person whom the authority is delegated shall not exercise the authority without first consulting Noah Valenstein, Secretary. This delegation of authority revokes, replaces, and supersedes all previous delegations within the Office of the Secretary and Office of Resilience and Coastal Protection. 468 Florida Department of Environmental Protection OFFICE of RESILIENCE and COASTAL PROTECTION Required Signatures: Adobe Signature From: Avery Lehmann Date: 5/18/21 Program: Beach Management Funding Assistance Phone. -?"M Due Date/Deadline: Does this document require Deputy Secretary's Office approval?ull _. Does this document require Secretary's Office approval? ". Subject: 21 IR1 - Vero Beach Restoration - Sector:5 Name - ne Oocument Action Sandra Rogers, Assistant to the Director :. - e , Signal) Review and approve. Initial and forward - Other (explain in Co Lainle Edwards, Deputy Director SWANN40 Review and approve Initial and forward Other (explain in Comments AIOX heed, DhetDr _ : Signature ✓ Review and approve ❑ Initial and forward ❑ Other (explain in Comments) SignaWrk ❑ Review and approve ❑ Initial and forward: ❑ Other ex Iain in Comments) Signature Review and approve ❑ Initial and forward Other ex lain in Commen 5ignatt#* Review and approve Initial and forward Other ex ain in Comments) 211R1 - Vero Beach Restoration - Sector 5 Agreement Amount: $326,329.00 Project Description: The Project consists of construction and post -construction monitoring in Indian River County IWO 1NErtX`:1 TO AGRIM� gyp. 2181 , � ORIDA PARR`IVE 'T Ok "Vl&ONN1 LMUM AND I JiAM xIVER OU This Amendment: to :Agreement Tit+. 2 i lit l '(Areement) is made by and men the itmtmt of Environmental Protedion (Department), an agency of the State of Florida, and Indian River. oviity, Ml .Strim; Building A, Verb Beach, Florida 329W, (Grantee), on the date :last signet. below: WHEREAS, the Department entered into the Agreement.with.tkGmntee for the. Vem Seach Restorationd'mjM = Seator 5 effective :May 19, 2021; and WHEREAS, the Grantee has requested an extension to the Agreement and the Department has agreed. and WHEREAS, the parties wish to amend the Agreement ac set forth:herein; NOWTHEREFORE„ the parties agree as follows; l) The Agreement is extended for a twelve (12) month period to, begin January 1 20244 atxt main in effect until December 3.1, 3024. The Department avid the Grantee shall contintae to perform their respective duties .tang this extension period pursuant to the sante terms and wWitigns provided in the Agreement, 2) Attachment 1, Standard Terms and Conditions, is hereby dented flits. entirety and rotaccd with Attachment I Revised Standard Terms and Conditions, as. attached to this Amendment and hereby incorporatod into the AgreE net tl All references in the Agreementto Attachment 1 IS 11 hereinafter refer to.Attaehment I -A, Revised Stisndard Ti%rms and Conditions. Attachment 2, Special Term and Conditions, is hereby deleted in iia entirety and repro. with Attachment :2-A, Revised. Special Terms and Conditions, as attached td. this: Amendment and hereby, ittcttcd into the :Agreemient. , All mferencas in the Agreement to Attachment 2 ftWhoreinafter refer to, Attachment 2-Ai'RwAsed. Special Tents and Conditions. 4): Attachment 3, Grant Work Plan, is hereby detoed in its entirety and replaced with Attar nett 3-A, Revised Grant Work Plan, as attached to this Amendment and hereby. ine p. lid into the Agreement. All references in the Agreement to Attachment 3 shall hereinafter refer to Attadhment 3-A, Revised: Grant Work Plan.' 5) All other terms and conditions of the Agreement remain in efllect, If and to the extent thavmy inconsistencies may appear between the Agreementand this Atnendment the provisions of this Amendment itiolf control, The parties agree to the terms and conditions of this Amendment and have daily atAoriaed their mapective representatives to sign it on the dates indicated below. Indian R' daDepsrtmentof • onwental Protection. ecretary or Designee Alex Reed, Director Office of Resilience and Coastal Protivion a Date: ,jttnuary ?A 2024: Date: 4/1/2024 Attest: Ryan L. Butler, Clerk of APPROVED A TO FORM Circ t Court and mptroller AND L OFUNC Y g WILLIAM R. Afire ent No.: 2IIRIDeputy Amettdrnentl> ;.;1 02 - _ _ 470 LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: Specify Tyge Letter/Number, escription ttachment 1-A Revised Standard Terms and Conditions (13 pages) ttachment 2-A Revised Special Terms and Conditions (3 pages) ttachment 3-A Revised Grant Work Plan (4 pages) - REMAINDER F PAGE INTENTIONALLY LEFT BLANK - Agreement No.: 21IRI Amendment o.: 2 of 2 Rev. /18/2073 471 ORCP Additional Signatures Eric Massa Date:1ly 20signed Eric Massa 24.03.1512:50:37 04'00' DEP Grant Manager Cali B U 1 `t Diglly signed Call Burkett Date 024.03.15 13:16:15 -04'00' DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 472 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION REVISED STANDARD ERMS AND CONDITIONS PPLICABLE O GRANT GREEMENTS ATTACHMENT 1-A 1. Entire greement. This Grant Agreement, including any Attachments and Exhibits referred o herein and/or attached hereto (Agreement), constitutes t e entire agreement between the parties w th respect to the subject matter hereof an supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terns and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant dministration. a. Order of Precedence. If there are conflicting provisions among t e documents that make up the Agreement, t e order of precedence for interpretation of the Agreement is as follows: i. Standard Grant Agreement Attachments of er than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent o the parties' Grant Managers. All writ en communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered n person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If a notice is delivered in multiple ways, the no ice will be onsidered delivered at the earliest elivery ime. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the ame and contact information of the new Grant Manager will be submitted i writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or c ange order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment o this Agreement is required for changes which cause any of t e following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee's match requirements; (3) a change in the expiration date of the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined i Attachment 3, Grant Work Plan, that exceeds or is expected o exceed twenty percent (201/6) of a total budget as last approved by Department. A change order o this Agreement may be used when: (1) ask timelines within the current authorized Agreement period hange; (2) a umula tive transfer of funds between approved budget categories, as defined i Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current fun i g source as stated i the Standard Grant. Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by t e Legislature. e. All days n this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and en on the dates indicated i the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms a d conditions. The Grantee shall be eligible for reimbursement for work performed on or after a date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performe prior to the execution of this Agreement may be reimbursable or used for ma h purposes if permitted by the Special Terms and Conditions. Attachment 1- 1 of 13 Rev. 9/15/2023 473 4. Deliverables. The Grantee agrees to render the (ervices er other units of deliverables ae set forth in Attachment 3, Grant Work Plan.e The services or etherunits of deliverables shall be delivered in accordance with die schedule and at the aicing outlinede in the Grant Work Plan. Deliverables may be cemerieed of activities that must be completed prior eo Departmente making myment on that deliverable. The Grantee agrees to perform in accordance with die Irrms and conditions eete forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement, 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of thee kind and duality aiescribed do dhe Orant &York d'lan; �3) ehe services avill die gwrformed an a q)rofessional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any ether proprietary rights, of any third party; and (5) i employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, e r work done ae the Project Location(s). The Department reserves the right a investigatee r inspect at any time to determine whether the cervices or qualifications offered by Grantee meet the Agreemente requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. ax Acceptance Process.. All deliverables must be received and accepted in writing by Deeartment'e Grant Managere before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected.e b.e Reiection of Deliverables. eThe Department reserves the right a reject deliverables, ae outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts a correct the rejected deliverables wille be aeGrantee's sole expense. Failure a fulfill the applicable technical requirements oe complete all tasks ore activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. ePayment for the rejected deliverable will not be issued unless the rejected deliverable a madee acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute ane event of default.e 7. Financial Consequences for Nonperformance. a.e Withholding Payment. do addition to the specific consequences explained in the Grant Work Plan and/ore Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when thee Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequencese for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considerede penalties. b. Invoice reduction If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by 1% for each day the deadline is missed, unless an extension is approved in writing by the Department. c.e Corrective Action Plan. df Grantee fails to correct all the deficiencies in a rejected deliverable within die eecified timeframe, Department may, en its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee ® Department. eThe Department requests that Grantee q)ecify die outstanding deficienciese in the CAP. ekll CAPs must be able a be implemented and performed in ne more than sixty (60) calendar days.e Le The Grantee ehall submit a CAP within ten (10) days of the date oe the written request frome Department. The CAP shall be eent gi the Department's Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether thee CAP proposed has been accepted. If the CAP ie not accepted, Grantee shall have ten (10) days frome receipt a Department letter rejecting the eroposal a submit a revised proposed CAP. eFailure to obtain Department approval of a CAP ae specified above may result in Department's eermination of e this Agreement for cause as authorized in this Agreement. Le Upon Department's notice of acceptance of a proe ed CAP, Grantee ehall have ben (10) days toe commence implementation of the accepted plan, eAcceptance of the proposed CAP by Departmente does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails correct or eliminate performance deficiencies by Grantee, Department shall retain the right to Attachment 1-A 2of13e Rev. 9/15/2023 e 474 require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in perfbrmance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. 8. Payment. a. .Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department. Department agrees to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Aereement. The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C. Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, piles, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: httm:/l w,mvfloridacfo .conVdocs sf/accountinii-and-auditini-librariesistate- aeenc ies/reference-euide-for-state-exnenditures.nd f. e. Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Grantee may request from the Department that all invoice payments (i.e., cost reimbursement) under this Agreement be directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee's request if: i. Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" under subsection 288.0656(2), F.S.; ii. Grantee demonstrates current financial hardship using one (I or more of the "economic distress" factors defined in subsection 288.0656(2)(c), F.S.; iii. Grantee's performance has been verified by the Department, which has determined that Grantee is eligible for cost reimbursement and that Grantee's performance has been completed in accordance with this Agreement's terms and conditions; and iv. Applicable federal and state law(s), rule(s) and regulation(s) allow for such payments. This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: https://floridaiobs.oreleommunity-i)la-nnine-and-deve lopment/rural-communi ty-proarams/rural-areas-of- opportunity. f. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre -audit and post -audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. g. State Funds Documentation. Pursuant to section 216.1366, F.S., if Contractor meets the definition of a non-profit organization under section 215.97(2)(m), F.S., Contractor must provide the Department with documentation that indicates the amount of state funds: I . Allocated to be used during the full term of the contract or agreement for remuneration to any member of the board of directors or an officer of Contractor. ii. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the Contractor. Attachment I -A 3of13 9/15/2023 475 The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State's the contract tracking system and maintained pursuant to section 215.985, F.S., and must be posted on the Contractor's website, if Contractor maintains a website. h. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. i. Final Payment Request, A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. j. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. k. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of , Administration. To obtain the applicable interest rate, please refer to: https://"-w. mvfloridacfo.conVdivisionLaa.local-LoviMMe_nts/iudgemer4-interest ;rates. 1. Refund of Payments to the Denartment. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost eimbursement Grant Agreements and tch. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3 Grant Work Plan in their documentation for reimbursement or .match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department detennines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 691-72, Florida Administrative Code (F.A.C.) and/or Chapter 691-73, F.A.C., as applicable. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed- price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price Attachment 1-A 4 of 13 /15/2023 476 negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of e Services so be Terformed by She subcontractor. Upon receipt of Department Grant Manager's s approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. e ii.e If the gDrocurement ds subject do dhe Consultant's Competitive dVegotiation Act snider sectione 287.055, F.S. or the Brooks Act, Grantee must provide eocumentation xlearly evidencing et hase complied with the statutory or federal requirements.e .e Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061,e F.S. e es Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costings $5,000 or more. sMatch or reimbursement for Grantee's sirect spurchase of equipment is subject so specifics approval of Department, and sloes nos include any equipment s rchased sunder the sielivery of services so bes completed by a subcontractor. s Include copies of invoices or receipts so socument spurchases, and a s ros erlys completed Exhibit B, Property Reporting Form.e fs Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copiess of invoices or receipts so document charges.s g.s Miscellaneous/Other Expenses, if miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement ander thes terms of this Agreement, she socs mentation supporting these expenses must be 'itemized and include copies of receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Departments shall not reimburse any of the following types of barges: erell phone usage; attorney's fees or ®urt costs; eivile or administrative penalties; or handling fees, such as set percent overages associated with purchasing ss lies ors equipment.e h.e Land Acquisition- Reimbursement for die costs associated with acquiring interest and/or rights to real propertye (including s3ccess sights sthrough ingress/egress s:asements, leases, slicense sagreements, sor sother ssite siccess agreements; and/or obtaining record title ownership of real property through purchase) must be supported by thee following, as applicable: eCopies of Property Appraisals, Environmental Site Assessments, Surveys and Legale Descriptions, s Boundary sMaps, s Acreage s Certification, s Title s Search s Reports, s Title s Insurance, s Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument socumenting acquired sroperty interest and/or rights. sIf land acquisition costs are ased so meet match requirements, Grantees agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds.e 10.s Status Reports.s The Grantee shall submit status reports quarterly, unless otherwise specified en the Attachments, on Exhibit e e Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period,e problems encountered, problem resolutions, scheduled updates, ane proposed work for ehe next reporting period.e Quarterly status reports are due no later than twenty (20) days following the completion of he quarterly reportinge period. eFor the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirtye (30)e ays.e ll.s Retainage. The following provisions apply if Department withholds retainage under this Agreement:e ax The Department reserves the right to establish the amount and application of retainage on the work performede under chis Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions.e Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approvale of all ecliverables.e b.e If Grantee fails to perform the requested work or fails to perform the work ah a satisfactory manner, Grantee shalle forfeit its right to payment of the retainage associated with the work. eFailure to perform includes, but is note limited to, failure to submit the required deliverables or failure m provide adequate documentation that the works was actually performed. The Department shall provide written notification so Grantee of the failure to serforms that shall result in retainage forfeiture. If the Grantee does not ®rrect the failure to perform within he timeframe stated in Department's notice, the retainage will be forfeited co Department.e .e No retainage shall be released or paid for incomplete work while this Agreement is suspended.c .e Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, providede Grantee has completed the work and submits an invoice for retainage held sn accordance with the invoicings procedures under this Agreements 12.s lnsurance.s Attachment 1-A s 5of13e /15/2023 477 a.e Insurance Requirements for Sub -Grantees end/or Subcontractors. eThe Grantee shall require its sub-granteese and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. eThe Grantee shall require all its sub -grantees and/or subcontractors, if any, roe make compliance with the insurance requirements of this Agreement a condition of all contracts that are relatede to this Agreement, eSub-grantees and/or subcontractors must provide proof of insurance upon request.e b.e Deductibles. eThe Deeartmeneshall be exempt from, and ie no way liable for, any sums of money representing ae deductible in any insurance policy. eThe payment of such deductible shall be the sole responsibility of thee Grantee providing such insurance.e c.e Prgof of Insurance. eUpon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amoent for each type of applicable insurance coverage prior to performance ofe any work under this Agreement. eUpon receipt of weitten request from Department, Grantee shall furnishe Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d.e Duty to Maintain Coverage. ein the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming ti) the requirements herein and providee proof of such replacement coverage within ten (I0) days after the cancellation of coverage.e e.e Insurance Trust. If the Grantee's insurance is provided through an insurance crus , the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered mrtye everywhere the Agreement requires them eo be added es an additional inse ed.e Me Termination. a.e Termination for Convenience. When ieis in the State's best interest, Department may, at its sole discretion,e terminate the Agreement in whole or ie eart by giving 30 days' written notice to Grantee. eThe Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or a ee specific stage of work at which the Agreement is m be eerminated. The Grantee must submit all invoices fore work o be paid under this Agreement within hirty (30) days of the effective date of termination. eThee Department shall not pay any invoices received after thirty (30) days of the effective date of termination.e b.e Termination for Cause. The Department may tErminate this Agreement if any of the events of default describede ie the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its othere obligations ender dhis Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination hade been issued for the convenience of Department. The rights and remedies of Department in this clause are ine addition ID any other rights and remedies provided by law or under this Agreement.e c.e Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial vermination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, ande to tate extent specified, in the notice. dlowever, Grantee shall continue work on any portion of the Agreement not terminated. df the Agreement is terminated before performance is completed, Grantee shall be paid only fore hat work satisfactorily performed foe which costs can be substantiated. eThe Grantee shall not be entitled toe recover any cancellation charges or eost eroftes.e d.e Continuation of Preeaid Services. If Department has paid for any services prior to the expiration, cancellation,e or termination of the Agreement, Grantee shall continue to provide Department with those services for which i has already been paid or, aeDepartment's discretion, Grantee shall provide a refund for services that have beene paid for but not rendered.e e.e Transition of Services Upon Termination, Expiration, or Cancellation of he Agreement. If services providede under the Agreement ere being transitioned to another provider(s)eGe twee shall assist in the smooth aransition of Agreement services to the subsequent provider(s), eThis requirement is at a minimum an affirmative obligation ® cooperate with the new provider(s), however additional requirements may be outlined in the Grant Work Plan. eThe Grantee shall not perform any seevices after Agreement expiration or termination, except ase necessary to complete the transition oecontinued portion of he Agreement, if any.e 14.eNotice of Default. If Grantee defaults in ehe performance of any covenant or obligation contained ie the Agreement, including, anye of the events of default, Department shall provide notice to Grantee and an opportunity eo cure that is reasonablec rider ethe circumstances. This notice shall state the nature of the failure no perform end a rovide a time certain fore correcting dte failure. The notice will also provide thatp should dte Grantee fail to eerform within the time aovided,e Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default eotice.e Attachment 1-A 6of13e Rev. 9/15/2023 e 478 15.e Events of Default.e Provided such failure is not tee fault of Department or outside the reasonable control of Grantee, the following non -e exclusive list of events, acts, or omissions, shall constitute events of efault:e a.e The commitment of any material breach of this Agreement by Grantee, including failure eo eimely deliver ae material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that eas a een discontinued within a reasonable time aftere notice to eo so, or abandonment of the Agreement; The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made a the Grantee in this Agreement or in its application for funding;e c, a Failure to submit any of the reports required a this Agreement or having submitted any report with incorrect, e incomplete, or insufficient information; e d.e Failure to honor any term of the Agreement;e e.e Failure ® abide by any statutory, regulatory, or licensing requirement, including an entry of an order revokinge the certificate of authority granted to the Grantee by a state or other licensing authority;e fe Failure to pay any ane all entities and furniseing labor or materials, or failure to make eayment toe any other entities as required by this Agreement;e g.e Fmployment of an anauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act;e h.e Failure to maintain the insurance required by this Agreement;e i.e One or more of the following circumstances, euncorrected for more than thirty (30) days unless, within the specified 30 -day period, Grantee (including its receiver®rdrustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligationse under the Agreement:e i.e F,ntry of an order for relief under Title 11 of the United States Code;e ii.e The making by Grantee of a general assignment for the benefit of creditors;e iii. The appointment of a general receiver or trustee in bankruptcy of Grantee's business or eroperty;e and/ore iv.e An action be Grantee ender any state insolvency or similar law for the purpose of its bankruptcy,e reorganization, or liquidation.e 16.e Suspension of Work e The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when ie is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, eeclaratione of emergency, or other such circumstances. akfter receiving a suspension notice, Grantee shall comply with the notice.e Within 90 days, or any longer period agreed to be the parties, Department shall either: (1) issue a notice authorizing resumption ®f work, eit ovhich time mctivity shall resume; wr (2) derminate dhe Agreement. df the ckgreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (3 0) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additionale compensation.e 17.e Force Majeure.e The Grantee shall not ee responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, actse of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of dhe foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. eln ease of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential eelaye and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay firste arose, if Grantee could reasonably foresee that a eelay ecould occur as a result; or (2) if eelay is not reasonablye foreseeable, within five aiays after the date Grantee first e ad reason to believe that a e clay ecould result. tTHE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECTe TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to sece remedy. eNoe claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not bee entitled eo an increase in dhe Agreement (price or epayment of any ekind from Department for aiirect, indirect,e consequential, impact or other costs, expenses or aiamages, incle ing but not limited do costs of acceleration ore inefficiency, arising ebecause mf Belay, edisruption, einterference, eor dhindrance efrom (any ecause ewhatsoever. elf performance is suspended or delayed, in whole or in part, due to any of the causes described in chis paragraph, aftere the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its solee Attachment 1-A e 7of13e Rev. 9/15/2023 e 479 - 'Irl discretion, that the delay will significantly impair the value of the Agreement o Department, in which case Department e may: (1) eccept ellocated performance or deliveries from Grantee, erovided that Grantee a ants ereferential ereatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to e and be Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject e of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or e in part. 8. Indemnification. a.e The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shalle fully indemnify, defend, and hold harmless Department and its officers, a gents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. ersonal injury and damage to real or personal tangible property elleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent acte or omission of Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee. b.e The Grantee's obligations under the pceceding paragraph with respect eo any legal action are contingent upon Department giving Grantee: (1) wrieten notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made be Department in any legal action without Grantee's prior written consent, which shall not be unreasonablye withheld.e c.e Notwithstanding sections e. and b. above, the following is the sole indemnification erovision ethat applies eoe Grantees that are governmental entities: eEach party hereto egrees that ie shall be solely responsible for ehe negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S. Further, nothing herein shall be construed as consent be a state agency or subdivision of the State to be sued by drird parties in any mattere arising out of any contract o this Agreement. d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise imeose liability on Department for which it would not otherwise be responsible. eAny erovision,e implication or suggestion to the contrary is null and void.e 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is Iimited ® compensatory damages in m amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000.e 2 . Remedies. Nothing in this Agreement shall d)e construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, aelaw or in equity. The Department may, in addition to other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted be or ageinst ie 21 Waiver. The delay or failure be Department to exercise or enforce any of ie; rights under this Agreement shall not constitute or be deemed a waiver of Department's right drereafZer ® enforce those rights, nor shall any single or partial exercisee of any such right ereclude any other or further exercise thereof or the exercise of any other right. 22 Statutory Notices Relating to Unauthorized Employment and Subcontracts. .e The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Sectione 274A(e) of the Immigration and Nationality Act. elf Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause forarnilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b.e Pursuant to sections 287.133,287.134, and 287.137 F.S., the following restrictions apply to tersons placed one the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list: i. Public Entity Crime. e A person or affiliate who has been placed on the convicted vendor liste following aconviction for a public entity crime may not submit ebid, proposal, or reply on a contracte o provide any goods or services to a public entity; may not submit a bid, proposal, or reply on ae contract with a public entity for the construction or repair of a public building or public work; maye Attachment 1-A 8of13e Rev. 9/15/2023 e 480 not subm t bids, proposals, or replies on leases o real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with any ublic entity; and may not transact business with any public entity in excess of the threshold amount o provided io section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the o date of being placed on the convicted vendor list. o ii.o Discriminatory Vendors. cAn entity or affiliate who has been placed on the discriminatory vendoro list may not submit a bid, proposal, or reply on a contract to provide any goods o se vices to a public entity; may not submit a bid, proposal, or reply oo a contract with a public entity for theo construction or repair of a public building or public work; may not submit bids, proposals, o replies oo leases of real property to a public entity; may not be awarded or perforin work as a contractor,o supplier, subcontractor, or consultant under a contract with any ublic entity; and may not transact business with aoy public entity.o iii,o Antitrust Violator Vendors, A person or ao affiliate who has been o aced on the antitrust violatoro vendor dist following a conviction or being held oividy oiabce for an antitrust violation may ooto submit a bid, proposal, or reply on any contract to provide any good or services to a public entity; may not submit a bio, proposal, or reply on any contract with a public entity for the construction oro repair of a public building or public work; may not submit a bio, proposal, or reply on leases of realo property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, o consultant under a contract with a public entity; and may not transact new business with a public entity.o iv. