HomeMy WebLinkAboutExhibitInterlocal Agreement Between
Miami -Dade Transit Agency and the City of Miami
For Federal Funding Pass -Through Arrangements with the American Recovery
and Reinvestment Act (ARRA) of 2009 Federal Transit Administration (FTA 5307)
for the City to Operate Bus Circulator Services and Install Bus Shelters
This is an Interlocal Agreement made and entered into by and between Miami -Dade Transit, a
department of Miami -Dade County, a political subdivision of the state of Florida, hereinafter
referred to as "the County", and the City of Miami, a municipal coporation of the state of
Florida, hereinafter referred to as "the City".�
WITNESSETH:
WHEREAS, Miami -Dade Transit, an Urbanized
to pass through Federal Transit Administration (12
Reinvestment Act (ARRA) funding for the City of M4ff
WHEREAS, using that funding, the i
within the City to benefit local residents and
lel a n i � our y „a h o eMi ; and
WHEREAS, the City will provide Tni
transportation by purchasing trolley bus(
through a transportation contractor, which
WHEREAS, the prp. off regularly
existing Miami -Dade Tas t (7 Metrobus
services provided by�M[; and
WHEREAS, the
supplemental • �a G, tra
funds to Drc e:
FORE,
a Fbrmula P�
07 the Ame
a designated FTA
wie
City
of the Cill
Ltalling bus
grantee,,_, agrees
Recovery and
ng recipient.
n services
with improved public
operating directly or
uled tranTelp
s' ervices which may connect with
ces and increase the use of the transit
willing to provide an alternative form of
has secured and obligated the necessary
IN CONS IYIG TION of th utual terms, conditions, promises, covenants and payments
hereinafter se h, the Coin and the City agree as follows:
ARTICLE 1
DEFINITIONS
1.1 "ADA" shall mean the Americans with Disabilities Act of 1990, as amended.
1.2 "Contractor" shall mean any entity, public or pn'1 1 #e„providing public circulator services
as described in this Agreement under contract to the City.
1.3 "Circulator" shall mean fixed route or semi -fixed route p transportation Trolley bus
services where at least seventy (70%) percent of the s within the City and said
circulator service is operated by the City, direct) IF by ract, pursuant to this
Agreement and Chapter 31 of the Code of Miami -Dad ounty.
1.4 "The County" shall include Miami -Dade Count; the Miami-DadeTra he Miami -Dade
Consumer Services Department, and authorized representatives thereo
M�
1.5 'The City" shall mean City of Miami and authonz d.rre msehtatives thereo .
ffifio
�
1.6 "FDOT' shall mean the FI 'da Department b l?�rransportation and authorized
�Y:.
representative thereof._
V ma
1.7 "MDT" shall mean the Miami -Dade ns horized re"Wresentatives thereof.
1.8 "USDOT' shall referAe-the U.S. Depa of Tran - rtation, its rules and regulations,
and reoresentative'Ph-91-o#ti
1.9 "FTA" shallorrreg66,hthe F&UT
M ral Transit 411i istration, its rules and regulations, and
representatives thereof .y
1.10 "CSA` ''at can 0%1P nsurrier a ices Department of Miami -Dade County and
1.11 RD" shall refer e Passe ger Transportation Regulatory Division of CSD.
1.12 "Fee eporting R t irements" shall mean those requirements referenced in 49 CFR
Section e (a), as be amended from time to time, and found in the National Transit
Database rting anual published by the FTA.
1.13 "STS", SpeciaF, ransportation Service, is the component of the conventional transit
system designed to provide comparable circulator service to disabled individuals as
mandated in the ADA.
ARTICLE 2
GENERAL REQUIREMENTS
2.1 Compliance with Applicable Laws and Regulations. The City and its contractors, if any,
shall comply with all existing and future laws, statutes, ordinances, codes, rules,
regulations, and procedural requirements, whether federal, state, or local, which are
applicable to, or in any manner affect, the provision of #e; City of Miami. The City shall
be responsible for ensuring compliance of its employees, contractors, agents, or assigns
with all applicable county, state, and federal requirements, including, but not limited to, all
safety, mechanical, and vehicular standards mandated by MD kd CSD. The City shall
be responsible for obtaining copies of the appropriate lawsffiegulat ons, ordinances, and
documents and complying therewith. Y..
