Pinellas County Board of County Commissioners  
333 Chestnut Street  
Clearwater, FL 33756  
Hybrid In-Person and Virtual Regular Meeting Agenda  
Thursday, September 8, 2022  
2:00 P.M.  
Public Hearings at 6:00 P.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 by Chaplain Milton Smith, Palm Harbor Fire Rescue, Palm Harbor.  
PLEDGE OF ALLEGIANCE  
PRESENTATIONS AND AWARDS  
1.  
Hispanic Heritage Month Proclamation:  
- Jaclyn Ballard (Boland), CEO, InterCultural Advocacy Institute, Hispanic  
Outreach Center  
CITIZENS TO BE HEARD  
2. Citizens To Be Heard - Public Comment.  
CONSENT AGENDA - Items 3 through 21  
CLERK OF THE CIRCUIT COURT AND COMPTROLLER  
3.  
4.  
Minutes of the regular meeting held June 7, 2022.  
Vouchers and bills paid from July 17 through August 13, 2022.  
Reports received for filing:  
5.  
6.  
Dock Fee Report for the month of July 2022.  
Division of Inspector General, Clerk of the Circuit Court and Comptroller,  
Report No. 2023-13 dated August 3, 2022 - Investigation of Contractor  
Licensing Department Investigator Engaging in Conduct Unbecoming.  
7.  
8.  
Division of Inspector General, Clerk of the Circuit Court and Comptroller,  
Report No. 2022-15 dated August 15, 2022 - Observation of the Fleet  
Management Services Annual Physical Inventory of Surplus Fixed  
Assets.  
Quarterly Donation Listing of $1,000 or more for the quarter ended June  
30, 2022.  
Miscellaneous items received for filing:  
9.  
City of Tarpon Springs Ordinance No. 2022-15 adopted July 26, 2022,  
annexing certain properties.  
10.  
Independent Audit of the City of Largo Community Redevelopment  
Agency Fiscal Year 2021 Annual Report.  
COUNTY ADMINISTRATOR DEPARTMENTS  
Administrative Services  
11.  
Declare surplus and authorize the sale of County-owned equipment and  
vehicles.  
Declare surplus and authorize the sale of equipment and vehicles on the attached lists.  
Approve distribution of the proceeds from the sale of vehicles and equipment sold to  
the funds from which the assets were purchased, typically the Fleet Vehicle  
Replacement or a specific enterprise fund.  
Recommendation:  
* This action declares the listed items as surplus and authorizes their sale to the highest  
bidder.  
* The usefulness of the identified equipment and vehicles has been exhausted.  
* Unlike other surplus items, surplus vehicles/rolling stock are not available for donation  
because the proceeds are owed to the Fleet Vehicle Replacement Fund or specific  
enterprise fund for vehicle replacement.  
Management and Budget  
12.  
Fiscal Year 2022 Board Budget Amendment No. 3 to realign  
appropriation from Reserves in the Fleet Management Fund for  
unanticipated Fiscal Year 2022 expenditures.  
Approval of the Fiscal Year (FY) 2022 Budget Amendment No. 3 pursuant to Florida  
Statute section 129.06(2)(b) realigning:  
Recommendation:  
* $3,500,000.00 from the Fleet Management Fund Reserves to the Fuel Management  
($1,920,000.00), Fleet Vehicle Replacement ($1,100,000.00), and Fleet Parts  
Management ($480,000.00) cost centers for unanticipated expenses related to  
increasing costs for fuel and parts.  
* The FY22 adopted Budget assumed increases to both parts and fuel; however, it was  
not anticipated that inflation and shortages would be as significant as experienced to  
date.  
* This additional appropriation will provide the resources required to pay for  
expenditures related to rising prices for fuel and parts through the end of the fiscal year.  
* The appropriation to the Fleet Vehicle Replacement center is to replenish funding that  
was previously realigned for fuel and parts to prevent a disruption in Fleet services.  
Public Works  
13.  
Award of bid to Keystone Excavators, Inc. for the South Myrtle Avenue -  
Road and Drainage Improvements Project  
Approval of the award of bid to Keystone Excavators, Inc for the South Myrtle Avenue -  
Road and Drainage Improvements Project.  
Recommendation:  
* The project involves reconstruction of South Myrtle Avenue, between South Fort  
Harrison Avenue and Belleair Road, with drainage improvements and related sanitary  
sewer relocation, and water main replacement.  
* There were four bids received with Keystone Excavators, Inc. recommended for  
award as the lowest responsive and responsible bidder in the amount of $2,698,334.00  
which is 5.53% below the project estimate and is expected to be completed within 400  
consecutive calendar days.  
* The contractor's small business enterprise commitment for this project is 12%.  
* This new contract includes a Joint Project Agreement with the City of Clearwater to  
relocate the City's 8" Sanitary Sewer line. The City of Clearwater will fund the Sewer  
portion of the utility work.  
* This project is planned within the County's Capital Improvement Program and has  
multiple funding sources, including the American Rescue Plan Act, the Local Option  
Sales Surtax (Penny for Pinellas), the Water Renewal and Replacement fund, and the  
City of Clearwater.  
Contract No. 22-0467-CP(AJM): PID No. 002434A South Myrtle Avenue drainage  
improvements and 003562A Myrtle Avenue water main replacement; in the amount of  
$2,698,334.00 on basis of being the lowest responsive and responsible bid received  
meeting specifications. All work is expected to be completed within 400 consecutive  
calendar days; Authorize the Chairman to sign and the Clerk of the Circuit Court to  
attest.  
