Pinellas County Board of County Commissioners  
315 Court Street  
Clearwater, FL 33756  
Hybrid In-Person and Virtual Regular Meeting Agenda  
Tuesday, August 2, 2022  
9:30 A.M.  
Charlie Justice, Chairman  
Janet C. Long, Vice-Chair  
Dave Eggers  
Rene Flowers  
Pat Gerard  
Kathleen Peters  
Karen Williams Seel  
Barry A. Burton, County Administrator  
Jewel White, County Attorney  
Ken Burke, Clerk of the Circuit Court and Comptroller  
ROLL CALL  
INVOCATION  
PLEDGE OF ALLEGIANCE  
PRESENTATIONS AND AWARDS  
1.  
Purple Heart Day Proclamation:  
- Eric Nestler, 16th District Vice Commander American Legion Post 238  
Commander  
- Purple Heart Recipients and American Legion Members  
- Ms. Ondrea Albert, Executive Board Member, Post 158, Treasure Island  
- Mr. David Clinger, Adjutant Member, Post 238, Safety Harbor  
- Mr. Mal Clingan, Executive Board Member and Chaplin of the American  
Legion Riders Post 275, Dunedin  
PUBLIC HEARINGS  
BOARD OF COUNTY COMMISSIONERS  
2.  
Ordinance amending Chapter 42 of the Pinellas County Code adopting a  
Tenants Bill of Rights requiring the provision of information renters’ rights  
under federal, state, and local law, prohibiting discrimination based on  
source of income, requiring notice of late fees, and requiring notice of  
rent increases.  
Approval of the ordinance amending Chapter 42 to include a Tenants Bill of Rights  
which accomplishes the following:  
Recommendation:  
* Requires landlords to provide tenants with a Notice of Rights under Florida Law and  
County code to tenants upon entering a new rental term.  
* Prohibits discrimination based on source of income when renting a residential unit.  
* Requires written notice of late fees.  
* Requires written notice of rent increases.  
A public hearing was held with the Board of County Commissioners (Board) on June  
21, 2022. During the hearing the Board requested staff to provide additional information  
and/or clarification regarding specific ordinance provisions related to source of income  
and insurance requirements. In addition to addressing Board comments, the revised  
ordinance includes an additional provision requiring a written notice of rent increases.  
This added provision aligns closely with the language currently under consideration by  
St. Petersburg.  
A mark-up version of the ordinance illustrating the specific changes made since the  
June 21st hearing is included as Attachment 2.  
Key sections from the adopted St. Petersburg ordinance are included for reference in  
Attachment 4.  
CITIZENS TO BE HEARD  
3.  
Citizens To Be Heard - Public Comment.  
CONSENT AGENDA - Items 4 through 7  
COUNTY ADMINISTRATOR DEPARTMENTS  
Human Services  
4.  
Ranking of firms and agreement with Gulf Coast Jewish Family and  
Community Services, Inc. d/b/a Gulf Coast JFCS for First Responders -  
Comprehensive Addiction and Recovery Act Grant - Quick Response  
Team services.  
Approval of the ranking of firms and agreement with Gulf Coast Jewish Family and  
Community Services, Inc. d/b/a Gulf Coast JFCS for First Responders -  
Comprehensive Addiction and Recovery Act Grant (FR-CARA Grant) - Quick Response  
Team (QRT) services.  
Recommendation:  
* This contract will staff a QRT to provide outreach and engagement of individuals  
referred to the program who were recently treated with naloxone or who are at risk of  
overdose. Outreach and engagement services will also be extended to the social  
supports (family and friends) of individuals referred to the QRT.  
* Award in the amount of $1,421,996.00.  
* The Board of County Commissioners approved the FR-CARA Grant award totaling  
$1,999,996.00 ($499,999.00 per year) on October 12, 2021, under Legistar file  
21-1827A. Remaining grant funds are allocated to training and evaluation services for  
the program.  
* This contract was advertised on December 13, 2021, and is a request for specialized  
services requiring staff to be on call to assist clients and contains specialized substance  
use licensing. Human Services often receives limited or single responses due to the  
nature of their programs (requiring specific behavioral health training, licensure, and  
experience).  