2.2 The County Regulatory Requirements. Prior to the��comme-M. ent of the circulator
service under this Agreement, the City and/or tractors, if a shall have current
3:�"
and valid certificates of transportation, permit nd chauffeur registrations as required by
Chapter 31 of the Code of Miami -Dade ounty. Tke City and it ors shall
maintain such certificates, registrations itsent during the°Y no of this
Agreement. In no event shall the City or any o ors provide an ransportation
services contemplated by this Agreement any and all County regulatory
requirements are satisfied.:n
2.3 Vehicle Licensing. All vehicles utilized toz rovide transpo a services shall at all times
be properly licensed and permittem accordance with a= icable federal, state, and
county requirements. Vehicle opera rs sh„a PT55 i-pl... all safety, mechanical, and
vehicular standards dated by any'l .J cable cii inty, state, and federal requirements
including, but no all safety, m hanical, acid vehicular standards mandated by
MDT and CS
2.4 Vehicle Standards Veh' e' shall comply ith all of the requirements contained in
Chapters 30 and 3 f ca i -Dade County, pertinent state statutes and
FORTotherddtre t yes -,as rn a rescn e d required by CSD or MDT. All vehicles utilized
2W1
tojprovide trans 5. tion ces authorized by this Agreement shall at all times display
a�current and va M: my e i and shall comply with safety, mechanical, and vehicular
rrrequrements manda,ed by an cable county, state, or federal requirements, including
2.5 Chauffeur -Requirements. Vehicle chauffeurs shall at all times have a current and valid
county chauffeur's registration. Vehicle chauffeurs shall also comply with any safety,
mechanical, and vehicle standards mandated by applicable county, state, and federal
requirements and"as may be prescribed and required by CSD or MDT.
2.6 Proof of Compliance Prior to Operation. The City and/or its contractors, if any, shall
provide the County with proof of compliance with licensure, insurance, and any other
requirements mandated by the Code of Miami -Dade County, state statute, or federal law
prior to commencement of the circulator service.
2.7 Purchase of Services/Sole Responsibility. City employees, agents, and contractors
providing transportation services shall be considered to be, at all times, solely
employees, agents, and contactors of the City under its sole direction and not
employees, agents, or contractors of the County.
2.8 Compliance with ADA. The City's bus circulator services and the installation of installing
bus shelters shall comply with all applicable requirements of the ADA. The City and the
County recognize their joint obligation to provide STS in the area served by the City's
Circulator service. In fulfillment of the City's obligation, the City hereby contracts with the
County to provide STS service for trips which have both their origin and destination within
the City Circulator service area, as the County shall continue to provide such trips as part
of its STS service at no cost to the City. To the extent that any terms in this Agreement
are in conflict with the ADA, the requirements of the ADA shall control.
2.9 Compliance with Procurement Requirements. The City agrees to comply with applicable
federal and state procurement requirements, as may be amended from time to time,
when entering into contracts with third parties to fulfill ate*obligations under this
Agreement.
2.10 County's Right to Submit Proposals and Bids. The County shako a given the opportunity
`.:..
to bid upon any Requests for Proposals, Requests dor QuaI" iicdons, or Requests for
Bids which the City shall issue regarding the pra i on o`F trans po�tat do service and shall
be considered, along with private contract
ocesrs,tit provision of servitb�be provided by
the City pursuant to this Agreement.
2.11 Drug-free Workplace and Testing. In accordance�withRthe Code of MiamizDade County,
the City shall certify that it will have a drug-free woikplace program. Further, the City shall
require pre-employment drug t ting and other pec drug testing for all persons
holding safety -sensitive position defined by USDQ related to transit operation.
Effective upon execution of the A the City shaequire that its employees or
w,; yww
contractor, if applicable, comply it livable requirements of the USDOT
regulations for drug and alcohol testi g. To t ae,any terms in this Agreement
are inconsistent with -,the USDOT r = u 1,ion, th q irements of the USDOT shall
control. _ 0
2.12 City Represents#ive The Viity shall desig_ to .ndividual(s) to act as liaison to the County
and notify the Co�infytherea;xrThe City sha( omptly notify the County of any changes.
2.13 Coupt r entativ :�-Whe Cour ty sl all designate individual(s) to act as liaison to the
C and nodie City thereof. The County shall promptly notify the City of any changes.
