Loading...
HomeMy WebLinkAbout04/10/20180 @q -t COUNTY COMMISSIONERS Peter D. O'Bryan, Chairman, District 4 Bob Solari, Vice Chairman, District 5 Susan Adams, District 1 Joseph E. Flescher, District 2 Tim Zorc, District 3 1. CALL TO ORDER BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY FLORIDA COMMISSION AGENDA TUESDAY, APRIL 10, 2018 - 9:00 AM Commission Chambers Indian River County Administration Complex 180127th Street, Building A Vero Beach, Florida, 32960-3388 www.ircgov.com Jason E. Brown, County Administrator Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller 2.A. A MOMENT OF SILENT REFLECTION FOR FIRST RESPONDERS 2.B. INVOCATION Pastor Jeremy Rebman, First United Methodist Church 3. PLEDGE OF ALLEGIANCE Commissioner Tim Zorc - 4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS 5. PROCLAMATIONS and PRESENTATIONS 5.A. Presentation Expressing the Town of Orchid's Appreciation to Indian River County - by Noah Powers, Town Manager, Town of Orchid 5.13. Presentation of Proclamation Honoring Our Father's Table Soup Kitchen for 30 Years of Service Attachments: Proclamation 5.C. Presentation of Proclamation Designating April 8 Through April 14, 2018, as Crime Victims' Week Attachments: Proclamation April 10, 2018 Page 1 of 5 5.D. Presentation of Proclamation Recognizing National Public Safety Telecommunications Week Attachments: Proclamation 6. APPROVAL OF MINUTES 7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REQUIRING BOARD ACTION 7.A. Thank you letter regarding Road & Bridge Department Attachments: Thank You letter 7.B. Indian River County Venue Event Calendar Review Attachments: Event Calendar 7.C. 2018 Election of Metropolitan Planning Organization Chairman and Vice Chairman Attachments: Staff Report 8. CONSENT AGENDA 8.A. Checks and Electronic Payments March 23, 2018 to March 29, 2018 Attachments: Finance Department Staff Report 8.11. Indian River Golf, LLC's Request for Final Plat Approval for Indian River Club PD Parcel 9 "Pine Valley" [PD -05-07-11/99110164-77722] Attachments: Staff Report Application Location Map Final Plat Layout 9. CONSTITUTIONAL OFFICERS and GOVERNMENTAL AGENCIES 10. PUBLIC ITEMS A. PUBLIC HEARINGS B. PUBLIC DISCUSSION ITEMS C. PUBLIC NOTICE ITEMS 11. COUNTY ADMINISTRATOR MATTERS 12. DEPARTMENTAL MATTERS A. Community Development B. EmerLrency Services April 10, 2018 Page 2 of 5 12.13.1. Letter to Governor Rick Scott Regarding FEMA Reimbursement for Hurricane Irma Attachments: Staff Report Draft Letter to Governor C. General Services 1. Human Services 2. Sandridge Golf Club 3. Recreation D. Human Resources E. Office of Management and Budget F. Public Works 12.F.1. Results of Phase 1 Water Quality Study of Nutrients in the Indian River Farms Water Control District's 8th Street Canal Attachments: Staff Report Exhibit 1 - Memo Exhibit 2 - PowerPoint Presentation 12.F.2. Millstone Landing - 17th Street SW Construction Progress Update Attachments: Staff Report G. Utilities Services 13. COUNTY ATTORNEY MATTERS 14. COMMISSIONERS MATTERS A. Commissioner Peter D. O'Bryan, Chairman B. Commissioner Bob Solari, Vice Chairman 14.13.1. Sale of Vero Electric Attachments: Commissioner's Memorandum 14.13.2. Constitution Revision Commission Update Attachments: Commissioner's Memorandum C. Commissioner Susan Adams D. Commissioner Joseph E. Flescher E. Commissioner Tim Zorc 15. SPECIAL DISTRICTS AND BOARDS April 10, 2018 Page 3 of 5 A. Emergency Services District B. Solid Waste Disposal District 15.B.1. Award of Bid for Landfill Segment 3 Cell 2 Expansion, Segment 2 Partial Closure and Landfill Gas System Expansion (Bid #2018025) Attachments: Staff Report Bid Tabulation CDM Smith 100 Percent Opinion of Probable Construction Cost CDM Smith Evaluation of Bids Sample Agreement 15.B.2. Indian River County Landfill Amendment No. 2 to Work Order No. 1 to CDM Smith, Inc. Attachments: Staff Report IRC Landfill Amendment No. 2 to Work Order No. 1 C. Environmental Control Board 16. ADJOURNMENT Except for those matters specifically exempted under the State Statute and Local Ordinance, the Board shall provide an opportunity for public comment prior to the undertaking by the Board of any action on the agenda, including those matters on the Consent Agenda. Public comment shall also be heard on any proposition which the Board is to take action which was either not on the Board agenda or distributed to the public prior to the commencement of the meeting. Anyone who may wish to appeal any decision which may be made at this meeting will need to ensure that a verbatim record of the proceedings is made which includes the testimony and evidence upon which the appeal will be. based. Anyone who needs a special accommodation for this meeting may contact the County's Americans with Disabilities Act (ADA) Coordinator at (772) 226-1223 at least 48 hours in advance of meeting. Anyone who needs special accommodation with a hearing aid for this meeting may contact the Board of County Commission Office at 772-226-1490 at least 20 hours in advance of the meeting. The full agenda is available on line at the Indian River County Website at www.irc.ov.com The full agenda is also available for review in the Board of County Commission Office, the Indian River County Main Library, and the North County Library. April 10, 2018 Page 4 of 5 Commission Meetings are broadcast live on Comcast Cable Channel 27 Rebroadcasts continuously with the following proposed schedule: Tuesday at 6:00p.m. until Wednesday at 6:00 a.m., Wednesday at 9:00 a.m. until 5:00 p.m., Thursday at 1:00 p.m. through Friday Morning, and Saturday at 12:00 Noon to 5:00 p.m. April 10, 2018 Page 5 of 5 Proclamation Town of Orchid W&rras, the Town of Orchid, with its location on the barrier island in Indian River County, is susceptible to the threat of coastal damage and dune erosion by hurricanes and Nor'easter storms; and the Town of Orchid has always had in Indian River County an effective ally in the recovery of significant coastal erosion following turbulent storm seasons; and `w%teIM.l the Town of Orchid's fragile dune system has once again been successfully restored following major coastal events it 2017 and 2018, because of the Interlocal Agreement entered into with Indian River County during the cooperative recovery efforts following Hurricane Matthew in 2o16; and ryl/heteoS, the Town of Orchid has, following previous storm events and during this latest beach renourishment project, been able to rely on theextensive. expertise and willingness to help of Indian River County's knowledgeable professionals in the fields of coastal engineering, environmental protection, the law, parks and recreation and life preservation; Now t&ref % the Town Council wishes to sincerely express its gratitude on behalf of the Town of Orchid to Indian River County, including specifically its esteemed Board of Commissioners, County Administrator Jason Brown, Coastal Engineer James Gray, Environmental Specialist Kendra Cope, Superintendent of Parks David Fleetwood, Lifeguard Captain John Frazier, and County Attorney Dylan Reingold for the collaborative spirit and hands-on support of Town of Orchid's ongoing coastal management and dune preservation efforts, including particularly the Town's most recent emergency dune restoration project. that the Town Council of the Town of Orchid, in a public meeting this 4m day of April in the year 2o18, does hereby express its sincerest gratitude to Indian River County,. and be it further resolved that this proclamation be presented to the Indian River County Board of Commissioners at an upcoming, public meeting of that body. Wayor Harold Ofstie attest: atm Clerk Cherry Stowe 4-10-18 5N. PROCLAMATION 5 HONORING OUR FATHER'S TABLE SOUP KITCHEN FOR 30 YEARS OF SERVICE WHEREAS, Our Father's Table Soup Kitchen was founded in April, 1988, by J. Ralph Lundy, to feed the hungry and provide services at The AME Mount Zion Church in Gifford, and; WHEREAS, the Mission of Our Father's Table Soup Kitchen is to openly display the basic Christian principles by feeding the hungry and providing clothing and comfort to those in need; and WHEREAS, Our Father's Table Soup Kitchen served 29,185 meals in 2017; and WHEREAS, Our Father's Table Soup Kitchen delivers 60 meals, 6 days per week, to the homebound elderly of Gifford; and WHEREAS, through a partnership with Treasure Coast Community Health, Our Father's Table Soup Kitchen provides much needed dental care to Gifford residents in exchange for 50 hours of service to the community. This program has been in operation since 2013 and has helped 158 persons with dental care, including dentures; and WHEREAS, Our Father's Table Soup Kitchen has no paid employees; all staff and members of the Board of Directors, are volunteers. Currently, over 45 individuals donate their time and effort to provide this much needed community service in the Gifford area; WHEREAS, Our Father's Table Soup Kitchen offers fellowship, a safe place for children during summer vacation and a place to celebrate with holiday events for all. NOW, THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that the Board recognizes the 30 years of service provided by Our Father's Table Soup Kitchen. Adopted this 10th day of April, 2018. BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY, FLORIDA Peter D. O'Bryan, Chairman Bob Solari, Vice Chairman Susan Adams Joseph E. Flescher Tim Zorc 1 5 C. PROCLAMATION DESIGNATING APRIL 8 THROUGH APRIL 14, 2018 AS CRIME VICTIMS' RIGHTS WEEK WHEREAS, victims of crime across America need and deserve support and assistance to help them cope with the consequences of crime; and, WHEREAS, National Crime Victims' Rights Week offers us all the opportunity to promote Strength In Unity in helping victims and survivors of crime through a wide range of supportive services offered by over 10,000 community and justice system -based programs, and the more than 32,000 federal and state statutes that define and protect their rights; and, WHEREAS, by being united against crime and for victim's rights and services we gain strength as individuals, as communities, and as a nation as a whole, and offer strength to victims who seek to recover in the aftermath of crime; and, WHEREAS, America has joined together annually each April since 1981 to recognize the needs and rights of crime victims and survivors during National Crime Victims' Rights Week. NOW, THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA that April 8 through April 14, 2018 be designated as CRIME VICTIMS' RIGHTS WEEK in Indian River County, and the Board honors crime victims and those who serve them during this week and throughout the year. Adopted this 10th day of April, 2018. BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY, FLORIDA Peter D. O'Bryan, Chairman Bob Solari, Vice Chairman Susan Adams Joseph E. Flescher Tim Zorc 2 50 PROCLAMATION RECOGNIZING NATIONAL PUBLIC SAFETY TELECOMMUNICATIONS WEEK WHEREAS, emergencies can occur at any time that require police, fire, or emergency medical services; and when an emergency occurs, the prompt response of police officers, firefighters, and paramedics is critical to the protection of life and preservation of property; and WHEREAS, the safety of our police officers and firefighters is dependent upon the quality and accuracy of information obtained from citizens who telephone the Indian River County Sheriffs Office Dispatch Center. Public Safety Dispatchers are the first and most critical contact our citizens have with emergency services; and WHEREAS, Public Safety Dispatchers are a vital link for our police officers and firefighters by monitoring their activities, providing them with information, and ensuring their safety; and WHEREAS, Public Safety Dispatchers of the Indian River County Sheriffs Office have contributed substantially to the apprehension of criminals, suppression of crime, and treatment of patients. They are knowledgeable and highly trained individuals who work closely with police, fire, and medical personnel; and WHEREAS, Indian River County Sheriff's Office Public Safety Dispatchers dispatched 263,234 calls for service for Law Enforcement and 29,649 calls for Fire Rescue in 2017; and answering 61,576 9-1-1 calls and 79,118 administrative calls; and WHEREAS, each year, the second full week of April is dedicated to the men and women who serve as public safety telecommunicators. NOW, THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY, FLORIDA that the week of April 8 through April 14, 2018, be designated as National Public Safety Telecommunications Week in Indian River County, in honor of the men and women whose diligence and professionalism keep our county and citizens safe. Adopted this 10th day of April, 2018. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA Peter D. O'Bryan, Chairman Bob Solari, Vice -Chairman Susan Adams Joseph E. Flescher Tim Zorc 3 To: County Commissioners Indian River County From: Morningside Dr. Neighbors RE: Roads and Bridges maintenance of Morningside Dr RECEIVFTI MAR 2 3 2098 BOARD OF CCIIUN'T CUibitbM i ' • j= It is our pleasure as a neighborhood to report on the work done by roads and bridges to rectify the flooding on our road. We all got to know Rick Szpyrka, Clint Kirkland, Will Scott and Jeff Hoffman and just can't say enough positive things about how they tackled a tough job and went the extra mile to do it right. We know you hear all the complaints and wanted to share a positive story with you. Thank you to the professionals of roads and bridges from a grateful Morningside Dr. community. (ommissi�nxrsJ�_. hcininisireu,r �— nitt,rne) (ommunit} Dee. Fmerg. Services General Services Human Resountss i' 4 Public Works Recreation ..�. __... Utilities Services Other — 4 7A, 79, Indian River County Venue Event Calendar Review For more information go to www.ircgov.com - Event Calendar STEAMFEST -Vero Beach Academy Event April 14 @ iG Center: www.indianriversteamfest.com • 10am-4pm, Saturday Indian River Marine Flea Market & Fishing Show April 14=15 @ IRC Fairgrounds: www.flnauticalfleamarket.com • 9am-5pm both Saturday & Sunday Run Vero Awards Ceremony April 17 @ iG Center: • 7-8pm- Run Vero's Runner's Award Ceremony Community Office Hours Event April 19 @ North IRC Library: • I Oam- One on one with Commissioner Susan Adams CCA (Coastal Conservation Assoc.) Banquet & Auction April 19 @ iG Center: • 6- l Opm Silent Auction to Benefit Dancing with Vero's Stars & Healthy Start April 20 @ iG Center: • 5:30-8pm Vero Beach Air Show 2018 April 21-22 @ Vero Beach Regional Airport: www.veroairshow.com • Gates open at 9am, Flying starts at noon. EggChef Meet & Greet www.sunshinestateeggfest.com April 27 @ IRC Fairgrounds: • 6-8pm Wassi's Sunshine State Egg. Fest www.sunshinestateeggfest.com April 28 @ IRC Fairgrounds: 5 • 9am-4pm: Big Green Egg© Cook Off & Vendor Expo Sebastian River High School Prom April 28 @ iG Center: • 8-11pm Vero Beach Home Show and Arts & Crafts Expo www.patriotshows.com May 5-6 @ IRC Fairgrounds: • Saturday 10am-5pm • Sunday 10am=4pm Vero Beach High School Prom May 5 @ iG Center: 8-11pm Steve Mix Basketball Academy Camp May 6 @ iG Center: • 12-2:30pm (1) day basketball camp South County Community Meeting May 7 @ iG Center: • 5:30-7pm: Local topics with Commissioner Peter O'Bryan Indian River Dog Training Club May 11-13 @ IRC Fairgrounds: • 7am-7pm - Dog Agility Annual County/Municipality Golf Tournament May 12 @ Sandridge Golf Club: • 8am shotgun start Vero Beach Gun Show www.patriotshows.com May 12-13 @ IRC Fairgrounds: • Saturday 9am-5pm • Sunday 9am-4pm Water Safety Day May 12 @ NCAC (North County Aquatic Center): • l 0am- l pm FHSAA FL High School Softball State Championships www.fhsaa.org May 16-19 @ Dodgertown: • Schedule TBD C Community Office Hours Event May 17 @ North IRC Library: • 10am- One on one with Commissioner Susan Adams Sebastian Lionfish Fest www.sebastianlionfishfest.com May 20 @ Captain Hiram's: • 1-3:30pm 6th Annual Mommy Son Dance June 2 @ iG Center: • 6-8:30pm: Moms have an evening of Masquerade Madness with their sons, ages 3-11. 