* One submission received from Gulf Coast Jewish Family and Community Services,  
Inc. d/b/a Gulf Coast JFCS. Negotiations were completed on April 11, 2022.  
Contract No. 22-0163-P(LN); in the annual amount of $355,499.00 from effective date  
through September 29, 2025, for a total contract value of $1,421,996.00; Authorize the  
Chairman to sign and the Clerk of the Circuit Court to attest.  
Public Works  
5.  
Award of bid to Tom’s Sod Services, Inc. and Quality Sod and  
Landscape, LLC d/b/a Florida ULS Operating, LLC for annual  
requirements of sod.  
Approval of the award of bid and execution of agreements to Tom's Sod Services, Inc.  
and Quality Sod and Landscape, LLC d/b/a Florida ULS Operating, LLC for annual  
requirements of sod - a Tampa Bay Area Purchasing Cooperative (Cooperative)  
contract.  
Recommendation:  
* This Cooperative contract is for requirements of sod; installed, delivered, and  
picked-up.  
* Award of bid to Tom's Sod Services, Inc. in the amount of $2,923,142.50 for bid items  
numbers 1-3, 5-6, 7-9, 12-18, 20 and 22 for the five-year term.  
* Award of bid to Quality Sod and Landscape, LLC d/b/a Florida ULS Operating, LLC in  
the amount of $40,625.00 for bid item numbers 4, 10, 11, 13-15, 19, and 21 for the  
five-year term.  
* This contract is facilitated and administered by the Purchasing Division on behalf of  
the Public Works Department and the Cooperative of participants including the City of  
Dunedin, Hernando County Board of County Commissioners, City of Oldsmar, City of  
Pinellas Park, Pinellas County School Board, City of Tarpon Springs.  
* The prior contract is no. 167-120-B which was awarded to Toms Sod Services, Inc  
and Sunbelt Sod & Grading Co. on May 23rd, 2017 in the total amount of  
$1,674,102.50. The Producers Price Index for sod materials has increased 16.5% in  
June 2022 for the 12 months prior.  
* Cooperative participants are responsible for issuance of their own awards and  
funding; Cooperative expenditures for the sixty-month term, less County requirements,  
total $4,301,024.50, for a total County and Cooperative expenditure in the amount of  
$7,264,792.50.  
* Multiple departments will utilize these contracts and funding is within each operating  
budget.  
Contract No. 22-0282-B in the estimated average annual amount of $592,753.50 for a  
sixty-month term total of $2,963,767.50 on the basis of the lowest responsive,  
responsible bid meeting specifications; Authorize Chairman to sign and the Clerk of the  
Circuit Court to attest.  
Utilities  
6.  
Award of bid to Fortiline Waterworks and Ferguson Enterprises, Inc. d/b/a  
Ferguson Waterworks for industrial plumbing supplies.  
Approval of the award of bids to the firms listed below for industrial plumbing supplies  
for Pinellas County Utilities.  
Recommendation:  
* This is a twenty-four-month contract in the amount of $2,778,285.24 for industrial  
plumbing supplies to be used as needed for repair of water, sewer, and reclaimed  
pipelines.  
* Award of one contract divided between two firms:  
1.) Fortiline Waterworks (Groups 1, 10, 15, 20, and unspecified funds) in the amount of  
$384,559.38 for parts including brass fittings, utility pipes, valves, and hydrants needed  
for system repairs; and  
2.) Ferguson Enterprises, Inc, d/b/a Ferguson Waterworks (Groups 1-4, 6-11, 15,  
17-21, and unspecified funds) in the amount of $2,393,725.85 which includes different  
sizes of the same parts along with additional requirements including polypropylene  
pipes, manhole covers, and PVC pipes needed for system repairs.  
* This contract will serve in part to replace two contracts: 1) Core & Main LP under  
Contract No. 156-0035-B(JA) expiring on May 24, 2026, in the amount of $7,759,618.99  
over a ten-year duration for some parts where the contractor can no longer hold pricing  
and/or supply chain constraints where parts are not available; the remainder of the  
contract will be utilized until 2026. 2) US Wholesale Pipe & Tube Inc under Contract No.  