2.1 <m .ndments or m difications Unless provided otherwise elsewhere in this Agreement,
ame } dments and mod'iflcations to this Agreement must be in writing and shall require the
signa s of the Co Mayor and the City Manager, or his/her designees, subject to
authori ' • n by their respective Boards. Notwithstanding the foregoing, amendments to
this Agree t rega §'ing alignments, schedules, and fares, as described in Section 2-
150 (c) of th iamDade County Code, may be approved by the County Manager and
the Mayor of th ity of Miami, or their designees.
ARTICLE 3
CITY OF MIAMI BUS CIRCULATOR SERVICES
.
-w
AND1t�ST�ALLATIOI INSTALLING BUS SHELTERS
3.1 Provision of City Bus Circulator Services. The City shall provide public transportation
services to the citizens of the City of Miami. Any changes to routes/schedules shall be
consistent with Chapter 31 of the Code of Miami -Dade County and be effective only upon
the written consent of the County Manager and the Mayor of the City of+Hialeah, or their
designees.
3.2 Connection and Coordination with County Bus Routes. The routes serviced with the
purchased bus(es) andhetnstaUatlon of installing bus shelters may complement existing
County Metrobus routes and will provide the citizens of City of Miami with improved
public transportation, which will meet the local public needs. The use of the bus purchase
will benefit local businesses along then ws ay.
3.3 Operation of Routes Their Entirety. The City shall be responsible for ensuring that
Trolley bus route(s) are operated in their entirety with no de 'ation from the approved
routes and schedules unless otherwise authorized by the Cit
3.4 Planning and Scheduling of Circulator Routes. The ?plo%lganning
h the MDT Director or
his designee, may assist the City staff with technical and scheduling
of City bus Circulator services. F..
3.5 Use of Logo. FTA has a logo uniquely idenitfing ARRA projects uch logo shall at
all times be displayed on the exterior of -all vehicles ffiN operation uant to this
mugth
Agreement. The County shall allow thdc dFdP ay of tt&"Circulator servi > ogo on the
County's bus stop signs at all stops common to thae. Cityand;the County . s routes. The
City shall be responsible for placing the logo o'ra;tTe pertinent signs where space is
available for such logos to be placed. ==
3.6 Bus Stop and Signposts. TheCi •vide, install, aii`dRmaTntain bus stop signs and
;.� ,
signposts at stops along the City's us a or routes,`vtich are not also stops for
Metrobus routes. If the City, its con: ctor a ittee, or assignee wishes to
install bus stop signs-at,common bus MDT gree to such action and the City
shall provide fa ilits; x Frac can acco odate Me Kobus bus stop information. That
accommodation shaIf be eifher in the forth of space for Metrobus route decals or space
for Metrobus i" is�commo`n fo all other M obs stop signs. If Metrobus information is to
be displayed ons .,bus stop signs, MD all provide to the City the materials to be
4;M`'
displayed on the bus top s;Q'FWq. ili�ct in the size and format to be specified by the
Cou shall responsrblef�Qr installing the Metrobus stop information in the
NR
b top sig per ttie';secification of the County. If the City moves or discontinues
e bus stop w the signFsth�e City's, the City shall be responsible for the cost of
e 'ng or removin, a Metro6ris stop information. If the County moves or discontinues
th s stop where ign is the County's, the County shall be responsible for the cost
of mo m..,or removing t e City of Miami stop information.
3.7 Non-Inte epce and on -Disturbance. The County and the City hereby mutually agree
not to interfe it.6r unreasonably impede the free flow of pedestrian movement or of
each other's tic transit vehicular traffic or passengers accessing of Metrobus or
Trolley bus service in- service vehicles.
ARTICLE 4
RECORDS AND REPORTS
4.1 Reporting Requirements. The City shall collect or assure the collection of all information
required for Federal and State reporting purposes, and shall provide collected and
compiled information to the County no less often than monthly/quarterly as required by
the County, State or FTA. The FTA through Miami -Dade County requires quarterly
Financial Status Reports (FSR), Milestones, and Ridership Reports. The City shall also
report monthly ridership performance data. The City shall annually prepare and submit
audited National Transit Data Base reports as required by the USDOT and submit to the
County a copy of said reports no later than ninety (90) days after the close of the
County's fiscal year.
