HomeMy WebLinkAbout03-26-2025 CC AgendaN(
l,*
SEBASTIAN
CENTENNIAL CELEBRATION
1924.1024
CITY COUNCIL
SEBASTIAN CITY COUNCIL ATTORNEY -CLIENT SESSION THEN REGULAR CITY
COUNCIL MEETING & COMMUNITY REDEVELOPMENT AGENCY
AGENDA
WEDNESDAY, MARCH 26, 2025 - 6:00 PM
CITY COUNCIL CHAMBERS
1225 MAIN STREET, SEBASTIAN, FLORIDA
ALL AGENDA ITEMS MAYBE INSPECTED IN THE OFFICE OF THE CITY CLERK OR ON THE CITY'S WEBSITE
1. CALL TO ORDER
2. MOMENT OF SILENCE
3. PLEDGE OF ALLEGIANCE - Led by Vice Mayor Jones
4. ROLL CALL
5. RECESS TO CONVENE ATTORNEY -CLIENT SESSION
in accordance with ES.286.011(8) in regard to pending litigation in accordance with a request
made at the March 12, 2025 Regular City Council Meeting by City Attorney Jennifer Cockcroft to
discuss the follow case:
a. Gilliams v. City of Sebastian, Case Number 24-AP-02
ESTIMATED LENGTH OF SESSION: 30 MINUTES
Names of Persons Attending Attorney -Client Session
Mayor Bob McPartlan, Vice Mayor Fred Jones, Council Member Kelly Dixon, Council Member
Ed Dodd, Council Member Chris Nunn, City Attorney Jennifer Cockcroft, Special Counsel
Andrew W. Mai, City Manager Brian Benton and a Certified Court Reporter.
6. REOPENING OF PUBLIC MEETING TO ANNOUNCE TERMINATION OF
ATTORNEY -CLIENT SESSION
7. AGENDA MODIFICATIONS
Modifications for additions require a unanimous vote of City Council
8. PROCLAMATIONS. AWARDS, BRIEF ANNOUNCEMENTS
Presentations of proclamations, certificates and awards, and brief timely announcements by
Council and Staff. No public input or actions under this heading.
1
9. PUBLIC INPUT
The heading on Regular Meeting agendas "Public Input"provides and opportunity for individuals
to bring NEW INFORMATION OR REQUESTS TO CITY COUNCIL NOT OTHERWISE ON THE
PREPARED AGENDA. Individuals are asked to resolve matters with staff prior to meetings.
Individuals are asked to provide copies of materials for Council one week prior to the meeting if
they intend to refer to specific material. City Council will not debate an issue during Public Input
but may by consensus direct a Charter Officer in regard to the item if necessary or place a
requested item on a future agenda.
Recess the City Council Meeting and Convene the Community Redevelopment Agency Meeting
10. COMMUNITY REDEVELOPMENT AGENCY
Recess the City Council Meeting and Convene the Community Redevelopment Agency
a. Consider Draft February 26, 2025 CRA Minutes
Staff Report
February 26, 2025 CRA Minutes
b. Consider approval of the Annual Riverfront Community Redevelopment Association
Report for Fiscal year 2023/2024
Staff Report
CRA Activity Report 2024
C. Consider adoption of a resolution for a Florida Inland Navigation District grant for the
construction of Swing and Bench Park
Staff Report
FIND Swing and Bench Park
d. Consider adoption of a resolution for a Florida Inland Navigation District grant for the
dredging of the Main Street Boat Ramp area
Staff Report
FIND Resolution - Main St Boat Ramp
e. Consider approval of Resolution R-25-10, approving an application for a Florida Boating
Improvement Program grant for Main Street Boat Ramp dredging and improvements along
with required matching funding and authority to execute
Staff Report
R-25-10
Adjourn the Community Redevelopment Agency and Reconvene the City Council Meeting
11. CONSENT AGENDA
All items on the consent agenda are considered routine and will be enacted by one motion. There
will be no separate discussion of consent agenda items unless a member of City Council so
requests; in which event, the item will be removed and acted upon separately. If a member of the
public wishes to provide input on a consent agenda item, he/she should request a Council Member
to remove the item for discussion prior to start of the meeting or by raising his/her hand to be
recognized.
a. Alcohol Beverage Approval — Bedolla Family
Staff Report
2
Bedolla Baptism - 1 st Communion Event
b. Alcohol Beverage Approval — Faulkner Family
Staff Report
Faulkner Rental Application and Receipt
Alcohol Beverage Approval — Picardi Family
Staff Report
Jennifer Picardi Documents
d. Consideration of beer being sold at the Earth Day Event in Riverview Park on Saturday,
April 26, 2025.
Staff Report
Supporting Document
e. City Council consideration of waiving rental fees and approval of road closure for
programs and events as detailed
Staff Report
Shark Race - Save The Date
Junior Tennis Tour
I9 Sports
Road Closure Worksheet for May 10, 2025
Road Closure Type 2
f. Request for Authorization to Sign Memorandum of Agreement (MOA) with Department of
Homeland Security Immigration and Customs Enforcement (ICE)
Staff Report
Memorandum of Agreement
Florida State Statute 908
LEAD News Release
g. Consideration of the Annual Riverfront Community Redevelopment Association report for
Fiscal year 2023/2024
Staff Report
CRA Activity Report 2024
h. Consider adoption of FIND Resolution No. R-25-06 for a Florida Inland Navigation
District grant for the dredging of the Main Street Boat Ramp area
Staff Report
FIND Resolution R-25-06
Consider adoption of Resolution R-25-07 for a Florida Inland Navigation District grant for
the construction of Phase One of the Riverview Park Master Plan
Staff Report
FIND Resolution R-25-07
Consideration of FIND Resolution R-25-08 for a Florida Inland Navigation District grant
application submittal for the construction of Swing and Bench Park, provide required
matching funding and authority to execute.
Staff Report
FIND Resolution R-25-08
3
k. Consider adoption of Resolution R-25-10 for a Florida Boating Improvement Program
grant for Main Street Boat Ramp dredging and improvements
Staff Report
Resolution No. R-25-10
12. COMMITTEE REPORTS & APPOINTMENT
City committee reports and Council Member regional committee reports. No public input or
action except City committee member nominations and appointments under this heading.
13. PUBLIC HEARINGS
14. UNFINISHED BUSINESS
15. NEW BUSINESS
a. Consider purchase orders for Asphalt Paving Systems, not to exceed $1,477,223.45, for
Phase 3 road repaving and authorize the City Manager or designee to execute.
Staff Report
Asphalt Paving Systems Quote
Phase 3 Barber Street Paving Map
Procurement Justification
Resolution R-24-20
b. Consider adoption of Resolution R-25-09 for a Florida Inland Navigation District grant for
the expansion of the Working Waterfront District, approve required matching funding and
provide authority to execute.
Staff Report
FIND Resolution R-25-09
Aerial view of Sembler Property - 1528 Indian River Drive
C. Consider Resolution No. R-25-11 for the creation of a purchase order for Motorola
Solutions, Inc. in the amount of $92,238 to provide public safety communications
Staff Report
Resolution R-25-11
#042021-MOT - Piggyback Agreement
Motorola Contract 042021
Procurement Justification
Motorola Quote - Redacted
16. CITY ATTORNEY MATTERS
a. Special Magistrate Agreement for Services under FS Chapter 162, Code Enforcement
Staff Report
Armitage Agreement.pdf
Draft Letter
2025 Special Magistrate Agreement
17. CITY MANAGER MATTERS
18. CITY CLERK MATTERS
4
19. CITY COUNCIL MATTERS
Vice -Mayor Jones
Mayor McPartlan
Council Member Nunn
Council Member Dixon
Council Member Dodd
20. ADJOURN(All meetings shall adjourn by 9:30 pm unless extended for up to one half hour by a
majority vote of City Council).
NO STENOGRAPHIC RECORD BY A CERTIFIED COURT REPORTER WILL BE MADE OF
THE FOREGOING MEETING. ANY PERSON WHO DECIDES TO APPEAL ANY DECISION
MADE BY THE CITY COUNCIL, BOARD OR AGENCY WITH RESPECT TO ANY MATTER
CONSIDERED AT THIS MEETING OR HEARING WILL NEED TO ENSURE THAT A
VERBATIM RECORD OF THE PROCEEDINGS IS MADE, WHICH RECORD INCLUDES THE
TESTIMONYAND EVIDENCE UPON WHICH THE APPEAL IS TO BE HEARD. (F.S.286.0105)
IN COMPLIANCE WITH THE AMERICAN WITH DISABILITIES ACT (ADA) OF 1990, ANYONE
WHO NEEDS A SPECIAL ACCOMMODATION FOR THIS MEETING SHOULD CONTACT
THE CITY'S ADA COORDINATOR AT 388-8226 — ADA@CITYOFSEBASTIAN.ORG AT LEAST
48 HOURS IN ADVANCE OF THIS MEETING
5
Regular City Council Meetings
Public input is ALLOWED under the headings:
• Consent Agenda
• Public Hearings
• Unfinished Business
• New Business
• Public Input
Public input is NOT ALLOWED under the headings:
• Proclamations, Awards, Brief Announcements (except for individuals giving or accepting
proclamations or awards)
• Committee Reports and Appointments (except for committee members giving reports and
applicants being interviewed for committee appointments)
• City Council Matters
• Charter Officer Matters
• Council may, by majority vote, call upon an individual to provide input if desired.
Workshops and Special Meetings
Public input is limited to the item on the agenda
Time Limit
Input on agenda items where public input is permitted on agendas is THREE MINUTES; however, City
Council may extend or terminate an individual's time by majority vote of Council members present.
Input Directed to Chair
Speakers shall address the City Council IMMEDIATELY PRIOR TO CITY COUNCIL
DELIBERATION of the agenda item and ALL INPUT SHALL BE DIRECTED TO THE CHAIR,
unless answering a question of a member of City Council or City staff. Individuals shall not address
City Council after commencement of City Council deliberation on an agenda item after public input has
concluded, providing, however, the Mayor and members of City Council may recall an individual to
provide additional information or to answer questions.
Certain Remarks Prohibited
Personal, impertinent, and slanderous remarks, political campaigning, and applauding are not permitted
and may result in expulsion from the meeting. The Chair shall make determinations on such remarks,
subject to the repeal provisions below.
Appealing Decisions of Chair
Any member of Council may appeal the decision of the Chair to the entire Council. A majority vote of
City Council shall overrule any decision of the Chair.
Public Input Heading on Agenda
The heading on Regular Meeting agendas "Public Input" provides an opportunity for individuals to
bring NEW INFORMATION OR REQUESTS TO CITY COUNCIL NOT OTHERWISE ON THE
PREPARED AGENDA. Individuals are asked to attempt to resolve matters with staff prior to meetings.
Individuals are asked to provide copies of material for Council one week prior to the meeting if they
intend to refer to specific material. City Council will not debate an issue during Public Input but may by
consensus direct a Charter Officer in regard to the item if necessary or place a requested item on a
future agenda.
6
CITY OF SEBASTIAN
COMMUNITY REDEVELOPMENT AGENCY
of S E Bqs,
t� �2
�FPELICP�`
STAFF REPORT
DATE March 26, 2025
TO CRA Board
THRU Brian Benton, City Manager
FROM Jeanette Williams, City Clerk
SUBJECT Consider Approval of Draft February 26, 2025 CRA
Minutes
EXECUTIVE SUMMARY
Draft minutes of the February 26, 2025 CRA Meeting are presented for review.
RECOMMENDATION
Request changes if necessary. Consider approval of minutes.
ATTACHMENTS:
1. February 26, 2025 CRA Minutes
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
N/A N/A N/A
Additional Funds Needed: S 0.00
7
Cn Ly
SPEL31064ST -
HOME OF PELICAN ISLAND
COMMUNITY REDEVELOPMENT AGENCY
1225 Main Street, Sebastian, FL 32958
The attached February 26, 2025 Community Redevelopment Agency minutes were
approved at the March 26, 2025 Community Redevelopment Agency meeting.
Chairman Bob McPartlan
ATTEST:
Jeanette Williams, City Clerk
8
Regular City Council
& CRA Meeting
February 26, 2025
Page 3
Sebastian Craft Club 2°d Annual Treasure Hunt Invitation
Mr. Gillmor gave invitations to Council for the 2nd Annual Treasure Hunt put on by the
Sebastian Craft Club on March 8, 2025 from 10 am to 3 pm at Riverview Park. The grand
prize will be an Atocha replica treasure coin made of silver that was under the water for
400 years. They will also be having a costume contest and are asking families to dress up
as pirates.
Prunine of Shade Trees and Planned Renovations at Riverview Park
Charlene Fuhrman brought up the recent pruning of the shade trees at Hardee Park. She
thinks all of the parks need more shade trees. She is concerned about the upcoming
renovations planned for Riverview Park that might take away more of the shade trees. She
would like to see the addition of ping pong tables made out of concrete or the creation of
bocce ball courts.
The City Manager explained that some of the trimming of the oak trees is done for wind
mitigation and to prevent hazards.
COMMITTEE REPORTS & APPOINTMENT - None
THE COMMUNITY REDEVELOPMENT AGENCY MEETING
Mayor McPartlan recessed the City Council meeting and as Chairman he convened the
Community Redevelopment Agency meeting at 6:22 p.m.
A. Consider Aanroval of November 20, 2024 Communitv Redevelopment Agency
Minutes Staff Report
MOTION by Ms. Dixon and SECOND by Mr. Dodd to approve the November 20, 2024
CRA Minutes passed with a unanimous voice vote of 5-0.
25.028 B. Consideration of a purchase order for Alan Jav Automotive Management Inc., in
the amount of $57.481.00 for a Ford Sun_ er Duty F250 Crew Cab for CRA
Landscavine
The Community Development Director highlighted the importance of making sure
purchases are in accord with the adopted 2023 CRA Master Plan. The purchase of this
truck will allow for the enhancement and maintenance of landscaping within the
Community Redevelopment boundary, while still preserving the character of Sebastian.
MOTION by Mr. Dodd and SECOND by Ms. Dixon to approve the purchase of the Ford
Super Duty F250 Crew Cab for $57,481.00 to be used for CRA landscaping.
Chairman McPartlan asked if anyone from the public or on Zoom wanted to speak on this
item and no one responded.
Regular City Council
& CRA Meeting
February 26, 2025
Page 4
Roll call: Vice Chairman Jones - aye
Ms. Dixon - aye
Mr. Dodd - aye
Mr. Nunn - aye
Chairman McPartlan - aye
Motion carried. 5-0
25.029 C. Selection of Dredains & Marine Consultants, LLC for RFO 25-06 for Professional
Desisn Services for Main Street Park and Boat Rama in the amount of $99.995
The Community Development Director stated the design services for Main Street Park and
Boat Ramp would also be done in accordance with the adopted 2023 CRA Master Plan
goals of improving infrastructure and drainage in the CRA District, as well the goal of
making improvements to waterfront parts and public spaces.
The Procurement and Contracts Manager stated that City Council had approved a FIND
grant for the design of the Main Street Park and Boat Ramp on November 20, 2024 and as
a result a solicitation and a request for qualification was sent out for the project. There
were six respondents. Dredging & Marine Consultants was the highest rated vendor by the
Evaluation Committee, and staff recommends moving forward with a contract with this
vendor. The FIND grant was for $100,000 and the cost for this dredging comes under
budget at $99,995.
MOTION by Mr. Nunn and SECOND by Vice Chairman Jones to approve moving forward
with a contract with Dredging & Marine Consultants in the amount of $99,995.
Chairman McPartlan asked for public input and there was none.
Roll call: Ms. Dixon - aye
Mr. Dodd - aye
Mr. Nunn - aye
Chairman McPartlan - aye
Vice Chairman Jones - aye
Motion carried. 5-0
Chairman McPartlan adjourned the Community Redevelopment Agency meeting and
reconvened the City Council meeting at 6:27 p.m. All Council Members were present.
10. CONSENT AGENDA
A. Consider Approval of the February 12, 2025 City Council Minutes
25.030 B. Alcohol Beverage Approval — Roman Family
25.028 C. Consideration of a purchase order for Alan Jay Automotive Management Inc., in
the amount of $57,481.00 for a Ford Super Duty F250 Crew Cab for CRA
Landscaping
10
CITY OF SEBASTIAN
COMMUNITY REDEVELOPMENT AGENCY
OF 5 E B'qS
'92
2 �
O
h
�FPELICP�`
STAFF REPORT
DATE March 26, 2025
TO CRA Board
THRU Brian Benton, City Manager
FROM Alix Bernard, CRA Manager
SUBJECT Consideration of the Annual Community Redevelopment
Agency Report for fiscal year 2023/2024
EXECUTIVE SUMMARY
Florida Statutes require the Community Redevelopment Agency to file a report of activities for the
primary government year. The Annual report of activities for the fiscal year ending September 30, 2024,
is presented to the Community Redevelopment Agency Board of Directors for review and
recommendation to the City Council to approve the report.
Following the City Council's acceptance, the report will be published on the agency's website and sent
to the taxing agencies.
RECOMMENDATION
Staff Recommends Approval of the Fiscal Year 2023/2024 Annual Community Redevelopment
Agency Report.
ATTACHMENTS:
1. Riverfront CRA Annual Report 2024
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
N/A N/A N/A
Additional Funds Needed: $ 0.00
11
SEBASTIAN RIVERFRONT
COMMUNITY REDEVELOPMENT AGENCY
ANNUAL REPORT
Chapter 163.371 Florida Statute
ary of
�T SE� N
HOME OF PELICAN ISLAND
FOR THE FISCAL YEAR ENDED
SEPTEMBER 30, 2024
1225 MAIN STREET
SEBASTIAN, FLORIDA 32958
Riverfront CRA Annual Report 2024
12
SEBASTIAN RIVERFRONT
COMMUNITY REDEVELOPMENT AGENCY
ANNUAL REPORT
TABLE OF CONTENTS
Letter of Transmittal
List of Principal Official's
History
Exhibit I - Sebastian CRA Boundary
Accomplishments
FY 2024 Sebastian CRA Performance Activities
Table I — Performance Activities 2024
Table II — Fagade, Sign, & Landscape Grant
i
ii
1
2
3
4
4
5
Tax Increment Revenues
5
Exhibit II — Operating Millage Rates in Redevelopment Area
6
Exhibit III — Taxable Value in Redevelopment Area
7
Exhibit IV — Tax Increment Revenue
8
Financial Statements
9
Balance Sheet
9
Statement of Revenues, Expenditures, and Changes in Fund Balances
10
Budget and Actual
11
Riverfront CRA Annual Report 2024
13
CrFYOF
SETT
HOME OF PELICAN ISLAND
March 26, 2025
Sebastian Community Redevelopment Agency Board Chairman and Members
City of Sebastian, Florida
Dear Board Members:
We are pleased to submit the Annual Activity Report of the Sebastian Community Redevelopment Agency for
the fiscal year ended September 30, 2024. In accordance with Chapter 163.371 Florida Statutes, each CRA is
required to file with its governing body on or before March 31 each year a report of its activities for the
preceding fiscal year. This report shall include a complete financial statement setting forth its assets, liabilities,
income, and operating expenses as of the end of such fiscal year. In addition to meeting this legal requirement,
the report provides additional information concerning the benefits afforded by the agency to other jurisdictions
and citizenry in general.
Responsibility for both the accuracy of the presented data and the completeness and fairness of the presentation,
including all disclosures, rests with the management of the City. We believe the data, as presented, is accurate
in all material respects, and that all disclosures necessary to enable the reader to gain an understanding of the
Sebastian CRA's operation and financial activity have been included.
Respectfully submitted,
Alix Bernard
Community Development Director/CRA Manager
City of Sebastian
/a--,) ::��
/.
Brian Stewart
Finance Director
City of Sebastian
Riverfront CRA Annual Report 2024
14
LIST OF PRINCIPAL OFFICIALS
Community Redevelopment Board
As of
September 30, 2024
Chairman
Ed Dodd
Vice Chairman
Kelly Dixon
Board Member
Fred Jones
Board Member
Chris Nunn
Board Member
Bob McPartlan
ii
Riverfront CRA Annual Report 2024
15
History of the Sebastian Communitv Redevelopment A2encv (Sebastian CRA)
The Sebastian Community Redevelopment Agency (Sebastian CRA) was created in 1995 by the City of Sebastian City
Council under Chapter 163, Part III of the Florida Statutes. The original Sebastian CRA includes an area generally
bounded on the north, south and east by the City limits as of 1995, and on the west by the FEC Railroad right-of-way.
The Sebastian CRA was established to ensure that the downtown and surrounding vicinity would develop with a coherent
community vision, and to encourage reinvestment throughout the CRA. The area later was expanded in 2003 to include
the Sebastian Boulevard "Triangle" area west of the FEC Railroad right-of-way, which includes industrial and
commercial land use. The total Sebastian CRA land area is approximately 398 acres (Exhibit 1). Excluding road rights -
of -way, zoning and land use covers approximately 299 acres.
The governing body of the Sebastian CRA is the Sebastian City Council. The CRA Board is comprised of five (5)
members. Under the State Statutes and the City ordinances, the Sebastian CRA has substantial powers and authority
within the Sebastian CRA area. These include the power to make and execute contracts, to acquire and dispose property,
to approve development plans, to implement a program of voluntary or compulsory rehabilitation of buildings, to
mortgage its property, to borrow and invest money, and to apply for and accept grants and contributions.
The major funding source for the Sebastian CRA is tax increment revenue. Tax increment revenue is the increase in ad
valorem tax attributed to the increase in the assessed property value over a set `base year" for the redevelopment area. The
government jurisdictions remitting tax increment revenue to the Sebastian CRA are the City of Sebastian and the Indian
River County Board of County Commissioners.
After the establishment of the Sebastian CRA in 1995, the City established the Redevelopment Trust Fund and the base
year for tax increment revenues as well as adopted the 1995 Community Redevelopment Plan. The boundary was later
expanded to include the adjacent Sebastian Boulevard "Triangle" area in 2003, establishing a new base year for this area
of the CRA. The redevelopment plan was also modified on behalf of the Sebastian CRA in 2003, unifying the 1995
Sebastian CRA boundary and the expansion area as one cohesive CRA. The Master Plan was again updated in 2010,
presenting conceptual district recommendations, potential policy amendments, and capital improvements intended to meet
the City's redevelopment goals.
Termination of Sebastian CRA (F.S. 163.3755)
A community redevelopment agency in existence on October 1, 2019, shall terminate on the expiration date provided in
the agency's charter on October 1, 2019, or on September 30, 2039, whichever is earlier. Unless the governing body of
the County or municipality that created the community redevelopment agency approves its continued existence by a
majority vote of the members of the governing body, the Sebastian CRA shall sunset on September 30, 2039.
Riverfront CRA Annual Report 2024 — 1
16
Accomplishments of the Sebastian Communitv Redevelopment A2encv (Sebastian CRA)
The Sebastian CRA is treated as a special revenue fund of the City. An independent financial audit by an external CPA
firm has been accomplished annually to be in compliance with Section 163.387(8), Florida Statutes. An annual budget is
also adopted by the Sebastian CRA Board to be in compliance with Section 189.418(3). The Sebastian CRA has
continued to move towards achievement of the goals set out in the adopted Community Redevelopment Master Plan
(2010). Since the establishment of the original Sebastian CRA in 1995, numerous projects have been accomplished.
Accomplishments are as follows:
❑ Completed Riverview Park Phase I, boat dock, landscaping, and shoreline stabilization project in 2001.
❑ Developed community redevelopment master plan in 2003.
❑ Completed Jackson Street extension, sidewalk, and street light project in 2004.
❑ Completed improvements to the Yacht Club including the finger pier project.
❑ Completed construction on the Indian River Drive/Main Street intersection project.
❑ Established a Fagade, Sign and Landscaping matching grant program.
❑ Received contribution from the Clambake Foundation and provided the balance of funding for the Flag Pole
project, which enhanced the view at the western entrance to the CRA area.
❑ Contributed $20,000 to a film production about the story of Pelican Island.
❑ Constructed information boards at Riverview Park and at the Main Street Boat Ramp Park.
❑ Updated the CRA Master Plan in 2010.
❑ Provided matching funds to the Stan Mayfield Grant that was used for the purchase of the Working Waterfront
Properties. Executed lease with Crab E. Bills for a commercial retail fish market and a retail commercial limited
food service "Eatery".
❑ Established a Sewer Connection Grant Program in 2015 to encourage septic to sewer conversions and reduce
pollution into the Indian River Lagoon. Obtained funding assistance from IRLNEP for the Septic to Sewer
assistance program in 2018 to the present.
❑ Completed roadway improvements to the Presidential Streets and Baffle Box installation for improved water
quality at the outfalls.
❑ Completed repairs to the CavCorp boat parking property.
❑ Completed a Riverfront Parking Study in 2011 resulting in the establishment of the Parking -in -lieu program for
parking within right-of-way of business district.
❑ Provided continued financial support for many events within the Riverfront District that attract many participants,
providing revenue to our local businesses since 2000 including: Pelican Island Festival, Earth Day, Clam Bake,
Shrimpfest, Concerts in the Park Series, and Fine Art Festival.
❑ Provided funding for Holiday decorations to enhance attraction to business district during holiday season.
❑ Acquired property along the Indian River shoreline for preservation as an extension of public property.
❑ Re -paved Indian River Drive and improved drainage swales and provided new enhanced pedestrian cross walks.
❑ Funded necessary repairs to the Working Waterfront historic property including: historic building repairs; new
elastic coating roof; new plumbing and dock maintenance.
❑ Funded Submerged Land Leases for continued waterfront access and riverfront activities.
❑ Completed design work on the Landscape and Signage for the Working Waterfront and CRA District.
❑ Completed conceptual park design and canopy tree preservation plan for Riverview Park that included: trees,
sidewalks, parking, and event areas.
❑ Initiated Sign Master Plan design by incorporating compatible public property identification signs throughout
Riverfront CRA District.
❑ Completed Riverview Park Sidewalks per the Park Master Plan.
❑ Continued implementation of the Sign Master Plan for the Working Waterfront and Riverfront CRA District.
❑ Completed construction of the Working Waterfront Shoreline Protection and Commercial Fishing Distribution
Center Parking Lot Improvement Plan.
❑ Completed Florida Inland Navigation District funds reporting for Fisherman's Landing Working Waterfront Park.
❑ Completed pedestrian walking trail connection from US Hwy 1 to Indian River Drive by constructing sidewalk on
N. Central Avenue as part of CDBG action plan.
❑ Continued funding of improvements to Riverfront Park including irrigation and landscape.
❑ Worked with FDOT on Complete Streets design for pending improvement project on US Hwy 1.
Riverfront CRA Annual Report 2024 — 3
18
Tax Increment Revenue
The tax increment revenue is determined annually as 95 percent of the difference between: (a) the amount of ad valorem
taxes levied each year by each taxing authority contributing to the Sebastian CRA on taxable real property contained
within the redevelopment area, exclusive of the following entities:
Florida Inland Navigation District
Indian River County Mosquito Control District
Indian River County Hospital Maintenance District
School District, and associated General Obligation Debt funded by ad valorem taxes
Indian River County Land Acquisition Bond General Obligation Debt
Emergency Services Dependent Taxing District
St. Johns River Water Management District
Sebastian Inlet Taxing District
and (b) the amount of ad valorem taxes which would have been generated by the rate at which the tax is levied each year
by the taxing authority, exclusive of the following entities:
Florida Inland Navigation District
Indian River County Mosquito Control District
Indian River County Hospital Maintenance District
School District, and associated General Obligation Debt funded by ad valorem taxes
Indian River County Land Acquisition Bond General obligation Debt
Emergency Services Dependent Taxing District
St. Johns River Water Management District
Sebastian Inlet Taxing District
upon the total of the assessed value of the taxable real property in the community redevelopment area as shown on the
assessment roll used by each taxing authority prior to March 22, 1995, the effective date of the ordinance creating the
Redevelopment Trust Fund. Indian River County Board of County Commissioners and the City of Sebastian currently
make tax increment payments into the Sebastian CRA Trust Fund.
Riverfront CRA Annual Report 2024 — 5
20
The City's millage decreased from $5.00 per $1,000 in FY 2001 to $3.1955 per $1,000 in FY 2024. The millage for
Indian River County has been decreased from $4.1014 per $1,000 in FY 2001 to $3.5475 per $1,000 in FY 2024. Rates
from 2001 through 2024 are presented in Exhibit II below.
Exhibit lQ
Sebastian Community Redevelopement Agency
Operating Tillage Rates in Redevelopment Area
Indian
City
Total
Fiver
of
M>71age
Fiscal Year
92MP!Y
Sebastian
Applied :
2001
4.1014
5.0000
9.1014
2002
4.0501
4.5904
8.6405
2003
3.8729
4.5904
8.4633
2004
3.8377
4.5904
8.4281
2005
3.6233
4.5904
8.2137
2006
3.5204
3.9325
7.4529
2007
3.1914
3.0519
6.2433
2008
3.0202
2.9917
6.0119
2009
3.0202
3.3456
6.3658
2010
3.0892
3.3456
6.4348
2011
3.0892
3.3041
6.3933
2012
3.0892
3.3041
6.3933
2013
3.0892
3.7166
6.8058
2014
3.2620
3.7166
6.9786
2015
3.3375
3.8556
7.1931
2016
3.3602
3.8556
7.2158
2017
3.3602
3.8000
7.1602
2018
3.4604
3.4000
6.8604
2019
3.4604
3.1514
6.6118
2020
3.5475
2.9399
6.4874
2021
3.5475
3.1514
6.6989
2022
3.5475
3.0043
6.5518
2023
3.5475
2.9050
6.4525
2024
3.5475
3.1955
6.7430
Total Tax Increment Millage Applied
100000
9.0000
m 8.0000 - -
7.0000 - - -
6.0000 -- -- - - --- - - - - - -
5.0000 -- --- - ---- - - - - --
�, 4.0000 - --- -- - - -- -
c 3.0000 -- --- - - ----------
2.0000 -- --- - -----------
1.0000 -- --- - ----- - - - - --
-
Fiscal Year
Source: City of Sebastian Finance Department
Riverfront CRA Annual Report 2024
21
The initial implementation of the tax increment financing was for the Fiscal Year 2001 and its base year value was set at
the taxable value for 1994. When the CRA area was expanded, the base year value for the expanded area was set at the
taxable value for 2003. As a result, by Fiscal Year 2005, the total incremental value was $36,862,574. As compared to the
Fiscal Year 2024 total incremental value of $73,677,552, the incremental value of the redevelopment area increased by
99.9% since Fiscal Year 2005. The taxable values in redevelopment area from 2001 through 2024 are presented in Exhibit
III below.
Fiscal Year
2001
2002
2003
2004
2005
2006
2007
2008
2009
2010
2011
2012
2013
2014
2015
2016
2017
2018
2019
2020
2021
2022
2023
2024
100.0
» 90.0
80.0
0 70.0
c 60.0
`0 50.0
u, 40.0
c 30.0
- 20.0
g 10.0
0.0
Exhibit III
Sebastian Community Redevelopement Agency
Taxable Value in Redevelopment Area
0 o Change in
Taxable
Base Year
1. 1
J. -- — ,11
Value
Value
Value
Value
S45.834.920
S34.959.870
S10.875.050
58,263,740
34,959,870
23,303,870
114.29%
58.844.190
34,959.870
23,884,320
2.49%
66.307,980
34,959,870
31,348,110
31.25%
78,424,554
41,561,980
36,862,574
17.59%
89.418,550
41,561,980
47,856,570
29.82%
134,755,060
41,561,980
93,193,080
94.73%
129,700,130
41,561,980
88,138,150
-5.42%
127.735.740
41.561:980
86,173:760
-2.23%
1112909.020
41.561.980
70.347.040
-18.37%
90:533,980
41,561,980
48,972,000
-303901
83.558.060
41,561:980
41,996:080
-14.241-0
82,753,350
41,561,980
41,191,370
-1.92%
82:598:780
41,561.980
41,036,800
-0.38%
84.939.810
41.561.980
43,377,830
5.70%
91.018,390
41,561,980
49,456,410
14.01%
91:875.329
41,561,980
50,313,349
1.73%
97.801.122
41:561.980
562239,142
11.78%
102.731,140
41,561,980
61,169,160
8.77%
106:989.123
41.561.980
65.427.143
6.96%
108.269.522
41.561.980
66,707,542
1.96%
111,457,189
41,561,980
69,895,209
4.78%
112:541.300
41:561:980
70,979,320
1.55%
115:239.532
41:561.980
73,677:552
3.80%
Tax Increment Values
Fiscal Year
Source: City of Sebastian Finance Department
Riverfront CRA Annual Report 2024
MM
V
Based on the millage rates and significant increases in taxable values, the tax increment revenue has risen dramatically.
The total tax increment revenue in 2001 was $94,029. The required tax increment revenue in 2024 has increased to
$471,967. However, this is a 14.61% decrease from the highest year of 2007 when the total was $552,741. The tax
increment revenues for the redevelopment area for the Fiscal Year 2001 through 2023 are presented in Exhibit IV below.
Exhibit IV
Sebastian Community Rddevelopement _agency
Tax Increment Revenue
Indian
Cite
River
of
Fiscal Year
Coca
Sebastian
Total
2001
S42,373
S51,656
S94,029
2002
89,664
101.625
191,289
2003
87,877
104,157
192,034
2004
114,289
136,705
250,994
2005
126,886
160,753
287,639
2006
160,051
178,786
338,837
2007
282,546
270,195
552,741
2008
252,885
250,499
503,384
2009
251,236
273,888
525,124
2010
206,450
223,585
430,035
2011
143,720
153,900
297,620
2012
123,248
131,821
255,069
2013
120,886
145,437
266,323
2014
127,169
144,891
272,060
2015
137,535
158,885
296,420
2016
157,874
181,150
339,024
2017
160,610
181,631
342,241
2018
184,879
181.652
366,531
2019
201,086
183,130
384,216
2020
220,498
182,732
403,230
2021
242,367
215,305
457,672
2022
192,832
192,833
385,665
2023
274,075
195,885
469,960
2024
248,303
223,665
471,967
Note: The $192,832 in 2022 should have been $227,698. A shortage of $34,866 which was
collected in 2023, in addition to $239,209 which was the corrected required amount due for
2023.
Tax Increment Revenue
$600,000 -
M7000
$400,000 - -
$300,000-
$200.000 so
- - - - -
T T
Fiscal Year
Source: City of Sebastian Finance Department
Riverfront CRA Annual Report 2024 - 8
23
Sebastian Community Redevelopment Agency, Florida
Balance Sheet
September 30, 2024
Unaudited
ASSETS
Cash and cash equivalents
Investments
Accounts receivable
Prepaid items
Total assets
LIABILITIES AND FUND BALANCE
Liabilities:
Accounts payable
Total liabilities
Deferred inflows of resources
Deferred lease amounts
Fund balances:
Nonspendable
Restricted
Total fund balance
Total liabilities and fund balance
$ 995,006
139,975
24
758
$ 1,135,763
$ 1,191
1,191
758
1,133,814
1,134,572
$ 1,135,763
Riverfront CRA Annual Report 2024
24
Sebastian Community Redevelopment Agency, Florida
Statement of Revenues, Expenditures, and Changes in Fund Balances
For the Year Ended September 30, 2024
Unaudited
REVENUES:
Taxes:
Property $ 471,967
Rental income 23,739
Investment earnings 26,362
Total revenues 52208
EXPENDITURES:
Current:
Economic environment 229,471
Total expenditures 229,471
Revenues over (under)
expenditures 292,597
OTHER FINANCING USES:
Transfers out (47,310)
Total other fmancing uses (47,310)
Net changes in fund
balance 245,287
Fund balance - beginning 889,285
Fund balance - ending $ 1,134,572
Riverfront CRA Annual Report 2024 — 10
25
Sebastian Community Redevelopment Agency, Florida
Schedule of Revenue, Expenditures, and Changes in Fund Balances
Budget and Actual
For the Year Ended September 30, 2024
Unaudited
REVENUES:
Taxes:
Property
Investment earnings
Other revenue
Total revenues
EXPENDITURES:
Current:
Economic environment
Total expenditures
Excess (deficiency) of
revenues
over (under)
expenditures
OTHER FINANCING
USES
Transfers in
Transfers out
Total other
financing
(uses)
Net changes in
fund balances
Fund balances - beginning
Fund balances - ending
Budget Amounts
Original Final
$ 471,765 $ 471,765
11,950 11,950
16,500 16,500
500,215 500,215
271,370 271,370
271,370 271,370
228,845 228,845
(60,000) (116,450)
(60,000) (116,450)
168,845 112,395
889,285 889,285
$ 1,058,130 $1,001,680
Actual
Amounts on
a Budgetary
Basis
$ 471,967
26,362
23,739
522,068
229,471
229,471
292,597
(47,310)
(47,310)
245,287
889,285
$1,134,572
Variance with
Final Budget -
Positive
(Negative)
$ 202
14,412
7,239
21,853
(41,899)
(41, 899)
63,752
69,140
69,140
132,892
$ 132,892
Riverfront CRA Annual Report 2024
-11-
26
CITY OF SEBASTIAN
COMMUNITY REDEVELOPMENT AGENCY
OF 5 E B,qs
�,i
92
Z
Q'
�FPELICO
STAFF REPORT
DATE March 26, 2025
TO CRA Board
THRU Brian Benton, City Manager
FROM Alix Bernard, CRA Manager
Consideration of Resolution for Florida Inland
SUBJECT Navigation District grant for the construction of Swing
and Bench Park
EXECUTIVE SUMMARY
Staff is requesting the consideration of adopting a resolution that will be submitted to the Florida Inland
Navigation District as part of the grant application process for the construction of Swing and Bench Park,
including shoreline stabilization. The design and permitting are underway now per the CRA 2024 CIP.
The adopted 2023 Community Redevelopment Masterplan recommends strategies for implementing the
redevelopment plan. "Improved pedestrian experience through connectivity, streetscape, and pocket
parks is a major theme within the CRA and consistent with the CRA's Guiding Principles. " The
construction of a swing and bench park aligns with the adopted master plan.
This grant would fund 50% of the construction cost of Swing and Bench Park, including shoreline
stabilization, ADA walkway, seating, ADA access to the Lagoon, and other small park furnishings.
Staff has also applied to the State of Florida Recreation Development Assistance grant program and the
Lagoon Collaborative Partner grant program for matching funds to offset the overall cost. The design
and permitting are projected to be completed by mid -September 2025.
RECOMMENDATION
Staff recommends that the resolution be approved for the submission of the grant application to FIND
and for the CRA to provide the required match.
ATTACHMENTS:
1. Resolution
FUNDING SOURCE:
Expenditure required
$400,000
Additional Funds Needed: N/A
Amount Budgeted
$400,000
Funding source
FIND 50% o ($200,000)
CRA (FY26 CIP) and/or, State
of Florida 50% ($200,000)
27
ATTACHMENT E-5
RESOLUTION FOR ASSISTANCE 2025
UNDER THE FLORIDA INLAND NAVIGATION DISTRICT
WATERWAYS ASSISTANCE PROGRAM
WHEREAS, THE City of Sebastian is interested in carrying out the
(Name ofAgency) The City of Sebastian
following described project for the enjoyment of the citizenry of
and the State of Florida:
Project Title Swing & Bench Park
Total Estimated Cost $ 400,000
Brief Description of Project:
Construction of public access and shorline improvements to Swing & Bench Park
AND, Florida Inland Navigation District financial assistance is required for the program
mentioned above,
NOW THEREFORE, be it resolved by the City of Sebastian
(Name of Agency)
that the project described above be authorized,
AND, be it further resolved that said City of Sebastian
(Name of Agency)
make application to the Florida Inland Navigation District in the amount of 50 % of the
actual cost of the project in behalf of said City of Sebastian
(Name of Agency)
AND, be it further resolved by the City of Sebastian
(Name of Agency)
that it certifies to the following:
I . That it will accept the terms and conditions set forth in FIND Rule 6613-2
F.A.C. and which will be a part of the Project Agreement for any assistance awarded under
the attached proposal.
2. That it is in complete accord with the attached proposal and that it will carry out
the Program in the manner described in the proposal and any plans and specifications attached
thereto unless prior approval for any change has been received from the District.
(1)
K-1
3. That it has the ability and intention to finance its share of the cost of the project
and that the project will be operated and maintained at the expense of said City of
Sebastian for public use.
(Name ofAgency)
4. That it will not discriminate against any person on the basis of race, color or
national origin in the use of any property or facility acquired or developed pursuant to this
proposal, and shall comply with the terms and intent of the Title VI of the Civil Rights Act of
1964, P. L. 88-352 (1964) and design and construct all facilities to comply fully with statutes
relating to accessibility by persons with disabilities as well as other federal, state and local
laws, rules and requirements.
5. That it will maintain adequate financial records on the proposed project to
substantiate claims for reimbursement.
6. That it will make available to FIND if requested, a post -audit of expenses
incurred on the project prior to, or in conjunction with, request for the final 10% of the
funding agreed to by FIND.
This is to certify that the foregoing is a true and correct copy of a resolution duly and
legally adopted by the City of Sebastian City Council at a legal meeting
(Agency Governing Board)
held on this day of 20
Attest
Title
(2)
Signature
Title
Form No. 25-30, Rule 66B-2 (Executed Date: xx-xx-xx)
29
The foregoing Resolution was moved for adoption by Council Member . Motion
was seconded by Council Member and, upon being put to a vote, the vote was as
follows:
Mayor Bob McPartlan
Vice -Mayor Fred Jones
Councilmember Ed Dodd
Councilmember Kelly Dixon
Councilmember Christopher Nunn
The Mayor thereupon declared this Resolution duly passed and adopted this 26th day of March, 2025.
ATTEST:
Jeanette Williams, City Clerk
CITY OF SEBASTIAN, FLORIDA
By:
Bob McPartlan, Mayor
Approved as to Form and Legality for
Reliance by the City of Sebastian Only:
By:
Jennifer Cockcroft, City Attorney
30
CITY OF SEBASTIAN
A
Cr
COMMUNITY REDEVELOPMENT AGENCY
OF 5 E B'qSIX
i
'92
0
Z
�Q.
' PELICN"'
STAFF REPORT
DATE March 26, 2025
TO CRA Board
THRU Brian Benton, City Manager
FROM Alix Bernard, CRA Manager
Consideration of resolution for Florida Inland
SUBJECT Navigation District grant for the dredging of the Main
Street Boat Ramp area
EXECUTIVE SUMMARY
Staff is requesting that the attached resolution with the Florida Inland Navigation District be adopted for
the dredging of the Main Street boat ramp. The design and permitting are underway now, funded partly
by a 2024 FIND grant.
The adopted 2023 Community Redevelopment Masterplan recommends strategies for implementing the
redevelopment plan: "Major Themes include Infrastructure & Drainage; Waterfront, Parks and Public
Spaces. " Dredging the Main Street boat ramp is in alignment with the Master Plan.
This grant would fund 50% of the construction cost. The major improvement would be the dredging of
the boat ramp area to allow safer ingress and egress when launching and retrieving vessels. The design
and permitting will be completed by mid -September 2025.
Staff has also applied to the Land and Water Conservation Fund and Florida Boating Improvement
Program for matching funds to offset the overall cost.
RECOMMENDATION
Staff recommends that the resolution be approved for the submission of the grant application to FIND
and for the CRA to provide the required match.
ATTACHMENTS:
1. Resolution
FUNDING SOURCE:
Expenditure required
$500,000
Additional Funds Needed: N/A
Amount Budgeted
$500,000
Funding source
FIND 50% ($250,000)
CRA and/or LWCF, State of
Florida 50% ($ 250,000)
31
ATTACHMENT E-5
RESOLUTION FOR ASSISTANCE 2025
UNDER THE FLORIDA INLAND NAVIGATION DISTRICT
WATERWAYS ASSISTANCE PROGRAM
WHEREAS, THE City of Sebastian is interested in carrying out the
(Name of Agency) The City of Sebastian
following described project for the enjoyment of the citizenry of
and the State of Florida:
Project Title Main Street Boat Ramp
Total Estimated Cost $ 500,000
Brief Description of Project:
Boat Access improvements to Main Street Boat Ramp
AND, Florida Inland Navigation District financial assistance is required for the program
mentioned above,
NOW THEREFORE, be it resolved by the City of Sebastian
(Name of Agency)
that the project described above be authorized,
AND, be it further resolved that said City of Sebastian
(Name o f Agency)
make application to the Florida Inland Navigation District in the amount of 50 % of the
actual cost of the project in behalf of said City of Sebastian
(Name ofAgency)
AND, be it further resolved by the City of Sebastian
(Name ofAgency)
that it certifies to the following:
That it will accept the terms and conditions set forth in FIND Rule 6613-2
F.A.C. and which will be a part of the Project Agreement for any assistance awarded under
the attached proposal.
2. That it is in complete accord with the attached proposal and that it will carry out
the Program in the manner described in the proposal and any plans and specifications attached
thereto unless prior approval for any change has been received from the District.
KY'
3. That it has the ability and intention to finance its share of the cost of the project
and that the project will be operated and maintained at the expense of said City Of
Sebastian for public use.
(Name ofAgency)
4. That it will not discriminate against any person on the basis of race, color or
national origin in the use of any property or facility acquired or developed pursuant to this
proposal, and shall comply with the terms and intent of the Title VI of the Civil Rights Act of
1964, P. L. 88-352 (1964) and design and construct all facilities to comply fully with statutes
relating to accessibility by persons with disabilities as well as other federal, state and local
laws, rules and requirements.
5. That it will maintain adequate financial records on the proposed project to
substantiate claims for reimbursement.
6. That it will make available to FIND if requested, a post -audit of expenses
incurred on the project prior to, or in conjunction with, request for the final 10% of the
funding agreed to by FIND.
This is to certify that the foregoing is a true and correct copy of a resolution duly and
legally adopted by the City of Sebastian City Council at a legal meeting
(Agency Governing Board)
held on this day of 20
Attest
Title
(2)
Signature
Title
Form No. 25-30, Rule 66B-2 (Executed Date: xx-xx-xx)
33
The foregoing Resolution was moved for adoption by Council Member . Motion
was seconded by Council Member and, upon being put to a vote, the vote was as
follows:
Mayor Bob McPartlan
Vice -Mayor Fred Jones
Councilmember Ed Dodd
Councilmember Kelly Dixon
Councilmember Christopher Nunn
The Mayor thereupon declared this Resolution duly passed and adopted this 26th day of March, 2025.
ATTEST:
Jeanette Williams, City Clerk
CITY OF SEBASTIAN, FLORIDA
By:
Bob McPartlan, Mayor
Approved as to Form and Legality for
Reliance by the City of Sebastian Only:
By:
Jennifer Cockcroft, City Attorney
34
CITY OF SEBASTIAN
F
Oi
PELIC
COMMUNITY REDEVELOPMENT AGENCY
STAFF REPORT
DATE March 26, 2025
TO CRA Board
THRU Brian Benton, City Manager
FROM Alix Bernard, CRA Manager
Z Consideration of Resolution R-25-10, approving an
application for a Florida Boating Improvement
Program Grant for the dredging of the Main Street
SUBJECT Boat Ramp area; authorizing matching funding from
the CRA and providing authority to execute
EXECUTIVE SUMMARY
City of Sebastian CRA Staff is requesting approval for the attached Resolution No. R-25-10 in order to
submit an application to the Florida Boating Improvement Program for the dredging of the Main Street
Boat Ramp. The total cost of the project is estimated to be $200,000.00. This Grant would fund up to
$160,000.00 of the construction costs, and Staff is recommending the use of CRA funding for the
remaining $40,000.00.
The City of Sebastian's adopted 2023 Community Redevelopment Masterplan recommends strategies
for implementing the redevelopment plan: "Major Themes include Infrastructure & Drainage;
Waterfront, Parks and Public Spaces. " Dredging the Main Street Boat Ramp is in alignment with the
Master Plan. The major improvement would be the dredging of the boat ramp area to allow safer ingress
and egress for users (residents and visitors of the City of Sebastian) when launching and retrieving
vessels. The design and permitting will be completed by mid -September 2025. The design and permitting
are underway now, funded partly by a 2024 FIND Grant. Staff has also applied to the Land and Water
Conservation Fund and Florida Inland Navigation District for matching funds to offset the overall cost.
RECOMMENDATION
Staff recommends adoption of Resolution No. R-25-10, approving submittal of a grant application to the
Florida Boating Improvement Program, providing approval for matching funding through the CRA, and
approving the execution by the Mayor and the City Manager or designee as needed.
ATTACHMENTS: Resolution R-25-10
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
$200,000 $200,000 FBIP ($160,000)
CRA, FIND, and/or LWCF
($ 40,000)
Additional Funds Needed: N/A
35
RESOLUTION NO. R-25-10
A RESOLUTION OF THE CITY OF SEBASTIAN, FLORIDA,
PROVIDING FOR AUTHORIZATION FOR THE CITY TO MAKE
AND PERFECT A GRANT APPLICATION FOR ASSISTANCE
UNDER THE FLORIDA BOATING IMPROVEMENT PROGRAM;
PROVIDING FOR LEGISLATIVE FINDINGS AND INTENT;
PROVIDING FOR IMPLEMENTING ADMINISTRATIVE ACTIONS;
PROVIDING FOR A SAVINGS PROVISION; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY AND PROVIDING
FOR AN EFFECTIVE DATE.
Be it adopted and resolved by the City Council of the City of Sebastian, Florida as follows:
Section 1. Legislative Findings and Intent
(a). The City of Sebastian has complied with all requirements and procedures of Florida law
in processing and advertising this Resolution.
(b). The City of Sebastian, Florida, is interested in applying for Project and grant approval,
receiving and accepting grant funds, and carrying out a Project for the enjoyment of the
citizens of the City of Sebastian and the State of Florida, which Project will have a
multiplicity of benefits to the City and the State, which Project is commonly known as
and referred to as the "Main Street Boat Ramp Project."
(c). Financial assistance from the Florida Boating Improvement Program (FBIP) is essential
to the implementation of the development of the Main Street Boat Ramp Project.
(d). The City of Sebastian has developed and maintained a very good relationship with the
State of Florida and its agencies over the years, and the City and State have worked well
together in grant and funding relationships for the benefit of the State of Florida and its
public welfare.
Section 2. Approval Of FBIP Grant
(a). The City Council of the City of Sebastian hereby approves a FBIP grant application for
the Main Street Boat Ramp Project.
(b). The City Manager is authorized to make application and re -application, as needed, to the
State of Florida under the FBIP grant program in the amount of $200,000 on behalf of
the City in order to obtain partial funding from the State of Florida for the Project.