167-0508-PB(SB) which expires October 31, 2022, with an amount of $90,000.00 over  
a five-year duration and will no longer be in use.  
* Three bids were received with award recommendation to the two lowest responsive,  
responsible bidders.  
* Funding is derived from Sewer Operating and Water Operating funds.  
Contract No. 22-0123-B(BW) for a twenty-four-month total of $2,778,285.24; Authorize  
the Chairman to sign and the Clerk of the Circuit Court to attest.  
7.  
Award of bid to Johnson Controls, Inc. for preventative maintenance and  
repairs of the HVAC chiller system at the Utilities water quality laboratory.  
Approval of the award of bid to Johnson Controls, Inc. for preventative maintenance  
and repairs of the HVAC chiller system at the Utilities water quality laboratory.  
Recommendation:  
* This contract is for maintenance and repairs of the Utilities HVAC chiller system and  
associated equipment located at the Utilities water quality laboratory, including  
preventative maintenance and repairs.  
* The existing contract, with Air Mechanical and Service Corp in the amount of  
$99,055.00, only covers preventative maintenance and expires in November 2022.  
* This new contract includes both maintenance and repairs of the laboratory chiller  
system which includes one new chiller and an older chiller and heater.  
* Contract No. 22-0076-M-BW estimated annual expenditure of $273,570.00 with a  
60-month duration not to exceed $1,367,850.00, on the basis of being the lowest,  
responsive, responsible bid received meeting specifications.  
* Four bids were received, with Johnson Controls, Inc. as the lowest responsive,  
responsible bidder.  
* Funding is derived from the Utilities Enterprise Operating Budget.  
Contract No. 22-0076-M-BW estimated annual expenditure of $273,570.00 with a  
60-month term expenditure not to exceed $1,367,850.00, on the basis of being the  
lowest, responsive, responsible bid received meeting specifications.  
REGULAR AGENDA  
ITEMS FOR DISCUSSION FROM THE CONSENT AGENDA  
COUNTY ADMINISTRATOR DEPARTMENTS  
Human Services  
8.  
Funding Agreement with Gulfcoast Legal Services, Inc. for legal aid  
services.  
Approval of the funding agreement with Gulfcoast Legal Services, Inc. (Gulfcoast Legal)  
to provide free legal aid services to eligible residents of the County.  
Recommendation:  
* Funding of legal aid services is required under FL statute as a court-related program.  
* The County's legal aid support has been consistent with statutorily defined  
requirements under FL Statute 29.008. These requirements have established funding  
levels from the base funding year of 2003, with increases of 1.5% annually.  
* Legal aid provides assistance to residents with household incomes that do not exceed  
250% of the Federal Poverty Guidelines.  
* Gulfcoast Legal serves as the lead agency for legal aid services in Pinellas County,  
retaining 75% of the funding and distributing 25% to Bay Area Legal Services, Inc.  
(12.5%) and the Community Law Program, Inc. (12.5%).  
* The Agreement provides funding in an amount not to exceed $396,780.00, with an  
estimation of $171,000.00 to be collected from court fees and $225,780.00 from  
General Funds.  
* This continuation agreement provides for a five-year contract term.  
Solid Waste  
9.  
Annual certificate of the Lealman Solid Waste Collection and Disposal  
District Non-Ad Valorem Assessment Roll.  
Approval of the annual certificate of the Lealman Solid Waste Collection and Disposal  
District Non-Ad Valorem Assessment Roll.  
Recommendation:  
* Approval provides the Tax Collector authority to collect a non-ad valorem assessment  
from Lealman Community residential property owners for solid waste collection.  
* The Lealman Solid Waste Collection and Disposal District was created in 2006.  
* The current assessment fee is $16.00 per month per unit through December 31,  
2023.  
* County Recycling, Inc. is the current contracted service provider and is providing  
satisfactory service.  
Authorize the Chairman to certify the Non-Ad Valorem Assessment Roll to the Tax  
Collector prior to September 15, 2022.  
Utilities  
10.  
Agreement with Condy Holdings, LLC d/b/a Carus, LLC for the  
proprietary corrosion control chemical blend used in the Pinellas County  
Utilities Water System.  