7 INFORMATIONAL ITEMS April 10, 2018 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM To: Members of the Board of County Commissioners Date: April 5, 2018 Subject: 2018 ELECTION OF METROPOLITAN PLANNING ORGANIZATION (MPO) CHAIRMAN AND VICE CHAIRMAN From: Misty L. Pursel Commissioner Assistant At the February 14, 2018 MPO meeting, the members voted to re-elect Councilmember Bob McPartlan as Chairman, and Commissioner Susan Adams as Vice Chairman of the Metropolitan Planning Organization for the year 2018. No Board action is required. 8 7 C. JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801 271' Street Vero Beach, FL 32960 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY, FINANCE DIRECTOR THRU: JEFFREY R. SMITH, COMPTROLLER DATE: March 29, 2018 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS March 23, 2018 to March 29, 2018 In compliance with Chapter 136.06, Florida Statutes, all checks and electronic payments issued by the Board of County Commissioners are to be recorded in the Board minutes. Approval is requested for the attached lists of checks and electronic payments, issued by the Comptroller's office, for the time period of March 23, 2018 to March 29, 2018. z CHECKS WRITTEN TRANS N.B.R DATE VENDOR AMOUNT 365247 03/23/2018 AQUA -AEROBIC SYSTEMS .INC 50,187.11 365248 03/23/2018 TOTAL ADMINISTRATIVE SERVICES CORP 2,079.28 365249 03/26/2018 PAUL CARONE 4,609.00 365250 03/26/2018 LINDSEY GARDENS LTD 681.00 365251 03/26/2018 WILLIE C REAGAN 1,338.00 365252 03/26/20.18 LARRY STALEY 581.00 365253 03/26/2018 PINNACLE GROVE LTD 2,286.00 365254 03/26/2018 VERO CLUB PARTNERS LTD 1,981.00 365255 03/26/2018 DAVID SPARKS 1,407.00 365256 03/26/2018 JOHN OLIVIERA 716.00 365257 03/26/2018 ARTHUR PRUETT 484.00 365258 03/26/2018 MICHAEL JAHOLKOWSKI 547.00 365259 03/26/2018 LUCY B HEND.RICKS 361.00 365260 03/26/2018 ROBERT L BRACKETT 769.00 365261 03/26/2018 SYLVESTER MC INTOSH 365.00 365262 03/26/2018 PAULA WHIDDON 553.00 365263 03/26/2018 JAMES W DAVIS 372.00 365264 03/26/2018 NITAEZELL 609.00 365265 03/26/2018 MISS INC OF THE TREASURE COAST 2,174.00 365266 03/26/2018 DANIEL CORY MARTIN 51852.00 365267 03/26/2018 PAULA ROGERS & ASSOCIATES INC 601.00 365268 03/26/2018 FIVE STAR PROPERTY HOLDING LLC 847.00 365269 03/26/2018 MARK BAER 3,763.00 365270 03/26/2018 JUAN CHAVES 700.00 365271 03/26/2018 REID REALTY 656.00 365272 03/26/2018 MELISSA CAMARATA 838.00 365273 03/26/2018 FOUNDATION FOR AFFORDABLE RENTAL 767.00 365274 03/26/2018 INDIANTOWN NON-PROFIT HOUSING INC 670.00 365275 03/26/2018 AUGUSTUS B FORT JR 581.00 365276 03/26/2018 H&H SHADOWBROOK LLC 567.00 365277 03/26/2018 NKW-CL LLC 2,508.00 365278 03/26/2018 VERO BEACH PLACE LLC 3,215.00 365279 03/26/2018 GNS REAL ESTATE HOLDINGS LLC 1,512.00 365280 03/26/2018 COALITION FOR ATTAINABLE HOMES INC 1,054.00 365281 03/26/2018 HELPING HANDS REAL ESTATE & INVESTMENT CO 2,679.00 365282 03/26/2018 A'LIX DENAEAU 700.00 365283 03/26/2018 1135 RENTALS LLC 1.571.00 365284 03/26/2018 STEVEN J BERGAMINO 850.00 365285 03/26/2018 BLUE DRAGON MANAGEMENT LLC 1,100.00 365286 03/26/2018 MCLAUGHLIN PROPERTIES LLC 536.00 365287 03/26/2018 HOWARD R BR .FNNAN 556.00 365288 03/26/2018 MAXIPLEX LLC 7,133.00 365289 03/26/2018 RANDY BETHEL 735.00 365290 03/26/2018 KARL POKRANDT 747.00 365291 03/26/2018 SPACE COAST REALTY CORP 562.00 365292 03/26/2018 SPACE COAST REALTY CORP 563.00 365293 03/26/2018 SPACE COAST REALTY CORP 750.00 365294 03/27/2018 AUTOMATED DIRECT MAIL SERVICE CENTER INC 17,823.52 365295 03/28/2018 UTIL REFUNDS 42.61 365296 03/28/2018 UTIL REFUNDS 28.38 365297 03/28/2018 UTILREFUNDS 33.53 365298 03/28/2018 UTIL REFUNDS 48.49 365299 03/28/2018 UTILREFUNDS 61.62 365300 03/28/2018 UTIL REFUNDS 36.71 365301 03/28/2018 UTILREFUNDS 92.61 365302 03/28/2018 UTIL REFUNDS 108.17 365303 03/28/2018 UTIL REFUNDS 121.94 365304 03/28/2018 UTIL REFUNDS 36.89 10 TRANS NBR DATE VENDOR AMOUNT 365305 03/28/2018 UTIL REFUNDS 31.20 365306 03/28/2018 UTIL REFUNDS 8.75 365307 03/28/2018 UTIL REFUNDS 11.21 365308 03/28/2018 UTIL REFUNDS 39.17 365309 03/28%2018 UTIL REFUNDS 56.54 365310 03/28/2018 UTIL REFUNDS 16.26 365311 03/28/2018 UTIL REFUNDS 25.16 365312 03/28/2018 UTIL REFUNDS 23.95 365313 03/28/2018 UTIL REFUNDS 32.69 365314 03/28/2018 UTIL REFUNDS 37.24 365315 03/28/2018 UTIL REFUNDS 157.74 365316 03/28/2018 UTIL REFUNDS 13.05 365317 03/28/2018 UTIL REFUNDS 45.35 365318 03/28/2018 UTILREFUNDS 16.60 365319 03/28/2018 UTIL REFUNDS 39.58 365320 03/28/2018 UTILREFUNDS 2.78 365321 03/28/2018 UTILREFUNDS 76.73 365322 03/28/2018 UTIL REFUNDS 74.93 365323 03/28/2018 UTILREFUNDS 39.98 365324 03/28/2018 UTIL REFUNDS 24.96 365325 03/28/2018 UT.ILREFUNDS 25.10 365326 03/28/2018 UTILREFUNDS 40.19 365327 03/28/2018 UTIL REFUNDS 76.73 365328 03/28/2018 UTIL REFUNDS 17.22 365329 03/28/2018 UTILREFUNDS 93.24 365330 03/28/2018 UTIL REFUNDS 24.67 365331 03/28/2018 UTIL REFUNDS 5.18 365332 03/28/2018 UTIL REFUNDS 35.06 365333 03/28/2018 UTILREFUNDS 92.57 365334 03/28/2018 UTIL REFUNDS 25.53 365335 03/28/2018 UTIL REFUNDS 61.39 365336 03/28/2018 UTIL REFUNDS 42.39 365337 03/28/2018 UTIL REFUNDS 47.10 365338 03/28/2018 UTIL REFUNDS 7.27 365339 03/28/2018 UTIL REFUNDS 23.59 365340 03/28/2018 UTIL REFUNDS 40.47 365341 03/28/2018 UTIL REFUNDS 64.63 365342 03/28/2018 UTI.LREFUNDS 44.42 365343 03/28/2018 PORT CONSOLIDATED INC 19,806.72 365344 03/28/2018 JORDAN MOWER INC 182.85 365345 03/28/2018 TEN -8 FIRE EQUIPMENT INC 5,736.94 365346 03/28/2018 RANGER CONSTRUCTION ISTD INC 1.005.36 365347 03/28/2018 VELDE FORD INC 236.19 365348 03/28/2018 SAFETY PRODUCTS INC 61.10 365349 03/28/2018 AT&T WIRELESS 974.96 365350 03/28/2018 DATA FLOW SYSTEMS INC 2.712.66 365351 03/28/2018 PARALEE COMPANY INC 500.00 365352 03/28/2018 E -Z BREW COFFEE & BOTTLE WATER SVC 21.46 365353 03/28/2018 KELLY TRACTOR CO 7,592.95 365354 03/28/2018 GRAYBAR ELECTRIC 1,652.49 365355 03/28/2018 JACOBS GROUP INC 2,195.00 365356 03/28/2018 MY RECEPTIONIST INC 310.24 365357 03/28/2018 HACH CO 1,302.38 365358 03/28/2018 LFI FORT PIERCE .INC 506.25 365359 03/28/2018 NATIONAL FIRE PROTECTION ASSOC 3,019.90 365360 03/28/2018 BOUND TREE MEDICAL LLC 3,674.64 365361 03/28/2018 VERO INDUSTRIAL- SUPPLY INC 2,021.23 365362 03/28/2018 VERO FURNITURE MART 11,375.00 365363 03/28/2018 EXPRESS REEL GRINDING INC 1.100.00 365364 03/28/2018 TIRESOLES OF BROWARD INC 2,802.88 11 TRANS NBR DATE VENDOR AIMOUNT 365365 03/28/2018 DELL'.MARKETING LP '159.00 365366 03/28/2018 BAKER. & TAYLOR INC 5,386.57 365367 03/28/2018 MWI CORP 1,166.57 365368 03/28/2018 K & M ELECTRIC SUPPLY 13.73 365369 03/28/2018 ENCORE BROADCAST EQUIPMENT SALES 1,125.00 365370 03/28/2018 PALM TRUCK CENTERS INC 2,035.46 365371 03/28/2018 SOFTWARE HARDWARE INTEGRATION 328.00 365372 03/2812018 SUNSHINE SAFETY COUNCIL INC 194.00 365373 03/28/20.18 CITY OF VERO BEACH 56,043.60 365374 03/28/2018 LANDIA INC 29,264.00 365375 03/28/2018 UNITED WAY OF INDIAN RIVER COUNTY 150.00 365376 03/28/2018 INDIAN RIVER ALL FAB INC 670.00 365377 03/28/2018 UNITED PARCEL SERVICE INC 386.72 365378 03/28/2018 FERGUSON ENTERPRISES INC 11,953.00 365379 03/28/2018 JANITORIAL DEPOT OF AMERICA INC 924.16 365380 03/28/2018 PUBLIX SUPERMARKETS 16.94 365381 03/28/2018 MARRIOTT FT LAUDERDALE NORTH 516.00 365382 03/28/2018 ACUSHNET COMPANY 3,663.12 365383 03/28/2018 FEDERAL EXPRESS CORP 72.97 365384 03/28/2018 RIVERFRONT HOTEL LLC 507.00 365385 03/28/2018 LITTER GITTER INC 156.00 365386 03/28/2018 SOUTHEAST DESALTING ASSOCIATION 425.00 365387 03/28/2018 TIMOTHY ROSE CONTRACTING INC 231,563.56 365388 03/28/2018 CALLAWAY GOLF SALES COMPANY 4,996.61 365389 03/28/2018 FLORIDA POWER AND LIGHT 109,022.22 365390 03/28/2018 FLORIDA POWER AND LIGHT 24,082.92 365391 03/28/2018 FLORIDA DEPARTMENT OF STATE 22.96 365392 03/28/2018 WASTE MANAGEMENT INC 188.340.97 365393 03/28/2018 JASON E BROWN 650.00 365394 03/28/2018 FLORIDA STATE GOLF ASSOCIATION 8,388.00 365395 03/28/2018 KURT STEFFEN 15.00 365396 03/28/2018 PITNEY BOWES INC 445.62 365397 03/28/2018 ELXSI INC 1,800.00 365398 03/28/2018 LELCO FB TALLAHASSEE LLL 417.00 365399 03/28/2018 BRIDGESTONE AMERICAS INC 1,677.97 365400 03/28/2018 ECONOLITE CONTROL PRODUCTS INC 1,149.00 365401 03/28/2018 ST LUCIE COUNTY BOCC 151,729.25 365402 03/28/2018 SY-CON SYSTEMS INC 3,846.85 365403 03/28/2018 RUSSELL PAYNE INC 282.24 365404 03/28/2018 SOUTH SEAS ISLAND RESORT 567.00 365405 03/28/2018 U S BANK NATIONAL ASSOCIATION 944.69 365406 03/28/2018 VAN WAL INC 60.00 365407 03/28/2018 BIG BROTHERS AND BIG SISTERS 1„250.00 365408 03/28/2018 BIG BROTHERS AND BIG SISTERS 7,057.33 365409 03/28/2018 ALAN HILL 500.23 365410 03/28/2018 FASTENA.L COMPANY 29.99 365411 03/28/2018 MBV ENGINEERING INC 4,350.00 365412 03/28/2018 MASTELLER & MOLER.NC 3,960.00 365413 03/28/2018 ETR LLC 1,616.00 365414 03/28/2018 STAPLES CONTRACT & COMMERCIAL INC 69.80 365415 03/28/2018 GLOVER OIL COMPANY INC 18,897.93 365416 03/28/2018 IST FIRE & SECURITY INC 279.00 365417 03/28/2018 TOTAL TEMPERATURE INSTRUMENTATION INC 6,027.00 365418 03/28/2018 MOORS MEDICAL LLC 394.37 365419 03/28/2018 GLOBALSTAR USA 183.45 365420 03/28/2018 WNSUPPLY OF VERO BEAC14 313.49 365421 03/28/2018 LARIAT ENTERPRISES INC 558.06 365422 03/28/2018 FLORIDAARMATURE WORKS INC 1,173.10 365423 03/28/2018 FLORIDA COAST EQUIPMENT INC 5,688.69 365424 03/28/2018 OVERDRIVE INC 2,395.73 12 TRANS NBR DATE VENDOR AMOUNT 365425 03/28/2018 MOORE MOTORS INC 94.65 365426 03/28/2018 CLOSE CONSTRUCTION LLC 2,611.50 365427 03/28/2018 LOWES HOME CENTERS INC 291.61 365428 03/28/2018 RAFTELIS FINANCIAL CONSULTANTS INC 6,250.24 365429 03/28/2018 RAFTELIS FINANCIAL CONSULTANTS INC 7,307.82 365430 03/28/2018 CARDINAL HEALTH 110 INC 77.86 365431 03/28/2018 MUNICIPAL EMERGENCY SERVICES INC 28,030.00 365432 03/28/2018 CARROT TOP INDUSTRIES INC 369.27 365433 03/28/2018 TRV ADVERTISTING & MARKETING INC 2,470.00 365434 03/28/2018 BURNETT LIME CO INC 9,588.60 365435 03/28/2018 LEARNING ALLIANCE 28,081.25 365436 03/28/2018 O SPORTSWEAR LLC 2,880.00 365437 03/28/2018 TREASURE COAST TURF .INC 255.00 365438 03/28/2018 STRAIGHT OAK LLC 28.80 365439 03/28/2018 SOUTHERN MANAGEMENT LLC 1,163.50 365440 03/28/2018 STEWART & STEVENSON FDDA LLC 1,995.24 365441 03/28/2018 MARKETING SPECIALTIES OF GEORGIA LLC 2,792.87 365442 03/28/2018 PIERCE GOODWIN ALEXANDER & LINVILLE INC 2,755.25 365443 03/28/2018 SYLIVIAMILLER 1,276.00 365444 03/28/2018 FLORITURF SOD INC 408.00 365445 03/28/2018 TOP GEAR INC 10,103.00 365446 03/28/2018 TRIBOND LLC 260.00 365447 03/28/2018 RED THE UNIFORM TAILOR 655.20 365448 03/28/2018 CATHEDRAL CORPORATION 5,867.38 365449 03/28/2018 UNIFIRST CORPORATION 1,416.67 365450 03/28/2018 CDA SOLUTIONS INC 6,249.44 365451 03/28/2018 SITEONE LANDSCAPE SUPPLY LLC 400.25 365452 03/28/2018 GOTTA GO GREEN ENTERPISES INC 270.40 365453 03/28/2018 ADVANCE STORES COMPANY INCORPORATED 441.47 365454 03/28/2018 NORTH AMERICAN OFFICE SOLUTIONS INC 78.43 365455 03/28/2018 FREEDOM ROOFERS LLC 12,264.00 365456 03/28/2018 MATHESON TRI -GAS INC 6.612.45 365457 0.3128/2018 PEOPLE READY INC 6,784.08 365458 03/28/2018 COLE AUTO SUPPLY INC 2,026.08 365459 03/28/2018 JAMES W ENNIS 6.19 365460 03/28/2018 DAY DREAMS UNIFORMS INC 209.00 365461 03/28/2018 CORE & MAIN LP 19,756.90 365462 03/28/2018 SOMMER PARTNERSHIP 650.00 365463 03/28/2018 BROWNELLS INC 10,167.43 365464 03/28/2018 DIGICERT INC 995.00 365465 03/28/2018 TYKES & TEENS INC 5,021.25 365466 03/28/2018 PATRICIA LONGWORTH 164.99 365467 03/28/2018 RICHARD A GUNKEL 481.70 365468 03/28/2018 ST VINCENT DE PAUL SOCIETY OF IRC 150.00 365469 03/28/2018 UTIL REFUNDS 11.71 365470 03/28/2018 UTIL REFUNDS 22.09 365471 03/28/2018 UTIL REFUNDS 73.50 365472 03/28/2018 UTIL REFUNDS 36.07 365473 03/28/2018 UTIL REFUNDS 45.54 365474 03/28/2018 UTIL REFUNDS 24.53 365475 03/28/2018 UTIL REFUNDS 37.80 365476 03/28/2018 UTIL REFUNDS 40.19 365477 03/28/2018 UTIL REFUNDS 65.73 365478 03/28/2018 UTIL REFUNDS 75.96 365479 03/28/2018 UTIL REFUNDS 38.07 365480 03/28/2018 UTIL REFUNDS 59.71 365481 03/28/2018 UTIL REFUNDS 39.04 365482 03/28/2018 UTIL REFUNDS 186.37 365483 03/28/2018 UTIL REFUNDS 49.73 365484 03/28/2018 UTIL REFUNDS 38.76 13 TRANS NBR DATE VENDOR AINIOUNT 365485 03/28/2018 UTIL REFUNDS 77.14 365486 03/28/2018 UTIL REFUNDS 32.32 365487 03/28/2018 UTIL REFUNDS 36.16 365488 03/28/2018 UTILREFUNDS 33.3.6 365489 03/28/2018 UTIL REFUNDS 75A9 365490 03/28/2018 UTIL REFUNDS 10.73 365491 03/28/2018 UTIL REFUNDS 18.77 365492 03/28/2018 UTIL REFUNDS 341.44 365493 03/28/2018 UTIL REFUNDS 22.01 365494 03/28/2018 UTIL REFUNDS 71.97 365495 03128/2018 UTIL REFUNDS 42.61 365496 03/28/2018 UTIL REFUNDS 54.35 365497 03/28/2018 UTIL REFUNDS 41.75 365498 03/28/2018 UTIL REFUNDS 28.74 365499 03/28/2018 UTIL REFUNDS 43.15 365500 03/28/2018 UTIL REFUNDS 9.36 365501 03/28/2018 UTIL REFUNDS 39.11 365502 03/28/2018 UTIL REFUNDS 62.75 365503 03/28/2018 UTIL REFUNDS 82.28 365504 03/28/2018 GREENE INVESTMENT PARTNERSHIP LTD 3,772.96 365505 03/28/2018 CLERK OF CIRCUIT COURT 40.88 365506 03/28/2018 INDIAN RIVER COUNTY HEALTH DEPT 52,747.50 365507 03/28/2018 MEDICAL EXAMINERS OFFICE 35,224.16 365508 03/28/2018 VICTIM ASSISTANCE PROGRAM 5,532.66 365509 03/28/2018 ROGER J NICOSIA 1,500.00 365510 03/28/2018 CITY OF VERO BEACH 2,108.02 36551.1 03128/2018 CITY OF VERO BEACH 11,787.50 365512 03/2812018 570 13TH PLACE LLC 723.00 365513 03/29/2018 FLORIDA BLUE 363.97 Grand Total: 1,408,909.26 14 ELECTRONIC PAYMENTS - WIRE & ACH TRANS NBR DATE VENDOR Aa11OUNT 5814 03/23/2018 VEROTOWN LLC 10,699.16 5815 03/23/2018 NATIONWIDE SOLUTIONS RETIREMENT INC 51,282.32 5816 03/23/2018 TEAMSTERS LOCAL UNION #769 5,492.00 5817 03/23/2018 IRC FIRE FIGHTERS ASSOC 9.388.08 5818 03/23/2018 NATIONWIDE SOLUTIONS RETIREMENT INC 3,425.64 5819 03/23/2018 IRC CHAMBER OF COMMERCE 5,945.22 5820 03/23/2018 IRC CHAMBER OF COMMERCE 7,112.30 5821 03/23/2018 TOTAL ADMINISTRATIVE SERVICES CORP 10,347.86 5822 03/26/2018 IRS -PAYROLL TAXES 408,455.99 5823 03/26/2018 FL SDU 5,766.64 5824 03/29/2018 KIMLEY HORN & ASSOC INC 4,437.75 5825 03/29/2018 VEROTOWN LLC 12,504.28 5826 03/29/2018 U S BANK NATIONAL ASSOCIATION 708,375.00 Grand Total,: 1,243,232.24 15 ELECTRONIC PAYMENT - VISA CARD TRANS. NRR DATE VENDOR AMOUNT 1013046 03723/2018 AT&T ' 8,570.03 1013047 03/23/2018 OFFICE DEPOT BSD CUSTOMER SVC 988.79 1013048 03/27/2018 ROBINSON EQUIPMENT COMPANY INC 1,640.00 1013049 03/27/2018 HENRY SCHEIN INC 2,415.23 1013050 03/27/2018 INDIAN RIVER