14.  
Joint Project Agreement with the City of Largo for the Starkey Road  
Watershed Management Plan update.  
Approval of the Joint Project Agreement with the City of Largo for the Starkey Road  
Watershed Management Plan (WMP) update.  
Recommendation:  
* The total project cost is $500,000.00. The Southwest Florida Water Management  
District is funding fifty percent, equal to $250,000.00.  
* The remaining fifty percent, or $250,000.00, is split between the City of Largo at  
fifty-four percent or $136,000.00, and the County at forty-six percent or $114,000.00,  
spread over Fiscal Years 2022-2024.  
* Project consists of developing a WMP for the Starkey Road Watershed which  
includes floodplain analysis, surface water resource assessment, and best  
management practices and will provide recommendations for drainage, water quality,  
and natural system improvement projects.  
County Project No. 004937A in the amount of $500,000.00; anticipated completion date  
of October 31, 2024; Authorize the Chairman to sign and the Clerk of the Circuit Court  
to attest.  
15.  
Ranking of firms and agreement with Burgess and Niple Inc. for  
professional engineering, planning, and environmental consulting  
services for the Preliminary Engineering Report study for the Crystal  
Beach Drainage and Roadway Improvements Project.  
Approval of the ranking of firms and agreement with Burgess and Niple, Inc. per the  
Consultant Competitive Negotiation Act (CCNA) for professional engineering, planning,  
and environmental consulting services for the Preliminary Engineering Report (PER)  
study for the Crystal Beach Drainage and Roadway Improvements Project.  
Recommendation:  
* The contract is for engineering services to develop the Preliminary Engineering Report  
for improvements in the Crystal Beach community generally between Crystal Beach  
Avenue and Florida Boulevard.  
* The scope of work is to assess roadway, drainage, sanitary sewer, and potable water  
infrastructure needs within the project area and develop a recommended plan for  
roadway, stormwater management and utility improvements.  
* Seven firms submitted proposals with award recommendation to the number one  
ranked firm Burgess and Niple, Inc. in the negotiated amount of $1,201,471.44 in  
accordance with CCNA per Florida Statute 287.055.  
* Five certified Small Business Enterprise subconsultants are included in the award to  
Burgess and Niple, Inc., Cumbey & Fair, Inc., Harbor Coordination Solutions, Inc.,  
Independence Acquisition & Appraisal, LLC, PlaceMaker Design Studio, LLC, and The  
Valerin Group, Inc. for this phase (PER and 45% design) an approximate SBE percent  
of 2.9 % for basic services, and 4% if optional services are included.  
* Funding is derived from Local Infrastructure Sales Tax (Penny for Pinellas):  
$969,597.44 and Water and Sewer Renewal and Replacement Fund: $231,874.00.  
Contract No. 21-0022-NC (PLU); in the amount of $1,201,471.44 from the notice to  
proceed date for five hundred twenty-five consecutive calendar days; Authorize the  
Chairman to sign and the Clerk of the Circuit Court to attest.  
16.  
Ranking of firms and agreements with eleven firms for professional  
engineering design services of roadway, drainage, structural, civil, and  
traffic projects primarily funded through federal grant dollars including the  
American Rescue Plan Act.  
Approval of the ranking of firms and agreements with the eleven highest ranked firms  
per the Consultant Competitive Negotiation Act (CCNA) for professional engineering  
design services for roadway, drainage, structural, civil, and traffic projects on a  
continuing basis under projects primarily funded through federal grant dollars including  
the American Rescue Plan Act.  
Recommendation:  
* The purpose of this contract is to provide professional engineering design services for  
roadway, drainage, structural, civil, and traffic projects on a continuing basis.  
* Award recommendation to the top eleven ranked firms is in accordance with the  
Consultants Competitive Negotiation Act (CCNA), per Florida Statute 287.055 with  
firms making services available on an on-going basis.  
* Costs are negotiated per specific assignment based on rates and terms that will be  
locked-in for 5 years. The not-to-exceed amount is $6,000,000 per firm or a  
$66,000,000 maximum upset limit for the total contract period.  
* This is an additional contract for projects that are from Grant Funds - ARPA, FDOT,  
etc. which is a new contract for the County with no prior contract to compare for price  
comparison purposes, except to note the professional service fees are consistent with  
those of other recent solicitations.  
* All eleven firms awarded have committed to utilizing multiple certified Small Business  
Enterprises (SBE) for engagements resulting from this contract. Percentage goals are  
not established for the CCNA continuing contracts. When the County utilizes a firm for  
an engagement, the requesting department working with Economic Development will  
ensure SBE's are utilized.  
* Twenty-four vendors submitted proposals with award going to the eleven highest  
ranked firms.  
* Funding is derived through various Federal Grant programs. If needed, additional  
funding is derived from the Local Option Sales Surtax (Penny for Pinellas) and is  
budgeted in various programs within Capital Improvement Program. Funding may also  
be provided by various operating budgets per individual work assignments on a multiple  
year/multiple work assignment basis.  
Contract 22-0355-CN(PLU); in the amount of $6,000,000.00 for each firm from the  
notice to proceed date for a total not-to-exceed amount of $66,000,000.00 for a term of  
five years; Authorize the Chairman to sign and Clerk of the Circuit Court to attest.  
17.  