(c). The City Manager is authorized to encumber matching funds in the amount of $40,000
on behalf of the City in order to obtain funding, as referenced herein, from the State of
Florida for the Main Street Boat Ramp Project.
36
Section 3. Covenants of the City of Sebastian
(a). The City of Sebastian certifies to the State of Florida and agrees that:
(1). The City will accept the terms and conditions set forth in the FBIP grant Agreement.
(2). The City has the ability and intention to finance the cost of the Main Street Boat
Ramp Project, and the Project will be operated and maintained at the expense of the
City for public use.
(3). The City will not discriminate against any person on the basis of race, color,
religion, disability, or national origin in the use of any property or facility acquired
or developed pursuant to the FBIP grant for the Project and shall comply with the
terms and intent of the Title VI of the Civil Rights Act of 1964, Public Law 88-352
(1964) and all other controlling law. The City shall design and construct all
facilities relating to the Main Street Boat Ramp Project in order to fully comply
with all laws, statutes, rules, regulations, codes, and ordinances relating to
accessibility by disabled persons, including, but not limited to, the Americans with
Disabilities Act. The City of Sebastian shall also comply with all other applicable
federal, state, and local laws, codes, ordinances, rules, regulations, and
requirements.
(4). The City will maintain adequate financial records on the Main Street Boat Ramp
Project to substantiate claims for reimbursement and in order to appropriately
accomplish any and all pre -audits and post -audits of the expenditure of public funds
as well as a performance review of the Project and the achievement of the goals and
objectives of the FBIP grant program.
Section 4. Implementing Administrative Actions
(a). The Mayor of the City of Sebastian is hereby authorized to execute the grant agreements
relating to the FBIP grant program.
(b). The City Manager or designee is hereby authorized and directed to implement the
provisions of this Resolution by means of such administrative actions as may be deemed
appropriate.
(c). The City Manager is hereby authorized to expend such City funds as may be necessary
to accept and implement the grant under the FBIP grant program for the Main Street Boat
Ramp Project.
Section 5. Savings
The prior actions of the City of Sebastian relating to the development of boating facilities and
related activities are hereby ratified and affirmed.
37
Section 6. Conflicts
All Resolutions or parts of Resolutions in conflict with this Resolution are hereby repealed.
Section 7. Severability
If any section, sentence, phrase, word, or portion of this Resolution is determined to be invalid,
unlawful, or unconstitutional, said determination shall not be held to invalidate or impair the
validity, force, or effect of any other section, sentence, phrase, word, or portion of this Resolution
not otherwise determined to be invalid, unlawful, or unconstitutional.
Section 8. Effective Date
This Resolution shall become effective immediately upon enactment.
The foregoing Resolution was moved for adoption by Council Member
Motion was seconded by Council Member and, upon being put to a vote,
the vote was as follows:
Mayor Bob McPartlan
Vice -Mayor Fred Jones
Council Member Ed Dodd
Council Member Kelly Dixon
Council Member Christopher Nunn
The Mayor thereupon declared this Resolution duly passed and adopted this 26th day of March,
2025.
ATTEST:
Jeanette Williams, City Clerk
CITY OF SEBASTIAN, FLORIDA
Bob McPartlan, Mayor
Approved as to Form and Legality for
Reliance by the City of Sebastian Only:
Jennifer Cockcroft, City Attorney
38
CITY OF SEBASTIAN
A
OF S E B,qs
�I
C� 17%
= 4
0FPELICP�`
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Ron Paul
SUBJECT Alcohol Beverage Approval — Bedolla Family
EXECUTIVE SUMMARY
The Bedolla family is having a Baptism/lst Communion event at the Community Center and requests
permission to serve alcoholic beverages.
RECOMMENDATION
Recommend approval.
ATTACHMENTS:
1. Rental Application
2. Payment Receipt
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
N/A N/A N/A
Additional Funds Needed: N/A
39
L'm Of
SEBASTtAN
HOME OF PELICAN ISLAND
CITY OF SEBASTIAN COMMUNITY CENTER
RENTAL PERMIT APPLICATION
1225 Main Street
Sebastian, FL 32958
Parks Phone: (772) 228-7054 FAX: (772) 228-7054
' For emergency purposes ONLY, please dial772.473.0454'
Today's Date: A i a (V b 6 as
M ak� A - "Ned 01 IG
Name of Permittee (permits may only be issued to an adult)
)111S L wrn Io S+
Physical Address
r—
Name of Organization (if applicable)
Mailing Address (if different)
(deb -ha 0 rL. Z�iS
City State Zip
Reasdn for Rental - Type of Function
(-yla )1) 3, Oq 5 S
Phone
iarr°�o I I G e ri kE► S 7 °, mall . Com
E-Mail Address
& '7S
Anticipated Number of Attendees (Must be less than a maximum of 150)
� pn I a(O. 36as '--� I - Ir;
Requested Date Time: From To
Please answer the following yes or no: , /�S
1) Are you a resident of Sebastian? �I
2) Will there be an admission charge or door charge? N Q
3) Will alcoholic beverages be served?
If yes, please provide govt. issued ID proof of age `I //��
D
Date of Birth
Verified by
f
� hl• �t\-1��..�I�Ib.V�--1111
eX°�GI IZV �� UtJ <-
cs�-terr S.• vo � ,.�
1 tam IT . && i tcA , the undersigned, acknowledge that I am the applicant or authorized agent of the above
referenced organization, that I am aware of the provisions of the City of Sebastian Codes and Resolutions in respect to this
application and use of City facilities for which I have applied and agree to abide by all rules and regulations set out for use of City
facilities. I understand that the $250.00 security deposit will be refunded if the building is left clean and undamaged, however, failure
to clean the facilities immediately after the use, or causing any damage to the facility will result in forfeiture, in part or full, of the
security deposit.
Signature of Applicant
40
CITY OF SEBASTIAN
LEISURE SERVICES RECEIPT
2974
Name M f3uol aj3 e d o It cz,
Date
O rn e n Lo Wit
Cash
check # 56 7
J Credit
Amount Paid
001001 208001 Sales Tax
001001 220000 Security Deposit
001501 362100 Taxable Rent
001501 362150 Non -Taxable Rent
001501 342100 Police Security Services
001501 366150 Brick Pavers
001501 366000 Memorial Benches
001501 369400 Reimbursement Services
epci-� up cl,
Com munu-ty tL Fcr
G-br �l acl 4/Z� m.4/2s
Retlj
will Ie�-
vyi QA,e a o n
f?P Total '..
hQ
Initials
White - Deot. of Oriain • Yellow - Admin. Svcs. • Pink - Aoolicant
41
CITY OF SEBASTIAN
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Ron Paul
SUBJECT Alcohol Beverage Approval — Faulkner Family
EXECUTIVE SUMMARY
The Faulkner family is having a Wedding Reception at the Community Center and requests permission
to serve alcoholic beverages.
RECOMMENDATION
Recommend approval.
ATTACHMENTS:
1. Rental Application and Payment Receipt
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
N/A N/A N/A
Additional Funds Needed: S 0.00
42
Today's Date:
CDC*
E�
4ft. 1111111 S
HOME Of PELICAN ISLAND
CITY OF SEBASTIAN COMMUNITY CENTER
RENTAL PERMIT APPLICATION
1225 Main Street
Sebastian, FL 32958
Parks Phone: (772) 228-7054 FAX: (772) 228-7054
'For emergency purposes ONLY, please dial772.473.0454"
2-26-2025
Amy Faulkner
Name of Permittee (permits may only be issued to an adult) Name of Organization (if applicable)
7976 103rd CT
Physical Address
Vero Beach
City State
wedding reception
Reason for Rental — Type of Function
Mailing Address (if different)
rd
Anticipated Number of Attendees (Must be less than a maximum of 50)
11-11-202b3 7pm-11 pm
Requested Date Time: From
Please answer the following yes or no
1) Are you a resident of Sebastian? no
2) Will there be an admission charge or door charge? no
3) Will alcoholic beverages be served? yes
If yes, please provide govt. issued ID proof of age 02-07-1977
Date of Birth
( 772 473-4458
Phone
amy1259@att.net
E-Mail Address
To
Verified by
Amy Faulkner , the undersigned, acknowledge that I am the applicant or authorized agent of the above
referenced organization, that I am aware of the provisions of the City of Sebastian Codes and Resolutions in respect to this
application and use of City facilities for which I have applied and agree to abide by all rules and regulations set out for use of City
facilities. I understand that the $250.00 security deposit will be refunded if the building is left clean and undamaged, however, failure
to clean the facilities immediately after the use, or causing any damage to the facility will result in forfeiture, in part or full, of the
security deposit.
Signature of 'cant
43
CITY OF SEBASTIAN
LEISURE SERVICES RECEIPT
2967
Name firvqL/ ralujlkr�0,3__
Date 3 L j3�s
r?e c �o
001001 208001 Sales Tax
001001 220000 Security Deposit
001501 362100 Taxable Rent
001501 362150 Non -Taxable Rent
Cash
Check 7
ACredit
001501 342100 Police Security Services
001501 366150 Brick Pavers
001501 366000 Memorial Benches
001501 369400 Reimbursement Services
�'I� chi �� o- ��(e,,� -1�0—�r►e..
C'omm Uw-Lr ate'' ct-t
Clt� �� �� -'�� `� /7 nor
Q�-� ✓e�- u�c'u � � C l ►-se
Initials
Amount Paid
Total Paid gl�so
White - Deot. of Oriain • Yellow - Admin. Svcs. • Pink - ADDlicant
44
CITY OF SEBASTIAN
OF 5 E B,qS
� 4�'
V 92
T i
i
O�
�FpE !IC
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Ron Paul
SUBJECT Alcohol Beverage Approval — Picardi Family
EXECUTIVE SUMMARY
The Picardi family is having a birthday party at the Community Center and requests permission to serve
alcoholic beverages.
RECOMMENDATION
Recommend approval.
ATTACHMENTS:
1. Rental Application
2. Payment Receipt
FUNDING SOURCE:
Expenditure required
N/A
Additional Funds Needed: $ 0.00
Amount Budgeted: Funding source
N/A N/A
45
Camp t�N � � Cf�v�e
Time: From
q ,-
Kl 0
'�Ilt�ltr2�
Date of Birlh
CH, Cf
SERAST"
;i�
HOME OF PELICAN ISLAND
CITY OF SEBASTIAN COMMUNITY CENTER
RENTAL PERMIT APPLICATION
1225 Main Street
Sebastian, FL 32958
Parks Phone: (772) 228-7054 FAX: (772) 228-7054
' For emergency purposes ONLY, please dial 772.473.0454V&L bra,.VL�
Today's Date:
l I
_J Q n l'l AlL Ph 1, -i C/4
Na of Permittee (permits may only be issued to an adult) Name of Organization (if applicabl
On A c,v - -- t-r t e,
Physical Address Mailing Address (if different)
39c) 6�5)
city State Zip Phone
(:�CA-7
Reason for Rental — Type of Function
90—�I-D
Anticipated Number of Attendees (Must be less than a maximum of 150)
0o q,t 1(0, ao a L I
Requested Date
Please answer the following yes or no:
1) Are you a resident of Sebastian?
2) Will there be an admission charge or door charge?
3) Will alcoholic beverages be served?
If yes, please provide govt. issued ID proof of age
E-Mail Address
To
Verified by
JAR i �2 d 1 Utq- Nhe undersigned, acknowledge that I am the applicant or authorized agent of the above
referenced organization, that I am aware of the provisions of the City of Sebastian Codes and Resolutions in respect to this
application and use of City facilities for which I have applied and agree to abide by all rules and regulations set out for use of City
facilities. I understand that the $250.00 security deposit will be refunded if the building is left clean and undamaged, however, failure
to clean the facilities immediately after the use, or causing any damage to the facility will result in forfeiture, in part or full, of the
security deposit. -
/Signature of Applicant
46
CITY OF SEBASTIAN 2962
LEISURE SERVICES RECEIPT
Name_ :;jell /rtiIe i^'C�-Y' L Cash
,313121
Date _j Check �
Co m m car} i �
1 ��� � J Credit
!�l Amount Paid
001001 208001 Sales Tax
001001 220000 Security Deposit
001501
362100
Taxable Rent
001501
362150
Non -Taxable Rent
001501
342100
Police Security Services
001501
366150
Brick Pavers
001501
366000
Memorial Benches
001501
369400
Reimbursement Services
�ril vp� �'(ey -fott+2
CC) MrVM U 61 �y t
p4 a -LC' 41,5_ o.�- +/4
icqvn the. kcy by f/a.
U_e_P0..t)1_t rc-(v ne4 ••9 L C l l.X��
mb_j� o,,) 4111 /2.5-
�P _72�3
Total Paid
Initials
White - Dept. of Oriain • Yellow - Admin. Svcs. • Pink - Aoolicant
47
CITY OF SEBASTIAN
OF S E B,qS
�I
�2
0
Z
v4 PELICP\*'
EXECUTIVE SUMMARY
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Alix Bernard, Community Development Director
SUBJECT Consideration of Beer being sold at the Earth Day
Event in Riverview Park on Saturday, April 26, 2025
Pursuant to Section 74-4.7, requests to serve alcohol at City sponsored events in Riverview Park require
City Council's approval. The Natural Resources Board hosts the City's annual "Earth Day Celebration"
at Riverview Park on the last Saturday in April of each year. The Board is requesting the addition of
alcohol to this year's event. The event date is Saturday, April 26th and the event will take place from
10:00AM to 4:OOPM. The request for consideration is as follows:
The Natural Resources Board would like alcohol (draft beer) to be sold during the Earth Day Celebration
event. The Rotary Club of Sebastian Recreational Foundation, Inc. will be the host and will be serving
the beer on tap. Proceeds from the sales will be earmarked for a to -be -determined Lagoon Project.
RECOMMENDATION
Staff recommends approval of having beer sold at the Earth Day Event in Riverview Park on Saturday,
April 26, 2025.
ATTACHMENTS:
1. Rotary Club of Sebastian confirmation to provide beer
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
N/A N/A N/A
Additional Funds Needed: N/A
48
Joshua Simpson
From: Paula Sue Barker <paulabarkerrealtor@gmail.com>
Sent: Thursday, March 6, 2025 9:59 AM
To: Joshua Simpson
Subject: Re: FW: Earth Day & Arbor Day Celebration
Yes we will have the permit to pour.
Do we need to fill out a vendor form?
Thank you
Paula Sue Barker
Broker Associate
Mac Evoy Real Estate
cell 772-559-2933
On Wed, Mar 5, 2025, 4:01 PM Joshua Simpson<JSimpsonCcDcitvofsebastian.ore> wrote:
That's Great, Thank You for letting us know and we look forward to it again this years.
I will now work to get it approved by City Council at the next meeting at the end of March.
Once I have approval I will reach out again just to shore everything up and confirm.
For my submittal to City Council I just wanted to confirm that the Rotary will have the permit again this year for the
beer sales? I know council will look for that to be sure everyone is covered for the beer .
Thank You Again Paula
JOSHUA SIMPSON
ZONING TECHNICIAN
COMMUNITY DEVELOPMENT
CITY OF SEBASTIAN
OFFICE 772-388-8221
isiMDSon(@citvofsebastian.org
1
49
CM OF
Sf]3ASTI
N
�--,. %
HOME OF PELICAN ISLAND
SEBASTIAN
(1011MMIlt 11119t1A1110M
MA • M4
From: Paula Sue Barker <r)aulabarkerrealtor@gmail.com>
Sent: Wednesday, March 5, 2025 3:28 PM
To: Joshua Simpson <JSimgson@citvofsebastian.ore>
Subject: Re: FW: Earth Day & Arbor Day Celebration
Rotary has confirmed we have beer to pour on Earth Day.
Paula Sue Barker
cell 772-559-2933
President, Rotary Club of Sebastian
On Wed, Feb 12, 2025, 4:21 PM Joshua Simpson <JSimpson@citvofsebastian.orp,> wrote:
Ok, Thanks Paula !
JOSHUA SIMPSON
ZONING TECHNICIAN
COMMUNITY DEVELOPMENT
CITY OF SEBASTIAN
OFFICE 7172-388-8221
isimpson(Dcitvofsebastian.org
2
50
CITY OF SEBASTIAN
oF SEBgS
O �
FPELICP�
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Richard Blankenship, Parks and Recreation Director
SUBJECT Consideration of fee waiver and road closure for
upcoming programs and events
EXECUTIVE SUMMARY
In accordance with the City of Sebastian's Strategic Plan Goal of Quality of Life, Parks and Recreation,
City of Sebastian Staff is actively producing programs and special events for the residents and visitors of
Sebastian. These programs and events are designed to serve a broad range of ages and interests. In the
production of these programs and events, Staff has strived to create recreation activities that 1) are needed
as reflected in citizen surveys, requests and professional observation by Staff, 2) create little or no
financial liability for the City, and 3) have qualified event and program producers that we can rely on to
assist us in producing the program or event.
Towards that end, Staff is requesting facility rental fee waivers for and a temporary road closure for one
special event and two programs:
1. The Shark Fitness Race is a special event that will be produced in partnership with Treasure
Coast Fitness. The event will be conducted at Riverview Park's Twin Piers area. The event is a
fitness challenge competition which is anticipated to generate overnight visitors and provide an
economic stimulus to the City through local tourism. The event is May 10, 2025. Staff is
requesting a fee waiver for park rental and temporary road closure from Sportsman Lodge to
Sebastian Blvd. for the duration of the event. The event will pay all other event expenses. The
value of the fee waiver is $400.00.
2. The City will be hosting the Junior Tennis Tour (12U) Clay Court Tennis Tournament May 17
and 18, 2025, June 20-22, 2025 and July 18-20, 2025 for children from around the southeast.
United States. Tennis is a very popular sport in Sebastian and we are fortunate to have some of
the only public clay courts in Florida. In an effort to promote tennis to younger age groups and
provide positive economic impact through sports tourism, Staff has entered into a partnership
with the Junior Tennis Tour. The tour is responsible for marketing, registrations, seeding and all
other aspects of pre -tournament administration. The City will provide the venue and volunteers
for tournament operations. The Friendly Tennis Club has volunteered to assist in tournament
operations. The value of the fee waiver for each weekend is approximately $1,200.00, depending
on registration and tournament duration.
51
3. I9 Snorts will begin clinics May 3, 2025 with baseball/softball. They will also produce clinics in
flag football and soccer. I9 sports is a non-competitive clinic format focused on introducing sports
and team sports to children and parents that teaches the game, the skills and the fun of sport
without the commitment that a more advanced league play may require. I9 will provide all of the
registration, equipment, on field supervision and employee vetting as required by the State of
Florida (Level II). These clinics are not competition for existing leagues such as Little League
Baseball/Softball, but feeder programs for those more competitive sports leagues. The
baseball/softball clinic will be conducted on Saturday mornings at Barber Street Sports Complex
multi -use field to give younger siblings an option to participate while the older sibling may be
playing or practicing. Staff is requesting fee waiver through December 13, 2025 to allow us to get
several different clinics from several sports produced so that we know what the following years
offering should be. The values of the fee waiver are $450 per 6-week clinic.
RECOMMENDATION
Consider approval of the fee waiver for Riverview Park's Twin Piers and temporary road closure
for the Shark Fitness Race May 10, 2025 from 6 a.m. until 5 p.m. (or sooner if event has
concluded). The road closure will be on Indian River Drive from Sportsman's Lodge to Sebastian
Blvd.
2. Consider fee waiver for the Junior Tennis Tour tournaments May 17 and 18, June 20-22, and
July 18-20, 2025.
3. Consider half -day fee waiver for I9 Sports beginning Saturday May 3, 2025 through Saturday
December 13, 2025.
ATTACHMENTS:
1. Shark Race Save the Date
2. Junior Tennis Tour
3. I9 Sports
4. Road Closure Worksheet for May 10, 2025
5. Road Closure Type 2
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
N/A N/A N/A
Additional Funds Needed: N/A
52
CITY OF SEBASTIAN
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Daniel Acosta, Chief of Police
Request for Authorization to Sign Memorandum of
SUBJECT Agreement (MOA) with Department of Homeland
Security Immigration and Customs Enforcement (ICE)
EXECUTIVE SUMMARY
The Sebastian Police Department seeks to enter into a Memorandum of Agreement (MOA) with the
Department of Homeland Security Immigration and Customs Enforcement (ICE) under the federal 287(g)
program. This program allows selected Law Enforcement Officers (LEOs) to be nominated, trained, and
approved by ICE to perform specific immigration enforcement functions under ICE's direction and
supervision within the officers' jurisdiction.
In February 2025, Florida established the State Board of Immigration Enforcement (SBIE) to oversee
compliance with state immigration laws. Recently, the SBIE launched the Law Enforcement
Accountability Dashboard (LEAD), a platform enabling law enforcement officers and employees to
report any failures by their agencies to comply with Florida's immigration enforcement policies. This
initiative underscores the state's commitment to enforcing immigration laws and holding agencies
accountable.
By participating in the 287(g) program and aligning with initiatives like LEAD, the Sebastian Police
Department aims to enhance public safety by ensuring compliance with both federal and state
immigration laws, including Florida Statute 908 - Federal Immigration Enforcement. This collaboration
will provide our officers with the necessary training and authority to assist in identifying and addressing
individuals who pose a threat to our community.
RECOMMENDATION
Staff requests that the Sebastian City Council grant authorization for the Chief of Police to sign the
Memorandum of Agreement (MOA) with ICE. This partnership will strengthen our ability to maintain
law and order while aligning with both federal and state regulations.
ATTACHMENTS:
1. Memorandum of Agreement (MOA)
2. Florida State Statute 908
3. LEAD News Release
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
N/A N/A N/A
Additional Funds Needed: $ 0.00
62
MEMORANDUM OF AGREEMENT
287(g) Task Force Model
This Memorandum of Agreement (MOA) constitutes an agreement between United States
Immigration and Customs Enforcement (ICE), a component of the Department of Homeland
Security (DHS), and the Sebastian Police Department, pursuant to which ICE delegates to nominated,
trained, and certified officers or employees of the SPD (hereinafter interchangeably referred
to as "Law Enforcement Agency" (LEA)), the authority to perform certain immigration enforcement
functions as specified herein. The LEA represents in the implementation and
administration of this MOA. The LEA and ICE enter into this MOA in good faith and agree to
abide by the terms and conditions contained herein. The ICE and LEA points of contact for
purposes of this MOA are identified in Appendix A.
I. PURPOSE
The purpose of this MOA is to set forth the terms and conditions pursuant to which selected LEA
personnel (participating LEA personnel) will be nominated, trained, and thereafter be approved by
ICE to perform certain functions of an immigration officer under the direction and supervision of
ICE within the LEA's jurisdiction. This MOA sets forth the scope of the immigration officer
functions that DHS is authorizing the participating LEA personnel to perform. Nothing contained
herein shall otherwise limit the jurisdiction and powers normally possessed by participating LEA
personnel as members of the LEA. However, the exercise of the immigration enforcement authority
granted under this MOA to participating LEA personnel shall occur only as provided in this MOA.
This MOA also describes the complaint procedures available to members of the public regarding
immigration enforcement actions taken pursuant to this agreement by participating LEA personnel.
II. AUTHORITY
Section 287(g) of the Immigration and Nationality Act (INA), codified at 8 U.S.C. § 1357(g), as
amended by the Homeland Security Act of 2002, Public Law 107-276, authorizes the Secretary of
Homeland Security, or her designee, to enter into written agreements with a State or any political
subdivision of a State so that qualified officers and employees can perform certain functions of an
immigration officer. This MOA constitutes such a written agreement.
III. POLICY
This MOA sets forth the scope of the immigration officer functions that DHS is authorizing the
participating LEA personnel to perform. It sets forth with specificity the duration of the authority
conveyed and the specific lines of authority, including the requirement that participating LEA
personnel be subject to ICE direction and supervision while performing delegated immigration
officer functions pursuant to this MOA. For the purposes of this MOA, ICE officers will provide
direction and supervision for participating LEA personnel only as to immigration enforcement
functions as authorized in this MOA. The LEA retains supervision of all other aspects of the
employment and performance of duties of participating LEA personnel.
Revised 02/12/2025
63
IV. TRAINING AND ASSIGNMENTS
Before participating LEA personnel receive authorization to perform immigration officer functions
granted under this MOA, they must successfully complete mandatory training on relevant
administrative, legal, and operational issues tailored to the immigration enforcement functions to be
performed as provided by ICE instructors and thereafter pass examinations equivalent to those given
to ICE officers. The mandatory training may be made available to the LEA in both in -person and
online, recorded or virtual -meeting formats, as determined by ICE. Only participating LEA
personnel who are nominated, trained, certified, and authorized, as set out herein, have authority
pursuant to this MOA to conduct the delegated immigration officer functions, under ICE direction
and supervision, enumerated in this MOA.
Upon the LEA's agreement, participating LEA personnel performing immigration -related duties
pursuant to this MOA will be assigned to various units, teams, or task forces designated by ICE.
V. DESIGNATION OF AUTHORIZED FUNCTIONS
For the purposes of this MOA, participating LEA personnel are authorized to perform the following
functions pursuant to the stated authorities, subject to the limitations contained in this MOA:
• The power and authority to interrogate any alien or person believed to be an alien as to his
right to be or remain in the United States (INA § 287(a)(1) and 8 C.F.R. § 287.5(a)(1)) and
to process for immigration violations those individuals who have been arrested for State or
Federal criminal offenses.
The power and authority to arrest without a warrant any alien entering or attempting to
unlawfully enter the United States in the officer's presence or view, or any alien in the United
States, if the officer has reason to believe the alien to be arrested is in the United States in
violation of law and is likely to escape before a warrant can be obtained. INA § 287(a)(2)
and 8 C.F.R. § 287.5(c)(1). Subsequent to such arrest, the arresting officer must take the
alien without unnecessary delay for examination before an immigration officer having
authority to examine aliens as to their right to enter or remain in the United States.
The power to arrest without warrant for felonies which have been committed and which are
cognizable under any law of the United States regulating the admission, exclusion,
expulsion, or removal of aliens, if the officer has reason to believe the alien to be arrested is
in the United States in violation of law and is likely to escape before a warrant can be
obtained. INA § 287(a)(4) and 8 C.F.R. § 287.5(c)(2).
• The power to serve and execute warrants of arrest for immigration violations under INA §
287(a) and 8 C.F.R. § 287.5(e)(3).
• The power and authority to administer oaths and to take and consider evidence (INA § 287(b)
and 8 C.F.R. § 287.5(a)(2)) to complete required alien processing to include fingerprinting,
Revised 02/12/2025
64
photographing, and interviewing, as well as the preparation of affidavits and the taking of
sworn statements for ICE supervisory review.
• The power and authority to prepare charging documents (INA § 239,8 C.F.R. § 239.1; INA
§ 238, 8 C.F.R § 238.1; INA § 241(a)(5), 8 C.F.R § 241.8; INA § 235(b)(1), 8 C.F.R. § 235.3)
including the preparation of the Notice to Appear (NTA) or other charging document, as
appropriate, for the signature of an ICE officer for aliens in categories established by ICE
supervisors.
• The power and authority to issue immigration detainers (8 C.F.R. § 287.7) and I-213, Record
of Deportable/Inadmissible Alien, for aliens in categories established by ICE supervisors.
• The power and authority to take and maintain custody of aliens arrested by ICE, or another
State or local law enforcement agency on behalf of ICE. (8 C.F.R. § 287.5(c)(6))
• The power and authority to take and maintain custody of aliens arrested pursuant to the
immigration laws and transport (8 C.F.R. § 287.5(c)(6)) such aliens to ICE -approved
detention facilities.
VI. RESOLUTION OF LOCAL CHARGES
The LEA is expected to pursue to completion prosecution of any state or local charges that caused
the alien to be taken into custody. ICE may assume custody of aliens who have been convicted of a
state or local offense only after such aliens have concluded service of any sentence of incarceration.
The ICE Enforcement and Removal Operations Field Office Director or designee shall assess on a
case -by -case basis the appropriate actions for aliens who do not meet the above criteria based on
special interests or other circumstances after processing by the LEA.
After notification to and coordination with the ICE supervisor, the alien whom participating LEA
personnel have determined to be removable will be arrested on behalf of ICE by participating LEA
personnel and be transported by the LEA on the same day to the relevant ICE detention office or
facility.
VII. NOMINATION OF PERSONNEL
The chief officer of the LEA will nominate candidates for initial training and certification under
this MOA. For each candidate, ICE may request any information necessary for a background
check and to evaluate a candidate's suitability to participate in the enforcement of immigration
authorities under this MOA. All candidates must be United States citizens. All candidates must
have at least two years of LEA work experience. All candidates must be approved by ICE
and must be able to qualify for appropriate federal security clearances and access to appropriate
DHS and ICE databases/systems and associated applications.
Should a candidate not be approved, a substitute candidate may be submitted if time permits such
substitution to occur without delaying the start of training. Any subsequent expansion in the
number of participating LEA personnel or scheduling of additional training classes may be based
Revised 02/12/2025
65
on an oral agreement of the parties but will be subject to all the requirements of this MOA.
VIII. TRAINING OF PERSONNEL
ICE will provide participating LEA personnel with the mandatory training tailored to the
immigration functions to be performed. The mandatory training may be made available to the LEA
in both in -person and online, recorded or virtual -meeting formats, as determined by ICE.
Training will include, among other things: (i) discussion of the terms and limitations of this MOA;
(ii) the scope of immigration officer authority; (iii) relevant immigration law; (iv) the ICE Use of
Force Policy; (v) civil rights laws; (vi) the detention of aliens; (vii) public outreach and complaint
procedures; (viii) liability issues; (ix) cross-cultural issues; and (x) the obligations under federal law,
including applicable treaties or international agreements, to make proper notification upon the arrest
or detention of a foreign national.
Approximately one year after the participating LEA personnel are trained and certified, ICE may
provide additional updated training on relevant administrative, legal, and operational issues related
to the performance of immigration officer functions, unless either party terminates this MOA
pursuant to Section XVIII below. Local training on relevant issues will be provided on an ongoing
basis by ICE supervisors or a designated team leader.
IX. CERTIFICATION AND AUTHORIZATION
ICE will certify in writing the names of those LEA personnel who successfully complete training
and pass all required testing. Upon certification, ICE will provide the participating LEA personnel
with a signed authorization to perform specified functions of an immigration officer for an initial
period of two years from the date of the authorization. ICE will also provide a copy of the
authorization to the LEA. The ICE supervisory officer, or designated team leader, will evaluate the
activities of all personnel certified under this MOA.
Authorization of participating LEA personnel to act pursuant to this MOA may be revoked at any
time and for any reason by ICE or the LEA. Such revocation will require notification to the other
party to this MOA within 48 hours. The chief officer of the LEA and ICE will be responsible for
notification of the appropriate personnel in their respective agencies. The termination of this MOA,
pursuant to Section XVIII below, shall constitute revocation of all immigration enforcement
authorizations delegated herein.
X. COSTS AND EXPENDITURES
Participating LEA personnel will carry out designated functions at the LEA's expense, including
salaries and benefits, local transportation, and official issue material. Whether or not the LEA
receives financial reimbursement for such costs through a federal grant or other funding mechanism
is not material to this MOA.
ICE is responsible for the installation and maintenance of the Information Technology (IT)
infrastructure. The use of the IT infrastructure and the DHS/ICE IT security policies are
Revised 02/12/2025
66
defined in the Interconnection Security Agreement (ISA). The ISA is the agreement between
ICE's Chief Information Security Officer and the LEA's Designated Accreditation Authority.
The LEA agrees that each of its sites using an ICE -provided network access or equipment
will sign the ISA, which defines the DHS ICE 4300A Sensitive System Policy and Rules of
Behavior for each user granted access to the DHS network and software applications. Failure
to adhere to the terms of the ISA could result in the loss of all user privileges.
The LEA is responsible for personnel expenses, including, but not limited to, salaries and
benefits, local transportation, and official issue material used in the execution of the LEA's
mission. ICE will provide instructors and training materials. The LEA is responsible for the
salaries and benefits, including any overtime, of all its personnel being trained or performing
duties under this MOA and of those personnel performing the regular functions of the
participating LEA personnel while they are receiving training. ICE is responsible for the costs
of the LEA personnel's travel expenses while in a training status, as authorized by the Federal
Travel Regulation and the ICE Travel Handbook. These expenses include housing, per diem
and all transportation costs associated with getting to and from training. ICE is responsible
for the salaries and benefits of all ICE personnel, including instructors and supervisors.
The LEA is responsible for providing all administrative supplies (e.g. paper, printer toner)
necessary for normal office operations. The LEA is also responsible for providing the
necessary security equipment, such as handcuffs, leg restraints, etc.
XI. ICE SUPERVISION
Immigration enforcement activities conducted by participating LEA personnel will be supervised
and directed by ICE. Participating LEA personnel are not authorized to perform immigration
officer functions except when working under the supervision or direction of ICE.
When operating in the field, participating LEA personnel shall contact an ICE supervisor at the
time of exercising the authority in this MOA, or as soon as is practicable thereafter, for guidance.
The actions of participating LEA personnel will be reviewed by the ICE supervisory officers
on an ongoing basis to ensure compliance with the requirements of the immigration laws and
procedures and to assess the need for additional training or guidance for that specific individual.
For the purposes of this MOA, ICE officers will provide supervision of participating LEA
personnel only as to immigration enforcement functions. The LEA retains supervision of all
other aspects of the employment of and performance of duties by participating LEA
personnel.
In the absence of a written agreement to the contrary, the policies and procedures to be utilized
by the participating LEA personnel in exercising these authorities shall be DHS and ICE policies
and procedures, including the ICE Use of Force Policy. However, when engaged in immigration
enforcement activities, no participating LEA personnel will be expected or required to violate or
otherwise fail to maintain the LEA's rules, standards, or policies, or be required to fail to abide
by restrictions or limitations as may otherwise be imposed by law unless doing so would violate
Revised 02/12/2025
67
federal law.
If a conflict arises between an order or direction of an ICE supervisory officer and LEA rules,
standards, or policies, the conflict shall be promptly reported to ICE, and the chief officer of the
LEA, or designee, when circumstances safely allow the concern to be raised. ICE and the chief
officer of the LEA shall attempt to resolve the conflict.
Whenever possible, the LEA will deconflict all addresses, telephone numbers, and known or
suspected identities of violators of the INA with ICE's Homeland Security Investigations or ICE's
Enforcement and Removal Operations prior to taking any enforcement action. This deconfliction
will, at a minimum include wants/warrants, criminal history, and a person's address, and vehicle
check through TECS II or any successor system.
LEA participating personnel authorized pursuant to this MOA may be assigned and/or co -
located with ICE as task force officers to assist ICE with criminal investigations.
XII. REPORTING REQUIREMENTS
The LEA will be responsible for tracking and maintaining accurate data and statistical information
for their 287(g) program, including any specific tracking data requested by ICE. Upon ICE's
request, such data and information shall be provided to ICE for comparison and verification with
ICE's own data and statistical information, as well as for ICE's statistical reporting requirements
and to assess the progress and success of the LEA's 287(g) program.
XIII. RELEASE OF INFORMATION TO THIRD PARTIES
The LEA may, at its discretion, communicate the substance of this agreement to the media and
other parties expressing an interest in the law enforcement activities to be engaged in under this
MOA. It is the practice of ICE to provide a copy of this MOA, only after it has been signed, to
requesting media outlets; the LEA is authorized to do the same.
The LEA hereby agrees to coordinate with ICE prior to releasing any information relating to, or
exchanged under, this MOA. For releases of information to the media, the LEA must coordinate
in advance of release with the ICE Office of Public Affairs, which will consult with ICE Privacy
Office for approval prior to any release. The points of contact for ICE and the LEA for this purpose
are identified in Appendix C. For releases of information to all other parties, the LEA must
coordinate in advance of release with the FOD or the FOD's representative.
Information obtained or developed as a result of this MOA, including any documents created by
the LEA that contain information developed or obtained as a result of this MOA, is under the
control of ICE and shall not be disclosed unless: 1) permitted by applicable laws, regulations, or
executive orders; and 2) the LEA has coordinated in advance of release with (a) the ICE Office of
Public Affairs, which will consult the ICE Privacy Office for approval, prior to any release to the
media, or (b) an ICE officer prior to releases to all other parties. LEA questions regarding the
Revised 02/12/2025
68
applicability of this section to requests for release of information shall be directed to an ICE
officer.
Nothing herein limits LEA's compliance with state public records laws regarding those records
that are solely state records and not ICE records.
The points of contact for ICE and the LEA for the above purposes are identified in Appendix C.
XIV. LIABILITY AND RESPONSIBILITY
Except as otherwise noted in this MOA or allowed by federal law, and to the extent required by
8 U.S.C. § 1357(g)(7) and (8), the LEA will be responsible and bear the costs of participating
LEA personnel regarding their property or personal expenses incurred by reason of death, injury,
or incidents giving rise to liability.
Participating LEA personnel will be treated as Federal employees for purposes of the Federal Tort
Claims Act, 28 U.S.C. § 1346(b)(1), 2671-2680, and worker's compensation claims, 5 U.S.C.
§ 8101 et seq., when performing a function on behalf of ICE as authorized by this MOA. See 8
U.S.C. § 1357(g)(7); 28 U.S.C. § 2671. In addition, it is the understanding of the parties to this
MOA that participating LEA personnel performing a function on behalf of ICE authorized by this
MOA will be considered acting under color of federal authority for purposes of determining
liability and immunity from suit under federal or state law. See 8 U.S.C. § 1357(g)(8).
Participating LEA personnel named as personal -capacity defendants in litigation arising from
activities carried out under this MOA may request representation by the U.S. Department of
Justice. See 28 C.F.R. § 50.15. Absent exceptional circumstances, such requests must be made in
writing. LEA personnel who wish to submit a request for representation shall notify the local ICE
Office of the Principal Legal Advisor (OPLA) field location at . OPLA, through
its headquarters, will assist LEA personnel with the request for representation, including the
appropriate forms and instructions. Unless OPLA concludes that representation clearly is
unwarranted, it will forward the request for representation, any supporting documentation, and an
advisory statement opining whether: 1) the requesting individual was acting within the scope of
his/her authority under 8 U.S.C. § 1357(g) and this MOA; and, 2) such representation would be
in the interest of the United States, to the Director of the Constitutional and Specialized Tort
Litigation Section, Civil Division, Department of Justice (DOJ). Representation is granted at the
discretion of DOJ; it is not an entitlement. See 28 C.F.R. § 50.15.
The LEA agrees to cooperate with any federal investigation related to this MOA to the full extent
of its available powers, including providing access to appropriate databases, personnel,
individuals in custody and documents. Failure to do so may result in the termination of this MOA.
Failure of any participating LEA employee to cooperate in any federal investigation related to
this MOA may result in revocation of such individual's authority provided under this MOA. The
LEA agrees to cooperate with federal personnel conducting reviews to ensure compliance with
the terms of this MOA and to provide access to appropriate databases, personnel, and documents
necessary to complete such compliance review. It is understood that information provided by any
LEA personnel under threat of disciplinary action in an administrative investigation cannot be
Revised 02/12/2025
69
used against that individual in subsequent criminal proceedings, consistent with Garrity v. New
Jersey, 385 U.S. 493 (1967), and its progeny.
As the activities of participating LEA personnel under this MOA derive from federal authority,
the participating LEA personnel will comply with federal standards relating to the Supreme
Court's decision in Giglio v. United States, 405 U.S. 150 (1972), and its progeny, which govern
the disclosure of potential impeachment information about possible witnesses or affiants in a
criminal case or investigation.
The LEA and ICE are each responsible for compliance with the Privacy Act of 1974, 5 U.S.C.
§ 552a, DHS Privacy Act regulations, 6 C.F.R. §§ 5.20-5.36, as applicable, and related system of
records notices regarding data collection and use of information under this MOA.
XV. COMPLAINT PROCEDURES
The complaint reporting and resolution procedure for allegations of misconduct by participating
LEA personnel, regarding activities undertaken under the authority of this MOA, is included at
Appendix B.
XVI. CIVIL RIGHTS STANDARDS
Participating LEA personnel who perform certain federal immigration enforcement functions are
bound by all applicable federal civil rights statutes and regulations.
Participating LEA personnel will provide an opportunity for subjects with limited English
language proficiency to request an interpreter. Qualified foreign language interpreters will be
provided by the LEA as needed.
XVII. MODIFICATION OF THIS MOA
Modifications of this MOA must be proposed in writing and approved by the signatories.
XVHI. EFFECTIVE DATE, SUSPENSION, AND TERMINATION OF THIS MOA
This MOA becomes effective upon signature of both parties and will remain in effect until either
party terminates or suspends the MOA. Termination by the LEA shall be provided, in writing, to
the local Field Office.
In instances where serious misconduct or violations of the terms of the MOA come to the attention
of ICE, the ICE Director may, upon recommendation of the Executive Associate Director for
Enforcement and Removal Operations, elect to immediately suspend the MOA pending
investigation of the misconduct and/or violations.
Notice of the suspension will be provided to the LEA, and the notice will include, at a minimum,
(1) an overview of the reason(s) that ICE is suspending the 287(g) agreement, (2) the length of the
temporary suspension, and (3) how the LEA can provide ICE with information regarding the alleged
Revised 02/12/2025
70
misconduct and/or violations, as well as any corrective measures it has undertaken.
ICE shall provide the LEA with a reasonable opportunity to respond to the alleged misconduct
and/or violations and to take actions to implement corrective measures (e.g., replace the officer(s)
who are the focus of the allegations). ICE will provide the LEA timely notice of a suspension being
extended or vacated.
If the LEA is working to take corrective measures, ICE will generally not terminate an agreement.
The termination of an agreement is generally reserved for instances involving problems that are
unresolvable and detrimental to the 287(g) Program.
If ICE decides to move from suspension to termination, ICE will provide the LEA a 90-day notice
in advance of the partnership being terminated. The notice will include, at a minimum: (1) An
overview of the reason(s) that ICE seeks to terminate the 287(g) agreement; (2) All available data
on the total number of aliens identified under the 287(g) agreement; and (3) Examples of egregious
criminal aliens identified under the 287(g) agreement. ICE's decision to terminate a MOA will be
published on ICE's website 90 days in advance of the MOA's termination.
This MOA does not, is not intended to, shall not be construed to, and may not be relied upon to
create any rights, substantive or procedural, enforceable at law by any person in any matter, civil or
criminal.
By signing this MOA, each party represents it is fully authorized to enter into this MOA, accepts
the terms, responsibilities, obligations, and limitations of this MOA, and agrees to be bound thereto
to the fullest extent allowed by law.
For the LEA:
Date: 0 3/2 7/2 5
Signature:
Title: Chief of Police
For ICE:
Date:
Signature:
Title: Chief of Police
Revised 02/12/2025
71
APPENDIX A
POINTS OF CONTACT
The ICE and LEA points of contact for purposes of implementation of this MOA are:
For ICE: Department of Homeland Security
Immigration and Customs Enforcement
Enforcement and Removal Operations
Assistant Director for Enforcement
Washington DC
For the LEA: Daniel Acosta
Sebastian Police Departmei
Chief of Police
Revised 02/12/2025
APPENDIX B
COMPLAINT PROCEDURE
Sebastian Police Department
This MOA is an agreement between ICE and the , hereinafter referred to
as the "Law Enforcement Agency" (LEA), in which selected LEA personnel are authorized
to perform immigration enforcement duties in specific situations under federal authority. As
such, the training, supervision, and performance of participating LEA personnel pursuant to
the MOA, as well as the protections for individuals' civil and constitutional rights, are to
be monitored. Part of that monitoring will be accomplished through these complaint
reporting and resolution procedures, which the parties to the MOA have agreed to follow.
If any participating LEA personnel are the subject of a complaint or allegation involving the
violation of the terms of this MOA the LEA shall, to the extent allowed by state law, make
timely notification to ICE.
Further, if the LEA is aware of a complaint or allegation of any sort that may result in that
individual receiving professional discipline or becoming the subject of a criminal
investigation or civil lawsuit, the LEA shall remove the designated LEA personnel from the
program, until such time that the LEA has adjudicated the allegation.
The LEA will handle complaints filed against LEA personnel who are not designated and
certified pursuant to this MOA but are acting in immigration functions in violation of this
MOA. Any such complaints regarding non -designated LEA personnel acting in immigration
functions must be forwarded to the ICE Office of Professional Responsibility (OPR) at
ICEOPRIntake@ice.dhs.gov.
1. Complaint Reporting Procedures
Complaint reporting procedures shall be disseminated as appropriate by the LEA within
facilities under its jurisdiction (in English and other languages as appropriate) in order to
ensure that individuals are aware of the availability of such procedures. Complaints will be
accepted from any source (e.g., ICE, LEA, participating LEA personnel, inmates, and the
public).
Complaints may be reported to federal authorities as follows:
A. Telephonically to the ICE OPR at the toll -free number 1-833-410E-OPR; or
B. Via email at ICEOPRIntake@ice.dhs.gov.
Complaints may also be referred to and accepted by any of the following LEA entities:
A. The LEA Internal Affairs Division; or
B. The supervisor of any participating LEA personnel.
Revised 02/12/2025
73
2. Review of Complaints
All complaints (written or oral) reported to the LEA directly, which involve activities
connected to immigration enforcement activities authorized under this MOA, will be
reported to the ICE OPR. The ICE OPR will verify participating personnel status under
the MOA with the assistance of ICE. Complaints received by any ICE entity will be
reported directly to the ICE OPR as per existing ICE policies and procedures.
In all instances, the ICE OPR, as appropriate, will make an initial determination regarding
DHS investigative jurisdiction and refer the complaint to the appropriate office for action as
soon as possible, given the nature of the complaint.
Complaints reported directly to the ICE OPR will be shared with the LEA's Internal Affairs
Division when the complaint involves LEA personnel. Both offices will then coordinate
appropriate investigative jurisdiction, which may include initiation of a joint investigation to
resolve the issue(s).
3. Complaint Resolution Procedures
Upon receipt of any complaint the ICE OPR will undertake a complete review of each
complaint in accordance with existing ICE allegation criteria and reporting requirements. As
stated above the ICE OPR will adhere to existing ICE reporting requirements as they relate
to the DHS OIG and/or another legally required entity. Complaints will be resolved using
the existing procedures, supplemented as follows:
A. Referral of Complaints to LEA Internal Affairs Division.
The ICE OPR will refer complaints, as appropriate, involving LEA personnel to the
LEA's Internal Affairs Division for resolution. The Internal Affairs Division
Commander will inform ICE OPR of the disposition and resolution of any complaints
referred by ICE OPR.
B. Interim Action Pending Complaint Resolution
Whenever any participating LEA personnel are under investigation and subject to
interrogation by the LEA for any reason that could lead to disciplinary action, demotion,
or dismissal, the policy requirements of the LEA shall he honored. If appropriate,
an individual may he removed from participation in the activities covered under the
MOA pending resolution of an inquiry.
C. Time Parameters for Resolution of Complaints
It is expected that any complaint received will be resolved within 90 days. However,
this will depend upon the nature and complexity of the substance of the complaint
itself.
D. Notification of Resolution of a Complaint
Revised 02/12/2025
74
ICE OPR will coordinate with the LEA's Internal Affairs Division to ensure notification
as appropriate to the subject(s) of a complaint regarding the resolution of the
complaint.
Revised 02/12/2025
75
APPENDIX C
PUBLIC INFORMATION POINTS OF CONTACT
Pursuant to Section XIII of this MOA, the signatories agree to coordinate any
release of information to the media regarding actions taken under this MOA.
The points of contact for coordinating such activities are:
For the LEA:
Deputy Chief Tim Wood
Sebastian Police Department
Public Information Officer
For ICE:
Department of Homeland Security
Immigration and Customs Enforcement
Office of Public Affairs
Revised 02/12/2025
76
Florida State Statute Ch. 908 - Federal immigration enforcement
908.101 Legislative findings and intent.
The Legislature finds that it is an important state interest to cooperate and assist the federal government
in the enforcement of federal immigration laws within this state.
908.102 Definitions.
As used in this chapter, the term:
(1) "Federal immigration agency" means the United States Department of Justice and the United States
Department of Homeland Security, a division within such an agency, including United States Immigration
and Customs Enforcement and United States Customs and Border Protection, any successor agency, and
any other federal agency charged with the enforcement of immigration law.
(2) "Immigration detainer" means a facially sufficient written or electronic request issued by a federal
immigration agency using that agency's official form to request that another law enforcement agency
detain a person based on probable cause to believe that the person to be detained is a removable alien
under federal immigration law, including detainers issued pursuant to 8 U.S.C. ss. 1226 and 1357 along
with a warrant described in paragraph (c). For purposes of this subsection, an immigration detainer is
deemed facially sufficient if:
(a) The federal immigration agency's official form is complete and indicates on its face that the federal
immigration official has probable cause to believe that the person to be detained is a removable alien
under federal immigration law; or
(b) The federal immigration agency's official form is incomplete and fails to indicate on its face that the
federal immigration official has probable cause to believe that the person to be detained is a removable
alien under federal immigration law, but is supported by an affidavit, order, or other official
documentation that indicates that the federal immigration agency has probable cause to believe that the
person to be detained is a removable alien under federal immigration law; and
(c) The federal immigration agency supplies with its detention request a Form 1-200 Warrant for Arrest of
Alien or a Form 1-205 Warrant of Removal/Deportation or a successor warrant or other warrant
authorized by federal law.
(3) "Inmate" means a person in the custody of a law enforcement agency.
(4) "Law enforcement agency" means an agency in this state charged with enforcement of state, county,
municipal, or federal laws or with managing custody of detained persons in this state and includes
municipal police departments, sheriffs' offices, state police departments, state university and college
police departments, county correctional agencies, and the Department of Corrections.
(5) "Local governmental entity" means any county, municipality, or other political subdivision of this
state.
(6) "Sanctuary policy" means a law, policy, practice, procedure, or custom adopted or allowed by a state
entity or local governmental entity which prohibits or impedes a law enforcement agency from
complying with 8 U.S.C. s. 1373 or which prohibits or impedes a law enforcement agency from
77
communicating or cooperating with a federal immigration agency so as to limit such law enforcement
agency in, or prohibit the agency from:
(a) Complying with an immigration detainer;
(b) Complying with a request from a federal immigration agency to notify the agency before the release
of an inmate or detainee in the custody of the law enforcement agency;
(c) Providing a federal immigration agency access to an inmate for interview;
(d) Participating in any program or agreement authorized under s. 287 of the Immigration and
Nationality Act, 8 U.S.C. s. 1357 as required by s. 908.11;
(e) Providing a federal immigration agency with an inmate's incarceration status or release date; or
(f) Providing information to a state entity on the immigration status of an inmate or detainee in the
custody of the law enforcement agency.