BATTERY 2,782.30 1013051 03/27/2018 MIKES GARAGE & WRECKER SERVICE INC 55.00 1013052 03/27/2018 GALLS LLC 872.29 1013053 03/27/2018 MEEKS PLUMBING INC 208.50 1013054 03/27/2018 IRRIGATION CONSULTANTS UNLIMITED INC 75.76 1013055 03/27/2018 HILL MANUFACTURING CO .INC 325.28 1013056 03/27/2018 SOUTHERN COMPUTER WAREHOUSE 8,820.29 1013057 03/272018 HD SUPPLY FACILITIES MAINTENANCE LTD 1,663.83 1013058 03272018 PRIDE ENTERPRISES 282.96 1013059 03/272018 GLOBAL GOLF SALES INC 110.43 1013060 03272018 STRYKER SALES CORP 70,446.88 1013061 0327/2018 SHRIEVE CHEMICAL CO 2,401.78 1013062 03/272018 RECHTIEN INTERNATIONAL TRUCKS 269.00 1013063 0327/2018 HARCROS CHEMICALS, INC. 8,816.95 1013064 0327/2018 SPINNAKER VER.O INC 351.50 1013065 03272018 L&L DISTRIBUTORS 324.76 1013066 03272018 STAT MEDICAL. DISPOSAL INC 220.00 1013067 03272018 HYDRA SERVICE (S) INC 628.00 1013068 03/27/2018 RADWELL INTERNATIONAL INC 53.46 1013069 0327/2018 PACE ANALYTICAL SERVICES INC 108.00 1013070 03272018 TIGHT LINE PRODUCTIONS INC 555.41 1013071 0327/2018 ALLIEID .DIVERSIFIED OF VERO BEACH LLC 85.00 1013072 03/292018 EVERGLADES FARM EQUIPMENT CO INC 834.53 1013073 03/292018 COLKITT SHEET METAL & A/C INC 1,602.00 1013074 03292018 SUB AQUATICS INC 2,291.70 1013075 03/292018 ABCO GARAGE DOOR CO INC 1,251.63 1013076 03/292018 ALLIED UNIVERSAL CORP 4,617.95 1013077 03/292018 DLT SOLUTIONS LLC 1,022.35 1013078 03292018 ROGER. CLEVELAND GOLF INC 615.43 I013079 03292018 COMO OIL COMPANY OF FLORIDA 518.09 1013080 0329/2018 CUMMINS INC 3,264.74 1013081 03292018 COUNTY MATERIALS CORPORATION 8,412.00 Grand Total: 137,501.85 16 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown; County Administrator THROUGH: Stan Boling, AICP; Community Development Director FROM: John W. McCoy, AICP; Chief, Current Development DATE: March 27, 2018 SUBJECT: Indian River Golf, LLC's Request for Final Plat Approval for Indian River Club PD Parcel 9 "Pine Valley" [PD -05-07-11/99110164-77722] It is requested that the data herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of April 10, 2018. DESCRIPTION & CONDITIONS: Indian River Club Parcel 9 "Pine Valley" consists of 18 single-family lots on 8.90 acres located on the south side 21St Street SW just east of the Lateral J Canal. The property is zoned RS -6 (Residential Single Family — up to 6 units per acre), and has an L-2 (Low Density 1 up to 6 units per acre) land use designation. The density for Pine Valley 2.02 units per acre, while the density for the overall Indian River Club PD is 1.20 units/acre. The development was proposed in 9 phases with this parcel being the last phase of the overall development. On August 25, 2005, the county granted preliminary PD plan/plat approval for a project known as Indian River Club PD Parcel 9. After preliminary plat approval, a land development permit was issued for the project. Initially, construction of the required subdivision improvements commenced but was not completed. Recently, construction was completed and a Certificate of Completion was issued. The applicant has submitted a final plat in conformance with the approved preliminary plat, and now requests that the Board of County Commissioners grant final plat approval for Indian River Club PD Parcel 9 "Pine Valley". ANALYSIS: All of the required improvements for Indian River Club PD Parcel 9 "Pine Valley" have been completed and inspected, and a Certificate of Completion was issued on March 26, 2018. As part of the Certificate of Completion process, the developer posted a maintenance bond to guarantee road and drainage improvements. All improvements (stormwater tracts, landscape easements, roadways) will be private, with the exception of certain utility facilities which will be dedicated to and guaranteed to Indian River County after plat recordation as required by the Utility Services Department. All requirements of final plat approval have been satisfied. 17 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@6COD4A85\@BCL@6COD4A85.doc RECOMMENDATION: Based on the above analysis, staff recommends that the Board of County Commissioners grant final plat approval for Indian River Club PD Parcel 9 "Pine Valley". ATTACHMENTS: 1. Application 2. Location Map 3. Final Plat Layout 18 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@6COD4A85\@BCL@6COD4A85.doc 2 jL 2,qD!A.N KWER COUNT, 1" SEP 204 PLANNED DEVELOPMENT APPLICAT10N ,ommorr y- Pl"se indlente the t)-ne of application beingsubmitti-A: ft Conceptual PD Special Exception: Concurrent CeneepWrl PD Special Exception & Preliminary PD-. Prelimina ;T Planned Development: ,.qinfd Plan. ned B*velopmeht'. Note: For a PD rezoning abo include the opproqAtte rezoning application. PROJECT NAME RIVER CLUB PARCEL 9 (PINE VALLEY) Plan Number: pp- 05-97-11 V Project #: 99/16)/!kv- PROPERTY OWNFA: (PLEASE PRINT) INDIAN RIVER GOLF, UC NAME 20019TH AVENUE, #308 ADDRESS VERO BEACH, FL 32%0 CITY, STATE, ZIP (772) 569-7928 PHONE NUMBER mbchar1es55@aoLcom EMAIL ADDRESS CHUCK CUNNINGHAM CONTACT PERSON PROJECT RTGINEER. (PLEASE PRINT) SCHULKE, Br= & STODDARD, LLC NAME 1717 INDIAN RIVER BLVD, STE 201 ADDRESS VERO BEACH, FL 32960 CITY, STATE, ZIP 772-770-9622 PHONE NUMBER jbitt1e@sbscnginecrs.com_ EMAIL ADDRESS JODAH B. BITTLE, P.E. CONTACT PERSON APPLICANT (PLEASE PRINT) SAME AS OWNER NAME ADDRESS �—-- CITY, STATE, ZIP PHONE NLTVaER EMAIL ADDRESS CONTACT PERSON AGENT (PLEASE PRINT) ADDRESS CITY, STATE, ZIP PHONE NUMBER EMAIL ADDRESS . CONTACT PERSON 1011NATURE OF OWNER OR AGENT ATTACIMENT a M:0"L1CATX*3C0d*v 11PPHCsd=1PDAPPA0C Revised Arg 2016 pop I of3n vt C�& �J?vre.'s 0 ,I . Al., A 9m4n ion TAX PARCEL ID #(s) OF SUBJECT PROPERTY: PROPERTY CLASSIFICATION(S): L-2 PD 8.90 TOTAL PROJECT ACREAGE: 8.90 EXISTING SITE USE(S): UNDEVELOPED 1.0 4 A. PROPOSED SITE USE(S) AND INTENSITY (e.g. # of units, square feet by use): 18 SINGLE FAMILY UNITS ** PLEASE, COMPLE'a THE SUBMr 'TAL CIiECKLIST *i The following items must be zttached to the application: N/A If the applicant is other than the _ p owner(s), a sworn statement of authorization from the owner; Two deeds and a verified statement naming every individual having legal or equitable ownership in the property; if owned by a corporation, provide the names and address of each stockholder owning4more than 10% of the value of outstanding corporation shares; ty' Two copies of the owner's recorded %wranty deed; A check, money order or cash made payable to "Indian River County": Planned Development Request - Conceptual PD Special Exception IeEs than 20 acres S2075.00 20-40 acres 2475.00 over 40 acres 2575.00 + 100.00 for each additional 25 acres over 40 acres Prelimia my PD Plan less than 20 acres $ 1150.00 20-40 acres 1250.00 over 40 acres 1300.00 + 50.40 for each additional 25 acres over 40 acres Final PD Plans $ 1400.00 %+ For concu.Tent appPeations: combine the appropriate fees and subtract $400.00. N/A Ten. sets of complete Conceptual, Preliminary or Final PD (final plat plans must be signed and seated by surveyor). Plans as per Chapter 915, pursuant to the type of approval being requested. N/A Any requirements of the zoning or subdivisions ordinance which the applicant is requesting to be waived (such as minimum lot width and size, street frontage requirements, satbacks, etc), shall be clearly -.ndicated by section and paragraph numbers, together with the rationale for the waiver reques4hon an attached sheet. Id U FACocmnunity DovelopmenEVAYPLICATIONS1C irDev applicadonsTDAI-Rdoo Revised April 2016 Page 2 of 3 N/A 2 Awls for conceptual or preliminary PDs -N/A Itemized response to pre -application for conceptual or concurrent applications N/A 2 sealed surveys N/A 3 setg of floor plans and elevation for commercial or multi -family b*iidings N/A_ Written Statement and Photograph of Posted Sign For Final Flat's only N/A Letter from developer providing timeline far achieving the 75% completion threshold for the overall subdivision improvement ONE OF THE FOLLOVIING SETS OF REQUIRED IMPROVEMENT DOCUMENTS: CONST Jv?'ION CO°MMETE - BUIIAf OUT: N/A Certificate of Completion from Public Works or copy of letter to Public works and. Utilities requiring inspection of improvements. IF IMPROVEMENT S ARE DEDICATED TO THE PUBLIC: N/A Original Engineer's Certified Cost Estimate for Improvements (signed a -ad sealed) Failure to provide information on which option is being selected may result in a delay in processing the application. ONST' UCTIM', INCOMPLETE - BOND OUT: ~�' ✓ (3� Original Engineer's Certified Cost Estimate for Improvements $m {signed and sealed; note items to be completed or percent completed at 75% threshold for overall subdivision). Statement that improvernents are nearing completion and a certificate of completion will be obtain prior to final plat approval Copies of Documents to be recorded with the final plat: a. Covenants, Deed Restrictions, Bylaws, etc. or Statement There Are None b. Property Owner's Association Articles of Incorporation or '�* 00 statement indicating why recording of POA is NOT required. 21 F:tC=nunity Devvdopm=A"PLiCATTONS\CurDev applioationdMAPPAOC Revised Apr -1 2016 Pago 3 of 3 T T TT "fat06, T IN Or's Su JIPUL,OILC -Zone*d RS -6 �,—, �,.,-tP:xWTWW'e 22 SET :86RE .1nTi0N5:% PAVAAm AM CNVuts N 11ANCHARD. Pa1N IM SA- (P3IIIGM4 LNxLLO.OIRx ,/ INDIAN RIVER CLUB PLAT 9 PD �,am PLATR. - RAOOF aax AIOW L — IFNOTI OF coax 1 "PINE VALLEY' CM - af7R0 OF MC414 I)MOMOI AND IONTN LYING IN SECTION 31, TOVVN3FOP 33 SOLITTL R MIGE 40 EAST. INDIAN RIVER COUNTY, FLORIOA Ah - FOWT-OF-WAV CL 11 ` Q \ � ��- - - PACE ^ SOcimx \ P.6 - PW BOO! \ - i ` _.. aA L S� _ _- y , . CJ .. DaYC£r NO. 1d - PONA" Pawl �\ 'y SS F10ODZUNE 7 ' it0��"'A-� PAAAti. ^ P0131 RO11. R A08 OF GDIAN AASI tRFaC0. - MAN RAOt FAR16 IMTE° CONTROL 0151AICi \ Q DQ_�YFASWm T T PRO CtU�fl�,,TIED 'UPl MDNULIENT LEGEND pN HAw""_ s 10 VFN1S ARE FST .VOE DESCRIBEED °ELOA R 09 16.5 1 1NG11 im PERMANENT ANFROW MONNENT 0" P 1C Y. + ` v 1 �/' Cb 4 Powmar COMMpi 11 1 „rr ' � � � •-" VSD 5.4 4. Pw 46% JET PAAOEL CORNEA MNIFBI (SEE IiMhkVOR's AM POR PAL OL"9aJ IM .�" ' _" ; $ i �� -` My Ot (P1Dt 0a'0V or so mks AND own MMIID141 _� ` ' �/ ' 1 3Cg 1 lr - 1.p �C1311L: i 1�+ Il '' 14� � 1 �• LOT 4 �...n .• LRFW �" _ - - 1 i �. w N, DO IE 4aff M^ w 1 q E�"�L ~ 6p 11S � LOT 3 A?&I J�po9° ABi 01 g°°ch14. LOT 17 ^� LOT 1e P1W' ii 47� I LI I Tm _ ! --, / ssx3P• ; > 1 (-_..'Vl;`,,� LOT is LOT 10 tach \ \ tSSyt �" 6• RA774Z DRAINAGE : ��4.° ^� z EASEMENTPIM Vaf O:. BOOK PAGE 1545• FL000ZONE J�T'�-' LOT 14 , 17.GY `n=; NC K FIRM PANEL 1 OGICO370 F Lp7 y lim190 3 13 f 1 '�"" , LAT 12 k LOT 2 1 I L•OT,1 ¢j}t 1•°11C \ — fid• -- ^'O' •J LOT 10 CRAPMa• .'cALC 4G zG a w Is 1 - (1N PFFT 1 , . 1, 40 I1. FOUND BRASS DISK IN TOP OF LOT S LOT 6 t t LOT 7 W I A i-9P7Ltl37F QQM• LOT 8 LOT 0 FOUND BRASS DISK IN TOP OF 'CONCRETE MONUMENT CPS MONUMENT 134 RECORDED N 1173779.077,E E '- LOCATED N 1173779300, E E Y.ibS'E JESP' SET -3e48' MONUMENT t ..�. {Y N_'r-e_•W„�-may PARCEL 8 *CONSERVATION EASEMENT TRACT E' INDIAN RIVER CLUB PLAT 1 PLAT BOOK 14, PACE 48 UNPLATTELI LANDS 7M! PROPERTY MAY EIC BLT)RTT TD ROMIDatO PARCEL I.D.: DU10N6 A ONE NlwouD-YRAR RASE ROOD EVENT- YOU 3340310000W.+OOOOOOGI.1 I OCWTAC� LOCAL 11 AND ZONING 0RIaAL4 AND OBTAIN THE LATEST W1011MAIION REOAROINO FLOOD ELEVATOMs AND CTION$ ON DCY410PMENT Bff01EC NAKRM RESTRIRE ME OF THS PROPERTY k LOT 2 1 I L•OT,1 ¢j}t 1•°11C \ — fid• -- ^'O' •J LOT 10 CRAPMa• .'cALC 4G zG a w Is 1 - (1N PFFT 1 , . 1, 40 I1. FOUND BRASS DISK IN TOP OF LOT S LOT 6 t t LOT 7 W I A i-9P7Ltl37F QQM• LOT 8 LOT 0 FOUND BRASS DISK IN TOP OF 'CONCRETE MONUMENT CPS MONUMENT 134 RECORDED N 1173779.077,E E '- LOCATED N 1173779300, E E Y.ibS'E JESP' SET -3e48' MONUMENT 14* -GONG• PIRM8EV.-13.88' NAVD 1908 PARCEL 8 *CONSERVATION EASEMENT TRACT E' INDIAN RIVER CLUB PLAT 1 PLAT BOOK 14, PACE 48 PUBLIC RECORDS OF INDIAN RFs'ER COUNTY, FLORIDA Ell FARIt PANEL 6 1200100370 6 o� mj■! r14urNw� 1111 DSO Mp�LtLIP' LRIPgf MM / , oft R�`B T11PL7311IA%:7Fd79410M FNIAR:IJMEYa1a LLRDIRtilaT 23 i/. e). I. DEPARTMENTAL INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Honorable Board of County Commissioners THROUGH: Jason Brown, County Administrator FROM: John King, Director Department of Emergency Services DATE: March 26, 2018 SUBJECT: Letter to Governor Rick Scott Regarding FEMA Reimbursement for Hurricane Irma It is respectfully requested that the information contained herein be given formal consideration by the Board of County Commissioners at the next scheduled meeting. BACKGOUND: Staff recommends the Board of County Commissions send a letter to Governor Rick Scott requesting his intervention in the recent notice of change for FEMA reimbursement of Hurricane Irma shelter costs. For decades Indian River County, like most other counties and their school districts, have submitted separately for shelter costs and have been reimbursed accordingly, under the current statutory and regulatory framework. We have recently received direction that the Florida Division of Emergency Management and FEMA have decided that this long-standing partnership approach is invalid, that the Florida Statute has been misinterpreted for decades, and that school districts are no longer eligible applicants to receive FEMA reimbursement for sheltering costs. This will require school districts to submit their sheltering costs to counties for payment, require counties to promptly pay those invoices and only after payment to the School Board will the counties be allowed to submit those costs to FEMA for reimbursement. FUNDING: This change in reimbursement creates an immediate financial impact to Indian River County for costs related to Hurricane Irma; this is on top of the millions of dollars in damages to public properties that have already been recognized. We are also concerned this change in policy will make the previous FEMA sheltering cost reimbursements vulnerable to deobligation. As you recall, as late as July 2017 this county was appealing FEMA's deobligation decisions for the 2004 hurricane season (Hurricanes Frances and Jeanne). 24 RECOMMENDATION: Staff recommends that the Indian River County Board of County Commissioners send a letter to Governor Rick Scott requesting he intervene and direct the Florida Division of Emergency Management attorneys to ensure that this re -interpretation of Florida Statutes does not occur, and ask that the State be prepared to file appropriate legal argument in support of the counties for any resulting legal action that may be taken against FEMA if it does occur. ATTACHMENTS: Letter to Governor Rick Scott 25 Peter D. O'Bryan Chairman District 4 Bob Solari Vice Chairman District 5 April 10, 2018 Office of Governor Rick Scott State of Florida The Capital 400 S. Monroe Street Tallahassee, FL 32399-0001 Dear Governor Scott: Susan Adams District 1 Joseph E. Flescher District 2 Tim Zorc District 3 In September 2017, Hurricane Irma severely impacted Indian River County, requiring sheltering of more than 1,100 residents and visitors in five (5) shelters across the county. The shelters were managed and operated by employees from the Indian River County School Board with cooperation from the American Red Cross, as has been the practice for decades and as required by Florida Statute Chapter 252. These efforts, and nearly 23,000 meals, resulted in substantive sheltering costs to the taxpayers. As you may know, the School Board has submitted reimbursement requests to FEMA. For decades, Indian River County, like most other counties and their school districts, have submitted separately for shelter costs and have been reimbursed accordingly, under the current statutory and regulatory framework. We have recently received direction that the Florida Division of Emergency Management and FEMA have decided that this long-standing partnership approach is invalid, that the Florida Statute has been misinterpreted for decades, and that school districts are no longer eligible applicants to receive FEMA reimbursement for sheltering costs. This will require school districts to submit their sheltering costs to counties for payment, require counties to promptly pay those invoices and only after payment to the School Board will the counties be allowed to submit those costs to FEMA for reimbursement. 