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted ven or list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Managemento Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list oro antitrust violator vendor List may be directed to the Florida Department of Management Services, Office of Supplier Diversity, at (850) 487-0915.o . Compliance with Federal, State and Local Laws. a.o The Grantee and all its agents shall comply with all federal, state and imcal regulations, including, but not cimitedo to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration equirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement.o b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement, .o This Agreement shall be governed by and construed in accordance with the laws of the State of Florida.o .o Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction fora any damages arcsing under the terms of the Agreement will be in the courts of the State, and venue will be io theo Second Judicial Circuit, io and for Leon County. oExcept as otherwise provided by law, the parties agree to beo responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement.o 24.oBuild America, Buy America Act (BABA) -dnfrastructure Projects with Federal Funding,o This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan et. Also, this provision does not apply where there is a valid waiver in place. However, the provision may apply to funds expended before the waiver or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federaofinancial assistance from a program foro infrastructure are required to comply with the Build America, Buy America Act (BABA), including theo following provisions: a. All iron and steel used n the project are roduced in the United States—this means all manufacturing rocesses, from the ioitiaomelting stage through the application of coatings, occurred in the United States;o b.o All manufactured products used in the project are produced in the United States -this means the manufacturedo product was manufactured io the United States; and the cost of the components of the manufactured producto that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of alio components of the manufactured product, unless another standard for etermining the minimum amount of domestic content of the manufactured product has been established under applicable Law or reouottion; ao ttachment -A 9of13o Rev, 9/I5/2023 481 c. All constriction materials are manufactured in the United States -this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in merica Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a "project funded by President Biden's Bipartisan Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: httr)s:/Iwww.epa.gov/invest/investinp--america-sip-na-ge, b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable. 26. Scrutinized ompanies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan. Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. C. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and ntegrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S. except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11. 62 and 216.347, F.S. 2 . Record eeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during Attachment I -A I of 13 . /15/2023 482 the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of: ( I ) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: httn:,/dos.niy orida.comilibrar}-archives records -management/general-records-schedulesA 29. Audits. a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub -grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees and/or subcontractors, respectively. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit I, to Attachment 5. If Department fails to provide an updated copy of Exhibit I to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit I and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" formm number DFS -A2 -NS) that can be found under the "Links/Forms" section appearing at the following website: Vis:\\abns.fklfs.com\fsaa. d. Proof of Transactions. in addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds.. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date s the 9/15/2023 Attachment 1-A Il of 13 483 original payment(s) are received from Department by Grantee to &he date repayment is made by e Grantee to Department, e ii.e Ie the event that the Grantee recovers costs, incurred under this Agreement and reimbursed bye Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs ase calculated on from the date(s) ehe payment(s) are recovered by Grantee eo the date repayment ese made to Department.e iii.e Notwithstanding the eequirements of this section, the above restrictions on commingling funds doe not apply to agreements where payments are made purely on a cost eeimbursement basis.e 30.eConflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in anye manner or degree with the performance of services requirede 31.e Independent Contractor. The Grantee is an independent contractor and is not an employee oe agent of Department. 2.e Subcontracting.e a.e Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be perfonmede solely by Grantee.e b.e The Department may, foe cause, require the eeplacement of any Grantee employee, subcontractor, oe agent. eFore cause, includes, but is ®t limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement.e c.e The Department may, for cause, deny access to Department's secure information oe any facility by any Granteee employee, subcontractor, oeagent.e d.e The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all worke in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred andere any subcontract and Grantee shall be solely liable eo the subcontractor for all expenses and liabilities eacurrede under any ebcontract.e e.e The Department will not alene Grantee's employees, subcontractors, oe agents access to meetings within thee Department's facilities, unless the basis of Department's denial is safety oe security tonsiderations. fe The Department supports diversity in ds procurement program and requests that all subcontracting opportunitiese afforded by this Agreement embrace diversity enthusiastically, eThe award of subcontracts should reflect the fulle diversity of the citizens of the State. e A list of minority-owned firms that could be offered subcontractinge opportunities may be obtained by contacte g the Office of Suppler Diversity ae(850) 487-0915.e g.e The Grantee shall not be liable for any excess costs for a failure to perform, if the fadure to eerform is caused bye the defauet of a subcontractor ae any tier, and if the cause of the default is completely beyond the coetroeof bothe Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted aoducts or services were obtainable from other sources in sufficient time for Grantee to meet the required deliverye schedule.e 33.eGuarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company wille guarantee all of the obagations of Grantee for purposes of fulfilling the obligations of Agreement. do the event Granteee is sold during the period the Agreement e; ie effect, Grantee agrees that et wid be a requirement of sale that the newe parent company guarantee all of the obligations of Grantee.e 34.eSurvival.e The respeetive obligations of the parties, which be their nature would continue beyond the termination oe expiratione of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, ande public records, ehall survive termination, cancellation, or expiration of this Agreement.e 35.eThird Parties. The Department shall not be deemed to assume any liability for the acts, failures eo act or negligence of Grantee, etse agents, servants, and employees, nor small Grantee disclaim its own negligence to Department or any third party. Thise Agreement does not and es not intended eo confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third -e party rights. Further, eo ehird parties shall rely upon any of the rights and obligations created under this Agreement.e 36.e Severability. If a court of competent jurisdiction deems any term oeeondition herein void or unenforceable, the other provisionse are severable to that void provision, and shall remain in full force and effect.e Attachment 1-A 12 of13e Rev. 9/15/2023 e 484 37. Grante 's Employees, Subcontractors and Agents. A Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. A employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with al controlling laws and regulations relevant to the services they are providing under the Agreement. 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department n the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign t e Agreement with prior written notice to Grantee of its intent to do so, 39. Compensation R port If this Agreement is a sole -source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. 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 Grantee must also inform the Department of any changes in total executive compensation between the annual reports. All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee. 4 Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall a an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may a used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so a d to bind the respective party to the Agreement. Attachment -A 13 of 13 Rev. 9/15/2023 485 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Revised Special Terms and Conditions AGREEMENT NO.21IR1 ATTACHMENT 2-A These Special Terns and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terns shall apply. 1. Scope f Work. The Project funded under this Agreement is Vero Beach Restoration — Sector 5. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins on January 1, 2019 and ends at the expiration of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. Compensation. This is a cost reimbursement Agreement. The Grantee shall a compensated under this Agreement as described in Attachment 3. b. Invoicine. Invoicing will occur s indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for eimbursement r Matching equirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match CateQory ❑ ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ❑ ❑ a. Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, N/A. ® ❑ Contractual (Subcontractors) ❑ ❑ Travel, in accordance with Section 112, F.S. ❑ ❑ Equipment ❑ Rental/Lease of Equipment ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land cquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match equirements See Attachment 3 Grant Work Plan. Attachment 2-A 1 of 3 Rcv. 8/8/2023 486 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. eThe limits of coverage uneer each eolicye maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations ander thee Agreement. eAll insurance policies shall be through insurers licensed and authorized to issue policies in Florida, ore alternatively, Grantee may provide coverage through a self-insurance program established ane operating under thee laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a, Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability e insurance at all times during the Agreement. OThe Department, its employees, and officers shall be named as an additional insured on any general liability policies. eThe minimum limits shall be $250,000 for each e occurrence and $500,000 policy aggregate, e b Commercial Automobile Insurance. If the Grantee's duties include die use of a commercial vehicle, the Grantee shall maintain automobilee liability, bodily injury, and troperty elamage coverage. dnsuring clauses for both bodily injury and eropertye amage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows:e $200,000/300,000 a Automobile Liability for Company -Owned Vehicles, if applicable e $200,000/300,000 a Hired and Non -owned Automobile Liability Coverage e c. Workers' Compensation and Employer's Liability Coverage, The Grantee shall aovide workers' compensation, in accordance a ith Chapter 440, F.S. and employere liability coverage with minimum limits of $100,000 per accident, $100,000 err (person, and $500,e policy aggregate. cSuch policies shall cover all employees engaged in any a ore under the Grant.e .e Other Insurance. None.e 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is termitted apnder this Agreement. Retainage may bee to a maximum of 10% of the total amount of hee Agreement. 11. Subcontracting. The Grantee may subcontractovork under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices fore subcontracted work. eRegardless of any subcontract, the Grantee is altimately responsible for all work to bee performed under this Agreement.e 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement ane, if the Grantee is a non-governmental entity, indemnified by diee Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Bedget reporting requirements for this Agreement.e 14. Common Carrier. a. Applicable to contracts with a common carrier — firm/person/corporation that as a regular business transports people or commodities from place to place. df applicable, Contractor must also fill oueande return PUR 1808 before contract execution. If Contractor is a common carrier pursuant to section 908.11 l(1)(a), Florida Statutes, the Demrtnent will terminate this contract immediately if Contractor is e found o be in violation of the law or the attestation in PUR 1808.e Attachment 2-A 2 of 3 e Rev. 8/812023 487 b. Applicable to solicitations for a common carrier—Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to b in violation the law or the attestation in PUR 1808. 15. Additional erms. one. ATTACHMENT 3-A REVISED RA NT WORK PLAN PROJECT TITLE: Vero Beach Restoration — Sector 5 PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R70 and R86 along the Atlantic Ocean in Indian River County, Florida. PROJECT BACKGROUND: The Vero Beach Restoration Project consists of a restoration of 3.1 miles of shoreline between DEP reference monuments R70 and R86 in Indian River County. The County conducted a feasibility study in 2017 and the final design was completed in 2018. The restoration will have a federal cost share from FEMA to address damages from Hurricanes Irma and Matthew. PROJECT DESCRIPTION: The Project consists of construction and monitoring. PROJECT LIGIBILITY: The Department has determined that 93.3 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $326,329.00 for this Project or up to 46.45 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 6213-36, Florida Administrative Code ( F.A.C. ). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in section 112.06 1, Florida Statute (F. S.). Pursuant to sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 6213-36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial coitumitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: htt s://tloridadeu.Lvov sites/default!files/PhvsicalMonitoangStandards.ndf One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 211R1, Amendment I, Attachment 3-A, Page 1 of 4 !f:;� Acronyms: e DEP — Florida Department of Environmental Protection F.A.C. e Florida Administrative Code e F.S. — Feorida Statutes e FEMA —Federal Emergency Management Agency e FWC -- Florida Fish and Wildlife Conservation Commission e TASKS and LIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized e by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be e completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved co writing by the DEP Project Manager to be included into this work peen for reimbursement. e Task 1: Construction Task escription: This task includes work performed and costs incurred associated with the placement of e fill a aterial and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction e bids and/or eonstruction-phase engineering and monitoring services contracts. Eligible costs may include e mobilization, demobilization, construction observation or mspeetion services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabie zation e easures and native beach -dune vegetation. Construction shall be conducted in accordance with any and e all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal e regulatory agencies as requested by the DEP Project Manager m order to be eligible for reimbursement under this task. e eliverable: Certification eof eCompletion bye a eFlorida-registered eProfessional eEngineer ewith e documentation of submittal to the Department affirming the construction task was completed m accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by e Local Sponsor must be submitted detailing activities completed during the paye ent request period. The e Task Summary Report anust include the dates and descriptions of all activities, surveys and reports completed or m progress during the time period of the interim payment request. e Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they a eet the specifications en the Grant Work Plan and this task e description. e Payment Request Schedule: Payment requests enay be submitted after the deliverable es received and e accepted and may be submitted no more frequently than quarterly. e Task 2: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute e and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of a nterest and to be consistent wtth section 287.057(19)(a)(1� F.S., all monitoring data and statistical analysis Bust e be provided directly and concurrently froe the anonitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant enust provide an adequate e mitigation plan, eonsistent with section 287.057(19)(a)(10, F.S., including a description of organizational, e physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses e conflicts of interest when amtracting enulti-disciplinary firms for Project engineering and post -construction e DEP Agreement No. 21IR1, Amendment 1, Attachment 3-A, Page 2 of 4 e 490 environmental monitoring services, or when the Project engineering consultant firm subcontracts for post -e construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and e mangrove resources. Department approval of the consultant's mitigation plan will be required prior to e execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails eo e comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by e the Department associated with environmental moeitorine for the Project listed. e Task Description: This task includes activities associated with permit -required monitoring conducted ie e accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be located within or adjacent to the Project area and follow the Departments Regional Coastal Monitoring e Program tand d7 WC's amarine durtle wind eshorebird anonitoring q)rograms. guidance eror monitoring ®f nearshore aesources ds tavailable de dhe d)epartment's eStandard ®peration d?rocedures eFor eNearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be e eligible for reimbursement under this ffisk, unless otherwise erected, e Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report signed by Local Sponsor containing; d) An itemized fisting of all monitoring activities completed or in e progress aiuring the payment request period and, e2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task eescription. e Performance Standard: The DEP Project Manager will review the task deliverable and any associated e work products as necessary eo verify they meet the specifications in the Grant Work Plan and &his task e escription. e Payment Request Schedule: Payment requests may be submitted after the deliverable is received and e accepted and may be submitted no more frequently than quarterly. e Estimated Eligible Project Cost e DEP Agreement No. 21IR1, Amendment 1, Attachment 3-A, Page 3 of 4 e 491 State I Federal Task # Eligible Project Tasks Cost Estimated DEP Local Total Share Project (%) Costs 1.1 Construction (Federal) 46.65% $lII 6.00 a $17,397.00c $19,895.00($149,168.00 1.2 Construction (Non -Federal) 46.65% $208,634.00 a $238,599.00 6447 2 Monitoring 46.65% a $IQ0,298. _., e $114,702.00 6215,000.00: TOTAL PROJECT COSTS:J$111,876.00 $326,329.00 $373,196.00 $811,401.00 DEP Agreement No. 21IR1, Amendment 1, Attachment 3-A, Page 3 of 4 e 491 PROJECT TIMELINE & BUDGET TAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task No. Title Budget Category bodot'Task f Task Start ate - eltverable ue ate 1 Construction Contractual Services $226,031.00 1/1/2019: ; ; 9/30/2024 2 Monitoring Contractual Services $100,298.00 :111401 9/30/2024 Total: $326,329.00 Note that, per paragraph 81. of the agreement, authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the Department if the Legislature reduces or eliminates appropriations. Extending the contract end date carries the risk that funds for this project may become unavailable in the future. This should be a consideration for the Local Sponsor with this and future requests for extension. DEP Agreement No. 21IR1, Amendment 1, Attachment 3-A, Page 4 of 4 492 AMENDMENT NO.2 TO AGREEMENT NO.21IR1 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND INDIAN RIVER COUNTY This Amendment to Agreement No. 21IR1, as previously amended, (Agreement) is made by and between the Department of Environmental Protection (Department), an agency of the State of Florida, and Indian River County, 1801 27' Street, Building A, Vero Beach, Florida, 32960 (Grantee), on the date last signed below. WHEREAS, the Department entered into the Agreement with the Grantee for the Vero Beach Restoration — Sector 5 effective May 19, 2021; WHEREAS, the Grantee has requested an extension to the Agreement and the Department has agreed; and WHEREAS, the parties wish to amend the Agreement as set forth herein. NOW THEREFORE, the parties agree as follows: 1) The Agreement is extended for a twelve (12) month period to begin January 1, 2025, and remain in effect until December 31, 2025. The Department and the Grantee shall continue to perform their respective duties during this extension period pursuant to the same terms and conditions provided in the Agreement. 2) Attachment 1-A, Revised Standard Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment 1-B, Second Revised Standard Terms and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 1-A shall hereinafter refer to Attachment I -B, Second Revised Standard Terms and Conditions. 3) Attachment 2-A, Revised Special Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment 2-B, Second Revised Special Terms and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 2-A shall hereinafter to Attachment 2-B, Second Revised Special Terms and Conditions. 4) Attachment 3-A, Revised Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-B, Second Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3-A shall hereinafter refer to Attachment 3-B, Second Revised Grant Work Plan. 5) Attachment 4, Public Records Requirements, is hereby deleted in its entirety and replaced with Attachment 4-A, Revised Public Records Requirements, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 4 shall hereinafter refer to Attachment 4-A, Revised Public Records Requirements. 6) Attachment 5, Special Audit Requirements, is hereby deleted in its entirety and replaced with Attachment 5-A, Revised Special Audit Requirements, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 5 shall hereinafter refer to Attachment 5-A, Revised Special Audit Requirements. 7) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistencies may appear between the Agreement and this Amendment, the provisions of this Amendment shall control. The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. Agreement No.: 21IRI 1 of 2 Rev. 5/7/2024 Amendment No.: 2 493 Indian River County Title: Florida Department of Environmental Protection 0 Secretary or Designee Date: Date: LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: Specify Tyne Letter/Number Description Attachment 1-13 Second Revised Standard Terms and Conditions (14 pages) Attachment 2-13 Second Revised Special Terms and Conditions (3 pages) Attachment 3-13 Second Revised Grant Work Plan (4 pages) Attachment 4-A Revised Public Records Requirements (1 page) Attachment 5-A Revised Special Audit Requirements (7 pages) - REMAINDER OF PAGE INTENTIONALLY LEFT BLANK - Agreement No.: 21 IRI Amendment No.: 2 2 of 2 Rev. 5/7/2024 494 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION SECOND REVISED STANDARD TERMS AND CONDITIONS APPLICABLE TO GRANT AGREEMENTS ATTACHMENT 1-B 1. Entire Agreement. This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement), constitutes the entire agreement between the parries with respect to the subject matter hereof and supersedes all prior agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on Grantee's forms or invoices shall be null and void. 2. Grant Administration. a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the order of precedence for interpretation of the Agreement is as follows: i. Standard Grant Agreement ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant Agreement iii. Attachment 1, Standard Terms and Conditions iv. The Exhibits in the order designated in the Standard Grant Agreement b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail, U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered delivered at the earliest delivery time. c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name and contact information of the new Grant Manager will be submitted in writing to the other party and maintained in the respective parties' records. A change of Grant Manager does not require a formal amendment or change order to the Agreement. d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement between both parties. A formal amendment to this Agreement is required for changes which cause any of the following: (1) an increase or decrease in the Agreement funding amount; (2) a change in Grantee's match requirements; (3) a change in the expiration date of the Agreement; and/or (4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget as last approved by Department. A change order to this Agreement may be used when: (1) task timelines within the current authorized Agreement period change; (2) the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work Plan, are less than twenty percent (20%) of the total budget as last approved by Department; (3) changing the current funding source as stated in the Standard Grant Agreement; and/or (4) fund transfers between budget categories for the purposes of meeting match requirements. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. e. All days in this Agreement are calendar days unless otherwise specified. 3. Agreement Duration. The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement, unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and Conditions. Attachment 1-B 1 of 14 Rev. 11/13/2024 495 4. Deliverables. The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan. The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement. 5. Performance Measures. The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes, if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at the time of delivery. 6. Acceptance of Deliverables. a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept the deliverables within 30 days of receipt, they will be deemed rejected. b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an event of default. 7. Financial Consequences for Nonperformance. a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered penalties. b. Invoice reduction If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by 1 % for each day the deadline is missed, unless an extension is approved in writing by the Department. c. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies in the CAP. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days. i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from Department. The CAP shall be sent to the Department's Grant Manager for review and approval. Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain Department approval of a CAP as specified above may result in Department's termination of this Agreement for cause as authorized in this Agreement. ii. Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to commence implementation of the accepted plan. Acceptance of the proposed CAP by Department Attachment 1-B 2of14 Rev. 11/13/2024 496 does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to require additional or further remedial steps, or to terminate this Agreement for failure to perform. No actions approved by Department or steps taken by Grantee shall preclude Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to Department as requested by Department's Grant Manager. iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by Department may result in termination of the Agreement. 8. Payment. a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable established by the Grant Work Plan, and the billing procedures established by Department, Department agrees to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.). b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee, however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this Agreement. c. Maximum Amount of Agreement The maximum amount of compensation under this Agreement, without an amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of this Project are the responsibility of Grantee. d. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan. Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: https://www.myfloridacfo.com/docs-sf/accounting_and-auditing-libraries/state- agencies/reference-guide-for-state-expenditures.pdf. e. Rural Communities and Rural Areas of Opportunit. If Grantee is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Grantee may request from the Department that all invoice payments under this Agreement be directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee's request if: i. Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" or "rural area of opportunity" under subsection 288.0656(2), F.S.; ii. Grantee demonstrates current financial hardship using one (1) or more of the "economic distress" factors defined in subsection 288.0656(2)(c), F.S.; iii. Grantee's performance has been verified by the Department, which has determined that Grantee is eligible for invoice payments and that Grantee's performance has been completed in accordance with this Agreement's terms and conditions; and iv. Applicable federal and state law(s), rule(s) and regulation(s) allow for such payments. This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule, or regulation. A current list of Florida's designated RAOs can be accessed at the following web address: haps://floridajobs.org community-planning-and-development/rural-community_yrograms/rural-areas-of- opportunity. f. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department pursuant to the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre -audit and post -audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in accordance with the Grant Work Plan. g. State Funds Documentation. Pursuant to section 216.1366, F.S., if Contractor meets the definition of a non-profit organization under section 215.97(2)(m), F.S., Contractor must provide the Department with documentation that indicates the amount of state funds: i. Allocated to be used during the full term of the contract or agreement for remuneration to any member of the board of directors or an officer of Contractor. Attachment 1-B 3of14 Rev. 11/13/2024 497 ii. Allocated under each payment by the public agency to be used for remuneration of any member of the board of directors or an officer of the Contractor. The documentation must indicate the amounts and recipients of the remuneration. Such information must be posted on the State's the contract tracking system and maintained pursuant to section 215.985, F.S., and must be posted on the Contractor's website, if Contractor maintains a website. h. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of deliverables to date have first been accepted in writing by Department's Grant Manager. i. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days following the expiration date of the Agreement to ensure the availability of funds for payment. However, all work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the Agreement. j. Annual App oyriation Contingency. The State's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates appropriations. k. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by the State Board of Administration. To obtain the applicable interest rate, please refer to: haps://www.myfloridacfo.com/division/aa/local-governments/judgement-interest-rates. 1. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds and the Department is required to refund the federal government, the Grantee shall refund the Department its share of those funds. 