(7) "State entity" means the state or any office, board, bureau, commission, department, branch,
division, or institution thereof, including institutions within the State University System and the Florida
College System.
908.103 Sanctuary policies prohibited.
A state entity, law enforcement agency, or local governmental entity may not adopt or have in effect a
sanctuary policy.
908.104 Cooperation with federal immigration authorities.
(1) A law enforcement agency shall use best efforts to support the enforcement of federal immigration
law. This subsection applies to an official, representative, agent, or employee of the entity or agency only
when he or she is acting within the scope of his or her official duties or within the scope of his or her
employment.
(2) Except as otherwise expressly prohibited by federal law, a state entity, local governmental entity, or
law enforcement agency, or an employee, an agent, or a representative of the entity or agency, may not
prohibit or in any way restrict a law enforcement agency from taking any of the following actions with
respect to information regarding a person's immigration status:
(a) Sending the information to or requesting, receiving, or reviewing the information from a federal
immigration agency for purposes of this chapter.
(b) Recording and maintaining the information for purposes of this chapter.
(c) Exchanging the information with a federal immigration agency or another state entity, local
governmental entity, or law enforcement agency for purposes of this chapter.
(d) Using the information to comply with an immigration detainer.
(e) Using the information to confirm the identity of a person who is detained by a law enforcement
agency.
78
(f) Sending the applicable information obtained pursuant to enforcement of s. 448.095 to a federal
immigration agency.
(3)(a) For purposes of this subsection, the term "applicable criminal case" means a criminal case in
which:
1. The judgment requires the defendant to be confined in a secure correctional facility; and
2. The judge:
a. Indicates in the record under s. 908.105 that the defendant is subject to an immigration detainer; or
b. Otherwise indicates in the record that the defendant is subject to a transfer into federal custody.
(b) In an applicable criminal case, when the judge sentences a defendant who is the subject of an
immigration detainer to confinement, the judge shall issue an order requiring the secure correctional
facility in which the defendant is to be confined to reduce the defendant's sentence by a period of not
more than 12 days on the facility's determination that the reduction in sentence will facilitate the
seamless transfer of the defendant into federal custody. For purposes of this paragraph, the term "secure
correctional facility" means a state correctional institution as defined in s. 944.02 or a county detention
facility or a municipal detention facility as defined in s. 951.23.
(c) If the information specified in sub -subparagraph (a)2.a. or sub -subparagraph (a)2.b. is not available at
the time the sentence is pronounced in the case, but is received by a law enforcement agency
afterwards, the law enforcement agency shall notify the judge who shall issue the order described by
paragraph (b) as soon as the information becomes available.
(4) When a county correctional facility or the Department of Corrections receives verification from a
federal immigration agency that a person subject to an immigration detainer is in the law enforcement
agency's custody, the agency may securely transport the person to a federal facility in this state or to
another point of transfer to federal custody outside the jurisdiction of the law enforcement agency. The
law enforcement agency may transfer a person who is subject to an immigration detainer and is confined
in a secure correctional facility to the custody of a federal immigration agency not earlier than 12 days
before his or her release date. A law enforcement agency shall obtain judicial authorization before
securely transporting an alien to a point of transfer outside of this state.
(5) This section does not require a state entity, local governmental entity, or law enforcement agency to
provide a federal immigration agency with information related to a victim of or a witness to a criminal
offense if the victim or witness timely and in good faith responds to the entity's or agency's request for
information and cooperation in the investigation or prosecution of the offense.
(6) A state entity, local governmental entity, or law enforcement agency that, pursuant to subsection (5),
withholds information regarding the immigration information of a victim of or witness to a criminal
offense shall document the victim's or witness's cooperation in the entity's or agency's investigative
records related to the offense and shall retain the records for at least 10 years for the purpose of audit,
verification, or inspection by the Auditor General.
79
(7) This section does not authorize a law enforcement agency to detain an alien unlawfully present in the
United States pursuant to an immigration detainer solely because the alien witnessed or reported a
crime or was a victim of a criminal offense.
(8) This section does not apply to any alien unlawfully present in the United States if he or she is or has
been a necessary witness or victim of a crime of domestic violence, rape, sexual exploitation, sexual
assault, murder, manslaughter, assault, battery, human trafficking, kidnapping, false imprisonment,
involuntary servitude, fraud in foreign labor contracting, blackmail, extortion, or witness tampering.
908.105 Duties related to immigration detainers.
(1) A law enforcement agency that has custody of a person subject to an immigration detainer issued by
a federal immigration agency shall:
(a) Provide to the judge authorized to grant or deny the person's release on bail under chapter 903
notice that the person is subject to an immigration detainer.
(b) Record in the person's case file that the person is subject to an immigration detainer.
(c) Upon determining that the immigration detainer is in accordance with s. 908.102(2), comply with the
requests made in the immigration detainer.
(2) A law enforcement agency is not required to perform a duty imposed by paragraph (1)(a) or
paragraph (1)(b) with respect to a person who is transferred to the custody of the agency by another law
enforcement agency if the transferring agency performed that duty before the transfer.
(3) Ajudge who receives notice that a person is subject to an immigration detainer shall cause the fact to
be recorded in the court record, regardless of whether the notice is received before or after a judgment
in the case.
908.106 Reimbursement of costs.
Each county correctional facility shall enter into an agreement or agreements with a federal immigration
agency for temporarily housing persons who are the subject of immigration detainers and for the
payment of the costs of housing and detaining those persons. A compliant agreement may include any
contract between a correctional facility and a federal immigration agency for housing or detaining
persons subject to immigration detainers, such as basic ordering agreements in effect on or after July 1,
2019, agreements authorized by s. 287 of the Immigration and Nationality Act, 8 U.S.C. s. 1357, or
successor agreements and other similar agreements authorized by federal law.
908.107 Enforcement.
(1) Any executive or administrative state, county, or municipal officer who violates his or her duties
under this chapter may be subject to action by the Governor in the exercise of his or her authority under
the State Constitution and state law. Pursuant to s. 1(b), Art. IV of the State Constitution, the Governor
may initiate judicial proceedings in the name of the state against such officers to enforce compliance
with any duty under this chapter or restrain any unauthorized act contrary to this chapter.
80
(2) In addition, the Attorney General may file suit against a local governmental entity or local law
enforcement agency in a court of competent jurisdiction for declaratory or injunctive relief for a violation
of this chapter.
(3) If a local governmental entity or local law enforcement agency violates this chapter, the court must
enjoin the unlawful sanctuary policy. The court has continuing jurisdiction over the parties and subject
matter and may enforce its orders with the initiation of contempt proceedings as provided by law.
(4) An order approving a consent decree or granting an injunction must include written findings of fact
that describe with specificity the existence and nature of the sanctuary policy that violates this chapter.
908.108 Education records.
This chapter does not apply to the release of information contained in education records of an
educational agency or institution, except in conformity with the Family Educational Rights and Privacy
Act of 1974, 20 U.S.C. s. 1232g.
908.109 Discrimination prohibited.
A state entity, a local governmental entity, or a law enforcement agency, or a person employed by or
otherwise under the direction or control of the entity or agency, may not base its actions under this
chapter on the gender, race, religion, national origin, or physical disability of a person except to the
extent authorized by the United States Constitution or the State Constitution.
908.11 Immigration enforcement assistance agreements; reporting requirement.
(1) By January 1, 2023, each law enforcement agency operating a county detention facility must enter
into a written agreement with the United States Immigration and Customs Enforcement to participate in
the immigration program established under s. 287(g) of the Immigration and Nationality Act, 8 U.S.C. s.
1357. This subsection does not require a law enforcement agency to participate in a particular program
model.
(2) Beginning no later than October 1, 2022, and until the law enforcement agency enters into the
written agreement required under subsection (1), each law enforcement agency operating a county
detention facility must notify the Department of Law Enforcement quarterly of the status of such written
agreement and any reason for noncompliance with this section, if applicable.
908.111 Prohibition against governmental entity contracts with common carriers; required
termination provisions.
(1) As used in this section, the term:
(a) "Common carrier" means a person, firm, or corporation that undertakes for hire, as a regular
business, to transport persons or commodities from place to place, offering his or her services to all such
as may choose to employ the common carrier and pay his or her charges.
(b) "Contract" means a contract that is subject to the competitive procurement requirements of the
contracting governmental entity or a contract for an amount or duration requiring it to include written
provisions under the procurement requirements of the governmental entity.
81
(c) "Governmental entity" means an agency of the state, a regional or local government created by the
State Constitution or by a general or special act, a county or municipality, or any other entity that
independently exercises governmental authority.
(d) "Unauthorized alien" means a person who is 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 term shall be
interpreted consistently with any applicable federal statutes, rules, or regulations.
(2) A governmental entity may not execute, amend, or renew a contract with a common carrier or
contracted carrier if the carrier is willfully providing any service in furtherance of transporting a person
into the State of Florida knowing that the person is an unauthorized alien, except to facilitate the
detention, removal, or departure of the person from this state or the United States.
(3) A contract between a governmental entity and a common carrier or contracted carrier which is
executed, amended, or renewed on or after October 1, 2022, including a grant agreement or economic
incentive program payment agreement, must include:
(a) An attestation by the common carrier or contracted carrier, in conformity with s. 92.525, that the
common carrier or contracted carrier is not willfully providing and will not willfully provide any service
during the contract term in furtherance of transporting a person into this state knowing that the person
is an unauthorized alien, except to facilitate the detention, removal, or departure of the person from this
state or the United States. A governmental entity is deemed to be in compliance with subsection (2)
upon receipt of the common carrier's or contracted carrier's attestation; and
(b) A provision for termination for cause of the contract, grant agreement, or economic incentive
program payment agreement if a common carrier or contracted carrier is found in violation of its
attestation.
(4) The Department of Management Services shall develop by rule a common carrier and contracted
carrier attestation form no later than August 30, 2022.
1Note.—Section 1, ch. 2023-3, provides:
"(1) As used in this section, the term "inspected unauthorized alien" means an individual who has
documentation from the United States Government indicating that the United States Government
processed and released him or her into the United States without admitting the individual in accordance
with the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The term must be interpreted
consistently with any applicable federal statutes, rules, or regulations.
"(2) The Legislature finds that the Federal Government has failed to secure the nation's borders and has
allowed a surge of inspected unauthorized aliens to enter the United States. In January 2023, the
Governor issued Executive Order 23-03, directing state law enforcement agencies and other state
agencies to take necessary actions to protect Floridians from the impacts of the border crisis. Without
such action, detrimental effects may be experienced in Florida, including increased crime, diminished
economic opportunities and wages for American workers, and burdens on the education and health care
systems. The Legislature finds that the Federal Government has proven itself unwilling to address this
crisis.
82
"(3) To mitigate the effects of this crisis on the State of Florida, the Unauthorized Alien Transport
Program is created within the Division of Emergency Management within the Executive Office of the
Governor for the purpose of facilitating the transport of inspected unauthorized aliens within the United
States, consistent with federal law. Notwithstanding s. 287.057, Florida Statutes, the division is
authorized to contract for services to implement the program.
"(4) The division may adopt rules to implement the program.
"(5) This section expires June 30, 2025."
908.12 Transnational crime organizations; reclassification.
(1) As used in this section, the term "transnational crime organization" means an organization that
routinely facilitates the international trafficking of drugs, humans, or weapons or the international
smuggling of humans.
(2) The penalty for any misdemeanor or felony may be reclassified if the commission of such
misdemeanor or felony was for the purpose of benefiting, promoting, or furthering the interests of a
transnational crime organization. The reclassification is as follows:
(a) A misdemeanor of the second degree is reclassified to a misdemeanor of the first degree.
(b) A misdemeanor of the first degree is reclassified to a felony of the third degree.
(c) A felony of the third degree is reclassified to a felony of the second degree.
(d) A felony of the second degree is reclassified to a felony of the first degree.
(e) A felony of the first degree is reclassified to a life felony.
83
For Immediate Release: March 11, 2025
Contact: Office of the SBIE Executive Director, ImmigrationDirectorc@fdle.state.f1.us
Immigration Director Opens Accountability Dashboard
for Concerned Law Enforcement
Executive Director Larry Keefe provides an avenue for reporting local law enforcement agencies for
failing to comply with Florida's immigration laws
TALLAHASSEE, Fla. — Today, State Board of Immigration Enforcement (SBIE)
Executive Director Larry Keefe announced the creation of the "Law Enforcement
Accountability Dashboard" (LEAD). This program will work to ensure local government
entities like sheriff's offices and police departments are actively complying with Florida
immigration law.
Under Florida law, any official representing a law enforcement agency that does not use
their best efforts to support the enforcement of federal immigration law is in violation of
Florida statute and is subject to penalties and judicial proceedings by the Attorney
General, or removal from office by the Governor.
"This reporting system will provide a direct channel for officers and employees to report
any failure by their agency to comply with Florida's immigration enforcement policies,"
Executive Director Keefe said. "Let there be no misunderstanding —Florida law will be
enforced."
The dashboard can be found by visiting the SBIE website. All reports will be thoroughly
reviewed by FDLE, and appropriate actions will be taken as necessary in accordance
with Florida law.
F:
84
CITY OF SEBASTIAN
A,
V
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Alix Bernard, Community Development Director
Consideration of the Annual Community
SUBJECT Redevelopment Agency Report for fiscal year
2023/2024
EXECUTIVE SUMMARY
Florida Statutes require the Community Redevelopment Agency to file a report of activities for the
primary government year. The Annual report of activities for the fiscal year ending September 30, 2024
is presented to the Community Redevelopment Agency Board of Directors for review and
recommendation to the City Council for approval.
Following the City Council's acceptance, the report will be published on the agency's website and sent
to the taxing agencies.
RECOMMENDATION
Staff Recommends Approval of the Fiscal Year 2023/2024 Annual Community Redevelopment
Agency Report.
ATTACHMENTS:
1. Riverfront CRA Annual Report 2024
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
N/A N/A N/A
Additional Funds Needed: N/A
�-R
SEBASTIAN RIVERFRONT
COMMUNITY REDEVELOPMENT AGENCY
ANNUAL REPORT
Chapter 163.371 Florida Statute
ary of
�T SE� N
HOME OF PELICAN ISLAND
FOR THE FISCAL YEAR ENDED
SEPTEMBER 30, 2024
1225 MAIN STREET
SEBASTIAN, FLORIDA 32958
Riverfront CRA Annual Report 2024
86
SEBASTIAN RIVERFRONT
COMMUNITY REDEVELOPMENT AGENCY
ANNUAL REPORT
TABLE OF CONTENTS
Letter of Transmittal
List of Principal Official's
History
Exhibit I - Sebastian CRA Boundary
Accomplishments
FY 2024 Sebastian CRA Performance Activities
Table I — Performance Activities 2024
Table II — Fagade, Sign, & Landscape Grant
i
ii
1
2
3
4
4
5
Tax Increment Revenues
5
Exhibit II — Operating Millage Rates in Redevelopment Area
6
Exhibit III — Taxable Value in Redevelopment Area
7
Exhibit IV — Tax Increment Revenue
8
Financial Statements
9
Balance Sheet
9
Statement of Revenues, Expenditures, and Changes in Fund Balances
10
Budget and Actual
11
Riverfront CRA Annual Report 2024
E-h
CrFYOF
SETT
HOME OF PELICAN ISLAND
March 26, 2025
Sebastian Community Redevelopment Agency Board Chairman and Members
City of Sebastian, Florida
Dear Board Members:
We are pleased to submit the Annual Activity Report of the Sebastian Community Redevelopment Agency for
the fiscal year ended September 30, 2024. In accordance with Chapter 163.371 Florida Statutes, each CRA is
required to file with its governing body on or before March 31 each year a report of its activities for the
preceding fiscal year. This report shall include a complete financial statement setting forth its assets, liabilities,
income, and operating expenses as of the end of such fiscal year. In addition to meeting this legal requirement,
the report provides additional information concerning the benefits afforded by the agency to other jurisdictions
and citizenry in general.
Responsibility for both the accuracy of the presented data and the completeness and fairness of the presentation,
including all disclosures, rests with the management of the City. We believe the data, as presented, is accurate
in all material respects, and that all disclosures necessary to enable the reader to gain an understanding of the
Sebastian CRA's operation and financial activity have been included.
Respectfully submitted,
Alix Bernard
Community Development Director/CRA Manager
City of Sebastian
/a--,) ::��
/.
Brian Stewart
Finance Director
City of Sebastian
Riverfront CRA Annual Report 2024
L.E.
LIST OF PRINCIPAL OFFICIALS
Community Redevelopment Board
As of
September 30, 2024
Chairman
Ed Dodd
Vice Chairman
Kelly Dixon
Board Member
Fred Jones
Board Member
Chris Nunn
Board Member
Bob McPartlan
ii
Riverfront CRA Annual Report 2024
:•
History of the Sebastian Communitv Redevelopment A2encv (Sebastian CRA)
The Sebastian Community Redevelopment Agency (Sebastian CRA) was created in 1995 by the City of Sebastian City
Council under Chapter 163, Part III of the Florida Statutes. The original Sebastian CRA includes an area generally
bounded on the north, south and east by the City limits as of 1995, and on the west by the FEC Railroad right-of-way.
The Sebastian CRA was established to ensure that the downtown and surrounding vicinity would develop with a coherent
community vision, and to encourage reinvestment throughout the CRA. The area later was expanded in 2003 to include
the Sebastian Boulevard "Triangle" area west of the FEC Railroad right-of-way, which includes industrial and
commercial land use. The total Sebastian CRA land area is approximately 398 acres (Exhibit 1). Excluding road rights -
of -way, zoning and land use covers approximately 299 acres.
The governing body of the Sebastian CRA is the Sebastian City Council. The CRA Board is comprised of five (5)
members. Under the State Statutes and the City ordinances, the Sebastian CRA has substantial powers and authority
within the Sebastian CRA area. These include the power to make and execute contracts, to acquire and dispose property,
to approve development plans, to implement a program of voluntary or compulsory rehabilitation of buildings, to
mortgage its property, to borrow and invest money, and to apply for and accept grants and contributions.
The major funding source for the Sebastian CRA is tax increment revenue. Tax increment revenue is the increase in ad
valorem tax attributed to the increase in the assessed property value over a set `base year" for the redevelopment area. The
government jurisdictions remitting tax increment revenue to the Sebastian CRA are the City of Sebastian and the Indian
River County Board of County Commissioners.
After the establishment of the Sebastian CRA in 1995, the City established the Redevelopment Trust Fund and the base
year for tax increment revenues as well as adopted the 1995 Community Redevelopment Plan. The boundary was later
expanded to include the adjacent Sebastian Boulevard "Triangle" area in 2003, establishing a new base year for this area
of the CRA. The redevelopment plan was also modified on behalf of the Sebastian CRA in 2003, unifying the 1995
Sebastian CRA boundary and the expansion area as one cohesive CRA. The Master Plan was again updated in 2010,
presenting conceptual district recommendations, potential policy amendments, and capital improvements intended to meet
the City's redevelopment goals.
Termination of Sebastian CRA (F.S. 163.3755)
A community redevelopment agency in existence on October 1, 2019, shall terminate on the expiration date provided in
the agency's charter on October 1, 2019, or on September 30, 2039, whichever is earlier. Unless the governing body of
the County or municipality that created the community redevelopment agency approves its continued existence by a
majority vote of the members of the governing body, the Sebastian CRA shall sunset on September 30, 2039.
Riverfront CRA Annual Report 2024 — 1
90
EXHII3IT I - SEBASTIAN CRA BOUNDARY MAP
M"Emy Community Redevelopment Are, l
If0w Of Fx�R— CITY OF SEBASTIAN, FL
A tr71p S0
4 Ir Rr lT nA ZR
` rn 1p TOTAL
{\, do "^ CRA LAND AREA
+O t!lTNR 398 ACRES
1 1HM IT
t �dr
S
Y
d
�S
CRA
LandlArea
303 acres
e.
1,4
i
CRA
•. Y
r Cunutvatlnn
`£4 • �,
Area
189 acres
o.,.
rA1JST1Er
Ir
y
PALMER OA -
jr W
u�
t
S�
� r
�
TOR7a p
4 t
2
S !
w
.o•
♦
M/OCa00 AY
1& LOCIA iT �.:
7
�f
MW0. IFT
YAwcc.v
-
OCRA
cz7Qkxpanliun%
+
CITRUS AY
g Q
••••.�•, Are
.00-•
ORANCi AY
�'?S A,;;O '
Aurw.alw.
CROTE-
........-
1R *00nom r RO
V�'
Naacus.v
�•0�
p
<
`O p
*
•AM A,
Y
!R�
p
ACACY/b
COWYRUAY
_+� N
�wr LIP
A 'V
Or. YOWE RO
MAI KIM AMapOODS CRA 2019
C05 G45 V1Bf'S
Riverfront CRA Annual Report 2024
,.. 2
91
Accomplishments of the Sebastian Communitv Redevelopment A2encv (Sebastian CRA)
The Sebastian CRA is treated as a special revenue fund of the City. An independent financial audit by an external CPA
firm has been accomplished annually to be in compliance with Section 163.387(8), Florida Statutes. An annual budget is
also adopted by the Sebastian CRA Board to be in compliance with Section 189.418(3). The Sebastian CRA has
continued to move towards achievement of the goals set out in the adopted Community Redevelopment Master Plan
(2010). Since the establishment of the original Sebastian CRA in 1995, numerous projects have been accomplished.
Accomplishments are as follows:
❑ Completed Riverview Park Phase I, boat dock, landscaping, and shoreline stabilization project in 2001.
❑ Developed community redevelopment master plan in 2003.
❑ Completed Jackson Street extension, sidewalk, and street light project in 2004.
❑ Completed improvements to the Yacht Club including the finger pier project.
❑ Completed construction on the Indian River Drive/Main Street intersection project.
❑ Established a Fagade, Sign and Landscaping matching grant program.
❑ Received contribution from the Clambake Foundation and provided the balance of funding for the Flag Pole
project, which enhanced the view at the western entrance to the CRA area.
❑ Contributed $20,000 to a film production about the story of Pelican Island.
❑ Constructed information boards at Riverview Park and at the Main Street Boat Ramp Park.
❑ Updated the CRA Master Plan in 2010.
❑ Provided matching funds to the Stan Mayfield Grant that was used for the purchase of the Working Waterfront
Properties. Executed lease with Crab E. Bills for a commercial retail fish market and a retail commercial limited
food service "Eatery".
❑ Established a Sewer Connection Grant Program in 2015 to encourage septic to sewer conversions and reduce
pollution into the Indian River Lagoon. Obtained funding assistance from IRLNEP for the Septic to Sewer
assistance program in 2018 to the present.
❑ Completed roadway improvements to the Presidential Streets and Baffle Box installation for improved water
quality at the outfalls.
❑ Completed repairs to the CavCorp boat parking property.
❑ Completed a Riverfront Parking Study in 2011 resulting in the establishment of the Parking -in -lieu program for
parking within right-of-way of business district.
❑ Provided continued financial support for many events within the Riverfront District that attract many participants,
providing revenue to our local businesses since 2000 including: Pelican Island Festival, Earth Day, Clam Bake,
Shrimpfest, Concerts in the Park Series, and Fine Art Festival.
❑ Provided funding for Holiday decorations to enhance attraction to business district during holiday season.
❑ Acquired property along the Indian River shoreline for preservation as an extension of public property.
❑ Re -paved Indian River Drive and improved drainage swales and provided new enhanced pedestrian cross walks.
❑ Funded necessary repairs to the Working Waterfront historic property including: historic building repairs; new
elastic coating roof; new plumbing and dock maintenance.
❑ Funded Submerged Land Leases for continued waterfront access and riverfront activities.
❑ Completed design work on the Landscape and Signage for the Working Waterfront and CRA District.
❑ Completed conceptual park design and canopy tree preservation plan for Riverview Park that included: trees,
sidewalks, parking, and event areas.
❑ Initiated Sign Master Plan design by incorporating compatible public property identification signs throughout
Riverfront CRA District.
❑ Completed Riverview Park Sidewalks per the Park Master Plan.
❑ Continued implementation of the Sign Master Plan for the Working Waterfront and Riverfront CRA District.
❑ Completed construction of the Working Waterfront Shoreline Protection and Commercial Fishing Distribution
Center Parking Lot Improvement Plan.
❑ Completed Florida Inland Navigation District funds reporting for Fisherman's Landing Working Waterfront Park.
❑ Completed pedestrian walking trail connection from US Hwy 1 to Indian River Drive by constructing sidewalk on
N. Central Avenue as part of CDBG action plan.
❑ Continued funding of improvements to Riverfront Park including irrigation and landscape.
❑ Worked with FDOT on Complete Streets design for pending improvement project on US Hwy 1.
Riverfront CRA Annual Report 2024 — 3
92
FY 2024 Sebastian CRA Performance Activities
Major activities and accomplishments of the Sebastian CRA in 2024 are shown in TABLE I and described below.
❑ Provided funding for Holiday decorations to enhance attraction to business district during holiday season.
❑ Continued funding grant programs that support public private projects including: the Facade, Sign and Landscape
grant program (TABLE H).
❑ Funded Submerged Land Leases for continued waterfront access and riverfront activities.
❑ Continued implementation of the Sign Master Plan for the Working Waterfront and Riverfront CRA District.
❑ Completed Florida Inland Navigation District funds reporting for Fisherman's Landing Working Waterfront Park.
❑ Provided waterfront/streetscape maintenance & facility improvements.
❑ Continued funding of improvements to Riverfront Park including irrigation and landscape.
❑ Worked with FDOT for pending improvement project on US Hwy 1.
❑ Completed CRA Master Plan update.
TABLE I — PERFORMANCE ACTIVITIES
PROJECT
1&
ACTIVITY
CRA PLAN
ACHIEVEMENT
AMOUNT
16 1
REFERENCE
Working Waterfront Maintenance & Maintenance Page 20, 22, 31, 51 On -going $19,851.00
Improvements
Business Assistance Programs FSL Grants Page 24, 50, 51 On -going $40,000.00
Waterfront/Streetscape Maintenance Page 20, 23, 33, 37 On -going $79,842.00
Maintenance & Improvement
Submerged Land Leases Maintenance Page 20, 22, 31, 51 Annual $4,429.00
*Includes other funding sources.
TABLE H
Facade, Sign, & Lan_ dscane Grant
Account Summary FY 2023/2024
Grants Funding Date Funds Funds
-d Disbursed
CRA FSL Grants 1 $33544.29
I.
Robin Raiff Team
1101 U.S. Highway 1
7/27/2022
$9,992.53
5/17/2024
2.
Suzanne Wille Studios
1103 U.S. Highway 1
7/27/2022
$12,468.55
5/17/2024
3.
District 2780, LLC
1105 U.S. Highway 1
7/27/2022
$11,083.21
5/17/2024
programTotalfunding in l ill 0l
Less funds disbursed $33,544.29
Available Funds Remaining $6,455.71 I
Riverfront CRA Annual Report 2024 — 4 —
93
Tax Increment Revenue
The tax increment revenue is determined annually as 95 percent of the difference between: (a) the amount of ad valorem
taxes levied each year by each taxing authority contributing to the Sebastian CRA on taxable real property contained
within the redevelopment area, exclusive of the following entities:
Florida Inland Navigation District
Indian River County Mosquito Control District
Indian River County Hospital Maintenance District
School District, and associated General Obligation Debt funded by ad valorem taxes
Indian River County Land Acquisition Bond General Obligation Debt
Emergency Services Dependent Taxing District
St. Johns River Water Management District
Sebastian Inlet Taxing District
and (b) the amount of ad valorem taxes which would have been generated by the rate at which the tax is levied each year
by the taxing authority, exclusive of the following entities:
Florida Inland Navigation District
Indian River County Mosquito Control District
Indian River County Hospital Maintenance District
School District, and associated General Obligation Debt funded by ad valorem taxes
Indian River County Land Acquisition Bond General obligation Debt
Emergency Services Dependent Taxing District
St. Johns River Water Management District
Sebastian Inlet Taxing District
upon the total of the assessed value of the taxable real property in the community redevelopment area as shown on the
assessment roll used by each taxing authority prior to March 22, 1995, the effective date of the ordinance creating the
Redevelopment Trust Fund. Indian River County Board of County Commissioners and the City of Sebastian currently
make tax increment payments into the Sebastian CRA Trust Fund.
Riverfront CRA Annual Report 2024 — 5
94
The City's millage decreased from $5.00 per $1,000 in FY 2001 to $3.1955 per $1,000 in FY 2024. The millage for
Indian River County has been decreased from $4.1014 per $1,000 in FY 2001 to $3.5475 per $1,000 in FY 2024. Rates
from 2001 through 2024 are presented in Exhibit II below.
Exhibit lQ
Sebastian Community Redevelopement Agency
Operating Tillage Rates in Redevelopment Area
Indian
City
Total
Fiver
of
M>71age
Fiscal Year
92MP!Y
Sebastian
Applied :
2001
4.1014
5.0000
9.1014
2002
4.0501
4.5904
8.6405
2003
3.8729
4.5904
8.4633
2004
3.8377
4.5904
8.4281
2005
3.6233
4.5904
8.2137
2006
3.5204
3.9325
7.4529
2007
3.1914
3.0519
6.2433
2008
3.0202
2.9917
6.0119
2009
3.0202
3.3456
6.3658
2010
3.0892
3.3456
6.4348
2011
3.0892
3.3041
6.3933
2012
3.0892
3.3041
6.3933
2013
3.0892
3.7166
6.8058
2014
3.2620
3.7166
6.9786
2015
3.3375
3.8556
7.1931
2016
3.3602
3.8556
7.2158
2017
3.3602
3.8000
7.1602
2018
3.4604
3.4000
6.8604
2019
3.4604
3.1514
6.6118
2020
3.5475
2.9399
6.4874
2021
3.5475
3.1514
6.6989
2022
3.5475
3.0043
6.5518
2023
3.5475
2.9050
6.4525
2024
3.5475
3.1955
6.7430
Total Tax Increment Millage Applied
100000
9.0000
m 8.0000 - -
7.0000 - - -
6.0000 -- -- - - --- - - - - - -
5.0000 -- --- - ---- - - - - --
�, 4.0000 - --- -- - - -- -
c 3.0000 -- --- - - ----------
2.0000 -- --- - -----------
1.0000 -- --- - ----- - - - - --
-
Fiscal Year
Source: City of Sebastian Finance Department
Riverfront CRA Annual Report 2024
95
The initial implementation of the tax increment financing was for the Fiscal Year 2001 and its base year value was set at
the taxable value for 1994. When the CRA area was expanded, the base year value for the expanded area was set at the
taxable value for 2003. As a result, by Fiscal Year 2005, the total incremental value was $36,862,574. As compared to the
Fiscal Year 2024 total incremental value of $73,677,552, the incremental value of the redevelopment area increased by
99.9% since Fiscal Year 2005. The taxable values in redevelopment area from 2001 through 2024 are presented in Exhibit
III below.
Fiscal Year
2001
2002
2003
2004
2005
2006
2007
2008
2009
2010
2011
2012
2013
2014
2015
2016
2017
2018
2019
2020
2021
2022
2023
2024
100.0
» 90.0
80.0
0 70.0
c 60.0
`0 50.0
u, 40.0
c 30.0
- 20.0
g 10.0
0.0
Exhibit III
Sebastian Community Redevelopement Agency
Taxable Value in Redevelopment Area
0 o Change in
Taxable
Base Year
1. 1
J. -- — ,11
Value
Value
Value
Value
S45.834.920
S34.959.870
S10.875.050
58,263,740
34,959,870
23,303,870
114.29%
58.844.190
34,959.870
23,884,320
2.49%
66.307,980
34,959,870
31,348,110
31.25%
78,424,554
41,561,980
36,862,574
17.59%
89.418,550
41,561,980
47,856,570
29.82%
134,755,060
41,561,980
93,193,080
94.73%
129,700,130
41,561,980
88,138,150
-5.42%
127.735.740
41.561:980
86,173:760
-2.23%
1112909.020
41.561.980
70.347.040
-18.37%
90:533,980
41,561,980
48,972,000
-303901
83.558.060
41,561:980
41,996:080
-14.241-0
82,753,350
41,561,980
41,191,370
-1.92%
82:598:780
41,561.980
41,036,800
-0.38%
84.939.810
41.561.980
43,377,830
5.70%
91.018,390
41,561,980
49,456,410
14.01%
91:875.329
41,561,980
50,313,349
1.73%
97.801.122
41:561.980
562239,142
11.78%
102.731,140
41,561,980
61,169,160
8.77%
106:989.123
41.561.980
65.427.143
6.96%
108.269.522
41.561.980
66,707,542
1.96%
111,457,189
41,561,980
69,895,209
4.78%
112:541.300
41:561:980
70,979,320
1.55%
115:239.532
41:561.980
73,677:552
3.80%
Tax Increment Values
Fiscal Year
Source: City of Sebastian Finance Department
Riverfront CRA Annual Report 2024
MM
96
Based on the millage rates and significant increases in taxable values, the tax increment revenue has risen dramatically.
The total tax increment revenue in 2001 was $94,029. The required tax increment revenue in 2024 has increased to
$471,967. However, this is a 14.61% decrease from the highest year of 2007 when the total was $552,741. The tax
increment revenues for the redevelopment area for the Fiscal Year 2001 through 2023 are presented in Exhibit IV below.
Exhibit IV
Sebastian Community Rddevelopement _agency
Tax Increment Revenue
Indian
Cite
River
of
Fiscal Year
Coca
Sebastian
Total
2001
S42,373
S51,656
S94,029
2002
89,664
101.625
191,289
2003
87,877
104,157
192,034
2004
114,289
136,705
250,994
2005
126,886
160,753
287,639
2006
160,051
178,786
338,837
2007
282,546
270,195
552,741
2008
252,885
250,499
503,384
2009
251,236
273,888
525,124
2010
206,450
223,585
430,035
2011
143,720
153,900
297,620
2012
123,248
131,821
255,069
2013
120,886
145,437
266,323
2014
127,169
144,891
272,060
2015
137,535
158,885
296,420
2016
157,874
181,150
339,024
2017
160,610
181,631
342,241
2018
184,879
181.652
366,531
2019
201,086
183,130
384,216
2020
220,498
182,732
403,230
2021
242,367
215,305
457,672
2022
192,832
192,833
385,665
2023
274,075
195,885
469,960
2024
248,303
223,665
471,967
Note: The $192,832 in 2022 should have been $227,698. A shortage of $34,866 which was
collected in 2023, in addition to $239,209 which was the corrected required amount due for
2023.
Tax Increment Revenue
$600,000 -
M7000
$400,000 - -
$300,000-
$200.000 so
- - - - -
T T
Fiscal Year
Source: City of Sebastian Finance Department
Riverfront CRA Annual Report 2024 - 8
97
Sebastian Community Redevelopment Agency, Florida
Balance Sheet
September 30, 2024
Unaudited
ASSETS
Cash and cash equivalents
Investments
Accounts receivable
Prepaid items
Total assets
LIABILITIES AND FUND BALANCE
Liabilities:
Accounts payable
Total liabilities
Deferred inflows of resources
Deferred lease amounts
Fund balances:
Nonspendable
Restricted
Total fund balance
Total liabilities and fund balance
$ 995,006
139,975
24
758
$ 1,135,763
$ 1,191
1,191
758
1,133,814
1,134,572
$ 1,135,763
Riverfront CRA Annual Report 2024
98
Sebastian Community Redevelopment Agency, Florida
Statement of Revenues, Expenditures, and Changes in Fund Balances
For the Year Ended September 30, 2024
Unaudited
REVENUES:
Taxes:
Property $ 471,967
Rental income 23,739
Investment earnings 26,362
Total revenues 52208
EXPENDITURES:
Current:
Economic environment 229,471
Total expenditures 229,471
Revenues over (under)
expenditures 292,597
OTHER FINANCING USES:
Transfers out (47,310)
Total other fmancing uses (47,310)
Net changes in fund
balance 245,287
Fund balance - beginning 889,285
Fund balance - ending $ 1,134,572
Riverfront CRA Annual Report 2024 — 10
99
Sebastian Community Redevelopment Agency, Florida
Schedule of Revenue, Expenditures, and Changes in Fund Balances
Budget and Actual
For the Year Ended September 30, 2024
Unaudited
REVENUES:
Taxes:
Property
Investment earnings
Other revenue
Total revenues
EXPENDITURES:
Current:
Economic environment
Total expenditures
Excess (deficiency) of
revenues
over (under)
expenditures
OTHER FINANCING
USES
Transfers in
Transfers out
Total other
financing
(uses)
Net changes in
fund balances
Fund balances - beginning
Fund balances - ending
Budget Amounts
Original Final
$ 471,765 $ 471,765
11,950 11,950
16,500 16,500
500,215 500,215
271,370 271,370
271,370 271,370
228,845 228,845
(60,000) (116,450)
(60,000) (116,450)
168,845 112,395
889,285 889,285
$ 1,058,130 $1,001,680
Actual
Amounts on
a Budgetary
Basis
$ 471,967
26,362
23,739
522,068
229,471
229,471
292,597
(47,310)
(47,310)
245,287
889,285
$1,134,572
Variance with
Final Budget -
Positive
(Negative)
$ 202
14,412
7,239
21,853
(41,899)
(41, 899)
63,752
69,140
69,140
132,892
$ 132,892
Riverfront CRA Annual Report 2024
-11-
100
CITY OF SEBASTIAN
OF SEBgs
9y
O �
FPELICN
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Richard Blankenship, Parks and Recreation Director
Z
Q' Consideration of Resolution No. 25-06, a Resolution
for Assistance 2025 under the Florida Inland
SUBJECT Navigation District Waterways Assistance Program,
for the dredging of the Main Street Boat Ramp area,
approving match funding and execution by the Mayor
EXECUTIVE SUMMARY
In accordance with the City's current Strategic Goals, specifically: quality of life, preserving our
hometown feel and coastal charm and improving organizational efficiency, the City of Sebastian's Park
and Recreation Staff is requesting the consideration of adopting the attached Resolution with Florida
Inland Navigation District for the dredging of Main Street boat ramp. The major improvement would be
the dredging of the boat ramp area to allow safer ingress and egress when launching and retrieving
vessels. The design and permitting will be completed by mid -September 2025. The total cost of this
project is anticipated to be $500,000.00.
The design and permitting on this project is currently underway, funded partly by a FIND grant from
2024. If approved, this Grant would fund 50% of the construction cost in the amount of $250,000.00. The
City (via CRA, LWCF, FBIP funding or other grants) would be responsible to fund the other half of the
costs in the amount of $250,000.00. Staff has also applied to Land and Water Conservation Fund and
Florida Boater Improvement Program for matching funds. Staff is seeking approval of FIND Resolution
No. R-25-06, for the dredging of the Main Street Boat Ramp area, approving an application for grant
funding, approving matching funds, and authority to the Mayor to execute.
RECOMMENDATION
1. Consider adoption of FIND Resolution No. R-25-06 with Florida Inland Navigation District for
a Grant for the dredging of the Main Street Boat Ramp area.
2. Authorize Staff to apply for Florida Inland Navigation District grant for the dredging of Main
Street Boat Ramp area in the amount of $250,000.00.
3. Approving match funding and execution by the Mayor.
ATTACHMENTS:
1. FIND Resolution R-25-06
101
FUNDING SOURCE:
Expenditure required
$250,000.00
Additional Funds Needed: $ 0.00
Amount Budgeted
$500,000.00
Funding source
FIND 50% ($2,000,000)
CRA and/or LWCF, FBIP 50%
($2,000,000)
102
ATTACHMENT E-5
RESOLUTION FOR ASSISTANCE 2025
UNDER THE FLORIDA INLAND NAVIGATION DISTRICT
WATERWAYS ASSISTANCE PROGRAM
WHEREAS, THE City of Sebastian is interested in carrying out the
(Name of Agency) The City of Sebastian
following described project for the enjoyment of the citizenry of
and the State of Florida:
Project Title Main Street Boat Ramp
Total Estimated Cost $ 500,000
Brief Description of Project:
Boat Access improvements to Main Street Boat Ramp
AND, Florida Inland Navigation District financial assistance is required for the program
mentioned above,
NOW THEREFORE, be it resolved by the City of Sebastian
(Name of Agency)
that the project described above be authorized,
AND, be it further resolved that said City of Sebastian
(Name o f Agency)
make application to the Florida Inland Navigation District in the amount of 50 % of the
actual cost of the project in behalf of said City of Sebastian
(Name ofAgency)
AND, be it further resolved by the City of Sebastian
(Name ofAgency)
that it certifies to the following:
That it will accept the terms and conditions set forth in FIND Rule 6613-2
F.A.C. and which will be a part of the Project Agreement for any assistance awarded under
the attached proposal.
2. That it is in complete accord with the attached proposal and that it will carry out
the Program in the manner described in the proposal and any plans and specifications attached
thereto unless prior approval for any change has been received from the District.
KIN
3. That it has the ability and intention to finance its share of the cost of the project
and that the project will be operated and maintained at the expense of said City Of
Sebastian for public use.
(Name ofAgency)
4. That it will not discriminate against any person on the basis of race, color or
national origin in the use of any property or facility acquired or developed pursuant to this
proposal, and shall comply with the terms and intent of the Title VI of the Civil Rights Act of
1964, P. L. 88-352 (1964) and design and construct all facilities to comply fully with statutes
relating to accessibility by persons with disabilities as well as other federal, state and local
laws, rules and requirements.
5. That it will maintain adequate financial records on the proposed project to
substantiate claims for reimbursement.
6. That it will make available to FIND if requested, a post -audit of expenses
incurred on the project prior to, or in conjunction with, request for the final 10% of the
funding agreed to by FIND.
This is to certify that the foregoing is a true and correct copy of a resolution duly and
legally adopted by the City of Sebastian City Council at a legal meeting
(Agency Governing Board)
held on this day of 20
Attest
Title
(2)
Signature
Title
Form No. 25-30, Rule 66B-2 (Executed Date: xx-xx-xx)
104
The foregoing Resolution was moved for adoption by Council Member . Motion
was seconded by Council Member and, upon being put to a vote, the vote was as
follows:
Mayor Bob McPartlan
Vice -Mayor Fred Jones
Councilmember Ed Dodd
Councilmember Kelly Dixon
Councilmember Christopher Nunn
The Mayor thereupon declared this Resolution duly passed and adopted this 26th day of March, 2025.
ATTEST:
Jeanette Williams, City Clerk
CITY OF SEBASTIAN, FLORIDA
By:
Bob McPartlan, Mayor
Approved as to Form and Legality for
Reliance by the City of Sebastian Only:
By:
Jennifer Cockcroft, City Attorney
105
CITY OF SEBASTIAN
V A
O :-Mmomp—
FPELICP'�'
EXECUTIVE SUMMARY
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Richard Blankenship, Parks and Recreation Director
Consideration of FIND R-25-07, a Resolution for
Assistance 2025 under the Florida Inland Navigation
SUBJECT District Waterways Assistance Program, for the
construction of Phase One at Riverview Park, approving
match funding and execution by the Mayor
In accordance with the City's current Strategic Goals, specifically: quality of life, preserving our
hometown feel and coastal charm and improving organizational efficiency, the City of Sebastian's Park
and Recreation Staff is requesting the consideration of adopting the attached FIND Resolution R-25-07
with Florida Inland Navigation District for the construction of Phase One of Riverview Park. The design
and permitting is underway now, funded partly by a FIND grant from 2024. The total cost of this project
is anticipated to be $3,000,000.00.
If approved, this Grant would fund $1,000,000.00 towards the construction costs of Phase One, which
may include the overflow parking area, the splash pad renovations and the potential closure of the east
end of Harrison Street. The specific details of Phase One are still to be determined. The remainder of the
project construction funding ($2,000,000.00) will be the responsibility of the City, to be funded through
DST, LWCF, FBIP funding or other grants. The design and permitting will be completed by mid -
September 2025.
Staff has also applied to Land and Water Conservation Fund and State of Florida Cultural Facilities grant
program for matching funds. Staff is seeking approval of FIND Resolution No. R-25-07, for the
construction of Phase One of Riverview Park, approving an application for grant funding, approving
matching funds, and authority to the Mayor to execute.
RECOMMENDATION
1. Consider adoption of FIND Resolution R-25-07 with Florida Inland Navigation District for a
grant for the construction of Phase One of Riverview Park.
2. Authorize staff to apply for Florida Inland Navigation District grant for the construction of
Phase One of Riverview Park in the amount of $1,000,000.00.
3. Approving match funding and execution by the Mayor.
106
ATTACHMENTS:
1. FIND Resolution R-25-07
FUNDING SOURCE:
Expenditure required
$2,000,000.00
Additional Funds Needed: $ 0.00
Amount Budgeted:
$3,000,000.00
Funding source
FIND ($1,000,0000.00)
DST and/or State of Florida
($2,000,000.00)
107
ATTACHMENT E-5
RESOLUTION FOR ASSISTANCE 2025
UNDER THE FLORIDA INLAND NAVIGATION DISTRICT
WATERWAYS ASSISTANCE PROGRAM
Resolution R-25-07
WHEREAS, THE City of Sebastian is interested in carrying out the
(Name ofAgency) The City of Sebastian
following described project for the enjoyment of the citizenry of
and the State of Florida:
Project Title Riverview Park
Total Estimated Cost $ 2,000,000
Brief Description of Project:
First Phase of Construction for Riverview Park enhancements as identified in the approved master plan
AND, Florida Inland Navigation District financial assistance is required for the program
mentioned above,
NOW THEREFORE, be it resolved by the City of Sebastian
(Name ofAgency)
that the project described above be authorized,
AND, be it further resolved that said City of Sebastian
(Name o f Agency)
make application to the Florida Inland Navigation District in the amount of 50 % of the
actual cost of the project in behalf of said City of Sebastian
(Name ofAgency)
AND, be it further resolved by the City of Sebastian
(Name o f Agency)
that it certifies to the following:
That it will accept the terms and conditions set forth in FIND Rule 6613-2
F.A.C. and which will be a part of the Project Agreement for any assistance awarded under
the attached proposal.
2. That it is in complete accord with the attached proposal and that it will carry out
the Program in the manner described in the proposal and any plans and specifications attached
thereto unless prior approval for any change has been received from the District.
108
3. That it has the ability and intention to finance its share of the cost of the project
and that the project will be operated and maintained at the expense of said City Of
Sebastian for public use.
(Name of Agency)
4. That it will not discriminate against any person on the basis of race, color or
national origin in the use of any property or facility acquired or developed pursuant to this
proposal, and shall comply with the terms and intent of the Title VI of the Civil Rights Act of
1964, P. L. 88-352 (1964) and design and construct all facilities to comply fully with statutes
relating to accessibility by persons with disabilities as well as other federal, state and local
laws, rules and requirements.
5. That it will maintain adequate financial records on the proposed project to
substantiate claims for reimbursement.
6. That it will make available to FIND if requested, a post -audit of expenses
incurred on the project prior to, or in conjunction with, request for the final 10% of the
funding agreed to by FIND.
This is to certify that the foregoing is a true and correct copy of a resolution duly and
legally adopted by the City of Sebastian City Council at a legal meeting
(Agency Governing Board)
held on this day of 20
Attest
Title
(2)
Signature
Title
Form No. 25-30, Rule 66B-2 (Executed Date: xx-xx-xx)
109
The foregoing Resolution was moved for adoption by Council Member . Motion
was seconded by Council Member and, upon being put to a vote, the vote was as
follows:
Mayor Bob McPartlan
Vice -Mayor Fred Jones
Councilmember Ed Dodd
Councilmember Kelly Dixon
Councilmember Christopher Nunn
The Mayor thereupon declared this Resolution duly passed and adopted this 26th day of March, 2025.
ATTEST:
Jeanette Williams, City Clerk
CITY OF SEBASTIAN, FLORIDA
By:
Bob McPartlan, Mayor
Approved as to Form and Legality for
Reliance by the City of Sebastian Only:
By:
Jennifer Cockcroft, City Attorney
110
CITY OF SEBASTIAN
OF 5 E B,qS
�I
�2
0
Z
v4 PELICP\*'
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Richard Blankenship, Parks and Recreation Director
Consideration of FIND Resolution R-25-08 for Florida
Inland Navigation District grant for the construction of
Swing and Bench Park; authorizing matching funding and
SUBJECT providing authority to execute to the Mayor and City
Manager or designee.
EXECUTIVE SUMMARY
In accordance with the City of Sebastian's Strategic Goals of quality of life, preserving our hometown
feel and coastal charm and improving organizational efficiency, Parks and Recreation Staff is requesting
the consideration of adopting the attached Resolution with Florida Inland Navigation District for the
construction of Swing and Bench Park, including shoreline stabilization. The total cost of the project is
estimated at $400,000.00.
The design and permitting is underway now per the CRA 2024 CIP. This grant would fund 50% of the
construction cost of Swing and Bench Park, which would include shoreline stabilization, ADA walkway,
seating, ADA access to the Lagoon and other small park furnishings. The City or other grants would fund
the other half of the cost. The design and permitting will be completed by mid -September 2025. Staff
has also applied to the State of Florida Recreation Development Assistance grant program and the Lagoon
Collaborative Partner grant program for matching funds.
RECOMMENDATION
1. Consider adoption of FIND Resolution R-25-08 with Florida Inland Navigation District for a
grant for the construction of Swing and Bench Park.
2. Authorize staff to apply for Florida Inland Navigation District grant for the construction of Swing
and Bench Park in the amount of $200,000.00.
3. Authorize required matching funds in the amount of $200,000.00.
4. Provide authority to the Mayor and the City Manager or designee to execute all necessary
documents.
ATTACHMENTS:
1. FIND Resolution R-25-08
111
FUNDING SOURCE:
Expenditure required
$400,000.00
Additional Funds Needed: $ 0.00
Amount Budgeted:
$200,000.00
Funding source
FIND 50% ($200,000.00)
CRA (FY 26 CIP) and/or State
of Florida 50% ($200,000.00)
112
ATTACHMENT E-5
RESOLUTION FOR ASSISTANCE 2025
UNDER THE FLORIDA INLAND NAVIGATION DISTRICT
WATERWAYS ASSISTANCE PROGRAM
Resolution R-25-08
WHEREAS, THE City of Sebastian is interested in carrying out the
(Name ofAgency) The City of Sebastian
following described project for the enjoyment of the citizenry of
and the State of Florida:
Project Title Swing & Bench Park
Total Estimated Cost $ 400,000
Brief Description of Project:
Construction of public access and shorline improvements to Swing & Bench Park
AND, Florida Inland Navigation District financial assistance is required for the program
mentioned above,
NOW THEREFORE, be it resolved by the City of Sebastian
(Name of Agency)
that the project described above be authorized,
AND, be it further resolved that said City of Sebastian
(Name of Agency)
make application to the Florida Inland Navigation District in the amount of 50 % of the
actual cost of the project in behalf of said City of Sebastian
(Name of Agency)
AND, be it further resolved by the City of Sebastian
(Name of Agency)
that it certifies to the following:
I . That it will accept the terms and conditions set forth in FIND Rule 6613-2
F.A.C. and which will be a part of the Project Agreement for any assistance awarded under
the attached proposal.