Approval of the agreement with Condy Holdings, LLC d/b/a Carus, LLC for continued  
purchase of the proprietary corrosion control chemical blend used in the Pinellas  
County Water System.  
Recommendation:  
* This contract is for the corrosion control chemicals used in the drinking water system  
to maintain compliance with the federally mandated Lead and Copper Rule.  
* This agreement is for a not to exceed amount of $658,320.00 over a two-year term,  
through June 30, 2024, and provides three optional one-year term extensions.  
* Unit prices are adjustable at six months after the date of award in an amount not to  
exceed the average of the Producer Price Index (PPI) or 50%, whichever is less. The  
unit pricing for the three optional one-year term extensions is adjustable at the renewal  
of each term extension in an amount not to exceed the average of the PPI or 5%,  
whichever is less.  
* This contract replaces the current contract with Condy Holdings, LLC, d/b/a Carus,  
LLC Contract No. 167-0239-B(LN) in the amount of $1,116,000.00 over a five-year  
duration expiring on June 30, 2022. The new contract is limited to a two-year initial  
duration due to inflationary market price increases.  
* The unit price per gallon for this chemical blend has increased from $5.05 per gallon  
to $9.43 per gallon since the last contract was awarded. This increase is indictive of the  
current markets' exponential price increases for chemicals.  
* Pinellas County has used the current corrosion inhibitor chemicals since 2009 and  
Carus, LLC is a validated, approved provider of our proprietary blend. Changing the  
chemical blend requires pre-approval from federal and state agencies and significant  
testing and sampling to demonstrate regulatory compliance.  
* This request was reviewed and approved by the Non-Compete Committee on March  
21st, 2022.  
* Funding is derived from the annual Water Operating Fund  
Contract No. 21-0694-N-BW with a total contract expenditure of $658,320.00 for a  
two-year term through June 30, 2024; Authorize the Chairman to sign and the Clerk of  
the Circuit Court to attest.  
11.  
Agreement with Nalco, an Ecolab Company LLC for the purchase of  
Nalmet 1689 - Wastewater Treatment.  
Approval of the non-competitive Agreement with Nalco, an Ecolab Company LLC for  
the purchase of Nalmet 1689 - Wastewater Treatment.  
Recommendation:  
* This agreement provides for the purchase of a chemical product that is used in the  
wastewater treatment process as a copper removal agent at the South Cross Bayou  
Advanced Water Reclamation Facility.  
* This contract is for five years in the total amount of $1,498,505.29. Total estimated  
quantities of 104,000 pounds of Nalmet chemical with an estimated annual amount not  
to exceed $299,701.06.  
* This contract replaces a one-year contract with Nalco Company in place until July 5,  
2022 in the amount of $224,000. The new contract unit price increased 5.4%, and  
some increased usage is anticipated.  
* On December 28, 2021, a notice of intent to procure non-competitively was  
advertised. No responses were received.  
* The Non-Compete Committee reviewed and approved this non-competitive purchase  
request on June 21, 2022. No other known manufacturers or authorized distributors of  
this chemical have been identified.  
* Funding is derived from the Sewer Operating Fund.  
Contract No. 22-0225-N(PW) in the amount of $1,498,505.29 or estimated annual  
expenditure of $299,701.06; Authorize the Chairman to sign and the Clerk of the Circuit  
Court to attest.  
12.  
Increase of funding request for Utility Work by Highway Contractor  
Agreement and Three-Party Escrow Agreement with the Florida  
Department of Transportation for State Road 55/U.S. Highway 19 project  
from State Road 580 to Northside Drive.  
Approval of additional funding for Utility Work by Highway Contractor Agreement  
(UWHCA) and Three-Party Escrow Agreement with the Florida Department of  
Transportation (FDOT) for State Road 55/U.S. Highway 19 project from State Road 580  
to Northside Drive.  
Recommendation:  
* Requesting approval of additional $1,506,022.15 for wire transfer to FDOT delivered  
by August 30, 2022.  
* Additional funds needed due to final cost exceeding engineering estimate in the  
amount of $1,506,022.15 due to final lowest bids received by FDOT as a part of a joint  
project with FDOT and the County. Final project cost increased due to market  
conditions from $8,889,040 to $10,395,062.15.  