9. Documentation Required for Cost Reimbursement Grant Agreements and Match. If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match requirements for the following budget categories: a. Salg /Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or match requirements. b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 69I-73, F.A.C., as applicable. For grants funded with federal funds, nonconsumable and/or nonexpendable personal property or equipment costing $10,000 or more purchased for the Project under a subcontract is subject to the requirements set forth in 2 CFR 200. The Grantee shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors. i. For fixed-price (vendor) subcontracts, the following provisions shall apply: The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed - Attachment 1-B 4of14 Rev. 11/13/2024 498 price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request for Proposals, or other similar competitive procurement document) resulting in the fixed-price subcontract. The Grantee may request approval from Department to award a fixed-price subcontract resulting from procurement methods other than those identified above. In this instance, Grantee shall request the advance written approval from Department's Grant Manager of the fixed price negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's approval of the fixed-price amount, Grantee may proceed in finalizing the fixed-price subcontract. ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section 287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has complied with the statutory or federal requirements. d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061, F.S. e. Direct Purchase Equipment. For grants funded fully or in part with state funds, equipment is defined as capital outlay costing $5,000 or more. For grants funded fully with federal funds, equipment is defined as capital outlay costing $10,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specific approval of Department, and does not include any equipment purchased under the delivery of services to be completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly completed Exhibit B, Property Reporting Form. f. Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies of invoices or receipts to document charges. g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Department shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civil or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or equipment. h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property (including access rights through ingress/egress easements, leases, license agreements, or other site access agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees that those funds shall not be used as match for any other Agreement supported by State or Federal funds. 10. Status Reports. The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A, Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period, problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period. Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30, September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty (30) days. 11. Retainage. The following provisions apply if Department withholds retainage under this Agreement: a. The Department reserves the right to establish the amount and application of retainage on the work performed under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions. Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval of all deliverables. b. If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shall forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work was actually performed. The Department shall provide written notification to Grantee of the failure to perform Attachment 1-B 5of14 Rev. 11/13/2024 499 that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframe stated in Department's notice, the retainage will be forfeited to Department. c. No retainage shall be released or paid for incomplete work while this Agreement is suspended. d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing procedures under this Agreement. 12. Insurance. a. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to make compliance with the insurance requirements of this Agreement a condition of all contracts that are related to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request. b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the Grantee providing such insurance. c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish Department with proof of applicable insurance coverage by standard form certificates of insurance, a self- insured authorization, or other certification of self-insurance. d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide proof of such replacement coverage within ten (10) days after the cancellation of coverage. e. Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add the Department of Environmental Protection, its employees, and officers as an additional covered party everywhere the Agreement requires them to be added as an additional insured. 13. Termination. a. Termination for Convenience. When it is in the State's best interest, Department may, at its sole discretion, terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shall notify Grantee of the termination for convenience with instructions as to the effective date of termination or the specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for work to be paid under this Agreement within thirty (30) days of the effective date of termination. The Department shall not pay any invoices received after thirty (30) days of the effective date of termination. b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that the default was excusable, the rights and obligations of the parties shall be the same as if the termination had been issued for the convenience of Department. The rights and remedies of Department in this clause are in addition to any other rights and remedies provided by law or under this Agreement. c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to recover any cancellation charges or lost profits. d. Continuation of Prepaid Services. If Department has paid for any services prior to the expiration, cancellation, or termination of the Agreement, Grantee shall continue to provide Department with those services for which it has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have been paid for but not rendered. e. Transition of Services Upon Termination, Expiration, or Cancellation of the Agreement. If services provided under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant Attachment 1-B 6of14 Rev. 11/13/2024 500 Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as necessary to complete the transition or continued portion of the Agreement, if any. 14. Notice of Default. If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default notice. 15. Events of Default. Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non- exclusive list of events, acts, or omissions, shall constitute events of default: a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of the performance of the work, failure to resume work that has been discontinued within a reasonable time after notice to do so, or abandonment of the Agreement; b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department of such, made by the Grantee in this Agreement or in its application for funding; c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect, incomplete, or insufficient information; d. Failure to honor any term of the Agreement; e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking the certificate of authority granted to the Grantee by a state or other licensing authority; f. Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to any other entities as required by this Agreement; g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the Immigration and Nationality Act; h. Failure to maintain the insurance required by this Agreement; i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the specified 30 -day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations under the Agreement: i. Entry of an order for relief under Title 11 of the United States Code; ii. The making by Grantee of a general assignment for the benefit of creditors; iii. The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property; and/or iv. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy, reorganization, or liquidation. 16. Suspension of Work. The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice. Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (3 0) days' notice required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional compensation. 17. Force Majeure. The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first Attachment 1-B 7of14 Rev. 11/13/2024 501 arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect, consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or in part. 18. Indemnification. a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits, actions, damages, and costs of every name and description arising from or relating to: i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee shall not indemnify for that portion of any loss or damages proximately caused by the negligent act or omission of Department; ii. the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee. b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably withheld. c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter arising out of any contract or this Agreement. d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume liability for Grantee's negligence, waive Department's sovereign immunity under the laws of Florida, or otherwise impose liability on Department for which it would not otherwise be responsible. Any provision, implication or suggestion to the contrary is null and void. 19. Limitation of Liability. The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000. 20. Remedies. Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this Agreement, including financial consequences for nonperformance, shall limit Department's right to pursue its remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it. 21. Waiver. The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute or be deemed a waiver of Department's right thereafter to enforce those rights, nor shall any single or partial exercise of any such right preclude any other or further exercise thereof or the exercise of any other right. Attachment 1-B 8of14 Rev. 11/13/2024 502 22. Statutory Notices Relating to Unauthorized Employment and Subcontracts. a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section 274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. b. Pursuant to sections 287.133, 287.134, and 287.137 F.S., the following restrictions apply to persons placed on the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list: i. Public Entity Crime. 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, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a Grantee, 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, F.S., for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. ii. Discriminatgn Vendors. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies 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. iii. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator vendor list following a conviction or being held civilly liable for an antitrust violation may not submit a bid, proposal, or reply on any contract to provide any good or services to a public entity; may not submit a bid, proposal, or reply on any contract with a public entity for the construction or repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real property to a public entity; may not be awarded or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with a public entity; and may not transact new business with a public entity. iv. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrust violator vendor list during the life of the Agreement. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and the antitrust violator vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or antitrust violator vendor list may be directed to the Florida Department of Management Services, Office of Supplier Development, at (850) 487-0915. 23. Compliance with Federal, State and Local Laws. a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements. The Grantee shall include this provision in all subcontracts issued as a result of this Agreement. b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida. d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be responsible for their own attorney fees incurred in connection with disputes arising under the terms of this Agreement. 24. Build America, Buy America Act (BABA) - Infrastructure Projects with Federal Funding. This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local Fiscal Recovery Funds under the American Rescue Plan Act. Also, this provision does not apply where Attachment 1-11 9of14 Rev. 11/13/2024 503 there is a valid waiver in place. However, the provision may apply to funds expended before the waiver or after expiration of the waiver. If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program for infrastructure are required to comply with the Build America, Buy America Act (BABA), including the following provisions: a. All iron and steel used in the project are produced in the United States --this means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States; b. All manufactured products used in the project are produced in the United States -this means the manufactured product was manufactured in the United States; and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation; and c. All construction materials are manufactured in the United States -this means that all manufacturing processes for the construction material occurred in the United States. The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as temporary scaffolding, brought to the construction site and removed at or before the completion of the infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but are not an integral part of the structure or permanently affixed to the infrastructure project. 25. Investing in America Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the Inflation Reduction Act, including the following provision: a. Signage Requirements a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction sites supported in whole or in part by this award displaying the official Investing in America emblem and must identify the project as a "project funded by President Biden's Bipartisan Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as applicable. The sign must be placed at construction sites in an easily visible location that can be directly linked to the work taking place and must be maintained in good condition throughout the construction period. The recipient will ensure compliance with the guidelines and design specifications provided by EPA for using the official Investing in America emblem available at: hqs://www.epa.gov/invest/investing-wnerica-sig�nage. b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323, recipients are encouraged to use recycled or recovered materials when procuring signs. Signage costs are considered an allowable cost under this assistance agreement provided that the costs associated with signage are reasonable. Additionally, to increase public awareness of projects serving communities where English is not the predominant language, recipients are encouraged to translate the language on signs (excluding the official Investing in America emblem or EPA logo or seal) into the appropriate non-English language(s). The costs of such translation are allowable, provided the costs are reasonable. 26. Scrutinized Companies. a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized Attachment 1-B 10 of 14 Rev. 11/13/2024 504 Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. C. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting prohibitions, then they shall become inoperative. 27. Lobbying and Integrity. The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section 287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that agreement. The Grantee shall comply with sections 11.062 and 216.347, F.S. 28. Record Keeping. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The Department, the State, or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such records for the longer of. (1) three years after the expiration of the Agreement; or (2) the period required by the General Records Schedules maintained by the Florida Department of State (available at: hgp://dos.myflorida.com/librar.y-archives/records-mans em�ent!jzeneral-records-schedules-. 29. Audits. a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this duty and ensure that its sub -grantees and/or subcontractors issued under this Agreement, if any, impose this requirement, in writing, on its sub -grantees and/or subcontractors, respectively. b. Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, with reasonable notice and during normal business hours, including by any of the following methods: i. Grantee shall provide access to any location or facility on which Grantee is performing work, or storing or staging equipment, materials or documents; ii. Grantee shall permit inspection of any facility, equipment, practices, or operations required in performance of any work pursuant to this Agreement; and, iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. c. Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment 5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit 1 to include in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state) identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS -A2 -NS) that can be found under the "Links/Forms" section appearing at the following website: https:\\apps. fldfs.com\fsaa. d. Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein, Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable. Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR 200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect, Attachment 1-B 11 of 14 Rev. 11/13/2024 505 general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty (30) days of such request. e. No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. i. If Department finds that these funds have been commingled, Department shall have the right to demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from Department shall refund, and shall forthwith pay to Department, the amount of money demanded by Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from Department by Grantee to the date repayment is made by Grantee to Department. ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by Department, from another source(s), Grantee shall reimburse Department for all recovered funds originally provided under this Agreement and interest shall be charged for those recovered costs as calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is made to Department. iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do not apply to agreements where payments are made purely on a cost reimbursement basis. 30. Conflict of Interest. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 31. Independent Contractor. The Grantee is an independent contractor and is not an employee or agent of Department. 32. Subcontracting. a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed solely by Grantee. b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status, or non-compliance with an applicable Department policy or other requirement. c. The Department may, for cause, deny access to Department's secure information or any facility by any Grantee employee, subcontractor, or agent. d. The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under any subcontract. e. The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the Department's facilities, unless the basis of Department's denial is safety or security considerations. f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Development at (850) 487-0915. g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery schedule. 33. Guarantee of Parent Company. If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee Attachment 1-B 12 of 14 Rev. 11/13/2024 506 is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new parent company guarantee all of the obligations of Grantee. 34. Survival. The respective obligations of the parties, which by their nature would continue beyond the termination or expiration of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and public records, shall survive termination, cancellation, or expiration of this Agreement. 35. Third Parties. The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third - party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement. 36. Severability. If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions are severable to that void provision, and shall remain in full force and effect. 37. Grantee's Employees, Subcontractors and Agents. All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under Agreement must comply with all security and administrative requirements of Department and shall comply with all controlling laws and regulations relevant to the services they are providing under the Agreement. 38. Assignment. The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its intent to do so. 39. Compensation Report. If this Agreement is a sole -source, public-private agreement or if the Grantee, through this agreement with the State, annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for the entities' executive leadership teams. 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 Grantee must also inform the Department of any changes in total executive compensation between the annual reports. All compensation reports must indicate what percent of compensation comes directly from the State or Federal allocations to the Grantee. 40. Disclosure of Gifts from Foreign Sources. If the value of the grant under this Agreement is $100,000 or more, Grantee shall disclose to Department any current or prior interest of, any contract with, or any grant or gift received from a foreign country of concern, as defined in section 286.101, F.S., if such interest, contract, or grant or gift has a value of $50,000 or more and such interest existed at any time or such contract or grant or gift was received or in force at any time during the previous 5 years. Such disclosure shall include the name and mailing address of the disclosing entity, the amount of the contract or grant or gift or the value of the interest disclosed, the applicable foreign country of concern and, if applicable, the date of termination of the contract or interest, the date of receipt of the grant or gift, and the name of the agent or controlled entity that is the source or interest holder. If the disclosure requirement is applicable as described above, then within 1 year before applying for any grant, Grantee must also provide a copy of such disclosure to the Department of Financial Services. 41. Food Commodities. To the extent authorized by federal law, the Department, its grantees, contractors and subcontractors shall give preference to food commodities grown or produced in this state when purchasing food commodities, including farm products as defined in section 823.14, F.S., of any class, variety, or use thereof in their natural state or as processed by a farm operation or processor for the purpose of marketing such product. 42. Anti-human Trafficking. Attachment 1-B 13 of 14 Rev. 11/13/2024 507 If the Grantee is a nongovernmental entity, the Grantee must provide the Department with an affidavit signed by an officer or a representative of the Grantee under penalty of perjury attesting that the Grantee does not use coercion for labor or services as defined in section 787.06, F.S. 43. Iron and Steel for Public Works Projects. If this Agreement funds a "public works project" as defined in section 255.0993, F.S., or the purchase of materials to be used in a public works project, any iron or steel permanently incorporated in the Project must be "produced in the United States," as defined in section 255.0993, F.S. This requirement does not apply if the Department determines that any of the following circumstances apply to the Project: (1) iron or steel products produced in the United States are not produced in sufficient quantities, reasonably available, or of satisfactory quality; (2) the use of iron or steel products produced in the United States will increase the total cost of the project by more than twenty percent (201/6); or (3) complying with this requirement is inconsistent with the public interest. Further, this requirement does not prevent the Contractor's minimal use of foreign steel and iron materials if - (1) such materials are incidental or ancillary to the primary product and are not separately identified in the project specifications; and (2) the "cost" of such materials, as defined in section 255.0993, F.S., does not exceed one-tenth of one percent (1%) of the total Project Cost under this Agreement or $2,500, whichever is greater. Electrical components, equipment, systems, and appurtenances, including supports, covers, shielding, and other appurtenances related to an electrical system that are necessary for operation or concealment (excepting transmission and distribution poles) are not considered to be iron or steel products and are, therefore, exempt from the requirements of this paragraph. This provision shall be applied in a manner consistent with and may not be construed to impair the state's obligations under any international agreement. 44. Complete and Accurate information. Grantee represents and warrants that all statements and information provided to DEP are current, complete, and accurate. This includes all statements and information in this Grant, as well as its Attachments and Exhibits. 45. Execution in Counterparts and Authority to Sign. This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts, each of which shall be an original and all of which shall constitute the same instrument. In accordance with the Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly authorized to do so and to bind the respective party to the Agreement. Attachment 1-B 14 of 14 Rev. 11/13/2024 508 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Second Revised Special Terms and Conditions AGREEMENT NO.21IR1 ATTACHMENT 2-B These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions, Attachment 1. Where in conflict, these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is the Vero Beach Restoration — Sector 5. The Project is defined in more detail in Attachment 3, Grant Work Plan. 2. Duration. a. Reimbursement Period. The reimbursement period for this Agreement begins on January 1, 2019 and ends at the expiration of the Agreement. b. Extensions. There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay. Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories, as defined in the Reference Guide for State Expenditures, as indicated: Reimbursement Match Category ❑ ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ❑ ❑ a. Fringe Benefits, N/A. ❑ ❑ b. Indirect Costs, N/A. ® ❑ Contractual (Subcontractors) ❑ ❑ Travel, in accordance with Section 112, F.S. ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements See Attachment 3, Grant Work Plan. Attachment 2-B 1 of 3 Rev. 7/08/24 509 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or alternatively, Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this Agreement, however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all rimes during the Agreement. The Department, its employees, and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each occurrence and $500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable $200,000/300,000 Hired and Non -owned Automobile Liability Coverage Workers' Compensation and Employer's Liability Coverage. The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S. and employer liability coverage with minimum limits of $100,000 per accident, $100,000 per person, and $500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. Other Insurance. None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10% of the total amount of the Agreement. 11. Subcontracting. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and, if the Grantee is a non-governmental entity, indemnified by the Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Common Carrier. a. Applicable to contracts with a common carrier — firm/person/corporation that as a regular business transports people or commodities from place to place. If applicable, Contractor must also fill out and return PUR 1808 before contract execution. If Contractor is a common carrier pursuant to section 908.111(1)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. Attachment 2-B 2of3 Rev. 7/08/24 510 b. Applicable to solicitations for a common carrier — Before contract execution, the winning Contractor(s) must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of transporting a person into this state knowing that the person unlawfully present in the United States according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The Department will terminate a contract immediately if Contractor is found to be in violation of the law or the attestation in PUR 1808. 15. Financial Assistance and Payment of Invoices to Rural Communities or Rural Areas of Opportunity This agreement does not provide federal or state financial assistance to a county or municipality that is a rural community or rural area of opportunity as those terms are defined in s. 288.0656(2). 16. Additional Terms. None. Attachment 2-B 3 of 3 Rev. 7/08/24 511 ATTACHMENT 3-B SECOND REVISED GRANT WORK PLAN PROJECT TITLE: Vero Beach Restoration — Sector 5 PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R70 and R86 along the Atlantic Ocean in Indian River County, Florida. PROJECT BACKGROUND: The Vero Beach Restoration Project consists of the restoration of 3.1 miles of shoreline between DEP reference monuments R70 and R86 in Indian River County. The County conducted a feasibility study in 2017 and the final design was completed in 2018. The project was completed in 2020. Post -construction monitoring is ongoing. Local Sponsor is coordinating with other state and federal agencies to prepare documentation for reimbursement. PROJECT DESCRIPTION: The Project consists of construction and monitoring. PROJECT ELIGIBILITY: The Department has determined that 93.3 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of $326,329.00 for this Project or up to 46.65 percent of the non-federal Project cost, if applicable, for the specific eligible Project items listed, whichever is less. Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 62B-36, Florida Administrative Code (F.A.C.). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in section 112.061, Florida Statute (F.S.). Pursuant to sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B -36.005(1)(d), F.A.C., the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment, and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below. All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: httns:Hfloridaden. gov/sitesldefaultlfiles/PhvsicalMonitoringStandards.ndf One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 21181, Amendment 2, Attachment 3-B, Page 1 of 4 512 Acronyms: DEP — Florida Department of Environmental Protection F.A.C. — Florida Administrative Code F.S. — Florida Statutes FEMA — Federal Emergency Management Agency FWC — Florida Fish and Wildlife Conservation Commission TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Construction Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction -phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys, beach fill, tilling and scarp removal, erosion control structures, mitigation reefs, dune stabilization measures and native beach -dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits. The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida -registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by Local Sponsor must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with section 287.057(19)(a)(1), F.S., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with section 287.057(19)(a)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi -disciplinary firms for Project engineering and post -construction DEP Agreement No. 21IR1, Amendment 2, Attachment 3-13, Page 2 of 4 513 environmental monitoring services, or when the Project engineering consultant firm subcontracts for post - construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit -required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies. All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report signed by Local Sponsor containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data, surveys and final reports for permit -required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost DEP Agreement No. 21IR1, Amendment 2, Attachment 3-B, Page 3 of 4 514 State Federal Cost Estimated Task # Eligible Project Tasks Share Project DEP Local Total (%) Costs 1.1 Construction (Federal) 46.65% $111,876.00 $17,397.00 $19,895.00 $149,168.00 1.2 Construction (Non -Federal) 46.65% $0.00 $208,634.00 $238,599.00 $447,233.00 2 Monitoring 46.65% $0.00 $100298.00 $114,702.00 $215,000.00 TOTAL PROJECT COSTS $111,876.00 $326,329.001 $373,196.00 $811,401.00 DEP Agreement No. 21IR1, Amendment 2, Attachment 3-B, Page 3 of 4 514 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by, the corresponding deliverable due date. Task No. Task Title Budget Category Budget Amount Task Start Date Deliverable Due.Aate 1 Construction Contractual Services $226,031.00 01/01/2019 09/30/2025 2 Monitoring Contractual Services $100,298.00 01/01/2019 09/30/2025 Total: 1 $326,329.00 Note that, per paragraph 8.j. of the agreement, authorization for continuation and completion of work and any associated payments may be rescinded, with proper notice, at the discretion of the Department if the Legislature reduces or eliminates appropriations. Extending the contract end date carries the risk that funds for this project may become unavailable in the future. This should be a consideration for the Local Sponsor with this and future requests for extension. DEP Agreement No. 21IR1, Amendment 2, Attachment 3-B, Page 4 of 4 515 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Revised Public Records Requirements Attachment 4-A 1. Public Records. a. If the Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department in its performance of services under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida Constitution and section 119.07(1), F.S. b. The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records as required by law. 2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable. For the purposes of this paragraph, the term "contract" means the "Agreement." If Grantee is a "contractor" as defined in section 119.0701(1)(a), F.S., the following provisions apply and the contractor shall: a. Keep and maintain Public Records required by Department to perform the service. b. Upon request, provide Department with a copy of requested Public Records or allow the Public Records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law. c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to penalties under section 119. 10, F.S. d. 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 Public Records to Department. e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all Public Records to Department 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 Public Records stored electronically must be provided to Department, upon request from Department's custodian of Public Records, in a format specified by Department as compatible with the information technology systems of Department. These formatting requirements are satisfied by using the data formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the contractor is authorized to access. f IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT'S CUSTODIAN OF PUBLIC RECORDS AT: Telephone: (850) 245-2118 Email: public. servicesA) floridadep. gov Mailing Address: Department of Environmental Protection ATTN: Office of Ombudsman and Public Services Public Records Request 3900 Commonwealth Boulevard, MS 49 Tallahassee, Florida 32399 Attachment 4-A 1 of 1 Rev. 4/8/2024 516 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Revised Special Audit Requirements (State and Federal Financial Assistance) Attachment 5-A The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", 'DEP", "FDEP" or "Grantor", or other name in the agreement) to the recipient (which may be referred to as the 'Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by DEP Department staff, limited scope audits as defined by 2 CFR 200.425, or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief Financial Officer (CFO) or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 CFR §200.330 1. A recipient that expends $1,000,000 or more in Federal awards in its fiscal year, must have a single or program -specific audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F. EXHIBIT 1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection by this Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all sources of federal awards, including federal resources received from the Department of Environmental Protection. The determination of amounts of federal awards expended should be in accordance with the guidelines established in 2 CFR 200.502-503. An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part. For the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR 200.508-512. A recipient that expends less than $1,000,000 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F -Audit Requirements. If the recipient expends less than $1,000,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR 200, Subpart F -Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from non-federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at htWs://sam.gov/content/assistance-listings. Attachment 5-A 1 of 7 BGS -DEP 55-215 revised 11/19/24 517 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes. In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project -specific audit for such fiscal year in accordance with Section 215.97, F.S.; Rule Chapter 69I-5, F.A.C., State Financial Assistance; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT I to this form lists the state financial assistance awarded through the Department of Environmental Protection by this agreement. In determining the state financial assistance expended in its fiscal year, the recipient shall consider all sources of state financial assistance, including state financial assistance received from the Department of Environmental Protection, other state agencies, and other nonstate entities. State financial assistance does not include federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part 11, paragraph 1; the recipient 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), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal year ending June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access the Florida Single Audit Act website located at hUs:Hgpps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfin, State of Florida's website at hqp://www.myflorida.com/, Department of Financial Services' Website at hgp://www.fldfs.com/and the Auditor General's Website at hqp://www.myflorida.com/audgen/. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entityspolicy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBNIISSION Copies of reporting packages for audits conducted in accordance with 2 CFR Part 200, Subpart F -Audit Requirements, and required by PART I of this form shall be submitted, when required by 2 CFR 200.512, by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 CFR 200.36 and 200.512 A. The Federal Audit Clearinghouse designated in 2 CFR §200.501(a) (the number of copies required by 2 CFR §200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address: Attachment 5-A 2 of 7 BGS -DEP 55-215 revised 11/19/24 518 By Mail: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at hM://harvester.census.izov/facweb/ Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEP SingleAudit(a4 dep. state. flus B. The Auditor General's Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building, Room 401 111 West Madison Street Tallahassee, Florida 32399-1450 The Auditor General's website (http://flauditor.gprovides instructions for filing an electronic copy of a financial reporting package. 3. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient dir' ectly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAuditAdep.state. fl.us Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, as applicable. Attachment 5-A 3 of 7 BGS -DEP 55-215 revised 11/19/24 519 Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with 2 CFR 200, Subpart F -Audit Requirements, or Chapters 10.550 (local governmental entities) and 10.650 (non and for-profit organizations), Rules of the Auditor General, should indicate the date and time the reporting package was delivered to the recipient and any correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. Attachment 5-A 4 of 7 BGS -DEP 55-215 revised 11/19/24 520 z 11Rl 0 0 k o� 0 n Y O ori d 0 0 m y O m ate+ •r O W � a ��aU W a. �¢U O O � a � C0++ G •U A •y Q4 69 d 6 9 w w Y b m Y a w w 0 b o w w H .a N O .C1 Q A o y U u U u .Q 0 U a v 8 d d d a A a U A w N cn Uz +V+ � w G% rjo U aV+ .00d L1. Co wa` A wa: a r0+ d Q u w � w w d go go u L O h 6� a 1. y "a bD d go a bL al Awa wa W z 11Rl 0 0 k o� 0 n Y O ori d 7.0 N m m W � W O O � a � •U •y o o w w Y m Y a 0 o w w H .a N u u U p U c w N cn +�•+ +V+ � w G% rjo aV+ aV+ .00d Co wa` wa: 7.0 N t3 00 Q4 13 O tl z 0 ITS c 0 0 • O N y•C4 O a a aV '" V � d ¢ L � :=+ Q O Q O � ¢ Q ^C b O w w N w d M w W) tic Q N tm Q u w w O O 0 bi Y y O Q O O U ¢ U pr" Q A 61 U U 0 r¢ o bm" w o k .N a O cn U � °� U V) U bcbt o p" p w a u w i. w pq o y y Q ¢ O o U o U r r a "z M u d a u w O +O+ 'J•i N Ncd O u PCs U CN U ol w o C'' w d a Q 4.a O y tW y abs¢ y eC Lam. ee boa +�+ Awa o 10i L wa 0 ITS c i N N tn 0 0 +O+ O N Y O Cd Cd �¢U '" ¢U FTI O O N N d M d O tic Q N tm Q u w w rA 0 u Y y O Q O O U ¢ U 51 a r¢ o bm" w o k cn U � °� U V) O bcbt o p" p RIO w 4. w pq o y y rA .Q ¢ O w.o o a n r L "z M u w O +O+ 'J•i N Ncd O 41 RO U CN U o y w o C'' on w 0 a, a Q 4.a O tW y 6i O y as tC p 6a eC CA L i0i � a a i N N tn .5 M N tn `?T INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator Kylie Yanchula, Natural Resources Director FROM: Quintin Bergman, Coastal Resources Manager SUBJECT: Work Order No. 07 - Morgan & Eklund, Inc., 2025 Beach Profile Monitoring Surveys (SUMMER & WINTER) DATE: December 30, 2024 DESCRIPTION AND CONDITIONS On October 4, 2022, the Board of County Commissioners (BCC) approved a contract with Morgan and Eklund, Inc. (M&E) for Professional Surveying and Mapping Services fora two-year term. M&E is the selected County Consultant for professional onshore/offshore hydrographic surveying services. On September 24, 2024, the County requested the selected firm to execute the first extension to the agreements for an additional 2 years of service. The County's Beach Preservation Plan (BBP) recommends semi-annual beach profile surveys to monitor the seasonal, summer and winter, fluctuations of the beach. Additionally, the construction permits from Florida Department of Environmental Protection (FDEP) require hydrographic surveys to monitor the performance of the County's various nourishment projects. Work Order No. 7 provides summertime and wintertime hydrographic surveying (beach profile) services for the Sectors 3, 4, and 5 Beach Nourishment Projects, and additional surveying for the 2025 countywide (22.4 miles) monitoring effort. All onshore and offshore beach profile surveys are conducted along the Florida Department of Environmental Protection (FDEP) Range Monuments at approximately 1,000 -foot intervals (alongshore) and extend from the vegetated dune seaward to a location approximately 3,000 feet offshore (cross -shore) to an estimated depth of -40 feet. For project and grant tracking purposes, Work Order No. 7 is divided into seven (7) separate sub -tasks. Task 1: Winter 2025 Survey Profiles Task 1a: Sector 4 Winter Physical Monitoring Survey (R-55 to R-70) 16 Onshore/Offshore Profiles The County is required by the FDEP Permit to monitor the physical changes, in the form of hydrographic survey data, associated with the Sector 4 Hurricanes Ian & Nicole Dune Renourishment to determine the long-term performance of the project. Task 1a totals a lump sum amount of $9,601.48. Task 1b: Sector 5 Winter Physical Monitoring Survey (R-71 to R-91) 21 Onshore/Offshore Profiles The County is required by the FDEP Permit to monitor the physical changes, in the form of 524 Page 2 of 3 M&E WO#7 2025 Winter & Summer Hydrographic Beach Surveys January 14, 2025 BCC Meeting hydrographic survey data, associated with the 2020 Sector 5 Renourishment project to determine the long-term performance of the project. Task 1b totals a lump sum amount of $12,601.94. Task 1c: Winter 2025 Countywide Beach Monitoring (R-92 to R-119) 28 Onshore/Offshore Profiles For the shoreline outside of Sectors 3, 4 and 5 project areas, countywide beach profile surveys are necessary, and identified in the BPP, to identify areas of chronic beach erosion. Task 1c totals a lump sum amount of $16,802.58. Task 2: Summer 2025 Survey Profiles Task 2a: Sector 3 Summer Physical Monitoring Survey (R-15 to R-60) 46 Onshore/Offshore Profiles The County is required by the FDEP Permit to monitor the physical changes, in the form of hydrographic survey data, associated with the Sector 3 Hurricanes Ian & Nicole Dune Renourishment to determine the long-term performance of the project. Task 2a totals a lump sum amount of $27,599.34. Task 2b: Sector 4 Summer Physical Monitoring Survey (R-61 to R-65) 5 Onshore/Offshore Profiles The County is required by the FDEP Permit to monitor the physical changes, in the form of hydrographic survey data, associated with the Sector 4 Hurricanes Ian & Nicole Dune Renourishment to determine the long-term performance of the project. Task 2b totals a lump sum amount of $2,999.93. Task 2c: Sector 5 Summer Physical Monitoring Survey (R-66 to R-91) 26 Onshore/Offshore Profiles The County is required by the FDEP Permit to monitor the physical changes, in the form of hydrographic survey data, associated with the upcoming Sector 5 Renourishment Project. Summer profiles are used to inform the engineered design. Task 2c totals a lump sum amount of $15,599.63. Task 2d: Summer 2025 Countywide Beach Monitoring (R-92 to R-119) 28 Onshore/Offshore Profiles For the shoreline outside of Sectors 3, 4 and 5 project areas, countywide beach profile surveys are necessary, and identified in the BPP, to identify areas of chronic beach erosion. Task 2d totals a lump sum amount of $16,799.60. Please note: The Sebastian Inlet District (District), as part of their Inlet Management Plan, conducts semiannual beach profile surveys along the northern 5.6 miles of the County. The District continues to share with the County their certified 2025 beach profile survey data to the County upon completion, resulting in a complete 22.4 mile countywide beach profile survey and a combined annual savings of approximately $30,000 to the County. Sector 3 surveys were conducted under a separate work order following Hurricane Milton; therefore Sector 3 winter surveys are not included in this work order. 525 Page 3 of 3 M&E WO#7 2025 Winter & Summer Hydrographic Beach Surveys January 14, 2025 BCC Meeting FUNDING Funding for these tasks comes to a total lump sum fee of $102,004.50. Funding for the individual tasks are detailed in the table below based on their task, storm, and sector allocation: Task Account Name Account No. Amount Coastal Engineering Fund/ Sec. 4 Hurr. Ian 12814472-066515-22601 $2,112.33 1a Coastal Engineering Fund/ Sec. 4 Hurr. Nicole 12814472-066515-23007 $7,489.15 Coastal Engineering Fund/ Sec. 5 Hurr. Ian 12814472-066510-22601 $2,772.43 1b Coastal Engineering Fund/ Sec. 5 Hurr. Nicole 12814472-066510-23007 $9,829.51 1c Coastal Engineering Fund/Other Professional Services 12814472-033190 $16,802.58 2a Coastal Engineering Fund/Sec. 3 Post -Con. Monitoring 12814472-033490-05054 $27,599.34 2b Coastal Engineering Fund/Sec. 4 Post -Con. Monitoring 12814472-033490-23040 $2,999.93 Coastal Engineering Fund/Sec. 5 Hurr. Ian 12814472-066510-22601 $3,431.92 2c Coastal Engineering Fund/Sec. 5 Hurr. Nicole 12814472-066510-23007 $12,167.71 2d Coastal Engineering Fund/Other Professional Services 12814472-033190 $16,799.60 Total for Work Order No. 7 $102,004.50 RECOMMENDATION The recommendation of staff is for the BCC to approve Work Order No. 7 to the Professional Surveying and Mapping Services contract with Morgan and Eklund, Inc., in the amount of $102,004.50 and authorize the Chairman to sign the Work Order on behalf of the County. ATTACHMENT 1. M&E Work Order 7 Agreement APPROVED AGENDA ITEM FOR: January 14, 2025 526 SURVEYING & MAPPING SERVICES WORK ORDER 07 This Work Order Number 07 is entered into as of this _ day of , pursuant to that certain Continuing Contract Agreement, dated October 4, 2022, ("Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Morgan & Eklund, 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 of the Agreement (Rate Schedule) for RFQ 2022064, 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 OF INDIAN RIVER COUNTY: By: Name: By: Title: Joseph E. Flescher, Chairman BCC Approval Date: By: John A. Titkanich, Jr., County Administrator Approved as to Form and Legal Sufficiency: 0 Jennifer W. Shuler, County Attorney Ryan L. Butler, Clerk of Court and Comptroller Attest: Deputy Clerk (SEAL) 527 December 2, 2024 Indian River County Natural Resources Department - Coastal Division Attn: Quintin Bergman, Coastal Resource Manager 1801 27t' Street Vero Beach, FL 32960 RE: 2025 Winter and Summer Semi -Annual Indian River County Coastal Monitoring Surveys; Onshore/Offshore Profiles along FDEP Range Lines R-15 to R-119 Dear Quintin: Morgan & Eklund, Inc. (M&E) is pleased to provide you with the following proposal to furnish professional land and hydrographic survey services for the above referenced project. Scope of work will be as follows: • Task 1: 2025 Winter Profiles, 65 Lines (Jan/Feb) o Task la) Sector 4 (R55 to R70) - Sector 4 is being constructed this winter window. Please make a note on the profiles when data includes a new dune or active construction. o Task lb) Sector 5 (R71 to R91) o Task lc) South County (R92 to R119) • Task 2: 2025 Summer Profiles, 105 Lines (June/Aug) o Task 2a) Sector 3 (R15 to R60) o Task 2b) Sector 4 (R61 to R65) o Task 2c) Sector 5 (R66 to R91) o Task 2d) South County (R92 to R119) Onshore/offshore profile lines begin with the recovery of site control monumentation and establishing 2 temporary control points along each profile alignment using GNSS RTK. Crews use Automatic Levels to conduct level loops that begin and close on these temporary control points. Hydrographic survey elevations are used to verify against tidal measurements, relative to site control. The upland portion of the profile is conducted landward of the MLLW using GNSS RTK equipment where site conditions allow. If the upland area is heavily vegetated, an Automatic 528 Level and survey rod, with the aid of Azimuth stakes and a laser electronic distance measurement device provide infill. The wade portion of the profile is also performed using an Automatic Level, survey rod, and laser and data is collected from the beach berm out to approximately -8' or as the ocean conditions allow. The offshore portion of each profile is collected using a survey vessel equipped with Hypack hydrographic collection software along with GNSS RTK positioning, inertial motion compensation, and Sonar equipment, typically to a distance of 3000' offshore. Sound velocity and Bar Check calibrations are conducted at the beginning and conclusion of daily operations. The three overlapping data sets are then displayed and analyzed in plan and/or profile view as a means of merging the data sets and conducting quality assurance. Merged alignment data are then plotted in profile view along with historic profile data as a final quality assurance procedure prior to the final product being prepared. All data collected will be in accordance with the FDEP-approved Physical Monitoring Plan. M&E will provide the County with beach profile data in ASCII file format together with AutoCAD drawings signed by the surveyor. We will also provide FDEP submittal package. Our prices will be as follows: Task 1: 2025 Winter Profiles Chief Surveyor 6.5 hours @ $171/hr..................................... $ 1,111.50 Senior Project Manager 4 hours @ $132/hr........................................ $ 528.00 Senior Survey Computer Technician 32 hours @ $103/hr...................................... $ 3,296.00 Project Manager 17 hours @ $108/hr...................................... $ 1,836.00 Assistant Project Manager 3 hours @ $85/hr......................................... $ 255.00 Hydrographic Lead Surveyor 25.5 hours @ $107/hr................................... $ 2,728.50 Survey Technician (Boat) 25.5 hours @$82/hr..................................... $ 2,091.00 Three Man Survey Crew 102 hours @ $180/hr.................................... $ 18,360.00 Indian River County 2 12/2/2024 529 26' Parker Survey Boat 2.5 days @ $600/day.................................... $ 1,500.00 Applanix POS WaveMaster 2.5 days @ $500/day.................................... $ 1,250.00 Single Beam Digital Fathometer 2.5 days @ $100/day.................................... $ 250.00 Hypack Navigation Software & Computer $ 297.50 2.5 days @ $120/day.................................... $ 300.00 Trimble RTK $ 4,012.50 10 days @ $450/day..................................... $ 4,500.00 Beach UTV $ 3,075.00 10 days @ $100/day.....................................$ 1,000.00 173 hours @ $180/hr.................................... Total Task 1 ................................................ $ 39,006.00 Task 2: 2025 Summer Profiles Chief Surveyor 8.5 hours @ $171/hr.....................................$ 1,453.50 Senior Project Manager 5 hours @ $132/hr........................................ $ 660.00 Senior Survey Computer Technician 45 hours @ $103/hr...................................... $ 4,635.00 Project Manager 20 hours @ $108/hr...................................... $ 2,160.00 Assistant Project Manager 3.5 hours @$85/hr....................................... $ 297.50 Hydrographic Lead Surveyor 37.5 hours @ $107/hr................................... $ 4,012.50 Survey Technician (Boat) 37.5 hours @$82/hr..................................... $ 3,075.00 Three Man Survey Crew 173 hours @ $180/hr.................................... $ 31,140.00 26' Parker Survey Boat 4.5 days @ $600/day.................................... $ 2,700.00 Indian River County 3 12/2/2024 530 Applanix POS WaveMaster 4.5 days @ $500/day.................................... $ 2,250.00 Single Beam Digital Fathometer 4.5 days @ $100/day.................................... $ 450.00 Hypack Navigation Software & Computer 4.5 days @ $120/day.................................... $ 540.00 Trimble RTK 17.5 days @ $450/day.................................. $ 7,875.00 Beach UTV 17.5 days @ $100/day..................................$ 1,750.00 Total Task 2 ................................................ $ 62,998.50 TOTAL FIXED PRICE FEE TASKS 1 & 2... $ 102,004.50 As always, Morgan & Eklund, Inc. is looking forward to working with you and Indian River County on this project. Sincerely, David W. Coggin, PSM Vice President DWC:dmc Billing: Each task will be invoiced monthly based on percentage completed Indian River County 4 1212/2024 531 9q INDIAN RIVER COUNTY, FLORIDA AGENDA ITEM Parks, Recreation & Conservation Department Parks Maintenance Division Date: December 7, 2024 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: Waiver of Fees for MLK Day Event / Victor Hart Sr. Community Enhancement Complex BACKGROUND: The annual Martin Luther King Jr. Day Event in Gifford, Florida, is a long-standing community tradition honoring the legacy of Dr. Martin Luther King Jr. This event serves to bring the community together in celebration of Dr. King's contributions to civil rights and social justice. The event organizers have formally requested a waiver of fees associated with the use of Victor Hart Sr. Community Enhancement Complex, county staff services and equipment for the 2025 event, scheduled for Monday January 20, 2025. DESCRIPTION AND CONDITIONS: The waiver of fees for this event is consistent with the Board's approval of previous events that support community and cultural events that foster inclusivity, education, and civic pride. The event promotes the County's commitment to diversity and unity and aligns with the values of public service and community engagement. The requested waiver covers the following fees: 1. Special Event Permit for the use of Victor Hart Sr. Community Enhancement Complex. 2. One (1) Large Stage and One (1) Large set of bleachers. 3. Support services, including Parks Maintenance Personnel (2) for trash and cleaning of facilities during the event. The estimated total of waived fees is $1,450.00 which are all indirect costs. FUNDING: No funding is required for the subject task. 532 RECOMMENDATION: Staff respectfully request that the Board of County Commissioners approve the request to waive all applicable fees for the 2025 Martin Luther King Jr. Day Event at the Victor Hart Sr. Community Enhancement Complex. ATTACHMENTS: • Special Event Permit Application • Fee Schedule APPROVED AGENDA ITEM FOR JANUARY 14, 2025 533 Indian Riysrarks ion :-:rft ` ssoo 'neet Vero B032967 Generet ttrk Rules This event agreement entities the requestor to use atom► public park for a sPO *JUL 1 1* not allow for the exclusive use of the park. - Preparation and clean-up time must be included on this request. - Parking for the applicant and his/her guests Is allowed only in designated areas, parking in grass or mulched areas ls.,* tpermitted. I - The applicant shall be responsible for the complete clean-up of the area after the event. This clean-up will include all foreign matter that has beerz !sported to the area by the applicant, its guests, or other spectators. The parking area is to be specifically untied In the dean -up process. AH refuse will be placed in authorized receptacles or completely removed *am the park or facility grounds. There will be to digging, undergroua d ihstallations, tents or tempor4Vbuilding Installatior4grplruning of foliage withot*-prior specific permisslanof#oftriks Superintendent or designee. Authoriza*omust be obtained in writing in advance of any action of the above on the part 0the applicant. All applicants with authorization who plan to do this type of activity must confirm locath*of any underground facilities / utilities by contracting the following agencies. - No alcoholic beverages may be consumed on this property. - No loud musky other objectionable noise or amplification is permitted without prior permissions and permits. - The applicant is fully responsible for the actions of all members and guests associated with this event and for ensuring compliance with all laws and ordinances that are in effect for this area. 4 - All security and traffic control is the responsibility of the appllcairlt,,: Special arrangements can be eget with the Indian lirer County Sheriffs Office a mim id;control departmentelt"169-6700 ext+, a for a fee. Arlyevent where attendance is =Vrilmuiewill require this service. - A solid waste dumpster can be obtalnedlfrs fee from4 taSW Waste Department; 226-1769 by*"!"an for this service at least one week in advance of the date ofthe event. The appiicant,alindetermine the container size and the appropriate container will be placed at a location that is convenient to both the Solid Waste Department and the applicant. - By utilizing this location for this event, the applicant agrees to indemnify and hold harmless Indian River County for all liability, costs and fees incidental to, and loss or damage the county may suffer as a result of claims against It arising because of this event. - Indian River County, Florida must be listed as the additional Insured with the insurance endorsement provided to us for events requiring insurance. This fully completed application and a CO] should be submitted to the Parks Division4o later than 30 days prior 116,spubiic event and must be approved by the Director of Pants: C�onservati to the event being held. INSURANCE GUIDELINES The C01 must list Indian River County, Florida as B 110.6Witional insured; t M to holder. The OX -must list the event name, location where it Is bl"6elcll, and dates frornvib*t iugh dean -up in the description area. Should read Indian River County, Fl*k 180127th Street, Veto Beach FI 32960 Your Insurance company must endorse your policy andtine must receive a tt of this endorsement. Be aware that your Insurance company may charge you a fee for this service. Please provide these documents to the IRC Parks Division at 55WV,* Street„.*0W I * convenience, It can be mailed to said address. Once received theeiliOnty wiff"0*0ese documents for approval. If information is missing or incorrect;,.ypu will be notifia L Commercial General Liability —Minimum limitsf$1,000,000.00 pLr occurrence COctibilled single limit c bodily Injury liability and property damage liability. If applicable, Business Auto Policy coverage for vehicles involved In an event mu*l*, ftrded io- ofaft no more restrictive than the latest edition of the Business Auttt.Policy filed by the Insurance ServieOW-Office and must Include: minimum limits of $1,000,000.OQ:p combined single limit for bodilyoiM Lfabtlity and Property Damage Liability. Unless covered under theikti WJWkers' Compensation policy, the organization responsible for the event shall conform to minimum limits per occurrence axnWrIled single I m t for Workers' Compensation for all vendors participatirg.bAllftis ?r 535 EXHIBIT B - Fairgrounds License Agreement Fees - Standard Dr. Martin Luther King Jr. Birthday Parade and Festivities January 20, 2025 Acreage Days Total 0-5 Acres $ 135.00 X = $ - 6-10 Acres $ 150.00 X = $ - 11-40 Acres $ 450.00 X = $ - 41+ Acres $ 675.00 X = $ - Facility Hourly Rates Hours Fleetwood Expo Center $112.50 x = $ - Facility Daily Rates Days Expo Open Air Pavilion $412.50 x = $ - Agricultural Pavilion $337.50 x =$ - Entertainment Bldg. $75.00 x = $ - Concession Bldg. $75.00 x = $ - Ammenities per Event QTY Small Stage $75.00 x = $ - Tables $10.00 x = $ - Chairs $0.50 x = $ - Hoses/Sprinklers $20.00 x = $ - Light Carts $125.00 x = $ - Internet Access $100.00 x = $ - Tent 10x20 $200.00 x = $ - Stage Risers $25.00 x = $ - Ammenities per day QTY Per Day Small Bleachers (1st Day) $90.00 x x = Small Bleachers Addl. Days $25.00 x x = $ - Large Bleachers (1st Day) $400.00 x 1 x 1 = $ 400.00 Large Bleachers Addl. Days $100.00 x x = $ - Large Stage (1 st Day) $700.00 x 1 x 1 = $ 700.00 Large Stage Addl. Days $200.00 x x = $ - Fire Extinguisher $10.00 x x = $ - Golf Carts $100.00 x x = $ - Electric $100.00 x x = $ - Ammenities per week Marquee (1st Week) $100.00 x x = $ - Marquee Addl. Weeks $50.00 x x = $ - Marquee Per Day $20.00 x x = $ - Days Total FACILITY EXCLUSION $250.00 x = $ - 537 EXHIBIT B - Fairgrounds License Agreement Fees - Standard ALCOHOL PERMIT FEE $400.00 x = $ - SUBTOTAL: = $ 1,100.00 3.0% TAX: = DAMAGE DEPOSIT: = Set up Fee $ 100.00 TOTAL: = $ 1,200.00 Subtotal + Tax: $ 1,100.00 25% DEPOSIT: = $ 275.00 PAYMENTS Check No. Date Amount Balance Due: $ 1,200.00 POST EVENT RECONCILIATION CHARGES Staff # Hours Staff $25.00 x x = TAX: _ $ - STAFF TOTAL: = $ - Date Quote Updated: 1/2/25 Quote Provided By: SK ***Quotes are good for 15 days. No dates are held without a 25% deposit.*** 538 ... .... . i� INDIAN RIVER COUNTY, FLORIDA s AGENDA ITEM Parks, Recreation & :Conservation Department Parks Maintenance Division Date::' December 18, 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: Brad Dewson, Parks: Superintendent Subject: Final Payment for Bid No. 2024045 for Trans Florida Rail Trail Boardwalk Repairs ... .....