4.2 Additional Information. The City shall provide additional information about the City
Trolley bus service and ihe;i`nstaCla"tion of installing bus shelters operations as requested
by the County within thirty (30) days, unless a different time period is agreed upon, in
writing, by the City Manager and the County Mayor or his/her designee.
4.3 Administrative Fees. The City shall pay the County a 5% fe eefttl e FTA FY 2009 award
of $4,084,282.85 totaling $204,214,14 for grant administration, finance, project
management, and performance reporting. The C $"int; �.� shall be entitled to an
administrative fee of 5% for any and all future FTA 5307 grants, awarded to the City for
which the County provides grant application, rantEadmirnst ..awarded
finance, project
management and performance reporting servi
4.4
4.5
Statistics as required by the FederalMN
Database, as defined in the annual FT
and FTA Circular 2710.2A, "Sampling Procei
Bus System Operating Data" which may be
(Formerly known as Section 1%FRe.porting).
submitted to the County if requestedip .dtinc
and records shall be maintained for4 io less thai
Accidents and
be responsible
County and sq
using iN
working
Reporting. Timely `A �nuaLReporting
Admin` anon (FTA), Iafional Transit
{:.
T i _ atabase Reporting Manual
I or Obtaining Demand Responsive
me ed from time to time by the FTA
S = ing documentation shall be
Annualfatement will be required
Rye (5) yew for FTA triennial review.
In addition tahenrgencyVii police notifications, the City shall
that all accrka;_ents and incidents are promptly reported to the
od
at adequate and appropriate documentation of investigation,
Heil definitionsube furnished to the County within three (3)
days. n n ration of accidents or incidents shall be reported on a form
J by the occurrence. Any accident involving major
eons perso njury o 0 of life shall be reported to the County within, ne;
of o 01. nce. ecords shall be kept for at least three (3) years for each
a veh Mit i eluding the repair work required to return the vehicle to
11-4
must also provide t the Miami -Dade County Consumer Services Department
(CSDy� Passenger T.a'nsportation Regulatory Division (PTRD) one (1) copy of each
accident retort withlry; 2 hours of such accident. The City must also furnish the County
all accident and incident data as required for the FTA National Transit Database (NTD),
as defined inlfhe.7 NTD Safety and Security Reporting Manual, including the Major
Incident Repoit;(within 30 days of occurrence) and the Non -Major Summary Reports
(monthly, befor"e end of month following report month).
ARTICLE 5
INSURANCE
The parties hereto acknowledge that the City is self-insured governmental entity subject to the
limitations of Section 768.28,x' The City shall institute and maintain a fiscally sound and
prudent risk management program with regard to its obligations under this Agreement in
accordance with the provision of Section 768.28, Mj The City shall collect and keep on file
documentation of insurance of any and all private providers operating the. City of Miami service
routes. In the event that the City contracts with a private vendor for services, the City shall
require contractor to meet the insurance requirements shown in Figure 1, as a minimum. The
City shall further require the private operator to include the County as a named insured and shall
provide the County with a copy of the insurance policy purchased by any contractor prior to the
provision of bus service operations.
Figure 1
Insurance Check List
(Form H from City of Miami Request for Proposals for Contract for Municipal Circulator
Services) AL.
1. Worker's Compensation and Employer's Liability jffe7the I;tatMN limits of the
state of Florida.
2. Commercial General Liability (occurrence fo limits ility $1,000,000 per
occurrence for bodily injury property daRe inclu
ABEY mises/operations;
products and completed operations; -independent Cont o broad form
property damage endorsement a contractual indemni 1 harmless
endorsement exactly as written in 'msu`agce req;u r;�ements" of spe cations).
3
4.
Automobile Liability $1,000,000
automobiles included. *,-
Excess Liability -$
owned/non-owned/hired
primary coverage.
5. The City must be named as an ad l iii re Ion the liability policies; and it
must be naed,,as an additio red tit liability policies; and it must be
stated on th' Micate.
nce
ity
indemnity
ton. esty bond
..�„�
IN- v bond
$
$
$10,000.00
7. irty days wr } en cancellation notice required.