* The contract agreement was approved by the Board of County Commissioners on  
April 7, 2022 and included engineering estimated costs for two joint FDOT projects.  
* The County was notified by FDOT of the official bid results on June 17, 2022, which  
included the final construction cost of $10,395,062.15. An additional wire transfer of  
$1,506,022.15 to FDOT is now required.  
* Approved agreement includes work for relocation of underground water transmission  
and water distribution infrastructure to accommodate roadway and drainage  
improvements by FDOT within its right-of-way. Work also includes the removal of one  
36" water valve, replacement of three 36" water valves, and replacement of one 42"  
water valve.  
* This joint project process is the most efficient option to complete needed repairs and  
relocation of County infrastructure located in the FDOT project areas and right-of-way  
areas.  
* Funding derived from the Water Renewal and Replacement Fund.  
FDOT Federal Project ID D721-023B; Financial Project ID No. 256774-2-52/56/62-01;  
PID No. 001522A: Additional funding in the amount of $1,506,022.15 is necessary for  
utility work cost of $10,395,062.15.  
13.  
Increase of funding request for Utility Work by Highway Contractor  
Agreement and Three-Party Escrow Agreement with the Florida  
Department of Transportation for the State Road 55/U.S. Highway 19  
project from Northside Drive to County Road 95.  
Approval of additional funding for Utility Work by Highway Contractor Agreement and  
Three-Party Escrow Agreement with the Florida Department of Transportation (FDOT)  
for the State Road 55/U.S. Highway 19 project from Northside Drive to County Road 95.  
Recommendation:  
* Requesting approval of additional $3,284,828.45 for wire transfer delivery by August  
30, 2022.  
* Additional funds needed due to final cost exceeding engineering estimate in the  
amount of $3,284,828.45 due to final lowest bids received by FDOT as a part of a joint  
project with FDOT and the County. Final cost increased due to market conditions from  
$6,432,525.00 to $9,717,353.45.  
* The contract agreement was approved by the Board of County Commissioners on  
April 7, 2022, and included engineering estimated costs for two joint FDOT projects.  
* The County was notified of the official bid results on June 17, 2022, which included  
the final construction cost of $9,717,353.45. An additional wire transfer of  
$3,284,828.45 to FDOT is now required.  
* Approved agreement includes work for relocation of underground water transmission  
and distribution, reclaimed water, and sanitary sewer infrastructure to accommodate  
roadway and drainage improvements by FDOT within their U.S. Highway 19  
right-of-way.  
* This joint project process is the most efficient option to complete needed repairs and  
relocation of County infrastructure located in the FDOT project areas and right-of-way  
areas.  
* Funding derived from the Water and Sewer Renewal and Replacement Funds.  
FDOT Federal Project ID D721-035B; Financial Project ID No. 256774-3-56-01/02 and  
256774-3-62-01; PID No. 001523A: Additional funding in the amount of $3,284,828.45  
is necessary for utility work cost of $9,717,353.45.  
AUTHORITIES, BOARDS, CONSTITUTIONAL OFFICERS AND COUNCILS  
Business Technology Services  
14.  
Purchase Authorization with Carahsoft Technology Corporation for  
Accela licensing and maintenance services.  
Approval of the Purchase Authorization (Contract) with Carahsoft Technology  
Corporation for Accela maintenance services.  
Recommendation:  
* This Contract provides for the continued maintenance services of County's Accela  
Civic Platform Land Management Technology.  
* The Contract utilizes County terms and conditions while utilizing pricing established  
through GSA Schedule 47QSWA18D008F.  
* New Purchase Authorization in the amount of $5,421,053.89 with a seven-year term.  
* The new contract will supersede and replace the prior Contract No. 167-0244-G  
Accela Civic Platform Technology Upgrade in the amount of $6,367,618.40 previously  
held with Carahsoft.  
* Funding is budgeted and available in Enterprise Licenses and Maintenance Support  
Services cost center within the Business Technology Fund.  