2. That it is in complete accord with the attached proposal and that it will carry out
the Program in the manner described in the proposal and any plans and specifications attached
thereto unless prior approval for any change has been received from the District.
(1)
Ii IIt]
3. That it has the ability and intention to finance its share of the cost of the project
and that the project will be operated and maintained at the expense of said City of
Sebastian for public use.
(Name ofAgency)
4. That it will not discriminate against any person on the basis of race, color or
national origin in the use of any property or facility acquired or developed pursuant to this
proposal, and shall comply with the terms and intent of the Title VI of the Civil Rights Act of
1964, P. L. 88-352 (1964) and design and construct all facilities to comply fully with statutes
relating to accessibility by persons with disabilities as well as other federal, state and local
laws, rules and requirements.
5. That it will maintain adequate financial records on the proposed project to
substantiate claims for reimbursement.
6. That it will make available to FIND if requested, a post -audit of expenses
incurred on the project prior to, or in conjunction with, request for the final 10% of the
funding agreed to by FIND.
This is to certify that the foregoing is a true and correct copy of a resolution duly and
legally adopted by the City of Sebastian City Council at a legal meeting
(Agency Governing Board)
held on this day of 20
Attest
Title
(2)
Signature
Title
Form No. 25-30, Rule 66B-2 (Executed Date: xx-xx-xx)
114
The foregoing Resolution was moved for adoption by Council Member . Motion
was seconded by Council Member and, upon being put to a vote, the vote was as
follows:
Mayor Bob McPartlan
Vice -Mayor Fred Jones
Councilmember Ed Dodd
Councilmember Kelly Dixon
Councilmember Christopher Nunn
The Mayor thereupon declared this Resolution duly passed and adopted this 26th day of March, 2025.
ATTEST:
Jeanette Williams, City Clerk
CITY OF SEBASTIAN, FLORIDA
By:
Bob McPartlan, Mayor
Approved as to Form and Legality for
Reliance by the City of Sebastian Only:
By:
Jennifer Cockcroft, City Attorney
115
CITY OF SEBASTIAN
oF SEBgS
F
O �
FpELICP�
EXECUTIVE SUMMARY
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Richard Blankenship, Parks and Recreation Director
Consideration of a resolution for a Florida Boating
Improvement Program grant for the dredging of the
Main Street Boat Ramp area, provide for matching
SUBJECT funding and authorize execution by the Mayor or
designee
In accordance with the City's Strategic Goals of quality of life, preserving our hometown feel and coastal
charm and improving organizational efficiency, Staff is requesting the adoption of the attached resolution
with Florida Boater Improvement Program for the dredging of Main Street boat ramp. The total estimated
cost of the project is $200,000.00.
The design and permitting is underway now, funded partly by a FIND grant from 2024. This grant would
fund up to $160,000.00 of the construction cost. The city or other grants would fund the remaining cost.
The major improvement would be the dredging of the boat ramp area to allow safer ingress and egress
when launching and retrieving vessels. The design and permitting will be completed by mid -September
2025. Staff has also applied to Land and Water Conservation Fund and Florida Inland Navigation District
for matching funds.
RECOMMENDATION
1. Consider adoption of a resolution with Florida Boater Improvement Program for a grant for the
dredging of the Main Street Boat Ramp area.
2. Authorize Staff to apply for Florida Boater Improvement Program grant for the dredging of Main
Street Boat Ramp area in the amount of $160,000.00.
3. Authorize the Mayor and the City Manager or designee to execute all needed documents.
ATTACHMENTS:
1. Resolution R-25-10
116
FUNDING SOURCE:
Expenditure required
$200,000.00
Additional Funds Needed: $ 0.00
Amount Budgeted:
$200,000.00
Funding source
FBIP ($160,000)
CRA, LWCF, and/or FIND
($ 40,000)
117
Resolution No. R-25-10
A RESOLUTION OF THE CITY OF SEBASTIAN, FLORIDA,
PROVIDING FOR AUTHORIZATION FOR THE CITY TO MAKE
AND PERFECT A GRANT APPLICATION FOR ASSISTANCE UNDER
THE FLORIDA BOATING IMPROVEMENT PROGRAM;
PROVIDING FOR LEGISLATIVE FINDINGS AND INTENT;
PROVIDING FOR IMPLEMENTING ADMINISTRATIVE ACTIONS;
PROVIDING FOR A SAVINGS PROVISION; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY AND PROVIDING
FOR AN EFFECTIVE DATE.
BE IT ADOPTED AND RESOLVED BY THE CITY COUNCIL OF THE CITY OF
SEBASTIAN, FLORIDA AS FOLLOWS:
Section 1. Legislative Findings and Intent
(a). The City of Sebastian has complied with all requirements and procedures of Florida law
in processing and advertising this Resolution.
(b). The City of Sebastian, Florida, is interested in applying for project and grant approval,
receiving and accepting grant funds, and carrying out a project for the enjoyment of the
citizens of the City of Sebastian and the State of Florida, which Project will have a
multiplicity of benefits to the City and the State, which Project is commonly known as
and referred to as the "Main Street Boat Ramp project."
(c). Financial assistance from the Florida Boating Improvement Program (FBIP) is essential
to the implementation of the development of the Main Street Boat Ramp project.
(d). The City of Sebastian has developed and maintained a very good relationship with the
State of Florida and its agencies over the years, and the City and State have worked well
together in grant and funding relationships for the benefit of the State of Florida and its
public welfare.
Section 2. Approval of FBIP Grant
(a). The City Council of the City of Sebastian hereby approves the FBIP grants for the Main
Street Boat Ramp project.
(b). The City Manager is authorized to make application and re -application, as needed, to the
State of Florida under the FBIP grant program in the amount of $200,000 on behalf of
the City in order to obtain partial funding from the State of Florida for the Project.
(c). The City Manager is authorized to encumber matching funds in the amount of $40,000
on behalf of the City in order to obtain funding, as referenced herein, from the State of
Florida for the Main Street Boat Ramp project.
118
Section 3. Covenants of the City of Sebastian
(a). The City of Sebastian certifies to the State of Florida and agrees that:
(1). The City will accept the terms and conditions set forth in the FBIP grant
Agreement.
(2). The City has the ability and intention to finance the cost of the Main Street Boat
Ramp project, and the Project will be operated and maintained at the expense of the
City for public use.
(3). The City will not discriminate against any person on the basis of race, color,
religion, disability, or national origin in the use of any property or facility acquired
or developed pursuant to the FBIP grant for the Project and shall comply with the
terms and intent of the Title VI of the Civil Rights Act of 1964, Public Law 88-352
(1964) and all other controlling law. The City shall design and construct all
facilities relating to the Main Street Boat Ramp project in order to fully comply
with all laws, statutes, rules, regulations, codes, and ordinances relating to
accessibility by disabled persons, including, but not limited to, the Americans with
Disabilities Act. The City of Sebastian shall also comply with all other applicable
federal, state, and local laws, codes, ordinances, rules, regulations, and
requirements.
(4). The City will maintain adequate financial records on the Main Street Boat Ramp
project to substantiate claims for reimbursement and in order to appropriately
accomplish any and all pre -audits and post -audits of the expenditure of public funds
as well as a performance review of the Project and the achievement of the goals
and objectives of the FBIP grant program.
Section 4. Implementing administrative actions
(a). The Mayor of the City of Sebastian is hereby authorized to execute the grant agreements
relating to the FBIP grant program.
(b). The City Manager or designee is hereby authorized and directed to implement the
provisions of this Resolution by means of such administrative actions as may be deemed
appropriate.
(c). The City Manager is hereby authorized to expend such City funds as may be necessary
to accept and implement the grant under the FBIP grant program for the Main Street Boat
Ramp project.
Section 5. Savings
The prior actions of the City of Sebastian relating to the development of boating facilities and
related activities are hereby ratified and affirmed.
119
Section 6. Conflicts
All resolutions or parts of resolutions in conflict with this Resolution are hereby repealed.
Section 7. Severability
If any section, sentence, phrase, word, or portion of this Resolution is determined to be invalid,
unlawful, or unconstitutional, said determination shall not be held to invalidate or impair the
validity, force, or effect of any other section, sentence, phrase, word, or portion of this Resolution
not otherwise determined to be invalid, unlawful, or unconstitutional.
Section 8. Effective Date
This Resolution shall become effective immediately upon passage.
The foregoing Resolution was moved for adoption by Council Member
Motion was seconded by Council Member and, upon being put to a vote,
the vote was as follows:
Mayor Bob McPartlan
Vice -Mayor Fred Jones
Councilmember Ed Dodd
Councilmember Kelly Dixon
Councilmember Christopher Nunn
The Mayor thereupon declared this Resolution duly passed and adopted this 26th day of March,
2025.
ATTEST:
Jeanette Williams, City Clerk
CITY OF SEBASTIAN, FLORIDA
Bob McPartlan, Mayor
Approved as to Form and Legality for
Reliance by the City of Sebastian Only:
L-2
Jennifer Cockcroft, City Attorney
120
CITY OF SEBASTIAN
OF 5 E B,qS
�2
0
�FPELICP�`
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Lee Plourde, Public Works Director
Consider the issuance of purchase orders for Asphalt
Paving Systems, not to exceed $1,477,223.45, for
SUBJECT phase 3 road repaving and authorize the City Manager
or designee to execute
EXECUTIVE SUMMARY
The City of Sebastian Public Works Department Staff is requesting approval of the issuance of purchase
orders Asphalt Paving Systems, not to exceed $1,477,223.45, for the Phase 3 road repaving project.
Chapter 287, Florida Statutes and purchasing procedures of the City of Sebastian under Section 2-10 of
the City's Code of Ordinances grants the authority to piggyback the purchase of goods and services as a
form of inter -governmental purchasing in which a public purchaser requests competitive sealed bids,
enters into a contract, and arranges, as part of the contract, for other public purchasing units to purchase
from the selected vendor under the same terms and conditions as itself in order to take advantage of the
better pricing that large purchasers are able to obtain in order to reduce administrative time and costs
involved in the procurement process (i.e., cost of preparing bid specifications, advertising, etc.).
In 2024, the City of Sebastian's Procurement Division approved Asphalt Pavement Systems, Inc. (APS),
as a City -approved contractor for pavement maintenance and rehabilitation services. A piggyback
agreement with APS was approved under Resolution R-24-20 on April 24th, 2024 for pavement
maintenance and rehabilitation services.
Staff has determined that in this circumstance, piggybacking onto a contract entered into by the City of
Melbourne is the most economically advantageous way to procure these goods and services, and
therefore, Staff is seeking approval for issuance of a purchase order under the existing piggyback contract
as approved by the City Council., which is now known as the Phase 3 road repaving plan.
RECOMMENDATION
Staff recommends City Council approve purchase orders for Asphalt Paving Systems, in an amount not
to exceed $1,477,223.45, for the Phase 3 road repaving project and authorize the City Manager or
designee to execute.
ATTACHMENTS:
1. Procurement Justification
121
2. Asphalt Paving Systems Quote
3. Phase 3 Barber Street Paving Map
4. Resolution R-24-20
FUNDING SOURCE:
Expenditure required Amount Budgeted:
$1,008,261.97 $1,579,739.00
$468,961.48 $574,273.80
Additional Funds Needed: $ 0.00
Funding source
Local Option Gas Tax
Discretionary Sales Tax
122
SPHALT DATE: 10/4/2024
.4V/NG
YS TEM3
TO:
FROM:
Asphalt Paving Systems, Inc.
City of Sebastian- Public Works
Kris Shane -East
Coast
Florida Rep
1225 Main St
9021 Wire Road
Sebastian, FL 32958
Zephyrhills, FL 33540
772-228-7013
Ph:813-480-1865
RE: Project proposal
2" Mill/Overlay- Barber St- US1 to Pelican Island PI
Product Description
Units
Quantity
Unit Price
Total Price
Sumter County Contract
Barber St fSe¢ 11
Milling 1-2"
SY
3,950.00
$ 4.99
$
19,710.50
Asphaltic Concrete 12.5
TON
435.00
$ 188.29
$
81,906.15
**2" of SP12.5- one lift**
Barber St NegZ
Milling 1-2"
SY
11,812.00
$ 4.99
$
58,941.88
Asphaltic Concrete 12.5
TON
1,300.00
$ 188.29
$
244,777.00
**2" of SP12.5- one lift**
Mobilization
LS
1.00
$ 3,500.00
$
3,500.00
MOT
LS
12.00
$ 750.00
$
9,000.00
6" Yellow/White Solid Traffic Stripe (Paint)
GM
5.05
$ 3,864.00
$
19,513.20
**Includes single 6" line for temp on Milled surface if
needed**
Painted Arrow
EA
15.00
$ 46.00
$
690.00
24" Solid Traffic Stripe (Paint)
LF
100.00
$ 9.66
$
966.00
6" Yellow/White Solid Stripe/ Extru. Thermo.
GM
4.05
$ 6,325.00
$
25,616.25
Thermo Arrow
EA
15.00
$ 80.50
$
1,207.50
24" Solid Stripe/ Extru. Thermo.
LF
100.00
$ 12.08
$
1,208.00
RPMS
EA
275.00
$ 7.00
$
1,925.00
Total
$
468,961.48
Respectfully Submitted,
Accepted By:
Asphalt Paving Systems, Inc.
Signature:
Zephyrhills, Florida
c:813-480-1865
e: Icshaneaps@gmaiLcom
Date:
' Proposal valid for 30 days.
Page 1 of 3
123
SPHA L T DATE: 10/4/2024
-4V/NG
�; YSTEMS
TO:
FROM:
Asphalt Paving Systems, Inc.
City of Sebastian- Public Works
Kris Shane -East
Coast Florida Rep
1225 Main St
9021
Wire Road
Sebastian, FL 32958
Zephyrhills, FL 33540
772-228-7013
Ph:813-480-1865
RE: Project proposal
FDR- Barber St- Pelican Island PI to Acorn Terrace
Product Description
Units
Quantity
Unit Price
Total Price
Sumter County Contract
Barber St fSee 31
Full Depth Reclamation (Pulverization)
SY
9,164.00
$
10.21
$ 93,564.44
**Mix 10" with additive**
Milling 1-2"
SY
9,164.00
$
3.99
$ 36,564.36
CEMENT (25lbs/SY)
Tan
115.00
$
245.00
$ 28,175.00
ASPHALT EMULSION (3.5 Gal/SY)
Gal
32,075.00
$
3.64
$ 116,753.00
Asphaltic Concrete 12.5
TON
1,000.00
$
188.29
$ 188,290.00
**2" of SP12.5- one lift**
Barber St fSee 41
Full Depth Reclamation (Pulverization)
SY
9,445.00
$
10.21
$ 96,433.45
**Mix 10" with additive**
Milling 1-2"
SY
9,445.00
$
3.99
$ 37,685.55
CEMENT(25lbs/SY)
Ton
120.00
$
245.00
$ 29,400.00
ASPHALT EMULSION (3.5 Gal/SY)
Gal
33,058.00
$
3.64
$ 120,331.12
Asphaltic Concrete 12.5
TON
1,040.00
$
188.29
$ 195,821.60
**2" of SP12.5- one lift**
Mobilization
LS
1.00
$
3,500.00
$ 3,500.00
MOT
LS
15.00
$
750.00
$ 11,250.00
6" Yellow/White Solid Traffic Stripe (Paint)
GM
5.05
$
3,864.00
$ 19,513.20
*Includes single 6" line for temp on base**
Painted Arrow
EA
10.00
$
46.00
$ 460.00
24" Solid Traffic Stripe (Paint)
LF
100,00
$
9.66
$ 966.00
6" Yellow/White Solid Stripe/ Extra. Thermo.
GM
4.05
$
6,325.00
$ 25,616.25
Thermo Arrow
EA
10.00
$
80.50
$ 805.00
24" Solid Stripe/ Extru. Thermo.
LF
100.00
$
12.08
$ 1,208.00
RPMS
EA
275.00
$
7.00
$ 1,925.00
Total
$ 1,008,261.97
Respectfully Submitted,
Accepted By:
Asphalt Paving Systems, Inc.
Signature:
Zephyrhills, Florida
c: 813480-1865
e: ILshaneaps@gmail.com
Date:
' Proposal
vald for 30 days,
Page 2 of 3
124
KS PROP#731a --IN -- Sebastian -Barber St- FDR-$1.5Mi1--30-4-24
ITEM I STREET NAME I FROM
2024 Major Rehab Project Street list
LENGTH I WIDTH I TOTALUNITS
COMMENTS
3,800.00 1 Setback at Publix 150SY
150.001
11,111.11
700.00
2" M/0
Barber St (Seg 1)
❑st
Railroad Crossing
900
38.0
2" M/0
Barber St (Seg 2)
Railroad Crossing
Pelican Island PI
4,000
25.0
175
36.0
FDR
Barber St (Seg 3)
Pelican Island Pl
Curtis Cir
1,475
25.0
4,097.22
5,066.67
1,200
38.0
FDR
Barber St (Seg 4)
Curtis Cir
Acorn Ter
3,400
25.0
9,444.44
1 11,150.00 1 34,369
SPNALT Asphalt Paving Systems, Inc.
LVAV/NG Kris Shane - South Florida Rep
SYSTEMS Zephyrhills, FL 33540
Ph:813-480-1865
Page 3 of 3
125
N i�i
S EEBARSET IA,N mm (ENTIAL
PROCUREMENT JUSTIFICATION
A Competitive Solicitation is a formal process that requires sealed bids, provides an equal and open opportunity to
qualified parties, and culminates in a selection based on criteria.
A Competitive Quote is an informal process that provides an equal and open opportunity to qualified parties and
culminates in a selection based on criteria.
DATE: 10/1 /2024
TYPE OF PURCHASE: ❑ Invitation to Bid (ITB)
❑ Request for Proposal (RFP)
❑ Request for Qualification (RFQ)
❑ Invitation to Quote (ITN)
® Piggyback/Cooperative
❑ 3 Written Quotes
PROPOSED VENDOR: Palm Bay Concrete & Materials, Inc.
ITEMS OR SERVICES
REQUIRED: Concrete Services
ADDITIONAL INFORMATION
The City of Sebastian uses Palm Bay Concrete & Materials, Inc. for concrete services through the City of Melbourne's
contract. This proposed purchase complies with the "Piggyback" provisions as provided within Section 2-10 of the City
code, in that the City of Melbourne's contracts are competitively selected using procedures equivalent to those of the
City of Sebastian.
Digitally signed by Jessica Graham Jessica
DN: cn=Jessica Graham, c=US, o=City
of Sebastian, —Procurement Division,
Approved: emailDaate 2024
a,10 071 sfs:zeob:aosati-asna.onrgg Graham
Jessica Graham, Procurement/Contracts Manager
Procurement (Rev. 08/2024)
127
RESOLUTION NO. R-24-20
A RESOLUTION OF THE CITY OF SEBASTIAN, FLORIDA,
APPROVING A PIGGYBACK CONTRACT WITH ASPHALT
PAVING SYSTEMS, INC. FOR THE PURCHASE OF PAVEMENT
MAINTENANCE AND REHABILITATION SERVICES AND IN
SUBSTANTIAL CONFORMITY WITH THE AGREEMENT
ATTACHED HERETO AND MADE A PART HERE OF AS
"EXHIBIT A."; ADOPTION OF RECITALS; PROVIDING FOR
CONFLICTS; PROVIDING FOR SEVERABILITY; AND
PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, pursuant to Chapter 287, Florida Statutes and City Code of Ordinances
Section 2-10, whenever advantageous to the City, the City may utilize bids that have been
awarded or under contract by the state, county or other govermnental agencies; and
WHEREAS, Asphalt Paving Systems, Inc. has an existing contract under the Board of
Sumter County Commissioners effective through November 13, 2025 (with two (2) additional
tone (1) year renewal periods), see attached "Exhibit A," that the City of Sebastian is seeking to
piggyback for the purchase of the above referenced pavement maintenance and rehabilitation
services; and
WHEREAS, the City finds it is in the City's best interest to enter into an agreement to
contract between Asphalt Paving Systems, Inc. and the Board of Sumter County Commissioners
(a political subdivision of the State of Florida), see attached "Exhibit B," for the purchase of
pavement maintenance and rehabilitation services when advantageous to the City.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF SEBASTIAN, FLORIDA:
SECTION 1. RECITALS. The above recitals are hereby found to be true and correct
and are hereby adopted as the legislative intent of the City of Sebastian, Florida.
128
SECTION 2. AUTHORIZATION. The City of Sebastian, Florida hereby authorizes
the piggyback contract referenced above for the purchase of services specified in this Resolution,
and authorizes the Mayor or his designee and the City Clerk, as attesting witness, on behalf of
the City to issue purchase order to Asphalt Pavement Systems, Inc. in an amount not to exceed
$15,000, for the purchase of pavement maintenance and rehabilitation services and in substantial
confonnity with the agreement attached hereto as "Exhibit A" and the City's supplemental
agreement attached hereto as "Exhibit B."
SECTION 3. CONFLICTS.
If any section, sentence, phrase, word, or portion of this Resolution is determined to be
invalid, unlawful or unconstitutional, said determination shall not be held to invalidate or impair
the validity, force or effect of any other section, sentence, phrase, word, or portion of this
Resolution not otherwise determined to be invalid, unlawful, or unconstitutional.
SECTION 4. SCRIVENER'S ERRORS
Sections of this Resolution may be renumbered or re -lettered and corrections of
typographical errors which do not affect the intent may be authorized by the City Manager or
designee, without need of further action by the City Council by filing a corrected copy of same
with the City Clerk.
SECTION 5. EFFECTIVE DATE.
This Resolution shall become effective immediately upon adoption by the City Council.
The foregoing Resolution was passed for adoption by Council Member Nunn ,
was seconded by Council Member McPartlan , and upon being put to a vote, the vote was
as follows:
2
129
Mayor Dodd ave
Vice Mayor Dixon aye
Council Member Jones aye
Council Member McPartlan aye
Council Member Nunn aye
The Mayor thereupon declared this Resolution duly passed and adopted this 24th day of April
2024.
ATTEST:
anette Williams, City Clerk
3
CITY COUNCIL OF THE CITY OF
SEBASTIAN, FLORIDA
K-azeo�
Ed Dodd, Mayor
Approved as to form and
Legality:
lJeAnifer Cockcroft, Esq., City Attorney
130
EXHIBIT A
SUMTER COUNTY COUNTYWIDE PAVEMENT MAINTENANCE AND REHABILITIATION
SERVICES AGREEMENT
THIS AGREEMENT (hereinafter referred to as `Agreement") is made and entered into this 14"
day of November, 2023, by and between Board of Sumter County Commissioners (hereinafter
referred to as "Board," or "County"), whose address is 7375 Powell Road, Wildwood, Florida
34785, and Asphalt Paving Systems, Inc. (hereafter referred to as "Vendor"), whose address is
8940 Gall Boulevard, Zephyrhills, Florida 33541.
RECITALS
WHEREAS, the Board has need of professional services for ITB 045-0-2023/RS; and
WHEREAS, the parties desire to enter into a written agreement outlining the duties,
responsibilities and compensation of Vendor, based on the Vendor's response to ITB 045-0-
2023/RS Countywide Pavement Maintenance and Rehabilitation Services.
NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements
contained herein, the receipt and sufficiency of which is hereby acknowledged, the parties agree
as follows:
1. The relationship of the Vendor to the Board will be that of a professional Vendor and the
Vendor will provide the professional and technical services required under this Agreement
in accordance with acceptable professional practices and ethical standards applicable to
Vendor's profession, and Vendor will endeavor to provide to the Board prompt and efficient
services to the best of its ability.
2. Vendor is hereby retained and employed as a Sumter County Contactor, and will work with
the Board to provide services in accordance with the scope of work outlined in ITB 045-0-
2023/RS.
3. The term of this Agreement shall commence on November 14, 2023 and continue full force
for two years with an additional two (2) — one year renewals from the date established in
the Notice to Proceed, unless otherwise terminated as provided in paragraph four (4) of
this Agreement. The term of this Agreement does not relieve the Vendor of any future
responsibility as described in paragraph six (6) of this Agreement.
4. This Agreement may be terminated by either party upon thirty (30) days prior written notice
to the other party at the address designated in this Agreement for receiving such notice. If
this Agreement is terminated, Vendor shall be authorized to receive payment for all work
performed up to the date of termination.
1. With regard to compensation paid to Contractor, Contractor shall furnish to the Board an
itemized invoice detailing all of Contractors hours, services, expenses and any other
services utilized by the Board. The invoice shall be itemized pursuant to and in accordance
with the Fee Schedule, attached hereto as Exhibit A, and incorporated herein in haec verba.
Contractor shall submit all invoices pursuant to the Local Government Prompt Payment
Act, F.S. 218. Contractor acknowledges and agrees that the rates set forth in the Fee
Schedule shall remain fixed throughout the duration of this Agreement, including both the
131
Initial Term and any Renewal Term, and thereafter shall only be adjusted by mutual written
agreement of both parties.
a. For construction services progress payments, 5 percent (5%) of the payment will
be withheld.
2. General Considerations.
a. All reports, drawings, designs, specifications, notebooks, computations, details, and
calculation documents prepared by Vendor and presented to the Board pursuant to
this Agreement are and remain the property of the Board as instruments of service.
b. All analyses, data, documents, models, modeling, reports and tests performed or
utilized by Vendor shall be made available to the Board upon request and shall be
considered public records.
c. Vendor is required to: (i) keep and maintain public records required by Board; (ii) upon
request from Board' s custodian of public records, provide Board with a copy of the
requested records or allow the records to be inspected or copied within a reasonable
time at a reasonable or as otherwise provided by law; (iii) 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 this
Agreement and following completion of this Agreement if Vendor does not transfer the
records to Board: (iv) upon completion of this Agreement, transfer, at no cost. to Board
all public records in possession of Vendor or keep and maintain public records required
by Board.
d. If Vendor transfers all public records to Board upon completion of this Agreement,
Vendor shall destroy any duplicate public records that are exempt or, confidential and
exempt, frorn public records disclosure requirements. If Vendor keeps and maintains
public records upon completion of this Agreement, Vendor shall meet all applicable
requirements for retaining public records. All records stored electronically must be
provided to Board, upon request from Board's custodian of public records, in a format
that is compatible with the information technology systems of Board.
e. Vendor shall keep all books, records, files, drawings, plans and other documentation,
including all electronically stored items, which concern or relate to the services
required hereunder (the "Records"), for a minimum of five (5) years from the date of
expiration or termination of this Agreement, or as otherwise required by any applicable
law, whichever date is later. The Board shall have the right to order, inspect, and copy
all the Records as often as it deems necessary during any such period -of -time. The
right to audit, inspect, and copy Records shall include all of the records of sub -Vendors
(if any).
f. Vendor shall, at all times, comply with the Florida Public Records Law, the Florida
Open Meeting Law and all other applicable laws, rules and regulations of the State of
Florida.
g. IF THE VENDOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE VENDORS' DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT 352-689-4400, Sumter County Board
of County Commissioners, 7375 Powell Road, Wildwood, Florida
34785 or via email at Records@sumtercountyfl.gov.
132
h. Vendor shall, at all times, carry General Liability, Automobile and Worker' s
Compensation Insurance pursuant to the insurance requirements in ITB 045-0-
2023/RS, naming Board as both a certificate holder and an additional insured in each
such policy.
i. Upon Vendor's written request, the Board will furnish, or cause to be furnished, such
reports, studies, instruments, documents, and other information as Vendor and Board
mutually deem necessary, and Vendor may rely upon same in performing the services
required under this Agreement.
Vendor is obligated by this agreement to comply with Section 20.055(5), Florida
Statutes.
<. Any entity or affiliate who has had its Certificate of Qualification suspended, revoked,
denied or have further been determined by the Department to be a non -responsive
contractor may not submit a bid.
The Vendor may be required to provide additional services to the Board on challenges,
public protests, administrative hearings or similar matters. The Vendor shall be available to
represent the Board, serve as an expert witness, and provide supporting documentation as
necessary. Should any other professional services be called for by the Board that are not
otherwise set forth in this Agreement or any of its attachments or exhibits, charges for these
services shall be agreed upon in advance by the parties hereto.
4. The Contract Documents, which comprise the entire Contract between Board and Vendor
and which are further incorporated herein by reference, consist of the following:
a. ITB 045-0-2023/RS
b. Vendor's Bid in Response to ITB 045-0-2023/RS
c. This Agreement
d. Permits / Licenses
e. All Bid Addenda Issued Prior to Opening Date
f. All Modifications and Change Orders Issued
5. Vendor shall be solely and entirely responsible for its tortious acts and for the tortious acts
of its agents, employees, or servants during the performance of this Agreement. Vendor
shall indemnify and save harmless the Board, its agents, employees and officers from and
against all liabilities, claims, demands, or actions at law and equity including court costs
and attorney's fees that may hereafter at any time be made or brought by anyone for the
purposes of enforcing a claim on account of any injury or damage allegedly caused or
occurring to any person or property in which was caused in whole or in part by any tortious,
wrongful, or intentional acts or omissions of Vendor, its agents, or employees during
performance under this Agreement. The foregoing is not intended, and shall not be
construed, as a waiver by Board of the benefits of Section 768.28, Florida Statutes.
6. Vendor is, and shall be, in the performance of all services and activities under this
Agreement, an independent contractor, and not an employee, agent, or servant of Board;
and no provisions of Board's personnel policies shall apply to this Agreement. None of the
benefits provided by Board to its employees including, but not limited to, worker' s
compensation insurance and unemployment insurance, are available from Board to
Vendor, or its employees, agents or servants. Vendor assumes responsibility for payment
of all federal, state and local taxes imposed or required of Vendor including but not limited
to FICA, FUTA, unemployment insurance, Social Security and income tax laws for which
Vendor as employer is responsible. Vendor shall be solely responsible for any worker's
133
compensation insurance required by law and shall provide the Board with proof of
insurance upon demand. The parties agree that Board shall not: (a) pay dues, licenses or
membership fees for Vendor; (b) require attendance by Vendor, except as otherwise
specified herein; (c) control the method, manner or means of performing under this
Agreement, except as otherwise specified herein; or (d) restrict or prevent Vendor from
working for any other party.
Force Majeure. No party shall be liable or responsible to the other party, nor be deemed
to have defaulted under or breached this Agreement, for any failure or delay in fulfilling or
performing any term of this Agreement (except for any obligations to make payments to the
other party hereunder)], when and to the extent such failure or delay is caused by or results
from the following force majeure events ("Force Majeure Events"): (a) acts of God; (b)
flood, fire, earthquake or explosion; (c) war, invasion, hostilities (whether war is declared
or not), terrorist threats or acts, riot, warlike operation, insurrection, rebellion, revolution,
military or usurped power, sabotage or other civil unrest; (d) strikes, embargoes,
blockades, labor stoppages, lockouts or slowdowns or other industrial disturbances or
inability to obtain necessary materials or services (e) governmental delay regarding
permits or approvals; (f) action by any governmental authority; (g) national or regional
emergency; (h) shortage of adequate power or transportation facilities; or 0) other similar
events beyond the reasonable control of the party impacted by the Force Majeure Event
(the "Impacted Party") and provided further, however, that such performance shall be
resumed and completed with due diligence and reasonable dispatch as soon as the
contingency causing the delay or impossibility shall abate.
8. Attorney's Fees; and Costs of Enforcement. In the event suit is commenced to enforce
this Agreement, costs of said suit including reasonable attorneys' fees in all proceedings,
trials, investigations, appearances, appeals and in any bankruptcy proceeding or
administrative proceeding shall be paid to the prevailing party by the non -prevailing party.
In the event of default by either party hereto, the defaulting party shall be liable for all costs
and expenses, including reasonable attorney' s fees and costs incurred by the other party
in enforcing its rights hereunder, whether litigation be instituted or not, at the trial court and
appellate court level.
9. Law of the Agreement; Jurisdiction and Venue. The Parties agree that the laws of the
State of Florida shall govern any dispute arising from or related to this Agreement. The
Parties to this Agreement agree that venue and jurisdiction is mandated to lie only in the
state courts located in Sumter County, Florida. Removal of this case to federal court is not
permitted. Litigation in federal court is precluded by agreement of the parties hereto. If,
even though precluded by agreement of the Parties hereto, litigation arising from or based
upon this contract should be mandated by a court of competent jurisdiction issued pursuant
to a duly noticed hearing giving Sumter County adequate time to respond and all of the
benefits of due process to lie in the proper venue or jurisdiction of a federal court, that
federal court shall only be in the Middle District of Florida, Ocala Division. The Parties
further agree that entry into this agreement constitutes irrevocable consent that the
exclusive venue for any such dispute shall lie solely in the state or county courts in and for
Sumter County, Florida. The Parties expressly and irrevocably waive any right(s) to
removal of any such dispute to any federal court, unless the federal court has exclusive
jurisdiction; in such cases, the parties agree that the exclusive venue for any such disputes
shall be the United States District Court, in and for the Middle District of Florida, Ocala
Division. Process in any action or proceeding referred to in this paragraph may be served
on any party anywhere in the world, such party waives any argument that said party is not
134
subject to the jurisdiction of the state courts located in Sumter County, Florida and that the
laws of the state of Florida.
10. Entire Agreement. This Agreement contains the entire agreement of the Parties and may
not be changed except by written agreement duly executed by the Parties hereto. This
Agreement supersedes any prior understandings or agreements between the Parties, and
there are no representations, warranties, or oral agreements other than those expressly
set forth herein.
11. Assignment. This Agreement shall not be assigned nor may any portion of the obligations
contemplated in this Agreement be subcontracted to another party without prior written
approval of County. No such approval by County of any assignment or subcontract shall
be deemed in any event or in any manner to provide for the incurrence of any obligation of
County. All such assignments and subcontracts shall be subject to the terms and conditions
of this Agreement and to any conditions of approval that County shall deem necessary.
12. Compliance with Licenses, Permits, and Applicable Laws. In performing services
hereunder, Vendor shall comply with all federal, state and local laws and regulations.
Vendor shall be responsible for identifying and obtaining all permits necessary to complete
the scope of services. Vendor shall be responsible for obtaining, at its sole cost and
expense, all necessary license licenses and other governmental approvals required in
order for Vendor to provide the type of services required hereunder.
13. E-Verify: system established by the U.S. Department of Homeland Security to determine
the immigration and work -eligibility status of prospective employees.
14. The Vendor agrees to certify to the Board that Vendor is in compliance with the federal E-
Verify program, including obtaining written certification from all sub -Vendors who will
participate in the performance of scope of services contemplated in this Agreement. All
sub -Vendor certifications must be kept on file by the Vendor and made available to the
state and/or the Board upon request. The Board reserves the right to take action against
any Vendor deemed to be non -compliant; potential actions may include, but are not limited
to, cancellation of this Agreement and/or suspending or debarring the Vendor from
performing services for the County.
15. Conflict of Interest. Vendor shall notify Board in writing of any commitments during the
term of this Agreement which may constitute a potential or actual conflict of interest with
respect to the scope of services to be performed for the Board.
16. Corporate Status; Change of Ownership. If Vendor is a non -governmental, corporate
entity:
a. Corporate Status. Vendor shall ensure that the corporate status shall
continuously be in good standing and active and current with the state of its
incorporation and the State of Florida and at all times throughout the Term, and
any renewal or extension hereof. Failure of the Vendor to keep its corporate
status active and current shall constitute a material breach under the terms of
this Agreement.
Change of Ownership. Vendor shall notify County immediately upon any
change in corporate ownership or any substitution of the key professional
135
assigned (the "Key Person") to perform under this Agreement ("Change of
Ownership"). County shall have the option of cancelling this Agreement if a
Change of Ownership is not suitable to it, provided however, no cancellation
shall relieve the Vendor of its obligations to perform the work described herein
or for liability for breach of same. A Change of Ownership means the
occurrence of any one or more of the following: a sale, lease, or other
disposition of 50% or more of the interest or assets of the company or
corporation; a merger, reverse merger or consolidation with another entity; a
transaction wherein a third -party becomes the beneficial owner having fifty
(50%) percent or more interest in the corporation or company; or fifty (50%)
percent or more of the total number of votes that may be cast for any act of the
entity.
21. Default Neither Party shall declare the other party in default of any provision of this
Agreement without giving the other party at least ten (10) days advance written notice of
intention to do so, during which time the other party shall have the opportunity to remedy
the default. The notice shall specify the default with particularity.
22. Dispute Resolution. All disputes arising out of or in connection with this Agreement shall
be attempted to be settled through good -faith negotiation between the Parties, followed if
necessary within thirty (30) days by professionally -assisted mediation. Any mediator so
designated must be acceptable to each Party. The mediation will be conducted as
specified by the mediator and agreed upon by the Parties. The Parties agree to discuss
their differences in good faith and to attempt, with the assistance of the mediator, to reach
an amicable resolution of the dispute. The mediation will be treated as a settlement
discussion and therefore will be confidential. The mediator may not testify for either Party
in any later proceeding relating to the dispute. No recording or transcript shall be made of
the mediation proceedings. Each Party will bear its own costs in the mediation. The fees
and expenses of the mediator will be shared equally by the Parties. Failing resolution
through negotiation or mediation, either Party may file an action in a court of competent
jurisdiction or other appropriate remedy available in law or equity as defined herein below.
23. Jointly Drafted. The Parties agree that this Agreement is entered into knowingly and
voluntarily, after having the opportunity to fully discuss it with an attorney. Having had the
opportunity to obtain the advice of legal counsel to review, comment upon, and redraft this
Agreement, the Parties agree that this Agreement shall be construed as if the parties
jointly prepared it so that any uncertainty or ambiguity shall not be interpreted against any
one party and in favor of the other.
24. Parties Acknowledgement; Parties Bound. The Parties acknowledge that they have
read this Agreement, and that they understand the terms and conditions herein and that
the terms have been fully and completely explained to the Parties prior to the execution
thereof. Each party acknowledges that the other party has made no warranties,
representations, covenants, or agreements, express or implied, except as expressly
contained in this Agreement. Further, the Parties have caused this Agreement to be
executed on their respective behalf by the authorized officer whose signature appears
below under their respective name, to be effective as of the date first written above. This
Agreement shall inure to the benefit of and be binding upon the Parties, their successors,
heirs, and personal representatives.
136
25. Waiver. The waiver by any party hereto of a breach of any provision of this Agreement
shall not operate or be construed as a waiver of any subsequent breach by any party.
26. Time is of the Essence. Time shall be of the essence of this Agreement.
27. Survivability. Any provision of this Agreement, which obligates any of the Parties to
perform an obligation either before the commencement of the Term or after the expiration
of the Term, or any renewal or extension thereof, shall be binding and enforceable
notwithstanding that performance is not within the Term, and the same shall survive.
28. Severability. Whenever possible each provision and term of this Agreement will be
interpreted in a manner to be effective and valid but if any provision or term of this
Agreement is held to be prohibited or invalid, then such provision or term will be ineffective
only to the extent of such prohibition or invalidity, without invalidating or affecting in any
manner whatsoever the remainder of such provision or term or the remaining provisions
or terms of this Agreement.
29. Counterparts. This Agreement may be executed in a number of identical counterparts
and a facsimile or electronic/digital copy shall be treated as an original. If so executed,
each of such counterparts is to be deemed an original for all purposes, and all such
counterparts shall, collectively, constitute one agreement. In making proof of this
Agreement, it shall not be necessary to produce or account for more than one such
counterpart.
30. Section and Paragraph Headings. Captions or paragraph headings herein contained
are for organizational convenience only and shall not be constructed as material
provisions of this agreement or to limit any provisions hereunder.
31. Cooperation; Supplementary Actions. All Parties agree to cooperate fully and to
execute any supplementary documents, and to take any additional actions that may be
necessary or appropriate to give full force and effect to the basic terms and intent of this
Agreement, and which are not inconsistent with its terms.
32. Miscellaneous. Whenever the context shall so require, all words in this Agreement of one
gender shall be deemed to include the other gender.
33. Incorporation of Recitals. Each of the WHEREAS clauses listed above are hereby re -
alleged and incorporated into this Agreement as if otherwise fully stated herein.
34. Notice. Whenever any notice, demand or request is required or permitted hereunder, such
notice, demand or request shall be made in writing and shall be personally delivered to
the individuals listed below, sent via prepaid courier or overnight courier, or deposited in
the United States mail, registered or certified, return receipt requested, postage prepaid,
addressed to the addresses (and individuals) set forth below. No other form of electronic
communications (Facebook, Twitter, Text) will be deemed Notice.
137
FOR THE BOARD FOR THE VENDOR Asphalt PavingSy5tems, Inc.
Name: Bradley S. Amold Name: Robert Capofern
Address:7375 Powell Road, Wildwood. FL 34785 Address: 8940 Gall Blvd, Zephyrhills, FL 3354
Title: County Administrator Title-. President
11/3/2023
WHEREOF, the parties have signed this agreement the day and year fiat above
ATTEST:
r
By: ZAI
Kenneth FAessfna / Secretary
SUMTER COUNTY
BOARD OF COUNTY MMISSIONERS
By: Chairman 1
Date Signed:
ASPI-IALT PAVING SYSTEMS, INC.
By. Robert Capoferri / President
Date Signed: 11/312023
138
EXHIBIT A
Bid Form
Telephone: (352) 689-4400
Fax: (352) 6894401
Re: ITB 045-0-2023/RS COUNTYWIDE PAVEMENT MAINTENANCE AND
REHABILITATION SERVICES
1, Having carefully examined the ITB for the project listed above:
And being familiar with the premises affecting the work, the undersigned proposes and hereby agrees to
furnish all labor and material and to perform all work in accordance with said documents for.
ITB 045-0-2023/RS
2. In submitting this Bid, it is understood that the right is reserved by the Board of Sumter County
Commissioners to reject any, and all bids.
3. The Vendor hereby acknowledges the receipt of None Addenda issued during the bid period and
certifies their inclusion in the bid. (Indicate "NONE" if no addendums were received).
4. All Requests for Information (RFI's) will be sent to Jackie Valdez for response.
Date: 10/27/2023 Asphalt Pavinq Svstems, Inc.
Vendor
By: Robert Capoferri / President
Title:--!? a ent
Ttgephone: (813 788-0010
Address: 8940 Gall Blvd
Zeohvrhills. FL 33541
Sumter County Board of County Commissioners
Page 98 of 114
139
e
Countywide Pavement Maintenance and Rehabilitation
Services
Unit Price Bid
The following unit costs shall include all material, labor, equipment, and any other additional charges required
to accomplish the work of the unit cost.
Bid award will be based on the total unit pricing for each category listed in the unit price proposal. Bidders
are NOT required to bid each category, but must provide pricing for ALL line items listed in those categories
they are capable of producing and have prior applicable experience. Sumter County reserves the right to
award a contract to one or more vendors.
CATEGORY A - MILLING
1,001 -
5,001-
10,001-
Over
PER TASK ORDER
UNIT
0 -1,000
5,000
10,000
25,000
25,000
1"
Sq. Yd.
$13.75
I $7.15
$4.25
$3.75
$3.25
1.5"
Sq. Yd.
$13.75
I $7.15
$4.25
( $3.75
I $3.25
2"
Sq. Yd.
$14.25
$7.90
$4.99
I $3.99
I $3.55
2.5"
Sq. Yd.
$14.25
$7.90
S4.99
( $3.99
$3.55
3"
Sq. Yd.
$15.95 I
$7.99
$5.65
I $4.85
I $4.25
4"
Sq. Yd.
$16.95
$8.25
$6.20
I $5.50
I $5.15
5"
Sq. Yd.
$18.25
$8.60
$7.50
I $5.95
$5.50
6"
Sq. Yd.
$21.25 I
$8.99
$7.95
$6.75
$6.25
Asphalt and/or profile
millings deductive
alternate for Contractor
to deliver and transport
Cu. Yd.
-$1.00
-$1.00
-$1.00
-$1.00
-$1.00
(Beyond first 25 truck
loads)
0 -10
<10 - 20
<20 - 30
Over 30
UNIT
(Miles)
(Miles)
(Miles)
(Miles)
Sumter County Board of County Commissioners Page 99 of 114
140
100
Hauling
First 25 Truck Loads of Compensation/Mile
Millings to be delivered From Work Site
to County Facility
Location to County $5.00 $5.00 $5.00 $5.00 $5.00
Facility back to
Work site location
CATEGORY A SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit $132.40 $67.93 $49.78 $42.53 $38.75
pricing for each column of Category A)
CATEGORY A TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each column for Category $331.39
A)
CATEGORY B - STRUCTURAL
OVERLAY - ASPHALT TYPES PER UNIT
0-100
101-500
501-1,000
1,001-5,000
Over 5,000
TASK ORDER
9.5 S.P. Traffic Level C I Ton
I $781.57
I $251.86
$188.29
$179.77
$171.62
12.5 S.P. Traffic Level C Ton
I $781.57
$251.86
$188.29 I
$179.77
$171.62
9.5 F.C. Traffic Level C Ton
$801.57
I $271.86
$208.29 I
$199.77
$191.62
12.5 F.C. Traffic Level C I Ton
$801.57
$271.86
$208.29 I
$199.77
$191.62
CATEGORY B SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$3,166.28
$1,047.44
$793.16
$759.08
$726.48
pricing for each column of Category B)
CATEGORY B TOTAL UNIT PRICING:
(instructions: Add together the total unit pricing of each
column for
$6,492.44
1
Category B)
I
CATEGORY C - CHIP SEAL / FOG
0 -
25,001-
50,001-
Over
UNIT
SEAL PER TASK ORDER
25,000
50,000
I
100,000 I
100,000
Single Chip (Number 89 Stone) Sq. Yd.
$4.16
$3.51
$3.31 I
$3.31 L
..._
Double Chip (Number 57 & 89 S Yd.
q•
I $6.82
$6.16
$5.96
$5.96
Stone)
Triple Chip Seal Sq. Yd.
$9.83
$8.95
$8.30
$8.30
Fog Seal I 5q. Yd.
$ 0.70
$ 0.70
$ 0.70 I
$ 0.70 I
I
CATEGORY C SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$21.51
$19.32
$18.27
$18.27
pricing for each column of Category C)
CATEGORY
C TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each column for
$77.37
Category C)
Sumter County Board of County Commissioners
Page too or 114
141
101
CATEGORY D - CAPE SEAL PER UNIT
0 - 25,001-
50,001-
Over
TASK ORDER
25,000 50,000
100,000
100,000
Cape Seal Sq. Yd.
$ 12.06 $ 10.67
$ 10.21
$ 10.21
CATEGORY D SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$12.06 $10.67
$10.21
$10.21
pricing for each column of Category D)
CATEGORY D TOTAL UNIT PRICING:
(Instructions: Add together the total unit
pricing of each column for
$43.15
Category D)
Sumter County Board of County Commissioners Page 101 of 114
142
102
CATEGORY E - MICRO -SURFACING I
0 -
25,001 -
50,001-
Over
PER TASK ORDER I
UNIT
25,000
50,000
100,000
100,000
Double Micro
Sq. Yd.
$ 7.90
$7.16
$6.90
$6.90
Single Micro
Sq. Yd.
$5.99
I $5.25
$4.99 I
$4.99
Rut Filling (Leveling)
Ton
$436.00
I $436.00
I $436.00 I
$436.00
CATEGORY E SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line Item unit
$449.89
$448.41
$447.89
$447.89
pricing_ for each column of Category
E)
CATEGORY E TOTAL
UNIT PRICING:
(Instructions: Add together the total unit
pricing of each column for
$1,794.08
Category E)
CATEGORY F - IN -PLACE
RECYCLING - RECONSTRUCTION
0 -
25,001-
50,001-
Over
(FULL DEPTH RECLAMATION) PER
UNIT
25,000
50,000
100,000
100,000
TASK ORDER
Pulverization
Sq. Yd.
I $13.32
I $10.21
$9.63 I
$9.09
Cement - Cement Treated Base
Ton
$245.00
I $245.00
I $245.00 I
$245.00
Asphaltic Cement -Foamed
Asphalt Base
Gallon
$4.75
I $4.75
I $4.75
$4.75
Asphaltic Emulsion - Emulsion
I
Treated Base
Gallon
$3.64
I $3.64
$3.64
$3.64
Added Rap or Aggregates
Ton
I $45.00
Z j
of
Excavation for
Cu. Yd.'
$40.00
-
Widening/Unsuitable Materials
`��� iii
111
General Use Optional Base
Cu.Yd.
t
Material
$45.00
0' - 4'
<4' to 6'
<6' to 10'
<10'
UNIT
(width) I
(width) I
(width) I
(width)
Shoulder Rework LF $2.25 ' $2.75 I $3.25 $3.75
CATEGORY F SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit $398.96 $266.35 $266.27 $266.23
pricing for each column of Category F)
CATEGORY F TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each column for $1,197.81
Category F)
Sumter County Board or County Commissioners Page 102 of 114
143
103
REJUVENAT ON PER TASK ORDER UNIT
I 0 - 1,000
I 5,000
25 000 I
50,000
50,000
Rejuvenation Sq. Yd.
` $
$
$ I
$
$
Test Core Removal Each
$
$
$ I
$
$
Test Core Laboratory Analysis- Each
I $
( $
$ I
$
$
Rejuvenation (Including Titanium Sq. Yd.