` BACKGROUND: On June 18, 2024, the Board of County Commissioners awarded Bid W 2024045 to Southeastern Marine Group, Inc. in the amount of $65,000.00 for the repair of three boardwalks looted along the Trans Florida Rail Trail. To date Southeastern Marine Group, Inc. has been paid *$49,500 for this project. DESCRIPTION AND CONDITIONS:. During construction, the. Contractor identified structural components that required repair that were not included in the original project cost approved by Board. The boardwalks required additional repair to replace 200 linear feet of stringers at . a cost of . $4,750.: Additionally, permitting fees totaling $415 were not included in the original project cost. The project has been completed and approved by the County Building and City of Sebastian Building Departments. Southeastern Marine Group, IncAs requesting final payment in the amount of $20,665 (Invoice #1010-148) which includes the balance: of the contract amount, as: well as $5,165 for additional structural work and permit fees. FUNDING: .. Funding, in the amount of $20,665, will be made available via:rollover budget amendment from the Optional Sales Tax/Parks/Florida Rail Trail.Boardwalk account, number 31521072-066510-23028. Account Description Account Number Amount Optional Sales Tax/Parks/Florida Rail Trail Boardwalk- 31521072-066510-23028 $20,665 RECOMMENDATION: ... Staff respectfully request approval of 'Invoice.: #10107148, in the amount of. $20,665, to ::Southeastern Marine Group,,Inc., which will release any further obligation to the County from the: Contractor. :.ATTACHMENTS: • :Southeastern'Marine Group Invoice #1010-1-48 . INVOICE 12.16.2024 Inv # 1010-148 FROM: Southeastern Marine Group �`I"j++► 4495 81st St Vero Beach, FL 32967 ^,^^ 321.890.7645 TO: K Indian River County 1800 27th St Vero Beach, FL 32967 772.226.1883 ATTN: Brad Dewson 772.925.5717 ..... Datt e E Description 12.16.2024 ITB#2024045 1 LA0 Permit #2024-08-12898 Boardwalk #3 -Substantial completion of Installation of new Fibergrate Decking Using All Stainless Steel Hardware and Leveling Transition from Deck to Path with New Asphalt 12.16.2024 ITB#2024045 1 $4,750.00 Permit #24-2990 Boardwalk #2 -Replaced 10 Stringers Permitting Fees $415.00 Total Cost $20,665.00 540 W 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: December 30, 2024 SUBJECT: Pulte Home Company, LLC's Request for Final Plat Approval for Costa Pointe PD Phase 1B [PD -21-06-07 / 99040218-96745] It is requested that the data herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of January 14, 2025. DESCRIPTION & CONDITIONS: The Costa Pointe PD Phase 1B final plat consists of 60 lots on 16.68 acres, resulting in a density of 3.59 units per acre. The project site is located at the southwest corner of the intersection of 41St Street and 1 Ph Drive, immediately south of the recently platted Phase lA (see attachment 1). The property is zoned PD, Planned Development and has a C/I, Commercial/Industrial (up to 8 units per acre) future land use designation. On December 8, 2020, the Board of County Commissioners (BCC) granted PD rezoning and conceptual PD plan approval for a multi -phase project to be known as Harbor Bluffs PD. The project was to include a total of 624 mixed residential units on 78.29 acres, for an overall density of 7.97 units per acre. After the conceptual PD plan approval from the BCC in 2020, the applicant reduced the overall unit count (from 624 units to 487 units) for an overall density of 6.22 units per acre. Subsequently, the Harbor Bluffs PD project was renamed Costa Pointe PD. The multi -family phase of development was sold to another developer and re -named from Saxon Harbor Bluffs PD to the Verity PD. Costa Point PD will now consist of 202 total residential units (142 single-family homes and 60 townhomes), on 60 acres, for an overall density of 3.37 units per acre. The subject final plat is for the second phase of Costa Pointe PD, which is Phase 1B, and has been reviewed and approved by County development review staff. The final plat for Phase IA (82 single- family units) was approved by the BCC on August 20, 2024, and Phase 2 (60 townhome units) is currently under final plat review by staff. All of the required improvements for Costa Pointe PD Phase 1B have been completed and inspected, and a Certificate of Completion was issued by Public Works on December 13, 2024. All improvements (stormwater tracts, landscape tracts, roadways) will be private, except for certain utility facilities which will be dedicated to and guaranteed to Indian River County after plat recordation, as required by the Utility Services Department. All requirements of final plat approval have been satisfied. C:\Granicus\Legistaz5\L5\Temp\702720b7-7d54-4220-blb3-cdc3714fc04e.doc Pagel of 2 541 RECOMMENDATION: Staff recommends that the Board of County Commissioners grant final plat approval for Costa Pointe PD Phase 1B. ATTACHMENTS: 1. Location Map 2. Final Plat Layout C:\Granicus\Legistar5\L5\Temp\702720b7-7d544220-blb3-cdc3714fc04e.doc Page 2 of 2 542 M in I Ik Office of the INDIAN RIVER COUNTY ADMINISTRATOR John A. Titkanich, Jr., County Administrator Michael Zito, Deputy County Administrator Nancy Bunt, Assistant County Administrator MEMORANDUM TO: Board of County Commissioners FROM: John A. Titkanich, Jr., ICMA-CM, County Administrator DATE: January 8, 2025 SUBJECT: Addendum to Deputy County Administrator's Employment Agreement providing additional compensation in the form of an employer contribution to County 457 deferred compensation plan. Background & Discussion On June 20, 2023, the Board of County Commissioners approved a three-year employment agreement for Deputy County Administrator Michael Zito. Michael served as Assistant County Administrator from February 2005 to June 2023, at which time with the new employment agreement he became the Deputy County Administrator. As the Board of County Commissioners is aware, the County conducted a compensation and classification study, of which the market range for an Assistant County Administrator was noted at $141,973 to $227,156. Michael's current annual salary is $210,546.96. Additionally, staff reviewed the annual salaries for Deputy and or Assistant County Administrators employed in the Treasure Coast and Space Coast regions. Generally, Michael is being fairly compensated at the appropriate salary for his position and tenure. One benefit enjoyed by colleagues, not currently afforded to either the Deputy or Assistant County Administrator, is employer participation in the County deferred compensation plan. The proposed addendum provides an employer contribution to the County's 457 deferred compensation plan equal to 50 percent of the normal annual contribution limit and the catch-up contribution limit for those aged 50 and older only. The addendum provides the County's participation will not apply to the special catch up (for those aged between 60 and 63) or the double limit contribution provision. Based on the foregoing, the maximum amount of deferred compensation would be $15,500 for 2025. 548 Pursuant to Administrative Policy AM -202.3, exceptions to contract terms set forth in the policy require Board approval. Staff is seeking approval from the Board regarding the requested addendum to the June 20, 2023, Deputy County Administrator Employment Agreement. Subsequent to BOCC direction, staff will evaluate and present to the BOCC all appropriate employees to whom the benefit may apply and to make the benefit provision language uniform and consistent. Staff Recommendation The County Administrator respectfully recommends the Board of County Commissioners approve the attached Addendum to the Deputy County Administrator Employment Agreement. Attarhmantc• Addendum to Deputy County Administrator Employment Agreement Deputy County Administrator Employment Agreement 549 ADDENDUM TO DEPUTY COUNTY ADMINISTRATOR EMPLOYMENT AGREEMENT THIS ADDENDUM made and entered into this _ day of January 2025 by and between John A. Titkanich, in his capacity as the County Administrator for Indian River County, Florida, (hereinafter "ADMINISTRATOR") and Michael C. Zito, (hereinafter 'DEPUTY"). WITNESSETH: WHEREAS, the ADMINISTRATOR and the DEPUTY entered into an Employment Agreement dated June 20, 2023 (hereinafter "Agreement"); and WHEREAS, the parties desire to amend the Agreement to provide additional compensation to the DEPUTY in the form of an annual contribution to his 457 deferred compensation plan. NOW, THEREFORE, in consideration of the mutual covenants herein contained, Section 6 of the Agreement entitled "Additional Benefits" is hereby amended to add this additional language: County agrees to make an annual contribution into the DEPUTY'S County 457 deferred compensation plan equal to 50 percent of the normal annual contribution limit and the catch-up contribution limit (for those aged 50 and older). However, the County does not agree to participate or contribute toward contributions made by DEPUTY related to special catch up or double limit provisions. The contributions will be made on a biweekly basis based on the number of pay periods by year. These contributions shall cease when this Agreement terminates. IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed at Vero Beach, Florida, on the date set forth below. COUNTY ADMINISTRATOR John A. Titkanich Date approved: January , 2025 DEPUTY COUNTY ADMINISTRATOR Michael C. Zito 550 P►, DEPUTY COUNTY ADMINISTRATOR EMPLOYMENT AGREEMENT This Agreement is made this 201h day of June, 2023 by and between John A. Titkanich, Jr., in his capacity as County Administrator for Indian River County, Florida, (hereafter "ADMINISTRATOR") and Michael C. Zito (hereafter "DEPUTY"). SECTION 1. EMPLOYMENT ADMINISTRATOR hereby employs DEPUTY as an employee of Indian River County, Florida ("County") as Deputy County Administrator for a period of three -years commencing on the effective date of June 2nd, 2023. SECTION 2. DEPUTY'S DUTIES DEPUTY shall devote full time and attention to his duties on behalf of County. DEPUTY shall not engage in compensated work except as an employee of County, unless authorized by ADMINISTRATOR to do so. ADMINISTRATOR shall determine the specific duties to be assigned to DEPUTY. DEPUTY shall perform such duties in a diligent, competent and professional manner to the reasonable satisfaction of ADMINISTRATOR. SECTION 3. ETHICS OF DEPUTY DEPUTY shall abide by and perform all assigned duties in accordance with the ethical standards set forth in State law and County ordinances, regulations and policies. SECTION 4. ANNUAL COMPENSATION Upon the effective date of this Agreement, DEPUTY shall be paid an annual salary $186.322.41 ("Salary"), payable in 26 bi-weekly installments of $7,166.25, as adjusted for required deductions. DEPUTY'S salary shall be increased by any general wage increase granted other County employees for the duration of this Agreement. Additionally, DEPUTY shall be eligible to receive an Anniversary increase in years two and three of this Agreement subject to the sole discretion of the County Administrator. DEPUTY shall receive a car allowance in an amount equivalent to that granted to other County employees receiving car allowances. DEPUTY shall be deemed to be an exempt employee for the purposes of the Fair Labor Standards Act. SECTION 5. INDIAN RIVER COUNTY ADMINISTRATIVE M A N U A L Except as set forth herein, DEPUTY shall be subject to and entitled to the same rights, responsibilities and benefits as other exempt County employees, as set forth in the Indian River County Administrative Manual, as applied from time to time (Manual"); provided, however, that DEPUTY shall not be subject to Policy AM -807.1 (Disciplinary Procedure) and Policy AM -807.2 (Offenses/ Disciplinary Pattern). 551 In exchange for giving up the rights set forth in Policy AM -807.1 and Policy AM -807.2, DEPUTY shall be entitled to severance rights as set forth in Section 10 below. SECTION 6. ADDITIONAL BENEFITS In addition, County shall pay for DEPUTY'S continuing legal education, as necessary to maintain membership in The Florida Bar and deemed relevant or appropriate by ADMINISTRATOR. The term "continuing legal education" includes program fees, travel, lodging, and per diem expenses. County shall pay DEPUTY'S Florida Bar dues, relevant Florida Bar section fees, and Indian River County Bar Association dues. DEPUTY shall be available by cell phone; County shall pay a cell phone stipend of $85.00 per month to DEPUTY. DEPUTY shall accrue vacation leave at the same rate as all other full-time county employees hired prior to October 1, 2011. DEPUTY shall be included in the Senior Management Class of the Florida Retirement System. SECTION 7. NATURE OF EMPLOYMENT DEPUTY acquires no property rights in employment as described in Policy AM - 807.01, but has only the contractual rights set forth or incorporated by reference in this employment agreement. SECTION 8. TERM This employment agreement, commencing June 2, 2023 i s for three- years hree- years from the effective date written above and shall be retroactively applied. The agreement is not continuing in nature and must be renewed upon its natural expiration basis. ADMINISTRATOR and DEPUTY shall meet and attempt in good faith to resolve all renewal issues no later than 30 days prior to completion of the agreement term; provided, however, that failure to do so shall not result in an extension or renewal of this agreement. SECTION 9. TERMINATION This agreement may be terminated with or without cause by either party upon 60 days written notice delivered to the other party. At ADMINISTRATOR'S option, County may pay 60 days Salary in lieu of notice. SECTION 10. SEVERANCE In the event that ADMINISTRATOR either (i) terminates this agreement without cause, or (ii) fails without cause to renew this agreement on terms equally favorable to DEPUTY, County shall pay DEPUTY a severance amount equal to 1 month of Salary for each completed 2 years of employment, capped at 4 months of Salary, less required deductions. For the purposes of his agreement, the term "cause" shall mean any of the following: (i) material breach of this contract, (ii) serious breach of a County policy or ordinance, (iii) violation of any state or federal law reflecting a serious lack of honesty, character, or 2 552 Olk integrity, or (iv) any other serious misconduct adversely impacting the Coo,*,or its operations or reputation. In the event that a determination of cause depends an the outcome of pending disciplinary, criminal or other such proceedings, Counb may defer its decision on whether to pay severance until completion of such proceedings. Regardless of whether a termination or failure to renew is with or without cause, DEPUTY shall be paid accrued sick leave in accordance with the Manual; provided, however, that DEPUTY was employed under a prior employment agreement which provided that DEPUTY would be paid "in full" for accrued sick leave. DEPUTY shall be paid in full for sick leave which accrued during the period of time that DEPUTY worked under the prior employment agreement up to a maximum of 308 hours. DEPUTY shall be paid accrued vacation leave in accordance with the Manual in effect at the time of termination or failure to renew. IN WITNESS WHERE>`!F, the parties have caused this agreement to be duly executed at Vero Beach, Florida, as of the date set forth below. INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator FROM: Ryan Sweeney; Assistant Planning & Development Services Director DATE: December 30, 2024 SUBJECT: Consideration of Staff -Initiated Land Development Regulation (LDR) Amendments to Remove Duplexes from the County's Site Plan Review Requirements [Legislative] It is requested that the data herein presented be given formal consideration by the Board of County Commissioners (BCC) at its regular meeting of January 14, 2025. BACKGROUND At its regular meeting of September 12, 2024, the Affordable Housing Advisory Committee (AHAC) directed staff to proceed with formal amendments to the County's land development regulations (LDRs) to remove duplexes from the County's site plan review requirements. The BCC is now to consider the proposed LDR amendments, conduct a public hearing, and adopt, adopt with modifications, or deny the proposed LDR amendments. ANALYSIS Currently, Section 914.06 of the County LDRs requires duplexes to be reviewed and approved through the minor site plan process. The minor site plan process requires submitting a formal site plan application and associated application fee, as well as, a complete plan package including a survey, site plan, drainage plan, utilities plan, landscape plan, and other various plan sheets (as applicable). Also, the minor site plan process requires review and approval via the County's Technical Review Committee (TRC) process, which typically takes anywhere from 3 to 6 months from date of formal application to final approval. Lastly, the minor site plan process typically requires the services of a consulting civil engineer to prepare the application and plan package, and to navigate the process. Generally speaking, duplexes on individual lots or parcels of record are considered to be an affordable rental product that can help with the County's current housing affordability challenge. However, over the past several years, a number developers and/or affordable/workforce housing builders have indicated that the added cost of requiring duplexes to be reviewed and approved through the minor site plan process serves as an additional hurdle to the provision of affordable/workforce housing. Therefore, the County's AHAC directed staff to explore an option whereby duplexes on individual lots or parcels of record can be reviewed and approved directly through the County's building permit review and approval process. Upon review and analysis, County staff determined that there is no real value or need for duplexes to be reviewed and approved through the minor site plan process. Specifically, duplexes are already C:\Granicus\Legistar5\L5\Temp\f518c738-7309-451 a-acfl -e3 849a7 1b0c4.docx 5541 exempted from the additional stormwater permitting requirements outlined in Chapter 930, with the exception of a duplex proposed within the floodplain. Per the proposed ordinance, any duplex proposed within the floodplain will be required to obtain a Type "C" flood management system permit, just the same as a single-family home within the floodplain. Also, a duplex will be required to provide a conceptual (individual lot) drainage plan as outlined in Section 912.08 of the County LDRs, and that drainage plan can be reviewed via the building permit process. Duplexes are also exempted from all traffic and parking area design requirements outlined in Section 954.07 and 954.10 of the County LDRs. Therefore, a technical parking lot/area design is not required. Lastly, the proposed ordinance will only apply to duplexes on individual lots or parcels of record. The individual lot or parcel of record must be appropriately zoned (e.g. RM -6 or RM -8) and must meet all applicable zoning and dimensional criteria (lot size, lot width, setbacks, etc.). The proposed ordinance will not exempt a site plan or subdivision project that is proposing multiple duplex units/lots from the applicable LDR requirements and processes. PLANNING AND ZONING COMMISSION (PZC) RECOMMENDATION: At its regular December 12, 2024 meeting, the PZC conducted a public hearing and voted 7-0 to recommend that the BCC adopt the proposed ordinance. STAFF RECOMMENDATION Staff recommends that the Board of County Commissioners adopt the proposed ordinance to remove duplexes on individual lots or parcels of record from the County's site plan review requirements. ATTACHMENTS 1. Draft Ordinance 2. Business Impact Estimate C:\Granicus\Legistar5\L5\Temp\f518c738-7309-451 a-acfl-e3849a71b0c4.docx 5552 ORDINANCE 2025 - AN ORDINANCE OF INDIAN RIVER COUNTY, FLORIDA, AMENDING SECTION 912.04 (APPLICABILITY AND RELATIONSHIP TO OTHER REGULATIONS) AND SECTION 912.08 (DRAINAGE; STORMWATER MANAGEMENT AND FLOOD PROTECTION) OF CHAPTER 912 (SINGLE-FAMILY DEVELOPMENT); AND SECTION 914.04 (APPLICABILITY) AND SECTION 914.06 (GENERAL THRESHOLDS AND PROCEDURES FOR SITE PLAN REVIEW AND APPROVAL) OF CHAPTER 914 (SITE PLAN REVIEW AND APPROVAL PROCEDURES), OF THE CODE OF INDIAN RIVER COUNTY; PROVIDING FOR CONFLICT AND SEVERABILITY; PROVIDING FOR CODIFICATION; AND PROVIDING FOR AN EFFECTIVE DATE. BE IT ORDAINED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA THAT THE INDIAN RIVER COUNTY LAND DEVELOPMENT REGULATIONS CHAPTER 912, SINGLE-FAMILY DEVELOPMENT AND CHAPTER 914, SITE PLAN REVIEW AND APPROVAL PROCEDURES BE AMENDED AS FOLLOWS: SECTION #1: Amend LDR Section 912.04, Applicability ae'lationship to other regulations; as follows: This chapter establishes certain regulations which are found only within this chapter (912). Other regulations are presented or referenced in this chapter, although they may occur in other chapters, because such regulations affect single-family development. Thus, this chapter also functions as a reference for a range of land development regulations that apply to single-family development. The regulations contained, described or referenced within this chapter are not exhaustive. This chapter should not be construed to represent an exclusive list of all requirements applicable to single-family residential development and uses within the unincorporated area of Indian River County. In all cases, the regulations and provisions found or referenced in this chapter apply to single-family development. The reLyulations containe ter are also applicable to duplexes on individual lots or parcels of record for the pow!uilding and permittine review. SECTION #2: Amend LDR Section N912.0Nalartormwater management and flood protection; as follows: Drainage and flood protection regulations are applied to the construction of single-family homes and duplexes on individual lots or parcels of record. In many newer subdivisions complete drainage systems have been constructed to address most, if not all, drainage concerns. Nonetheless, lots must be filled and graded in such a manner as to meet the county's stormwater management requirements (Chapter 930, Stormwater Management and Flood Protection). The following stormwater management and flood protection regulations apply to single-family development. (1) All of Indian River County has been surveyed for flooding and stormwater characteristics by the federal government; all areas have been mapped and assigned to various zones. Some areas are located in flood zones. Flood zone maps are maintained by the planning div public works department. Bold Underline: Additions to Ordinance I Strike tlfeugh, Deleted Text from Existing Ordinance Attachment 1 556 ORDINANCE 2025- (a) Prior to constructing a single-family home or duplex on a parcel located in a "Flood Hazard Zone," a Type "C" stormwater management permit must be obtained from the public works department. (b) Minimum finished floor elevations are required for all single-family development. The minimum elevation figure can be obtained along with the flood zone information by contacting the planning div public works department. (c) In applying for a building permit to construct a new single-family home or duplex, the following requirements must be addressed. Each applicant for single-family home or duplex building permit approval shall submit a conceptual drainage plan, as part of his parcel survey, if the building lot or parcel is not located in a subdivision having a positive drainage system previously approved by the public works director. A list of "previously approved" subdivisions shall be on file at:; The Building Division; The Public Works Department; and The Planning Division. The conceptual drainage plan shall depict on a survey the existing and proposed stormwater management system including swales, approximate finished floor elevations of proposed structures, finished floor elevations of existing structures on adjacent property, physical location and centerline elevations of the roadway providing access to the site, transition grades to adjacent property, and off-site AItary drainage entering the property, and other pertinent information as may be PWrequired by the public works director. All conceptual drainage plans must be approved by the public works director prior to the issuance of a building permit. The public works director shall approve conceptual drainage plans and approve revisions to such plans, if it is determined that by constructing in accordance with the plans: (1) Stormwater runoff shall be directed through a proper system, including driveway culverts conforming to the requirements of section 930.07(l)(i); (2) Stormwater runoff shall not encroach upon adjacent properties; (3) Side slopes do not exceed a maximum of four (4) feet horizontal to one foot vertical; and (4) For sites that are not located in a flood hazard zone, as defined in Chapter 930, the minimum finished floor elevation shall be a minimum of eighteen (18) inches above the crown of the adjacent road, unless it can be shown that the natural ground elevations provide for adequate control of runoff. For applications covering sites Bold Underline: Additions to Ordinance 2 Stake through} Deleted Text from Existing Ordinance Attachment 1 557 ORDINANCE 2025 - within a flood hazard zone, the conceptual drainage plan and proposed construction shall meet the minimum floor elevations and applicable cut and fill balance requirements, if any, found in Chapter 930, Stormwater Management. No certificate of occupancy shall be issued until a functional drainage system has been constructed that meets items (1), (2), (3), and (4) listed above. The public works director may require construction of retaining walls, roof gutters piped to directly discharge into a swale or other outfall, underdrains, or any other facilities deemed necessary to provide adequate drainage. SECTION #3: Amend LDR Section 914.04, Applicability; as follows: (1) All site plan applications shall be reviewed pursuant to the procedures set forth in this chapter. Site plans shall be required for each of the following: (a) All permitted uses except single-family residences, duplexes on individual lots or parcels of record, and permitted agricultural uses. (b) All developments proposing a "change of use." (c) All uses requiring an administrative permit. (d) All uses requiring special exception approval. (e) Planned dev nts (P.D.), as specified in Chapter 915. SECTION #4: Amend LDR Section approval; as follows: (1) Site plan thresholds. and procedures for site plan review and (a) Major site plans.The following projects shall constitute major site plan projects and shall require, except as noted in paragraph 4 below, major site plan approval. Residential projects having three (3) or more dwelling units. 2. Nonresidential projects comprised of five thousand (5,000) square feet or more or new impervious surface area, or projects comprised of new impervious surface area representing more than ten (10) percent of the site/area of development, whichever is less. 3. Where three (3) or more minor site plan requests or six (6) or more administrative approval requests for a single project area/site have been submitted and approved over any five-year period of time; where potential cumulative impacts exceed the criteria Bold Underline: Additions to Ordinance Stere 1hFe%&. Deleted Text from Existing Ordinance Attachment 1 558 3 ORDINANCE 2025 - of a major site plan application or together may create a substantial impact, the director of the community development department may require any subsequent minor site plan or administrative approval application to be reviewed pursuant to the criteria of a major site plan. 4. The following major site plan projects shall require the same approval process required of minor site plan projects: a. Residential projects that constitute a permitted use and that propose less than twenty-five (25) residential units. b. Nonresidential projects involving less than one hundred fifty thousand (150,000) square feet of new impervious surface area, regardless of new building area amount. c. Solar facilities located in the A-1, A-2, and/or A-3 zoning districts regardless of new impervious area. (b) Minor site plans. The following projects shall constitute minor site plan projects and shall require minor site plan approval. 1. No 1dJ§1RW projects comprised of less than five thousand (5,000) square feet of new " ervious surface area. 3 2. Nonresidential prof eplacing two thousand (2,000) square feet or more of building gross floor, of constitute a major site plan. SECTION #5: SEVERABILITY If any clause, section or provision of this Ordinance shall be declared by a court of competent jurisdiction to be unconstitutional or invalid for any cause or reason, the same shall be eliminated from this Ordinance and the remaining portion of this Ordinance shall be in full force and effect and be as valid as if such in:: 'd poggon thereof had not been incorporated therein. : REPEAL The provisions of any other Indian River County ordinance that are inconsistent or in conflict with the provisions of this Ordinance are repealed to the extent of such inconsistency or conflict. SECTION #7: INCLUSION IN THE CODE OF LAWS AND ORDINANCES The provisions of this Ordinance shall become and be made a part of the Code of Laws and Ordinances of Indian River County, Florida. The sections of the Ordinance may be renumbered or relettered to accomplish such, and the word "ordinance" may be changed to "section", "article", or any other appropriate word. Bold Underline: Additions to Ordinance 4 She 41feu& Deleted Text from Existing Ordinance Attachment 1 559 ORDINANCE 2025 - SECTION #8: EFFECTIVE DATE This Ordinance shall take effect upon filing with the Department of State. This ordinance was advertised in the Indian River Press Journal on the 291h day of December, 2024, for a public hearing to be held on the 14th day of January, 2025, at which time it was moved for adoption by Commissioner , seconded by Commissioner , and adopted by the following vote: Chairman Joseph E. Flescher Vice Chairman Deryl Loar Commissioner Susan Adams Commissioner Joseph H. Earman Commissioner Laura Moss The Chairman there upon declared the ordinance duly passed and adopted this _ , 2025. BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY'` This ordinance was E. Flescher, Chairman day of : Ryan L. Butler, Clerk of Court and Comptroller Deputy Clerk of State on the following date: APPROVED AS TO FORM AND LEGAL SUFFICIENCY Jennifer W. Shuler, County Attorney APPROVED AS TO PLANNING MATTERS Chris Balter; Planning & Development Services Director Bold Underline: Additions to Ordinance 5 Strome through- Deleted Text from Existing Ordinance Attachment 1 560 Indian River County, Florida Business Impact Estimate Florida law requires that before the County adopts a new ordinance, it must prepare a Business Impact Estimate that complies with Sec. 125.66(3), Fla. Stat. There are several exemptions to this requirement, which are outlined in the statute. This Business Impact Estimate form is provided to document compliance with and exemption from the requirements of Sec. 125.66(3), Fla Stat. If one or more boxes are checked below under "Applicable Exemptions," this indicates that Indian River County has determined that a business impact estimate is not required by law for the proposed ordinance. If no exemption is identified a business impact estimate is required by Sec. 125.66(3), Fla. Stat. and must be provided in the "Business Impact Estimate" section below. This Business Impact Estimate Form may be revised following its initial posting. Proposed ordinance's title/reference: Ordinance 2025- : Removing duplexes from County site plan review requirements Applicable Exemptions ❑ The proposed ordinance is required for compliance with Federal or State law or regulation; ❑ The proposed ordinance relates to the issuance or refinancing of debt; ❑ The proposed ordinance relates to the adoption of budgets or budget amendments, including revenue sources necessary to fund the budget; ❑ The proposed ordinance is required to implement a contract or an agreement, including, but not limited to, any Federal, State, local, or private grant or other financial assistance accepted by the municipal government; ❑ The proposed ordinance is an emergency ordinance; ❑ The ordinance relates to procurement; or ❑ The proposed ordinance is enacted to implement the following: a. Development orders and development permits, as those terms are defined in s. 163.3164, and development agreements, as authorized by the Florida Local Government Development Agreement Act under ss. 163.3220-163.3243; b. Comprehensive plan amendments and land development regulation amendments initiated by an application by a private party other than the County; c. Sections 190.005 and 190.046, Florida Statutes, regarding community development districts; d. Section 553.73, Florida Statutes, relating to the Florida Building Code; or e. Section 633.202, Florida Statutes, relating to the Florida Fire Prevention Code. Business Impact Estimate: Indian River County hereby publishes the following information: 1 Note to Staff: This form should be completed and included in the Business Impact Estimate Form agenda packet for the item which the proposed ordinance is to be Form revised 12/23/24 considered and must be posted on the Indian River County's Website by the time notice of the proposed ordinance is published. 561 1. Summary of the proposed ordinance (must include a statement of the public purpose, such as serving the public health, safety, morals, and welfare): The proposed ordinance will remove the requirement for duplexes on individual lots or parcels of record to obtain site plan approval from the Indian River County Technical Review Committee. Instead, duplexes on individual lots or parcels of record will be reviewed and approved through the building permit review process. This ordinance is intended to reduce the costs associated with designing and permitting duplexes on individual lots or parcels of record. 