* Annual costs for ongoing Accela licensing and support services in Fiscal Year 2023  
total $800,101.11 and include the following components:  
* Base licensing agreement - 265 users - $599,843.40  
* Enhanced reporting database/analytics - $65,982.35  
* Training Environment - $14,306.49  
* Accela Premium support (optional) - $119,968.87  
Contract No. 22-0475-G for seven years for a total not to exceed amount of  
$5,421,053.89 through June 29, 2029.  
Emergency Medical Services Authority  
15.  
Reappointments to the Emergency Medical Services Advisory Council.  
Sitting as the Emergency Medical Services Authority, approve the following  
appointments/reappointments to the Emergency Medical Services Advisory Council for  
a term ending in July 2024.  
Recommendation:  
* Reappointment of Ms. Larri Gerson as a Citizen Representative.  
* Reappointment of Ch. Scott Ehlers as the City of Clearwater Fire Chief representative.  
Ch. Ehlers is the Fire Chief for Clearwater Fire & Rescue.  
* Reappointment of Ch. Anthony Tedesco as the City of Clearwater Fire Chief alternate  
representative. Ch. Tedesco is the Division Chief of EMS for Clearwater Fire & Rescue.  
* Reappointment of Ch. Terry Tokarz as the EMS Coordinator representative. Ch.  
Tokarz is the Division Chief of Professional Standards for Largo Fire Rescue.  
* Reappointment of Ch. Doug Zimmerman as the EMS Coordinator alternate  
representative. Ch. Zimmerman is the Chief of EMS for Palm Harbor Fire Rescue.  
* Reappointment of Dr. Eric Carver as the St. Petersburg College President's  
representative. Dr. Carver is the Provost for St. Petersburg College.  
* Reappointment of Ms. Nancy Hopkins as the Emergency Nurses' Association  
representative. Ms. Hopkins is the Director of Patient Services for Mease Dunedin  
Hospital.  
16.  
Appointments to the Emergency Medical Services Medical Control Board.  
Sitting as the Pinellas County Emergency Medical Services (EMS) Authority, approve  
the following appointment/reappointments to the EMS Medical Control Board for a  
two-year term ending July 2024.  
Recommendation:  
* Reappointment of Dr. Roberto Bellini as an Emergency Physician representative. Dr.  
Bellini is an emergency physician at Mease Countryside Hospital.  
* Reappointment of Dr. Krista Gillis as a Trauma Center Emergency Physician  
representative. Dr. Gillis is an emergency physician at Bayfront Health St. Petersburg.  
* Appointment of Dr. Taylor Smith as a Trauma Center Emergency Physician alternate  
representative. Dr. Smith is an emergency physician at Bayfront Health St. Petersburg.  
Fire Protection Authority  
17.  
Amendment No. 1 to the Fire Protection Services Agreement between  
the Lealman Special Fire Control District and Pinellas County to provide  
funding for the replacement of a fire apparatus to serve the Tierra Verde  
Fire District.  
Sitting as the Pinellas County Fire Protection Authority, approve Amendment No. 1 to  
the Fire Protection Services Agreement with the Lealman Special Fire Control District.  
Recommendation:  
* Contractor agrees to purchase, maintain and insure one Pierce 61 ft, Sky-Boom Aerial  
Fire Apparatus and firefighting and rescue equipment with a total cost not to exceed  
$1,300,000.00 to serve as Engine 21 in the Tierra Verde Fire District.  
* The existing Engine 21 will be utilized as a reserve fire apparatus in the Tierra Verde  
Fire District.  
* This apparatus is a planned replacement in Fiscal Year 2022-2023 in accordance with  
Appendix A of the Fire Protection Services Agreement.  
Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.  
COUNTY ATTORNEY  
18.  
Proposed ratification of initiation of litigation in the case of Pinellas  
County v. Matthew and Ashley Isel (injunctive relief).  
Ratification of the Chair's approval of authority to initiate litigation against Matthew and  
Ashley Isel.  
Recommendation:  
19.  
Resolution approving early extension of 2022 tax rolls.  
Adopt the resolution approving early extension of 2022 tax rolls, pursuant to Section  
197.323, Florida Statutes, directing the Property Appraiser to complete and deliver the  
extended tax rolls to the Tax Collector on or before October 7, 2022, and directing the  
Clerk of the Circuit Court to deliver the resolution to the Property Appraiser.  