I $
I $
I $ I
$
$
Dioxide)
Field Core Removal Each
$
$
I $ (
$
$
Field Core Laboratory Analysis - Each
$
$
I $ I
$
$
Viscosity
Field Core Laboratory Analysis — Each
I $
$ I
$
$
$
Titanium Dioxide Penetration
Field Core Laboratory Analysis — Each
I $
$
$
$
$
Titanium Dioxide NO2 Reduction
Field Core Laboratory Analysis —
Titanium Dioxide Solar Each
$
$
$
$
$
Reflectance Index (SRI)
CATEGORY G SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$
$
$
$
$
pricing for each column of Category G)
CATEGORY G TOTAL UNIT PRICING:
(Instructions: Add together the total unit
pricing of each column for
NO BID
$
Category G)
CATEGORY H - CRACK SEALING UNIT
0 - 500
500 -1,000
1,001 - 5,000
5,001-
Over
PER TASK ORDER
10,000
10,000
Crack Sealant Gallon
I $45.00 I
$40.00 I
$35.00 $33.00
$30.00
CATEGORY H SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line Item unit
$45.00
$40.00
$35.00 $33.00
$30.00
pricing for each column of Category H)
CATEGORY
H TOTAL UNIT
PRICING:
(Instructions: Add together the total unit pricing of each column for
$183.00
Category H)
Sumter County Board of County Commissioners
Page 103 of 114
iE,/=
104
CATEGORY I - TRAFFIC LOOP I
REPLACEMENT UNIT
Type A Each I $4,500.00
(FDOT Item # 660-2-101)
Type B Each I $4,500.00
(FDOT Item # 660-2-102)
Type F Each
(FDOT Item # 660-2-106)
Type F
(FOOT Item #660-2-106 modified Each
to 30 Ft)
CATEGORY I TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
pricing for Category 1)
CATEGORY J - SODDING PER TASK UNIT
ORDER
Performance Turf Sod Sq. Yd.
CATEGORY 1 SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total line Item unit pricing
for Category J)
CATEGORY K —VARIABLE
MESSAGE BOARDS PER TASK
ORDER
UNIT
PER
Variable Message Board BOARD $ 32.00
PER DAY
CATEGORY K SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total line Item unit pricing $32.00
for Category K)
Sumter County Board of County Commissioners
d.-
$
k r
r�
Page 104 of I
145
CATEGORY L —PAVEMENT MARKINGS PER TASK ORDER
Item: I Product Type:
L-1 White — Solid
4„
6„
I8
12"
18"
24"
L-2 White — Skip
4"
I 6"
IL-3 Yellow — Solid
4"
6"
8„
12"
118"
L-4 Yellow — Skip
4"
6"
L-5 I Yellow — Double
4"
6"
Sumter County Board of County Commissioners
105
Unit:
I Painted
I Thermoplastic
Misc.
GM
I $ 3,335.00
l $ 5,635.00
` GM
I $ 3,910.00
I $ 6,325.00
LF
I $ 0.75
I $ 1.84
I LF
I $ 4.83
I $ 6.04
-
LF
I $ 7.25
$ 7.25
LF
I $ 9.66
$ 12.08
GM
$ 1,207.50
$ 1,811.25
GM
$ 1,449.00
I
$ 2,415.00
GM
S 3,381.00
I
$ 5,675.25
A'
GM
$ 3,864.00
$ 6,325.00
•-
1
LF
I $ 0.75
I
$ 1.84',;y�
LF
I $ 3.62
$ 4.83
t£�_
LF
I $5.41
$7.25
+
GM
I
$ 1,207.50
$ 1,811.25
_
GM
I $ 1,449.00
$ 2,415.00';.
t
I
GM
I $ 4,830.00
I $ 11,350.50
GM
$ 5,313.00
I $ 12,650.00
Page 105 01114
146
106
L-6 Audible and Vibratory Pavement Markings
Yellow - Skip 4"
I GM
$ 9,901.50
$ 9,901.50
II Yellow -Skip 6"
I GM
$ 9,901.50
$ 9,901.50
I I
II White -Solid 4"
I GM
$ 9,901.50
$ 9,901.50 I
White - Solid 6"
I GM
I $ 9.901.50
$ 9,901.50
L-7 Legends
l"STOP"
EA
$ 120.75
$ 241.50
"R X R" (Includes 6" white)
I EA
$ 241.50
I $ 425.50
"ONLY"
EA
I $ 115.00
$ 241.50
I ,-
"LANE"
$115.00
$241.50
I;_:=''•,_•"
"MERGE"
I EA
$ 149.50
I $ 299.00
.'<,>.
"SCHOOL"
I EA
$ 184.00
$ 339.25
"AHEAD"
I EA
$ 172.50
$ 310.50
I
" Visitor"
I EA
5149.50
I $ 402.50
"Resident"
I EA
' $ 149.50
I $ 460.00
"Path"
I EA
I $ 120.75
I $ 241.50
L-7 Markings
I I
TURN AND THROUGH LANE TURN ARROW
EA
$ 80.50
I $ 138.00 I
THROUGH LANE USE ARROW
EA
S 40.25
I $ 69.00
TURN LANE USE ARROW
EA
$ 46.00
$ 80.50
BIKE OR CART
EA
$ 34.50
$ 115.00
BIKE ARROW
EA
I $ 34.50
I $ 287.50
YIELD TRIANGLES
I EA
I $ 11.50
I $ 28.75
L-8
I Reflective Pavement Markers
I
II
Bi-Directional, Amber
EA
$ 6.04
$ 6.04
Mono -Directional Colorless
EA
$ 6.04
$ 6.04
Sumter County Board of County Commissioners
Page 106 of 114
147
IBi-Directional, White/Red
Sumter County Board of County Commissioners
EA I $ 6.04 I $ 6.04
107
Pago 107 of 114
148
M.,
L-9
Miscellaneous
POST SIGN, F&I GROUND MOUNT, UP
ISINGLE
TO 12 SF
AS
I
$350.00
SINGLE POST SIGN, F&I GROUND MOUNT, 12-20
SF
I AS
$1,350.00
SINGLE POST SIGN, F&I GROUND MOUNT, 21-30
I AS
I
I $2,500.00
SF
IMAILBOX (REMOVE AND REPLACE)
I EA
$325.00
Silt Fence Type III I
LF
I
$ 2.50
Removal of Existing Marking I
SF
I
$ 3.45
Preform Thermoplastic 12" I LF
I
$ 11.50
Preform Thermoplastic 24" I
LF
$ 23.00
Off Duty Law Enforcement Officer
HR
I:_.,_v�:b„�
$ 100.00
.'v.�I.L:Y4:eEJ=�.iwS:tF. �"r_•.; moo'.
CATEGORY L SUB -TOTAL UNIT PRICING: (Instructions: Enter Total
$71,3fi7.64
$100,000.00
$4,665.45
of line item unit pricing for each column of Category L)
I CATEGORY L TOTAL UNIT PRICING: I
176,033.09
(Instructions: Add together the total unit pricing of each column for Category L)
$
-...r air. T'+'1N„ ,�' 't✓
sEa�1.��
CATEGORY M — Mobilization UNIT $0.00 - $50,001-
$50,000 $100,000
Work Order Total LS $ 3,500.00 $ 3,500.00
CATEGORY M SUB -TOTAL UNIT PRICING:
(instructions: Enter Total of line item unit $3,500.00 $3,500.00
pricing for each column.of Category M)
CATEGORY M TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each column for
Category M)
CATEGORY N — Maintenance of
ffi' UNIT 0-7 8 14
Trac
Standard Index 600 Series MOT
TWO-LANE AND MULTILANE,
WORK ON SHOULDER
Standard Index 600 Series MOT
TWO-LANE, TWO-WAY WORK
WITHIN THE TRAVEL WAY
$100,001- Over
$500,000 $500,000
$ 3,500.00 $ 3,500.00
$3,500.00 $3,500.00
$14,00.00
15 - 21
Day $ 500.00 $ 500.00 $ 500.00
Day $ 750.00 $ 750.00 $ 750.00
Sumter County Board of County Commissioners
22-31 1 Over 31
$ 500.00 1 $ 500.00
$ 750.00 1 $ 750.00
Page 108 of 114
149
109
Standard Index 600 Series MOT
TWO-LANE, TWO-WAY, Day
$ 750.00
$ 750.00
$ 750.00
$ 750.00
$750.00
INTERSECTION WORK I
Standard Index 600 Series MOT Day
I $ 750.00
I $ 750.00
$ 750.00
I $ 750.00
I $ 750.00
Multilane Roadway, Lane Closures
Standard Index 600 Series MOT
Multilane Roadway, Intersection Day
$ 750.00
$ 750.00
$ 750.00
$ 750.00
$ 750.00
Work
Standard Index 600 Series MOT I Day
$ 750.00
I $ 750.00
$ 750.00
I $ 750.00
I $ 750.00
Temporary Road Closure
Standard Index 600 Series MOT I Day
I $ 750.00
$ 750.00
$ 750.00
I $ 750.00
I $ 750.00
Two -Way Left -Turn Lanes
Standard Index 600 Series MOT Day
' $ 250.00
I $ 250.00
$ 250.00
$ 250.00
I $250.00
Sidewalk Closure
Standard Index 600 Series MOT Day
I $ 750.00
$ 750.00
I $ 750.00
$ 750.00
I $ 750.00
Work Within the Roundabout
CATEGORY N SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$6,000.00
$6,000.00
$6,000.00
$6,000.00
$6,000.00
pricing for each column of Category N)
CATEGORY N TOTAL UNIT PRICING:
(Instructions: Add together the total unit
pricing of each column for
$30,000.00
Category N)
a
R
w.
- ��,a5� .�Ss♦ �. `.��
... ...
Sumter County Board of County Commissioners
Page 109 of 114
150
110
BID OF
Countywide Pavement Maintenance and Rehabilitation Services
Bid Form
Asphalt Paving Systems, Inc.
Full Legal Company Name
8940 Gall Blvd, Zephyrhills, FL 33541 (813) 788-0010 (813) 788-0020
Mailing Address Telephone Number Fax Number
Bidders: Having become familiar with requirements of the project, and having carefully examined the
Bidding Documents and Specifications entitled Countvwide Pavement Maintenance and Rehabilitatiop
Service in Sumter County, Florida, the undersigned proposes to furnish all materials, labor and
equipment, supervision and all other requirements necessary to comply with the Contract Documents
to submit the following Bid summarized as follows:
The following total unit costs (from the unit price) shall include all material, labor, equipment, and
any other additional charges required to accomplish the work of the unit cost for any locations within
Sumter County. Partial bids will be accepted on a per category basis. Bidders are N.QZ required to
bid each category, but must provide pricing for ALL line items listed in those categories on the unit
price for which the bidder is capable of producing and have prior applicable experience.
FOR: Countywide Pavement Management and Rehabilitation Services
CATEGORY A TOTAL UNIT PRICING: $ _ _ 131.39
(From the unit price)
Amount Written in Numerals
Three hundred thirty one dollars and thirty nine cents.
/100 Amount Written in Words
CATEGORY B TOTAL UNIT PRICING: $ 6,492.44
(From the unit price) Amount Written in Numerals
Six thousand four hundred ninety two dollars and forty four cents.
/100 Amount Written in Words
CATEGORY C TOTAL UNIT PRICING: $ 77.37
(From the unit price) Amount Written in Numerals
Seventy seven dollars and thirty seven cents.
Sumter County Board of County Commissioners
Page 110 or 114
151
111
/100 Amount Written in Words
CATEGORY D TOTAL UNIT PRICING: $ 43.15
(From the unit price) Amount Written in Numerals
Forty three dollars and fifteen cents.
/100 Amount Written in Words
CATEGORY E TOTAL UNIT PRICING: $ 1,794.08
(From the unit price) Amount Written in Numerals
One thousand seven hundred ninety four dollars and eight cents.
/100 Amount Written in Words
CATEGORY F TOTAL UNIT PRICING: $ 1,197.81
(From the unit price) Amount Written in Numerals
One thousand one hundred ninety seven dollars and eighty one cents.
/100 Amount Written in Words
CATEGORY G TOTAL UNIT PRICING: $ 0.00
(From the unit price) Amount Written in Numerals
No Bid
/100 Amount Written in Words
CATEGORY H TOTAL UNIT PRICING: $ 183.00
(From the unit price) Amount Written in Numerals
One hundred eighty three dollars and zero cents.
/100 Amount Written in Words
CATEGORY 1 TOTAL UNIT PRICING: $ 20,000.00
(From the unit price) Amount Written in Numerals
Twenty thousand dollars and zero cents.
/100
Amount Written in Words
Sumter County Board of County Commfssfoners Pape 111 or 114
152
112
CATEGORY 1 TOTAL UNIT PRICING: $ 4.50
(From the unit price) Amount Written in Numerals
Four dollars and fifty cents.
/100 Amount Written in Words
CATEGORY K TOTAL UNIT PRICING: $ 32.00
(From the unit price) Amount Written in Numerals
Thirty two dollars and zero cents.
/100 Amount Written in Words
CATEGORY L TOTAL UNIT PRICING: $ 176,033.09
(From the unit price) Amount Written in Numerals
One hundred seventy six thousand thirty three dollars and nine cents.
/100 Amount Written in Words
CATEGORY M TOTAL UNIT PRICING: $ 14,000.00
(From the unit price) Amount Written in Numerals
Fourteen thousand dollars and zero cents.
/100 Amount Written in Words
CATEGORY N TOTAL UNIT PRICING: $ 30,000.00
(From the unit price) Amount Written in Numerals
Thirty thousand dollars and zero cents.
/100 Amount Written in Words
Each Bidder shall print legibly, In blue or black ink, the amount written in numerals and the amount
written in words for the items shown above. In the event an amount submitted is not legible, the
County reserves the right to consider it a "No Bid", and deem the Bidder nonresponsive to the
requirements of the Bid.
All Unit Prices shall be established at the beginning of the contract and may be adjusted (+ or -) annually
upon approval of both the Contractor and County and only at the beginning of each renewal period.
Any approved annual rate adjustments shall take effect with the first task order issued after the
Sumter County Board of County COmmfssioners Page 112 of 114
153
113
renewal period. Additional Unit Price items not included on the official bid form will be submitted to
the County's authorized representative for prior approval and will be added to the Standard Agreement
through a Contract Amendment and must be accepted by both the Contractor and the County. Price
adjustments forfuel and bituminous products will not be allowed on a task order basis.
Note: The listing order of bid items reflects a construction sequence in general terms for bidding
purposes only and is not a specific construction schedule.
Sumter County reserves the right to award a contract to more than one bidder.
Sumter County Board of County Commissioners
Page 113 oI114
154
(7
SEBASTIAN
(INTLNNIAL (ILIBRATION
N!f - IBt1
CITY COUNCIL AGENDA TRANSMITTAL
Council Meeting Date: April 24, 2024
Agenda Item Title: City Council Approval of Resolution R-24-20 approving a piggyback agreement for
pavement maintenance and rehabilitation services with Asphalt Pavement Systems, Inc.
Recommendation: Staff Recommends Approval of R-24-20 approving a piggyback agreement for pavement
maintenance and rehabilitation services with Asphalt Pavement Systems, Inc. and authorize the City Manager to execute the
piggyback agreement.
Background: Asphalt Pavement Systems, Inc. (APS) has an existing contract with the Board of Sumter
County Commissioners (Sumter County) effective through November 14, 2025 (with an additional two (2) — one year
renewals) that the City of Sebastian is seeking to piggyback. The piggyback will be used to complete all 2022 roadway
paving and all 2023 roadway projects. The City does have a contract with APS. However, after pricing 2022 and 2023
roadway paving, APS determined they could not honor their contract pricing (last revised by Council in July 2023) due to
increased plant costs. APS provided revised contract prices for the City's contract, RFP 19-03, and their contract with
Sumter County as a proposed solution. In review of the revised pricing and piggyback option, Staff determined it was more
beneficial to piggyback the Sumter County contract.
Chapter 287, Florida Statutes and City Code of Ordinances Section 2-10 grant the City authority to piggyback the purchase
of goods and services as a form of inter -governmental purchasing. This allows smaller agencies to take advantage of the
better pricing that other entities were able to obtain and reduce administrative time and costs involved in the procurement
process (i.e., cost of preparing bid specifications, advertising, etc.).
In order to fund this project approval is being requested to reallocate the American Rescue Plan Act Funds (ARPA) as
follows: reallocate the $700,000 budgeted for the Concha Dam project as well as $213,120 from the Riviera and Gardenia
project to the road rehabilitation project. Concha Dam and the funds necessary for the Riviera and Gardenia project will be
funded by Discretionary Sales Tax funds.
Staff is seeking approval of execution for the piggyback agreement with Asphalt Paving Systems, Inc., for pavement
maintenance and rehabilitation services as outlined above, and for approval of the execution of the agreement by the City
Manager.
If Agenda Item Requires Expenditure of Funds:
Budgeted Amount: $ 1,205,880
Total Cost: $2,119,000
Funds to Be Utilized for Appropriation: American Rescue Plan Act
Attachments:
1. R-24-20 Asphalt Paving Systems Resolution
2. Exhibit A - 045-0-2023 ITB Sumter County Asphalt Paving Agreement
3. Exhibit B - 045-0-2023 ITB City of Sebastian Piggyback Agreement
4. Asphalt Paving Systems, Inc. Revised Pricing ITB
5. Revised 2022 reconstruction and preservation Quotes from APS
6. Revised 2023 reconstruction and preservation Quotes from APS
Administrative Service=app
City Attorney Review:
Procurement Division,t,,�
c
City Manager Authorization:
'�/171 ti
Date: �o�
155
DocuSign Envelope ID: lC04E45C-98E6-4EB8-87ED-8EE85248A42A
PIGGYBACK AGREEMENT FOR SERVICES
BETWEEN THE CITY OF SEBASTIAN AND ASPHALT PAVING SYSTEMS. INC.
THIS AGREEMENT is made and entered into on 4Fr, I Iq t4% aD)V ,
2024 by the City of Sebastian, a municipal corporation of the State of Florida,
(hereinafter referred to as "CITY") and Asphalt Paving Systems, Inc., (hereinafter
"VENDOR").
WHEREAS, the Board of Sumter County Commissioners has previously entered
into a contract with Vendor to provide pavement maintenance and rehabilitation
services on November 14, 2023 (attached as Exhibit A hereto); and
WHEREAS, the City of Sebastian wishes to enter into a like contract with
Vendor under the same terms and applicable conditions as that prior agreement
entered into by the Board of Sumter County Commissioners to provide pavement
maintenance and rehabilitation services and other related tasks as may be assigned
by the City; and
WHEREAS, Chapter 287, Florida Statutes and purchasing procedures of the City
of Sebastian grant the authority to piggyback the purchase of goods and services as a
form inter -governmental cooperative purchasing in which a public purchaser requests
competitive sealed bids, enters into a contract, and arranges, as part of the contract, for
other public purchasing units to purchase from the selected vendor under the same
terms and conditions as itself in order to take advantage of the better pricing that large
purchasers are able to obtain in order to reduce administrative time and costs involved
in the procurement process (i.e., cost of preparing bid specifications, advertising, etc.);
and
WHEREAS, the City of Sebastian has determined that in this circumstance,
piggybacking onto a contract entered into by the Board of Sumter County
Commissioners is the most economically advantageous way to procure these goods
and services.
NOW THEREFORE, in consideration of the mutual covenants, terms, and provisions
contained herein, the parties agree as follows:
1. TERM
The initial term shall end on November 13, 2025. This agreement is subject to
renewal or extension in one year increments by agreement of the parties in
writing.
2. GENERAL PROVISIONS
All other terms and conditions of the contract and any amendments thereto
entered into between the Board of Sumter County Commissioners and Vendor
Page 1 of 5
111111141.1
DocuSign Envelope ID: lC04E45C-98E6-4EB8-87ED-8EE85248A42A
referenced above will be applicable to this agreement unless specified herein.
3. NOTICES
All notices and demands shall be sent U.S. Certified Mail, return receipt to:
VENDOR:
Robert Capoferri, President
Asphalt Paving Systems, Inc.
8940 Gall Blvd
Zephyrhills, FL 33540
4. PUBLIC RECORDS
CITY:
Brian Benton, City Manager
City of Sebastian
1225 Main Street
Sebastian, FL 32958
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF
PUBLIC RECORDS:
JEANETTE WILLIAMS, CITY CLERK
1225 MAIN ST
SEBASTIAN, FL 32958
(772) 388-8215
JWILLIAMS, I CITYOFSEBASTIAN.ORG
Vendor agrees to comply with public records laws, specifically to:
A. Keep and maintain public records required by the public agency to
perform the service.
B. Upon request from the public agency's custodian of public records,
provide the public agency 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 this chapter 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 contractor does not transfer the records to
the public agency.
D. Upon completion of the contract, transfer, at no cost, to the public agency
all public records in possession of the contractor or keep and maintain
public records required by the public agency to perform the service. If the
Page 2 of 5
157
DocuSign Envelope ID: lC04E45C-98E64EB8-87ED-8EE85248A42A
contractor transfers all public records to the public agency upon
completion of the contract, the contractor shall destroy any duplicate
public records that are exempt or confidential and exempt from public
records disclosure requirements. If the contractor keeps and maintains
public records upon completion of the contract, the contractor shall meet
all applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from
the public agency's custodian of public records, in a format that is
compatible with the information technology systems of the public agency.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
Page 3 of 5
158
DocuSign Envelope ID: lC04E45C-98E6-4EB8-87ED-8EE85248A42A
IN WITNESS WHEREOF, the parties hereto have through their duly authorized
representatives, approved and executed this Agreement as of the date set forth below.
ATTEST
Do[cuSlgned by:
I �cu
�A `w OA
ATTEST:
Jeanette Williams, MMC
11
City Clerk
For the use and reliance of the City of
Sebastian only. Approved as to form
and legal sufficiency.
DocuSlgned by:
c Ui-3
493,U94Cr5R74
Jennifer D. CCockcroft, Esq.
City Attorney
ASPHALT PAVING SYSTEMS, INC.
DocuSlgned by:
O� (Abe
g9 B ..
Ro6er apo erri, President
Date: 4/15/2024 1 1:21:31 PM EDT
CITY OF SEBASTIAN, FL
By: `
Brian Benton, City Manager
Date: I / a SI a 0a y
Page 4 of 5
159
EXHIBIT A
Board of Sumter County Commissioners Agreement
Page 5 of 5
160
SUMTER COUNTY COUNTYWIDE PAVEMENT MAINTENANCE AND REHABILITIATION
SERVICES AGREEMENT
THIS AGREEMENT (hereinafter referred to as "Agreement") is made and entered into this 14`h
day of November, 2023, by and between Board of Sumter County Commissioners (hereinafter
referred to as "Board," or "County"), whose address is 7375 Powell Road, Wildwood, Florida
34785, and Asphalt Paving Systems, Inc. (hereafter referred to as "Vendor"), whose address is
8940 Gall Boulevard, Zephyrhills, Florida 33541.
RECITALS
WHEREAS, the Board has need of professional services for ITB 045-0-2023/RS; and
WHEREAS, the parties desire to enter into a written agreement outlining the duties,
responsibilities and compensation of Vendor, based on the Vendor's response to ITB 045-0-
2023/RS Countywide Pavement Maintenance and Rehabilitation Services.
NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements
contained herein, the receipt and sufficiency of which is hereby acknowledged, the parties agree
as follows:
1. The relationship of the Vendor to the Board will be that of a professional Vendor and the
Vendor will provide the professional and technical services required under this Agreement
in accordance with acceptable professional practices and ethical standards applicable to
Vendor's profession, and Vendor will endeavor to provide to the Board prompt and efficient
services to the best of its ability.
2. Vendor is hereby retained and employed as a Sumter County Contactor, and will work with
the Board to provide services in accordance with the scope of work outlined in ITB 045-0-
2023/RS.
3. The term of this Agreement shall commence on November 14, 2023 and continue full force
for two years with an additional two (2) — one year renewals from the date established in
the Notice to Proceed, unless otherwise terminated as provided in paragraph four (4) of
this Agreement. The term of this Agreement does not relieve the Vendor of any future
responsibility as described in paragraph six (6) of this Agreement.
4. This Agreement may be terminated by either party upon thirty (30) days prior written notice
to the other party at the address designated in this Agreement for receiving such notice. If
this Agreement is terminated, Vendor shall be authorized to receive payment for all work
performed up to the date of termination.
With regard to compensation paid to Contractor, Contractor shall furnish to the Board an
itemized invoice detailing all of Contractors hours, services, expenses and any other
services utilized by the Board. The invoice shall be itemized pursuant to and in accordance
with the Fee Schedule, attached hereto as Exhibit A, and incorporated herein in haec verba.
Contractor shall submit all invoices pursuant to the Local Government Prompt Payment
Act, F.S. 218. Contractor acknowledges and agrees that the rates set forth in the Fee
Schedule shall remain fixed throughout the duration of this Agreement, including both the
161
Initial Term and any Renewal Term, and thereafter shall only be adjusted by mutual written
agreement of both parties.
a. For construction services progress payments, 5 percent (5%) of the payment will
be withheld.
2. General Considerations.
a. All reports, drawings, designs, specifications, notebooks, computations, details, and
calculation documents prepared by Vendor and presented to the Board pursuant to
this Agreement are and remain the property of the Board as instruments of service.
b. All analyses, data, documents, models, modeling, reports and tests performed or
utilized by Vendor shall be made available to the Board upon request and shall be
considered public records.
c. Vendor is required to: (i) keep and maintain public records required by Board; (ii) upon
request from Board' s custodian of public records, provide Board with a copy of the
requested records or allow the records to be inspected or copied within a reasonable
time at a reasonable or as otherwise provided by law; (iii) 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 this
Agreement and following completion of this Agreement if Vendor does not transfer the
records to Board; (iv) upon completion of this Agreement, transfer, at no cost, to Board
all public records in possession of Vendor or keep and maintain public records required
by Board.
d. If Vendor transfers all public records to Board upon completion of this Agreement,
Vendor shall destroy any duplicate public records that are exempt or, confidential and
exempt, from public records disclosure requirements. If Vendor keeps and maintains
public records upon completion of this Agreement, Vendor shall meet all applicable
requirements for retaining public records. All records stored electronically must be
provided to Board, upon request from Board's custodian of public records, in a format
that is compatible with the information technology systems of Board.
e. Vendor shall keep all books, records, files, drawings, plans and other documentation,
including all electronically stored items, which concern or relate to the services
required hereunder (the "Records"), for a minimum of five (5) years from the date of
expiration or termination of this Agreement, or as otherwise required by any applicable
law, whichever date is later. The Board shall have the right to order, inspect, and copy
all the Records as often as it deems necessary during any such period -of -time. The
right to audit, inspect, and copy Records shall include all of the records of sub -Vendors
(if any).
f. Vendor shall, at all times, comply with the Florida Public Records Law, the Florida
Open Meeting Law and all other applicable laws, rules and regulations of the State of
Florida.
g. IF THE VENDOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE VENDORS' DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT 352-689-4400, Sumter County Board
of County Commissioners, 7375 Powell Road, Wildwood, Florida
34785 or via email at Records@sumtercountyfl.gov.
162
h. Vendor shall, at all times, carry General Liability, Automobile and Worker' s
Compensation Insurance pursuant to the insurance requirements in ITB 045-0-
2023/RS, naming Board as both a certificate holder and an additional insured in each
such policy.
i. Upon Vendor's written request, the Board will furnish, or cause to be furnished, such
reports, studies, instruments, documents, and other information as Vendor and Board
mutually deem necessary, and Vendor may rely upon same in performing the services
required under this Agreement.
j. Vendor is obligated by this agreement to comply with Section 20.055(5), Florida
Statutes.
k. Any entity or affiliate who has had its Certificate of Qualification suspended, revoked,
denied or have further been determined by the Department to be a non -responsive
contractor may not submit a bid.
3. The Vendor may be required to provide additional services to the Board on challenges,
public protests, administrative hearings or similar matters. The Vendor shall be available to
represent the Board, serve as an expert witness, and provide supporting documentation as
necessary. Should any other professional services be called for by the Board that are not
otherwise set forth in this Agreement or any of its attachments or exhibits, charges for these
services shall be agreed upon in advance by the parties hereto.
4. The Contract Documents, which comprise the entire Contract between Board and Vendor
and which are further incorporated herein by reference, consist of the following:
a. ITB 045-0-2023/RS
b. Vendor's Bid in Response to ITB 045-0-2023/RS
c. This Agreement
d. Permits / Licenses
e. All Bid Addenda Issued Prior to Opening Date
f. All Modifications and Change Orders Issued
5. Vendor shall be solely and entirely responsible for its tortious acts and for the tortious acts
of its agents, employees, or servants during the performance of this Agreement. Vendor
shall indemnify and save harmless the Board, its agents, employees and officers from and
against all liabilities, claims, demands, or actions at law and equity including court costs
and attorney's fees that may hereafter at any time be made or brought by anyone for the
purposes of enforcing a claim on account of any injury or damage allegedly caused or
occurring to any person or property in which was caused in whole or in part by any tortious,
wrongful, or intentional acts or omissions of Vendor, its agents, or employees during
performance under this Agreement. The foregoing is not intended, and shall not be
construed, as a waiver by Board of the benefits of Section 768.28, Florida Statutes.
6. Vendor is, and shall be, in the performance of all services and activities under this
Agreement, an independent contractor, and not an employee, agent, or servant of Board;
and no provisions of Board's personnel policies shall apply to this Agreement. None of the
benefits provided by Board to its employees including, but not limited to, worker' s
compensation insurance and unemployment insurance, are available from Board to
Vendor, or its employees, agents or servants. Vendor assumes responsibility for payment
of all federal, state and local taxes imposed or required of Vendor including but not limited
to FICA, FUTA, unemployment insurance, Social Security and income tax laws for which
Vendor as employer is responsible. Vendor shall be solely responsible for any worker's
163
compensation insurance required by law and shall provide the Board with proof of
insurance upon demand. The parties agree that Board shall not: (a) pay dues, licenses or
membership fees for Vendor; (b) require attendance by Vendor, except as otherwise
specified herein; (c) control the method, manner or means of performing under this
Agreement, except as otherwise specified herein; or (d) restrict or prevent Vendor from
working for any other party.
Force Majeure. No party shall be liable or responsible to the other party, nor be deemed
to have defaulted under or breached this Agreement, for any failure or delay in fulfilling or
performing any term of this Agreement (except for any obligations to make payments to the
other party hereunder)], when and to the extent such failure or delay is caused by or results
from the following force majeure events ("Force Majeure Events"): (a) acts of God; (b)
flood, fire, earthquake or explosion; (c) war, invasion, hostilities (whether war is declared
or not), terrorist threats or acts, riot, warlike operation, insurrection, rebellion, revolution,
military or usurped power, sabotage or other civil unrest; (d) strikes, embargoes,
blockades, labor stoppages, lockouts or slowdowns or other industrial disturbances or
inability to obtain necessary materials or services (e) governmental delay regarding
permits or approvals; (f) action by any governmental authority; (g) national or regional
emergency; (h) shortage of adequate power or transportation facilities; or 0) other similar
events beyond the reasonable control of the party impacted by the Force Majeure Event
(the "Impacted Party") and provided further, however, that such performance shall be
resumed and completed with due diligence and reasonable dispatch as soon as the
contingency causing the delay or impossibility shall abate.
8. Attorney's Fees; and Costs of Enforcement. In the event suit is commenced to enforce
this Agreement, costs of said suit including reasonable attorneys' fees in all proceedings,
trials, investigations, appearances, appeals and in any bankruptcy proceeding or
administrative proceeding shall be paid to the prevailing party by the non -prevailing party.
In the event of default by either party hereto, the defaulting party shall be liable for all costs
and expenses, including reasonable attorney' s fees and costs incurred by the other party
in enforcing its rights hereunder, whether litigation be instituted or not, at the trial court and
appellate court level.
9. Law of the Agreement; Jurisdiction and Venue. The Parties agree that the laws of the
State of Florida shall govern any dispute arising from or related to this Agreement. The
Parties to this Agreement agree that venue and jurisdiction is mandated to lie only in the
state courts located in Sumter County, Florida. Removal of this case to federal court is not
permitted. Litigation in federal court is precluded by agreement of the parties hereto. If,
even though precluded by agreement of the Parties hereto, litigation arising from or based
upon this contract should be mandated by a court of competent jurisdiction issued pursuant
to a duly noticed hearing giving Sumter County adequate time to respond and all of the
benefits of due process to lie in the proper venue or jurisdiction of a federal court, that
federal court shall only be in the Middle District of Florida, Ocala Division. The Parties
further agree that entry into this agreement constitutes irrevocable consent that the
exclusive venue for any such dispute shall lie solely in the state or county courts in and for
Sumter County, Florida. The Parties expressly and irrevocably waive any right(s) to
removal of any such dispute to any federal court, unless the federal court has exclusive
jurisdiction; in such cases, the parties agree that the exclusive venue for any such disputes
shall be the United States District Court, in and for the Middle District of Florida, Ocala
Division. Process in any action or proceeding referred to in this paragraph may be served
on any party anywhere in the world, such party waives any argument that said party is not
164
subject to the jurisdiction of the state courts located in Sumter County, Florida and that the
laws of the state of Florida.
10. Entire Agreement. This Agreement contains the entire agreement of the Parties and may
not be changed except by written agreement duly executed by the Parties hereto. This
Agreement supersedes any prior understandings or agreements between the Parties, and
there are no representations, warranties, or oral agreements other than those expressly
set forth herein.
11. Assignment. This Agreement shall not be assigned nor may any portion of the obligations
contemplated in this Agreement be subcontracted to another party without prior written
approval of County. No such approval by County of any assignment or subcontract shall
be deemed in any event or in any manner to provide for the incurrence of any obligation of
County. All such assignments and subcontracts shall be subject to the terms and conditions
of this Agreement and to any conditions of approval that County shall deem necessary.
12. Compliance with Licenses, Permits, and Applicable Laws. In performing services
hereunder, Vendor shall comply with all federal, state and local laws and regulations.
Vendor shall be responsible for identifying and obtaining all permits necessary to complete
the scope of services. Vendor shall be responsible for obtaining, at its sole cost and
expense, all necessary license licenses and other governmental approvals required in
order for Vendor to provide the type of services required hereunder.
13. E-Verify: system established by the U.S. Department of Homeland Security to determine
the immigration and work -eligibility status of prospective employees.
14. The Vendor agrees to certify to the Board that Vendor is in compliance with the federal E-
Verify program, including obtaining written certification from all sub -Vendors who will
participate in the performance of scope of services contemplated in this Agreement. All
sub -Vendor certifications must be kept on file by the Vendor and made available to the
state and/or the Board upon request. The Board reserves the right to take action against
any Vendor deemed to be non -compliant; potential actions may include, but are not limited
to, cancellation of this Agreement and/or suspending or debarring the Vendor from
performing services for the County.
15. Conflict of Interest. Vendor shall notify Board in writing of any commitments during the
term of this Agreement which may constitute a potential or actual conflict of interest with
respect to the scope of services to be performed for the Board.
16. Corporate Status; Change of Ownership. If Vendor is a non -governmental, corporate
entity:
a. Corporate Status. Vendor shall ensure that the corporate status shall
continuously be in good standing and active and current with the state of its
incorporation and the State of Florida and at all times throughout the Term, and
any renewal or extension hereof. Failure of the Vendor to keep its corporate
status active and current shall constitute a material breach under the terms of
this Agreement.
Change of Ownership. Vendor shall notify County immediately upon any
change in corporate ownership or any substitution of the key professional
165
assigned (the "Key Person") to perform under this Agreement ("Change of
Ownership"). County shall have the option of cancelling this Agreement if a
Change of Ownership is not suitable to it, provided however, no cancellation
shall relieve the Vendor of its obligations to perform the work described herein
or for liability for breach of same. A Change of Ownership means the
occurrence of any one or more of the following: a sale, lease, or other
disposition of 50% or more of the interest or assets of the company or
corporation; a merger, reverse merger or consolidation with another entity; a
transaction wherein a third -party becomes the beneficial owner having fifty
(50%) percent or more interest in the corporation or company; or fifty (50%)
percent or more of the total number of votes that may be cast for any act of the
entity.
21. Default. Neither Party shall declare the other party in default of any provision of this
Agreement without giving the other party at least ten (10) days advance written notice of
intention to do so, during which time the other party shall have the opportunity to remedy
the default. The notice shall specify the default with particularity.
22. Dispute Resolution. All disputes arising out of or in connection with this Agreement shall
be attempted to be settled through good -faith negotiation between the Parties, followed if
necessary within thirty (30) days by professionally -assisted mediation. Any mediator so
designated must be acceptable to each Party. The mediation will be conducted as
specified by the mediator and agreed upon by the Parties. The Parties agree to discuss
their differences in good faith and to attempt, with the assistance of the mediator, to reach
an amicable resolution of the dispute. The mediation will be treated as a settlement
discussion and therefore will be confidential. The mediator may not testify for either Party
in any later proceeding relating to the dispute. No recording or transcript shall be made of
the mediation proceedings. Each Party will bear its own costs in the mediation. The fees
and expenses of the mediator will be shared equally by the Parties. Failing resolution
through negotiation or mediation, either Party may file an action in a court of competent
jurisdiction or other appropriate remedy available in law or equity as defined herein below.
23. Jointly Drafted. The Parties agree that this Agreement is entered into knowingly and
voluntarily, after having the opportunity to fully discuss it with an attorney. Having had the
opportunity to obtain the advice of legal counsel to review, comment upon, and redraft this
Agreement, the Parties agree that this Agreement shall be construed as if the parties
jointly prepared it so that any uncertainty or ambiguity shall not be interpreted against any
one party and in favor of the other.
24. Parties Acknowledgement; Parties Bound. The Parties acknowledge that they have
read this Agreement, and that they understand the terms and conditions herein and that
the terms have been fully and completely explained to the Parties prior to the execution
thereof. Each party acknowledges that the other party has made no warranties,
representations, covenants, or agreements, express or implied, except as expressly
contained in this Agreement. Further, the Parties have caused this Agreement to be
executed on their respective behalf by the authorized officer whose signature appears
below under their respective name, to be effective as of the date first written above. This
Agreement shall inure to the benefit of and be binding upon the Parties, their successors,
heirs, and personal representatives.
166
25. Waiver. The waiver by any party hereto of a breach of any provision of this Agreement
shall not operate or be construed as a waiver of any subsequent breach by any party.
26. Time is of the Essence. Time shall be of the essence of this Agreement.
27. Survivability. Any provision of this Agreement, which obligates any of the Parties to
perform an obligation either before the commencement of the Term or after the expiration
of the Term, or any renewal or extension thereof, shall be binding and enforceable
notwithstanding that performance is not within the Term, and the same shall survive.
28. Severability. Whenever possible each provision and term of this Agreement will be
interpreted in a manner to be effective and valid but if any provision or term of this
Agreement is held to be prohibited or invalid, then such provision or term will be ineffective
only to the extent of such prohibition or invalidity, without invalidating or affecting in any
manner whatsoever the remainder of such provision or term or the remaining provisions
or terms of this Agreement.
29. Counterparts. This Agreement may be executed in a number of identical counterparts
and a facsimile or electronic/digital copy shall be treated as an original. If so executed,
each of such counterparts is to be deemed an original for all purposes, and all such
counterparts shall, collectively, constitute one agreement. In making proof of this
Agreement, it shall not be necessary to produce or account for more than one such
counterpart.
30. Section and Paragraph Headings. Captions or paragraph headings herein contained
are for organizational convenience only and shall not be constructed as material
provisions of this agreement or to limit any provisions hereunder.
31. Cooperation; Supplementary Actions. All Parties agree to cooperate fully and to
execute any supplementary documents, and to take any additional actions that may be
necessary or appropriate to give full force and effect to the basic terms and intent of this
Agreement, and which are not inconsistent with its terms.
32. Miscellaneous. Whenever the context shall so require, all words in this Agreement of one
gender shall be deemed to include the other gender.
33. Incorporation of Recitals. Each of the WHEREAS clauses listed above are hereby re -
alleged and incorporated into this Agreement as if otherwise fully stated herein.
34. Notice. Whenever any notice, demand or request is required or permitted hereunder, such
notice, demand or request shall be made in writing and shall be personally delivered to
the individuals listed below, sent via prepaid courier or overnight courier, or deposited in
the United States mail, registered or certified, return receipt requested, postage prepaid,
addressed to the addresses (and individuals) set forth below. No other form of electronic
communications (Facebook, Twitter, Text) will be deemed Notice.
167
FOR THE BOARD
Name: Bradley S Amald
FAR THE VENDOR Asphalt Paving Systems, Inc.
Name: Robert Capolern
Address:7375 Powell Road. Wildwood, FL 34785 Address: 8940 Gall Blvd. Zephytbills. FL 33541
Title: County Administrator
ATTEST:
Title_ President
Date: 11/3/2023
SS WHEREOF, the parties have signed this agreement the day and year first above
By:
Kenneth IGtessina / Secretary
SUMTER COUNTY
BOARD OF COUNTY MMISSIONERS
J
By: Chairman
Date Signed: 11
ASPHALT PAVING SYSTEMS, INC.
gy. R`� obert Capofem / President
Date Signed: 11f3r2023
168
98
EXHIBIT A
Bid Form
Telephone: (352) 689-4400
Fax: (352) 689-4401
Re: ITB 045-0-2023/RS COUNTYWIDE PAVEMENT MAINTENANCE AND
REHABILITATION SERVICES
1. Having carefully examined the ITB for the project listed above:
And being familiar with the premises affecting the work, the undersigned proposes and hereby agrees to
furnish all labor and material and to perform all work in accordance with said documents for:
ITB 045-0-2023/RS
2. In submitting this Bid, it is understood that the right is reserved by the Board of Sumter County
Commissioners to reject any, and all bids.
3. The Vendor hereby acknowledges the receipt of None Addenda issued during the bid period and
certifies their inclusion in the bid. (Indicate 'NONE" if no addendums were received).
4. All Requests for Information (RFI's) will be sent to Jackie Valdez for response.
Date: 10/27/2023 Asphalt Pavinq Systems, Inc.
Vendor
By: _ 'Robert Capoferri / President
Tit)e: P ;;ent
IV—ephone: (813 788-0010
Address: 8940 Gall Blvd
Zephyrhills, FL 33541
Sumter County Board of County commissioners
Page 9E of 114
169
Countywide Pavement Maintenance and Rehabilitation
Services
Unit Price Bid
The following unit costs shall include all material, labor, equipment, and any other additional charges required
to accomplish the work of the unit cost.
Bid award will be based on the total unit pricing for each category listed in the unit price proposal. Bidders
are NOT required to bid each category, but must provide pricing for SILL line items listed in those categories
they are capable of producing and have prior applicable experience. Sumter County reserves the right to
award a contract to one or more vendors.
CATEGORY A - MILLING
UNIT
0 -1,000
I 1,001-
I 5,001-
I 10,001-
Over
PER TASK ORDER
5,000
10,000
25,000
25,000
1"
Sq. Yd.
$13.75
I $7.15
I $4.25
I $3.75
$3.25
1.5"
Sq. Yd.
$13.75
I $7.15
I $4.25
I $3.75
I $3.25
2"
Sq. Yd.
I $14.25
$7.90
$4.99
I $3.99
I $3.55
2.5"
Sq. Yd.
I $14.25
$7.90
I $4.99
$3.99
I $3.55
3"
Sq. Yd.
I $15.95 I
$7.99
I $5.65
$4.85
I $4.25
4"
Sq. Yd.
I $16.95 I
$8.25
I $6.20
I $5.50
$5.15
5"
Sq. Yd.
I $18.25
$8.60
$7.50
$5.95
I $5.50
6"
Sq. Yd.
$21.25 I
$6.99
$7.95
$6.75
$6.25
Asphalt and/or profile
millings deductive
alternate for Contractor
to deliver and transport
Cu. Yd.
-$1.00
-$1.00
-$1.00
$i.00
-$1.00
(Beyond first 25 truck
loads)
UNIT
0 -10
<10 - 20
<20 - 30
Over 30
(Miles)
(Miles)
(Mlles)
(Miles)
Sumter County Board of County Commissioners
Page 99 of 114
170
Hauling
First 25 Truck Loads of Compensation/Mile
Millings to be delivered From Work Site
to County Facility Location to County $5.00 $5.00
Facility back to
Work site location
CATEGORY A SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit $132.40 $67.93
pricing for each column of Category A)
CATEGORY A TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each column for Category
A)
CATEGORY B - STRUCTURAL
OVERLAY - ASPHALT TYPES PER UNIT
0-100
101-500
TASK ORDER
9.5 S.P. Traffic Level C I Ton
$781.57
$251.86
12.5 S.P. Traffic Level C I Ton
$781.57 I
$251.86
9.5 F.C. Traffic Level C I Ton
$801.57
$271.86
12.5 F.C. Traffic Level C I Ton
$801.57
$271.86
CATEGORY B SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$3,166.28
$1,047.44
pricing for each column of Category 8)
CATEGORY B TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each column for
Category 8)
CATEGORY C - CHIP SEAL / FOG UNIT
0 -
25,001-
SEAL PER TASK ORDER
25,000
50,000
Single Chip (Number 89 Stone) Sq. Yd.
$4.16
$3.51
Double Chip (Number S7 & 89
Sq. Yd.
$6.82
$6.16
Stone)
Triple Chip Seal Sq. Yd.
$9.83
$8.95
Fog Seal Sq. Yd.
$ 0.70
$ 0.70
CATEGORY C SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$21.51
$19.32
pricing for each column of Category C)
CATEGORY
C TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each column for
Category C)
Sumter County Board of County Commissioners
100
$5.00 $5.00 $5.00
$49.78 $42.53 $38.75
$331.39
501-1,000 1,001-5,000 Over 5,000
$188.29
$179.77
$171.62
$188.29
I $179.77
$171.62
$208.29
$199.77
$191.62
$208.29
$199.77
$191.62
$793.16 1 $759.08 $726.48
$6,492.44
50,001 -
100,000
$3.31
$5.96
$8.30
$ 0.70
Over
100,000
$3.31
$5.96
$8.30
$ 0.70
$18.27 $18.27
$77.37
Page 100 of 114
171
CATEGORY D - CAPE SEAL PER
0 - 25,001-
UNIT
TASK ORDER
25,000 50,000
Cape Seal Sq. Yd.
$ 12.06 $ 10.67
CATEGORY D SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$12.06 $10.67
pricing for each column of Category D)
CATEGORY D TOTAL UNIT PRICING:
(Instructions: Add together the total unit
pricing of each column for
Category D)
Sumter County Board of County Commissioners
50,001-
Over
100,000
1 100,000
$ 10.21 I
$ 10.21
$10.21 1 $10.21
$43.15
101
Page 101 of 114
172
CATEGORY E - MICRO -SURFACING
I
0 -
25,001 -
PER TASK ORDER
UNIT
25,000
50,000
Double Micro
Sq. Yd.
$ 7.90
$7.16
Single Micro I Sq. Yd.
$5.99
$5.25
Rut Filling (Leveling) I
Ton
$436.00
$436.00
CATEGORY E SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line Item unit
$449.89
$448.41
pricing for each column of Category E)
CATEGORY E TOTAL UNIT PRICING:
(Instructions: Add together the total unit
pricing of each column for
Category E)
CATEGORY F - IN -PLACE
RECYCLING - RECONSTRUCTION 0 - 25,001-
(FULL DEPTH RECLAMATION) PER UNIT 25,000 50,000
TASK ORDER
Pulverization Sq. Yd.
Cement - Cement Treated Base
Asphaltic Cement - Foamed
Asphalt Base
Asphaltic Emulsion - Emulsion
I! Treated Base
Added Rap or Aggregates
Excavation for
Widening/Unsuitable Materials
General Use Optional Base
Material
Ton
Gallon
Gallon
Ton
Cu. Yd.
Cu. Yd.
UNIT
102
50,001 -
100,000
$6.90
$4.99
$436.00
$447.89
Over
100,000
$6.90
$4.99
$436.00
$447.89
$1,794.08
50,001 - Over
100 000 100 000
$13.32
I $10.21
I $9.63
I $9.09
I
I$245.00
I $245.00 $245.00
I $245.00
$4.75
I $4.75 $4.75
( $4.75
f M„
$3.64
I $3.64 $3.64
$3.64
$45.00
rr a
$40.00
�•
I
$45.00
I `I
0' - 4'
<4' to 6'
I
<6' to 10'
<10'
(width)
I (width) (width)
(width)
Shoulder Rework LF $2.26 $2.75 $3.25 $3.75
CATEGORY F SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit $398.96 $266.35
pricing for each column of Category F)
CATEGORY F TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each column for
Category F)
Sumter County Board of County CommJssioners
$266.27 I $266.23
$1,197.81
Page 102 of 114
173
103
ASPHALT
UNIT
I 0 - 1,000
I
I I
5 ,001-
Over
REJU ENAT ON PER TA KORDER
5,000
25 000
50,000
50,000
IRejuvenation Sq. Yd.
I $
$
I $ I
$
$
ITest Core Removal Each
I $
$
I $ I
$
$
ITest Core Laboratory Analysis- Each
I $
I $
I $ I
$
$
IRejuvenation (Including Titanium
Sq. Yd.
$
I $
I I
I
Dioxide) j
I
$
$
$
IField Core Removal j Each
I $
$
( $ I
$
$
Field Core Laboratory Analysis -
Viscosity
I Each
$
$
I $
I
$
$
Field Core Laboratory Analysis -
i Titanium Dioxide Penetration
I Each
$
$
$
$
$ I
Field Core laboratory Analysis —
Each
Titanium Dioxide NO2 Reduction
I $ I
$
$
$
$
Field Core Laboratory Analysis —
Titanium Dioxide Solar Each
$
$
$
$
$
Reflectance Index (SRI)
CATEGORY G SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$
$
$
$
$
pricing for each column of Category G)
CATEGORY G TOTAL UNIT
PRICING:
(Instructions: Add together the total unit
pricing of each column for
NO BID
$
Category G)
CATEGORY H - CRACK SEALING
5,001-
Over
PER TASK ORDER UNIT
0 - 500
500 -1,000
1,001- 5,000
10,000
10,000
Crack Sealant Gallon
$45.00 1
$40.00 I
$35.00 $33.00
I
$30.00
CATEGORY H SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line Item unit
$45.00
$40.00
$35.00 $33.00
$30.00
pricing for each column of Category H)
CATEGORY H TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each
column for
$183.00
Category H)
Sumter County Board of County Commissioners Page f03 of 114
174
104
CATEGORY I - TRAFFIC LOOP
REPLACEMENT UNIT
Type A Each $4,500.00
(FDOT Item # 660-2-101)
Type a Each $4,500.00
(FDOT Item # 660-2-102)
Type F Each $5,000.00
(FDOT Item # 660-2-106)
Type F
(FDOT Item #660-2-106 modified Each $6,000.00
to 30 Ft)
CATEGORY I TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit $20,000.00
a
pricing for Category I)
Y
CATEGORY J - SODDING PER TASK
ORDER UNITV.