2. An estimate of the direct economic impact of the proposed ordinance on private, for-profit businesses in the county, including the following, if any: (a) An estimate of direct compliance costs that businesses may reasonably incur if the ordinance is enacted: Not Applicable. This ordinance is intended to reduce costs associated with designing and permitting duplexes on individual lots or parcels of record. (b) Identification of any new charge or fee on businesses subject to the proposed ordinance, or for which businesses will be financially responsible: Not Applicable. (c) An estimate of the County's regulatory costs, including an estimate of revenues from any new charges or fees that will be imposed on businesses to cover such costs: Not Applicable. 3. A good faith estimate of the number of businesses likely to be impacted by the ordinance: Approximately 5 to 10 businesses that design or permit a duplex project within Unincorporated Indian River County each year. 4. Additional information the governing body determines may be useful (if any): Not Applicable. Business Impact Estimate Form Form revised 12/23/24 Note to Staff: This form should be completed and included in the agenda packet for the item which the proposed ordinance is to be considered and must be posted on the Indian River County's Website by the time notice of the proposed ordinance is published. 56 Land Development Regulation (LDR) Amendments to Remove Duplexes from the Site Plan Review and Approval Process Board of County Commissioners January 14, 2025 LDR Amendment Process • Legislative in nature • Requires a public hearing by the PZC with a recommendation to the BCC • Final public hearing by the BCC 2 Background / Analysis The County LDRs currently require duplexes to be reviewed and approved via the minor site plan review and approval process ➢ Requires application(s) and fee(s) ➢ More substantial submittal requirements ➢ 3-6 month approval process ➢ Typically requires services from a consulting civil engineer The County Affordable Housing Advisory Committee (AHAC) directed staff to proceed with LDR amendments to remove duplexes from the site plan review and approval process ➢ Intended to reduce the cost of building duplexes on individual lots Background / Analysis • Duplexes are already exempted from most stormwater and traffic/parking requirements throughout the existing LDRs • Duplexes will be required to provide an individual lot drainage plan, and obtain a Type "C" stormwater permit if located in the floodplain • Must be zoned appropriately and meet all applicable zoning and dimensional criteria (e.g. lot size, lot width, setbacks, etc.) • Not intended to exempt a site plan or subdivision project that proposes multiple duplex units/lots • Staff supports the proposed LDR amendment PZC Recommendation ➢ At it's regular December 12, 2024 meeting, the PZC conducted a public hearing, and recommend that the BCC adopt the proposed LDR amendments by a vote of 7-0 Staff Recommendation ➢ That the BCC adopt the proposed LDR amendments to remove duplexes on individual lots or parcels of record from the County's site plan requirements 5 PO Box 631244 Cincinnati, OH 45263-1244 AFFID,MB Kathy Chartist IndianRiver County Planning 180121 Th Street Veto Beach FL 3MO NATE OF WISCONSIN, COUNTY OF BROWN Before the undersigned authority personally appeared, who on oath says that he or she is the Legal Advertising Representative of the Indian River Press Journal/St Lucie News Tribune/Stuart News, newspapers published in Indian River/St Lucie/MargCotaWes, Florid;-that,*— a attach 000y of advertisement, being a Legal Ad*,** tot O Govt Public Notices, was published on the publicly accessible websites of Indian River/St Lucie/Martin Counties, Florida, or in a newspapeirby print In the Issues of, on: 12/29/2024 Affiant further says that the website t31 xlefutspt'opi .... with all legal requirement's for pu0k,'oti9_040Wl5::. FloIn Statutes. Subscribed and:sworn to bye mo, 11 tho gyp! dedk who .. . is personally knptNrl� My ex Publication Cost: *174:49 Tax AmoutlL'• OAO PdylY►eat $1117440 Cinder No! 1(*74045 # of Copies: Customer No: 1125071 p PO #: LSAR0211477 THIS 13 NOT AN INVOICE-1. " PJewIAO am ose fti form for payment remittance. KAITLYIJ Not0t'VFt1b11C Mate of W13po olp i IS HEREBY IVEN that . rd of County Commission- - - n River County, Florida slao(Fd'6 public hearing at which parties In Interest and citizens shall have an opportunity to be heard, in the County Commission Cham- bers of the County Administration Building located at 1801 27th Street, Vero Beach, Florida, on Tuesd. anuary 14, 2025 at 9.00 AM, consider AdoptioO at til i l'....: ontitled; AN. OROINANCE OF JUMN RWER COUNTY, A00it AMENDING SE `lON -051; (Applicability and 1'elationship to rather regulations) and SECTION 012.08 (Drainage; stormwater management' and flood protection) OF CHAPTER 912 (single-family development); and Section 914.04 (applicability) and Section 914.06 (General thresholds and procedures for site plan review and approval) of ... Chapter 'IF_:' ,ITE PLAN REVIEW p AFS , AL PROCEDURES), tHE: OF INDIAN RIVER T PROVIDING FOR It CT AND SEVERABIL- OVIDING FOR CODIFICA- 1(# 3 AND PROVIDING FOR AN E F F ECT?: -VE ,04TIEg. A vote wj# be taken on the proposed ordinanbc�`� ce wf adopted, the ordi- nan0t;l Move the requirement for duplexes on individual lots or parcels of record to obtairrsite plan approval from the Indift River County Technical Review Commit- tee. Instead, duplexes on individual lots or parcels of record will be reviewed and approved;. through . _ the building permit revieaiVrocess. Ths s nce is intended reduce #tie �ocI ted with; ieniinng ,Daft of tip lobbinty ' ell l� located in Viel- opment Department on' fhe "first !floor of the County Administration Complex' Building .*A ne who vuish to 0aftftea WOWN. i- dsion, ale p tree _. i�ffSfiir� #Fi b ver i±at'L-6 proceedings iM�l s testimony the appeal is based. Please direct planning -related ques- tions to the Current Development Section at 772-226-1239. ANYONE WHO NE ACCOMMODATION# MEETING MUST COUNTY`S AME DIS BI DINATO LEAST' OF THFa,> INDIAN ]k' SIONER BY s.. Fiescher, man Decemb LSAR02 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr., County Administrator FROM: Cindy Thurman; Senior Planner, Long Range Planning DATE: December 31, 2024 RE: Consideration of an Ordinance of Indian River County Florida Amending the Zoning Ordinance, and the Accompanying Zoning Map for Approximately f5.70 Acres from CL, Limited Commercial District to CG, General Commercial District (2024090035-910304) [Quasi -Judicial] It is requested that the data presented herein be given formal consideration by the Board of County Commissioners at its regular meeting of January 14, 2024. DESCRIPTION AND CONDITIONS The subject property consists of f5.70 acres which is the north portion of a 7.91 -acre parcel located between Old Dixie Highway and 39th Avenue, west of U.S. Highway 1, approximately 300 feet north of the terminus of 73rd Street (see Attachment 1). The applicant requests to rezone the subject property from CL, Limited Commercial District to CG, General Commercial District. The purpose of this request is to secure zoning to develop the site for more general commercial uses. The requested CG zoning designation is consistent with the subject property's C/I, Commercial/Industrial future land use designation. The applicant's justification statement states that the current CL zoning district "only permits limited commercial uses such as professional offices and certain less intense retail uses and excludes other more intense uses permitted in the CG district. Due to changes in the economy and employment practices and retail business services, the typical CL uses are not favorable for development and business opportunities." Existine Land Use Pattern This area is characterized by a sparse mixture of commercial and industrial uses, with residential development on the east side of U.S. Highway 1, along the 73rd Street corridor. To the north of the subject property is an established plant nursery with a garden center that was developed in the 1970s. To the east is a small restaurant and a small nonconforming residential home. To the west is Old Dixie Highway and the FEC railroad tracks. On the east side of U.S. Highway 1 is a +9 - acre parcel, occupied by the Polish American Social Club of Vero Beach. 563 The remaining portion of the property that will not be rezoned will remain CL (approximately 2.21 acres) and serve as a zoning buffer. Located to the south of the subject parcel is undeveloped land. The remaining parcel's land area, where it abuts the nonconforming residential use, is too narrow to develop and required setbacks and buffering constrain the site for significant development. Zoning District Differences In terms of permitted uses, there are both similarities and differences between the existing CL district and the proposed CG district. The distinctions between these two zoning districts are best illustrated through their respective purpose statements, as outlined in the County's Land Development Regulations (LDRs). These purpose statements provide a clear framework for understanding the intent and scope of each district's allowable uses and development potential. The purpose statements are as follows: CL: Limited Commercial District: The CL, Limited Commercial District is intended to provide areas for the development of restricted commercial activities. The CL district is intended to accommodate the convenience retail and service needs of area residents while minimizing the impact of such activities on any nearby residential areas. CG: General Commercial District. The CG, General Commercial District, is intended to provide areas for the development of general retail sales and selected service activities. The CG district is not intended to provide for heavy commercial activities, such as commercial service uses, heavy repair services, or industrial uses. Analysis The following analysis is per Chapter 902: Administrative Mechanisms, Section 902.12(3), which states that all proposed amendments shall be submitted to the Planning and Zoning Commission, which shall consider such proposals in accordance with items (a) through (k) of Section 902.12(3). Item A - Whether the proposed amendment conflicts with any applicable portion of the land development regulations (LDRs). Staff cannot identify any conflicts with the proposed rezoning and any of the land development regulations. More intensive commercial activities such as drive-through restaurants may be introduced into this CL area, however, limiting the CG to the northern portion which is adjacent to the existing garden center uses on the north side of the subject property, would ensure ongoing compatibility. Item B - Whether the proposed amendment is consistent with all elements of the Indian River County Comprehensive Plan. The goals, objectives, and policies outlined in the comprehensive plan are critical to guiding the County's development. Policies serve as actionable commitments that direct how the County will shape and manage growth. These policies form the foundation for all land development decisions, ensuring that the County's planning efforts align with its long-term vision. 2 564 While all policies within the comprehensive plan hold significance, certain policies are more directly relevant when evaluating rezoning requests. For this case, Future Land Use Element Policies 1. 17, 1.18, and 1.43 are especially applicable. These policies provide specific guidance and criteria that must be carefully considered to ensure consistency with the County's development goals and the compatibility of land uses within the community. Future Land Use Element Policies 1.17 and 1.18 Future Land Use Element Policy 1.17 requires all commercial and industrial uses to be situated within the County's Urban Service Area. Additionally, Future Land Use Element Policy 1.18 permits a range of uses under the commercial/industrial land use designation, including business and personal services, retail, office, and storage/warehousing, subject to applicable zoning district regulations. Given that the subject property is located within the County's Urban Service Area, and the proposed CG, General Commercial zoning district is intended to accommodate the types of uses permitted under the C/I land use designation, the requested rezoning is consistent with the intent of Future Land Use Element Policies 1.17 and 1.18. Future Land Use Element Policy 1.43 Future Land Use Element Policy 1.43 provides criteria that the Board of County Commissioners may use to determine whether a proposed zoning district is appropriate for a particular site. Below are the specific rezoning criteria from Policy 1.43, the CG zoning district, and staff determinations of how the criteria have been met in Table 1. Table 1 SUBJECT PROPERTY Proposed General Commercial CG Zoning District Review Criteria Meets Comments Criteria? 1. Along arterial roads and major intersections Yes The property has some frontage along U.S. Highway 1, Old Dixie Highway. 2. Separated from residential development Yes Property remains separated by CL property and does not abut residentially zoned or used property. 3. Separated from industrial areas Yes The property is separated from industrial areas by the FEC railroad tracks and Old Dixie Highway. 4. Near retail and office areas Yes I Nearby existing retail, office, and a social club. The nearby properties in this location include existing CG -zoned properties and the presence of elements that support general commercial development. Item C - Whether the proposed amendment is consistent with existing and proposed land uses. The subject property is designated as C/I, Commercial/Industrial on the Future Land Use Map. Since CG, General Commercial zoning is permitted within the C/I land use designation, the proposed rezoning is consistent with the property's Future Land Use Map designation. This 3 565 alignment ensures that the proposed zoning district is following the County's long-term land use planning objectives. Item D - Whether the proposed amendment follows the adopted county thoroughfare plan. The subject property to be rezoned is the north ±5.70 acres of the total 7.91 -acre parcel, which is located between Old Dixie Highway and 39th Avenue, west of U.S. Highway 1, approximately 300 feet north of the terminus of 73rd Street. The property also contains frontage on U.S. Highway 1 which is designated as an arterial roadway. Item E - Whether the proposed amendment would generate traffic which would decrease the service levels on roadways below the level adopted in the comprehensive plan. The traffic impact analysis submitted by the applicant's Civil Engineer showed that all roadway segments within the area of influence would operate at an acceptable level of service with the most intense use of the property under the proposed zoning district. There will be no net change to the estimated traffic generation due to the rezoning of the site. Item F - Whether there have been changed conditions which would warrant an amendment. The applicant indicates that "Economic factors and the COVID epidemic have created a new employee work reality — office employees commonly work remotely (from home). The Vero/IRC market already has a glut of office space, and this new reality in the workplace has created even less need for professional office space." Technology (internet/cell phones) and the COVID epidemic have created a new retail business model where everything from meals, groceries, home furnishings and supplies can be delivered to your front door. Traditional retail business space is in less demand." Staff notes that the property is situated in an existing limited commercial node, remains largely undeveloped, and that these conditions have not significantly changed. Item G - Whether the proposed amendment would decrease the level of service established in the comprehensive plan for sanitary sewer, potable water, solid waste, drainage, and recreation. Based upon the analysis conducted by staff, it has been determined that all concurrency -mandated facilities, including stormwater management, solid waste, water, wastewater, and recreation, have adequate capacity to accommodate the most intense use of the subject property under the proposed rezoning. Per Indian River County LDRs, the applicant may be required to pay utility connection and other customary fees and comply with other routine administrative procedures. If approved, rezoning does not guarantee any vested rights to receive water and wastewater treatment service. As with all development, a more detailed concurrency review will be conducted during the development review process. 4 566 As per section 910.07 of the County's LDRs, the conditional concurrency review examines the available capacity of each facility with respect to a proposed project. Since rezoning requests are not development projects, County regulations call for the concurrency review to be based on the most intense use of the subject property allowed within the requested zoning district. For commercial rezoning requests, the most intense use of a property varies with the zoning district. In the case of CL zoned property, the most intense use (according to County LDRs) is retail commercial, with 10,000 square feet of gross floor area per acre. For the CG rezoning request, the most intense use is general manufacturing, with 10,000 square feet of gross floor area per acre. The site information used for the concurrency analysis is as follows: 1. Size of Area to be Rezoned: 2. Existing Zoning District: 3. Proposed Zoning District: 4. Most Intense Use of Subject Property Under Existing Zoning District: 5. Most Intense Use of Subject Property Under Proposed Zoning District: ±5.70 acres CL, Light Commercial District CG, General Commercial District 57,000 s.f. of Retail Commercial 57,000 s.f. of General Manufacturing Item H - Whether the proposed amendment would result in significant adverse impacts on the natural environment. The subject property proposed to be rezoned from CL to CG is undeveloped. Since the subject property does not contain any land designated by the State of Florida or the U.S. Federal Government as environmentally sensitive or protected land, such as wetlands or sensitive uplands, rezoning the site is anticipated to have no adverse impacts on environmental quality. When development is proposed for the subject site, a more detailed environmental analysis based on the site-specific development proposal will be conducted. Item I - Whether the proposed amendment would result in an orderly and logical development pattern, specifically identifying any negative effects on such pattern. Maintaining appropriate zoning buffers between the residential areas to the east ensures a balanced transition between commercial and residential uses. This context reinforces the suitability of the requested CG zoning for the subject property while maintaining the CL district to the south and north. The proposed amendment aligns with the comprehensive plan and surrounding zoning districts, promoting a logical and orderly development pattern. By facilitating compatible land uses, the amendment will contribute to a cohesive and well-planned transition between commercial and residential areas, ensuring sustainable growth while adhering to the County's long-term land use 567 vision. This rezoning will support the efficient use of land and infrastructure, enhancing the overall functionality and character of the area. Item J - Whether the proposed amendment would conflict with the public interest and is in harmony with the purpose and interest of the land development regulations. Staff has not identified any adverse impacts to public welfare and finds that the request aligns with the purpose and intent of the land development regulations. The proposed amendment is consistent with established planning principles and supports the broader objectives of promoting orderly growth and compatible land use. As such, the request is deemed to be in harmony with the County's regulatory framework and community development goals. Item K - Any other matters that may be deemed appropriate by the planning and zoning commission or the board of county commissioners in review and consideration of the proposed amendment, such as police protection, fire protection, and emergency medical services. Based upon the analysis conducted by staff, it has been determined that all concurrency -mandated facilities, including police protection, fire protection, and emergency medical services, have adequate capacity to accommodate the most intense use of the subject property under the proposed rezoning. REQUIRED NOTICE For this project, staff was required to publish a legal advertisement in the newspaper, send out notice by mail to all property owners within 300 feet of the project site, and post a project notice sign at the project site. CONCLUSION The requested CG zoning district is compatible with the surrounding area and aligns with the goals, objectives, and policies of the Comprehensive Plan. Furthermore, it is consistent with the County's Land Development Regulations (LDRs). The subject property is situated in a location that is well- suited for commercial uses, including those permitted within the CG district, reinforcing its appropriateness for the proposed rezoning. This request supports the County's vision for balanced and strategic land use development. STAFF RECOMMENDATION Based on the analysis, staff recommends that the Board of County Commissioners approve this request to rezone the north + 5.70 acres of the + 7.91-acre_subject property from CL to CG. PLANNING AND ZONING COMMISSION RECOMMENDATION: The Planning and Zoning Commission, at its regular meeting on December 12, 2024, unanimously recommended approval of the rezoning request. 6 568 ATTACHMENTS 1. Existing Zoning Map 2. Existing Future Land Use Map 3. Rezoning Application 4. Draft Ordinance 569 ATTACHMENT 1 ATTACHMENT 2 571 ATTACHMENT APPLICATION FORM REZONING REQUEST (RZON) INDIAN RIVER COUNTY Each application must be complete when submitted and must include all required attachments. An incomplete application will not be processed and will be returned to the applicant. Assigned Project Number: RZON - Current Owner Applicant (Contract Purchaser Agent Name: Leopaldo Llonch, Jr. Indian River MotorHaus 2.0 LLC Schulke, Sittle & Stoddard, LLC Complete Mailing Address: 3173 Dockside Drive Gainesville, GA 30501 »» —n Rtwer aria sae zot,vero eaadi Fl 32080 7717 Mdlen River SW Ste 201 Vem Beach FI 32980 Phone #: (including area code 772-770-9622 772-770-9622 Fax #: (including area code E -Mail: jschulke®indianrtvemtotorhaus.com jschulke@sbsengineers.com Contact Person: Leo Llonch Joseph Schulke, P.E. Joseph Schulke, P.E. Signature of Owner or Agent: Property Information Site Address: 7420 Old Dixie Hwy, Vero Beach, FL 32987 Site Tax Parcel I.D. #s: 32390300000300000016.0 Subdivision Name, Unit Number, Block and Lot Number (if applicable) N/A Existing Zoning District: CL Existing Land Use Designation: Cil Requested Zoning District: CG Total(gross) Acreage of Parcel: 7.9 1 Acreage net to be Rezoned: 5.70 Existing Use on Site: Undeveloped Proposed Use on Site: Indoor Parking and storage, garage condo / aka "man cave" THE APPLICANT MUST ATTEND A PRE -APPLICATION CONFERENCE WITH LONG-RANGE PLANNING SECTION STAFF PRIOR TO APPLYING IN ORDER TO RESOLVE OR AVOID PROBLEMS CONNECTED WITH THE REZONING REQUEST. 572 REZONING APn�IC.A TON CMECKLIST Please attach the following items to this application. Do not ignore any of the items. Indicate "M -KIM item is not applicable. ITF.ltdl5i.. Checklist Staff Checklist 2...mig 04 Rezonin A Iicati€ n P . front x . 3. Wer. of Authorization from Cumm wears) OR CWTW Owner is Applicant 4.: Varifled statement (separate letter) : 'y 1 individual or entity having legal or equitable ownersl* in the PERggrt S. floe " 1 C of the . _.: Owners Deed X 6. A CunvW Owner's r& Policy Certificate of T 'from. a Tide Company An attorney's wrMen opinion evidetwipS fee 4�A oIne • ` of the owyely, 7. A justification of duMp statement d+eWbd' intended. usa S. one 01 boondaxy sumy.of0*,azea 10, be X rearmed, The boundary survey shall,indWie. W1 not be limited to the following: o a legal description of the hand to be m.z9ned a the size of the land, to be rezoned a the rAft road right-of-way width of adjacent roads; and anon► I. tic v ion (M Wald is . ,. ble) jef Wdescription 10. Provide a digital map file of ttie boundary S Wy provided in Iters.8 above in Mier AutaC l (A or Edi Shape file (.Shp):&rmat. 1 I . Copy Of Awed Cttn+unra►+Certitlts X 9—ItCc►py of filed motion fit Con Catfificate,, includimi tic s if "aft"—ft .. . Revised: September29; 022 F:\Community DevelopmenAAPPLICATIOWComp. Plan and Rezoning applications\rezoningrequestform - Updated 202 Ldocx 2 573 Indian 10OW 00 Future Land Use Map rwo ezoning Authorizat loom, ORDINANCE NO. 2025 - AN ORDINANCE OF INDIAN RIVER COUNTY, FLORIDA, AMENDING THE ZONING ORDINANCE AND THE ACCOMPANYING ZONING MAP FOR APPROXIMATELY 5.70 ACRES LOCATED AT THE TERMINUS OF 73'm STREET AND OLD DIXIE HIGHWAY, WEST OF U.S. HIGHWAY 1, FROM CL, LIMITED COMMERCIAL DISTRICT, TO CG, GENERAL COMMERCIAL DISTRICT; AND PROVIDING CODIFICATION, SEVERABILITY, AND EFFECTIVE DATE. WHEREAS, the Planning and Zoning Commission, sitting as the local planning agency on such matters, held a public hearing and subsequently made a recommendation of approval regarding this rezoning request; and WHEREAS, the Board of County Commissioners of Indian River County, Florida, did publish and send its Notice of Intent to rezone the hereinafter described property; and WHEREAS, the Board of County Commissioners held a public hearing pursuant to this rezoning request, at which parties in interest and citizens were heard; and WHEREAS, the Board of County Commissioners determined that this rezoning is in conformance with the Comprehensive Plan of Indian River County. NOW, THEREFORE, BE IT ORDAINED by the Board of County Commissioners of Indian River County, Florida, that the zoning of the following described property situated in Indian River County, Florida, to -wit: A PORTION OF THE SOUTHWEST 1/4 OF THE NORTHWEST 1/4 LYING EAST OF OLD U.S. #1, IN SECTION 3, TOWNSHIP 32 SOUTH, RANGE 39 EAST, SAID LAND LYING AND BEING IN INDIAN RIVER COUNTY, FLORIDA, AND BEING MORE PARTICULARLY BOUNDED AND DESCRIBED AS FOLLOWS: COMMENCING AT THE NORTHEAST CORNER OF THE SOUTHWEST 1/4 OF THE NORTHWEST 1/4 OF SAID SECTION 3, RUN S00°02'40"W, ALONG THE WEST RIGHT-OF-WAY LINE OF U.S. HIGHWAY NO. 1, FOR A DISTANCE OF 136.40 FEET TO THE POINT OF BEGINNING OF THE HEREIN DESCRIBED PARCEL OF LAND; FROM THE POINT OF BEGINNING, CONTINUE S00°02'40"W, ALONG SAID WEST RIGHT-OF- WAY LINE, FOR A DISTANCE OF 164.94 FEET TO A POINT OF CURVATURE OF A NON - TANGENT CURVE CONCAVE TO THE SOUTHEAST AND HAVING A RADIUS OF 185.00 FEET, A CHORD BEARING OF S17052'07"W, AND A CHORD LENGTH OF 114.34 FEET; THENCE RUN SOUTHWESTERLY ALONG THE ARC OF SAID CURVE, THE SAME BEING THE WEST RIGHT - 575 ORDINANCE NO. 2025 - OF -WAY LINE OF 39TH AVENUE, THROUGH A CENTRAL ANGLE OF 36°00'06", FOR AN ARC DISTANCE OF 116.24 FEET TO A POINT; THENCE CONTINUING ALONG THE WEST RIGHT- OF-WAY LINE OF 39TH AVENUE, RUN N89°34'20"E FOR DISTANCE OF 10.00 FEET TO A POINT; THENCE CONTINUING ALONG SAID WEST RIGHT-OF-WAY LINE, RUN S00°02'40"W FOR A DISTANCE OF 280.65 FEET TO A POINT; THENCE DEPART SAID WEST RIGHT-OF- WAY LINE AND RUN N89046'50"W FOR A DISTANCE OF 306.21 FEET TO A POINT ON THE EAST RIGHT-OF-WAY LINE OLD DIXIE HIGHWAY (OLD U.S. HIGHWAY NO. 1), THENCE RUN N25053'15"W FOR A DISTANCE OF 615.90 FEET TO A POINT; THENCE DEPART SAID EAST RIGHT-OF-WAY LINE AND RUN S89054'42"E FOR A DISTANCE OF 600.54 FEET TO THE POINT OF BEGINNING. SAID PARCEL CONTAINS APPROXIMATELY 5.70 ACRES (248,456.6 SQ./FT.) MORE OR LESS, and is changed from CL, Limited Commercial District to CG, General Commercial District. All with the meaning and intent and as set forth and described in said Land Development Regulations. This ordinance shall become effective upon filing with the Department of State. Approved and adopted by the Board of County Commissioners of Indian River County, Florida, on this day of , 2025. This ordinance was advertised in the Press -Journal on the 29th day of December 2024, for a public hearing to be held on the 14th day of January 2025 at which time it was moved for adoption by Commissioner , seconded by Commissioner , and adopted by the following vote: Joseph E. Flescher, Chairman Deryl Loar, Vice -Chairman Susan Adams, Commissioner Joseph H. Earman, Commissioner Laura Moss, Commissioner BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY Joseph E. Flescher, Chairman ATTEST: Ryan L. Butler, Clerk of Circuit Court and Comptroller BY Deputy Clerk: 576 ORDINANCE NO. 2025 - This ordinance was filed with the Department of State on the following date: APPROVED AS TO FORM AND LEGAL SUFFICIENCY Jennifer W. Shuler, County Attorney APPROVED AS TO PLANNING MATTERS Christopher Balter, Planning & Development Services Director 577 Indian River County Board of County Commissioners � January 14, 2025 Leopaldo Llonch Jr.'s Rezoning Request from CL, Limited Commercial to CG, General Commercial Description & Condit ons • The subject property to be rezoned is the north +5.70 acres of the overall 7.91 -acre parcel. The parcel is located between Old Dixie Highway and 39th Avenue, west of U.S. Highway 1. • The purpose of this request is to rezone just the northern portion of the property to CG to secure the zoning to develop the site with general commercial uses. • This area of the County is characterized by a sparse mixture of commercial, and industrial uses with residential development on the east side of U.S. Highway 1, along the 73rd street corridor. • To the north of the subject property is an established plant nursery with a garden center that was developed in the 1970s. To the east is a restaurant and a small nonconforming residential home. To the west is Old Dixie Highway and the FEC railroad tracks. On the east side of U.S. Highway 1 is a ± 9 -acre parcel, occupied by the Polish American Social Club of Vero Beach. • The remaining southern 2.21 acres will not be rezoned and will remain CL and serve as a zoning buffer. It is ultimately too narrow to develop and required setbacks and buffering constrain the site for significant development. Zoning Map SUBJECT PROPERTY CL to CG (North 5.70 Ad _ n_rr. cf 9l acre total l S` # MM•1101`.w Future .Land Use Mao...: CL, Limited Commercial District — Existing Zoning • Intended to provide for areas of development of restricted commercial activities. • Intended to accommodate the convenience retail and service needs of area residents while minimizing the impact of such activities on any nearby residential areas. • No drive-throughs are permitted in CL. • No outside activities or storage is permitted in CL CG, General Commercial District - Proposed Zoning • Intended to provide for areas of development of general retail sales and selected service activities. • The CG zoning district is not intended to provide for heavy commercial activities, such as outside commercial service uses, or heavy repair services. • No outside storage is allowed. • Self -Storage in CG is limited to no more than 3 acres. 697 ., 3 Rezoning Request is Consistent with C/I Future Land Use Designation • Part of an established Commercial/Industrial future land use node. • The Commercial/Industrial future land use designation is intended to provide areas for the development of industrial and commercial uses. • Located in areas with suitable levels of service and infrastructure for urban scale development. • Located along major transportation routes and separated from residential areas. • No Future Land Use Amendment change is proposed as part of this request. Iagr:902.12'(3). . A. In conflict with any applicable portion of the land development Meets Criteria No conflicts with the applicable land regulations? "r development regulations for the requested' G '. zoning designation are present. Potential buffering benefits from nonconforming uses will be aided by request. ets,. ri r' Future Land Use Element: Objective 1 Policies 17, 1.18 & 1.43. Nearby properties include ses permitted in CG zoning district G Consistent_ with Existin &Pro sed Land Uses ' eets Criteria,roposed CG Zoning is consistent with the existing C/I, Commercial/Industrial FLU. (No Future Land Use Amendment change is ; - proposed as part of this request) � e'efs Criteria` The property isbetween'Old Dixie"Highwayand Yp < 39th Avenue and west of U.S. Highway 1 £ E. Generate traffic which would decrease levels of service as Meets Criteria All roadway segments within the area of adopted? influence would operate at an acceptable LOS under the proposed CG Zoning. 