Ranking of firms and agreements with the six top-ranked firms for Traffic  
Engineering Consulting Services for Advanced Traffic Management and  
Intelligent Transportation Systems.  
Approval of the ranking of firms and agreements with the six top-ranked firms per the  
Consultant Competitive Negotiation Act (CCNA) for Traffic Engineering Consultant  
Services for Advanced Traffic Management Systems and Intelligent Transportation  
Systems (ATMS/ITS).  
Recommendation:  
1.) HNTB Corporation  
2.) Vanassee Hangen Brustlin, Inc.  
3.) WSP USA, Inc.  
4.) Cardno, Inc.  
5.) Gannett Fleming, Inc.  
6.) Metric Engineering, Inc.  
* This contract is for professional engineering services to prepare design and  
construction plans for traffic signalization, ATMS/ITS projects, and other, individual  
traffic engineering related assignments.  
* Award recommendation with six firms will provide services on an on-going basis with  
costs negotiated per specific assignment. The upset limit over the five-year term is not  
to exceed $2,500,000 per firm or $15,000,000 maximum for the contract period.  
* This contract is replacing an expiring contract with the same upset limit amounts,  
however, the rates on average for the services has increased 18% since 2017.  
* HNTB Corp., Vanassee Hangen Brustlin, Inc., WSP USA, Inc., Cardno, Inc., Gannett  
Fleming, Inc., and Metric Engineering, Inc. have committed to utilizing multiple certified  
Small Business Enterprises (SBE) for engagements resulting from this contract.  
Percentage goals are not established for the Consultant Competitive Negotiation Act's  
continuing contracts. When the County utilizes a firm for an engagement, the  
requesting department working with Economic Development will ensure SBE's are  
utilized.  
* Fourteen firms submitted with award going to the top six highest ranked firms.  
* Funding is derived from the 9-Cent Local Option Fuel Tax and is budgeted under the  
ATMS program in Capital Improvement Program.  
Contract 22-0304-CN(PLU); in the maximum amount of $2,500,000.00 per firm from  
the notice to proceed date for a five-year term total of $15,000,000.00; Authorize the  
Chairman to sign and the Clerk of the Circuit Court to attest.  
18.  
Ranking of firms and agreement with StreetScan, Inc. for sidewalk  
network assessment and inspection services.  
Approval of the ranking of firms and agreement with StreetScan, Inc. (StreetScan) for  
sidewalk network assessment and inspection services.  
Recommendation:  
* This contract provides for sidewalk network assessment and inspection services and  
the development of a county-wide numerical Sidewalk Condition Index to make  
informed decisions regarding areas of highest priorities for pedestrian infrastructure.  
* The agreement has a term of six months with total expenditures not to exceed  
$438,000.00.  
* Four firms submitted proposals; following written evaluation StreetScan was selected  
as the highest ranked firm and is recommended for award.  
* This solicitation is funded with $400,000.00 of federal funds from the Coronavirus  
Local Fiscal Recovery Funds, made available under the American Rescue Plan Act,  
supplemented by $38,000.00 of operating funds.  
Contract No. 22-0271-P(JJ) for a total amount of $438,000.00 with a six-month contract  
term; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.  
Utilities  
19.  
Ranking of firms and agreement with Halff Associates, Inc. for the  
professional engineering design services per the Consultant Competitive  
Negotiation Act for the Manufactured Home Communities Wastewater  
Collection Systems improvement project funded by the Restore Act.  
Approval of the ranking of firms and agreement with the number one ranked firm, Halff  
Associates, Inc. (Halff) per the Consultant Competitive Negotiation Act (CCNA) for  
professional engineering services related to the design of the Manufactured Home  
Communities (MHC) Wastewater Collection Systems Improvement Project 005015A  
funded by the Restore Act.  
Recommendation:  
* The purpose of this contract is to design replacement of private sewer collection  
systems and sewer laterals connected to individual mobile homes, clubhouses, and  
offices at 14 MHCs in unincorporated county.  
* Award recommendation of top ranked firm, Halff in the amount of $2,049,452.75 is in  
accordance with the CCNA per Florida Statute 287.055.  
* 14 MHCs were identified as priority areas for infrastructure improvements based on  
infiltration and inflow monitoring and historical sanitary sewer overflow events. The 14  
MHCs are listed in the staff report by name and address and are reflected on an  
attached location map.  
* These design services are 100% funded through the Restore Act Grant awarded by  
the Restore Council in April 2021 and accepted by the Board of County Commissioners  
in September 2021.  
* Five certified Small Business Enterprise subconsultants are included in the award to  
Halff: Veith Engineering & Business Solutions, Waller Consulting Engineering, LLC,  
AREHNA Engineering, Inc., The Valerin Group, Inc., and ECHO UES, Inc. for  
approximately 43% commitment of the total award amount.  
* Public outreach meetings with the MHCs have been conducted by Pinellas County  
Utilities staff and all the 14 communities are in support of this project.  
Contract No. 22-0056-NC(PLU); in the amount of $2,049,452.75 from the notice to  
proceed date for a term of four hundred seventy-five consecutive calendar days;  
Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.  
AUTHORITIES, BOARDS, CONSTITUTIONAL OFFICERS AND COUNCILS  
Business Technology Services  
20.  
Ranking of firms and agreements with the six highest-ranked firms for  
requirements of information technology staff augmentation (temporary  
staffing) services.  