1801 27th Street, Building A Vero Beach, FL 32960 (772) 226-1490 26 Office of Governor Rick Scott April 10, 2018 Page Two This will create an immediate financial impact to Indian River County for costs related to Hurricane Irma; this is on top of the millions of dollars in damages to public properties that have already been recognized. We are also concerned this change in policy will make the previous FEMA sheltering cost reimbursements vulnerable to deobligation. Your staff can attest that as late as July 2017, this county was appealing FEMA's deobligation decisions for the 2004 hurricane season (Hurricanes Frances and Jeanne). This change in reimbursement creates a tremendous financial burden on county governments and school districts statewide. For all the reasons identified herein, we respectfully request that you intervene and direct the Florida Division of Emergency Management attorneys to ensure that this re -interpretation of Florida Statutes does not occur, and ask that the State be prepared to file appropriate legal argument in support of the counties for any resulting legal action that may be taken against FEMA if it does occur. Respectfully, Peter O'Bryan, Chairman Indian River County Board of County Commissioners cc: Jason Brown, County Administrator Dylan Reingold, County Attorney File 27 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator THROUGH: Richard B. Szpyrka P.E., Public Works Director Vincent Burke, P.E., Utilities Director FROM: W. Keith McCully, P.E., Stormwater Engineer Eric Charest, Environmental Compliance Specialist SUBJECT: Results of Phase 1 Water Quality Study of Nutrients in the Indian River Farms Water Control District's 8th Street Canal DATE: March 2, 2018 DESCRIPTION AND CONDITIONS The following summarizes staff's investigation of nutrients in Indian River Farms Water Control District's (IRFWCD) 8th Street Canal between 90th Avenue and 74th Avenue, as requested by the County Commission. The primary purpose of the study was to determine if suspected seepage from the County's West Regional Wastewater Treatment Facility's (WRWWTF) wetland system/deep settling pond or nearby artesian wells may be entering the canal and adding nutrients, contributing to reported excessive aquatic plantgrowth in the canal. The secondary purpose was to identify the source of any excessive nutrient loading in the canal. As discussed below, results are inconclusive. Initially, six sample locations were identified and nine water quality samples were taken from each location between September 13, 2016 and November 1, 2016. These samples (Sample Group 1) were tested for Total Nitrogen (TN), Total Kjeldahl Nitrogen (TKN), Nitrite -Nitrate Nitrogen (NOx), and Total Phosphorus (TP). Results are shown in Table 1. Because the results of the original sample sets did not allow concrete conclusions as to the source of nutrients, two additional sample sets were taken on July 20, 2017 and August 11, 2017. The second group of samples (Sample Group 2) were taken from the original sample locations and two new locations: the WRWWTF's Deep Settling Pond and a pipe discharging from private property into the canal. Figure 1 shows sample locations for both sample groups. Sample Group 2 was analyzed for NOx, Ammonia Nitrogen (NHA and Ortho -Phosphate (OP) and results are presented in Tables 2, 3, and 4. These three parameters were investigated because they are nitrogen and phosphorus components of TN and TP that are readily assimilated by plants. The analysis of Sample Group 2 is also inconclusive with respect to nutrient source, but it does indicate that WRWWTF's Deep Settling Pond / wetland system is not contributing significant quantities of nutrients to the 81h Street Canal. A summary of the entire investigation is presented in Exhibit 1, a memotitled "Results ofthe Phase 1 Water Quality Study of the IRFWCD 8th Street Canal Between 90th Avenue and 74th Avenue" Project costs to date are $3,598 for laboratory analysis. 28 C:\Users\legistar\AppData\L.ocal\Temp\BCL Technologies\easyPDF 8\@BCL@740DFDD9\@BCL@74ODFDD9.doc W 00 ;a 'O AO w tn (A (�0 IOD H N 7 '► rh a m mm 3 m o c� D °r+' 'a m N A 00 rt C a 1< 0 Z C m 7 r+ H '+ S m 3 a d 3 G m T7 07 rA VI C 0) rh m A O 7 r+ O_ v r rr H TABLE 1- 8th Street Canal Water Quality - Phase 1 Study SAMPLE POINT A SAMPLE POINT B I SAMPLE POINT C SAMPLE POINT D I SAMPLE POINTE SAMPLE POINT F SAMPLE DATE NITROGEN (mg/1) NOx-N TKN Thl (PACE) (mg/I) NITROGEN (m9/1) NOx-N TKN TN (PACE) TP (mg/')' NITROGEN (mg/I) NOx-N TKN TN (PACE) TP mg/ NITROGEN (mg/I) 7p NOx-N TKN TN (mg/11 (PACE) NITROGEN (mg/I) NOx-N TKN TN (PACE) TP (mP,/0 NITROGEN (mg/0 NOx-N TKN TN (PACE) TP (mg/1) 9/13/2016 0.03 1.70 1.70 0.19 0.03 2.40 2.40 0.26 0.03 2.40 2.40 0.25 0.09 1.60 1.70 0.16 0.27 1.30 1.50 0.14 0.06 0.73 0.80 0.14 9/20/2016 0.03 1.20 1.30 0.12 0.03 2.50 2.50 0.22 0.06 2.30 2.40 0.25 0.14 1.50 1.60 0.14 0.45 1.20 1.60 0.15 0.09 0.64 0.73 0.12 9/27/2016 0.10 2.30 2.40 0.26 0.04 2.20 2.30 0.24 0.03 2.40 2.40 0.24 0.13 1.60 1.80 0.20 0.31 1 1.10 1.40 ' 0.17 1 0.14 0.96 1.10 1 0.20 9/30/2016 0.19 1.20 1.40 0.07 0.03 2.50 2.50 0.24 0.03 2.30 2.30 0.25 0.08 1.50 1.60 0.15 0.32 1.20 1.50 0.14 0.12 0.90 1.00 0.13 10/4/2016 0.08 0.88 0.96 0.06 0.03 2.50 2.50 0.25 0.03 2.10 2.10 0.25 0.08 1.50 1.60 0.16 0.34 1.00 1.40 0.14 0.14 0.99 1.10 0.19 10/112016 1.10 1.70 0.05 0.03 2.40 2.40 0.24 0.03 2.10 2.20 0.29 0.08 1.50 1.60 0.19 0.17 1.10 1.30 0.19 0.03 1.20 1.20 0.46 10/18/2016 0.03 1.20 1.20 0.08 0.03 2.20 2.20 0.21 0.03 2.00 2.00 0.20 0.11 1.50 1.60 0.15 0.53 0.92 1.50 0.13 0.15 0.78 0.93 0.18 10 /25/2016 0.01 0.92 0.93 0.06 0.01 2.30 2.30 0.20 0.02 2.20 2.20 0.22 0.17 1.40 1.60 0.13 0.60 0.80 1.40 0.15 0.11 0.67 0.78 0.14 11/1/2016 0.01 1.00 1.00 0.10 0.01 3.90 3.90 0.29 0.02 2.30 2.30 0.22 0.13 1.70 1.80 0.14 0.79 0.80 1.60 0.11 0.14 0.57 0.71 0.07 COUNT 8 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 9 AVERAGE 0.06 1.28 1.40 0.11 0.02 2.54 2.56 0.24 0.03 2.23 2.26 0.24 0.11 1.53 1.66 0.16 0.42 1.05 1.47 0.15 0.11 0.83 0.93 0.SB NO,N= Nitrite. Nitrate Nitrogen- TKN =Total Kjeldahl Nitrogen -� =rain event W 00 ;a 'O AO w tn (A (�0 IOD H N 7 '► rh a m mm 3 m o c� D °r+' 'a m N A 00 rt C a 1< 0 Z C m 7 r+ H '+ S m 3 a d 3 G m T7 07 rA VI C 0) rh m A O 7 r+ O_ v r rr H Page 3 Results of Phase 1 Water Quality Study of Nutrients in the Indian River Farms Water Control District's g1h Street Canal BCC Agenda Item for April 10, 2018 Figure I -Sample Location Map rainage Basin 18th Street Canal 0 B 18fh street C!�ajl �rpSpj� _Ar� i C E K est Regional Wastewater Treatment Plant k :�4 and Wetlands _F-177 -77 - 45,TL Note: PSP = Pipe discharging into canalfrom private property. DSP = IRCDUS West Regional Treatment Facility Deep Settling Pond Table 2 -Sample Group 2 NOx Nitrogen Results (mg/1) SAMPLE DATE A PSP B DSP C D E F 7/20/2017 0.025 0.025 0.025 0.025 0.025 0.095 0.130 0.054 8/11/2017 0.025 0.025 0.025 0.025 0.025 0.085 0.240 0.025 AVERAGE 0.025 1 0.025 0.025 0.025 0.025 0.090 0.185 0.040 Table 3 - Sample Group 2 Ammonia Nitrogen Results (mg/1) SAMPLE DATE A PSP B DSP C D E F 7/20/2017 0.140 0.081 0.860 0.053 1.000 0.450 0.280 0.033 8/11/2017 0.027 0.044 0.990 0.049 0.960 0.480 0.160 0.023 AVERAGE 0.084 0.063 0.925 0.051 0.980 0.465 1 0.220 0.028 Table 4 - Sample Group 2 Orthophosphate as P Results (mg/1) SAMPLE DATE A PSP B DSP C D E F 7/20/2017 0.038 0.026 0.073 0.008 0.110 0.069 0.140 0.099 8/11/2017 0.088 0.034 0.160 0.013 0.180 0.120 0.110 0.130 AVERAGE 0.063 0.030 0.117 0.011 0.145 0.095 0.125 0.115 30 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@740DFDD9\@BCL@74ODFDD9.doc Page 4 Results of Phase 1 Water Quality Study of Nutrients in the Indian River Farms Water Control District's Stn Street Canal BCC Agenda Item for April 10, 2018 FUNDING The project's cost to date is $3,598 which includes billings from Pace Analytical Laboratory. Staff time is not included. Funding was from Transportation Fund/Stormwater/ Other Professional Services Acct# 11128138-033190. Staff estimates laboratory analysis costs to continue investigations will exceed $3,000 assuming minimal additional water sample collection and analyzing only basic parameters. Further, staff personnel resources are not available for additional staff input into this study, requiring the services of outside consultants. Stormwater Division has no existing funding available for the above. However, a budget amendment from the Transportation Fund/Reserve for Contingency can fund this expenditure. RECOMMENDATIONS Because study results show the County's West Regional Wastewater Treatment Facility's wetland system/deep settling pond is not contributing significant nutrients into the 8th Street Canal, staff recommends this study be concluded and the attached report approved. ATTACHMENTS Exhibit 1 (Memo) Exhibit 2 (Copy of PowerPoint slides) DISTRIBUTION Public Works Stormwater Division Department of Utility Services APPROVED AGENDA ITEM 31 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@740DFDD9\@BCL@740DFDD9.doc EXHIBIT 1 INDIAN RIVER COUNTY PUBLIC WORKS DEPARTMENT STORMWATER DIVISION 180127 1h Street VERO BEACH, FLORIDA 32960 Phone: (772) 226-1562 kmccu11y a,ircgov.com INTEROFFICE MEMORANDUM TO: Richard Szpyrka, P.E., Public Works Director DATE: January 25, 2018 Vincent Burke, P.E., Utility Director FROM: Keith McCully, P.E., Stormwater Engineer Eric Charest, Environmental Compliance Specialist SUBJECT: RESULTS OF THE PHASE 1 WATER QUALITY STUDY OF THE IRFWCD 8TH STREET CANAL BETWEEN 90TH AVENUE AND 74TH AVENUE Discussion: In discussions with Indian River Farms Water Control District (IRFWCD) Superintendent David Gunter, Commissioner Zorc identified four areas within the IRFWCD's canal system that appear to be "hot spots" regarding external nutrient loading, meaning the four areas require high maintenance to control excessive aquatic plant growth. The four problem areas are: • Area #1: The C-1 Canal along 8th Street between 90th Avenue and 74th Avenue; • Area #2: The A-3 Canal along 26th Street between 74th Avenue and 66th Avenue; • Area #3: The J-5 Canal along 21St Street SW east of 20th Avenue together with the Lateral J Canal from the J-5 Canal north to 5th Street SW; and • Area #4: The Lateral G Canal from 81St Street to the North Relief Canal. On August 16, 2016 the County Commission instructed Public Works Stormwater Division to study the Indian River Farms Water Control District (IRFWCD) 8th Street Canal between 90th Avenue and 74th Avenue (Area #1). IRFWCD suggests this canal section experiences high nutrient loadings compared to other nearby canals, requiring frequent maintenance activities to remove excessive aquatic plant growth. The primary goal of the study is to determine if suspected seepage from the County's West Regional Wastewater Treatment Facility's wetland system/deep settling pond or nearby artesian wells may be entering the canal and adding nutrients, contributing to excessive aquatic plant growth. For the original study, six sample points were determined and the locations appear in Figure 1. Beginning September 13, 2016, field sampling personnel from PACE Analytical Services, Inc. (PACE) collected canal water samples at each 1 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 32 location once per week for eight weeks plus one rain event. The samples were preserved immediately after collection and transported to PACE's laboratory for analysis. Each sample was tested for total phosphorus, total nitrogen, nitrite -nitrate nitrogen, and total Kjeldahl nitrogen. The six locations and nine sampling events produced fifty-four samples. Each sample was tested for four parameters, resulting in 216 results. 2 F:\Public WorksWeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 33 w CL 0 0 w ---- - �-- ---T--- TABLE 1- 8th Street Canal Water Quality - Phase 1 Study ---i--- - r--j---1---1---�--_-�� -_�_ L _... i 3 �--.�� � ._7._7--l- SAMPLE POINT A I SAMPLE POINT B SAMPLE POINT C SAMPLE POINT D I SAMPLE POINT E SAMPLE POINT F SAMPLE DATE NITROGEN (mg/1) N% -N TKN TN (PACE) TPTP (mH/0 NITROGEN (m911) NOx-N TKN TN (mg/1) (PACE) NITROGEN (mg/1) TP NOx-N TKN TN (mg/1)NOx-N (PACE) NITROGEN (mg/1) TKN TN (mg/1) (PACE) WROGEN (mg/1) NOx-N TKN TN (PACE) TP (mg/1) NRROGEN (m9/1) NOx-N TKN TN (PACE) TP 9/13/2016 0.03 1.70 1.70 0.19 0.03 2.40 2.40 0.26 0.03 2.40 2.40 0.25 0.09 1.60 1.70 0.16 0.27 1.30 1.50 0.14 0.06 0.73 0.80 0.14 9/20/2016 0.03 1.20 1.30 0.12 0.03 2.50 2.50 0.22 0.06 2.30 2.40 0.25 0.14 1.50 1.60 0.14 0.45 1.20 1.60 0.15 0.09 0.64 0.73 0.12 9/27/2016 0.10 2.30 2.40 0.26 0.04 2.20 2.30 0.24 0.03 2.40 2.40 0.24 0.13 1.60 1.80 0.20 0.31 1.10 1.40 0.17 0.14 0.96 1.10 0.20 9/30/2016 0.19 1.20 1.40 0.07 0.03 2.50 2.50 0.24 0.03 2.30 2.30 0.25 0.08 1.50 1.60 0.15 0.32 1.20 1.50 0.14 0.12 0.90 1.00 0.13 10/4/2016 0.08 0.88 0.96 0.06 0.03 2.50 2.50 0.25 0.03 2.10 2.10 0.25 - 0.08 1.50 1.60 0.16 0.34 1.00 1.40 0.14 0.14 0.99 1.10 0.19 10/11/2016 1.10 1.70 0.05 0.03 2.40 2.40 0.24 0.03 2.10--2420 0.29 0.08 1.50 1.60 0.19 0.17 1.10 1.30 0.19 0.03 1.20 1.20 0.46 10/18/2016 0.03 1.20 1.20 0.08 0.03 2.20 2.20 0.21 0.03 2.00 2.00 0.20 0.11 1.50 1.60 0.15 0.53 0.92 1.50 0.13 0.15 0.78 0.93 0.18 10/25/2016 0.01 0.92 0.06 0.01 2.30 2.30 0.20 0.02 2.20 2.20 0.22 0.17 1.40 1.60 0.13 0.60 0.80 1.40 0.15 0.11 0.67 0.78 0.14 11/1/2016 0.01 1.00 0.10 0.01 3.90 3.90 0.29 0.02 2.30 2.30 0.22 0.13 1.70 1.80 0.14 0.79 0.80 1.60 0.11 0.14 0.57 0.71 0.07 COUNT 8 9 �0.93 9 9 9 9 99 9 9 9 99 9 9 9 9 9 9 9 9 9 9 AVERAGE 0.06 1.28 0.11 0.02 2.54 2.56 0.24 0.03 2.23 2.26 0.24 0.11.II{ 1.53 1.66 0.16 0.42 1.05 1.47 0.15 0.13 0.83 0.93 0.18 JTNNNToai I tKeldahltNl troHetn He----', f =fdlft 2vEf1Y�_....�..--.�� _-.�_.-...._-A.-__.��_- _-.