57� � s Conclusion The requested CG zoning district is: • Compatible with the surrounding area ✓ • Consistent with the goals, objectives, and policies of the County's adopted Comprehensive Plan V/ • Is consistent with the County's Land Development Regulations ✓ • Subject property is deemed suitable for CG zoning • Supported by Staff ✓ • On December 12, 2024 the PZC unanimously voted to recommend approval of the request to rezone the subject property from CL to CG. ✓ Recommendation Staff and the Planning and Zoning Commission recommend that the Board of County Commissioners approve this request to rezone the subject property from CL to CG. 000MG PO Box 631244 Cincinnati, OH 45263-1244 A11012m K It Ilk ARM .v Kathy Charest Kathy Charest Indian River County Planning 180127th Street FL Vero Beach 32960 STATE OF WISCONSIN, COUNTY OF BROWN Before the undersigned authority personally appeared, who on oath says that he or she is the Legal Advertising .... Representative of the Indian River Press Journal/intA406 News Tribune/Stuart News, newspapers published 1h .... : River/St'Lucie/Martin tea oitfes, Florida; that "artier` c"y Of advertbom.e.01 b a Legal A4 itf OWOf Public Notices, was published on the pubhcly accessible websites of Indian Rlver/St Lucfe/Martin Countles, Florida;: or In a newspaper by print in the issues of,ltrl: 12129/2024 Affiant further says that tho webs •or oe,"pater with aft legal requirements for pu ion1 timptetso . Florida Statutes. Subscribed and sworri to before me, by the; rf eierk, Is personally known t me, on 4 1.cg9i Ci Notary, 8iiiii of tat My comtilittlon expires - Publication Cost: $472.40 Tax Amount: $0.00 Payment Cost: $472.40 Order o: 10884042 06111C110101 :. Customer No: 1125971 1 PO #: THIS is NOT AW INVOWEI Please do no! uaelhis A/ KATtL .... ..... ►V'ot8i'y F'ttbtiC stato :of 'ill is ons it P n Mian River Board 4a" � .. �//�: Jennifer W. Shuler County Attorney Susan J. Prado, Deputy County Attorney Christopher A. Hicks, Assistant County Attorney 1161 PUBLIC NOTICE ITEM - B.C.C. 1/14.25 LEGISLATIVE Ofce of INDIAN RIVER COUNTY MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, County Administrator FROM: Christopher A. Hicks, Assistant County Attorney DATE: December 30, 2024 ATTORNEY SUBJECT: Public Notice of a Public Hearing for January 28, 2025 to Consider an Ordinance Amending Section 103.22 of the County Code Relating to the Children's Services Advisory Committee The Board of County Commissioners will hold a Public Hearing on Tuesday January 28, 2025 at 9:05 a.m. or as soon thereafter as the matter may be heard to consider the adoption of the following: AN ORDINANCE OF THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, AMENDING INDIAN RIVER COUNTY CODE CHAPTER 103, SECTION 103.22 "APPOINTMENT TO THE CHILDREN'S SERVICES ADIVSORY COMMITTEE" 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, F132690 578 `3. INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Board of County Commissioners THROUGH: John A. Titkanich, Jr. County Administrator PREPARED BY: Chris Balter; Planning & Development Services Director DATE: December 31, 2024 RE: Treasure Coast Diagnostic Laboratory, Inc.'s Request for a Local Jobs Grant It is requested that the information herein presented be given formal consideration by the Board of County Commissioners at its meeting of January 14th, 2025. EXECUTIVE SUMMARY The following memorandum outlines Treasure Coast Diagnostic Laboratory, Inc.'s request for a local jobs grant. This grant supports the County's economic development initiatives by providing financial incentives to businesses that create high -paying, full-time jobs within Indian River County. Treasure Coast Diagnostic Laboratory, Inc. proposes to establish a targeted business in the County, creating seven (7) new positions, of which all meet the minimum wage requirements under the County's Local Jobs Grant Program. The company qualifies for a grant of up to $27,000, payable in phases over a five-year period. DESCRIPTION AND CONDITIONS Established in 1996, the Local Jobs Grant Program was designed to attract targeted businesses and encourage existing businesses to expand their operations within Indian River County. The program was subsequently revised in 2000, 2006, and 2009 to adapt to changing economic conditions. To qualify, applicants must create at least five (5) newjobs with wages equal to or exceeding 75% of the County's average annual wage ($53,863). As of this application, 75% of the County's average annual wage is $40,397. Four (4) of the proposed positions meet this threshold, while three (3) meet or exceed 100% of the average annual wage. 579 ANALYSIS Company Overview Treasure Coast Diagnostic Laboratory, Inc., founded in 2023, is a leading provider of diagnostic services, performing lab tests for patients, medical offices, and individual clients. The company plans to expand its operations within Indian River County, creating seven (7) full-time positions. Due Diligence As part of the process of evaluating Treasure Coast Diagnostic Laboratory for participation in the County's Local Jobs Grant Program, County staff and Chamber of Commerce staff conducted research on Treasure Coast Diagnostic Laboratory, Inc., its officers, and its agents. Actions taken as part of this due diligence process included: • Obtaining and evaluating a Dun and Bradstreet credit/financial report for Treasure Coast Diagnostic Laboratory; • Conducting a general internet search for Treasure Coast Diagnostic Laboratory and its officers using key words such as, but not limited to, "foreclosure", "lawsuit", "crime", "criminal", and "defendant"; • Checking the Florida Department of State Division of Corporations website for corporate registrations and liens; • Searching County official records for tax liens, judgments, and pending litigation; • Using Public Access to Court Electronic Records (PACER) to search for federal civil and federal bankruptcy actions; and • Other searches as needed Staff focused their due diligence research on the main sources of data readily available. Based upon that research and an evaluation by the Chamber's project review committee, Treasure Coast Diagnostic Laboratory appears to be financially acceptable and appears notto have significant legal problems among its principals and officers that might raise concerns for providing Treasure Coast Diagnostic Laboratory with public funds through the Local Jobs Grant Program. Under the jobs grant program, public funds are expended only after performance is verified (new jobs created at adequate wage levels). Local Jobs Grant Eligibility Review ➢ Industry Classification of Business To qualify for the County's Local Job Grant Program, a company must be one of the county's 2 580 targeted industries. Under the County's targeted industry list, Treasure Coast Diagnostic Laboratory, Inc. qualifies for the jobs grant program under the "Life Sciences Industry." ➢ Job Creation Threshold As structured, the county's jobs grant program provides $3,000 for each new position created that pays from 75% to 99.99% of the County's average annual wage; $5,000 for each new position created that pays from 100%to 149.99% of the County's average annual wage; and $7,000 for each new position created that pays 150% or more of the County's average annual wage. Currently, the County's average annual wage is $53,863. It is anticipated that Treasure Coast Diagnostic Laboratory will create 7 new jobs in Indian River County, and all 7 of the proposed jobs will meet the minimum job grant qualification of having wages that are above 75% of the County's average annual wage ($40,397.25). Grant Calculation The following table indicates the number of proposed jobs in each wage category, the amount of job grant associated with that wage category, and the total jobs grant amount. Category Qualified Jobs Amount per Job Total 75% of county average wage 4 $3,000 $12,000 100% of county average wage 3 $5,000 $15,000 150% of county average wage N/A N/A N/A Sub -Total Grant Amount $27,000 Jobs Grant Agreement If the Economic Development Council recommends that the Board of County Commissioners approve Treasure Coast Diagnostic Laboratory, Inc.'s Local Job Grant Application, staff will prepare a local job grant agreement to be executed between the County and Treasure Coast Diagnostic Laboratory, Inc. That agreement will stipulate various requirements, including that: The grant will be payable over a two-year period by phase. Treasure Coast Diagnostic Laboratory,lnc. will provide copies of its quarterly reemployment compensation reports (RT — 6 forms) to the County so that the County can verify that the number of jobs claimed for each local job grant payment level is being provided. 581 ■ Treasure Coast Diagnostic Laboratory Inc. will supply documentation to the County showing that employees reside within the County or in adjacent counties. The agreement will also include automatic termination provisions that are dependent upon performance (or lackthereof) byTreasure Coast Diagnostic Laboratory, Inc. Underthose provisions, automatic termination will occur either on the date the County has made the last jobs grant payment or upon failure of Treasure Coast Diagnostic Laboratory Inc.to meet the minimum of 5 jobs hiring deadline or upon failure to provide quarterly reports for a period of three years. FUNDING & PROPOSED PAYMENT SCHEDULE If approved, the local jobs grant will be funded from the County's General Fund via budget amendment in two separate County fiscal years starting in Fiscal Year (FY) 2025/26, considering all qualifications are met and sustained, as shown in the below table: Fiscal Year Proposed Job Grant Payments 2025/26 $13,500 2026/27 $13,500 Total $27,000 The proposed payment dates and payment amounts stated will vary, depending upon the actual performance byTreasure Coast Diagnostic Laboratory Inc. Since there may be unanticipated delays in hiring new employees, an allowance for an administratively approved extension of up to one year will be included in the jobs grant agreement. That allowance could shift grant payments out by up to one year. rnNri i icinN Based on the analysis conducted, staff have determined that Treasure Coast Diagnostic Laboratory Inc. qualifies for a local job grant of up to $27,000.00. ECONOMIC DEVELOPMENT COUNCIL ACTION At its regular meeting on November 19, 2024, the Economic Development Council voted unanimously to recommend that the Board of County Commissioners approve a local jobs grant of up to $27,000 for Treasure Coast Diagnostic Laboratory, Inc. CI 582 RECOMMENDATION Staff and the Economic Development Council recommends that the Board of County Commissioners: 1. Approve a local job grant of up to $27,000 for Treasure Coast Diagnostic Laboratory, Inc. 2. Authorize the Chair to sign the Jobs Grant Agreement for Treasure Coast Diagnostic Laboratory Inc. after approval of the agreement by appropriate county staff and the county attorney's office (draft agreement attached) ATTACHMENTS 1. Jobs Grant Application 2. Draft Jobs Grant Agreement R 583 r' i INDIAN RIVER COUNTYLOCAL JOBS GRANT PROGRAM APPLICATION Overview To attract new businesses to locate in Indian River County and to encourage existing businesses to expand locally, the Board of County Commissioners (the Commission) has established the Local Jobs Grant program. The program offers eligible businesses (those within the County's Target Industry list) financial incentives for creating new higher -wage jobs within the County and maintaining those jobs over multiple years. Targeted businesses that create five (5) or more new jobs within the County paying at least 75% of the current county average annual wage are eligible to apply. Effective 1/1/2022, the county uses the State's 2020 Average Annual Wage for IRC of $46,289. Qualifying businesses will be paid per job in accordance with the table below. An additional 10% bonus is available for a business that locates within the Indian River County/City of Vero Beach Enterprise Area of Gifford. 7696 to 9909% of c:ounV SVWBge onmal waps 1001% to 149.99% of county average annual wage 150% or more of county average annual wago *Average Annual Wage includes salary, bonuses, and commissions (excluding Local Jobs Grant payments are provided on a per job basis, with 1/3rd of the designated payment being made 1 year after the job is in place, 1/3rd of the designated payment being made 2 years after the job is in place, and 1/31 of the designated payment being made 3 years after the job is in place. Application Review Process Generally, the Local Jobs Grant application and award process takes 30-45 days. Because the Jobs Grant program is an economic development incentive, jobs provided by a company prior to local jobs grant application review and approval are not eligible and should not be included in a Local Jobs Grant application. Applications are first reviewed simultaneously by the Indian River County Chamber of Commerce and the Indian River County Community Development Department to verify that the business meets eligibility criteria and that the application is complete. Once that determination is made, the Local Jobs Grant application is scheduled for review by the Indian River County Economic Development Council (EDC). 1 584 The EDC is an advisory board to the County Commission. As such, the EDC reviews Local Jobs Grant applications and provides comments and recommendations to the Commission. Generally, Local Jobs Grant applications are scheduled for consideration by the Commission approximately 1 to 2 weeks after EDC review. If the Commission approves the application, a Local Jobs Grant agreement is executed between the County and the business and is effective on the day of the Commission approval. For any questions about the Local Jobs Grant program, please call the Indian River County Economic Development Planner at (772) 226 — 1243 or the Indian River County Chamber of Commerce Economic Development Director at (772) 567 — 3491. extension 121. Please Note: Both the Indian River County Chamber of Commerce and Indian River County conduct due diligence on local jobs grant applicant businesses, owners, officers, and agents. As part of the due diligence process, additional information may be requested. Confidential information and results of the County's and Chamber of Commerce's due diligence will be shared only between applicable county staff and the Chamber's Economic Development Director. If the Local Jobs Grant applicant is also applying for state economic development incentives, this confidential information and results of due diligence findings may be shared with Enterprise Florida staff, as covered by State Statute. 585 IV. JOB CREATION IIVf RMAMN Anticipated number of new full-time jobs that will be creftd by the business in Indian Rim County: 5-8 positions Salary range of new full-time jobs identified in the previous question: (PLEASE LIST ALL NEW POSITIONS AND SALARIES ON APPENDIX A OF APPLICATION) V. CRIMINAUCIVIL FINES OR PENALTIES: List and explain any criminal or civil fines or penalties or ongoing investigations that have been imposed upon the company, its executives, or its affiliates and any recent bankruptcy proceedings of the applicant or its parent company: N/A VI. CONFIDENTIALITY: In accordance with Section 288.075 of the Florida Statutes, the Applicant may request that Indian River County maintain the confidentiality of all information regarding the Project (including information contained in this application) for the lesser of a 12 month period after the date of this application (which may be extended for an additional 12 months upon request), 6 months after the issuance of the final project order approving the project or until the information is otherwise disclosed. Please indicate whether the Applicant is requesting confidential treatment of the Project in accordance with Section 288.075 of the Florida Statutes. a Yes F---] No f kii ledge, the inforn tion included in this application is accurate. of Owner or Authodzedlgepresentative Date %U hUGct�l 588 I• Cover letter requesting confidentiality II Brief narrative that describes nature of applicant's business III. Letter of Authorization from owner if applied for by anyone other than .s.. owner IV. Sworn Statement on Disclosure of Relationships and Disclosure of x. Financial Conflict of Interest 589 w 0 :. � '� 'a .� u b � w C � O �= .0 "� •� � Cd C� .0 � F � L CC O "' L � @� � � 'i+ u � � o = � � � ^" u � 0 � o �� tc � � A U a � o Z � a� a � � a � ,� Q �� �w �..� „_ �� �� �� �� �� �� �. �� �� �� �� �� �� �a �� �° o� �� .� .� .� �� ��� ��� ^�� ��� .� 0. c� '� 0 N D 00 Ch Rn V N w U x •� a .o 0 � mag 00 00 '~ 4 Ix o =a M c x ow .� o C 0 N �A 0 C O -MM � -g w .c ti 0 N D 00 Ch Rn BACKGROUND CHECK AUTHORIZATION FORM Name P� Business Entities (e.g., corporations, limited liability companies, etc.) in Which You Have Been a Principal (e.g., owner, shareholder, officer, 4 tor, manager, ber, partner, tc.) ' ast 10 Ye 1 e li t itytu State of Bine ) d �� Q t_Sri C I'C' !„d V1 I (*#IPS . 4wle : n Social Security #' Driver License # �"` ! `�� State Issued Have You Ever Been Convicted of a Crime_ If so, please explain Have Any Civil Judgments or Orders Been Entered Against You or Any Business Entity Named Above in the Past 5 Years If so, please explain I HEREBY AUTHORIZE INDIAN RIVER COUNTY, FLORIDA ("COUNTY') TO CONDUCT A BACKGROUND CHECK OF ME AND ANY BUSINESS ENTITY LISTED ABOVE RELATING TO MY OR ITS CRIMINAL, COMMERCIAL, FINANCIAL OR OTHER HISTORY DEEMED RELEVANT BY THE COUNTY. I UNDERSTAND THAT THE COUNTY MAY UTILIZE OUTSIDE GOVERNMENT AGENCIES, INCLUDING LAW ENFORCEMENT AGENCIES, OR PRIVATE AGENCIES TO ASSIST IN CONDUCTING THE BACKGROUND CHECK. Signature Date o lg3l;—) y Rev 11/2022 592 BACKGROUND CHECK AUTHORIZATION FORM c �/..y Name(;� x'41 Date of Birth �j - ll Other Names You Have Used in the Past 10 Years Address 14"b 't'c-D iN UMC - HapResided in the Past 5 Years l�1-- 3u9 8 Business Entities (e.g., corporations, limited liability companies, etc.) in Which You Have Been a Principal (e.g., owner, shareholder, officer, ector, manage , ember, ne�, etc.) the Past 10 OSS Rle�q list City & Sta of $usmess) WIVal tKUll f 0-- Wt �. of hO (NX I` VA vAc AN 4e -K ._ _ . Social Securitv #�X_� I Driver License # -3 r /" ?70 0 State Issued FL Have You Ever Been Convicted of a Crime A 0 If so, please explain Have Any Civil Judgments or Orders Been Entered Against You or Any Business Entity Named Above in the Past 5 Years If so, please explain I HEREBY AUTHORIZE INDIAN RIVER COUNTY, FLORIDA ("COUNTY") TO CONDUCT A BACKGROUND CHECK OF ME AND ANY BUSINESS ENTITY LISTED ABOVE RELATING TO MY OR ITS CRIMINAL, COMMERCIAL, FINANCIAL OR OTHER HISTORY DEEMED RELEVANT BY THE COUNTY. I UNDERSTAND THAT THE COUNTY MAY UTILIZE OUTSIDE GOVERNMENT AGENCIES, INCLUDING LAW ENFORCEMENT AGENCIES, OR PRIVATE AGENCIES TO ASSIST IN CONDUCTING THE BACKGROUND CHECK. Signature Date" Rev 11/2022 593 August 23, 2024 Mr. Andrew Sobczak Community Development Director Indian River County Community Development Department 1801 27th Street Vero Beach, FL 32960 Dear Mr. Sobczak: In reference to our Jobs Grant incentive application submitted August 23, 2024, we respectfully request Confidentiality, as outlined in Florida Statutes Section 288.075. This includes confidentiality of wages by type of job and company identification information (name, address, contact information, etc.). If you have any questions regarding this request, please contact me at 772-773-1750 f��riHt�f IMmquoll & Rondy Louissaint, Owners Trsasure Coast Diagnostic Laboratory, Inc. CC: Bill DeBraal, Indian River County Attorney Helene Caseltine, Economic Development Director, Indian River County Chamber of Commerce 594 SWORN STATEMENT ON DISCLOSURE OF RELATIONSHIPS AND DISCLOSURE OF FINANCIAL CONFLICT OF INTEREST THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement MUST be submitted with Local Jobs Grant Applications. 2. This sworn statement is submitted by: Treasure Coast Diagnostic Laboratory, Inc. (Name of entity submitting Statement) whose business address is: 1450 Old Dixie Hwy, Vero Beach, FL 32960 3. My name is Racquel R, Louissaint & Rondy Louissaint (Please print full legal name of individual signing) and my relationship to the entity named above is Owners/Founders 4. I understand that an "affiliate" means: The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. I understand that the relationship with a County Commissioner or County employee that must be disclosed as follows: Father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. 6. I understand that business relationships and other financial relationships between affiliate and a County Commissioner or County employee, as each of these terms are defined under items 4 and 5 above, must be disclosed as part of this sworn statement. 7. Based on information and belief, the Disclosure of Relationships statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have anv relationships as defined under item number 5 above, with any County Commissioner or County employee. Local Jobs Grant Applicant Sworn Statement on Disclosure of Relationships Pagg4Sof 3 The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity, have the following relations hips with a County Commissioner or County employee: Name of Affiliate or entity N/A Name of County Commissioner or Employee Relationship 8. Based on information and belief, the Disclosure of Financial Conflict ofnterest statement, which I have marked below, is true in relation to the entity submitting this sworn statement. [Please indicate which statement applies.] X Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, have any financial or business relationships as defined under item number 6 above, with any County Commissioner or County employee. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents, who are active in management of the entity, has the following financial or business relationships with a County Commissioner or County employee: Name of Affiliate or Entity Name of County Commissioner or Employee Description ofBusiness or Financial Relationship N/A STATE • 1 •1, COUNTYOF tA6%.an '. regoing ' en was acknowl edfNRC1(?Ue4 10 (Date) before me this 2 �r d day offiiQw20 '24, by who is personally known to me or who has produced T-L�(`i��e C's t.� crzx-� c.Q.. as identification. NOTARY PUBLIC SIGN: 18 Q a A. �1� PRINT: dyeea M &0-w\ Notary Public, State at large My Commission Expires: 5 ` 5 j 210 (Seal) Notary Public Sate of Florida Andree M. Beam MCommission yFIH 261783 Exp, 5/512026 FACommunity DevelopmentXUsers\FAplatmr\lncentives & Funding\Jobs Grant PrograrMApplicationWINAL Disclosure of Relationships Form.doc Local Jobs Grant Applicant Sworn Statement on Disclosure of Relationships PagWf 3 JOBS GRANT AGREEMENT BETWEEN INDIAN RIVER COUNTY AND TREASURE COAST DIAGNOSTIC LABORATORY, INC. THIS INDIAN RIVER COUNTY JOBS GRANT AGREEMENT ("Agreement") is made as of thel4th day of January 2025 (the "Effective Date") by and between Indian River County, a political subdivision of the State of Florida, by and through its Board of Commissioners, hereinafter referred to as COUNTY, and Treasure Coast Diagnostic Laboratory Inc. a Florida for profit corporation, hereinafter referred to as COMPANY. BACKGROUND RECITALS: WHEREAS, it is the policy of COUNTY to stimulate economic growth in COUNTY by either attracting new businesses to COUNTY or by encouraging the expansion of existing businesses within COUNTY; and WHEREAS, the creation of new employment opportunities for residents of COUNTY and the increased tax revenues resulting from such business expansions or relocations within COUNTY is beneficial to the local economy; and WHEREAS, COUNTY has determined that offering a Jobs Grant Program encourages businesses to expand within or new businesses to locate in COUNTY and thereby creates new employment opportunities for the residents of COUNTY; and WHEREAS, COUNTY, through its Board of County Commissioners, has created a local Jobs Grant Program; and WHEREAS, COMPANY, in accordance with the COUNTY's Jobs Grant Program criteria, is an existing business that will expand its business into the COUNTY to create 5 additional full-time jobs which pay at least 75% of COUNTY's average annual wage level; and WHEREAS, COUNTY has determined that COMPANY is eligible to receive a Jobs Grant; and WHEREAS, COMPANY acknowledges that this Agreement shall be based upon compliance with COUNTY Jobs Grant Program requirements; and, WHEREAS, COUNTY finds and declares that it is in the public interest to award a Jobs Grant to COMPANY pursuant to the terms of this Agreement. NOW, THEREFORE, in consideration of the premises and mutual covenants hereinafter contained, the parties do agree as follows: 1. Definitions. As used in this Agreement, the following terms shall mean: a. "Adjacent Counties" means Brevard, Osceola, St. Lucie, Okeechobee, and Martin Counties. -1- 598 b. "Annual Wage" - includes salary, bonuses, and commissions. c. "Default" - failure to comply with the terms of this Agreement. d. "Expanding Business" — shall be defined as a business expanding its operation over and above its base employment amount at the time of jobs grant approval by 5 or more new jobs to employ 5 or more new full-time employees in the COUNTY within the term of the Grant. e. "Full-time Equivalent Job" - shall be defined as a position that is scheduled for at least 35 hours per week. f. "Indian River County Average Annual Wage" — shall be defined as the average annual wage per job in COUNTY as determined by the Florida Agency for Workforce Innovation, Labor Market Statistics Center, Quarterly Census of Employment and Wages Program, in cooperation with the U.S. Department of Labor, Bureau of Labor Statistics. Currently, the COUNTY's average annual wage is $53,863. This dollar value shall be used for the duration of this Agreement to determine local job grant incentives. g. "New Business" — shall be defined as a business establishing 5 or more new jobs to employ 5 or more new full-time employees in the COUNTY within the term of the Grant (as such term is hereinafter defined), provided that such business first begins operations on a site in the COUNTY clearly separate from any other operation owned by the same business. h. Commencement Date" — the date that the COUNTY begins tracking qualifying jobs for potential local jobs grant payments. Such date shall start on one of the following dates: January 11t, April 1st, July 1St, or October 11t of a year agreed to by COUNTY as established within this Agreement or as otherwise modified in accordance with this Agreement. i. "Qualifying job" — a full-time equivalent job having an annual wage equal to or greater than 75% of Indian River County's Average Annual Wage. Such jobs must be filled by people who live in COUNTY or Adjacent Counties. "Quarterly Reemployment Compensation Report (RT -6 form)" — Form from the Florida Department of Revenue that businesses in the state of Florida must complete and submit to the state on a quarterly basis. Information collected on the form includes the names of employees, their social security numbers, and the gross wages paid to each employee on a quarterly basis. The information is used for reemployment compensation should employees cease to be employed. For purposes of this Agreement, this definition shall also include other similar COUNTY approved certified forms from COMPANY or COMPANY's professional employer organization. -2- 599 k. "Relocation of a business" — a business relocating to COUNTY and employing 5 or more full-time employees in the COUNTY. I. "Target Industry" — An industry identified within the Target Industry List of the Economic Development Element of COUNTY's Comprehensive Plan (Policy 2.5 of the Economic Development Element). 2. Term; Termination. This Agreement shall be effective as of the date of this Agreement stated on page 1 and shall automatically terminate after one of the following has occurred (whichever occurs first), unless terminated earlier by COUNTY because of a Default by COMPANY. a. COUNTY has made the last payment to COMPANY; b. COMPANY did not employ a minimum of 5 new Qualifying Jobs by the Commencement Date, as may be modified; or c. COMPANY failed, for a period of 3 consecutive years (12 quarters), to provide required Quarterly Reemployment Compensation Reports (RT -6 form) to COUNTY. 3. Grant Eligibility; Payment Schedule. a. COMPANY will be eligible for total Jobs Grant Funding (hereinafter a "Grant") in an amount of up to $27,000.00. COMPANY acknowledges and agrees that the initial Grant under this Agreement is payable on a reimbursement basis. The number of jobs estimated to be provided is listed below. Jobs grant payments are dependent upon the number of employees exceeding the company's employment level at the time that this Agreement is approved by the Indian River County Board of County Commissioners, and by the criteria set forth below. (i) For Phase I, 5 new qualifying jobs meeting the wage level commitment in Section 5 of this Agreement shall be provided by the phase commencement date of 01/01/26. For each of the three successive annual periods that those jobs are maintained at the required wage level, COMPANY shall receive 1/2 of the Grant amount for those 5 jobs. (ii) For Phase II, 2 new qualifying jobs meeting the wage level commitment in Section 5 of this agreement shall be provided by the phase commencement date 01/01/27. For each of the three successive annual periods that those jobs are maintained at the required wage level, COMPANY shall receive 1/2 of the Grant amount for those 2 jobs. Qct 600 (iv) It is understood that the quantity of jobs proposed above, their annual wages, and dates of hire are estimates. Because of that, the quantity of jobs provided may be less than 7, and the Commencement Date (for Grant tracking) may be extended. Proposed jobs will remain eligible for Grant incentives provided: a. The minimum number of qualifying jobs provided in Phase I is 5. b. The maximum number of jobs eligible for local jobs grant funds for Phases I, and II is 7. c. The maximum extension for a phase commencement date shall be one year. Such commencement date extension may be approved administratively by the County Planning and Development Services Director or his designee, provided the extension date meets the requirements of Section 3 of this agreement. If any of the 7 eligible jobs proposed for Phases I, II, and III are created after the Phase III commencement date or, if applicable, after an administratively approved extension to the Phase III commencement date, those jobs shall not be eligible for local jobs grant funds. In no case shall the total Grant exceed $27,000.00 (v) Failure of COMPANY to maintain claimed jobs for at least 3 years at required wage levels will result in the reduction of the Grant amount paid to COMPANY, as set forth herein. If, by the end of any of the annual periods, COMPANY has not maintained the total number of claimed jobs required or if COMPANY has provided the total jobs required, but the annual wage for any of those jobs is less than required for that year, the Planning and Development Services Director, or his designee, will lower the jobs grant award for the respective year by the amount allocated in such year for each job for which the requirements of this agreement are not met. Thus, the total jobs grant award could be less than $27,000.00 by the end of this Agreement. (vi) If COMPANY changes the products or services it provides in such a way that would make COMPANY no longer qualify as a "Target Industry' or if COMPANY relocates outside of Indian River County, COMPANY shall be in Default of this Agreement. COMPANY shall reimburse COUNTY for payments made to COMPANY while COMPANY was not a "Target Industry or if while COMPANY was not relocated within Indian River County." (vii) During the Term of this Agreement, COMPANY shall have a majority (greater than 50%) of its goods and services, attributable to the Indian River County location, sold or distributed outside of Indian River County. -4- 601 COMPANY shall reimburse COUNTY for payments made to COMPANY while COMPANY did not meet this requirement. b. Performance Evaluation for Payment. Prior to the submittal of COMPANY's 1St Quarterly Reemployment Compensation Report, COMPANY shall provide to the COUNTY Planning and Development Services Director or his designee an employee census and a copy of the Quarterly Reemployment Compensation Report for the Effective Date of this Agreement. That employee census must list the employee's name, job title, city and state in which the employee lives, annual salary, location where the employee works, and date of hire. COMPANY's performance evaluation will be conducted on an annual basis using the information provided on the Quarterly Reemployment Compensation Report (RT -6 form) and COMPANY's quarterly updates to its employee census. Each updated employee census must include the information referenced above plus the date of termination for each employee (if the employee terminates employment with the COMPANY). COMPANY shall supply additional documentation to the Planning and Development Services Director, or his designee, in a form acceptable to the Planning and Development Services Director, or his designee, showing that positions for which Grant funds will be awarded are filled by people who live in COUNTY or Adjacent Counties. The Grant eligibility determinations will cover one-year periods, with each yearly period beginning and ending as follows: Phase Grant Eligibility Determinations 15L 2nd 3" (final) Begin End Begin End Begin End 1 1/01/2026 12/31/2026 1/01/2027 12/31/2027 1/01/2028 12/31/2028 II 1/01/2027 12/31/2027 1/01/2028 12/31/2028 1/01/2029 12/31/2029 (i) Each job must meet the minimum wage requirements specified in this Agreement. Payment of Grant funds shall be made based on the County's current adopted payment calculation methodology (methodology approved by the BCC on 10-24-2017) within forty-five (45) days after the date COMPANY submits the latest Quarterly Reemployment Compensation Report comprising the Annual Job Status Report (as defined in Paragraph 6), and this payment obligation shall survive the termination of this Agreement. Notwithstanding the foregoing, should the date for filing the last Quarterly Reemployment Compensation Report, as described above, not coincide with the date that an eligibility determination is made, COMPANY shall have the right to file a Quarterly -5- 602 Reemployment Compensation Report, in a form substantially similar to a Quarterly Reemployment Compensation Report, and such Quarterly Reemployment Compensation Report shall constitute the Annual Job Status Report, the filing of which shall begin the running of the forty-five (45) -day period within which payment shall be made. If COMPANY applies for a Qualified Target Industry (QTI) Tax Refund from the State of Florida and if COMPANY has that QTI Tax Refund approved by the State, the Planning and Development Services Director or his designee will reduce the Grant amount paid directly to COMPANY for each eligibility determination in an amount sufficient to cover COUNTY's QTI Tax Refund 20% contribution obligation to the State for COMPANY's QTI Tax Refund agreement. The Planning and Development Services Director or his designee will submit the 20% payment obligation to the State for placement in the Florida Economic Development Trust Fund. (ii) If at the time of performance evaluation for payment as described in subsection 3.b COMPANY is not current on COUNTY Real Estate and Tangible Personal Property Taxes, COUNTY shall withhold Grant payments for that eligibility determination time period and COMPANY shall automatically forfeit its right to collect Grant payments for that eligibility time period. COMPANY shall remain eligible for any remaining future Grant payments for future eligibility time periods provided COMPANY is current on such taxes referenced above at the time of future Grant eligibility determination time periods. 