As requested by Business Technology Services (BTS), approve the ranking of firms  
and agreements with the six highest ranked firms to provide Information Technology  
(IT) staff augmentation (temporary staffing) services:  
Recommendation:  
1.) 22nd Century Technologies, Inc.  
2.) Computer Aid Inc.  
3.) Image Technology Resources Corp d/b/a IT Resources  
4.) Serigor, Inc.  
5.) SoftSages, LLC d/b/a SoftSages Technology  
6.) US Tech Solutions, Inc.  
* This item was deferred from the June 21, 2022 Board meeting under agenda item no.  
15. The item was deferred to add a range of potential rates for each firm based on  
market conditions and requirements of BTS at the point of engagement.  
* These agreements provide IT staff augmentation (temporary staffing) services and  
project-based IT staff services on an as-needed and funded basis for BTS in support of  
BTS provided services and customer department needs.  
* These agreements provide the ability to staff a vacant position/project need quickly in  
effort to maintain operations, project schedules, and or increase capacity on a  
short-term basis using payroll lapse (or project funding) from budgeted vacant position  
assignments.  
* Sixty-four firms submitted proposals; the six highest ranked firms are recommended  
for award by the BTS Department.  
* Temporary staffing rates are based upon market conditions and the skillset required  
for the particular engagement. Each engagement will have a fixed rate for the duration  
of the engagement.  
* The contract has a term of five years with a total expenditure of $5,000,000.00.  
* This contract replaces a current contract that will expire on September 20, 2022.  
Contract No. 22-0120-P(JJ); in the not-to-exceed annual amount of $1,000,000.00 for a  
five-year contract value of $5,000,000.00; Authorize the Chairman to sign and the Clerk  
of the Circuit Court to attest.  
Emergency Medical Services Authority  
21.  
Ranking of firms and agreement with Prehospital Medicine Consultants,  
LLC to provide medical direction services.  
Sitting as the Emergency Medical Services Authority (Authority), approve the ranking of  
firms and agreement with Prehospital Medicine Consultants, LLC for medical direction  
services.  
Recommendation:  
* This contract provides all medical direction services for the Pinellas County  
Emergency Medical Services system, as well as online medical control on a continual  
basis twenty-four hours a day / seven days a week.  
* This contract was advertised on February 11, 2022 and is a request for specialized  
medical direction services requiring Florida licensed Physician and Board-certified  
Emergency Medicine staff to be on call twenty-four hours a day / seven days a week.  
Safety and Emergency Medical Services often receives limited or single responses due  
to the nature of their highly specialized requirements (requiring specific medical  
licensure and experience).  
* One submission received from Prehospital Medicine Consultants LLC; negotiations  
were completed on July 6, 2022.  
* This is a new vendor, not a new service. Medical Direction is a State and Local  
requirement. Dr Angus Jameson remains as the primary medical director.  
* Award in the amount of $8,086,410.00.  
* Contract cost increased from $842,140 in FY22 to $1,598,871 for FY23 over the  
previous contract and limits increases to 1.9% year for the five-year duration  
* The Authority may utilize contractor's staff for quality assurance and improvement  
projects, data analysis and performance monitoring on a regular or episodic basis at its  
discretion. Funding for these contingency services shall not exceed $50,000.00 in any  
fiscal year.  
* Driver of increased cost include general increases in costs since last contract bid;  
maintaining basic medical oversite and system needs due to expanding call volume  
with 24/7 coverages; training needs for both on boarding large numbers of clinical  
providers and continued education program needs; for work associated with various  
Human Services programs  
Contract No. 22-0252-P(JJ) in an average annual amount of $1,617,282.00 from  
effective date through September 30, 2027, for a total contract value of $8,086,410.00;  
Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.  
REGULAR AGENDA  
ITEMS FOR DISCUSSION FROM THE CONSENT AGENDA  
COUNTY ADMINISTRATOR DEPARTMENTS  
Airport  
22.  
Interlocal Agreement with the Pinellas County Sheriff’s Office for law  
enforcement services at the St. Pete-Clearwater International Airport for  
Fiscal Year 2023.  
Approval of the Interlocal Agreement with the Pinellas County Sheriff's Office (PCSO)  
for law enforcement services at the St. Pete-Clearwater International Airport (PIE).  
Recommendation:  
* The Interlocal Agreement with the PCSO ensures full-time law enforcement officer  
(LEO) coverage at PIE.  
* There are 12 LEOs that provide 24-hour coverage seven days a week.  
* The cost of the 12 LEO's salaries, benefits, vehicle cost, supervision, and equipment  
is $1,459,512.00 for Fiscal Year (FY) 2023. This cost represents a 3.01% increase over  
FY22's Interlocal Agreement cost of $1,416,840.00.  
Contract in the amount of $1,459,512.00 for a one-year term commencing October 1,  
2022 through September 30, 2023; Authorize the Chairman to sign and the Clerk of the  
Circuit Court to attest.  
Convention and Visitors Bureau  
23.  
Increase to the contract with On Time Marketing Corporation for  
promotional and novelty items.  
Approval of the increase to the contract with On Time Marketing Corporation for  
promotional and novelty items.  
Recommendation:  
* This contract is utilized mainly by the Convention and Visitors Bureau (CVB) with  
minor usage by six other departments, providing promotional items, which are typically  
imprinted or embroidered with various County and/or Department logos.  
* This request is for an increase to the contract upset limit in the amount of $188,948.74  
providing for requirements through the remainder of the contract term February 10,  
2023.  