- J1 o�m-I : a C c co - to (j) X m*CD cl) CD CD N o m CL 0-00 3 �0 (D 0 - CL (D 0 vi D O C Q rr 03 X CD (Q p CD - C- CD 3 m CD o_ cm 0 D o _ < _o< 0 cn c -0 cn CD --h CD 0 Q Visual Observations on June 1, 2017 On June 1, 2017, a visual observation of the canal Study Area by Stormwater Division personnel indicated (1) thick duckweed at the westernmost section; (2) scattered duckweed, water lettuce, algae, and miscellaneous grasses throughout most of the rest of the canal; (3) thick growth of vegetation in the canal just west of 82nd Avenue; and (4) thick eel grass growing on the canal bottom west of 74th Avenue. A significant flow of artesian water was entering the canal from a ranchette residence located north of the canal about 400 feet east of Sample Point A. The discharge appears to be artesian well water overflow from a pond(s) on the property. Staff observed a significant flow of water in the canal from west to east, discharging into the Lateral C Canal at 74th Avenue. Most of the water in the canal appeared to be artesian water as it was clear and had a slight milky appearance, indicative of an artesian source. Water in the canal flows from west to east and the ranchette pipe discharge was the largest observed contributor of flow in the canal. Staff also noted several suspected seepage points along the southern canal bank abutting the West Regional Wastewater Treatment Facility (WRWWTF) wetland system. The seepage points were slightly above the canal water surface and appeared to contain white sulfur bacteria. Small but constant flows were observed discharging into the canal at each location. Visual Observation Summary • Noticeable seepage points along the canal bank adjacent to the WRWWTF wetland system implies some seepage into the canal may be occurring or possibly groundwater intrusion. Sulfur bacteria appears to be growing at the seepage points. • The lush vegetation in the canal immediately west of 82nd Avenue indicates nutrients are present in the canal water. • The flow of water is to the east into the Lateral C Canal at 74th Avenue. • There appears to be a significant artesian well water input into the canal and a significant source of this water is from a ranchette west of Sample Point B. Laboratory Results for Nitrogen Certain forms of nitrogen in water can contribute to algae blooms in the Lagoon. Total nitrogen is the sum of total Kjeldahl nitrogen (TKN) and nitrite/nitrate nitrogen or NOx. TKN is the sum of organically bound nitrogen (such as amino acids or complex organic molecules containing nitrogen) and ammonia nitrogen. i.e. TKN = total organic nitrogen + ammonia nitrogen. Ammonia and NOx are the forms available for direct uptake by plants.. In order for organic nitrogen to become biologically available, it must be acted upon by enzymes such as deaminase, or certain environmental factors that strip amine groups from the organic complex. If the organic nitrogen molecules are anthropogenic in origin, such as associated with synthetically created organic compounds, then plant access to the nitrogen may be even more difficult. Because Total Nitrogen is the sum of NOx and TKN, its discussion is meaningless with respect to this analysis. 4 FAPublic WorksWeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 35 a. Nitrite/Nitrate Nitrogen (NOx) Results Table 2 and Figure 2 show the average NOx concentrations at the various sample locations along the canal length. TABLE 2 -8th Street Canal NOx-Nitrogen_ (mg/1) 2 - AVERAGE NOx NITROGEN ALONG CANALm 1 ( g�) SAMPLE DATE A B C D E F 9/13/2016 0.03 0.03 0.03 0.09 0.27 0.06 - 0.a5 9/20/2016 0.03 0.03 0.06 0.14 0.45 0.09 o.ao i 9/27/2016 0.10 0.04 0.03 0.13 0.31 0.14 0.35 9/30/2016 0.19 0.03 0.03 0.08 0.32 0.12 0.30 10/4/2016 0.08 0.03 0.03 0.08 0.34 1 0.14 0.2S 0.20 10/11/2016 -- 0.03 0.03 0.08 0.17 0.03 10/18/2016 0.03 0.03 0.03 0.11 0.53 0.15 0.15 10/25/2016 0.01 0.01 0.02 0.17 0.60 0.11 0.10 11/1/2016 0.01 0.01 0.02 0.13 0.79 0.14 0.05 A COUNT 1 8 9 9 9 9 9 0.00 AVERAGE 1 0.06 0.02 0.03 0.11 0.42 0.11 _ A g C D E F iNOx-N=Nitrate+Nitrate Nitrogen The canal section between Sample Points A and C covers the northern boundary of the WRWWTF plus a residential subdivision and ranchette parcels. In this canal section, the average NOx concentration is approximately 0.04 mg/I. Note however, that Sample Point A was located at the far western reach of the 8th Street Canal. Although the 8th Street Canal has a pipe connection to the adjacent D-4 Sublateral Canal running north -south along 90th Avenue, the two canals are not hydraulically connected except during extreme rainfall events. This is because the connecting pipe's invert is installed higher than the D-4 Canal's normal water level. As a result, the 8th Street Canal water at Sample Point A is normally stagnant and very shallow. Because of this, we suspect water samples from Sample Point A had a high risk of contamination with detritus, which could cause elevated sample results. If Sample Point A results are dismissed, the average NOx concentration in this canal section is .approximately 0.03 mg/I. As discussed later in the TKN results section, the highest TKN value occurs at Sample Point B opposite the wetland, which might imply some leaching of water into the canal from the wetland cells. If so, one might ask why the canal NOx concentration is not elevated also at Sample Point B. If such seepage is occurring, the low NOx values at this location are most likely due to the reduction of NOx by bacteria in the soil, which through biological denitrification reduces the nitrogen in the NOx molecule to a gaseous form. Average NOx concentrations increase 0.01 mg/I from Sample Point B to Sample Point C. Concentrations begin to increase sharply east of Sample Point C, reaching 0.11 mg/I at Sample Point D and 0.42 mg/I at Sample Point E, which is a little west of the canal's connection to the Lateral C Canal paralleling 74th Avenue. Sample Point F is located east of the Lateral C Canal and is not 5 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 36 influenced by the 8th Street Canal to the west. The average NOx concentration at Sample Point F is 0.31 mg/I lower than the concentration at Sample Point E, indicating elevated NOx concentration in the Study Area section. NOx Summary • NOx nitrogen is readily available for uptake by plants. • Average canal NOx concentrations are relatively low up to Sample Point C (about the halfway point in the Study Area), which is about 4,600 feet east of the WRWWTF's deep settling pond. • Average concentrations at Sample Point D are approximately 3.7 times greater than at Sample Point C. • Average concentrations increase east of Sample Point D, with the concentrations at Sample Point E being 3.8 times greater than those at Sample Point D and 14.0 times greater than those at Sample Point C. • The average NOx concentration at the Study Area's discharge point into the Lateral C Canal (Sample Point E) is 3.8 times higher than the concentration in the canal at Sample Point F (the canal's eastern section's discharge point into the Lateral C Canal). The results imply an elevated NOx concentration in the Study Area. b. Total Kjeldahl Nitrogen (TKN) Results TKN is the sum of organic nitrogen and ammonia nitrogen concentrations. Ammonia nitrogen is the only portion of TKN that is readily accessible for uptake by plants. Table 3 and Figure 3 show the average TKN concentrations at the various sample locations along the canal length. As discussed in the NOx Section, the data for Sample Point A is likely contaminated and therefore assumed unreliable. TABLE 3 - 8th Street Canal TKN (mg/1) { _ FIGURE 3 -AVERAGE TKN NITROGEN ALONG CANAL (mg/1) SAMPLE DATE A B C D E F 9/13/2016 1.70 2.40 2.40 1.60 1.30 0.73 3.00 2.50 9/20/2016 1.20 2.50 2.30 1.50 1.20 0.64 9/27/2016 2.30 2.20 2.40 1.60 1.10 0.96 a 9/30/2016 1.20 2.50 2.30 1.50 1.20 0.90 2'00 1.50 10/4/2016 0.88 2.50 2.10 1.50 1.00 0.99 10/11/2016 1.10 2.40 2.10 1.50 1.10 1 1.20 w 1.00 0.50 10/18/2016 1.20 2.20 2.00 1.50 0.92 0.78 10/25/2016 0.92 2.30 2.20 1.40 0.80 0.67 11/1/2016 1.00 3.90 2.30 1.70 0.80 0.57 _ COUNT 9 9 9 9 9 9 0.00 A s c D E F rAVERAGEl 1.28 2.54 2.23 1.53 1.05 0.83 Data shows that the highest TKN concentrations in the canal are in the vicinity of Sample Point B. Concentrations gradually decrease from Sample Point B as the water travels east to the Study Area discharge just east of Sample Point E. The WRWWTF is a biological wastewater treatment facility that uses bacteria, diatoms, paramecium, and other single -celled microorganisms to remove waste 6 FAPublic WorksWeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 37 products from influent wastewater. Because the nitrogen associated with the ammonia molecule is easily available to the microorganisms, there should be no ammonia present in the treated water entering the wetland system because the ammonia will be converted to NOx by the microorganisms. This fact was confirmed in discussions with County Division of Utility Services personnel. Therefore, any TKN that might enter the canal from the WRWWTF wetland system will be comprised solely of organic nitrogen, which is very difficult for plants to utilize. Figure 4 clearly shows the TKN concentration decreases as the water travels toward the Lateral C Canal. This indicates the TKN is either being diluted by other water inputs or else a significant portion of the TKN is in the ammonia form. If the latter case is true, canal vegetation is removing the ammonia nitrogen as the water flows east, thereby reducing the TKN value. Ammonia in water is generally associated with septic tank effluent or livestock waste. Average TKN concentration decreases 0.31 mg/I From Sample Point B to Sample Point C. Concentrations decrease another 0.70 mg/I from Sample Point C to Sample Point D and they drop 0.48 mg/I between Sample Point D and Sample Point E. The average TKN reduction from Sample Point B to Sample Point E was 1.49 mg/I. The average TKN at Sample Point E is 0.22 mg/I higher than that measured at Sample Point F, indicating the 8th Street Canal west of the Lateral C Canal has a greater TKN loading than the canal section east of the Lateral C Canal. TKN Summary • TKN is composed of ammonia nitrogen and organic nitrogen, with the ammonia nitrogen being readily available to plants while the organic nitrogen component is not. • The average TKN concentration drops as the water flows east into the Lateral C Canal, and it is 3.06 times greater at Sample Point B than at the Study Area discharge at Sample Point E. • The highest average TKN concentrations appeared at Sample Point B, which is opposite the WRWWTF wetland. However, all TKN that might leach into the 8th Street Canal from the wetland is expected to be in the organic form and therefore unavailable to plants. • The significant reduction of average TKN values from Sample Point B to Sample Point E indicates dilution of TKN by downstream water inputs, or else a significant amount of the TKN present is in the form of ammonia nitrogen and is being removed by plants, or both. • If there is insignificant dilution occurring downstream of Sample Point B, then ammonia nitrogen is present. This means that a significant amount of the TKN at Sample Point B is comprised of ammonia nitrogen, and its source must be other than the wetland system, and therefore possibly emanating from properties on the north side of 8th Street. Such sources may include septic seepage, artesian well flow, irrigation runoff, and/or legacy loads. 7 FAPublic WorksWeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 38 • The average TKN concentration at the Study Area's discharge point into the Lateral C Canal (Sample Point E) is 1.3 times higher than the concentration in the canal at Sample Point F (the canal's eastern section's discharge point into the Lateral C Canal). The results imply a slightly elevated TKN concentration in the Study Area. Laboratory Results for Total Phosphorus Total Phosphorus (TP) is the sum of inorganic phosphorus (typically referenced as ortho-phosphorus) and organic and polyphosphate phosphorus. The ortho-phosphorus is available for direct biological uptake. The organic and polyphosphate phosphorus is generally considered unavailable for biological uptake. Therefore, any TP reduction noted is most likely due to the consumption of ortho-phosphorus by canal vegetation. TP concentrations at the sample points are presented in Table 4 and Figure 4. As discussed, values at Sample Point A are considered unreliable. TABLE 4 - 8th Street Canal TP (mg/1) SAMPLE DATE A B C ID E F 9/13/2016 0.19 0.26 0.25 0.16 0.14 0.14 9/20/2016 0.12 0.22 0.25 0.14 0.15 0.12 9/27/2016 0.26 0.24 0.24 0.20 0.17 0.20 9/30/2016 0.07 0.24 0.25 0.15 0.14 0.13 10/4/2016 0.06 0.25 0.25 0.16 0.14 0.19 10/11/2016 0.05 0.24 0.29 0.19 0.19 0.46 10/18/2016 0.08 0.21 0.20 0.15 0.13 0.18 10/25/2016 0.06 0.20 0.22 0.13 0.15 0.14 11/1/2016 0.10 0.29 0.22 0.14 0.11 0.07 COUNT 9 9 9 9 9 9 AVERAGE 1 0.11 0.24 0.24 0.16 0.15 0.18 FIGURE 4 - AVERAGE TP ALONG CANAL (mg/1) 0.3 0.25 - 0.2 - 0.15 0.1 ---- 0.05 -� 0 A B C D E F Data indicates that the greatest average TP concentrations occur between Sample Points B and C, sharply decreasing between Sample Point C and Sample Point D, with an additional slight decrease between Sample Point D and Sample Point E. Average TP at the eastern section of the 8th Street Canal's discharge into the Lateral C Canal is only slightly greater than the discharge concentration from the Study Area. The WRWWTF is a tertiary treatment plant, meaning that under normal operating conditions, it produces a flow to its downstream wetland treatment system of 1.00 mg/I TP or less. The treatment plant's biological processes should remove most of the inorganic phosphorus present in the wastewater it receives. However, the type of phosphorus present in the canal water was not determined in the study. The average TP concentration between Sample Points B and C is relatively constant, indicating little additional TP loading in that canal section. The data points in Table 4 indicate that individual high TP readings switch back and forth between the two sample points. As the water flows east in the canal toward its discharge into the Lateral C Canal, average TP concentrations decrease, indicating either dilution from other water inputs or uptake of inorganic phosphorus by plants, or both Average TP drops by 0.08 mg/I from Sample 8 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 39 Point C to Sample Point D, but drops only 0.01 mg/I between Sample Point D and the discharge into the Lateral C Canal at Sample Point E. The average TP at Sample Point E is 0.03 mg/I lower than that measured at Sample Point F, indicating the 8th Street Canal east of the Lateral C Canal has a slightly greater TP loading than the Study Area section. TP Summary • TP is composed of ortho-phosphate plus organic and polyphosphate, with the ortho- phosphate being readily available to plants while the organic and polyphosphate forms are not. • The average TP concentration drops as the water flows east into the Lateral C Canal, and it is 1.60 times greater at Sample Points B/C than at the Study Area discharge at Sample Point E. • The highest average TP concentrations appeared at Sample Points B/C and Sample Point B is opposite the WRWWTF wetland. However, it is expected that most of the ortho-phosphate originally present in the WRWWTF effluent would have been removed by the biological process. • The reduction of average TP values from Sample Point C to Sample Point E indicates dilution of TP by downstream water inputs, or else a significant amount of the TP present is in the form of ortho-phosphate, or both. • Because of the notable TP reduction east of Sample Point C, if there is insignificant dilution occurring downstream of Sample Point C, then ortho-phosphate is present. This means that much of the TP at Sample Points B/C is comprised of ortho- phosphate. • The average TP concentration at the Study Area's discharge point into the Lateral C Canal (Sample Point E) is 1.2 times lower than the concentration in the canal at Sample Point F (the canal's eastern section's discharge point into the Lateral C Canal). The results imply a slightly elevated TP concentration in the canal section east of the Study Area. FIELD DATA Various field data was collected during the Phase 1 sampling program. While it is difficult to draw many helpful conclusions from this data, some general comments follow. a. pH — pH is a measure of how acidic or basic water is and ranges from 0 to 14, with 7 being neutral. pH values less than 7 indicate water is acidic and greater than 7 indicates the water is a base. Each pH number represents a 10 -fold change in the acidity or basicness of the water. For example, water with a pH of 5 is ten times more acidic than water with a pH of 6. pH is important because it determines the solubility and biological availability of constituents such as nitrogen and phosphorus. The average pH along the 8th Street Canal is shown below in Figure 5. 