4. Job Creation Commitment. COMPANY estimates that it will provide 7 new Qualifying Jobs within COUNTY as set forth in Exhibit "B", which is attached hereto and made a part hereof. The exact number of jobs actually supplied and their salaries, however, may vary. Grant funds will be awarded up to a maximum of $27,000.00. The Grant award will be based on the following: Category* Amount Per Job 75% to 99.99% of Indian River County $3,000 Average Annual Wage 100% to 149.99% of Indian River County $5,000 Average Annual Wage 150% of Indian River County Average $7,000 Annual Wage (or greater) *One average annual wage category will be utilized consistent with Exhibit "D" and the County's current adopted payment calculation methodology. -6- 603 5. Wage Level Commitment. COMPANY estimates that it will pay 4 employees whose jobs are eligible for a Grant hereunder an annual wage of not less than $40,397.25, will pay 3 employees an annual wage of not less than $53,863.00, and will pay 0 employees an annual wage of not less than $80,794.50. The annual wage of the positions will be determined without taking into account the value of any benefits. COMPANY shall, in accordance with the provisions of paragraph 6 below, provide written verification of such wages satisfactory to the Planning and Development Services Director or his designee. 6. Annual Job Status. COMPANY must provide the Planning and Development Services Director or his designee with Quarterly Reemployment Compensation Reports (Form RT -6) of its business operations within COUNTY on State form RT - 6, as amended, a sample of which is attached hereto and made a part hereof as Exhibit "C". COMPANY must also provide the Planning and Development Services Director or his designee with quarterly updates to its employee census for employees working at its Indian River County location(s) (see section 3.b. of this Agreement). The cumulative Quarterly Reemployment Compensation Reports required to be filed for the annual period, correlated with each eligibility determination, and the corresponding quarterly employee census shall collectively comprise the Annual Job Status Report. Quarterly, COMPANY must also provide the Planning and Development Services Director or his designee a signed statement indicating the percent of its total sales/services from the Indian River County location provided outside of Indian River County for the jobs grant payment time period. Starting with calendar quarter 4 in 2026, quarterly reports must be submitted for Grant eligibility determination. Those quarterly reports must be submitted no later than 60 days after the end of each quarter, until the termination of this Agreement. Submittal deadline may be waived by the Planning and Development Services Director, for good cause. 7. Default; Termination. Except as set forth herein, in the event that COMPANY defaults in the performance of its guarantees and commitments as provided for in this Agreement, COUNTY may, at its option, terminate this Agreement. 8. Indemnification. COMPANY shall indemnify and hold harmless and defend COUNTY, its agents, servants, and employees from and against any and all claims, liabilities, losses, and/or causes of action which may arise from any negligent act or omission of COMPANY, its agents, servants, or employees in the performance of services under this Agreement. 9. Forum; Venue. This Agreement shall be governed by the laws of the State of Florida. Any and all legal action necessary to enforce the Agreement will be held in Indian River County or the Federal District Court for the Southern District of Florida. No remedy herein conferred upon any party is intended to be exclusive of -7- 604 any other remedy, and each and every such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing by law or in equity or by statute or otherwise. No single or partial exercise by any party of any right, power, or remedy hereunder shall preclude any other or further exercise thereof. Parties hereby waive their right for a jury trial. 10. Lobbyist Certification. COMPANY warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for COMPANY, to solicit or secure this Agreement and that it has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for COMPANY, any fee, commission, percentage, gift, or any other consideration contingent upon or resulting from the award or making of this Agreement. 11. No Discrimination Certification. COMPANY warrants and represents that all of its employees are treated equally during employment without regard to race, color, religion, disability, sex, age, national origin, ancestry, marital status, or sexual orientation. 12. Attorneys Fees. If any legal action or other proceeding is brought for the enforcement of this Agreement, or because of an alleged dispute, breach, default or misrepresentation in connection with any provisions of this Agreement, each party shall bear its own costs. 13. Enforceability. If any term or provision of this Agreement, or the application thereof to any person or circumstances, shall to any extent be held invalid or unenforceable, the remainder of this Agreement, or the application of such terms or provision, to persons or circumstances other than those as to which it is held invalid or unenforceable, shall not be affected, and every other term and provision of this Agreement shall be deemed valid and enforceable to the extent permitted by law. The COMPANY's failure to maintain its job creation commitment or annual wage level commitment for any one year will result in the decrease of the Grant amount it was scheduled to receive for that year; however, such decrease will not preclude the COMPANY's receipt of scheduled Grant amounts for those subsequent years in which it is able to maintain its job creation and wage level commitment. 14. Assignment. COMPANY shall not, directly or indirectly, assign or transfer any of its rights or obligations under this Agreement, or any interest therein (the foregoing herein collectively "Transfer"), without the express prior written consent of the Planning and Development Services Director. The Planning and Development Services Director shall not unreasonably withhold its consent to any Transfer. Any such attempted Transfer without the express prior written Planning and Development Services Director's consent shall be null and void and may, at the option of the County Planning and Development Services Director, be deemed -8- 605 a Default under this Agreement. COMPANY acknowledges and agrees that the Planning and Development Services Director has the right, in granting or withholding consent to any Transfer, to consider, among other things, the financial responsibility and business reputation of the proposed assignee or transferee (the foregoing herein collectively "Transferee"); and any other items that the COUNTY Planning and Development Services Director, in his sole discretion, deems appropriate. If COMPANY seeks the Planning and Development Services Director's consent for a Transfer, COMPANY shall submit to the Planning and Development Services Director a written request therefore, accompanied by the following documentation: (i) the name, address, and telephone number of the proposed Transferee; (ii) a description of the business and jobs, including wages, to be created in COUNTY; and (iii) a financial statement or other reasonably detailed financial information concerning the proposed Transferee. If the Planning and Development Services Director withholds the consent to Transfer, COMPANY may appeal to the County Administrator. If the County Administrator withholds the consent to Transfer, COMPANY may appeal to the Board of County Commissioners. COMPANY acknowledges and agrees that: (a) the County Administrator or his designee, or the Indian River County Board of County Commissioners, has the right to request any additional information deemed necessary to make the decision relating to consent to the Transfer; and (b) if appealed to the Board of County Commissioners such request for a Transfer is expressly subject to the approval of the Transfer by the Board of County Commissioners, and such Transfer shall become effective only when signed by the Transferee and approved by the Board, which consent shall not be unreasonably withheld. The foregoing covenant shall be binding on the permitted successors or assigns of COMPANY. The prohibition on Transfers shall not prohibit a change in the form in which COMPANY conducts business. COMPANY will be released from further liability under this Agreement in the event of an approved Transfer, provided that the COUNTY's consent to any Transfer will not otherwise relieve COMPANY from any pre-existing obligation to COUNTY under this Agreement. 15. Conflict of Interest. COMPANY represents that it presently has no interest and shall acquire no interest, either direct or indirect, which would conflict in any manner with the performance of services required hereunder, as provided for in Florida Statutes Part III, Chapter 112. COMPANY further represents that no person having any interest shall be employed for said performance. 16. Notices. All notices required in this Agreement shall be sent by certified mail, return receipt requested, and if sent to COUNTY shall be mailed to: Planning and Development Services Director -9- 606 Indian River County 180127 1h Street Vero Beach, Florida 32960 and if sent to COMPANY, shall be mailed to (or current, official address): Treasure Coast Diagnostic Laboratory, Inc. 1402 Old Dixie Highway STE 1450 Vero Beach, FL 32962 17. Entire Agreement. COUNTY and COMPANY agree that this Agreement sets forth the entire Agreement between the parties, and that there are no promises or understandings other than those stated herein. None of the provisions, terms and conditions contained in this Agreement may be added to, modified, superseded or otherwise altered, except by written instrument executed by the parties hereto. 18. No Pledge of Credit. COMPANY shall not pledge COUNTY's credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. 19. Public Records Compliance. COUNTY is a public agency subject to Chapter 119, Florida Statutes, as modified by exemptions in Chapter 288, Florida Statutes. The COMPANY shall comply with Florida's Public Records Law. Specifically, COMPANY shall: (a) Keep and maintain public records required by the COUNTY in relation to the receipt of these funds (b) 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. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the COMPANY does not transfer the records to the COUNTY. (d) Upon completion of the contract, transfer, at no cost, to the COUNTY all public records in possession of the COMPANY or keep and maintain public records required by the COUNTY in relation to the receipt of these funds. If the COMPANY transfers all public records to the COUNTY upon completion of the contract, the COMPANY shall destroy any duplicate -10- 607 public records that are exempt or confidential and exempt from public records disclosure requirements. If the COMPANY keeps and maintains public records upon completion of the contract, the COMPANY shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the COUNTY, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the COUNTY. IF THE COMPANY HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE COMPANY'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 180127th Street Vero Beach, FL 32960 Failure of the COMPANY to comply with these requirements shall be a material breach of this Agreement. 20. Counterparts. This Agreement may be executed in one or more counterparts, each of which shall be deemed to be an original copy and all of which shall constitute but one and the same instrument. 21. Severability. If any provision of this Agreement is found by a court of competent jurisdiction to be invalid or unenforceable, the remaining provisions of this Agreement shall remain in full force and effect. 22. General. The Background Recitals are true and correct and form a material part of this Agreement. 23. TERMINATION IN REGARDS TO F.S. 287.135: COMPANY certifies that it and those related entities of COMPANY 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, COMPANY certifies that it and those related entities of COMPANY as defined by Florida law are not on 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 COMPANY is found to have submitted a false certification as provided under section 287.135(5), Florida Statutes, been -11- 608 placed on 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 COMPANY, including all wholly owned subsidiaries, majority-owned subsidiaries, and parent companies that exist for the purpose of making a 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. 24. Contractor is registered with and will use the Department of Homeland Security's E -Verify system (www.e-verify.gov) to confirm the employment eligibility of all newly hired employees for the duration of this agreement, as required by Section 448.095, F.S. Contractor is also responsible for obtaining proof of E -Verify registration and utilization for all subcontractors. IN WITNESS WHEREOF, the Board of County Commissioners of Indian River County, Florida has made and executed this Agreement on behalf of COUNTY, and COMPANY has hereunto set its hand the day and year above written. BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY BY: Joseph E. Flescher, Chairman Approved by BCC: 12025 ATTEST BY: Ryan L. Butler, Clerk of Court and Comptroller By: Deputy Clerk APPROVED AS TO FORM AND LEGAL SUFFICIENCY Susan J. Prado, Deputy County Attorney -12- 609 TREASURE COAST DIAGNOSTIC LABORATORY, INC BY: Rondy Louissaint, President WITNESSES: Name: Name: (Remainder of Page Left Blank Intentionally) -13- 610 EXHIBIT "A" TO THE JOBS GRANT AGREEMENT BETWEEN INDIAN RIVER COUNTY & TREASURE COAST DIAGNOSTIC LABORATORY, INC. COMPANY Identification and Information: Application received date: November 04, 2024. COMPANY Description: TREASURE COAST DIAGNOSTIC LABORATORY, INC., IS a leading provider of comprehensive diagnostic services. They perform lab tests for patients, doctors' office and individual clients. COMPANY'S current mailing address: Treasure Coast Diagnostic Laboratory, Inc. 1402 Old Dixie Highway STE 1450 Vero Beach, FL 32962 -14- 611 EXHIBIT "B" TO THE JOBS GRANT AGREEMENT BETWEEN INDIAN RIVER COUNTY & TREASURE COAST DIAGNOSTIC LABORATORY, INC I. Target Industry Categories eligible for application: COMPANY qualifies for the Jobs Grant Program under the "Medical and Diagnostic Laboratories" category. Under the North American Industrial Classification System (NAICS), COMPANY's activities are classified in the category of "Medical and Diagnostic Laboratories", NAICS Code #62151. II. Employment Commitment: The COMPANY is receiving this Grant based upon its representation that it will bring the following employment opportunities to COUNTY: 1) 0 # of new, full-time employees whose annual wages are between 75% and 99.9% of Indian River County's average annual wage. 2) 5 # of new, full-time employees whose annual wages are between 100% and 149.99% of Indian River County's average annual wage 3) 2 # of new, full-time employees whose annual wages are 150% or greater of Indian River County's average annual wage III. Maximum Potential Grant Amount Category Qualified Jobs Amount per Job Total 75% of county average wage 0 $3,000 $0 100% of county average wage 20 $5,000 $19,000.00 150% of county average wage 4 $7,000 $8,000.00 Sub -Total Grant Amount $27,000.00 *The actual amount of the grant will depend upon the actual number of jobs provided and the salary paid for those jobs. In no case shall the total amount of the grant exceed $27,000.00. As noted in the agreement, incremental payments will be made for qualified jobs based upon phase dates and actual company performance in meeting local jobs grant requirements. -15- 612 Exhibit "C" use blachink. Exm*A-Harndwntten EX -00B -Typed Horida Department of Revenue Employer's Quarterly Report ----a n ����1 exam p a k@ployers are required to file quarterly tax/wage reports regardless of employment activity or whether any taxes are due. RT -6 JI]�21L3Ing Ll J* Black Inlet*; . 0 iet*IWi fon# � R.01/`15 R HrCN�, OUE tom. Pik` 71/1 /7 ...... Fmptqjw�� Change Form (Hr5-3)FOp 0 POS1�dUKD�TE, Side Mus Complete Must . 2. Gross wages paid this (Must total all pages) 9, Excess wages paid this quarter (See instructions) +F Taxable wages pad this quarter t oadtion dee instruc6onsJ i. Address ... Tac due ..: city/St/ZIP (MWtipyLinebyTazRate) Ci 1� -It 6. Penst(See instructions) 1. Enter metoted number j''':�jj`j j "'``� (Seeinstructions) of full-time and part-time 1st Month1��! tt 1 7 Interest due covered workers who dL I x�Lt J (See instructions) performed services during 2nd Mordtt �a or rwelved pay for the 6. Installment tee paymllperiod including the 171h of ihemonih. 8rd Month (See instructions) Dall,E] 9a. Taalamowrldue n (See instructions) i>t Check if final return; 9b. Mwrat>dl�i Date operatiau ceased. Check if youbad out-ot-state wages. Attach Employers Quarterly F:tport for Out -of -Slate Taxable Wages (RT-6NF). U you are firing as a sole proprreta, is this ttlr t ]('`(�� �T mestic#Pwehold) emplayieriII YM only? ldes':L lNb RaensRR49urY,i lmf .rf44NefiAL« 4sls fir.: . '._ .." TWO Mna We VVIO 1, 0114W PiOd • ' . a'ti ieumala >� ;t - .r+avddn.4 ,_...k Aga al�wtlAaq .............. 1MMs ���.�w�s���wM���Trif����^R�[It1b11rR�.i+�. �Ma�st•�^1��18a�.�����. Employer's Quarterly Report Payment Coupon R� t.b.�caw Florida Depautment of Revgt ATE and MAIL with your REPORT/PAYMENT. Please write your RT ACCOUNT NUMBER on check. Lit, Make check payable to: Fbrida U.C. Fund RT ACCOUNT NO. 13 Lid [(� 7f .. , - �^----#0 .t#6i _. T "-1 I awl F.E.I. NUMBER GROSS WAGES - - (From Line 2 above.) AMOUNT ENCLOSED I■ {FFger Line 9b above.) �ie �' PAYMENT FOR QUARTER ENDING MM/YYCheck here �! . pay tax due 'in nstallmen sou are electing to []",,funds eleck ectronicallyansmltted 613 9100 0 99999999 0068054031 7 5009999999 0000 4 Quarterly Report instructions (RT-6N/RTS-3) are only mailed with new accounts or when there are changes. Myou misplace your instructions, you can download them frau www.myflorida.com/dor 614 Treasure Coast Diagnostic Lab , is a leading comprehensive diagnostic services. The prefo for patients, doctors' officer, and individual clier The applicant has been found eligible for the jo program that falls under the County's `Life Scie Industry' as a targeted industry category. The location will be in Indian River County, in the City of Vero Beach. Clue Diligence on the main sources of data readi, • Dun and Bradstreet credit/financial report • Corporate registrations and liens search • County official records for tax liens, judgments, and pending litigation • Public Access to Court Electronic Records (PACER) to search for federal civil and federal bankruptcy actions Proposed Jobs Salam Range and Pa n ,ent Flor Job $27,000.00 Sub -Total Grant Amount $27,000.00 Date Proposed Jobs Will Be in Place m r Number of New Date by which Amount of Job Grant Employees proposed jobs will be provided 15/2024* $199000.00 1715/2025* $85000.00 TOTAL 5275000.00 * Date can be administratively extended up to one year Qualified Amount per Total Jobs Job 75" o ()I'county averaLc "111_�C 4 $3,000 $12,000.00 (S4u,.)9 /.25 to $53,32-*..),) 100% of county average wage 3 $5,000 $15,000.00 ($53,863 to $80,789.11) 50% of county average wage '809794.50) 0 $7,000 N/A $27,000.00 Sub -Total Grant Amount $27,000.00 Date Proposed Jobs Will Be in Place m r Number of New Date by which Amount of Job Grant Employees proposed jobs will be provided 15/2024* $199000.00 1715/2025* $85000.00 TOTAL 5275000.00 * Date can be administratively extended up to one year Potential Payments by Fiscal (FY') FY Proposed Job Grant Pavments 2025-26 $13,500.00 2026-27 $13,500.00 Total $27,000.00 On November 19, 2024, T1ii2 F c0iiomic evelopment Council unanimously recommended Lo the jobs grant application for Treasure Coast Diagnostic Laboratory, Inc. OoStaff recommends that the Board of County Commissioners approve a local job grant of up to $27,000.00 for Treasure Coast Diagnostic Laboratory, Inc. Jennifer W. Shuler, County Attorney Susan J. Prado, Deputy County Attorney Christopher A. Hicks, Assistant County Attorney /11A Attorney's Matters - B. CC 01-14-2025 Office of INDIAN RIVER COUNTY MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, Jr., County Administrator FROM: Jennifer W. Shuler, County Attorney DATE: December 31, 2024 ATTORNEY SUBJECT: Indian River County Committees — Annual Member Reappointments for 2025 BACKGROUND. On December 3, 2024, the Board reappointed the County Attorney's Office to monitor member terms of certain committees. Resolution 2011-072 sets out the following duties of the committee monitor: (1) contact all board appointed committee members whose terms will expire and determine whether those members want to be considered for reappointment, (2) present to the Board a list of all committee members requesting reappointment — at which time the Board will reappoint members from the list as it deems appropriate, and 3) create a list of committee vacancies and post them on the County website. The County Attorney's Office has contacted committee members whose term will expire. Attached to this memorandum is a list of those members who have requested reappointment. The Board should now review the list and make such reappointments as it deems appropriate. It should be noted that in addition to those committee members not seeking reappointment, there are many existing vacancies. A list of the anticipated vacancies is attached for informational purposes. 615 Board of County Commissioners Re: Indian River County Committees — Annual Member Reappointments for 2025 December 31, 2024- Page Two RECOMMENDATION. The County Attorney recommends that the Board consider the list of committee members requesting reappointment, and reappoint such members as the Board deems appropriate. ATTACHMENT(S). 1. List of Committee Members Requesting Reappointment 2. List of Anticipated Committee Vacancies (Informational Purposes Only) JWS:cm C: IGranicuslLegistar515Memp19d029cb2-2992-4fcb-a423-5002f6c83c59.docx 616 COMMITTEE MEMBER TERM RENEWAL FOR 2025 Committee Members who have terms that are due to expire in January 2025 who wish to have their term renewed. 1. AFFORDABLE HOUSING ADVISORY COMMITTEE 2 -Year Term — No Indian River County Residency Required o Jeff Francisco — Not -for -Profit Provider of Affordable Housing o Linda Morgan - Citizen residing within jurisdiction of local governing body making the appointments o David Myers, H - For -Profit Provider of Affordable Housing o Kenneth "Chip" Landers - Real estate professional 2. AGRICULTURE ADVISORY COMMITTEE 2 -Year Term — Indian River County Residency Required o Pamela Hund - Agriculture Industry Associate Representative o Anna Kirkland — Agriculture Industry Associate Representative o Sean Sexton - Actively Involved in Agricultural Industry 3. BEACH AND SHORE PRESERVATION ADVISORY COMMITTEE 2 -Year Term —Indian River County Residency Required. o William "Tuck" Ferrell - BCC Appointee o Shelby Graziani — BCC Appointee o Michael Sole — BCC Appointee 4. CHILDREN SERVICES ADVISORY COMMITTEE 4 -Year Term — Indian River County Residency Required. o Amber L. Cerda — Member -At -Large o Hope Woodhouse — BCC Appointee (District 5) 5. CODE ENFORCEMENT BOARD 3 -Year Term — Indian River County Residency Required o Dana R. DiFrancesco — Alternate Member o Terence Schlitt — Engineer 6. CONSTRUCTION BOARD OF ADJUSTMENT AND APPEALS 3 -Year (Staggered) Term — No Indian River County Residency Required o Robert (Bip) DiPietro — Electrical Contractor o Michael A. Lue — Plans Examiner o Peter Robinson — Contractor — Division 1 617 7. ECONOMIC DEVELOPMENT COUNCIL 4 -Year Term — Indian River County Residency Required. o Todd Howder — Member At Large o Lee D. Hunter - Local Tourist Industry Representative o Joe Idlette, III — Gifford Community Representative o William J. Penney - Local Banking industry Representative o Peter Robinson — Representative from Local Developer o Karl L. Zimmerman — Member At Large 8. ENVIRONMENTAL CONTROL HEARING BOARD 4 -Year Term — Indian River County Residency Required. o Kevin Rollins — Attorney (FL Bar licensed) and recommended by IRC Bar Association o Patrick Walther - Engineer, recommended to BCC 9. PLANNING & ZONING COMMISSION 4 -Year Term — Indian River County Residency Required. o Todd Brognano — Member At Large o Beth Mitchell — District 1 Appointee o Calvin D. Reams — District 3 Appointee o Mark Mulcher - District 5 Appointee 10. TOURIST DEVELOPMENT COUNCIL 4 -Year Term — Indian River County Residency Required. o Will Collins - Owner / Operator of Motel, Hotel, RV Park or Other Tourist Accommodation Representative o Amanda Smalley — Involved in the Tourist Industry and is Interested in Tourist Development 2 618 INFORMATIONAL ONLY Previously Vacant or Committee Members who have terms that are due to expire in January 2025, who decided not to renew their term or resigned (does not include district specific appointments, and existing vacancies). • AFFORDABLE HOUSING ADVISORY COMMITTEE — 2 -year term, unless otherwise noted. o Advocate for Low Income Persons - Julianne Price (resigned) • AGRICULTURE ADVISORY COMMITTEE - 2 -year term, unless otherwise noted. o Actively Involved in Agricultural Industry Representative — (existing vacancy) o Farm Bureau Representative — Michael Sexton (resigned) • BEACH AND SHORE PRESERVATION ADVISORY COMMITTEE - 2 -year term, unless otherwise noted. o BCC Appointee • CODE ENFORCEMENT BOARD — 3 year term, unless otherwise noted o Architect (existing vacancy) • CONSTRUCTION BOARD OF ADJUSTMENT AND APPEALS — 3 -year term, unless otherwise noted. e o Mechanical Contractor (existing vacancy) • COMMUNITY DEVELOPMENT BLOCK GRANT (CDBG): CITIZEN ADVISORY TASK FORCE (CATF) - 4- year term, unless otherwise noted. o Citizen of Indian River County with Low to Moderate Income (two existing vacancies) 1 619 Jennifer W. Shuler, County Attorney Susan J. Prado, Deputy County Attorney Christopher A. Hicks, Assistant County Attorney 144 Attorneys Matters - B. CC 01. 14.25 Oce of INDIAN RIVER COUNTY ATTORNEY MEMORANDUM TO: Board of County Commissioners THROUGH: John Titkanich, Jr., County Administrator FROM: Jennifer W. Shuler, County Attorney DATE: January 7, 2025 SUBJECT: Construction Board of Adjustment and Appeals Member Appointment On December 3, 2024, the Board reappointed the County Attorney's Office to monitor member terms of certain committees pursuant to Resolution 2011-072, which assigned to the County Attorney's Office the task of monitoring certain committee member terms and overseeing the process of appointments and reappointments. This agenda item is to consider the appointment of an applicant to fill the vacant position of "Mechanical Engineer" on the Construction Board of Adjustment and Appeals, which term expires in January 2027. The vacancy has been advertised on the County's website and on Channel 27 in excess of 30 days. The following is the name of the qualified applicant for this position: Duane Millar RECOMMENDATION. The County Attorney recommends that the Board review the applicant's application and resume and determine whether to appoint the applicant to fill the unexpired term for the "Mechanical Engineer" position to the Construction Board of Adjustment and Appeals. ATTACHMENT. Application and Resume 620 Indian River County Boards & Commissions Submit Date: Oct 25, 2024 Profile Duane Millar First Name Middle Last Name Initial dmillar@kammconsulting.com Email Address 535 47th ave Street Address Suite or Apt Vero Beach FL 32968 City state Postal Code Mobile: (772) 924-9656 Primary Phone Alternate Phone - Kamm Consulting Partnertarolect manager Employer job Title Which Boards would you like to apply for? CBAA - Construction Board Of Adjustment and Appeals: Submitted How long have you been a resident of Indian River County? 20 years Are you a full-time or part-time resident? Select one. W Full Time - Please list current employer or businesses. If retired, please list any business experience that may be applicable to the committee. Kamm Consulting (MEP Engineering firm) Please list any licenses you presently hold: LEED AP Please list any organization of which you are currently a member: NA -. Please list any other committees or boards you currently sit on: NA Interests & Experiences 2.1 Duane Millar Why are you interested in serving on a board or commission? As a long time Indian River County resident and member of the construction and engineering community locally, I want to be of service to my community with my time and industry knowledge. 622 Duane Millar [7kAMM Consulting Performance by Designr"' Professional Experience Mr. Millar has over 20 years of experience in electrical, mechanical, and plumbing design. His expertise includes LEED® and green building design, electrical systems, photometric analysis, and project management. Mr. Millar's experience ranges from restaurants, public facilities, industrial projects, retail, country clubs, air plane hangars, commercial office buildings, condominiums, town homes, parks, and warehouses. Education Bachelor of Science Engineering Technology— University of Central Florida, Orlando, Florida - 2003 Employment History • 08/2003 - Present: Project Manager — Kamm Consulting, Inc. Professional Accreditation • United States Green Building Council LEED®Accredited Professional LEED® — Leadership in Energy and Environmental Design Professional Memberships • United States Green Building Council - USGBC • The American Institute of Architects Allied Member - AIA 623