* On February 11, 2018, the County Administrator awarded this contract to On Time  
Marketing Corporation in the amount of $1,250,000.00. With the requested increase to  
the contract upset limit, the average annual expenditure now exceeds the County  
Administrator delegated approval authority.  
* Funding for the CVB is derived from the Tourist Development Tax Fund  
Increase Contract No. 178-0007-B(PW) increase to the upset limit in the amount of  
$188,948.74 for a revised contract total of $1,438,948.74 effective through February 10,  
2023; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.  
County Administrator  
24.  
EmpowHERment Community Center Computer Literacy for HER Project  
Fiscal Year 2022 Municipal Services Taxing Unit special projects funding  
request.  
Approval of the Municipal Services Taxing Unit special projects funding request made  
by EmpowHERment Community Center in the amount of $17,799.90 to purchase thirty  
laptop computers, two tablets, and accessories and supplies to facilitate a computer  
literacy program for women and girls who face difficulty utilizing technology.  
Recommendation:  
* The EmpowHERment Community Center will host two regularly scheduled eight-week  
programs:  
1) "Literacy for HER"- this program will focus on computer and technology literacy  
training, primarily for employment purposes.  
2) "Girl Who Code"- this program will teach more advanced computer skills, which will  
include guided courses and projects on varying subjects to build confidence and  
expertise.  
* The program will serve 30 women and 30 teen girls per session, with one session per  
week of each course. This totals 240 potential women and girls positively impacted by  
their monthly programs to learn and accomplish their computer goals.  
* In addition, laptops will be available for in-center use from 10 AM - 6 PM daily.  
EmpowHERment currently offers a free co-working space, and the addition of laptops  
at their facility will make this offering even more valuable.  
25.  
FEAST, Inc. Walk-In Cooler/Freezer Project Fiscal Year 2022 Municipal  
Services Taxing Unit special projects funding request.  
Approval of the Municipal Services Taxing Unit special projects funding request made  
by FEAST, Inc. in the amount of $18,364.00 to purchase a walk-in cooler/freezer.  
Recommendation:  
* The project funding request is in the amount of $18,364.00.  
* The purchase of a walk-in cooler/freezer will allow the pantry to store more healthy  
perishable foods such as meat, eggs, milk, and fresh produce to distribute to families in  
our community.  
* Data from Healthy St Pete estimates more than 14% of households in Pinellas County  
experience food insecurity. Since March of 2022, food prices have jumped 8.8%  
making it increasingly difficult for struggling families to purchase food as well as more  
challenging for donors to purchase and donate essential food items.  
* Prior to and during the Covid 19 pandemic, FEAST, Inc. served approximately 1,000  
people per month. Demand for FEAST, Inc. services have dramatically increased.  
Currently, they are providing food and personal care items to over 3,500 people each  
month.  
Housing & Community Development  
26.  
Affordable Housing Program loan to Pinellas County Housing Authority,  
for an affordable multi-family rental housing project known as Valor  
Preserve to be developed by the Pinellas County Housing Authority.  
Approval and execution by the County Administrator for the recommendation to fund an  
Affordable Housing Program loan to Pinellas County Housing Authority (PCHA) for an  
affordable multi-family rental housing project known as Valor Preserve.  
Recommendation:  
It is further recommended that the Board of County Commissioners delegate authority  
to the County Administrator to execute loan documents, restrictive covenants, and any  
other such agreements and documentation associated with the loan in the amount  
authorized by the Board.  
* The recommended loan amount is $1.7M utilizing State Housing Initiatives  
Partnership funds for construction.  
* The proposed project is the development and construction of a 64-unit multi-family  
affordable rental apartment complex.10 units will be restricted to 30.0% of Area Median  
Income (AMI), an additional 10 units will be restricted to households at 50.0% AMI and  
the remaining 44 units will be restricted to households at 60.0% AMI. 32 units will be set  
aside for households with special needs. Valor Preserve will implement veterans'  
preference where veterans will move to the top of the list for units.  
* Delays to the project due to the initial denial of the project by the City of Seminole,  
purchasing of additional frontage property and the need to redesign certain project  
components to comply with all City ordinances have resulted in significant cost  
increases for the project making it necessary for the County to provide additional  
funding to fill the gap.  
* Execution of a Land Use Restriction Agreement (LURA) will be required and will  
restrict 10 units to households at or below 50.0% AMI and three units to households at  
or below 60.0% AMI. Of the 13 restricted units, three units will be set aside for special  
needs households. The LURA will impose a thirty-year affordability period.  
* The total project cost is estimated to be $29,912,069.00. Other sources of funding will  
include 9.0% tax credits, SAIL/ELI loans, PCHA Sellers Note, FHFC Construction  
Housing Inflation Response Program and deferred developer fees.  
* The County funding will be in the form of an amortized loan.  
* The project is located at 9575 Seminole Boulevard, Seminole, FL 33772.  
Human Services  
27.  
Funding agreement with the Homeless Leadership Alliance of Pinellas,  
Inc. for operational costs and direct services.  
Approval of the funding agreement with Homeless Leadership Alliance of Pinellas, Inc.  
(HLA) for operational costs and direct services.  
Recommendation:  
* This Agreement provides funding for operational costs for the HLA, including partial  
support of executive and support staff, and direct service costs associated with serving  
as the Continuum of Care Lead Agency.  