9 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 40 Figure 5 - Average pH Along Canal 7.60 7.40 - 7.20 7.00 Vi 6.80 6.60 6.40 6.20 A B C D E F As indicated above, the average pH gradually rises in the canal from a- low of 6.75 at Sample Point A to 7.45 at Sample Point E, an increase of 0.70 units. The water changes from just slightly acidic at Sample Point A to almost neutral at Sample Point B. The pH at Sample Points E and F are nearly identical. Average pH increases equally between Sample Points B and C and between Sample Points D and E. b. Temperature — Average water temperature in the Study Area is shown graphically in Figure 6. It ranges from an average 25.7° C (78.26° F) at Sample Point A to 27.2° C (80.96° F) at Sample Point E, for a delta of 1.5° C (2.7° F). The small temperature variances could be due to changes in water temperature in certain sections from pipe discharges from ponds, etc. or because of water surface shading by overhanging trees and other vegetation. 10 F:\PublicWorks\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 41 C. Specific Conductance — Specific conductance is a measure of how well water can conduct an electrical current. Conductance increases with increasing amount and mobility of ions which result from the breakdown of compounds. Specific conductivity can be used to indirectly measure the presence of dissolved solids in water, such as chloride, nitrate, sulfate, phosphate, sodium, magnesium, calcium, and iron.' The higher the specific conductance value, the more dissolved solids (referred to as total dissolved solids or TDS) are present. Figure 7 shows the average specific conductance along the canal. Specific conductance (SC) in the canal west of the Lateral C Canal ranged from a low of 831 umhos/cm at Sample Point A to 1,059 umhos/cm at Sample Point E, resulting in a range of 228 umhos/cm. An intermediate peak occurred at Sample Point B, being only 11 umhos/cm less than that at Sample Point E. Sample Point F's average SC was the highest, at 1,340 umhos/cm or 315 umhos/cm greater than Sample Point E's average. However, Sample Point F is east of the Lateral C Canal and therefore represents a different water source. Because there are many ions that contribute to specific conductance, it is not possible to identify those that might be present in the canal water in this instance. However, the observed suspected artesian well discharge into the canal could be expected to contribute many of the ions listed above. d. Dissolved Oxygen Saturation — Dissolved oxygen (DO) is the amount of gaseous oxygen that is present (dissolved) in the water. Dissolved oxygen levels are influenced by many factors including fish, invertebrates, bacteria and plants. Average DO in the Study Area is shown graphically in Figure 8. 1 http://bcn.boulder.co.us/basin/data/NEW/info/S'C.html 11 F:\Public Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 42 Figure 7 -Specific Conductance Along Canal 1600 1400 1200 - u 1000 — – - 0 800 s E 600 400 200 - – 0 A B C D E F Specific conductance (SC) in the canal west of the Lateral C Canal ranged from a low of 831 umhos/cm at Sample Point A to 1,059 umhos/cm at Sample Point E, resulting in a range of 228 umhos/cm. An intermediate peak occurred at Sample Point B, being only 11 umhos/cm less than that at Sample Point E. Sample Point F's average SC was the highest, at 1,340 umhos/cm or 315 umhos/cm greater than Sample Point E's average. However, Sample Point F is east of the Lateral C Canal and therefore represents a different water source. Because there are many ions that contribute to specific conductance, it is not possible to identify those that might be present in the canal water in this instance. However, the observed suspected artesian well discharge into the canal could be expected to contribute many of the ions listed above. d. Dissolved Oxygen Saturation — Dissolved oxygen (DO) is the amount of gaseous oxygen that is present (dissolved) in the water. Dissolved oxygen levels are influenced by many factors including fish, invertebrates, bacteria and plants. Average DO in the Study Area is shown graphically in Figure 8. 1 http://bcn.boulder.co.us/basin/data/NEW/info/S'C.html 11 F:\Public Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 42 90.0 80.0 70.0 60.0 Percent 50.0 Saturation 40.0 30.0 20.0 10.0 0.0 Figure 8 - Dissolved Oxygen Along Canal 0 DO saturation is reported as the percentage of dissolved oxygen concentration relative to the concentration when completely (100%) saturated at the temperature of the measurement depth.2 Average DO saturation west of the Lateral D Canal ranged from 45.6% at Sample Points B and C to 77.9% at Sample Point E. The highest saturations were recorded at Sample Points D, E, and F, with Sample Point F's average DO saturation being only 2.2% higher than that at Sample Point E, which was the highest average west of the Lateral C Canal. The canal section west of Sample Point D had the lowest DO saturation. e. Turbidity — Turbidity makes a water appear cloudy or opaque. It is the measure of relative clarity of a liquid. The more cloudy or opaque the water the higher the turbidity measurement. Material that causes water to be turbid includes clay, silt, finely divided organic and inorganic particles, algae, soluble colored organic compounds (e.g. tannins produced by decaying leaves), plankton, and other microscopic organisms. Average turbidity in the Study Area is presented in Figure 9. Values are reported in nephelometric turbidity units or NTUs. Figure 9 - Turbidity Along Canal 30.0 25.0 20.0 -- z 15.0 – 10.0 -- - 5.0 — --- 0.0 A B C D E F ' http://www.lakeaccess.org/russ/oxygen.httn 12 F:\Public WorksWeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 43 The lowest average turbidity reading occurred at Sample Point E (5.3 NTU) and the highest at Sample Point A (26.7 NTU). A high reading at Sample Point A would be expected since it is located at the canal's western terminus and normally experiences no flow. The next highest average reading occurred at Sample Point B (19.1 NTU). In fact, average turbidity decreases from Sample Point A to Sample Point E, perhaps influenced by clear artesian well water discharges into the canal and the filtering out of particulate matter by aquatic vegetation as the water flows east to the discharge point just east of Sample Point E. The average turbidity at Sample Point F (10.8 NTU) was twice that of the value at Sample Point E. ADDITIONAL ANALYSES — JULY 20, 2017 and August 11, 2017 On July 20, 2017 and August 11, 2017, two more sample sets were taken at the six original sample points and at a pipe discharge west of Sample Point B (labeled PSP) and in the northwest corner of the WRWWTF wetland's deep settling pond (labeled DSP). The locations are shown on Figure 10. The samples were analyzed for ammonia nitrogen and ortho-phosphate in addition to the previously tested constituents. Because the pipe discharge constituted all of the canal flow in its western reach (except for groundwater seepage), its measurements were considered as canal water measurements at that location and therefore, a line was drawn on each graph connecting Sample Point PSP with Sample Point B. Data for Sample Point A was not plotted for the reasons previously discussed. Note that the WRWWTF wetland system's northern treatment cells abutting the 8th Street Canal during this period were dried for maintenance and therefore, cannot be considered a contributor to nutrients measured during these two sample events. Figure 10 — NEW SAMPLE POINT LOCATIONS - ; ;8th Street Canal D �Sth Street Canal 1U ` West Regional L Wastewater Treatment Plant ®` and Wetlands k . _. .. s x gym. _..., .utt .—�•i�r7 rat - 1�1er r� 13 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 44 a. Nitrite/Nitrate Nitrogen (NOx) Results Figure 11 shows NOx Nitrogen sample results. As seen on Figure 10, the average NOx in the canal between Sample Points PSP and C is very low. NOx concentrations begin to climb somewhere after Sample Point C and continue to increase through sample Point E as was seen in previous sampling results. The average NOx concentration into the Lateral C canal at Sample Point E was 4.6 times greater than the NOx discharging into the Lateral C Canal from the east at Sample Point F. Neither the PSP pipe discharge or the WRWWTF wetland system/deep settling pond appear to be contributing noticeable NOx to the 8th Street Canal. The majority of nitrogen entering the wetland system/deep settling pond from the WRWWTF is in the form of NOx based on the biological processes taking place in the WRWWTP. 0.20 0.15 NOx {mg/1) 0.10 0.05 OAO Figure 11 — NOx NITROGEN RESULTS [the remainder of this page was left blank intentionally] 14 F:\Public Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 45 SAMPLE DATE A I PSP I B f -D -S -Pr C I D I € F 7/20/2017 0.025 0.025 I 0.025 0.025 0.025 0.095 0.130 0.054 8/11/2017 0.025 1 0.025 1 0.025 0.025 0.025 0.085 1 0.240 0.025 AVERAGE I0.025M<0:025Mt0.025Mt0:025At0:0259(0:090 UO:185M M0:0401 [the remainder of this page was left blank intentionally] 14 F:\Public Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 45 b. Ammonia Nitrogen Results Figure 12 shows ammonia nitrogen sample results. The average ammonia nitrogen concentrations from the pipe discharge and the deep settling pond are minimal. Ammonia nitrogen begins to rise significantly after Sample Point PSP, reaching maximum values between Sample Points B and C. After that, the ammonia nitrogen begins to drop, although at the discharge into the Lateral C Canal, its values are almost 7.8 times greater than the average ammonia nitrogen discharging into the Lateral C Canal from the east at Sample Point F. It is possible that the steady decrease in ammonia nitrogen from Sample Point C eastward is at least partially due to uptake by aquatic vegetation in the canal. Dilution from other canal discharge sources may also be a factor. The potential of a leaking sewage force main into the WRWWTF or its air release valve at the canal as ammonia nitrogen contribution was considered, however an examination of pertinent data and equipment by IRCDUS eliminated those possibilities. Ammonia levels in the deep settling pond sampling site were minimal. 1.00 Ammonia (m81i) 0.50 0.10 0.05 0.00 Figure 12 — AMMONIA NITROGEN RESULTS [the remainder of this page was left blank intentionally] 15 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 46 SAMPLE DAIS A PSP B DSP C D E F 7/20/2017 0.140 0.081 0.860 0.053 1.000 0.450 0.280 0.033 8/11/2017 0.027 0.044 0.990 0.049 0.960 0.480 0.160 0.023 AVERAGE 0.084 0.063 1 0.925 0.051 0.980 OA65 0.220 0.028 [the remainder of this page was left blank intentionally] 15 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 46 C. Ortho -Phosphate Results Figure 13 shows ortho-phosphate sample results. The average ortho-phosphate contribution from the pipe discharge is minimal and the ortho-phosphate concentration in the deep settling pond is insignificant. Ortho -phosphate begins to rise significantly after Sample Point PSP, reaching a maximum value at Sample Point C. After that the concentration drops but rises again between Sample Points D and E. The average ortho-phosphate concentration at the discharge into the Lateral C Canal is only about 1.1 times greater than that discharging into the Lateral C Canal from the east at Sample Point F. The steady decrease in ortho-phosphate between Sample Points C and D may be due to uptake by aquatic vegetation in the canal and/or dilution from other canal inputs. The possibility of additions from the WRWWTF's influent sewage force main or the pipe's air release valve have been eliminated from consideration. 0.15 O -P (mg/1) 0.10 0.05 0.00 Figure 13 — ORTHO-PHOSPHATE RESULTS [the remainder of this page was left blank intentionally] 16 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 47 SAMPLE OATS A PSP B DSP C D E F 7/20/2017 0.038 0.026 0.073 0.008 0.110 0.069 0.140 0.099 8/11/2017 0.088 0.034 0.160 0.013 1 0.180 11111110.09511111 0.120 0.110 0.130 AVERAGE 10.0630 E0.0302100.114 *0X111 !0.145■ ■0:1251 507115■ [the remainder of this page was left blank intentionally] 16 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 47 SUMMARY AND RECOMMENDATIONS The Phase 1 Study's goal was to test only basic parameters at strategic locations to quickly identify nutrient hot, spots in the canal, with a specific focus on the WRWWTF wetland/deep settling pond. Initial data indicates that canal NOx values begin increasing at Sample Point C and ramp up significantly between Sample Points D and E. Canal TKN values spike at Sample Point B and the highest TP occurs between Sample Points B and C. Most likely, discrete point sources are introducing NOx into the canal east of Sample Point C, although some NOx may be present due to conversion of ammonia nitrogen to NOx as part of the nitrogen cycle. Regarding TKN, it is necessary to determine what nitrogen forms are present that are contributing to the TKN totals. TKN is the sum of ammonia nitrogen and organic nitrogen. Ammonia nitrogen is biologically active and readily utilized by plants, while organic nitrogen is not. Therefore, it is useful to identify sources contributing ammonia nitrogen to the canal. Similarly, only the ortho-phosphorus (inorganic phosphorus) component of TP is readily available for uptake by plants. Therefore, average ortho-phosphorus concentrations must be determined to identify likely contributing sources. While the Phase 1 Study collected significant data, staff realized that a more detailed breakdown of canal water nitrogen and phosphorus elements is necessary in order to draw defensible conclusions regarding nutrient sources. Therefore, to provide a better snapshot of canal nutrients that are easily assimilated by plants, two supplementary sample sets were taken that included testing for ammonia nitrogen and ortho- phosphorus. Also, two new sample locations were added: a pipe discharge into the canal a little east of Sample Point A; and the northeast corner of the WRWWTF's deep settling pond. These additional samples indicate that neither the pipe discharge or the deep settling pond appear to contribute NOx. The pipe discharge contributes minimal ammonia nitrogen and the deep settling pond contains minimal amounts of ammonia nitrogen due to the upstream wastewater treatment process. Ortho -phosphate contributions, if any, by the pipe appear negligible, while levels of ortho-phosphate in the deep settling pond are minimal. If the County Commission determines to proceed with a Phase 2 study to try to identify specific potential nutrient contributors east of Sample Point B, staff recommends the following: (1) locate and identify all pipes discharging into the 8th Street Canal east of Sample Point B; and (2) at each pipe discharge, collect water samples and test them for NOx, TKN, ammonia nitrogen, TP, and ortho-phosphorus. All pipe connections may not discharge until a rain event, which will make sampling more difficult due to timing of rainfall runoff into the pipes. Staff recommends three post -rain grab sampling events. 