8. Bes#"" guide rafing B+: VI or better, latest edition.
9. The cent tate must state the bid number and title„
ARTICLE 6
IDEMNIFICATION
6.1 The City shall, to the extent permitted by law at all times hereafter, indemnify and hold
harmless the County, and its officers, agents, employees and instrumentalities from any
and all liability, claims, losses, and causes of action, including attorneys' fees and costs
of defense which the County or its officers, employees, agents or instrumentalities may
incur as a result of claims, demands, suits, causes of actions or proceedings of any kinds
or nature arising out of, or relating to or resulting from the negligence of the City and/or
its officers, employees, agents or instrumentalities, during the term of this Agreement.
The City shall pay all claims and losses in connections therewith, and shall investigate
and defend all claims, suits or actions of any kind or nature in the name of the County,
where applicable, including appellate proceedings, and shall pay all costs, judgments and
reasonable attorneys' fees which may issue thereon. The City expressly understands
and agrees that any insurance protection required by this Agreement or otherwise
provided by the City shall in no way limit the responsibility to indemnify, keep and save
harmless and defend the County or its officers, employees, agents or instrumentalities as
herein provided. Nothing herein shall be deemed to indemnify the County from any
liability or claim arising out of the negligent performance or failure of performance of the
County, its officers, employees, agents or instrumentalitiey other related third
party. This paragraph is subject to the limitations of Sectio 8.28,
6.2 The County shall, to the extent permitted by law at al es ie er, indemnify and hold
harmless the City, and its officers, agents, employees d inst talities from any and
� 111
all liability, claims, losses, and causes of actiorrrmc1,21 tng alto fees and costs of
defense which the City or its officers, employ s, agents or instrume alities may incur
as a result of claims, demands, suits, causes., of actions or proceedin any kind or
nature arising out of, or relating to or resulting i rom thefnegligence of th-un ty and/or
its officers, employees, agents or instrumentah#ies, dgnngq. he term of s
The County shall pay all claims and losses in con, —.16ns therewith, and shall investigate
and defend all claims, suits or coons of any kmdx mature in the name of the City,
where applicable, including apple oceedings, and,-5ha11 pay all costs, judgments and
reasonable attorneys fees which thereon. Th yuity expressly understands
and agrees that any insurancepate a aired by this Agreement or otherwise
provided by the County shall in no y li o sbility to indemnify, keep and
save harmless and defend the City or s cers, a ees, agents or instrumentalities
as herein provided Nlothing herein s I be deemed to indemnify the City from any
liability or claima-ising octt of the neglige t performance or failure of performance of the
City, its officers m-ployeeslagents or in mentalities or any other related third party.
This paragraph i stibleet t he limitations a Vection 768.28, F.S.
6.3 In te h City con rads for ti-ans{�' rtation services authorized by this Agreement,
t contra s 11, in Jt§ contract with the City, be required to indemnify and hold
rmless the CNand its fficers, agents, employees and instrumentalities from any
d all liability, c a� = s, Iiabllmties losses, and causes of action, including reasonable
a e s' fees an ost of.4 defense which the County, the City or their officers,
emp ny e , agents a instrumentalities may incur as a result of claims, demands, suits,
causes coons or proceedings of any kind or nature arising out of, or relating to or
resultingfro,t the proumsion of transportation services by the contractor and/or its officers,
employees, 5111 e:ts or independent contractors. The contractor shall be required to pay
all claims and losses in connection therewith, and shall investigate and defend all claims,
suits or actions of any kind or nature in the name of the County and City, where
applicable, including appellate proceedings, and shall pay all costs, judgments and
attorneys' fees which may issue thereon. The City shall require that the contract
between and floe City and the contractor include a provision which states that the
contractor expressly understands and agrees that any insurance protection required by
this MRemert` or otherwise provided by the contractor shall in no way limit the
responsibility to indemnify, keep and save harmless and defend the County and the City
or their officers, employees, agents or instrumentalities as herein provided. Nothing
herein shall be deemed to indemnify the County and the City from any liability or claim
arising out of the negligent performance of the County and the City, their officers,
employees, agents or instrumentalities or any other related third party.
ARTICLE 7
FINANCIAL ASSISTANCE
7.1 Grant Matchinq Funds. There are no matching funds required for this American
Recovery Reinvestment Act (ARRA) FTA program.