Performance Turf Sod Sq. Yd. $4.50 Y_
CATEGORY J SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total line Item unit pricing $4.50 +
for Category J'
CATEGORY K — VARIABLE
MESSAGE BOARDS PER TASK UNIT
ORDER !..:
PER
Variable Message Board BOARD $ 32.00
PER DAY
CATEGORY K SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total line item unit pricing $32.00
for Category K)
Sumter County Board of County Commissioners Pago 104 of I
`WAR
105
CATEGORY L —PAVEMENT MARKINGS PER TASK ORDER
Item:
I Product Type:
Unit:
I
Painted
Thermoplastic
Misc.
L-1
I White — Solid
4"
GM
I $ 3,335.00
I $ 5,635.00
6"
GM
I $ 3,910.00
I $ 6,325.00
I
8"
LF
I $ 0.75
$ 1.84
12"
I LF
I $ 4.83
$ 6.04
18"
LF
I $ 7.25
$ 7.25
24"
LF
I $ 9.66
$ 12.08
:I
L-2
I White — Skip I
4" I
GM
$ 1,207.50
I $ 1,811.25
6" I
GM
$ 1,449.00
I
$ 2,415.00
L-3
Yellow — Solid I
I
1
I
4" I
GM
15 3,381.00
I
$ 5,675.25
6' I
GM
$ 3,864.00
I
$ 6,325.00
:.;��t:: •: fir- :..
rt
8„ I
LF
$ 0.75
I $ 1.84:�.
`
12" I
LF
I $ 3.62
I $ 4.83
�181, C
LF
I$5.41
I$7.25
L-4
f Yellow — Skip
I
I
4"
GM
I $ 1,207.50
$ 1,811.25
6"
GM
$ 1,449.00
$ 2,415.00
L-S
Yellow — Double
4" I
GM
I $ 4,830.00
$ 11,350.50
6" I
GM
$ 5,313.00
I $ 12,650.00
,
Sumter County Board of County Commissioners
Page 105 of 114
1.76
L-6 I Audible and Vibratory Pavement Markings
Yellow - Skip 4"
II Yellow -Skip 6"
White - Solid 4"
White - Solid 6"
L-7 Legends
"STOP"
"R X R" (Includes 6" white)
"ONLY"
"LANE"
"MERGE"
"SCHOOL"
"AHEAD"
" Visitor"
"Resident"
"Path"
L-7 Markings
TURN AND THROUGH LANE TURN ARROW
THROUGH LANE USE ARROW
ITURN LANE USE ARROW
BIKE OR CART
BIKE ARROW
fI I YIELD TRIANGLES
L-8 I Reflective Pavement Markers
Bi-Directional, Amber
II Mono -Directional Colorless
Sumter County Board of County Commissioners
106
GM $ 9,901.50
$ 9,901.50
GM I $ 9,901.50
I $ 9,901.50
GM $ 9,901.50
I $ 9,901.50
GM $ 9,901.50
I $ 9,901.50
EA
$ 120.75
I $ 241.50
EA
$ 241.50
$ 425.50
EA
I $ 115.00
$ 241.50
$115.00
$241.50
IEA
I $ 149.50
$ 299.00
EA
I $ 184.00
I $ 339.25
EA
I $ 172.50
I $ 310.50
IEA
I $ 149.50
$ 402.50
EA
$ 149.50
$ 460.00
-
IEA
$ 120.75
I $ 241.50'1;•#
EA $ 80.50
I $ 138.00
EA l $ 40.25
I $ 69.00
±
EA $ 46.00
I $ 80.50
r
EA $ 34.50
I $ 115.00
EA I $ 34.50
I $ 287.50
EA I $ 11.50
I $ 28.75
I ;'
EA $ 6.04 I $ 6.04
EA , $ 6.04 I $ 6.04
Pape 106 o1114
177
Bi-Directional, White/Red
Sumter County Board of County Commissioners
EA I $ 6.04 I $ 6.04
107
Pago 107 of 114
178
1e
L-9 I Miscellaneous
POST SIGN, F&I GROUND MOUNT, UP f
ISINGLE
AS I
TO 12 SF
5350.00
POST SIGN, F&I GROUND MOUNT, 12-20
ISINGLE
I AS
SF
$1,350.00
SINGLE POST SIGN, F&I GROUND MOUNT, 21-30 i
I AS I
SF
I $2,500.00
IMAILBOX (REMOVE AND REPLACE) EA I __
I $325.00
Silt Fence Type III LF I
I $ 2.50
Removal of Existing Marking I SF
I $ 3.45
Preform Thermoplastic 12" I LF
I $ 11.50
Preform Thermoplastic 24" I LF
.I $ 23.00
Off Duty Law Enforcement Officer I HR
I $ 100.00
r
CATEGORY L SUB -TOTAL UNIT PRICING: (Instructions: Enter Total I $71,367.64 I $100,000.00
I $4,665.45
of line item unit pricing for each column of Category L)
CATEGORY L TOTAL UNIT PRICING: I
$ 176,033.09
(Instructions: Add together the total unit pricing of each column for Category L)
SHADEp NOj APQLlCAB
CATEGORY M — Mobilization UNIT
$0.00 -
$50,001-
$50,000
$100,000
Work Order Total LS
$ 3,500.00
$ 3,500.00
CATEGORY M SUB -TOTAL UNIT PRICING:
(Instructions: Enter Total of line item unit
$3,500.00
$3,500.00
pricing for each column of Category M)
CATEGORY M TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each
column for
Category M)
CATEGORY N — Maintenance of
+ UNIT
Traffic
0-7
8 - 14
Standard Index 600 Series MOT
TWO-LANE AND MULTILANE, I Day
$ 500.00
$ 500.00
WORK ON SHOULDER i
Standard Index 600 Series MOT
TWO-LANE, TWO-WAY WORK Day
$ 750.00
$ 750.00
WITHIN THE TRAVEL WAY
Sumter County Board or County Commissioners
$100,001-
$500,000
$ 3,500.00
Over
$500,000
$ 3,500.00
$3,500.00 $3,500.00
$14,00.00
15 - 21 22-31 Over 31
$ 500.00 $ 500.00 $ 500.00
$ 750.00 $ 750.00 $ 750.00
Page 108 of 114
179
109
Standard Index 600 Series MOT
TWO-LANE, TWO-WAY, Day
I
$ 750.00
$ 750.00
$ 750.00
$ 750.00
$750.00
INTERSECTION WORK
Standard Index 600 Series MOT I
Da y
j
$ 750.00
$ 750.00
$ 750.00
$ 750.00
$ 750.00
f Multilane Roadway, Lane Closures
I
Standard Index 600 Series MOT
Multilane Roadway, Intersection Day
$ 750.00
$ 750.00
$ 750.00
$ 750.00
$ 750.00
Work
Standard Index 600 Series MOT Day
$ 750.00 I
$ 750.00
$ 750.00
I $ 750.00
$ 750.00
Temporary Road Closure
I Standard Index 600 Series MOT I
Day
$ 750.00
$ 750.00
$ 750.00
I $ 750.00
$ 750.00 I
Two -Way Left -Turn Lanes
I Standard Index 600 Series MOT Day
$ 250.00
$ 250.00
$ 250.00
I $ 250.00
I $250.00 I
Sidewalk Closure
IStandard Index 600 Series MOT Day
Work Within the Roundabout
I $ 750.00
$ 750.00
$ 750.00
$ 750.00
I $ 750.00 I
CATEGORY N SUB -TOTAL UNIT PRICING:
{Instructions: Enter Total of line item unit
$6,000.00
$6,000.00
$6,000.00
$6,000.00
$6,000.00
pricing; for each column of Category N)
CATEGORY
N TOTAL UNIT PRICING:
(Instructions: Add together the total unit pricing of each column for
$30,000.00
Category N)
SHADED'N,OTAPPUCABLE:
ate _
Sumter County Board of County Commissioners
Page 109 0(114
180
110
BID OF
Countywide Pavement Maintenance and Rehabilitation Services
Bid Form
Asphalt Pavinq Systems, Inc.
Full Legal Company Name
8940 Gall Blvd, Zephyrhills, FL 33541 (813) 788-0010 (813) 788-DO20
Mailing Address Telephone Number Fax Number
Bidders: Having become familiar with requirements of the project, and having carefully examined the
Bidding Documents and Specifications entitled Countvwirie Pavement Maintenance and Rehabilitation
Service In Sumter County, Florida, the undersigned proposes to furnish all materials, labor and
equipment, supervision and all other requirements necessary to comply with the Contract Documents
to submit the following Bid summarized as follows:
The following total unit costs (from the unit price) shall include all material, labor, equipment, and
any other additional charges required to accomplish the work of the unit cost for any locations within
Sumter County. Partial bids will be accepted on a per category basis. Bidders are NQJ required to
bid each category, but must provide pricing for ALL line items listed in those categories on the unit
price for which the bidder is capable of producing and have prior applicable experience.
FOR: Countywide Pavement Management and Rehabilitation Services
CATEGORY A TOTAL UNIT PRICING: $ 331.39
(From the unit price) Amount Written in Numerals
Three hundred thirty one dollars and thirty nine cents.
/100 Amount Written in Words
CATEGORY B TOTAL UNIT PRICING: $ 6,492.44
(From the unit price) Amount Written in Numerals
Six thousand four hundred ninety two dollars and forty four cents.
/100 Amount Written in Words
CATEGORY C TOTAL UNIT PRICING: $ 77.37
(From the unit price) Amount Written in Numerals
Seventy seven dollars and thirty seven cents.
Sumter County Board of County Commiss oners
Page 110 of 114
181
111
/100 Amount Written in Words
CATEGORY D TOTAL UNIT PRICING: $ 43.15
(From the unit price) Amount Written in Numerals
Forty three dollars and fifteen cents.
/100 Amount Written in Words
CATEGORY E TOTAL UNIT PRICING: $ 19794.08
(From the unit price) Amount Written in Numerals
One thousand seven hundred ninety four dollars and eight cents.
/100 Amount Written in Words
CATEGORY F TOTAL UNIT PRICING: $ 1,197.81
(From the unit price) Amount Written in Numerals
One thousand one hundred ninety seven dollars and eighty one cents.
/100 Amount Written in Words
CATEGORY G TOTAL UNIT PRICING: $ 0.00
(From the unit price) Amount Written in Numerals
No Bid
/100 Amount Written in Words
CATEGORY H TOTAL UNIT PRICING: $ 183.00
(From the unit price) Amount Written in Numerals
One hundred eighty three dollars and zero cents.
/100 Amount Written in Words
CATEGORY 1 TOTAL UNIT PRICING: $ 20,000.00
(From the unit price) Amount Written in Numerals
Twenty thousand dollars and zero cents.
/100
Amount Written in Words
Sumter County Board of County Commissioners Pape 111 of 114
182
112
CATEGORY 1 TOTAL UNIT PRICING: $ 4.50
(From the unit price) Amount Written in Numerals
Four dollars and fiftv cents.
/100 Amount Written in Words
CATEGORY K TOTAL UNIT PRICING: $ 32.00
(From the unit price) Amount Written in Numerals
Thirty two dollars and zero cents.
/100 Amount Written in Words
CATEGORY L TOTAL UNIT PRICING: $ 176,033.09
(From the unit price) Amount Written in Numerals
One hundred seventy six thousand thirty three dollars and nine cents.
/100 Amount Written in Words
CATEGORY M TOTAL UNIT PRICING: $ 14,000.00
(From the unit price) Amount Written in Numerals
Fourteen thousand dollars and zero cents.
/100 Amount Written in Words
CATEGORY N TOTAL UNIT PRICING: $ 30,000.00
(From the unit price) Amount Written in Numerals
Thirty thousand dollars and zero cents.
/100 Amount Written in Words
Each Bidder shall print legibly, In blue or black ink, the amount written in numerals and the amount
written in words for the items shown above. In the event an amount submitted is not legible, the
County reserves the right to consider it a "No Bid", and deem the Bidder nonresponsive to the
requirements of the Bid.
All Unit Prices shall be established at the beginning of the contract and may be adjusted (+ or -) annually
upon approval of both the Contractor and County and only at the beginning of each renewal period.
Any approved annual rate adjustments shall take effect with the first task order issued after the
Sumter County Board of County Commissioners
Page 112 of 114
183
113
renewal period. Additional Unit Price items not included on the official bid form will be submitted to
the County's authorized representative for prior approval and will be added to the Standard Agreement
through a Contract Amendment and must be accepted by both the Contractor and the County. Price
adjustments for fuel and bituminous products will not be allowed on a task order basis.
Note: The listing order of bid items reflects a construction sequence in general terms for bidding
purposes only and is not a specific construction schedule.
Sumter County reserves the right to award a contract to more than one bidder.
Sumer County Board of County Commissioners
Page 113 of 114
184
BID FORM
"BASE BID
Alternative Paving Methods"
Revised
Pay Item
Description
Quantity
Unit Unit Cost
Pricing
2024
280-2
Asphaltic Base Course
20-200
TN
381.7
$ 535.S3
280-2
Asphaltic Base Course
201-500
TN
192.98
$ 270.61
280-2
Asphaltic Base Course
501-1000+
TN
144.43
$ 297.50
327-1
Milling of Existing Asphalt (2" +/-)
50,000 +
SY
4.06
$ 4.97
327-2
Milling of Existing Asphalt (2" +/-)
10,000 to 50,000
SY
4.42
$ 5.39
331-1
SP 9.5 Asphaltic Concrete
20-200
TN
381.7
$ S35.53
331-1
SP 9.5 Asphaltic Concrete
201-500
TN
192.88
$ 270.61
331-1
SP 9.5 Asphaltic Concrete
501-1000+
TN
144.43
$ 197.50
333-1
SP 12.5 Asphaltic Concrete
20-200
TN
380.7
$ 534.12
333-1
SP 12.5 Asphaltic Concrete
201-500
TN
191.88
$ 269.21
333-1
SP 12.5 Asphaltic Concrete
501-1000+
TN
143.43
$ 196.50
333-2
Asphaltic Concrete Tvpe "S-3"
20-200
TN
381.7
$ 535.53
333-2
Asphaltic Concrete Type "S-3"
201-500
TN
192.88
$ 270.61
333-3
Asphaltic Base Course
10-200
TN
381.7
$ 535.53
333-3
Asphaltic Base Course
201-500+
TN
192.88
$ 270.61
333-2
Asphaltic Concrete Tvpe "S-3"
501-1000+
TN
144.43
$ 197.S0
APM-001
Single Micro Surface 20-24 lbs
10,000 to 50,000
SY
2.34
$ 4.28
APM-001
Single Micro Surface 20-24 lbs
50,001 +
SY
2.34
$ 4.28
APM-002
Double Micro Surface 30-34 lbs
10,000 to 50,000
SY
3.99
$ 6.47
APNI-002
Double Micro Surface 30-34 lbs
50,001 +
SY
3.99
$ 6.47
APM-003
Single Chip Seal -#89 Granite
10,000 to 50,000
SY
2.42
$ 3.76
APM-003
Single Chip Seal -#89 Granite
50,001 +
SY
2.42
$ 3.76
APM-004
Double Chip Seal - #57 �v/#89 Granite
10,000 to 50,000
SY
4.98
$ 6.58
APM-004
Double Chip Seal - #57 w/#89 Granite
50,001 +
SY
4.98
$ 6.58
API.1-005
Full Depth Reclamation / 6"-9"
10,000 to 50,000
SY
6.9
$ 9.85
APM-005
Full Depth Reclamation /6"-9"
50,001 +
SY
6.9
$ 9.74
APNI-006
Full Depth Reclamation /9-12
10,000 to 50,000
SY
6.9
$ 9.85
API%1-006
Full Depth Reclamation /9-12
50,001 +
SY
6.9
$ 9.74
APM-006a
Cement for Reclamation
1 TN
160
$ 231.00
APM-006b
Emulsion for Reclamation
I Gal
2
$ 2.92
APT-001
Crack Filling / Sealing
1-1000
Gal
20
$ 33.00
APT-001
Crack Filling / Sealing
1001-3000
Gal
20
$ 33.00
APT-001
Crack Filling / Sealing
3001+
Gal
20
$ 33.00
APT-002
Fog Seal
I0,000-50,000
SY
0.52
$ 0.72
APT-002
Fog Seal
50,001+
SY
0.52
$ 0.72
APT-002
Fog Seal
1-500
Gal
3.55
$ 5.28
APT-002
Fog Seal
501+
Gal
3.55
$ 5.28
PR-001
Pavement Rejuvenator
10,000-50,000
SY No Bid
PR-002
Pavement Rejuvenator
50,001+
SY No Bid
Signature of Proposer
Name
Firm or Patnership
185
15PHALT DATE: 4/ 1/2024
_SYSTEMS i
TO:
FROM:
Asphalt Paving Systems, Inc.
City of Sebastian. Public Works
Kris Shane -East
Coast
Florida Rep
1225 Main St
9021 Wire Road
Sebastian, FL 32958
Zephyrhills, FL 33540
772-228-7013
Ph:813.480.186S
RE: Project proposal
2022 Micro Surfacing and Cape Seal
Product Description
Units
Quantity
Unit Price
Total Price
Sumter County Contract
Cape Seal
SY
37,622.00
S 10.21
S
384,120.62
Crack Filling/Sealing
GAL
1,000.00
$ 3S.00
S
3S,000.00
'Mastic Patch"
Mobilization
IS
0.50
S 3,500.00
S
1,750.00
MOT
LS
4.00
S 750.00
S
3,000.00
6"Yellow Solid TnfficStripe (Paint)
GM
0.21
S 3,864.00
S
811.44
6' White Solid Traffic Stripe (Paint)
GM
0.11
S 3,910.00
S
430.10
12' Solid Tr2MC Stripe (Paint)
LF
0.00
$ 4.83
S
-
18' Solid Traffic Stripe (Paint)
LF
0.00
S 7.25
S
24' Solid Traffic Stripe (Paint)
LF
886.00
S 9.66
S
8,S58.76
White Message (Paint)
EA
0.00
S 149.S0
S
-
WhiteArrow(Paint)
EA
0.00
S 46.00
S
6' Yellow Solid Stripe/ Extru. Thermo.
LF
0.21
S 6,325.00
S
1,328.2S
6' White Solid Stripe/ Extru. Thermo.
LF
0.11
S 6,325.00
S
695.75
12' Solid Stripe/ Extra. Thermo.
LF
0.00
S 6.04
S
18' Solid Stripe/ Extru. Thermo.
LF
0.00
$ 7.25
$
24" Solid Stripe/ Extru. Thermo.
LF
886.00
S 12.08
S
10,702.88
White Message/ Extru. Thermo.
EA
0.00
$ 241.S0
S
White Arrow/ Extru. Thermo.
EA
0.00
S 138.00
S
-
RPMS
EA
54.00
S 7.00
S
378.00
'•2022 and 2023 preservation years to be completed at the same time -
Total
S
446,775.80
Respectfully Submitted.
Accepted By:
Asphalt Paving Systems, Inc.
Signature:
Zephyrhills, Florida
c:813-480.1865
e: kshaneaps@gmall.com
Date:
• P„po..i .Id tw 30 d.y.
Page 1 of 2
186
KS PROPk635b --IN -- Sebastian- 2022-M icro. Cape Seal -Var Rds- S"6K .-4-1-24.xls
I TEN I STREET NAME
2022 Preservation Proiect Street list
Moil TO LENf.Tt1 I Ninni I TOTYUNRs
( 11 MPTS
CAPE SEAL- 2 set backs/ level at 135
CAPE SEAL- 1 set back/ level at 116
CAPE SEAL- 1 set back/ level at 140 and others
CAPE SEAL- 1 set back/ level at ill
CAPE SEAL- 1 set back/ level at 316/ heavy mastic
CAPE SEAL- mastic in radius
CAPE SEAL
CAPE SEAL- 1 set back
CAPE SEAL- level at 166 and others/ mastic and manholes
CAPE SEAL- 1 set back/ level at 177
CAPE SEAL- 1 set back
CAPE SEAL- 1 set back
CAPE SEAL-
CAPE SEAL- 1 set back/ level at 974, 946, and others
CAPE SEAL. confirm limits with City
ADMIRAL CIR
SCHUMANN DR
SCHUMANN DR
1,850
20
4,111.11
AETNA 5T
SCHUMANN DR
OSCEOLA AVE
990
20
2,200.00
CAPRI AV
CAPRONA ST
Schumann Dr
1,100
20
2,444.44
CAPRI AV
Schumann Dr
ENGLAR DR
845
20
1,877.78
DAHL AV
SCHUMANN DR
EMPRESS AVE
1,120
20
2.488.89
FLINT ST
ADMIRAL CIR
ADMIRAL CIR
740
20
1,644.44
MARSH ST
DAHL AVE
EMPRESS AVE
800
20
1,777.78
OSCEOLA AV
DEAD END
SCHUMANN DR
1.060
20
2.355.56
Caprona St
S Easy St
Englar Dr
2585
20
5.744.44
Empress Ave
Caprona St
Schumann Dr
1100
20
2,444.44
Empress Ave
Schumann Dr
DE
660
20
1.466.67
Englar Dr
Schumann Dr
Capri Ave
550
20
1,222.22
Ormond Ct
Caprona St
Empress Ave
1080
20
2,400.00
S Easy St
Schumann Dr
DE to City Limits
1350
20
3,000.00
Thunderbird Dr
Schumann Dr
PC at Park
1100
20
2,444.44
16.930.00
1
1 37 622
SPHALT
AV/MG
YS TEMS
Asphalt Paving Systems, Inc.
Kris Shane - South Florida Rep
Zephyrhills, FL 33540
Ph: 813-480-1865
Page 2 of 2
187
?:SPHALT
AV/NG
YSTEMS
TO,
City of Scbati- Pubiic W.ks
1215 Main St
Sebaati,m FL 32938
772.22g-7013
RE Prolcn proposal
2022 Millingand Resurfacing
Produrt Ucecnpnm:
Sumter County Contract
Spring Valley Are
Milling W Evsting Asphalt 1.5'
51.95 AsphA.c Gmrete- 1.S Overlay
Schuman0 or (Seg 1)
Mllhng of Evsting Asphalt ./. 2'
SP 9.S Asphaltic Co-- 1.5' Overlay
Schumann Or (Seg 2)
Milling of Evsting Asphalt ./. 2'
SP 9.5 Asphaluc Concrete- 1.S' O-by
Schumann or (Seg 3)
Milling of Evsting Asphalt ./- Z'
SP 9 S Asphaltir Cotierete- 1.5' O-lsy
Schumann or Set Hacks (U.)
Mllhng of Evsting Asphalt 1S-
SP95Asphaltic Cottt c-1.5'(hrrlay
Stbutcunu or Set Backs (West)
Milling of Existing ASDh ilt 1.S-
SP 9 S Asphaltic Concrete- IS' (heday
Mublllranon
MOT
6- Yellow Solid Traffic Strip, (fain
6' White Sehd Traffic Snipe (Paint
12' Solid Traffic Stripe (Paint)
18' Solid Traffic Stripe (Paint)
24' Sohd Traffic Stnpe (Paint)
White klcssagc (Paint)
Whit, Arrow (Paint)
n Yullow Srdid Soipey Extra. Thermo.
(: White Solld StrlW/ Eiviru. Thermo.
12-Sand Stri Pe/ F.xtm Thermo.
IR' Snhd Stnpe/ E.- Thermo.
I24' Solid Stripe/ Writ. Thermo
%%ion, Message/ Ertru. Thermo.
jWhite Arrow/ F+tns Thermo
IRPMS
I
I
I
Respecllully Submitted
Asphaft Pm+ng Syci ms. Inc.
Zephyrhills, Flonda
c: R13.4R0.1865
r kshanrapsgagmailrom
Units
SY
IN
SY
TN
SY
TN
SY
TN
SY
TN
Sy
TN
IS
LS
GM
GM
LF
OF
I!
EA
FA
LF
LF
LF
OF
LF
FA
FA
EA
Page 3 of 2
DATE: 4/9/2024
FROM: Aaphalt Paring Systems. Inc.
Kris Shane Fast Coast Florida Rep
9021 Wirt Road
Zephyrhills, FL 33540
Ph: 813-480.186S
Quantity Unit Price Total Price
3,00000
3
7.15 $
21,450.00
25o.00
f
251.06 S
62,965.00
7.384.00
S
4,911 $
36,846.16
610.00
S
108.29 S
114,056.90
7,384.00
S
4.99 S
36.846.16
61000
S
18829 $
114.656.90
7384,00
S
4.99 S
36.846.16
610.00
S
18829 $
114.856.90
825.00
S
13.7S S
11.343.75
70,00
$
251.86 S
17,630-20
02S.110
S
13.75 $
11.343,75
70.00
S
2SI86 S
17.630.20
20u
S
3.50000 S
7,000.00
14.00
S
750.00 S
101500.00
3.15
S
1.8W On I S
12.171.60
3.00
S
3,1110.00 I S
12.042,80
204.4t0
S
4.83 I S
985.32
160.00
S
7.25 I S
1.160.00
22H 00
$
9.66 S
2,202.48
0.00
1
149.50 I S
-
3ou
3
46.00 I S
13BOO
3.15
f
6.325.00 I S
19,923.75
3.08
I S
6.325.00 I S
19,401.00
204 Ou
I S
6.04 I S
1,232.16
160.00
I S
7.25 I S
1,160.00
2213.00
I S
1208.I S
2.754,24
am
IS
241.SoIS
-
3.00
I $
13890 I S
414.00
46600
I S
I
7.00 I S
I
3,262.00
I
I
I
I
Tmal I S
691,899.43
Ac:epte0 By
S 0nature
Dete
188
. , 1 ,-'..c —IN — Sebastian 2022-Var Rds- $691K—4-9.24.xls
2022 Mill/Overlay Project Street list
ITl:N STREET NAME FROM - -_�-TO LFAGT'll I 'AIDTII I TOTALUNITS COMMENTS
1.5` M/O
2- h1/0
115 �j P''
1(ro S t E,(
Spring Valley Ave
PC South of Crawford DR
DE north of Mabry St
1350
20
3,000.00
Schumann Dr
Barber St
Beach Ln
At Barber
5D0
37
2,055.56
6850
25
19,027.78
at Beach Ln
2D0
48
1,066.67
Set backs at school x3
445.0E
Side street set backs x12
1,200.00
Skip section at canal north of
school approx 250'
I I
R,9oo.00
26,795
SP"ALT
,4 V/NG
YS TBMS
Asphalt Paving Systems, Inc.
Kris Shane - South Florida Rep
Zephyrhills, FL 33540
Ph:813-480-1865
Page 2M2
189
�!SPHALT DATE: 4/1/2024
�T;q wz VG
YSTEMS
TO:
FROM:
Asphalt Paving Systems, Inc.
City of Sebastian- Public Works
Kris Shane -East Coast
Florida Rep
1225 Main St
9021
Wire Road
Sebastian, FL 32958
Zephyrhills, FL 33540
772-228-7013
Ph:813-480-1865
RE: Project proposal
2023 Cape Seal
Product Description
Units
Quantity
Unit Price Total Price
Sumter County Contract
Cape Seal
SY
21,200.00
S
10.21 $
216,452.00
Crack Filling/Sealing
GAL
900.00
$
35.00 $
31,500.00
'Mastic Patch -
Mobilization
IS
0.50
S
3,500.00 $
1,750.00
MOT
IS
3.00
$
750.00 $
2,250.00
6" Yellow Solid Traffic Stripe (Paint)
GM
0.16
$
3,864.00 $
618.24
6' White Solid Traffic Stripe (Paint)
GM
0.14
$
3,910.00 S
547.40
12" Solid Traffic Stripe (Paint)
LF
0.00
S
4.83 S
18" Solid Traffic Stripe (Paint)
LF
0.00
S
7.25 S
24" Solid Traffic Stripe (Paint)
LF
75.00
S
9.66 S
724.50
White Message (Paint)
EA
5.00
$
149.50 $
747.50
IWhiteArrow (Paint)
EA
7.00
I $
46.00 $
322.00
16" Yellow Solid Stripe/ Extru. Thermo.
I
LF I
0.16
I
I S
6,325.00 I S
1,012.00
16" White Solid Stripe/ Extra. Thermo.
I LF I
0.14
I $
6,325.00 I $
885.50
112" Solid Stripe/ Extru. Thermo.
I LF I
0.00
Ij $
6.04 I $
-
I18" Solid Stripe/ Extru. Thermo.
I LF I
0.00
I $
7.25 I $
124- Solid Stripe/ Extru. Thermo.
I LF I
7S.00
I S
12.08 I S
906.00
White Message/ Extru. Thermo.
I EA I
5.00
I S
24150 I $
1,207.50
White Arrow/ Extru. Thermo.
I EA Ij
7.00
I S
138.00
$
966.00
IRPMS
EA I
48.00
I $
7.00
$
336.00
I'•2022 and 2023 preservation years to be completed at the same time -
I
Total I $
260,224.64
Respectfully Submitted. Accepted By
Asphalt Paving Systems, Inc. Signature:
Zephyrhills. Florida
c: 813.480-1865
e: kshaneapsC@gmail.com Date:
Plo .N v.hd for 30 d.,
Page 1 of 2
190
KS PROP4634b —IN — Sebastian-2023-Micro-Cape Seal -Var Rds- $260K—4-1-24.xls
2023 Preservation Project Street list
ITEM 1 STREET NAME FRAM J TO LENgq) I WIDTH ! TOTAIU!rS
WIMBROW DR IDel Monte Rd PC ISebastian Blvd
>>iSPHALT
�:OV/NG
iYSTEMS
qq,M ENTS
7,950 24 21,200.00 CAPE SEAL/ Isolated leveling/ EOP Mastic
7,950.00 21,200
Asphalt Paving Systems, Inc.
Kris Shane - South Florida Rep
Zephyrhills, FL 33540
Ph:813-480-1865
Page 2 of 2
191
.-C M.4Li
-A
DATE:
4/l/2024
i4V/NG
YSTEMS
TO:
FROM:
Asphalt I'as•Ing Syllems,
Inc.
Cit3 of Seba.lisn- Public Work,
Kris Shane -East Coact
Flnrida Rep
1225 Alain St
9021 Wire Road
Sebastian, FL 32958
Zephyrhllls, Fl, 33540
772.228.7013
Ph. 813.400-1865
RE: Project prop -A
2023 Milling and He ... 1-ing
P-duct 0-rlplion
Units
Quantity
Unit Price Total Price
Sumter C,un ty Contract
Daxlr St
Milling of F-I'rg mphlt I.5"
SY
3.198.00
1 -As S
22.86570
SP9.S Asphaltic Consrrt,. I.5'0eerlay
TN'
265k()
S 251.86 S
66.742.90
ItIIe-,II
Milling of Exio it Asphalt l.S"
SY
320.00
S 7.15 S
2.208.00
SP 9.5 AspUnc C.-etc-1.5'Med,ty
TN
28,00
1 251.06 S
7,052.08
...•^' ct
Milling of W.ting Asphalt 1.5"
SY
2,173.00
S 7.15 S
IS.S36.9S
SP9.S Aspha111c Co.-,, 1.5-4heriay
TN
180.00
1 25106 S
45334.80
C,,I,i A,
MJling,f F.xhbng Asphlt l.S'
SY
4.296,00
1 425 $
39.465.50
SP 9.5 Asphaltic C.-I, 1.5'0-Uy
TN
770.00
1 188:9 S
144.98330
Faith Ter
Milling of Exl.ling Asph.tll 1.5"
SY
4.356.00
S 7,15 S
31,145.40
SP9.S Asphaltic Concrete. 1.5' 1-dity
TN
360.00
1 25106 S
90,669.60
Del Monte Rd
Milling ul FlsUng Asphalt 1.5-
SY
9,478.00
S 4.25 S
40.281.50
SP 9.5 Acphltic Concrete- 1.S'Oeerlay
TN
782.00
1 In-29 S
147,242.78
M.1.1-1a on
IS
6,00
S 3.500.00 S
21.000.00
MOT
IS
12,00
1 7S0.00 S
9.000,00
6' Yell- S,Ild T.flic Stripe (Noll
GM
ISB
S 1864.00 S
6,105.12
6' While Solid Tnfle Stripe(Paln1)
CM
0.30
S 3,91000 S
1,173.00
12- Solid Traffic Strip, (Niel)
LF
450.00
S 4.03 S
2,173.50
18' Sobd T.M., Stripe(Pamt)
Lr
0.00
S 1.25 S
-
24'SohdTr40icSo,pe(Pamt)
LF
43000
S 9.66 S
4.1S3.80
White M-ge(Pa1ni)
E4
2.00
S 149.50 S
299.00
White Am.(Pamt)
Fit
2.00
S 4600 S
92.00
6'Ye11,se S,Ild Sort"/Ftm Thermo.
LF
158
S 6,325.00 S
9,993.50
6- Whne Solid Stripe/F.ctm. Thermo.
LF
030
S 6.325.00 S
1.897.50
12-S,hd Stripe/F.xtru. The-
I.F
450.00
S 6.04 S
2.718.00
18'Suhd Stripe/Ixtm. lltermo.
LF
0.00
S 7.25 S
24'SOld Stripe/Fine. Them.,
LF
430.00
1 12.08 S
5,194.40
While Message/ Extm. Therm,.
EA
2.00
1 241.50 S
483.00
White Am./Extru Therm,.
E4
200
1 138.00 $
276.On
RPMS
FA
265.o0
S 700 S
I,855.00
Total S
720,022.33
Respectfully Submitted,
Accepted By
Asphok P9x1ng Syo'o r, Inc
S�Oneture
2ephyrhtlb, Flollda
c: 813.480-186S
e: UhaneapsVgmail-
Dew
• rests. re a ton,.
Page 1 of 2
192
KS PROP#630b —IN -- Sebastian 2023-Var Rds- $720K--4-1.24.xis
2023 Mill/Overlay Project Street list
ITFM I STRXX1' NAME FROM I TO I LF:NGrII H'IDTII TOTAL UNITSCOMMENTS - .. .
Limits?? How far do we come out toUSI
Gutters paved into -how to handle?. Limits???
"itv to trim brush
I-imits??7How far out toUS!??
I.;"
Davis St
USl
DE
375
21
975.00
1.5"
Davis St
U51
Indian River Dr
950
22
2,322.22
1.5"
Faith Ter
5 Wimbrow Dr
Del Monte Rd
1960
20
4,355,56
1.5"
Jefferson St
NCentral Ave
USI
90
32
320.00
1.5"
N Central Ave
US1
DE to City Limits
820
30
2,733.33
1.5"
Lousiana Ave
Sebastian Blvd
DE
420
16
746.67
440
22
1,075.56
Culdesac
350.00
1.5"
NCentral Ave
U51
DE to City Limits
2680
22
6,551.11
1.5"
Del Monte Rd
S Wimbrow Dr
S Wimbrow Dr
4265
20
9,477.78
t2,nun.uo
28,807
SPHLJ L T
� YS TEMS
Asphalt Paving Systems, Inc.
Kris Shane - South Florida Rep
Zephyrhllls, FL 33540
Ph: 813-480-1865
Page 2 of 2
193
SEBASTIAN
(TNTTNNIAI (TlT6RATI0N
1914.1014
CITY COUNCIL AGENDA TRANSMITTAL
Council Meeting Date: April 24, 2024
Agenda Item Title: Approve purchase order for Asphalt Paving Systems, Inc. to complete
Schumann Trail Resurfacing.
Recommendation: Staff recommends City Council approval of a purchase order for $85,571.40
to fund resurfacing of Schumann Trail and authorization for the City Manager or designee to execute.
Background: In conjunction with the 2022 roadway repaving and rehabilitation, the
Schumann Trail asphalt sidewalk requires a complete resurfacing as it is beyond its life expectancy.
Schumann Trail's 1.5 mile section of asphalt sidewalk must be milled where needed and resurfaced with
asphalt. Staff determined the City of Sebastian's piggyback of Sumter County's contract with Asphalt Paving
systems was the best option. If Council approves staff's request to piggyback Sumter County's contract for
roadway paving and rehabilitation, Staff is requesting approval to use the piggyback agreement to complete
the resurfacing of Schumann Trail and for authorization for the City Manager or designee to execute.
If Agenda Item Requires Expenditure of Funds:
Budgeted Amount: $75,000
Total Cost: $85,571.40
Funds to Be Utilized for Appropriation: General Fund sidewalk budget & General Fund Reserves
Attachments:
1. Asphalt Paving Systems, Inc. Schumann Trail Quote
2. 45-0-2023 ITB City of Sebastian Piggyback Agreement
Administrative Services Department Review:-dn"—
V
City Attorney Review:
Procurement Division Review, if applicable:
i
City Manager Authorization:
Date: Ll/ 1712 0a y
194
OF 5 E B,qS
�i
�2
0
Z
v4 PELICP\*'
CITY OF SEBASTIAN
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Richard Blankenship, Parks and Recreation Director
Consideration of FIND Resolution R-25-09 for a Florida
Inland Navigation District grant for the expansion of the
Working Waterfront District, providing matching
SUBJECT funding and authority to the Mayor and City Manager or
designee to execute
EXECUTIVE SUMMARY
In accordance with the City's Strategic Goals of quality of life, preserving our hometown feel and coastal
charm and improving organizational efficiency, Staff is requesting approval of FIND Resolution R-25-
09 in order to submit a grant application to the Florida Inland Navigation District for the expansion of
the Working Waterfront District through the acquisition of the Sembler Property. This Grant would fund
50% of the acquisition cost which is currently estimated to be $1,500,00.00. The City or other grants
would be needed in order to fund the other remaining half of the cost in the amount of $750,000.00. Staff
has also applied to Florida Communities Trust program to assist with acquisition of the property.
RECOMMENDATION
1. Consider adoption of a FIND Resolution R-25-09 with Florida Inland Navigation District for a
grant for the Sembler property.
2. Authorize Staff to apply for a Florida Inland Navigation District grant for acquisition of the
Sembler property in the amount of $750,000.00.
3. Provide matching funding in the amount of $750,000.00 through City or other grant funding.
4. Provide authorization to the Mayor and the City Manager or designee to execute all necessary
documents.
ATTACHMENTS:
1. FIND Resolution R-25-09
2. Aerial view of the Sembler Property -1528 Indian River Drive
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
$1,500,000.00 $1,500,000.00 Find Grant 50% ($750,000.00)
City (OP 106) and/or FCT 50%
($750,000.00)
Additional Funds Needed: $ 0.00
195
ATTACHMENT E-5
RESOLUTION FOR ASSISTANCE 2025
UNDER THE FLORIDA INLAND NAVIGATION DISTRICT
WATERWAYS ASSISTANCE PROGRAM
WHEREAS, THE City of Sebastian is interested in carrying out the
(Name ofAgency)
following described project for the enjoyment of the citizenry of The City Of Sebastian
and the State of Florida:
Project Title Working Waterfront Expansion
Total Estimated Cost $ $ 1 ' 500 , 000
Brief Description of Project:
Land acquisition for expansion of Working Waterfront district.
AND, Florida Inland Navigation District financial assistance is required for the program
mentioned above,
NOW THEREFORE, be it resolved by the City of Sebastian
(Name ofAgency)
that the project described above be authorized,
AND, be it further resolved that said City of Sebastian
(Name ofAgency)
make application to the Florida Inland Navigation District in the amount of 50 % of the
actual cost of the project in behalf of said City of Sebastian
(Name ofAgency)
AND, be it further resolved by the City of Sebastian
(Name ofAgency)
that it certifies to the following:
That it will accept the terms and conditions set forth in FIND Rule 66B-2
F.A.C. and which will be a part of the Project Agreement for any assistance awarded under
the attached proposal.
2. That it is in complete accord with the attached proposal and that it will carry out
the Program in the manner described in the proposal and any plans and specifications attached
thereto unless prior approval for any change has been received from the District.
196
3. That it has the ability and intention to finance its share of the cost of the project
and that the project will be operated and maintained at the expense of said City of
Sebastian for public use.
(Name of Agency)
4. That it will not discriminate against any person on the basis of race, color or
national origin in the use of any property or facility acquired or developed pursuant to this
proposal, and shall comply with the terms and intent of the Title VI of the Civil Rights Act of
1964, P. L. 88-352 (1964) and design and construct all facilities to comply fully with statutes
relating to accessibility by persons with disabilities as well as other federal, state and local
laws, rules and requirements.
5. That it will maintain adequate financial records on the proposed project to
substantiate claims for reimbursement.
6. That it will make available to FIND if requested, a post -audit of expenses
incurred on the project prior to, or in conjunction with, request for the final 10% of the
funding agreed to by FIND.
This is to certify that the foregoing is a true and correct copy of a resolution duly and
legally adopted by the City of Sebastian City Council at a legal meeting
(Agency Governing Board)
held on this day of 20
Attest
Title
(2)
Signature
Title
Form No. 25-30, Rule 66B-2 (Executed Date: xx-xx-xx)
197
The foregoing Resolution was moved for adoption by Council Member . Motion
was seconded by Council Member and, upon being put to a vote, the vote was as
follows:
Mayor Bob McPartlan
Vice -Mayor Fred Jones
Councilmember Ed Dodd
Councilmember Kelly Dixon
Councilmember Christopher Nunn
The Mayor thereupon declared this Resolution duly passed and adopted this 26th day of March, 2025.
ATTEST:
Jeanette Williams, City Clerk
CITY OF SEBASTIAN, FLORIDA
By:
Bob McPartlan, Mayor
Approved as to Form and Legality for
Reliance by the City of Sebastian Only:
By:
Jennifer Cockcroft, City Attorney
`LN
CITY OF SEBASTIAN
A�
V
OF 5 E B,qs
�I
'92
Z
Q'
�FPELIoP
EXECUTIVE SUMMARY
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Barbara Brooke -Reese, MIS Director
Consideration of a purchase order for Motorola
SUBJECT Solutions, Inc. in the amount of $92,238 to provide
public safety communications
The City of Sebastian Management Information Systems (MIS) Department is seeking City Council
approval of this item to provide public safety communications.
In order to proceed with this project, Staff is seeking authorization for the City Manager or designee to
execute a piggyback agreement with Motorola Solutions, Inc. (Motorola). Motorola has a cooperative
agreement under Sourcewell for public safety communications.
Cooperative purchasing, or utilization of existing government contracts, guarantees that the pricing and
contract terms remain the same while the contract is active; this includes any contract extensions or
renewals. In accordance with the State of Florida procurement statutes and the City's Code of Ordinance
Section 2-10(c)(2), the procurement procedures carried out by the awarding agency are equivalent to
Sebastian's procurement process. Currently, staff has determined that the recommended vendors are the
most advantageous for meeting the City's needs. Staff is seeking approval to purchase public safety
communications and authorization for the City Manager or designee to execute any necessary documents.
RECOMMENDATION
Staff requests that the City Council approve a purchase order for Motorola Solutions, Inc. in the amount
of $92,238 to provide public safety communications.
ATTACHMENTS:
1. Resolution R-25-11
2. Piggyback Agreement
3. Motorola Solutions Sourcewell Agreement
4. Procurement Justification
5. Motorola Quote
FUNDING SOURCE:
Expenditure required Amount Budgeted: Funding source
$92,238 $92,238 Discretionary Sales Tax
Project #A2504
Additional Funds Needed: $ 0.00
200
RESOLUTION NO. R-25-11
A RESOLUTION OF THE CITY OF SEBASTIAN, FLORIDA,
APPROVING A PIGGYBACK CONTRACT WITH SHENANDOAH
GENERAL CONSTRUCTION, LLC FOR PUBLIC SAFETY
COMMUNICATIONS AND IN SUBSTANTIAL CONFORMITY
WITH THE AGREEMENT ATTACHED HERETO AND MADE A
PART HERE OF AS "EXHIBIT A."; ADOPTION OF RECITALS;
PROVIDING FOR CONFLICTS; PROVIDING FOR
SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, pursuant to Chapter 287, Florida Statutes and City Code of Ordinances
Section 2-10, whenever advantageous to the City, the City may utilize bids that have been awarded
or under contract by the state, county, or other governmental agencies; and
WHEREAS, Motorola Solutions, Inc. has an existing contract under Sourcewell, effective
through June 23, 2025, see attached "Exhibit A," that the City of Sebastian is seeking to piggyback
for the purchase of the above -referenced public safety communications; and
WHEREAS, the City finds it in its best interest to enter into an agreement to contract
between Motorola Solutions, Inc., and Sourcewell (see attached "Exhibit B") for public safety
communications when advantageous to the City.
NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF SEBASTIAN, FLORIDA:
SECTION 1. RECITALS. The above recitals are hereby found to be true and correct
and are hereby adopted as the legislative intent of the City of Sebastian, Florida.
SECTION 2. AUTHORIZATION. The City of Sebastian, Florida hereby authorizes
the piggyback contract referenced above for the purchase of services specified in this Resolution,
and authorizes the Mayor or his designee and the City Clerk, as attesting witness, on behalf of the
City to issue purchase orders to Motorola Solutions, Inc. in an amount not to exceed $25,000.00,
for public safety communications in substantial conformity with the agreement attached hereto as
"Exhibit A" and the City's supplemental agreement attached hereto as "Exhibit B."
SECTION 3. CONFLICTS.
If any section, sentence, phrase, word, or portion of this Resolution is determined to be
invalid, unlawful or unconstitutional, said determination shall not be held to invalidate or impair
the validity, force or effect of any other section, sentence, phrase, word, or portion of this
Resolution not otherwise determined to be invalid, unlawful, or unconstitutional.
201
SECTION 4. SCRIVENER'S ERRORS
Sections of this Resolution may be renumbered or re -lettered and corrections of
typographical errors which do not affect the intent may be authorized by the City Manager or
designee, without need of further action by the City Council by filing a corrected copy of same
with the City Clerk.
SECTION 5. EFFECTIVE DATE.
This Resolution shall become effective immediately upon adoption by the City Council.
The foregoing Resolution was passed for adoption by Council Member ,
was seconded by Council Member , and upon being put to a vote, the vote was
as follows:
Mayor McPartlan
Vice Mayor Jones
Council Member Dixon
Council Member Dodd
Council Member Nunn
The Mayor thereupon declared this Resolution duly passed and adopted this day of
, 2025.
CITY COUNCIL OF THE CITY OF SEBASTIAN, FLORIDA
ATTEST:
Bob McPartlan, Mayor
Approved as to form and
Legality:
Jeanette Williams, City Clerk Jennifer Cockcroft, Esq., City Attorney
oil
202
PIGGYBACK AGREEMENT FOR SERVICES
BETWEEN THE CITY OF SEBASTIAN AND MOTOROLA SOLUTIONS, INC.
THIS AGREEMENT is made and entered into on , 2025 by
the City of Sebastian, a municipal corporation of the State of Florida, (hereinafter referred to as
"CITY") and Motorola, Solutions, Inc., (hereinafter "VENDOR").
WHEREAS, Sourcewell has previously entered into a contract with Vendor to provide
public safety communications on July 4, 2021 (attached as Exhibit A hereto); and
WHEREAS, the City of Sebastian wishes to enter into a like contract with Vendor under
the same terms and applicable conditions as that prior agreement entered into by Sourcewell to
provide public safety communications and other related tasks as may be assigned by the City;
and
WHEREAS, Chapter 287, Florida Statutes and purchasing procedures of the City of
Sebastian grant the authority to piggyback the purchase of goods and services as a form inter-
governmental cooperative purchasing in which a public purchaser requests competitive sealed
bids, enters into a contract, and arranges, as part of the contract, for other public purchasing units
to purchase from the selected vendor under the same terms and conditions as itself in order to take
advantage of the better pricing that large purchasers are able to obtain in order to reduce
administrative time and costs involved in the procurement process (i.e., cost of preparing bid
specifications, advertising, etc.); and
WHEREAS, the City of Sebastian has determined that in this circumstance, piggybacking
onto a contract entered into by Sourcewell is the most economically advantageous way to procure
these goods and services.
NOW THEREFORE, in consideration of the mutual covenants, terms, and provisions contained
herein, the parties agree as follows:
1. TERM
The initial term shall expire on June 23, 2025.
2. GENERAL PROVISIONS
All other terms and conditions of the contract and any amendments thereto entered into
between Sourcewell and Vendor referenced above will be applicable to this agreement
unless specified herein.
Procurement (Rev. 06/2024)
Page I of 4
203
3. NOTICES
All notices and demands shall be sent U.S. Certified Mail, return receipt to:
VENDOR:
Motorola Solutions, Inc.
4. PUBLIC RECORDS
CITY OF SEBASTIAN:
Brian Benton, City Manager
City of Sebastian
1225 Main Street
Sebastian, FL 32958
IF THE CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT JEANETTE
WILLIAMS, THE CUSTODIAN OF PUBLIC RECORDS AT 772-388-
8215 OR EMAIL JWILLIAMSOa CITYOFSEBASTIAN.ORG CITY OF
SEBASTIAN,1225 MAIN STREET, SEBASTIAN, FLORIDA 32958
5. Vendor agrees to comely with public records laws, snecifical1v to:
A. Keep and maintain public records required by the public agency to perform the service.
B. Upon request from the public agency's custodian of public records, provide the
public agency 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 this chapter 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
contractor does not transfer the records to the public agency.
D. Upon completion of the contract, transfer, at no cost, to the public agency all public
records in possession of the contractor or keep and maintain public records required
by the public agency to perform the service. If the contractor transfers all public
records to the public agency upon completion of the contract, the contractor shall
destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the contractor keeps and maintains
public records upon completion of the contract, the contractor shall meet all
applicable requirements for retaining public records. All records stored
electronically must be provided to the public agency, upon request from the public
agency's custodian of public records, in a format that is compatible with the
information technology systems of the public agency.
Procurement (Rev. 06/2024)
Page 2 of 4
204
IN WITNESS WHEREOF, the parties hereto have through their duly authorized
representatives, approved and executed this Agreement as of the date set forth below.
ATTEST:
ATTEST:
Jeanette Williams, MMC
City Clerk
For the use and reliance of the City of
Sebastian only. Approved as to form
and legal sufficiency.
Jennifer D. Cockcroft, Esq.
City Attorney
Procurement (Rev. 06/2024)
Motorola Solutions, Inc.
Date:
CITY OF SEBASTIAN, FL
Lo
Brian Benton, City Manager
Date:
Page 3 of 4
205
EXHIBIT A
#042021-MOT
Motorola Solutions, Inc. Sourcewell Agreement
Procurement (Rev. 06/2024)
Page 4 of 4
206
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
Sourcewell
Solicitation Number: RFP #042021
CONTRACT
This Contract is between Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN
56479 (Sourcewell) and Motorola Solutions, Inc., 500 W. Monroe, Chicago, IL 60661 (Vendor).
Sourcewell is a State of Minnesota local government agency and service cooperative created
under the laws of the State of Minnesota (Minnesota Statutes Section 123A.21) that offers
cooperative procurement solutions to government entities. Participation is open to federal,
state/province, and municipal governmental entities, higher education, K-12 education,
nonprofit, tribal government, and other public entities located in the United States and Canada.