* Additionally, this agreement provides funding for one full-time Pinellas Homeless  
Management Information System (PHMIS) staff person to fulfill the HLA's obligations as  
the PHMIS Lead Agency, support for youth entering the homeless system of care, and  
funding to support and manage the cold night shelter program.  
* Funding in an amount not to exceed $288,330.00 has been identified in the Human  
Services anticipated Fiscal Year (FY) 2023 General Fund appropriation.  
* There are no changes in funding from the previous FY.  
28.  
Funding recommendations for the 2021 Edward Byrne Memorial Justice  
Assistance Grant-Countywide and related grant administration  
documents.  
Approval of funding recommendations by the Substance Abuse Advisory Board (SAAB)  
documents for the 2021 Edward Byrne Memorial Justice Assistance Grant Countywide  
(JAG-C) and execution of the funding distribution letter, and approval and execution of  
the letter for delegation of authority to the County Administrator for JAG-C for the  
remaining grant items  
Recommendation:  
* The JAG-C is a formula-based U.S. Department of Justice pass-through grant  
administered by the Florida Department of Law Enforcement (FDLE). It supports  
projects that help reduce crime and improve the criminal justice system.  
* Based on crime and population statistics, FDLE has allocated $237,081.00 for  
Pinellas County. This is a slight increase over last year ($236,358.00). No local match is  
required.  
* The SAAB reviewed applications for projects to be funded by JAG-C. The selected  
projects were voted on and recommended by the SAAB on July 26, 2022.  
* The JAG-C will provide $237,081.00 in funding to support seven projects in Pinellas  
County.  
A delegation letter is requested for FDLE to allow the County Administrator to complete  
the application process.  
29.  
Pinellas County Health Program hospital provider agreements.  
Approval of the Funding Agreements with Tarpon Springs Hospital Foundation, Inc.  
d/b/a AdventHealth North Pinellas (Advent) and OHI West, Inc. d/b/a Bayfront Health  
St. Petersburg, (Bayfront) for the Pinellas County Health Program (PCHP) and Health  
Care for the Homeless (HCH) program.  
Recommendation:  
* Funding provides partial reimbursement for ambulatory and inpatient hospital services  
for authorized clients who are actively enrolled in the PCHP/HCH programs. The  
continuation Agreements with Advent and Bayfront provide for a two-year term.  
* This action also updates the funding distribution across PCHP/HCH hospital providers  
based upon the most recent utilization data. The total funding available for hospital  
services is $3,000,000.00. Based on reported service level data from Calendar Year  
2021, the funding allocation for Fiscal Year (FY) 2023 is as follows: Advent receiving  
2.0%, Bayfront receiving 28.0%, BayCare receiving 70.0%. BayCare continues to  
provide services under an active agreement and does not need renewal at this time.  
* Funding in the amount not to exceed $3,000,000.00 has been included in the Human  
Services proposed General Fund appropriation for FY23. There are no changes in the  
funding allocation from FY22.  
30.  
Service Area Competition grant application for the U.S. Department of  
Health and Human Services, Health Resources Services Administration  
for the Health Care for the Homeless program.  
Approval of the Service Area Competition grant application for the U.S. Department of  
Health and Human Services, Health Resources and Services Administration (HRSA)  
and delegation of authority to the Human Services Department Director to serve as the  
Authorized Organizational Representative role in order to administer the grant through  
HRSA's grant management system, the Electronic Handbook (EHB).  
Recommendation:  
Also included for approval is the Health Care for the Homeless Co-Applicant Board  
Roster and Notice of Award for the current budget period.  
* The next three-year grant period of federal funding supports the County's Health Care  
for the Homeless program for a project period starting March 1, 2023, through February  
28, 2026.  
* Federal funding supports the provision of medical, dental, and behavioral health care  
for individuals experiencing homelessness and receiving care at the Bayside Clinic and  
Mobile Medical Unit.  
* Federal funding for the grant application is in the amount of $1,764,565.00 for the first  
budget year starting March 1, 2023 through February 28, 2024. This is consistent with a  
funding award for the current grant budget period March 1, 2022 - February 28, 2023.  
* HRSA's EHB is the grant management system utilized to submit applications,  
reporting and any changes to the grant. Delegating Authority to the Human Serviced  
Director allows for administering the grant activities in the federal system and has no  
impact on funding received.  
* The HCH Co-Applicant Board maintains shared oversight and authority of the HCH  
program as defined in the Co-Applicant Agreement, last approved on March 9, 2021.  
The Co-Applicant Board will review and approve the grant application submission on  
August 9, 2022.  
* In 2021, the County served 1,819 unduplicated homeless patients through the MMU  
and Bayside Health Clinic. This award will allow the County to continue providing  
primary medical care and prevention services to homeless residents. The funding will  
support clinical services for 2,979 unduplicated patients by December 31, 2024.  
* No cash match required.  
Public Works  
31.  
Amendment No. 1 to the Community Development Block Grant Mitigation  
Program Subrecipient Agreement with the Florida Department of  
Economic Opportunity.  
Approval of Amendment No. 1 to the Community Development Block Grant Mitigation  
(CDBG-MIT) Program Subrecipient Agreement with the Florida Department of  
Economic Opportunity (DEO).  
Recommendation:  
* Amendment No. 1 amends the CDBG-MIT Subrecipient Agreement by deleting in its  
entirety Section 15 Citizen Complaints and replacing in its entirety with updated  
language for complaints and appeal of program decisions.  
* The language of Section 15 Citizen Complaints is only modified to identify how citizen  
complaints are handled and which program decisions may be appealed.  