17 FAPublic Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 48 ESTIMATED COST FOR PHASE 2 SAMPLING Assuming twelve sample locations, the estimated total sampling cost is $3,000. This includes sample collection by PACE Analytical Services, Inc. 18 F:\Public Works\KeithM\Stormwater Projects\IRFWCD 8th Street Canal Water Study\Memo 2 - 8th Street Canal.doc 49 EXHIBIT 2 Results of Phase 1 Water Quality Study of Nutrients in the Indian River Farms Water Control District's 8th Street Canal IRC PUBLIC WORKS STORMWATER DIVISION AND IRC DIVISION OF UTILITY SERVICES 50 SAMPLING LOCATIONS t-� E:Canal Drainage Bas11in a, t ,- . `rCali 8th Street Canal 9 do VFE LLJ ,• i Al 5,West Regional Wastewater1 �, l Treatment Plant 3 PSP = Pipe discharge into canal from private property DSP = WRWWTP Deep Settling Pond 51 52 SAMPLE DATE A PSP B DSP C D E F 7/20/2017 0.025 0.025 0.025 0.025 0.025 0.095 0.130 0.054 8/11/2017 0.025 0.025 0.025 0.025 0.025 0.085 0.240 0.025 AVERAGE 0.025 0.025 0.025 0.025 0.025 0.090 0.185 0.040 52 1.00 Ammonia (mg/1) 0.50 reet Canal Drainage -Basin 1 � �` �•�"J�=.M� ♦fir R'�y3 � - rif �•x. �.",°Lq:�'. 4i11c x"w ��'��{�+� iMp � ,�,�� ♦ � O P g � . 1 v, ' Y �.��'+iP'^N' ?. ♦� .1, tl ' � tx �.i,�i"Tm Y�9' r� M,',,',.�.�°�"9 � f ...mea' .�. .; .. � � -,. A�, `-:°`� •�•''':.=4>' . ;;.,R ; ';:• ;ay. %♦ 8th Street Canal ,FB 0- ❑ .egional Wastewater 5' ent Plantfid 1 Fes: AMMONIA NITROGEN B I DSP C SAMPLE DATE A PSP B DSP C D E F 7/20/2017 0.140 0.081 0.860 0.053 1.000 0.450 0.280 0.033 8/11/2017 0.027 0.044 0.990 0.049 0.960 0.480 0.160 0.023 AVERAGE 0.084 0.063 0.925 0.051 0.980 0.465 0.220 0.028 53 _ '= f�-.• Street Canal Drainage BasinCj 8th Street Canal ® 1® 'r West Regional Wastewater ; 3� �' «Lp ,. • Treatment Plant r, w ►:. :•��'' ti� - Id A PSP 0.15 DSP C D O -P (mg/1) F 7/20/2017 0.038 0.10 0.073 0.008 0.110 0.069 1 ORTHOPHOSPHATE 0.05 8/11/2017 0.088 0.034 0.160 0.013 0.180 0.120 0.00 0.130 PSP B DSP CI D I u 1 F Li 1 SAMPLE DATE A PSP B DSP C D E F 7/20/2017 0.038 0.026 0.073 0.008 0.110 0.069 1 0.140 0.099 8/11/2017 0.088 0.034 0.160 0.013 0.180 0.120 0.110 0.130 AVERAGE 0.063 0.030 0.117 0.011 0.145 0.095 0.125 0.115 54 Results of Phase 1 Water Quality Study of Nutrients in the Indian River Farms Water Control District's 8th Street Canal IRC PUBLIC WORKS STORMWATER DIVISION AND IRC DIVISION OF UTILITY SERVICES Of. 1. 4/10/2018 .5�- 1 titn street canai uramage tsasm , 0oa h Veet ana West Regional Wastewater Treatment Plant 010 0.15 ___..._ ._............. .................. .. _ _.......... ..._....__............_..__._._.._.__.—_.._._.......___................... ............_.._.._.._ ..... OX-NI- ROGEN No. j.Wj) 0.10 OD$ °o° f l BI OSP LC I L1 LE 1 LF 1 en on 0.05 0— f , uBs ,. DSP °CS... °Des PSP D E F au° 0.osa 0.0az a240 Moss AVERAGE 0.015 0.035 0.015 0.030 0.185 0.040 8th Street Canal Drainage Basm eo0 8th Veet anal West Regional Wastewater ,l Treatment Plant 4/10/2018 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator FROM: Richard B. Szpyrka, P.E., Public Works Director SUBJECT: Millstone Landing —17th Street SW Construction Progress Update DATE: April 3, 2018 DESCRIPTION AND CONDITIONS Per Board direction, I will present to the Board an update regarding the construction progress of 17th Street SW and 27th Avenue for Millstone Landing. I will also update the Board on the construction progress of 23rd Street SW and 27th Avenue also relating to Millstone Landing. APPROVED AGENDA ITEM FOR APRIL 10, 2018 55 BCC AGENDA April 10, 2018 ITEM 14.13.1 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: April 4, 2018 SUBJECT: Sale of Vero Electric FROM: Commissioner Bob Solari I would like to thank two kev people who made the sale of Vero Electric possible, Glenn cation of thanks to these ,n Vero Electric. 56 BCC AGENDA April 10, 2018 ITEM 14.13.2 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: April -4, 2018 SUBJECT: Constitution Revision Commission Update FROM: Commissioner Bob Solari CRC Update and Discussion of proposals. 57 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT ORIOp' BOARD MEMORANDUM 15 B Date: April 2, 2018 To: Jason E. Brown, County Administrator From: Vincent Burke, P.E., Director of Utility Services Prepared By: Himanshu H. Mehta, P.E., Managing Director, Solid Waste Disposal District Subject: Award of Bid for Landfill Segment 3 Cell 2 Expansion, Segment 2 Partial Closure and Landfill Gas System Expansion (Bid #2018025) DESCRIPTIONS AND CONDITIONS: The Indian River County (IRC) Solid Waste Disposal District (SWDD) requested the solicitation of bids for the construction of the Landfill Segment 3 Cell 2 Expansion, Segment 2 Partial Closure and Landfill Gas System Expansion. SWDD utilized CDM Smith to provide the design, permitting and bidding assistance for this project in accordance with the approved Work Order No. 1 dated July 18, 2017, and Amendment No. 1 to Work Order No. 1 dated October 3, 2017. The proposed new cell is Cell 2 of Segment 3 (approximately 10.6 acres in size), which will be located immediately to the east of the existing Segment 3, Cell 1. The proposed partial closure of Segment 2 (approximately 25 acres in size) includes closure of the Segment 1 infill vertical expansion area and the final elevations of Segment 2. Expansion of the landfill gas system within Segment 2 is proposed to be constructed concurrently with the partial closure of Segment 2 so that the final components can be installed prior to the closure cap being constructed. BID RESULTS: Advertising Date: January 1, 2018 Bid Opening Date: March 1, 2018 Demandstar Broadcast to: 656 Subscribers Specifications/Plans Downloaded by: 52 Vendors Replies: 3 Vendors Thalle Construction Company, Inc. Hillsborough, North Carolina $16,196,200.00 West Construction, Inc. Lantana, Florida $17,307,931.94 Southeast Environmental Contracting, Inc. Hahira, Georgia $18,543,800.00 58 @BCL@140E5FCO.docx Page 1 of 5 ANALYSIS: SWDD is required by the Florida Department of Environmental Protection (FDEP) to properly close landfill cells that have reached final capacity. In addition, SWDD is required to maintain disposal capacity of the landfill to handle current and future waste from IRC residents. The Segment 2 area has reached its final permitted capacity elevation of 180 ft and therefore partial closure of the north, south and western portion, including the top, must be completed. The current Segment 3 Cell 1 is approximately 50% full; therefore, a new Sement 3 Cell 2 must be constructed to maintain future capacity. In addition, this project provides the expansion of the landfill gas system, which will provide additional odor control, reduce the possibility of a fire/explosion, and provide a potential to market the landfill gas. Also, this project includes the expansion of the water main system to the interior parts of the landfill with the installation of a fire hydrant near the yard waste processing site, which can provide critical water protection in case of a fire. ENGINEER'S ESTIMATES: The 2014 Solid Waste Master Plan prepared by Neel -Schaffer, Inc. estimated the Segment 2 Partial Closure and Landfill Gas Expansion project cost at $6,500,000.00 and the Segment 3 Cell 2 Expansion project cost at $4,505,000.00 for a total cost of $11,005,000.00 in 2014 dollars. On March 1, 2018, CDM Smith provided a 100 Percent Opinion of Probable Construction Cost for the project in the amount of $19,200,000.00 as included in Attachment 2. The Segment 2 Partial Closure and Landfill Gas Expansion project was estimated at a cost of $11,700,000.00, and the Segment 3 Cell 2 Expansion project was estimated at a cost of $7,500,000.00. CDM Smith provided this estimate based on the material prices obtained from recognized suppliers and review of recent bids such as the St. Lucie County and Pinellas County expansion and closure projects. ENGINEER'S BID EVALUATION: On March 1, 2018, the Indian River County Purchasing Division provided a summary of the bid tabulation confirming that each of the bidders was responsive in submitting all of the required information in the bid documents. See Attachment 1 for the Bid Tabulation. On March 26, 2018, CDM Smith provided the evaluation of bids for this project as summarized below. • [�33 C��G�3�1 ��L�-33- Thalle Construction Company, Inc. $14,576,600.00 $1,457,660.00. $16,034,260.00 West Construction, Inc. 121 $15,723,097.14 $1,572,309.71 $17,295,406.85 Southeast Environmental Contracting, Inc. $16,858,000.00 1 $1,685,800.00 $18,543,800.00 (1) Per CDM Smith, Thalle calculated the 10 percent contingency as 10 percent of the total bid, i.e., $1,619,600.00 for a total bid of $16,196,200.00, not as an additional 10 percent of the Base Bid Items 1-6. Therefore, the actual contingency is $1,457,660.00 and the Grand Total Base Bid for Items Nos. 1-7 is $16,034,260.00. (2) Per CDM Smith, West Construction had some minor calculation differences when taking the bid quantities times their unit bid prices. Therefore, CDM Smith reduced their Grand Total Base Bid Items No. 1-6 from $15,734,483.58 to $15,723,097.14 which is a minor difference of $11,386.44. The contingency was reduced accordingly for a Grand Total Base Bid Item Nos. 1-7 of $17,295,406.85. 59 @BCL@140E5FCO.docx Page 2 of 5 CDM Smith also found each of the bidders responsive and performed a positive reference check on the apparent low bidder. CDM Smith recommends that the construction contract be awarded to the "lowest, responsive, responsible bidder", Thalle Construction Company, Inc. of Hillsborough, North Carolina for IRC Bid No. 2018025. See Attachment 3 for CDM Smith's evaluation of bids as well as summary below. CDM Smith recommends the award of a contract Base Bid Items 1-6 in the amount of $14,576,600.00 with a contingency of 10% of the base bid in the amount of $1,457,660.00, with a grand total amount of $16,034,260.00. All contingency amounts will require approval on a case-by-case basis for inclusion in the project. PERMITTING STATUS: On January 26, 2018, CDM Smith submitted to the FDEP a landfill intermediate modification to permit 0128769 -022 -SC (construction) and minor modification to permit 0128769 -023 -SO (operations). On March 12, 2018, the FDEP issued a "Notice of Intent to Issue Permit Modification Nos. 0128769 -026 -SC - IM & 0128769 -027 -SO -MM". Per FDEP requirements, SWDD published this notice in the Press Journal on March 15, 2018. On April 2, 2018, the FDEP issued the permit to SWDD to proceed with the construction of this project. On March 14, 2018, CDM Smith submitted to the FDEP a Notice of Intent to use the General Permit for Construction of Water Main Extensions. On March 21, 2018, the FDEP issued a "Notification of Acceptance of Use of a General Permit". The contractor would be responsible for obtaining any other necessary construction/building permits identified in the bid documents. FUNDING: The Segment 3 Cell 2 Expansion and Segment 2 Partial Closure projects are funded from separate revenue sources; specifically, the closure cost is paid from an escrow account long established per FDEP requirements. Annually, CDM Smith prepares a Financial Assurance Report in which they recommend amounts that the SWDD should collect and place in the closure escrow account. The Segment 2 Partial Closure project has been given a substantial completion time of 180 calendar days, and the Segment 3 Cell 2 expansion project has been given a substantial completion time of 360 calendar days. Therefore, both projects will include work/invoicing in the current fiscal year and next fiscal year. Please note, there will be engineering construction services that will be required to oversee the project due to its technical and involved construction process. These costs are provided in more detail in a separate agenda item for SWDD Board approval. However, a summary of these costs is included below to provide an overall budgetary impact from these projects. 60 @BCL@140E5FCO.docx Page 3 of 5 Construction — Segment 3 Cell 2 $6,467,800.00 44.4% Construction —Segment 2 Closure $8,108,800.00 55.6% Grand Total Base Bid Item Nos. 1-6 $14,576,600.00 100.00% Contingency (10%) $1,457,660.00 Grand Total Base Bid Item Nos. 1-7 $16,034,260.00 PERMITTING STATUS: On January 26, 2018, CDM Smith submitted to the FDEP a landfill intermediate modification to permit 0128769 -022 -SC (construction) and minor modification to permit 0128769 -023 -SO (operations). On March 12, 2018, the FDEP issued a "Notice of Intent to Issue Permit Modification Nos. 0128769 -026 -SC - IM & 0128769 -027 -SO -MM". Per FDEP requirements, SWDD published this notice in the Press Journal on March 15, 2018. On April 2, 2018, the FDEP issued the permit to SWDD to proceed with the construction of this project. On March 14, 2018, CDM Smith submitted to the FDEP a Notice of Intent to use the General Permit for Construction of Water Main Extensions. On March 21, 2018, the FDEP issued a "Notification of Acceptance of Use of a General Permit". The contractor would be responsible for obtaining any other necessary construction/building permits identified in the bid documents. FUNDING: The Segment 3 Cell 2 Expansion and Segment 2 Partial Closure projects are funded from separate revenue sources; specifically, the closure cost is paid from an escrow account long established per FDEP requirements. Annually, CDM Smith prepares a Financial Assurance Report in which they recommend amounts that the SWDD should collect and place in the closure escrow account. The Segment 2 Partial Closure project has been given a substantial completion time of 180 calendar days, and the Segment 3 Cell 2 expansion project has been given a substantial completion time of 360 calendar days. Therefore, both projects will include work/invoicing in the current fiscal year and next fiscal year. Please note, there will be engineering construction services that will be required to oversee the project due to its technical and involved construction process. These costs are provided in more detail in a separate agenda item for SWDD Board approval. However, a summary of these costs is included below to provide an overall budgetary impact from these projects. 