Sourcewell issued a public solicitation for Public Safety Communications Technology and
Hardware Solutions from which Vendor was awarded a contract.
Vendor desires to contract with Sourcewell to provide equipment, products, or services to
Sourcewell and the entities that access Sourcewell's cooperative purchasing contracts
(Participating Entities).
1. TERM OF CONTRACT
A. EFFECTIVE DATE. This Contract is effective upon the date of the final signature below.
B. EXPIRATION DATE AND EXTENSION. This Contract expires June 23, 2025, unless it is
cancelled sooner pursuant to Article 22. This Contract may be extended up to one additional
one-year period upon request of Sourcewell and with written agreement by Vendor.
C. SURVIVAL OF TERMS. Articles 11 through 14 survive the expiration or cancellation of this
Contract.
2. EQUIPMENT, PRODUCTS, OR SERVICES
A. EQUIPMENT, PRODUCTS, OR SERVICES. Vendor will provide the Equipment, Products, or
Services as stated in its Proposal submitted under the Solicitation Number listed above.
Vendor's Equipment, Products, or Services Proposal (Proposal) is attached and incorporated
into this Contract.
Rev. 10/2020
207
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
All Equipment and Products provided under this Contract must be new/current model. Vendor
may offer close-out or refurbished Equipment or Products if they are clearly indicated in
Vendor's product and pricing list. Unless agreed to by the Participating Entities in advance,
Equipment or Products must be delivered as operational to the Participating Entity's site.
This Contract offers an indefinite quantity of sales, and while substantial volume is anticipated,
sales and sales volume are not guaranteed.
B. WARRANTY. Vendor warranties for Equipment, Products, and Services furnished are set
forth in Vendor's then -current Communication, Systems & Services Agreement, which will be
made available to Participating Entities at the time of purchase. Vendor's dealers and
distributors must agree to assist the Participating Entity in reaching a resolution in any dispute
over warranty terms with the manufacturer. Any manufacturer's warranty that is effective past
the expiration of the Vendor's warranty will be passed on to the Participating Entity.
C. DEALERS, DISTRIBUTORS, AND/OR RESELLERS. Upon Contract execution, Vendor will
make available to Sourcewell a means to validate or authenticate Vendor's authorized dealers,
distributors, and/or resellers relative to the Equipment, Products, and Services related to this
Contract. This list may be updated from time -to -time and is incorporated into this Contract by
reference. It is the Vendor's responsibility to ensure Sourcewell receives the most current
version of this list.
3. PRICING
All Equipment, Products, or Services under this Contract will be priced as stated in Vendor's
Proposal.
When providing pricing quotes to Participating Entities, all pricing quoted must reflect a
Participating Entity's total cost of acquisition. This means that the quoted cost is for delivered
Equipment, Products, and Services that are operational for their intended purpose, and
includes all costs to the Participating Entity's requested delivery location.
Regardless of the payment method chosen by the Participating Entity, the total cost associated
with any purchase option of the Equipment, Products, or Services must always be disclosed in
the pricing quote to the applicable Participating Entity at the time of purchase.
A. SHIPPING AND SHIPPING COSTS. All delivered Equipment and Products must be properly
packaged. Damaged Equipment and Products may be rejected. If the damage is not readily
apparent at the time of delivery, Vendor must permit the Equipment and Products to be
returned within a reasonable time at no cost to Sourcewell or its Participating Entities.
Participating Entities reserve the right to inspect the Equipment and Products at a reasonable
time after delivery where circumstances or conditions prevent effective inspection of the
Equipment and Products at the time of delivery.
Rev. 10/2020
208
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
Vendor must arrange for and pay for the return shipment on Equipment and Products that arrive
in a defective or inoperable condition.
Sourcewell may declare the Vendor in breach of this Contract if the Vendor intentionally
delivers substandard or inferior Equipment or Products. In the event of the delivery of
nonconforming Equipment and Products, the Participating Entity will notify the Vendor as soon
as possible and the Vendor will replace nonconforming Equipment and Products with
conforming Equipment and Products that are acceptable to the Participating Entity.
Freight, title and risk of loss terms will be as set forth in Vendor's then -current Communication,
Systems & Services Agreement, which will be made available to Participating Entities at the
time of purchase.
B. SALES TAX. Each Participating Entity is responsible for supplying the Vendor with valid tax -
exemption certification(s). When ordering, a Participating Entity must indicate if it is a tax-
exempt entity.
C. HOT LIST PRICING. At anytime during this Contract, Vendor may offer a specific selection
of Equipment, Products, or Services at discounts greater than those listed in the Contract.
When Vendor determines it will offer Hot List Pricing, it must be submitted electronically to
Sourcewell in a line -item format. Equipment, Products, or Services may be added or removed
from the Hot List at any time through a Sourcewell Price and Product Change Form as defined
in Article 4 below.
Hot List program and pricing may also be used to discount and liquidate close-out and
discontinued Equipment and Products as long as those close-out and discontinued items are
clearly identified as such. Current ordering process and administrative fees apply. Hot List
Pricing must be published and made available to all Participating Entities.
4. PRODUCT AND PRICING CHANGE REQUESTS
Vendor may request Equipment, Product, or Service changes, additions, or deletions at any
time. All requests must be made in writing by submitting a signed Sourcewell Price and Product
Change Request Form to the assigned Sourcewell Contract Administrator. This form is available
from the assigned Sourcewell Contract Administrator. At a minimum, the request must:
• Identify the applicable Sourcewell contract number;
• Clearly specify the requested change;
• Provide sufficient detail to justify the requested change;
• Individually list all Equipment, Products, or Services affected by the requested change,
along with the requested change (e.g., addition, deletion, price change); and
Rev. 10/2020
209
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
• Include a complete restatement of pricing documentation in Microsoft Excel with the
effective date of the modified pricing, or product addition or deletion. The new pricing
restatement must include all Equipment, Products, and Services offered, even for those
items where pricing remains unchanged.
A fully executed Sourcewell Price and Product Request Form will become an amendment
to this Contract and be incorporated by reference.
S. PARTICIPATION, CONTRACT ACCESS, AND PARTICIPATING ENTITY REQUIREMENTS
A. PARTICIPATION. Sourcewell's cooperative contracts are available and open to public and
nonprofit entities across the United States and Canada; such as federal, state/province,
municipal, K-12 and higher education, tribal government, and other public entities.
The benefits of this Contract should be available to all Participating Entities that can legally
access the Equipment, Products, or Services under this Contract in the United States. A
Participating Entity's authority to access this Contract is determined through its cooperative
purchasing, interlocal, or joint powers laws. Any entity accessing benefits of this Contract will
be considered a Service Member of Sourcewell during such time of access. Vendor understands
that a Participating Entity's use of this Contract is at the Participating Entity's sole convenience
and Participating Entities reserve the right to obtain like Equipment, Products, or Services from
any other source.
Vendor is responsible for familiarizing its sales and service forces with Sourcewell contract use
eligibility requirements and documentation and will encourage potential participating entities
to join Sourcewell. Sourcewell reserves the right to add and remove Participating Entities to its
roster during the term of this Contract.
B. PUBLIC FACILITIES. Vendor's employees may be required to perform work at government -
owned facilities, including schools. Vendor's employees and agents must conduct themselves in
a professional manner while on the premises, and in accordance with Participating Entity
policies and procedures, and all applicable laws.
6. PARTICIPATING ENTITY USE AND PURCHASING
A. ORDERS AND PAYMENT. To access the contracted Equipment, Products, or Services under
this Contract, a Participating Entity must clearly indicate to Vendor that it intends to access this
Contract; however, order flow and procedure will be developed jointly between Sourcewell and
Vendor. Typically, a Participating Entity will issue an order directly to Vendor. If a Participating
Entity issues a purchase order, it may use its own forms, but the purchase order should clearly
note the applicable Sourcewell contract number. All Participating Entity orders under this
Contract must be issued prior to expiration of this Contract; however, Vendor performance,
Rev. 10/2020
210
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
Participating Entity payment, and any applicable warranty periods or other Vendor or
Participating Entity obligations may extend beyond the term of this Contract.
Vendor's acceptable forms of payment are included in Attachment A. Participating Entities will
be solely responsible for payment and Sourcewell will have no liability for any unpaid invoice of
any Participating Entity.
B. ADDITIONAL TERMS AND CONDITIONS/PARTICIPATING ADDENDUM. Additional terms and
conditions to a purchase order, or other required transaction documentation, may be
negotiated between a Participating Entity and Vendor, such as job or industry -specific
requirements, legal requirements (e.g., affirmative action or immigration status requirements),
or specific local policy requirements. Some Participating Entitles may require the use of a
Participating Addendum; the terms of which will be worked out directly between the
Participating Entity and the Vendor. Vendor will require the use of Vendor's then -current
Communication, Systems & Services Agreement ("CCSA") and Exhibits, Subscription Services
Addendum ("SSA"), Maintenance and Support Addendum ("MSA"), and Telecommunication
Carrier Addendums ("TCA"). Any negotiated additional terms and conditions must never be less
favorable to the Participating Entity than what is contained in this Contract.
C. SPECIALIZED SERVICE REQUIREMENTS. In the event that the Participating Entity requires
service or specialized performance requirements (such as e-commerce specifications,
specialized delivery requirements, or other specifications and requirements) not addressed in
this Contract, the Participating Entity and the Vendor may enter into a separate, standalone
agreement, apart from this Contract. Sourcewell, including its agents and employees, will not
be made a party to a claim for breach of such agreement.
D. TERMINATION OF ORDERS. Participating Entities may terminate an order, in whole or
in part, immediately upon notice to Vendor in the event of any of the following events:
1. The Participating Entity fails to receive funding or appropriation from its governing body
at levels sufficient to pay for the goods to be purchased;
2. Federal or state laws or regulations prohibit the purchase or change the Participating
Entity's requirements; or
3. Vendor commits any material breach of this Contract or the additional terms agreed to
between the Vendor and a Participating Entity, after receipt of notice from Sourcewell or
the Participating Entity, and fails to correct such breach within thirty days.
In the event of termination under this subsection 6. D., the Participating Entity will remain liable
for contract amounts due and attributable to Equipment, Products, and Services delivered or
performed on or before the date of the termination.
E. GOVERNING LAW AND VENUE. The governing law and venue for any action related to a
Participating Entity's order will be determined by the Participating Entity making the purchase.
Rev. 10/2020
211
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
7. CUSTOMER SERVICE
A. PRIMARY ACCOUNT REPRESENTATIVE. Vendor will assign an Account Representative to
Sourcewell for this Contract and must provide prompt notice to Sourcewell if that person is
changed. The Account Representative will be responsible for:
• Maintenance and management of this Contract;
• Timely response to all Sourcewell and Participating Entity inquiries; and
• Business reviews to Sourcewell and Participating Entities, if applicable.
B. BUSINESS REVIEWS. Vendor must perform a minimum of one business review with
Sourcewell per contract year. The business review will cover sales to Participating Entities,
pricing and contract terms, administrative fees, supply issues, customer issues, and any other
necessary information.
8. REPORT ON CONTRACT SALES ACTIVITY AND ADMINISTRATIVE FEE PAYMENT
A. CONTRACT SALES ACTIVITY REPORT. Each calendar quarter, Vendor must provide a contract
sales activity report (Report) to the Sourcewell Contract Administrator assigned to this
Contract. A Report must be provided regardless of the number or amount of sales during that
quarter (i.e., if there are no sales, Vendor must submit a report indicating no sales were made).
The Report must contain the following fields:
• Customer Name (e.g., City of Staples Highway Department);
• Customer Physical Street Address;
• Customer City;
• Customer State/Province;
• Customer Zip Code;
• Customer Contact Name;
• Customer Contact Email Address;
• Customer Contact Telephone Number;
• Sourcewell Assigned Entity/Participating Entity Number;
• Item Purchased Description;
• Item Purchased Price;
• Sourcewell Administrative Fee Applied; and
• Date Purchase was invoiced/sale was recognized as revenue by Vendor.
B. ADMINISTRATIVE FEE. In consideration for the support and services provided by Sourcewell,
the Vendor will pay an administrative fee to Sourcewell on all Equipment, Products, and
Services provided to Participating Entities. The Administrative Fee must be included in, and not
Rev. 10/2020
0
212
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
added to, the pricing. Vendor may not charge Participating Entities more than the contracted
price to offset the Administrative Fee.
The Vendor will submit payment to Sourcewell for the percentage of administrative fee stated
in the Proposal multiplied by the total sales of all Equipment, Products, and Services purchased
by Participating Entities under this Contract during each calendar quarter. Payments should
note the Vendor's name and Sourcewell-assigned contract number in the memo; and must be
mailed to the address above "Attn: Accounts Receivable" or remitted electronically to
Sourcewell's banking institution per Sourcewell's Finance department instructions. Payments
must be received no later than 45 calendar days after the end of each calendar quarter.
Vendor agrees to cooperate with Sourcewell in auditing transactions under this Contract to
ensure that the administrative fee is paid on all items purchased under this Contract.
In the event the Vendor is delinquent in any undisputed administrative fees, Sourcewell
reserves the right to cancel this Contract and reject any proposal submitted by the Vendor in
any subsequent solicitation. In the event this Contract is cancelled by either party prior to the
Contract's expiration date, the administrative fee payment will be due no more than 30 days
from the cancellation date.
9. AUTHORIZED REPRESENTATIVE
Sourcewell's Authorized Representative is its Chief Procurement Officer.
Vendor's Authorized Representative is the person named in the Vendor's Proposal. If Vendor's
Authorized Representative changes at any time during this Contract, Vendor must promptly
notify Sourcewell in writing.
10. AUDIT, ASSIGNMENT, AMENDMENTS, WAIVER, AND CONTRACT COMPLETE
A. AUDIT. Pursuant to Minnesota Statutes Section 16C.05, subdivision 5, the books, records,
documents, and accounting procedures and practices relevant this Agreement are subject to
examination by Sourcewell or the Minnesota State Auditor for a minimum of six years from the
end of this Contract. This clause extends to Participating Entities as it relates to business
conducted by that Participating Entity under this Contract.
B. ASSIGNMENT. Neither the Vendor nor Sourcewell may assign or transfer any rights or
obligations under this Contract without the prior consent of the parties and a fully executed
assignment agreement. Such consent will not be unreasonably withheld.
C. AMENDMENTS. Any amendment to this Contract must be in writing and will not be effective
until it has been fully executed by the parties.
Rev. 10/2020
213
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
D. WAIVER. If either party fails to enforce any provision of this Contract, that failure does not
waive the provision or the right to enforce it.
E. CONTRACT COMPLETE. This Contract contains all negotiations and agreements between
Sourcewell and Vendor. No other understanding regarding this Contract, whether written or
oral, may be used to bind either party. For any conflict between the attached Proposal and the
terms set out in Articles 1-22, the terms of Articles 1-22 will govern.
F. RELATIONSHIP OF THE PARTIES. The relationship of the parties is one of independent
contractors, each free to exercise judgment and discretion with regard to the conduct of their
respective businesses. This Contract does not create a partnership, joint venture, or any other
relationship such as master -servant, or principal -agent.
4WI/_\311111 1
Vendor must indemnify, save, and hold Sourcewell, including their agents and employees,
harmless from any claims or causes of action, including attorneys' fees, arising out of the
performance of this Contract by the Vendor or its agents or employees. Sourcewell will provide
prompt written notice to Vendor of any claim or suit, and will cooperate with Vendor in its
defense or settlement of the claim or suit. Vendor's maximum liability for damages caused by
failure to perform its obligations under this Contract is limited to proven direct damages for all
claims arising out of this Contract not to exceed the total net payments of Administrative Fees
paid under any twenty-four (24) month period during the Term. Vendor's indemnification
obligations under the Contract are excluded from this provision. VENDOR WILL NOT BE LIABLE
FOR ANY CONSEQUENTIAL, INCIDENTAL, OR INDIRECT DAMAGES FOR ANY CAUSE OF ACTION,
WHETHER IN CONTRACT OR TORT. CONSEQUENTIAL, INCIDENTAL, AND INDIRECT DAMAGES
INCLUDE, BUT ARE NOT LIMITED TO, LOST PROFITS, LOST REVENUES, AND LOSS OF BUSINESS
OPPORTUNITY, WHETHER OR NOT THE OTHER PARTY WAS AWARE OR SHOULD HAVE BEEN
AWARE OF THE POSSIBILITY OF THESE DAMAGES.
Vendor's obligations to indemnify or hold harmless Participating Entities will be as set forth in
Vendor's Communication, Systems & Services Agreement.
12. GOVERNMENT DATA PRACTICES
Vendor and Sourcewell must comply with the Minnesota Government Data Practices Act,
Minnesota Statutes Chapter 13, as it applies to all data provided by or provided to Sourcewell
under this Contract and as it applies to all data created, collected, received, stored, used,
maintained, or disseminated by the Vendor under this Contract.
If the Vendor receives a request to release the data referred to in this article, the Vendor must
immediately notify Sourcewell and Sourcewell will assist with how the Vendor should respond
to the request.
Rev. 10/2020
214
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
13. INTELLECTUAL PROPERTY, PUBLICITY, MARKETING, AND ENDORSEMENT
A. INTELLECTUAL PROPERTY
1. Grant of License. During the term of this Contract:
a. Sourcewell grants to Vendor a royalty -free, worldwide, non-exclusive right and
license to use theTrademark(s) provided to Vendor by Sourcewell in advertising and
promotional materials for the purpose of marketing Sourcewell's relationship with
Vendor.
b. Vendor grants to Sourcewell a royalty -free, worldwide, non-exclusive right and
license to use Vendor's Trademarks in advertising and promotional materials for the
purpose of marketing Vendor's relationship with Sourcewell.
2. Limited Right of Sublicense. The right and license granted herein includes a limited right
of each party to grant sublicenses to its and their respective distributors, marketing
representatives, and agents (collectively "Permitted Sublicensees") in advertising and
promotional materials for the purpose of marketing the Parties' relationship to Participating
Entities. Any sublicense granted will be subject to the terms and conditions of this Article.
Each party will be responsible for any breach of this Article by any of their respective
Sublicensees.
3. Use; Quality Control.
a. Sourcewell must not alter Vendor's Trademarks from the form provided by
Vendor and must comply with Vendor's removal requests as to specific uses of its
trademarks or logos.
b. Vendor must not alter Sourcewell's Trademarks from the form provided by
Sourcewell and must comply with Sourcewell's removal requests as to specific uses
of its trademarks or logos.
c. Each party agrees to use, and to cause its Permitted Sublicensees to use, the
other party's Trademarks only in good faith and in a dignified manner consistent
with such party's use of the Trademarks. Upon written notice to the breaching party,
the breaching party has 30 days of the date of the written notice to cure the breach
or the license will be terminated.
4. As applicable, Vendor agrees to indemnify and hold harmless Sourcewell against any and
all suits, claims, judgments, and costs instituted or recovered against Sourcewell by any
person on account of the use of any Equipment or Products by Sourcewell or its
Participating Entities supplied by Vendor in violation of applicable United States patent or
copyright laws. Vendor's obligations to indemnify or hold harmless Participating Entities for
intellectual property infringement will be as set forth in Vendor's then -current
Communication, Systems & Services Agreement.
5. Termination. Upon the termination of this Contract for any reason, each party, including
Permitted Sublicensees, will have 30 days to remove all Trademarks from signage, websites,
and the like bearing the other party's name or logo (excepting Sourcewell's pre-printed
catalog of vendors which may be used until the next printing). Vendor must return all
Rev. 10/2020
215
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
marketing and promotional materials, including signage, provided by Sourcewell, or dispose
of it according to Sourcewell's written directions.
B. PUBLICITY. Any publicity regarding the subject matter of this Contract must not be released
without prior written approval from the Authorized Representatives. Publicity includes notices,
informational pamphlets, press releases, research, reports, signs, and similar public notices
prepared by or for the Vendor individually or jointly with others, or any subcontractors, with
respect to the program, publications, or services provided resulting from this Contract.
C. MARKETING. Any direct advertising, marketing, or offers with Participating Entities must be
approved by Sourcewell. Materials should be sent to the Sourcewell Contract Administrator
assigned to this Contract.
D. ENDORSEMENT. The Vendor must not claim that Sourcewell endorses its Equipment,
Products, or Services.
14. GOVERNING LAW, JURISDICTION, AND VENUE
Minnesota law governs this Contract. Venue for all legal proceedings out of this Contract, or its
breach, must be in the appropriate state court in Todd County or federal court in Fergus Falls,
Minnesota.
15. FORCE MAJEURE
Neither party to this Contract will be held responsible for delay or default caused by acts of God
or other conditions that are beyond that party's reasonable control. A party defaulting under
this provision must provide the other party prompt written notice of the default.
16. SEVERABILITY
If any provision of this Contract is found to be illegal, unenforceable, or void then both
Sourcewell and Vendor will be relieved of all obligations arising under such provisions. If the
remainder of this Contract is capable of performance, it will not be affected by such declaration
or finding and must be fully performed.
17. PERFORMANCE, DEFAULT, AND REMEDIES
A. PERFORMANCE. During the term of this Contract, the parties will monitor performance and
address unresolved contract issues as follows:
1. Notification. The parties must promptly notify each other of any known dispute and
work in good faith to resolve such dispute within a reasonable period of time. If necessary,
Rev. 10/2020
10
216
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
Sourcewell and the Vendor will jointly develop a short briefing document that describes the
issue(s), relevant impact, and positions of both parties.
2. Escalation. If parties are unable to resolve the issue in a timely manner, as specified
above, either Sourcewell or Vendor may escalate the resolution of the issue to a higher
level of management. The Vendor will have 30 calendar days to cure an outstanding issue.
3. Performance while Dispute is Pending. Notwithstanding the existence of a dispute, the
Vendor must continue without delay to carry out all of its responsibilities under the
Contract that are not affected by the dispute. If the Vendor fails to continue without delay
to perform its responsibilities under the Contract, in the accomplishment of all undisputed
work, any additional costs incurred by Sourcewell and/or its Participating Entities as a result
of such failure to proceed will be borne by the Vendor.
B. DEFAULT AND REMEDIES. Either of the following constitutes cause to declare this Contract,
or any Participating Entity order under this Contract, in default (unless a force majeure causes
the default):
1. Nonperformance of contractual requirements, or
2. A material breach of any term or condition of this Contract.
Written notice of default and a 30 day opportunity to cure must be issued by the party claiming
default. Time allowed for cure will not diminish or eliminate any liability for liquidated or other
damages. If the default remains after the opportunity for cure, the non -defaulting party may:
• Exercise any remedy provided by law or equity, or
• Terminate the Contract or any portion thereof, including any orders issued against the
Contract.
18. INSURANCE
A. REQUIREMENTS. At its own expense, Vendor must maintain insurance policy(ies) in effect at
all times during the performance of this Contract with insurance company(ies) licensed or
authorized to do business in the State of Minnesota having an "AM BEST" rating of A- or better,
with coverage and limits of insurance in accordance with the following:
1. Workers' Compensation and Employer's Liability.
Workers' Compensation: As required by any applicable law or regulation.
Employer's Liability Insurance: must be provided in amounts listed below:
Limits:
$1,000,000 each accident for bodily injury by accident
$1,000,000 policy limit for bodily injury by disease
$1,000,000 each employee for bodily injury by disease
Rev. 10/2020
11
217
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
2. Commercial General Liability Insurance. Vendor will maintain insurance covering its
operations, with coverage on an occurrence basis. At a minimum, coverage must include
liability arising from premises, operations, bodily injury and property damage,
independent contractors, products -completed operations including construction defect,
contractual liability, blanket contractual liability, and personal injury and advertising
injury. All required limits, terms and conditions of coverage must be maintained during
the term of this Contract.
Limits:
$3,000,000 each occurrence Bodily Injury and Property Damage
$3,000,000 Personal and Advertising Injury
$5,000,000 aggregate for Products -Completed operations
$5,000,000 general aggregate
3. Commercial Automobile Liability Insurance. During the term of this Contract, Vendor
will maintain insurance covering all owned, hired, and non -owned automobiles in limits
of liability not less than indicated below.
Limits:
$2,000,000 each accident, combined single limit
4. Network Security and Privacy Liability Insurance. During the term of this Contract,
Vendor will maintain coverage for network security and privacy liability. The coverage
may be endorsed on another form of liability coverage or written on a standalone
policy. The insurance must cover claims which may arise from failure of Vendor's
security resulting in, but not limited to, computer attacks, unauthorized access,
disclosure of not public data — including but not limited to, confidential or private
information, transmission of a computer virus, or denial of service.
Limits:
$2,000,000 per occurrence
$2,000,000 annual aggregate
Failure of Vendor to maintain the required insurance will constitute a material breach entitling
Sourcewell to immediately terminate this Contract for default.
B. CERTIFICATES OF INSURANCE. Prior to commencing under this Contract, Vendor must furnish
to Sourcewell a certificate of insurance, as evidence of the insurance required under this
Contract. Prior to expiration of the policy(ies), renewal certificates must be mailed to
Sourcewell, 202 12th Street Northeast, P.O. Box 219, Staples, MN 56479 or sent to the
Sourcewell Contract Administrator assigned to this Contract. The certificates must be signed by
a person authorized by the insurer(s) to bind coverage on their behalf.
Failure to request certificates of insurance by Sourcewell, or failure of Vendor to provide
certificates of insurance, in no way limits or relieves Vendor of its duties and responsibilities in
this Contract.
Rev. 10/2020
12
218
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
C. ADDITIONAL INSURED ENDORSEMENT AND PRIMARY AND NON-CONTRIBUTORY
INSURANCE CLAUSE. Vendor agrees to list Sourcewell and its Participating Entities, including
their officers, agents, and employees, as an additional insured under the Vendor's commercial
general liability insurance policy with respect to liability arising out of activities, "operations," or
"work" performed by or on behalf of Vendor, and products and completed operations of
Vendor. The policy provision(s) or endorsement(s) must further provide that coverage is
primary and not excess over or contributory with any other valid, applicable, and collectible
insurance or self-insurance in force for the additional insureds.
D. WAIVER OF SUBROGATION. Vendor waives and must require (by endorsement or
otherwise) its workers compensation, commercial general liability, and automobile liability
insurers to waive subrogation rights against Sourcewell and other additional insureds for losses
paid under the workers compensation, commercial general liability, and automobile liability
insurance policies required by this Contract or other insurance applicable to the Vendor or its
subcontractors. The waiver must apply to all deductibles and/or self -insured retentions. Where
permitted by law, Vendor must require similar written express waivers of subrogation and
insurance clauses from each of its subcontractors.
E. UMBRELLA/EXCESS LIABILITY/SELF-INSURED RETENTION. The limits required by this
Contract can be met by either providing a primary policy or in combination with
umbrella/excess liability policy(ies), or self -insured retention.
19. COMPLIANCE
A. LAWS AND REGULATIONS. All Equipment, Products, or Services provided under this
Contract must comply fully with applicable federal laws and regulations, and with the laws in
the states and provinces in which the Equipment, Products, or Services are sold.
B. LICENSES. Vendor must maintain a valid and current status on all required federal,
state/provincial, and local licenses, bonds, and permits required for the operation of the
business that the Vendor conducts with Sourcewell and Participating Entities.
20. BANKRUPTCY, DEBARMENT, OR SUSPENSION CERTIFICATION
Vendor certifies and warrants that it is not in bankruptcy or that it has previously disclosed in
writing certain information to Sourcewell related to bankruptcy actions. If at any time during
this Contract Vendor declares bankruptcy, Vendor must immediately notify Sourcewell in
writing.
Vendor certifies and warrants that neither it nor its principals are presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs
operated by the State of Minnesota; the United States federal government or the Canadian
Rev. 10/2020
13
219
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
government, as applicable; or any Participating Entity. Vendor certifies and warrants that
neither it nor its principals have been convicted of a criminal offense related to the subject
matter of this Contract. Vendor further warrants that it will provide immediate written notice
to Sourcewell if this certification changes at any time.
21. PROVISIONS FOR NON -UNITED STATES FEDERAL ENTITY PROCUREMENTS UNDER
UNITED STATES FEDERAL AWARDS OR OTHER AWARDS
Participating Entities that use United States federal grant or FEMA funds to purchase goods or
services from this Contract may be subject to additional requirements including the
procurement standards of the Uniform Administrative Requirements, Cost Principles and Audit
Requirements for Federal Awards, 2 C.F.R. § 200. Participating Entities may also require
additional requirements based on specific funding specifications. Within this Article, all
references to "federal" should be interpreted to mean the United States federal government.
The following list only applies when a Participating Entity accesses Vendor's Equipment,
Products, or Services with United States federal funds.
A. EQUAL EMPLOYMENT OPPORTUNITY. Except as otherwise provided under 41 C.F.R. § 60, all
contracts that meet the definition of "federally assisted construction contract" in 41 C.F.R. § 60-
1.3 must include the equal opportunity clause provided under 41 C.F.R. §60-1.4(b), in
accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319,
12935, 3 C.F.R. §, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity," and implementing
regulations at 41 C.F.R. § 60, "Office of Federal Contract Compliance Programs, Equal
Employment Opportunity, Department of Labor." The equal opportunity clause is incorporated
herein by reference.
B. DAVIS-BACON ACT, AS AMENDED (40 U.S.C. § 3141-3148). When required by federal
program legislation, all prime construction contracts in excess of $2,000 awarded by non-
federal entities must include a provision for compliance with the Davis -Bacon Act (40 U.S.C. §
3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 C.F.R. § 5,
"Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted
Construction"). In accordance with the statute, contractors must be required to pay wages to
laborers and mechanics at a rate not less than the prevailing wages specified in a wage
determination made by the Secretary of Labor. In addition, contractors must be required to pay
wages not less than once a week. The non-federal entity must place a copy of the current
prevailing wage determination issued by the Department of Labor in each solicitation. The
decision to award a contract or subcontract must be conditioned upon the acceptance of the
wage determination. The non-federal entity must report all suspected or reported violations to
the federal awarding agency. The contracts must also include a provision for compliance with
the Copeland "Anti -Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor
regulations (29 C.F.R. § 3, "Contractors and Subcontractors on Public Building or Public Work
Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that
Rev. 10/2020
14
220
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
each contractor or subrecipient must be prohibited from inducing, by any means, any person
employed in the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The non-federal entity must report
all suspected or reported violations to the federal awarding agency. Vendor must be in
compliance with all applicable Davis -Bacon Act provisions.
C. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (40 U.S.C. § 3701-3708). Where
applicable, all contracts awarded by the non-federal entity in excess of $100,000 that involve
the employment of mechanics or laborers must include a provision for compliance with 40
U.S.C. §§ 3702 and 3704, as supplemented by Department of Labor regulations (29 C.F.R. § 5).
Under 40 U.S.C. § 3702 of the Act, each contractor must be required to compute the wages of
every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess
of the standard work week is permissible provided that the worker is compensated at a rate of
not less than one and a half times the basic rate of pay for all hours worked in excess of 40
hours in the work week. The requirements of 40 U.S.C. § 3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or
under working conditions which are unsanitary, hazardous or dangerous. These requirements
do not apply to the purchases of supplies or materials or articles ordinarily available on the
open market, or contracts for transportation or transmission of intelligence. This provision is
hereby incorporated by reference into this Contract. Vendor certifies that during the term of an
award for all contracts by Sourcewell resulting from this procurement process, Vendor must
comply with applicable requirements as referenced above.
D. RIGHTS TO INVENTIONS MADE UNDER A CONTRACTOR AGREEMENT. Intentionally Omitted.
E. CLEAN AIR ACT (42 U.S.C. § 7401-7671Q.) AND THE FEDERAL WATER POLLUTION CONTROL
ACT (33 U.S.C. § 1251-1387). Contracts and subgrants of amounts in excess of $150,000 require
the non-federal award to agree to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C. § 7401- 7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. § 1251- 1387). Violations must be reported to the Federal
awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Vendor
certifies that during the term of this Contract will comply with applicable requirements as
referenced above.
F. DEBARMENT AND SUSPENSION (EXECUTIVE ORDERS 12549 AND 12689). A contract award
(see 2 C.F.R. § 180.220) must not be made to parties listed on the government wide exclusions
in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 C.F.R.
§180 that implement Executive Orders 12549 (3 C.F.R. § 1986 Comp., p. 189) and 12689 (3
C.F.R. § 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names
of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared
ineligible under statutory or regulatory authority other than Executive Order 12549. Vendor
certifies that neither it nor its principals are presently debarred, suspended, proposed for
Rev. 10/2020
15
221
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
debarment, declared ineligible, or voluntarily excluded from participation by any federal
department or agency.
G. BYRD ANTI -LOBBYING AMENDMENT, AS AMENDED (31 U.S.C. § 1352). Vendors must file
any required certifications. Vendors must not have used federal appropriated funds to pay any
person or organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any federal contract, grant, or any other award
covered by 31 U.S.C. § 1352. Vendors must 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 non-federal award. Vendors must file all certifications and disclosures
required by, and otherwise comply with, the Byrd Anti -Lobbying Amendment (31 U.S.C. §
1352).
H. RECORD RETENTION REQUIREMENTS. To the extent applicable, Vendor must comply with
the record retention requirements detailed in 2 C.F.R. § 200.333. The Vendor further certifies
that it will retain all records as required by 2 C.F.R. § 200.333 for a period of 3 years after
grantees or subgrantees submit final expenditure reports or quarterly or annual financial
reports, as applicable, and all other pending matters are closed.
I. ENERGY POLICY AND CONSERVATION ACT COMPLIANCE. To the extent applicable, Vendor
must comply with the mandatory standards and policies relating to energy efficiency which are
contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act.
J. BUY AMERICAN PROVISIONS COMPLIANCE. To the extent applicable, Vendor must comply
with all applicable provisions of the Buy American Act. Purchases made in accordance with the
Buy American Act must follow the applicable procurement rules calling for free and open
competition.
K. ACCESS TO RECORDS (2 C.F.R. § 200.336). Vendor agrees that duly authorized
representatives of a federal agency must have access to any books, documents, papers and
records of Vendor that are directly pertinent to Vendor's discharge of its obligations under this
Contract for the purpose of making audits, examinations, excerpts, and transcriptions. The right
also includes timely and reasonable access to Vendor's personnel for the purpose of interview
and discussion relating to such documents.
L. PROCUREMENT OF RECOVERED MATERIALS (2 C.F.R. § 200.322). A non-federal entity that is
a state agency or agency of a political subdivision of a state and its contractors must comply
with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation
and Recovery Act. The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA) at 40 C.F.R. § 247 that contain the
highest percentage of recovered materials practicable, consistent with maintaining a
Rev. 10/2020
16
222
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
042021-MOT
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the
value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring
solid waste management services in a manner that maximizes energy and resource recovery;
and establishing an affirmative procurement program for procurement of recovered materials
identified in the EPA guidelines.
22. CANCELLATION
Sourcewell or Vendor may cancel this Contract at any time, with or without cause, upon 60
days' written notice to the other party. However, Sourcewell may cancel this Contract
immediately upon discovery of a material defect in any certification made in Vendor's Proposal.
Cancellation of this Contract does not relieve either party of financial, product, or service
obligations incurred or accrued prior to cancellation.
Sourcewell
EDocuSigned by:
y 5(6��
COFD2A739D06489...
By:
Jeremy Schwartz
Title: Chief Procurement Officer
7/3/2021 1 8:47 AM CDT
Date:
Approved:
DocuSigned by: l
7E42B8F817A64CC...
By:
Chad Coauette
Title: Executive Director/CEO
7/4/2021 1 6:43 PM CDT
Date:
Rev. 10/2020
Motorola Solutions, Inc.
DocuSigned by:
h^�Lj&
BCC52DFA8464445...
By:
Carrie Hemmen
Title: MSSSI Territory Vice President &
Director of Sales
7/2/2021 1 3:56 PM CDT
Date:
17
223
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
RFP 042021 - Public Safety Communications Technology and
Hardware Solutions
Vendor Details
Company Name:
Motorola Solutions, Inc.
500 W Monroe St
Address:
Ste 4400
Chicago, IL 60661
Contact:
Lane Feingold
Email:
lane.feingold@motorolasolutions.com
Phone:
720-338-7624
HST#:
36-1115800
Submission Details
Created On:
Submitted On:
Submitted By:
Email:
Transaction #:
Submitter's IP Address
Tuesday March 30, 2021 21:05:37
Tuesday April 20, 2021 12:23:07
Lane Feingold
lane.feingold@motorolasolutions.com
a493650e-28b5-493e-a 11 e-7305bc7e532a
140.101.167.250
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, It 224
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Specifications
Table 1: Proposer Identity & Authorized Representatives
General Instructions (applies to all Tables) Sourcewell prefers a brief but thorough response to each question. Do not merely attach
additional documents to your response without also providing a substantive response. Do not leave answers blank; respond "N/A" if the
question does not apply to you (preferably with an explanation).
Line Question
Item
Response*
1 Proposer Legal Name (and Motorola Solutions, Inc.
applicable d/b/a, if any):
2 Proposer Address: 500 W. Monroe, Chicago IL 60661
3 Proposer website address: https://www.motorolasolutions.com/
4 Proposer's Authorized
Repre�name, title,
addre CC ��fflfl ��( address & phone)
(The repr�entpt've must have
authority {� Sigli�Tte "Proposer's
Assurance of Compliance" on
behalf of the Proposer and, in the
event of award, will be expected
to execute the resulting contract):
5 Proposer's primary contact for this
proposal (name, title, address,
email address & phone):
Carrie Hemmen
Territory Vice President & Director of Sales
500 W. Monroe, Chicago IL 60661
carrie.hemmgQgfnotorolasolutions.com
602-319-2355
Lane Feingold
Senior Account Manager
7237 Church Ranch Blvd, Ste 406
Westminster, CO 80021
lane.feingold@motorolasolutions.com
720-338-7624
Proposer's other contacts for this Tracy Loudenslager
proposal, if any (name, title, MSSSI Vice President and Director, U.S. Federal Government Market Channels & Sales
address, email address & phone): Q,gejgrp tracy.loudenslager@motorolasolutions.com
10- 2- 143
Joe Fick
Seegnioff��r Account Manager
g1951f,3�?3�3rol asolutions. com
Table 2: Company Information and Financial Strength
Line Question Response*
Item
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 225
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Provide a brief history of your company, Motorola Solutions is a global leader in mission -critical communications. Our
including your company's core values, technology platforms in communications, command center software, video security &
business philosophy, and industry longevity analytics, and managed & support services make cities safer and help communities
related to the requested equipment, products and businesses thrive. Motorola Solutions has created the first and only mission
or services. critical ecosystem built for Public Safety and Enterprise. Our mission is to never
stop advancing that lifeline.
We have a rich history of firsts, including pioneering mobile communications in the
1930s, creating the technology that carried the first words from the moon in 1969,
developing the first commercial handheld cellular phone in 1983 and revolutionizing
public safety communications with the launch of smart radio, APX NEXT and public
safety virtual assistant, ViQi in 2019. Today, our employees are committed to
designing and delivering the solutions our customers refer to as their lifeline. At
Motorola Solutions, we are ushering in a new era in public safety and security.
For more than 90 years, Motorola Solutions has demonstrated our stability and
commitment to public safety. With more than 800 P25 deployments across North
America, we are the partner of choice for large-scale emergency radio networks
around the continent. And with a growing portfolio of devices, applications, and
services designed to increase the safety and efficiency of first responders, we are
now firmly established at the leading edge of mission critical communications.
In the United States, Motorola is responsible for the deployment of 36 state-wide
mission critical radio networks, as well as hundreds of county -wide systems and
municipality systems across the country.
What are your company's expectations in the If awarded, Motorola Solutions expects to utilize this contract with may of our
event of an award? customers to allow them to purchase equipment and services without going to bid.
9 Demonstrate your financial strength and
stability with meaningful data. This could
include such items as financial statements,
SEC filings, credit and bond ratings, letters
of credit, and detailed reference letters.
Upload supporting documents (as applicable)
in the document upload section of your
response.
10 What is your US market share for the
solutions that you are proposing?
You can find our Quarterly Earning and other financial information at
https:Hinvestors. motorolasolutions.com/earnings-sec-filings/QuarterlyResults/default.aspx.
Motorola Solutions Annual reports from 2010 to the present can be found here:
hftp://investors.motorolasolutions.com/AnnuaIReports
"Motorola Solutions ("Motorola") is a publicly traded company (NYSE - MSI) with
billions of dollars in annual sales globally, employing thousands of workers
worldwide, and having tens of thousands of shareholders. Such inquiries may be
subject to confidentiality rules, whereby disclosure is prohibited. As a publicly traded
company, Motorola files an annual report Form 10-K with the SEC and describes
therein certain information that is material for disclosure under SEC rules. Our
Annual Report on Form 10-K and Quarterly Reports on Form 10-Q can be found at
www.sec.gov or on our website, https://investors.motorolasolutions.com/earnings-sec-
filings/QuarterlyResults/default.aspx"
11 What is your Canadian market share for the We are not including Canada as a part of this RFP Response.
solutions that you are proposing?
12 Has your business ever petitioned for
bankruptcy protection? If so, explain in detail.
13 How is your organization best described: is
it a manufacturer, a distributor/dealer/reseller,
or a service provider? Answer whichever
question (either a) or b) just below) best
applies to your organization.
a) If your company is best described as
a distributor/dealer/reseller (or similar entity),
provide your written authorization to act as a
distributor/dealer/reseller for the manufacturer
of the products proposed in this RFP. If
applicable, is your dealer network
independent or company owned?
b) If your company is best described as
a manufacturer or service provider, describe
your relationship with your sales and service
force and with your dealer network in
delivering the products and services
proposed in this RFP. Are these individuals
Motorola Solutions, Inc. ("Motorola") is a Fortune 500 company that is publicly traded
on the New York Stock Exchange employing thousands of workers worldwide. As is
normal for such companies, Motorola and its subsidiaries do not maintain centrally
located records that would allow it to answer the question as written. However,
Motorola, Inc. has never filed a petition in bankruptcy, nor taken any action with
respect to receivership, moratorium, or assignment for the benefit of creditors. As
a publicly traded company, Motorola files an annual report Form 10-K with the SEC
and describes certain material for disclosure under SEC rules. Motorola's most
recent 10-K report can be found at: http://investors.motorolasolutions.com/Docs
Motorola Solutions is a manufacturer as well as a service provider. From a sales
perspective, we have a direct sales force of over 200 people across the United
States as well as Manufacturer Representatives throughout the United States.
The Manufacturers Representative (MR) program is designed to improve Motorola
Solutions market reach and account coverage by leveraging a single integrated
distribution strategy to combine MST's Go -to Market Resources with those of our MR
Partners so as to deliver unparalleled value and ease of doing business to our
Customers. The Motorola Field Team designates the accounts, develops or approves
the strategy for the account, determines the products to be offered, and establishes
the selling or contract price. The business is transacted in Motorola's name allowing
the utilization of State and Local Purchasing contracts and sole source procurements
and combines high touch customer consultation with ease of doing business all for
the benefit of our Customers.
The Manufacturer's Representative (MR) Sales Program requires it's representatives
to complete necessary training to ensure that our MRs are familiar with our products
and how those products fit within the needs of our customers. Manufacturer's
Representatives (MRs) serve as an extension of the MSI direct account sales team
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, It 226
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
your employees, or the employees of a third and perform sales functions on behalf of Motorola. Sales facilitated by MRs are
party? considered MSI sales; the end customer would issue a purchase order to Motorola.
Likewise for service, we utilize the Field Service Organization (FSO) within Motorola
Solutions as well as our certified Motorola Service Partners. Motorola's technical
experts have the most cumulative years of experience in the industry, with over
1,000 years of current experience.
The Field Services Organization (FSO) is a nationwide organization of over 500
trained and certified Motorola technicians. They are responsible for the sustainment
of our government and commercial LMR systems and related applications. FSO
provides onsite support, preventative maintenance and 24X7 support. They support
our customers by providing best in class, highly qualified and trained service
delivery.
From the Service Shop perspective, Motorola has over 450 registered service
locations across the United States and our collective service presence remains
significant in the industry. The Motorola Servicer Program is designed to recognize
and reward a Servicer's level of commitment and investment in the quality of service
provided to our customers. The Servicer program is founded on Motorola's key
values and expectations from our Servicers.
Members of the Service Partner Program are required to meet a number of
requirements to be admitted into the Motorola Service Partner Program. Depending
on the service partner level, each service partner is required to have individuals in
their company with the following training and certifications:
1. CET certification, Associates Degree in Electronics Engineering Technology, or
equivalent
2. Motorola R56 Certification
3. Motorola Service Specialist Program (Technical Associate) Certification: The
Service Specialist Certification Program includes a wide selection of classes from
our comprehensive technical training portfolio and includes the following certification
and underlying training courses:
P25 System Technical Associate Certification
ASTRO 25® Subscriber Portfolio Overview
ASTRO 250 IV&D System Overview
Introduction to R56
Basic Radio
4. Motorola Service Specialist Technical Certification: This certification includes the
following certifications which also include a wide selection of classes from our
comprehensive technical training portfolio that must be completed to achieve these
certifications.
APX Subscriber Technical Associate Certification
MCC7000 Console Maintenance Certification
ASTRO 250 Repeater Site Lifecycle Maintenance Certification
ASTRO 25® Simulcast Site Lifecycle Maintenance Certification
ASTRO 25® Master Site Lifecycle Maintenance Certification
The Motorola specific training consists of a combination of both online and instructor
led training. The instructor led training includes lab work where the technician gets
hands on experience with our equipment. Once the training course has been
completed, the technician is required to pass the corresponding course exam and
the certification lasts for 2 years. After the 2 year period, the technician will need to
recertify to keep their certification current. Please note that all technicians must also
be certified in the underlying technology for the systems they support.
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, It 227
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
14 If applicable, provide a detailed explanation
Personnel who would support the equipment and implementation in support of Public
outlining the licenses and certifications that
Safety Communication system infrastructure products and radios would include
are both required to be held, and actually
Project Managers, Engineers, System Technologists, Field Service Engineers,
held, by your organization (including third
Service Delivery Managers, the System Support Center, and other specialized staff
parties and subcontractors that you use) in
depending on the scope of the project. Motorola Solutions has a full training
pursuit of the business contemplated by this
curriculum as a requirement for each role.
RFP.
Motorola tracks the following training and certifications for the staff tasked with
supporting our Public Safety infrastructure in the Feld:
Training Classes to Track:
Antenna System Analysis (SRV2012)
Astro Ethernet Testing
Astro Networking I
Astro Firewalls/CEN
End -to -End Audio
Link Verification
LMR Master Basics
Network+ Bootcamp
Passive Intermodulation
R56 Installer/Auditor (NST9257)
Security+ Bootcamp
Signal Investigation Techniques
CompTIA Certifications:
CompTIA Network+
CompTIA Secuity+
ETA Certifications:
Antenna System Analysis (ASA)
APX Radio Technician (APX)
Associate (CETa)
Astro 25 RF Site Preventative Maintenance
(A25-SPM)
Certified Service Manager (CSM)
Communication Site Inspector / Auditor
(CSIA)
Communication Site Installer (R56)
Computer Service Technician (CST)
Customer Service Specialist (CSS)
Data Cabling Installer (DCI)
Industrial Electronics (IND)
Information Technology Security (ITS)
General Communications Technician I
(GCT1)
General Communications Technician II
(GCT2)
GTR 8000 P25 RF Site Performance
Verification (GTR-SPV)
GTR 8000 Repeater Site Technician (GTT)
Master CET (CETma)
Master Specialty (CETms(RF or IT))
M Core Technician (MCT 7.x)
Microwave Radio Technician (MRT)
Mobile Communications and Electronics
Installer (MCEI)
Network Computer Technician (NCT)
Network Systems Technician (NST)
PIM
RADAR
(RAD)
RF Signal Investigation Techniques (RFSIT)
T1 Link Verification (T1 LV)
Telecommunications (TCM)
Wireless (USMSS/TRN/WCN)
Wireless Network Technician (WNT)
15 Provide all "Suspension or Debarment' Motorola Solutions, Inc. ("Motorola") asserts that, to the best of its knowledge and
information that has applied to your belief, that presently, and for the last fifteen (15) years, neither it, its subsidiaries,
organization during the past ten years. nor their principals are or have been debarred or suspended from covered
transactions by any government entity.
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 228
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Table 3: Industry Recognition & Marketplace Success
Line Question Response'
Item
16 Describe any relevant industry awards or Company:
recognition that your company has received Around the world, Motorola Solutions has been consistently recognized for our
in the past five years technology leadership and business strength.
Fortune World's Most Admired Companies, Network and Other Communications
Equipment, 2021
The Wall Street Journal Management Top 250, No. 108, 2020
Bloomberg 50 Companies to Watch in 2020, 2019
Government Technology GovTech 100, 2021
Employer:
We've been consistently recognized for our commitment to inclusion and diversity,
as well as providing fair working conditions for our employees.
Forbes America's Best Large Employers, 2021
FlexJobs Top 100 Companies to Watch for Remote Jobs, 2021
Built In 100 Best Large Companies to Work For, 2021
Built In Chicago 100 Best Places to Work in Chicago, 2021
Human Rights Campaign Corporate Equality Index, 2021
ComputerWorld Best Places to Work in IT, 2020
Fast Company's 100 Best Workplaces for Innovators, 2020
Forbes America's Best Employers for Diversity, 2020
Disability Equality Index Best Places to Work, 2020
Bloomberg Gender Equality Index, 2019
WayUp Top 100 U.S. Internship Programs, 2019
Corporate Responsibility:
We've been recognized for our leadership in corporate responsibility, including
programs focused on the environment, governance, supply chain and community
commitment.
Barron's 100 Most Sustainable Companies, No. 19, 2020
Newsweek America's Most Responsible Companies, 2021
The Wall Street Journal Top 100 Most Sustainably Managed Companies in the
World, No. 27, 2020
Innovation:
Our products and solutions are consistently recognized for excellence in design. To
date, we've earned more than 90 awards for distinction in innovation.