Recommendation:  
20.  
County Attorney Reports.  
COUNTY ADMINISTRATOR  
21.  
County Administrator Reports:  
- Fiscal Year 2023 maximum millage rates for certification to the Property  
Appraiser.  
COUNTY COMMISSION  
22.  
County Commission New Business: Pertinent and Timely  
Committee/Board Updates, Policy Considerations,  
Administrative/Procedural Considerations, and other New Business:  
- Skyway Lighting Resolutions (Commissioner Justice)  
ADJOURNMENT  
Special Accommodations  
Persons with disabilities who need reasonable accommodations to effectively participate in this meeting are  
asked to contact Pinellas County’s Office of Human Rights by e -mailing such requests to  
accommodations@pinellascounty.org at least three (3) business days in advance of the need for reasonable  
accommodation. You may also call (727) 464-4882.  
Public Participation Procedures  
Persons wishing to comment regarding a specific agenda item should do so:  
In person - by preregistering at pinellascounty.org/comment or by filling out a comment card with the County  
staff person in the meeting room; or,  
Virtually - in advance in accordance with the instructions in the notice of this meeting, or on the virtual platform  
or phone after preregistering.  
Members of the public wishing to make comments on the virtual platform or by phone must preregister by 5  
p.m. the day before the meeting. At the scheduled section of the meeting when the item is before the Board of  
County Commissioners (Board), the Chairman or Clerk will call on each individual, one by one, to be heard.  
Each individual may speak for up to three minutes as may be modified by the Chairman. Comments or  
behavior that violate Pinellas County Commission Public Participation and Decorum Rules will be  
disconnected. Members of the public who cannot attend at the time an agenda item is before the Board may  
offer comments during the Citizens to Be Heard section near the beginning of the meeting. More information is  
available at www.pinellascounty.org/BCC_Participation.htm or by calling (727) 464-4400.  
Public Hearing Procedures  
The procedure used by the Board in conducting Public Hearings is to have a staff presentation followed by the  
applicant presenting the specific proposal. The Board will then hear comments from the proponents, the  
opponents and a staff summary. The applicant will then be given an opportunity to close and the Board will  
decide on the matter. Public Hearings before the Board are governed by the provisions of Section 134 -14 of  
the Pinellas County Land Development Code as may be modified by Pinellas County Emergency Order. That  
code provides that at the conclusion of each person’s presentation, any speaker may seek the Chairman’s  
permission to ask questions of staff.  
Specifically:  
1. At the conclusion of the presentations by the applicant and any proponents, all affected parties may  
seek the Chairman’s permission to ask questions of or seek clarification from the applicant and/or the  
proponents.  
2. At the conclusion of the presentation by the opponents, all affected parties may seek the Chairman’s  
permission to ask questions of or seek clarification from any opponent.  
The applicant’s closing comments will address testimony subsequent to his or her presentation. Continuing  
rebuttal of other than directly preceding testimony will not be allowed. Because much testimony has already  
been submitted in writing, the following guidelines accommodate efficient presentations:  
1. The applicant should present his or her entire case, including rebuttal, in no more than 20 minutes.  
2. Persons wishing to speak regarding a Public Hearing item may speak for up to three minutes each.  
3. Persons wishing to attend virtually must preregister at pinellascounty.org/comment by 5 p. m. the day  
before the meeting.  
Appeals  
Persons are advised that, if they decided to appeal any decision made at this meeting/hearing, they will need  
a record of the proceeding, and, for such purposes, they may need to ensure that a verbatim record of the  
proceeding is made, which includes the testimony and evidence upon which the appeal is to be based.  
If a Board meeting beginning at 9:30 A.M. has not concluded by noon, a recess will be taken from noon to  
12:30 P.M., and the remainder of the meeting will continue at 12:30 P.M.  
If a Board meeting beginning at 2:00 P.M. has not concluded by 5:30 P.M., a recess will be taken from 5:30 to  
6:00 P.M. The remainder of the afternoon agenda will resume at 6:00 P.M., followed by Public Hearings.