* Amendment No. 1 does not change the term or amount of the agreement.  
* The agreement provides CDBG-MIT funding in the amount of $992,000.00 to be used  
for a Countywide Flood Mitigation Action Plan.  
DEO Agreement No. MT028; Amendment does not change the agreement amount or  
term; Authorize the Chairman to sign and the Clerk of the Circuit Court to attest.  
32.  
Award of bid to Adapco, LLC, Clarke Mosquito Control Products, Inc.,  
Rentokil d/b/a JC Ehrlich Co Inc. and Target Specialty Products, and Es  
Opco USA LLC d/b/a Veseris for annual requirements of mosquito  
abatement products.  
Award of bid to Adapco, LLC, Clarke Mosquito Control Products, Inc., Rentokil d/b/a JC  
Ehrlich Co Inc., and Target Specialty Products for annual requirements of mosquito  
abatement products and request the Chairman conduct a drawing to determine the  
award amount of tie bid item numbers 21, 28, 29, 30, and 31. This will be conducted in  
accordance with County Code 2-176. The code specifies if two or more bid submittals  
are received for the same total amount or unit prices, qualifications, quality, and service  
being equal, the contract shall be awarded by drawing lots.  
Recommendation:  
* This 24-month contract is for the annual requirements of mosquito abatement  
products.  
* The total not to exceed contract total is $4,030,695.50. The award of bid items is as  
follows:  
1.) Adapco, LLC; Items 1, 12 - 20, 22, and 24.  
2.) Rentokil d/b/a JC Ehrlich Co Inc. and Target Specialty Products; Items 5,23, 26, and  
27.  
3.) Clarke Mosquito Control Products, Inc.; Items 2, 4, 6-11, and 25.  
4.) Es Opco USA LLC d/b/a Veseris; Item 32.  
* Three vendors provided identical pricing for five bid items. Clarke Mosquito Control  
Products, Inc., Rentokil d/b/a JC Ehrlich Co Inc., and Target Specialty Products and  
Veseris for Items 21, and 28-31. The total amount for the tied bid items is $310,162.80.  
* The prior contract is no. 167-0156-B, awarded on March 2, 2017 to Adapco, LLC,  
Clarke Mosquito Control Products, Inc., Rentokil North America, Inc. d/b/a Target  
Specialty Products, and Valent Biosciences Corporation in the total amount of  
$7,956,862.50 for a five year term. The Producers Price Index for pesticides and other  
agricultural chemicals has increased significantly since the award of the prior contract  
resulting in an average 21% increase over the prior contract.  
Following the outcome of drawing lots in public, authorize the vendor(s) to execute the  
agreement(s), County Attorney to approve agreement(s) as to form; Authorize the  
Chairman to sign and the Clerk of the Circuit Court to attest the agreement(s). Contract  
No. 22-0466-B in an amount not to exceed $4,030,695.50 for a duration of twenty-four  
months.  
33.  
Change Order No. 1 to R.J.P. Enterprises, Inc. for the Sidewalk and  
Underdrain Replacement Program for Fiscal Year 2021-2023.  
Approval of Change Order No. 1 to R.J.P. Enterprises, Inc. for the Sidewalk and  
Underdrain Replacement Program for Fiscal Year 2021-2023.  
* This contract provides for removal and replacement of curbs, sidewalks, and  
underdrains at various locations throughout the County.  
* Change Order No.1 increases the contract by $350,000.00 to fund additional work  
related to completing the Sidewalk Backlog Program.  
Recommendation:  
* The Sidewalk Backlog Program is 70% complete with 1-year to complete the  
remaining 30%.  
* This contract was approved by the Board of County Commissioners on April 13, 2021,  
in the amount of $3,115,360.00 for a duration of 1,098 consecutive calendar days.  
* The contract provides for an additional 2-Year extension at the same prices, terms,  
and conditions.  
* R.J.P.'s submittal contained an outstanding Small Business Enterprise Program  
commitment of 34.4%.  
* Funds are budgeted in the Public Works Capital and Operating Budgets for the  
additional work.  
Contract No. 21-0216-CP AJM to increase amount by $350,000.00 for a new total of  
$3,465,360.00; Authorize the Chairman to sign and the Clerk of the Circuit Court to  
attest.  
34.  
Purchase authorization agreement with Davenport Aviation, Inc. for the  
purchase of an Airbus H125 Helicopter.  
Approval of the purchase authorization agreement with Davenport Aviation, Inc. for the  
purchase of an Airbus H125 Helicopter.  
Recommendation:  
* This authorization is for the purchase of an Airbus H125 helicopter, as required by  
Public Works - Mosquito Control.  
* Mosquito Control uses helicopters for aerial larviciding, an essential function for  
ensuring public health, safety, and welfare.  
* The current helicopter, a 1967 Bell TH-13T, has long exceeded useful life.  
* Pricing is per Government Services Administration Contract No. GS-07F-139DA,  
including performance bond for the total amount of $3,995,620.00.  
* Funding in the amount of $4M is in the Fiscal Year 2022 Public Works budget.  
Contract No. 22-0376-PB; in the not-to-exceed amount of $3,995,620.00; Authorize the  
Chairman to sign and the Clerk of the Circuit Court to attest.  
Safety and Emergency Services  
35.  
Increase the upset limit to the agreement with Frontier Communications  
of America, Inc. for 911network services.  