Fast Company's Most Creative People in Business 2020, Paul Steinberg for APX
NEXT
APX NEXT digital launch named as a finalist in Fast Company's Innovation by
Design Awards User Experience Category, 2020
iF Design Award, 20 awards since 2009
Red Dot Design Award, 19 awards since 2008
Australia Good Design Award, 19 awards since 2009
Japan Good Design Award, 3 awards since 2014
International Design Excellence Awards, 14 awards since 1996
Chicago Athenaeum Good Design Awards, 5 awards since 2014
https://www. motorolasolutions.com/en_us/about/company-overview/recogn ition. html
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, It 229
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
1 r what percentage of your sales are to the
,governmental sector in the past three years
"Motorola Solutions is a global leader in mission critical communications and
analytics. Our technologies in Land Mobile Radio Mission Critical Communications
(""LMR"" or ""LMR Mission Critical Communications""), bolstered by managed and
support services, make communities safer and help businesses stay productive and
secure. We serve more than 100,000 public safety and commercial customers in
over 100 countries, providing "purpose-built" solutions designed for their unique
needs, and we have a rich heritage of innovation focusing on advancing global
safety for more than 90 years. We serve government agencies, state and local
public safety agencies, as well as a,) ...... a.U.bl and industrial r, j�J�] Our
customer base is fragmented and yyyy/Id�g�rgg� when considerir :"(� MI./My levels of
goyery epjal and first -responder dc� -is(tTn-15i�kers that procure and use our products
aril tePVices. Serving this global customer base spanning federal, state, county,
province, territory, municipal, and departmental independent bodies, along with our
(� ���g/ ) and industrial ,rr, requires a significant go-to-marke41V
,g �P l.l)� r(lll�I customers are t U.S., y 1p�1qp� (through multiple �gfrpil"I I
various brig e��SS and agencies, inclu l m tli� timed services) arlk r1 IIL Office
I the tfnii��K hgdom, representing approximately 9% and 8% of our consolidated
iet sales in 2020, respectively. Our Annual Report on Form 10-K and Quarterly
Reports on Form 10-Q can be found at www.sec.gov or on our website,
iffos://investors. motorolasol utions. com/earnings-sec-fi I ings/QuarterlyResults/defau It. aspx"
18 What percentage of your sales are to the
"Motorola Solutions is a global leader in mission critical communications and
education sector in the past three years
analytics. Our technologies in Land Mobile Radio Mission Critical Communications
(""LMR"" or ""LMR Mission Critical Communications""), bolstered by managed and
support services, make communities safer and help businesses stay productive and
secure. We serve more than 100,000 public safety and commercial customers in
over 100 countries, providing "purpose-built" solutions designed for their unique
needs, and we have a rich heritage of innovation focusing on advancing global
safety for more than 90 years. We serve government agencies, state and local
public safety agencies, as well as commercial and industrial customers. Our
customer base is fragmented and widespread when considering the many levels of
governmental and first -responder decision -makers that procure and use our products
and services. Serving this global customer base spanning federal, state, county,
province, territory, municipal, and departmental independent bodies, along with our
commercial and industrial customers, requires a significant go -to -market investment.
Our largest customers are the U.S. government (through multiple contracts with its
various branches and agencies, including the armed services) and the Home Office
of the United Kingdom, representing approximately 9% and 8% of our consolidated
net sales in 2020, respectively. Our Annual Report on Form 10-K and Quarterly
Reports on Form 10-Q can be found at www.sec.gov or on our website,
https:Hi nvestors. motorolasol utions. com/earnings-sec-fi I i ngs/Qu a rterlyResu Its/defau It. aspx"
19 List any state, provincial, or cooperative
Motorola Wulj�ns �� y,9,o�s state contracts and !��I.QnwM"t5 frame agr��rpgpPj ,
purchasing contracts that you hold. What is
\
Houston -Gal Nis on a CbUnc ( lH-GAC) and NASPU awe int (NVP) to our
the annual sales volume for each of these
top valued frame agreements.
contracts over the past three years?
20 List any GSA contracts or Standing Offers
Motorola Solutions does not have a direct GSA contract for Radio Products.
and Supply Arrangements (SOSA) that you
hold. What is the annual sales volume for
each of these contracts over the past three
years?
Table 4: References/Testimonials
Line Item 21. Supply reference information from three customers who are eligible to be Sourcewell participating entities.
Entity Name *
Hennepin County, MN
City of New Orleans, LA
City of Aurora, CO
Contact Name *
Sheriff David Hutchinson
Ross Belirnpois
Tracey Kent
Phone Number*
612-348-3744
504-658-3930
303-326-8182
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 230
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Table 5: Top Five Government or Education Customers
Line Item 22. Provide a list of your top five government, education, or non-profit customers (entity name is optional),
including entity type, the state or province the entity is located in, scope of the project(s), size of transaction(s), and dollar
volumes from the past three years.
State /
Dollar Volume Past Three
Entity Name
Entity Type *
Province *
Scope of Work *
Size of Transactions *
Years *
Name not
Government
New York -NY Project 25 (P25) radio system Various 122,100,100
included
and services
Name not
Government
I North Dakota -
Project 25 (P25) radio system
Various
94,100,000
included
ND
and services
Name not
Government
Michigan - MI
Project 25 (P25) radio system
Various
72,500,000
included
and services
Name not
Government
Arizona - AZ
Project 25 (P25) radio system
Various
71,100,000
included
I
and services
Name not
Government
I
Arkansas - AR
Project 25 (P25) radio system
Various
63,500,000
included
and services
Table 6: Ability to Sell and Deliver Service
Describe your company's capability to meet the needs of Sourcewell participating entities across the US and Canada, as applicable.
Your response should address in detail at least the following areas: locations of your network of sales and service providers, the number
of workers (full-time equivalents) involved in each sector, whether these workers are your direct employees (or employees of a third
party), and any overlap between the sales and service functions.
Line Question Response*
Item
23 Sales force. Motorola Solutions has a direct sales force in the United States of over 200 people
spread across all 50 states.. This, along with the over 490+ Manufacturer
Representative sales people represents our total sales force. We have a presence in
all 50 states.
24
25
26
Dealer network or other distribution
methods.
Service force.
Describe in detail the process and
procedure of your customer service
program, if applicable. Include your
response -time capabilities and
commitments, as well as any incentives
that help your providers meet your stated
service goals or promises.
Motorola Solutions has 170+ Manufactures Representative (MR) Sales Partners with
locations in all 50 United States, with 490+ individual Authorized MR Sales
Representatives. MRs are described in the answer to Line 13.
Motorola utilizes our Field Service Organization (FSO) and a network of over 450
certified service shops that are located across all 50 states. These are both
described in the answer to Line 13
Our customer service includes essential services that are delivered through a tailored
ciD✓YI�bJ( g of local field service personnel, centralized teams equipped with a
soo ti a d service delivery platform, product repair depots, and MyView Portal.
These service entities will collaborate to swiftly analyze issues, accurately diagnose
root causes, and promptly resolve issues to restore the Customer's network to
normal operations.
Centralized Managed Support Operations
The cornerstone of Motorola Solutions' support process is the Centralized Managed
Support Operations ("CMSO") organization, which includes the Service Desk and
technical support teams. The CMSO is staffed 24x7x365 by experienced personnel,
including service desk specialists, security analysts, and operations managers.
The Service Desk provides a single point of contact for all service related items,
including
c��F
jcf)Ail , j;ns between the Customer, Motorola Solutions, and third -party
��I&�Uesk processes service requests, service incidents, change requests, and
dispatching, and communicates with stakeholders in accordance with pre -defined
response times. All incoming transactions through the Service Desk are recorded,
tracked, and
updated through the Motorola Solutions Customer Relationship Management ("CRM")
system. The Service Desk also documents Customer inquiries, requests, concerns,
and related tickets.
The CMSO coordinates with the Feld service organization that will serve the
Customer locally.
Customer Support Manager
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 231
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
A Motorola Solutions Customer Support Manager ("CSM") will be the Customer's key
point of contact for defining and administering services. The CSM's initial
responsibility is to create the Customer Support Plan ("CSP") in collaboration with the
Customer.
The CSP functions as an operating document that personalizes the services
described in this document. The CSP contains Customer -specific information, such as
site names, site access directions, key contact persons, any tailored case priority
level definitions, case handling instructions, and escalation paths for special issues.
The CSP also defines the division of responsibilities between the Customer and
Motorola Solutions so response protocols are pre -defined and well understood when
the need arises.
The CSP governs how the services will be performed and will be automatically
integrated into this Statement of Work by this reference. The CSM and Customer will
review and amend the CSP on a mutually agreed cadence so the CSP remains
current and effective in governing the Essential Services.
Repair Depot
The Motorola Solutions Repair Depot provides the Customer with a central repair
location, eliminating the need to send network equipment to multiple vendor locations
for repair. All products sent to the Depot are tracked throughout the repair process,
from inbound shipment to return, through a case management system that enables
Customer representatives to see repair status.
MyView Portal
Supplementing the CSM and the Service Desk as the Customer points of contact,
MyView Portal is a web -based platform that provides network maintenance and
operations information. The portal is accessed from a desktop, laptop, tablet, or
smartphone web browser. The information available includes:
• Remote Technical Support: Manage cases and view self-service reports. Observe
incident details by incident priority level, and track the progress of issue resolution.
• Network Hardware Repair: Track return material authorizations ("RMA") shipped to
Motorola Solutions' repair depot and eliminate the need to call for status updates. In
certain countries, customers will also have the ability to create new RMA requests
online.
• Security Update Service: View available security updates. Access available security
update
downloads.
• Orders and Contract Information: View available information regarding orders,
service contracts, and service coverage details.
The data presented in MyView Portal is provided to support the services described
in the following sections, which define the terms of any service delivery commitments
associated with this data.
Quality Team
Our Quality Team is used as a resource for our customers, and brought in when a
customer is having issues with a product or solution that is not being resolved in a
timely manner. The Quality team continuously tracks ongoing issues and pushes them
to closure when
necessary.
We have also included the
Mission Critical Operations white paper in our attachments for additional information.
Response Times
Response Times vary depending on the product or system in question, but are in
line with the the requirements of our customer's expectations.
27 Describe your ability and willingness to We are equipped and staffed to deliver our products and services to any government
provide your products and services to customer throughout the United States, and we have a proven track record of taking
Sourcewell participating entities in the care of our customer and meeting our commitments that goes back decades.
United States.
28 Describe your ability and willingness to We are not including Canada as a part of this RFP response.
provide your products and services to
Sourcewell participating entities in Canada.
29 Identify any geographic areas of the United We will not be serving any part of Canada within this RFP response.
States or Canada that you will NOT be
fully serving through the proposed contract.
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 232
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
30 Identity any Sourcewell participating entity
sectors (i.e., government, education, not -for -
profit) that you will NOT be fully serving
through the proposed contract. Explain in
detail. For example, does your company
have only a regional presence, or do other
cooperative purchasing contracts limit your
ability to promote another contract?
31 Define any specific contract requirements
or restrictions that would apply to our
participating entities in Hawaii and Alaska
and in US Territories.
Table 7: Marketing Plan
VVdhin the United States, we will be lolly serving all Federal, State, and local
government and education entities.
Motorola Solutions, Inc. ("Motorola") asserts that, to the best of its knowledge and
belief, that presently, there are no requirements or restrictions that would apply to the
participating entities in Hawaii and Alaska and in US Territories.
Line Question Response*
Item
32 Describe your marketing strategy for Motorola values the relationships that are created with our customers and actively engage
promoting this contract opportunity. on a regular basis. We engage at live events, webinars, and tradeshows. In the past,
Upload representative samples of your Motorola has hosted webinars explaining the benefits of existing contracts and can do so
marketing materials (if applicable) in for Sourcewell. Occasionally on a regional level, contract exclusive promotions are run and
the document upload section of your advertised through email campaigns. This is also something we can do for Sourcewell.
response.
33 1 Describe your use of technology and Motorola Solutions leverages its social media channels on t-inkedin, Facebook, Twitter and
digital data (e.g., social media,
metadata usage) to enhance
marketing effectiveness.
YouTube to convey our values and mission. Through our channels, we highlight upcoming
product and software launches, customer success stories and leverage marketing content
in the form of videos and documents to highlight our commitment to public safety.
Customer led programs are sponsored by Motorola to provide a channel for feedback to
our users. Motorola's website and e-commerce site have a large presence on the internet
housing brand, product and marketing content.
34 In your view, what is Sourcewell's role
While it would be great for Sourcewell to market the vendors that are awarded contracts,
in promoting contracts arising out of
we do understand that Sourcewell has a large number of participating vendors and
this RFP? How will you integrate a
marketing for each of them would be prohibitive. If awarded the contract, our direct sellers
Sourcewell-awarded contract into your
as well as our Manufacturer Representatives will consistently discuss our products and
sales process?
services and that the Sourcewell contract can be used as a method of purchase with all
of our customers. Even if they are not current members of Sourcewell, we will discuss that
by joining Sourcewell they will have a contracting vehicle in place that is already
competitively bid and priced.
35 re your products or services
Not all of our products and services are able to be purchased from our e-procurement
available through an e-procurement
system (shop.motorolasgl >igns Gpr]?). But all of our accessories and many of our parts are
ordering process? If so, describe your
available through that Sy�f�fn �� Ular customers to order at any time.
a -procurement system and how
ggyern Pn[a, and educational
c LLi l i Ave used it.
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 233
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Table 8: Value -Added Attributes
Line m
Ite36
Question
Response*
Describe any product, equipment,
Motorola Solutions has a Learning eXperience Portal (LXP) that encapsulates all that our
maintenance, or operator training
Worldwide Learning Services (WLS) team. Here you can register for training, complete
programs that you offer to
online training, and track where you are on all required training that you have. We also
Sourcewell participating entities.
offer in -person training for specific classes. While training in never required, we highly
Include details, such as whether
recommend training be included for customers that will be utilizing a solution for the first
training is standard or optional,
time. Our training website can be found here: https://Iearning.motorolasolutions.com/
who provides training, and any
costs that apply.
37 Describe any technological
For decades, Motorola Solutions has been at J,(j f r rf)nt of Public Safety (,� )rI jr�ri�ns!
�aate
advances that your proposed
Technology. From an LTE connected 2-way rd VU 117 LTE systems arl�i %�Y'iCC��, uJZ
products or services offer.
are continuously innovating to bring advanced and necessary technology to our customers.
We have developed the majority of "firsts" in 2-way communications from before WWII until
now. We spent $686 million dollars on research and development in 2020 to ensure that
vve stay in that position going forward.
38 Describe any "green" initiatives
that relate to your company or to
your products or services, and
include a list of the certifying
agency for each.
39 Identify any third -party issued eco-
labels, ratings or certifications that
your company has received for
the equipment or products
included in your Proposal related
to energy efficiency or
conservation, life -cycle design
(cradle -to -cradle), or other
preen/sustainability factors.
40 Describe any Women or Minority
Business Entity (WMBE), Small
Business Entity (SBE), or veteran
owned business certifications that
your company or hub partners
have obtained. Upload
documentation of certification (as
applicable) in the document
upload section of your response.
41 I'Vhat unique attributes does your
yompany, your products, or your
services offer to Sourcewell
participating entities? What makes
your proposed solutions unique in
;our industry as it applies to
Sourcewell participating entities?
the services we offer are comas //�@��'ve and available beginning with our System Support
Center that is open 24x7x365. �U�� Our Network Operation Center to continuously
monitor the systems that we support to identify and issues as soon as they begin. Our
Field Service Organization (500+) and our Service Partners (450+ shops) are available to
provide the needed services to our customers for project implementations, maintenance, and
issue response.
Please find attached the 2019 Corporate Responsibility Report
r'iease frno attacnea the 2019 Corporate KesponsiDmty neport
We do not qualify for any of these certifications, but we partner with WMBE and SBEs
regularly.
Motorola Solutions is a p/ I�y �l Ugty solutions company that has been in business over 90
years. Public safety is wi � 1F ,i iVe. We focus our R&D dollars and time investments on
building solutions that are integrated solutions. With all of these solutions, we have created
an end -to -end platform and can provide the technology to handle an incident from the time
someone picks up the phone to call 911, through case closure. We also offer
implementation, managed, and support services to assure that our solutions are properly
installed and maintained throughout their lifecycle.
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 234
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Table 9: Warranty
Describe in detail your manufacturer warranty program, including conditions and requirements to qualify, claims procedure,
and overall structure. You may upload representative samples of your warranty materials (if applicable) in the document
upload section of your response in addition to responding to the questions below.
Line
Item Question Response
42 Do your warranties cover all products, parts, and Warranty covers all products, parts and labor provided by Motorola. For third
labor? party products we will flow through the OEM's standard warranty as provided
to us.
43 Do your yyyy�•r(r9 t(� i(p )njp I pipe restrictions or Warranty does not cover products that fail as a result of liquid, lightning or
other limild�ie) t��at lYli'l/L�(Se1� affect coverage? physical damage.
44 Do your warranties cover the expense of
technicians' travel time and mileage to perform
warranty repairs?
45 Are there any geogra lop;; of the United
States or Canada (as �E51� ,ta0C,-) for which you
cannot provide a certified technician to perform
warranty repairs? How will Sourcewell
participating entities in these regions be provided
service for warranty repair?
46 Will you cover warranty service for items made by
other manufacturers that are part of your proposal,
or are these warranties issues typically passed on
to the original equipment manufacturer?
47 V'V'I dt a e ye r p upused excle:o ige �:l Cl iet.rin
programs and policies?
48 Describe any service contract options for the
items included in your proposal.
For infrastructure products, warranty does cover travel and mileage expenses
for a technicians to respond on site. Subscriber warranty is provide through
our repair depot.
Within the Unites State vve are able to serve all geographic regions. 'We will
not be serving any part of Canada within this RFP response.
Warranty covers all products and systems manufactured by Motorola. For any
individual drop -ship items, those are covered by the warranty provided by
that specific vendor. In other words, for third party products we will flow
through the OEM's standard warranty as provided to us.
VVa,ia d:y covers the iepaili a id ieL( iii uli pud.cts pouvlldii::d by IVllutriJ&.
advanced replacement options can be quoted in addition to the standard
warranty.
Motorola offers Warranty Wrap options for infrastructure systems. This
enhances the manufacture warranty to 24X7 coverage and can include
monitoring where applicable.
Table 10: Payment Terms and Financing Options
Line Question Response*
Item
49 What are your payment terms (e.g., net 10, net 30)? Net 30
50 Describe any leasing or financing options available for use
by educational y ental entities.
51 Briefly describe your proposed order process. Include
enough detail to support your ability to report quarterly
sales to Sourcewell as described in the Contract template.
For example, indicate whether your dealer network is
included in your response and whether each dealer (or
some other entity) will process the Sourcewell participating
entities' purchase orders.
We work with the Motorola Solutions Credit Company to provide
financing options for ourN���r We have been doing this for
over 35 years for our cul Gi I to give them a competitive
,financing option.
For the quarterly reports, we will work with our Order Management
team to set up a specific bid and quote (B&Q) number that will be
used when processing all orders under this contract. Then we will
be able to utilize that B&Q number for create the quarterly report,
and process payment to Sourcewell based off of the amount sold.
We are currently doing it this way for the other cooperative
purchasing contracts.
Only Motorola Solutions and our Manufacturer Representatives will
process participating agency purchase orders. Regardless of which
of the two processes the order, all purchase orders will be made
out to Motorola Solutions.
52 Do you accept the P-card procurerrrent and payment Yes vve do accept P Cards. There is not an additional cost to
process? If so, is there any additional cost to Sourcewell Sourcewell participating agencies to use a P-Card.
participating entities for using this process?
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 235
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Table 11: Pricing and Delivery
Provide detailed pricing information in the questions that follow below. Keep in mind that reasonable price and product adjustments can
be made during the term of an awarded Contract as desribed in the RFP, the template Contract, and the Sourcewell Price and Product
Change Request Form.
item
Question
Response*
53 Describe your pricing model (e.g., line -item discounts or
The pricing model we are using in this RFP response is showing
product -category discounts). Provide detailed pricing data
percentage discounts off of list price for each product category. The
(including standard or list pricing and the Sourcewell
details can be found in the pricing section that has been uploaded
discounted price) on all of the items that you want
with our response. We have also included as an attachment our
Sourcewell to consider as part of your RFP response. If
latest product catalog that shows list pricing for the majority (but not
applicable, provide a SKU for each item in your proposal.
all) of the solutions that we are proposing in this RFP response.
Upload your pricing materials (if applicable) in the
document upload section of your response.
54 Quantify the pricing discount represented by the pricing We have provided product -category discount percentages in our
proposal in this response. For example, if the pricing in attached pricing document. The range of discounts is take off list
your response represents a percentage discount from price.
MSRP or list, state the percentage or percentage range.
55 Describe any quantity or volume discounts or rebate Volume discounts or system incentives may be applied based on
programs that you offer. the size and scope of the opportunity.
56 F'ruµuse ,ai ifiathull of Fadlit-riil,y °60.11ced" Prudi.cts ui Fo( il:1bF11s 1.1-001 a'e clrupsliip ,:irnd Ut oujn.;ed by NI'LA. ula1 Su"Litiu is,
related services, which may be referred to as "open we supply those items at a cost plus. The percentage we use
market" items or "nonstandard options". For example, you varies depending on the item.
may supply such items "at cost" or "at cost plus a
Nt uc Faye;' or you may supply a quote for each such
request.
57 Identify any element of the total cost of acquisition that is
We have included all components needed for an acquisition within
NOT included in the pricing submitted with your response.
the pricing categories and discounts provided.
This includes all additional charges associated with a
purchase that are not directly identified as freight or
shipping charges. For example, list costs for items like pre -
delivery inspection, installation, set up, mandatory training,
or initial inspection. Identify any parties that impose such
costs and their relationship to the Proposer.
58 If freight, delivery, or shipping is an additional cost to the
Freight, delivery, and shipping are not additional costs. We do not
Sourcewell participating entity, describe in detail the
charge those items to government customers.
complete freight, shipping, and delivery program.
59 Specifically describe freight, shipping, and delivery terms or We have no specific or different freight, shipping, or delivery terms
programs available for Alaska, Hawaii, Canada, or any for Alaska or Hawaii. Canada is not a part of our response.
offshore delivery. Shipping terms are FOB Shipping.
60 Describe any unique distribution and/or delivery methods or vve have no unique distribution and/or delivery methods or options,
options offered in your proposal.
Table 12: Pricing Offered
time The Pricing Offered in this Proposal is: * Comments
61 b. the same as the Proposer typically offers to GPOs, cooperative procurement organizations, or state purchasing Please find our pricing
departments. details in the attachments
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 236
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Table 13: Audit and Administrative Fee
Line Question
Item
62 Specifically describe any self -audit process or program that you
plan to employ to verify compliance with your proposed Contract
with Sourcewell. This process includes ensuring that Sourcewell
participating entities obtain the proper pricing, that the Vendor
reports all sales under the Contract each quarter, and that the
Vendor remits the proper administrative fee to Sourcewell.
Response*
To ensure that we have proper pricing, we will load the
Sourcewell contract category discounts into our quoting
system so that we can utilize the discounts listed in our
response for Sourcewell members.
For the quarterly reports, we will work with our Order
Management team to set up a specific bid and quote (B&Q)
number that will be used when processing all orders under
this contract. Then we will be able to utilize that B&Q
number for create the quarterly report, and process payment
to Sourcewell based off of the amount sold. We are currently
doing it this way for the other cooperative purchasing
contracts.
Only Motorola Solutions and our Manufacturer
Representatives will process participating agency purchase
orders. Regardless of which of the two processes the order,
all purchase orders will be made out to Motorola Solutions.
63 If you are awarded a contract, provide a few examples of internal Total sales in US dollars per category
metrics that will be tracked to measure whether you are having
success with the contract.
64 Identify a proposed administrative fee that you will pay to We are proposing a 1% admin fee that will be calculated off
Sourcewell for facilitating, managing, and promoting the Sourcewell of total sales under this contract.
Contract in the event that you are awarded a Contract. This fee
is typically calculated as a percentage of Vendor's sales under the
Contract or as a per -unit fee; it is not a line -item addition to the
Member's cost of goods. (See the RFP and template Contract for
additional details.)
Table 14A: Depth and Breadth of Offered Equipment Products and Services
mLiQuestion Response*
Ite65 Provide a detailed description of the Below is a list of what is included in our offering. We have also included
equipment, products, and services that you specification sheets for these solutions. The specification documents include
are offering in your proposal. technical information, including the applicable safety or regulatory standards or
codes.
Land Mobile Radio Systems, Solutions, and Serices
Mobile and Portable radios and accessories
Base Stations and accessories
Radio Dispatch Consoles
Interoperability Solutions
Fire Station Alerting Solutions and Services
Broadband Wireless Infrastructure and Subscribers
Radio/Broadband Site Infrastructure (Towers, Shelters, UPSs and Generators)
Broadband and LTE Communication Equipment
Radio, Broadband, and LTE Implementation and Maintenance Services
66 vvitnin tnis Rt -H category tnere may De We have no sub -categories. All categories of equipment, products, and services are
subcategories of solutions. List subcategory listed above
titles that best describe your products and
services.
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, li 237
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Table 148: Depth and 8readth of Offered Equipment Products and Services
Indicate below if the listed types or classes of equipment, products, and services are offered within your proposal. Provide additional
comments in the text box provided, as necessary.
Line
Item
Category or Type
Offered *
Comments
67
Fire or EMS station alerting
Yes
Yes. We partner with Mach Alert to provide Fire Station Alerting solutions.
or paging systems
r No
68
Connectivity anc
a Yes
Yes. We are offering Critical Connect as our system to system interoperability
interoperability devices,
r No
solution, as well as control station radios to tie in legacy frequencies to current
hardware and equipment
radio systems.
69
Airborne, marine, and
Yes
No.
underwater communication
r No
systems
70
I Services related to lines 67,
r Yes
Yes. We have included the necessary services to implement and maintain the
`68 and 69 above
Ir No
(solutions mentioned in lines 67 & 68,
Table 15: Industry Specific Questions
Line
Item
Question
Response*
71 Describe the interoperability of
Because we follow industry standards across our portfolio, our products are fully interoperable with
your products and services with
other systems/devices that follow the definition in the specific standard in question. The standards
other equipment, software, and
the our products and solutions follow are listed in Line Item 73. Additionally, our services providers
systems, as applicable
maintain certifications required within each solution (certifications are detailed in Line Item 14).
72 Describe hove your products
Asi e fig( r ieetiny what the applicable standard defines for its interoperability requirements,
-ind services integrate with
of `d�utions has created an end -to -end platform that integrates our solutions from the time
Dther communications and
someone picks up the phone to dial 911 until case closure. These solutions include, but are not
`ethnology components (e.g.,
limited to Radio, 911 call handling, CAD, Records Management, Body Worn and In -Vehicle
SAD, RMS, LMR, etc.)
Cameras, Digital Evidence Management, Video Security, License Plate Recognition, Situational
Awareness, and Bro�oppn� �p prp�dnj` Yj� �, �eG, rspr these are all solutions that yyp�,, pp, we
6 d t limT� �e AUng •f tdfil
are creating integrations a b n nth different solution togeth6r`. ing
typically limits the communication between two solutions because it uses the least common
denominator of the information that can pass between to solutions from differqrl1 v •r1 s. The
has
integrations that we have, and continue, to develop are allowing for greater �(>'ic1�� our
customers do their jobs.
We have also created a solution called CommandCentral Aware that allows for our radio system to
integrate with other vendors CAD and Video solutions to create situational awareness for our
customers as the approach a scene.
73 Describe how your products
The systems and equipment included in this response fully comply with one of the following
and services conform to
standards; Project 25 (P25) - http://www.project25.org/, Digital Mobile Radio (DMR) -
applicable industry standards
https://www.dmrassociation.org/dmr-standards.html, and Citizens Broadband Radio Service (CBRS)
and required specifications.
standards - https://www.ecfr.gov/cgi-bin/text-idx?
SI D=960a62ced28f9e89c169ed 12daafa030&mc=true&node=pt47.5.96&rgn=div5.
74 Describe your use or
Motorola Solutions utilizes bothl QV) �)�C eternal employees as well as out-G l j lff� Iry e partner
installation or service partners,
shops to do installs and maintenanl rs. Deciding which we utilize on each opportunity I$ Wbpendif
Ion
applicable.
the customer, if they have a preference, and the type of project.
Exceptions to Terms, Conditions, or Specifications Form
Only those Proposer Exceptions to Terms, Conditions, or Specifications that have been accepted by Sourcewell have been
incorporated into the contract text.
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir238
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Documents
Ensure your submission document(s) conforms to the following
1. Documents in PDF format are preferred. Documents in Word, Excel, or compatible formats may also be provided
2. Documents should NOT have a security password, as Sourcewell may not be able to open the file. It is your sole responsibility to
ensure that the uploaded document(s) are not either defective, corrupted or blank and that the documents can be opened and viewed
by Sourcewell.
3. Sourcewell may reject any response where any document(s) cannot be opened and viewed by Sourcewell.
4. If you need to upload more than one (1) document for a single item, you should combine the documents into one zipped file. If the
zipped file contains more than one (1) document, ensure each document is named, in relation to the submission format item responding
to. For example, if responding to the Marketing Plan category save the document as "Marketing Plan."
• Financial Strength and Stability (optional)
• Marketing Plan/Samples (optional)
• WMBE/MBE/SBE or Related Certificates (optional)
• Warranty Information (optional)
• Pricing - Sourcewell RFP 042021 Pricing.pdf - Monday April 19, 2021 18:16:04
• Upload Additional Document - Sourcewell RFP 042021 Proposal Document.pdf - Monday April 19, 2021 18:19:49
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir239
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
Proposer's Affidavit
PROPOSER AFFIDAVIT AND ASSURANCE OF COMPLIANCE
I certify that I am the authorized representative of the Proposer submitting the foregoing Proposal with the legal authority to bind the
Proposer to this Affidavit and Assurance of Compliance:
1. The Proposer is submitting this Proposal under its full and complete legal name, and the Proposer legally exists in good standing in
the jurisdiction of its residence.
2. The Proposer warrants that the information provided in this Proposal is true, correct, and reliable for purposes of evaluation for
contract award.
3. The Proposer, including any person assisting with the creation of this Proposal, has arrived at this Proposal independently and the
Proposal has been created without colluding with any other person, company, or parties that have or will submit a proposal under
this solicitation; and the Proposal has in all respects been created fairly without any fraud or dishonesty. The Proposer has not
directly or indirectly entered into any agreement or arrangement with any person or business in an effort to influence any part of
this solicitation or operations of a resulting contract; and the Proposer has not taken any action in restraint of free trade or
competitiveness in connection with this solicitation. Additionally, if Proposer has worked with a consultant on the Proposal, the
consultant (an individual or a company) has not assisted any other entity that has submitted or will submit a proposal for this
solicitation.
4. To the best of its knowledge and belief, and except as otherwise disclosed in the Proposal, there are no relevant facts or
circumstances which could give rise to an organizational conflict of interest. An organizational conflict of interest exists when a
vendor has an unfair competitive advantage or the vendor's objectivity in performing the contract is, or might be, impaired.
5. The contents of the Proposal have not been communicated by the Proposer or its employees or agents to any person not an
employee or legally authorized agent of the Proposer and will not be communicated to any such persons prior to Due Date of this
solicitation.
6. If awarded a contract, the Proposer will provide to Sourcewell Participating Entities the equipment, products, and services in
accordance with the terms, conditions, and scope of a resulting contract.
7. The Proposer possesses, or will possess before delivering any equipment, products, or services, all applicable licenses or
certifications necessary to deliver such equipment, products, or services under any resulting contract.
8. The Proposer agrees to deliver equipment, products, and services through valid contracts, purchase orders, or means that are
acceptable to Sourcewell Members. Unless otherwise agreed to, the Proposer must provide only new and first -quality products and
related services to Sourcewell Members under an awarded Contract.
9. The Proposer will comply with all applicable provisions of federal, state, and local laws, regulations, rules, and orders.
10. The Proposer understands that Sourcewell will reject RFP proposals that are marked "confidential" (or "nonpublic," etc.), either
substantially or in their entirety. Under Minnesota Statutes Section 13.591, subdivision 4, all proposals are considered nonpublic
data until the evaluation is complete and a Contract is awarded. At that point, proposals become public data. Minnesota Statutes
Section 13.37 permits only certain narrowly defined data to be considered a "trade secret," and thus nonpublic data under
Minnesota's Data Practices Act.
11. Proposer its employees, agents, and subcontractors are not:
1. Included on the "Specially Designated Nationals and Blocked Persons" list maintained by the Office of Foreign Assets Control
of the United States Department of the Treasury found at: httos://www.treasurv.aov/ofac/downloads/sdnlist.r)df;
2. Included on the government -wide exclusions lists in the United States System for Award Management found at:
httos://sam.aov/SAM/; or
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, Ir 240
DocuSign Envelope ID: 3D3498BF-04FF-428B-95D0-9C892BC5A553
3. Presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from programs operated
by the State of Minnesota; the United States federal government or the Canadian government, as applicable; or any
Participating Entity. Vendor certifies and warrants that neither it nor its principals have been convicted of a criminal offense
related to the subject matter of this solicitation.
r By checking this box I acknowledge that I am bound by the terms of the Proposer's Affidavit, have the legal authority to submit this
Proposal on behalf of the Proposer, and that this electronic acknowledgment has the same legal effect, validity, and enforceability as if I
had hand signed the Proposal. This signature will not be denied such legal effect, validity, or enforceability solely because an electronic
signature or electronic record was used in its formation. - Carrie Hemmen, Territory Vice President & Director of Sales, Motorola
Solutions, Inc.
The Proposer declares that there is an actual or potential Conflict of Interest relating to the preparation of its submission, and/or the
Proposer foresees an actual or potential Conflict of Interest in performing the contractual obligations contemplated in the bid.
r Yes a No
The Bidder acknowledges and agrees that the addendum/addenda below form part of the Bid Document.
Check the box in the column "I have reviewed this addendum" below to acknowledge each of the addenda.
I have reviewed the
File Name below addendum and pages
attachments (if
applicable)
Addend um_8_PS_Communications_Tech_RFP_042021
Tue April 13 2021 04:33 PM
Addend um_7_PS_Communications_Tech_RFP_042021
Mon April 12 2021 06:55 PM
Addendum _6_PS_Communications_Tech_RFP_042021
Wed April 7 2021 06:45 PM
Addend um_5_PS_Communications_Tech_RFP_042021
Mon April 5 2021 08:18 PM
Addend um_4_PS Communications_Tech_RFP_042021
Thu April 12021 03:59 PM
Addend um_3_PS_Communications_Tech_RFP_042021
Thu March 25 2021 08:23 AM
Addendum _2_PS_Communications_Tech_RFP_042021
Mon March 8 2021 01:20 PM
Addend um_1_PS_Communications_Tech_RFP_042021
Fri March 5 2021 12:57 PM
Bid Number: RFP 042021 Vendor Name: Motorola Solutions, It 241
CITY OF
SjFj3ASTj-AN
HOME OF PELICAN ISLAND
PROCUREMENT JUSTIFICATION
A Competitive Solicitation is a formal process that requires sealed bids, provides an equal and open
opportunity to qualified parties, and culminates in a selection based on criteria.
A Competitive Quote is an informal process that provides an equal and open opportunity to qualified
parties and culminates in a selection based on criteria.
DATE: March 26, 2025
❑ Invitation to Bid (ITB)
❑ Request for Proposal (RFP)
TYPE OF PURCHASE: ❑ Request for Qualification (RFQ)
❑ Invitation to Quote (ITN)
❑✓ Piggyback/Cooperative
❑ 3 Written Quotes
PROPOSED VENDOR: Motorola Solutions, Inc.
ITEMS OR SERVICES Public Safety Communications
REQUIRED:
ADDITIONAL INFORMATION
This proposed purchase complies with the "Piggyback" provisions as provided within Section 2-10 of the City
code, in that Sourcewell's contracts are competitively selected using procedures equivalent to those of the City
of Sebastian.
Approved:
Jessica Graham, Procurement/Contracts Manager
Procurement Division
1225 Main Street, Sebastian, FL 32958
Phone: 772-388-8231
(Rev. 12/2024)
242
ection 3
Pricing Summary
Motorola Solutions is pleased to present the following pricing to City of Sebastian:
Equipment and Installation Pricing
Notes:
Pricing, terms and conditions per #042021-MOT. Contract valid until 6/23/2025.
Motorola anticipates an extension of this contract before the expiration date.
Customer may purchase this proposal by issuing Motorola a purchase order
denoting the name of the proposal, the aforementioned contract and NET30
payment terms.
Avigilon Unity Access Solution (Optional & Not Included in Pricing)
Milestones: 10% CDR; 80% Equipment Shipping; 10% Project Completion
® MOTOROLA SOLUTIONS
243
Section 4
Contractual Documentation
Terms, Conditions and Pricing per Motorola Sourcewell Contract #042021.
https://www.sourcewell-mn.gov/cooperative-purchasing/042021-MOT
® MOTOROLA SOLUTIONS
244
CITY OF SEBASTIAN
0F SEB,gS
9Z
OF pE��
CITY COUNCIL STAFF REPORT
DATE March 26, 2025
TO Honorable Mayor and City Council
THRU Brian Benton, City Manager
FROM Jennifer Cockcroft, City Attorney
SUBJECT Special Magistrate Agreement
EXECUTIVE SUMMARY
On September 11, 2024, the City Council gave direction to the City Attorney to enter into a new
agreement for the City of Sebastian's Special Magistrate. The Special Magistrate hears code enforcement
cases once a month and is also assigned to handle appeals to the City Council on lien reductions and
certain matters relating to fire alarm false alarm fees. As the Council is aware, dual office holding is
prohibited in Florida and the Special Magistrate is such a position whereby you cannot service more than
one office, so the Special Magistrate cannot serve any other Florida jurisdiction in that capacity.
The current agreement contract is 11 years old as of this year. The current Special Magistrate, Kelly
Armitage, Esq., has agreed to continue his services to the City under the existing Agreement until notified
that the City wishes to terminate it. The current agreement can be terminated at any time without cause.
A draft letter has been prepared for review (attached) should the Council determine to approve a new
Special Magistrate agreement for services.
The City Attorney sought out responses from Indian River County and Brevard County local government
lawyers due to the proximity of the City of Sebastian and received a response from one lawyer within the
past five months. Ms. Robyn Hattaway has experience in government, including prior service as a
Commissioner for the Canaveral Port Authority. A proposed agreement is attached for your
review/discussion/approval.
The City Attorney is seeking direction at this time from the City Council as to the following:
1. Continue or terminate the existing Special Magistrate Agreement
2. Approval or denial of proposed Agreement for Services
3. Provide other direction, including seeking additional responses.
RECOMMENDATION
Provide direction to the City Attorney related to the Special Magistrate.
ATTACHMENTS:
1. Special Magistrate current Agreement
2. Draft Letter of Termination
3. Special Magistrate Agreement for Services — R. Hattaway, Esq.
245
FUNDING SOURCE:
Expenditure required
TBD
Additional Funds Needed: $ 0.00
Amount Budgeted:
$30,000 (total outside counsel
budget)
Funding source
General Funds
246
AGREEMENT FOR SPECIAL MAGISTRATE
FOR CODE ENFORCEMENT
THIS AGREEMENT made and entered into this /day of August, 2014 by and between the City of
Sebastian, a Florida municipal corporation (hereinafter referred to as "City") and Kelley. H. Armitage
(hereinafter referred to as "Mr. Armitage") pursuant to the following terms and conditions.
WHEREAS, the City desires to retain Mr. Armitage, as Special Magistrate for Code Enforcement, and
WHEREAS, the City expects Mr. Armitage to perform all the responsibilities and obligations as Special
Magistrate, as stated in Section III of this Agreement; and
WHEREAS, Mr. Armitage is willing to enter into a non-exclusive relationship with the City of Sebastian
to provide such services.
NOW THEREFORE, in consideration of the mutual covenants contained herein, the City and Mr.
Armitage, hereby agree as follows:
1. APPOINTMENT
The Cityhereby appoints Mr. Armitage as the Special Magistrate for Code Enforcement effective as of
the date:of this Agreement.
TERM OF AGREEMENT
The Special Magistrate shall serve at the will of the Sebastian City Council. The Sebastian City Council
may terminate the Special Magistrate's appointment at any time without cause. Mr. Armitage may
terminate this Agreement and his obligations hereunder after thirty (30) days advance written notice.
III. DUTIES OF THE SPECIAL MAGISTRATE
It is understood that Mr. Armitage has been retained to act as an independent, Special Magistrate for
the City's Code Enforcement. As a Special Magistrate for Code Enforcement, Mr. Armitage will conduct
hearings: once a month, or as often as the Sebastian City Council directs that hearings are to be held.
Hearings will be conducted in accordance with City Cade and due process of the law, and the Special
Magistrate will promptly enter an appropriate order with respect to each matter. The Special
Magistrate will treat City officials and employees and the citizens, residents and property owners of the
City of Sebastian with dignity and respect.
IV. COMPENSATION
1. The City will compensate Mr. Armitage at an hourly rate of One Hundred Fifty Dollars ($150.00) for
theconduct of the hearings and the appropriate disposition of each case brought to hearing. The City
agrees to a one (1) hour minimum for each hearing calendar. The Special Magistrate will bill the City
at the end of each month in which services were rendered.
247
With Copy to:
To Special Magistrate:
City of Sebastian
Attention: City Manager
1225 Main Street
Sebastian, FL 32958
Kelley H. Armitage, Esq.
204 Moccasin Trail North
Jupiter, FL 33458-8003
IN WITNESS WHEREOF, the City of Sebastian has caused this Agreement to be executed by its Mayor and
duly attested by its City Clerk and Mr. Armitage has executed this Agreement as of the day and year first
above written.
CITY OF SEBASITAN
A Florida municipal corporation
Bob McPartlan, Mayor
ATTEST:
Sally A. Malo, C
City Clerk
Kell yjAge, Esq.
248
Ln OF
SEBAST_N
HOME OF PELICAN ISLAND
March 26, 2025
Mr. Kelly H. Armitage, Esq.
1225 Main Street
Sebastian, FL 32958
(772)388-8231
Re: Termination of Contract, Special Magistrate Agreement for Services
Dear Mr. Armitage,
This letter is sent on behalf of the City of Sebastian City Council. Thank you for your service to
the City of Sebastian for over ten years as Special Magistrate. We appreciate the value of your
services to the residents and property owners of the City of Sebastian.
After deep consideration, the City Council has decided to enter into a new contract for services.
As you are aware, under Section II of the Special Magistrate Services Agreement, the Council may
terminate the Agreement at the will of the City Council without cause. This letter is provided in
accordance with the terms and conditions of the pertinent Special Magistrate Agreement for
Services. No further renewal terms are agreed to by the City at this time.
In conjunction with this termination, the City asks that you conduct no further work under the
Agreement as of the date of this notice without prior approval of the City with the exclusion of
any outstanding invoices.
Sincerely,
City of Sebastian
Page 1 of 1
249
AGREEMENT FOR SPECIAL MAGISTRATE
FOR CODE ENFORCEMENT
THIS AGREEMENT made and entered into this day of , 2025 by and
between the City of Sebastian, a municipal corporation of the State of Florida (hereinafter
referred to as "City") and Robyn W. Hattaway, a licensed Florida attorney, (hereinafter
referred to as "Ms. Hattaway" or "the Special Magistrate") pursuant to the following terms
and conditions.
WHEREAS, the City desires to retain Ms. Hattaway as the Special Magistrate for Code
Enforcement; and
WHEREAS, the City expects Ms. Hattaway to perform all the responsibilities and
obligations as Special Magistrate, as stated in this Agreement; and
WHEREAS, Ms. Hattaway is willing to enter into a non-exclusive relationship with the City
of Sebastian to provide such services.
NOW THEREFORE, in consideration of the mutual covenants contained herein, the City
and Ms. Hattaway hereby agree as follows:
APPOINTMENT
The City hereby appoints Ms. Hattaway as the Special Magistrate for Code Enforcement
effective as of March 1, 2025 pursuant to Section 2-176 of the City of Sebastian Code of
Ordinances. The Special Magistrate is an Independent Contractor for the purpose of this
Appointment and this Agreement. Nothing in this Agreement shall be considered or
construed to create a relationship of employer and employee between the parties.
II. TERM OF AGREEMENT
This Agreement is for a one-year term with automatic renewals of one-year terms until
such time as terminated by either of the Parties as outlined in Section III of this
Agreement.
III. TERMINATION
A. The Special Magistrate shall serve at the will of the Sebastian City Council. The
Sebastian City Council may terminate the Special Magistrate's appointment at any
time without cause.
B. Ms. Hattaway may terminate this Agreement and any obligations hereunder (with
the exception of continuing public records retention requirements or any other
terms which would extend after the conclusion of the Agreement) with thirty (30)
days advance written notice.
1
250
IV. DUTIES OF THE SPECIAL MAGISTRATE
A. It is understood that Ms. Hattaway has been retained to act as an independent
Special Magistrate for the City's Code Enforcement.
B. The Special Magistrate for Code Enforcement, will conduct hearings once a month,
or as often as the Sebastian City Council directs that hearings be held.
C. The Special Magistrate will disclose any existing client relationship which would
pose a conflict of interest to her service and recuse herself as required by the Rules
regulating the Florida Bar.
V. DUTIES OF THE CITY
A. The City shall provide the current City Code to the Special Magistrate and shall
have the duty to timely notify the Special Magistrate of any changes thereto.
B. The City shall provide the Hearing schedule to the Special Magistrate and shall
timely notify the Special Magistrate of any changes or cancellations thereto. Shall
the City fail to notify the Special Magistrate of a cancellation within a minimum of
two hours of a scheduled Hearing, the City agrees to compensate Special
Magistrate for actual travel time, if incurred.
C. The City shall provide such clerical and administrative personnel as deemed
reasonably necessary to support the Special Magistrate's activities and assist in
the proper performance of duties.
D. The City shall prepare and maintain as official custodian all records including
agendas, minutes, orders and/or recordings of hearings as well as all
communications required by Florida Statutes. The City shall be responsible for
furnishing a copy of orders to the applicable parties.
E. The City shall bear all costs and responsibilities for public records requests as
required by Florida Statutes.
VI. HEARING PROCEDURES
A. Hearings will be conducted in accordance with City Code and due process of the
law, and the Special Magistrate will promptly enter an appropriate order with
respect to each matter.
2
251
B. The Special Magistrate shall take testimony under oath from any witness present
having knowledge concerning a hearing on a case or lien reduction request. The
Special Magistrate shall have the power to administer an oath to any witness.
C. At the conclusion of a hearing, the Special Magistrate shall issue findings of fact
based on evidence of record and conclusions of law, and shall issue a written order
affording the proper relief consistent with powers granted within City Code and
consistent with Chapter 162 of the Florida Statutes.
D. The Special Magistrate will have the jurisdiction and authority to determine the
amount of reasonable expenses incurred by the City as a result of orders issued
pursuant to the authority granted.
E. All hearings before the Special Magistrate shall be conducted so as to ensure
fundamental due process.
F. The Special Magistrate shall be bound by the interpretations and decisions of duly
authorized boards of the City concerning the provisions of the codes, ordinances
and regulations within their respective jurisdictions.
G. The Special Magistrate shall demonstrate a willingness to learn and become
familiar with all City Codes and Ordinances.
H. The Special Magistrate must have established internal computer systems to
accept and communicate with all City computer systems to provide acceptance
and information of City's file transmissions.
I. The Special Magistrate shall not be authorized to engage, hire, or use any person,
except those provided by the City to assist in the performance of duties, at the
City's expense.
J. The jurisdiction of the Special Magistrate is not exclusive. An alleged violation of a
code provision may be pursued by another remedy at the option of the City
Manager and nothing shall prevent the City from taking such other lawful action,
including but not limited to resorting to equitable actions.
VI. COMPENSATION
A. The City will compensate the Special Magistrate at an hourly rate of Four Hundred
Dollars ($400.00) per billable hour for services including preparation, travel, and
meeting attendance. The Special Magistrate will bill the City at the end of each
month in which services were rendered. Invoices shall be submitted to the City
Attorney via electronic or US Mail at: 1225 Main Street, Sebastian, FL 32958.
B. The City will not be responsible for paying or reimbursing the Special Magistrate for
any costs or expenses, mileage, food, lodging, postage, telephone, office supplies,
computer time, copies, faxes or any other costs or expenses, whether direct, indirect
3
252
or incidental unless approved in advance in writing or as outlined above in
paragraph A.
C. The City will not be obligated to provide any minimum amount of work for the Special
Magistrate.
D. The Special Magistrate's appointment is not exclusive and the City Council, in the
exercise of its discretion, may appoint additional Special Magistrates at any time.
VII. INDEMNIFICATION
Subject to any limitations imposed by Florida law and FS §768.28, the City shall defend,
save harmless and indemnify the Special Magistrate against any tort, professional liability
claim or demand or other legal action, whether groundless or otherwise, arising out of an
alleged act or omission occurring out of the Special Magistrate acting within the course
and scope of her duties as Special Magistrate. Nothing contained herein shall be
construed as an admission of liability on the part of the Special Magistrate nor the City of
Sebastian nor an admission of sovereign immunity under Florida law.
VIII. GOVERNING LAW/VENUE/WAIVER OF JURY TRIAL
The Agreement shall be subject to and governed by the laws of the State of Florida and
venue for its enforcement shall be in Indian River County, Florida. Both parties waive any
right to trial by jury.
IX. MODIFICATIONS
No provision of this Agreement may be changed or modified except by written agreement
executed by both parties hereto.
X. ENTIRE AGREEMENT
The Agreement constitutes the entire Agreement between the parties and with respect to
the subject matter hereof. Said Agreement supersedes any and all other Agreements,
either oral or in writing, between the parties hereto with respect to the subject matter of
this Agreement.
XII. NOTICES
All notices, consents, requests, instruction, approvals and other communications
provided for herein shall be validly given, made or served in writing and delivered
personally or sent by registered or certified mail, postage, prepaid, return receipt
requested, to the hereinafter designated address:
91
253
To the City:
With a Copy to
To Special Magistrate
With courtesy copy to
City of Sebastian
Attention: Mayor
1225 Main Street
Sebastian, FL 32958
City of Sebastian
Attention: City Attorney
1225 Main Street
Sebastian, FL 32958
Robyn W. Hattaway
PO Box 542185
Merritt Island, FL 32954
robvnC@hattawavlaw.com
Courtesy copies to email shall not substitute for written notice delivered as required
above.
IN WITNESS WHEREOF, the City of Sebastian has caused this Agreement to be
executed by its Mayor and duly attested by its City Clerk and Ms. Hattaway has executed
this Agreement as of the day and year first above written.
Jeanette Williams, MMC
City Clerk
Approved as to form & legality:
Jennifer Cockcroft, Esq., BCS
67
CITY OF SEBASTIAN
Bob McPartlan, Mayor
Date:
SPE _ M ISTRATE
Rob n W. attaway
Attorney at I_aw
Date: March 22, 2023
254