7.2 Bus Shelters and Benches. The City shall, at its sole option, provide, install, and
maintain bus passenger shelters, benches and other bus s#opfu'mishings, at bus stops
along the City's Circulator routes where the City, or its coxaractor;'feels that there is a
need for such furnishings. Asv
7.3 Bus Stops and Bus Bays or Pull-outs. The City
and maintain bus stop sites, including bueba Circulator routes, provided that any propomodifications or reconfigurations to existin •and approved by the County or State, as p
7.4 Comparable Agreements. In
Agreement with any other municip
the services provided herein, but u
terms provided herein, t e; County
City, to provide substantially equiv
such other Countv/Wraicipal Intedc
TE
its
us bays or pull-ou'
bays o.,r pull-outs s
provide, install,
along the City's
id any proposed
re f rst reviewed
he event that MM,.punty enters into an Interlocal
for Trolley bus ces, which are comparable to
po pre�favorable to he municipality than the
alrees4f rend this Ag Bement, if requested by the
alert favors ipe fl s #. he City as those provided in
►cal gAgre'ements
01,
ARTICLE 8,
VP
A D— ISCELLANEOUS PROVISIONS
8.1 ,Term of Agreem`ei't x This ee�nent shall commence upon approval of the Board of
o'�unty Commiss�oraer and t ctl, f City of MiamiorQ. and the execution
byeCounty MayortioThis/he designee and authorized City Manager.
8.2 Renegot ation or Modification. Any substantive changes in the level of service to be
provided B5%s he City_, set forth herein shall only be implemented after the County and
the City have entefA into a written agreement describing the changed services and the
J:x;.xa
provisions of tt'County Code have been exercised.
8.3 Title V1 and VII Civil Rights Act of 1964. The City and itsContracto s shall not
discriminate against any person because of race, color, sex religious background,
ancestry or national origin in the performance of the Agreement.
8.4 Termination for Cause. This Agreement may be terminated for cause by either party
upon no less than thirty (30) days written notice to the other party, except when bus
Circulator operations are in violation of health and/or safety-related provisions of state
statutes or the Code of Miami -Dade County, in which case termination shall be as
determined by the County Mayor. Said notice shall be delivered by verified facsimile
transmission or certified mail, return receipt requested. The noticed party shall have the
opportunity to cure any stated cause for termination within a reasonable notice period, in
which case the terminating party may cancel the termination notice using the same
means by which the notice of termination delivered.
8.5 Termination without Cause. The County or the City may terminate this Agreement
without cause upon no less than sixty (60) days written notice to the other party. If the
County or the City terminates this Agreement with or without cause, the City agrees to
reimburse the County on a prorated basis for financial assistance it has received for the
year.
8.6 Notices. All notices and other communications required to b emitted pursuant to this
Agreement to either party hereto shall be in writing and s a b. delivered by verified
facsimile transmission or certified mail, return receipt re , ested, o the parties at the
address indicated below:
FOR MIAMI-DADE COUNTY:
Miami -Dade Transit Agency
701 N.W. First Court, Suite 1700
Miami, FL 33136
Attention: Director, Miami -Dade Transit
Fax: 786.469.5580 1b,..
8.7
shall be City of
8.10
to whom the County shall issue checks
'This writing embodies the full and complete
other terms, conditions or modifications shall be binding
Ig,,and signed by the parties.
be executed in four (4) counterparts, each of which shall
Agreement shall be construed in accordance with the laws of the
IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement on the
respective dates under each signature:
ATTEST: FOR THE COUNTY:
Miami -Dade County,
A political subdivision of the State of Florida
County Clerk
By its Board
M
Approved as to Form and Legal
By:
Assistant County Attorney
ATTEST:
By:
Date Executed:
Approved as to Form and Legal Sufficiency
By:
City Attorney
y Commissioners
of the State of
STATE OF FLORIDA )
) SS:
COUNTY OF MIAMI-DADE )
I, HARVEY RUVIN, Clerk of the Circuit and County Courts, in and for Miami -Dade
County, Florida, and Ex -Officio Clerk of the Board of County Commissioners of said county, DO
HEREBY CERTIFY that the above and foregoing is a true and correcijcopy of Resolution No.
R- , adopted by the said Board of County Commissio
as appears of record.
IN WITNESS WHEREOF, I have hereu
of October, A.D., 2008.
1i
Board of County Commissioners
Miami -Dade County, Florida
meeting held on
official
IV)N, Clerk
anty Commissioners
County, Florida
Deputy Clerk
day