Approval of the increase to the upset limit with Frontier Communications, Inc. of  
America for 911 network services.  
Recommendation:  
* Frontier Communication of America, Inc. provides networks for interconnecting 911  
Public Safety Answering Points throughout the County.  
* The increase of $851,982.13 is the calculated amount to cover past, current, and  
future payments to the contract through October 14, 2023. Additionally, there are two  
schedules that require signature for additional router services. A 10% contingency has  
been included in the calculated total for any unforeseen issues due to the technical  
aspect of these 911 services.  
* A portion of the increased funding requested in this item will need to be absorbed in  
the FY22 Budget, $261,982.  
* Funding for FY23 was submitted at $337,440 and needs to be increased by $252,560  
in the Tentative Budget to meet the total $590,000 projected for FY23  
* This contract was originally awarded by the Purchasing Director on February 6, 2017,  
in the amount of $366,720.00 for a sixty-month term. Eight change orders have been  
processed increasing the contract to provide for additional services.  
* Funding is included in the FY22 Adopted Budget and the FY23 Tentative Budget  
within the Emergency Communications E911 Fund.  
* BPA 425922 expired May 05, 2022, which had various schedules and a mix of future  
end dates. This amends the contract to the earliest expiring schedule (October 14,  
2023.)  
* Prior Oct 2023, Frontier will revise all Schedules with co-termed dates and a new  
agreement will be created by Purchasing accordingly.  
* Some Schedules will no longer be valid as they are for old circuits, connecting to the  
old VESTA system. Pinellas expected to have the VESTA refresh completed by  
February 2022 and the old Frontier circuits disconnected soon thereafter. A request to  
Frontier to disconnect the old circuits was made May 11, 2022, therefore, there are a  
couple months of crossover fees exist.  
* There were a few schedules planned for disconnect, however, since the refresh of the  
system, it has been determined some of these would be in the best interest to keep  
active.  
* There are two schedules, requiring signature, for additional (new) router services that  
have been identified.  
* Although an e911 related expense, this change impacts the general fund due to limits  
of state funding available from e911  
Contract No. 167-0161-Q(AJM) increase in the amount of $851,982.13 for a revised  
total contract value of $2,482,764.41 effective through October 14, 2023.  
AUTHORITIES, BOARDS, CONSTITUTIONAL OFFICERS AND COUNCILS  
Emergency Medical Services Authority  
36.  
Issuance of a Certificate of Public Convenience and Necessity to 1st  
Choice Trans, L.L.C. for provision of non-medical wheelchair transport  
services.  
Sitting as the Emergency Medical Services Authority (Authority), issue a Certificate of  
Public Convenience and Necessity (COPCN) to 1st Choice Trans L.L.C. to provide  
wheelchair transport services.  
Recommendation:  
* This firm has completed an application and meets the Authority's requirement to  
operate as a non-medical wheelchair transport provider.  
* There are currently 12 firms that hold a COPCN to provide wheelchair and/or stretcher  
van transport services. 7 of those 12 firms are approved to provide both wheelchair and  
stretcher van services.  
* If approved, this COPCN will expire on June 30, 2023.  
* There is no fee for certification. Staff administration of the process is included in the  
annual operating budget for the EMS Fund.  
Authorize the Chairman to sign the certificates.  
COUNTY ATTORNEY  
37.  
Proposed ratification of initiation of litigation in the case of Pinellas  
County v. Terry Mann; County Court Case No. 22-005251-CO - animal  
cruelty.  
Ratification of the Chair's approval of authority to initiate litigation against Terry Mann.  
Recommendation:  
38.  
39.  
Proposed initiation of litigation in the case of Pinellas County v. F&H  
Electrical Contractors, Inc. - damages arising out of negligence.  
Approval and authorization for the County Attorney to initiate litigation against F&H  
Electrical Contractors, Inc.  
Recommendation:  
County Attorney Reports.  
COUNTY ADMINISTRATOR  
40. County Administrator Reports.  
COUNTY COMMISSION  
41.  
Appointments to the Youth Advisory Committee (Board of County  
Commissioners as a whole).  
Approval of the appointments to the Youth Advisory Committee (YAC).  
Recommendation:  
* YAC provides students countywide an opportunity to assist the Board of County  
Commissioners with identifying their needs, to organize activities that are beneficial to  
the community, to suggest services they need as a group, and to become active  
participants with their adult counterparts in county programs.  
* An Open House was held on August 24, and the application period ended August 26.  
As a result, we received many applications from well-qualified, high-achieving students  
across the County.  
* In 2011, the Pinellas County Youth Advisory Committee was re-established. In 2014,  
Resolution 14-94 increased the maximum number of students on YAC from 15 to 25  
members in response to an unprecedented number of applications.  
42.  
County Commission New Business: Pertinent and Timely  
Committee/Board Updates, Policy Considerations,  
Administrative/Procedural Considerations, and other New Business:  
- Preparing for Extreme Heat and Preventing Heat Illness (Commissioner  
Long)  
- Skyway Lighting Resolutions (Commissioner Justice)  
- Updates to Commission Appointments by Chair  
6:00PM  
PUBLIC HEARINGS  
BOARD OF COUNTY COMMISSIONERS  
43.  
Resolutions adopting tentative millage rates and budgets for Fiscal Year  
2023 (first public hearing).  
Following a public hearing, adopt resolutions approving the tentative millage rates and  
budgets for Fiscal Year 2023.  
Recommendation:  
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.