60 @BCL@140E5FCO.docx Page 3 of 5 Below is a summary of both the engineering and construction costs in terms of the two revenue funding sources. °G I e o • •W °' fl -Mg• • • MUM Total Available Budget (as of FY17-18) ,...° Phase I — CDM Smith $43,334.00 $88,486.00 $131,820.00 MM Phase I — Update/Revise Drawings for Final Design $43,334.00 $88,486.00 $131,820.00 07-18-2017 Phase II — Final Design and Bid $330,964.00 $227,715.00 $558,679.00 10-03-2017 and Permitting Services Total Base Bid —Thalle Construction Company $6,467,800.00 $8,108,800.00 $14,576,600.00 Phase III — Engineering Services $570,627.00 $751,523.00 $1,322,150.00 Pending 04-10-18 During Construction Total Engineering and Construction Costs $8,059,505.00 Total Engineering Services $944,925.00 1 $1,067,724.00 1 $2,012,649.00 Below is a summary of both the engineering and construction costs in terms of the two revenue funding sources. °G I e o • •W °' fl -Mg• • • •• o Total Available Budget (as of FY17-18) • Phase I — CDM Smith $43,334.00 $88,486.00 $131,820.00 Phase II — CDM Smith $330,964.00 $227,715.00 $558,679.00 Phase III —CDM Smith $570,627.00 $751,523.00 $1,322,150.00 Total Base Bid —Thalle Construction Company $6,467,800.00 $8,108,800.00 $14,576,600.00 Construction Contingency (10%) $646,780.00 $810,880.00 $1,457,660.00 Total Engineering and Construction Costs $8,059,505.00 1 $9,987,404.00 $18,046,909.00 In the current Fiscal Year 2017/18, we have budgeted $2,252,500 for the Segment 3 Cell 2 Expansion with a projected Capital Improvement Plan of $2,252,500 for Fiscal Year 2018/19. This will not be sufficient to cover the estimated construction cost of $6,467,800 plus the 10% contingency in the amount of $646,780 for a total estimated amount of $7,114,580 for Thalle Construction Company, Inc. When combining the engineering services for Segment 3 Cell 2 Expansion in the amount of $944,925, the total overall expansion project cost is $8,059,505. Therefore, approximately $5,807,005.00 will need to be budgeted in the Fiscal Year 2018/19. Based on the previous recommendations from CDM Smith, we have approximately $12,300,000.00 in the escrow account for the Segment 2 Partial Closure project, which is sufficient to cover the estimated construction cost of $8,108,800 plus the 10% contingency in the amount of $810,880 for a total estimated amount of $8,919,680 for Thalle Construction Company, Inc. The escrow account is also sufficient to cover the engineering construction services for closure in the amount of $1,067,724 which brings the total overall closure cost to $9,987,404. e • • • e Total Needed Budget $8,059,505.00 $9,987,404.00 Total Available Budget (as of FY17-18) $2,252,500.00 $12,300,000.00 (*) Total Projected Budget (for FY18-19) $5,807,005.00 $0.00 * Please note, per FDEP, funding in the escrow account is strictly to be used for closure purposes only. 61 - @BCL@140E5FCO.docx Page 4 of 5 As with any construction project, there is a possibility of delays due to weather and other unforeseen circumstances that may impact the overall schedule and budget of both the engineering and/or construction costs. RECOMMENDATION: Staff recommends that its Board approve the following: a) Approve award of Bid No. 2018025 to Thalle Construction Company, Inc. of Hillsborough, North Carolina as the lowest responsive responsible bidder for the Segment 3 Cell 2 Expansion, Segment 2 Partial Closure and Landfill Gas System Expansion project for a Grand Total Base Bid Items 1-6 in the amount of $14,576,600 with a contingency of 10 percent in the amount of $1,457,660 for a Grand Total Base Bid Items 1-7 in the amount of $16,034,260 with inclusion in the contract for allowance to direct purchase of certain items by the Indian River County Purchasing Division, if necessary. b) Approve and authorize the Chairman to execute the Sample Agreement, as presented, pending receipt of bonds and insurance requirements and final approval bythe County Attorney as to form and legal sufficiency. ATTACHMENT: 1. Bid Tabulation 2. CDM Smith 100 Percent Opinion of Probable Construction Cost 3. CDM Smith Evaluation of Bids 4. Sample Agreement 62 @BCL@140E5FCO.docx Page 5 of 5 Construction — Segment 3 Cell 2 Expansion 411-169000-17025 $ 7,114,580.00 Construction — Segment 2 Closure 411-239006 (Escrow) $ 8,919,680.00 Grand Total Base Bid Item Nos. 1-7 $16,034,260.00 RECOMMENDATION: Staff recommends that its Board approve the following: a) Approve award of Bid No. 2018025 to Thalle Construction Company, Inc. of Hillsborough, North Carolina as the lowest responsive responsible bidder for the Segment 3 Cell 2 Expansion, Segment 2 Partial Closure and Landfill Gas System Expansion project for a Grand Total Base Bid Items 1-6 in the amount of $14,576,600 with a contingency of 10 percent in the amount of $1,457,660 for a Grand Total Base Bid Items 1-7 in the amount of $16,034,260 with inclusion in the contract for allowance to direct purchase of certain items by the Indian River County Purchasing Division, if necessary. b) Approve and authorize the Chairman to execute the Sample Agreement, as presented, pending receipt of bonds and insurance requirements and final approval bythe County Attorney as to form and legal sufficiency. ATTACHMENT: 1. Bid Tabulation 2. CDM Smith 100 Percent Opinion of Probable Construction Cost 3. CDM Smith Evaluation of Bids 4. Sample Agreement 62 @BCL@140E5FCO.docx Page 5 of 5 Bid Title: Indian River Landfill Segment 3 Cell 2 Expansion, Segment 2 Partial Closure, and Landfill Gas System Expansion Bid Opening Date Bid Tabulation Witness: Darlene Collia Witness: Diane Lystlund 63 N 7 E E E E 1 v > Bidders Name v = c c c c o c M Total L a L LL.L N GJ G) w N O u N V N u = °° a a a z a N Z co .a G1 C Ou0 N Thalle Construction Company Y Y Y Y Y Y Y Y Y Y Y Y Y $16,196,200.00 West Construction Y Y Y Y Y Y Y Y Y Y Y Y Y $17,307,931.94 Southeast Environmental Contracting Y Y YY Y ly Y Y Y Y Y Y Y $18,543,800.00 63 smNith 1701 Highway A -1-A, Suite 301 Vero Beach, Florida 32963 tel: 772-231-4301 fax: 772-231-4332 March 1, 2018 Mr. Himanshu Mehta, P.E. Managing Director Indian River County Solid Waste Disposal District 1325 74th Avenue SW Vero Beach, FL 32968 Subject: Indian River County Segment 3, Cell 2 Expansion, Segment 2 Partial Closure, and Landfill Gas System Expansion 100 Percent Opinion of Probable Construction Cost Dear Mr. Mehta: This letter provides the 100 Percent Opinion of Probable Cost of Construction (OPCC) for the Segment 3, Cell 2 Expansion, Segment 2 Partial Closure, and Landfill Gas System Expansion projects as prepared by CDM Smith Inc. (CDM Smith). The OPCC is based on the following: PROJECT DESCRIPTION The work of this Contract is located at the Indian River County Landfill at 1325 74th Avenue SW in Vero Beach, Florida. The work includes the construction of a new Class I municipal solid waste cell (Segment 3, Cell 2), partial closure of Segment 2 from approximate elevation 100 feet NGVD to the top, final grade of 180 feet NGVD, construction of a new landfill access road and improvements to the existing access road, construction of a new lift station and forcemain to augment the existing leachate management system, and improvements to the landfill gas collection system as further described below: Segment 3, Cell 2 Landfill Expansion - The work for the Segment 3, Cell 2 expansion includes the construction of a landfill bottom liner, leachate collection system (LCS), leachate detection system (LDS) and LDS pump station, associated gravity collection manholes, and site improvements. The proposed Cell 2 landfill bottom liner system is comprised of 6 inches of processed sand, a geosynthetic clay liner, a secondary 60 -mil high density polyethylene (HDPE) liner, a secondary geonet, a primary 60 -mil HDPE liner, a primary geocomposite, and 2 feet of protective sand. ■ Leachate Pump Station and Forcemain - The LCS pump station will collect leachate from Segment 3, Cell 2 and future Cells 3 and 4 and convey it via a new leachate transmission forcemain which will tie-in to the existing forcemain located by the Biosolids Facility centrate 64 WATER + ENVIRONMENT + TRANSPORTATION + ENERGY + FACILITIES CD Smith Mr. Himanshu Mehta, P.E. March 1, 2018 Page 2 pump station. The work includes duplex pumps, concrete wetwell, concrete slab and driveway, valves, and piping. ■ Water Main Extension and Hydrant - The work includes all pipes, valves, fitting, hydrant, and ancillary components for the water main extension. Work also includes a water line to the LCS pump station and hose bib. ■ Electrical and Instrumentation - The work includes all components required for electrical and instrumentation to the LCS and LDS pump stations and electrical connections for the air compressors including control panels, grounding, service and distribution, concrete encased ductbank, site lighting, handholes, conduits, disconnects and connections, circuits, and ancillary components. Also included is a 20 -kW diesel genset for the LCS pump station. ■ Segment 2 Partial Closure - The work for the Segment 2 Partial Closure includes the construction of a closure cap liner system, stormwater collection, landfill gas system expansion and improvements, and associated site improvements. The proposed Segment 2 partial closure system is comprised of 6 inches of cap foundation layer, a gas venting geocomposite, 40 -mil linear low-density polyethylene (LLDPE) liner, stormwater geocomposite, 18 inches of protective soil, 6 inches of topsoil, and sod. All existing downcomers will be replaced and upsized to 24 -inch corrugated HDPE pipe to be capable of handling the stormwater flows. The landfill gas system will be expanded in the closure area and will include additional vertical collection wells, horizontal collectors, new headers, new air and force main piping, and new well dewatering pumps. ■ Segment 2 Access Road Extension and Improvements - The work includes a new landfill access road on top of the new Segment 2 Partial Closure area which will connect to the existing access road on the Segment 2 north sideslope. The work also includes resurfacing of the existing access road along the entire north sideslope of Segment 2. • Air Compressor System - The work includes a turn -key air compressor system and metal building to be installed on the existing flare slab. The system will include air compressors, air dryers, and all required piping and components. DERIVATION OF OPINION OF THE PROBABLE COST OF CONSTRUCTION The prices for each item in this OPCC were prepared by CDM Smith. The material prices were obtained from recognized suppliers, wherever possible, and/or review of recent bids, and such prices reflect delivery to the project site. CDM Smith has reviewed recent bids within the last two years for St. Lucie County and Pinellas County for landfill expansions and closures and find that the OPCC is comparable to these bid prices. 65 82193 door SmNith Mr. Himanshu Mehta, P.E. March 1, 2018 Page 3 As of January 2018, the OPCCs for the elements listed above are: Segment 3, Cell 2 Landfill Expansion Leachate Pump Station and Force Main Water Main Extension and Hydrant Electrical and Instrumentation $6,300,000 $ 300,000 $ 200,000 $ 700,000 Segment 2 Partial Closure $11,000,000 Segment 2 Access Road Extension and Improvements $ 600,000 Air Compressor System00.000 Total $19,200,000 Included in Attachment 1 is the bid form completed with the OPCC unit prices. It should be noted that the total value in the bid form is slightly higher than the value presented above due to a contingency on the estimated quantities. We trust the above meets with your approval. If you have any questions or comments, please contact me in the Vero Beach office. Sincerely, Kevin N. Vann, P.E., BCEE Principal Environmental Engineer CDM Smith Inc. KNV/AMH/jj Attachment File: PW PL1 6706-221060.02.06 cc: Eric J. Grotke, CDM Smith Amy Hightower, CDM Smith 66 f2193.doa Attachment 1- Bid Form with OPCC Unit Costs Item Unit Estimated Quantity Unit Price Total BID ITEMS: 1. SEGMENT 3 CELL 2 EXPANSION 1A. Site Work a. Site Preparation, Clearing, Grubbing L.S. 1 $42,287.00 $42,300 b. Site Grading L.S. 1 $11,756.00 $11,800 c. Imported Common Fill - Subgrade C.Y. 44,000 $21.60 $950,400 d. Interim Cell Stormwater Diversion Berm L.F. 335 $202.09 $67,800 e. 24 -inch by 36 -inch Elliptical RCP Culvert LF. 200 $146.96 $29,400 f. Fabric Formed Concrete Riprap S.F. 150 $14.87 $2,300 g. Coquina Shell Access Road and Shoulder S.F. 4,050 $1.77 $7,200 1B. Liner System a. 6 -Inch Processed Sand Layer C.Y. 11,500 $34.12 $392,400 b. Geosynthetic Clay Liner S.F. 449,000 $1.30 $583,700 c. Secondary 60 -mil Textured HDPE Geomembrane S.F. 449,000 $1.12 $502,900 d. LDS Geonet S.F. 449,000 $1.13 $507,400 e. LDS Geocomposite Double Sided S.F. 11,000 $0.96 $10,600 f. Primary 60 -mil Textured HDPE Geomembrane S.F. 449,000 $1.12 $502,9Do g. LCS Geocomposite Double Sided S.F. 449,000 $1.63 $731,900 h. 24 -Inch Protective Sand Cover C.Y. 49,000 $33.22 $1,627,800 L Tie-in to Existing Cell (inclusive of all layers) L.S. 1 $17,000.00 $17,000 J. Metal Information Signs Ea. 10 $228.53 $2,300 k. Electrical Leak Location Survey L.S. 1 $35,000.00 $35,000 I. Cleaning and Video Inspection of the Leachate Collection and Leachate Detection Systems LS. 1 $5,000.00 $5,000 m. Site Restoration Including Sod L.S. 1 $80,000.00 $80,000 n. Miscellaneous LS. 1 $0.00 $o 1C. Leachate Detection System (LDS) Pump Station a. LDS Pump Station Pump Package including all components for a complete system (wetwell, hatch and safety grate, turbine meter with totalizer, 1.S -Inch Schedule 80 PVC pipe and fittings, and control panel) Ea. 1 $109,240.00 $109,300 b. 18 -Feet x 13 -Feet x 10 -Inch Thick Concrete Slab S.F. 234 $12.84 $3,100 c. Miscellaneous L.S. 1 $0.00 $0 1D. Leachate Piping System a. Leak Detection System including SDR 15.5 HDPE Pipe, Fittings, Geotextile wrap, River Rock Bootless Pipe Penetration Cleanouu L 5. 1 $87,421.00 $87,500 b. Leachate Collection System including SDR 15.5 HDPE Pipe and Fittings, Geotextile wrap, River Rock, Bootless Pipe Penetration, Cleanout, Plug Valves L.S. 1 $218,604.00 $218,700 c. S -Foot Diameter LCS Manhole Ea. 2 $5,095.81 $10,200 d. Horizontal Directional Drill 10 -Inch Solid SDR 15.5 HDPE Gravity Pipe L.F. 100 $173.69 $17,400 e. Miscellaneous LS. 1 $0 IE. Electrical and Instrumentation and Control a. Measurement and Control Instrumentation a.l. Programming Points Ea. 29 $640.90 $18,600 a.2. Instruments Ea. 16 $3,318.49 $53,100 a.3. Tower and Antenna Ea. 1 $106,043.21 $106,100 b. Electrical Demolition Including Removal and Disposal L.S. 1 $2,169.00 $2,200 c. Grounding L.F. 520 $27.48 $14,300 d. Service & Distribution $0 d.1. Panelboard PP -1 Ea. 1 $11,777.00 $11,800 d.2. Main Circuit Breaker Ea. 1 $7,796.00 $7,800 d.3. ATS Ea. 1 $17,027.59 $17,100 d.4. TPA -COMP -A Ea. 1 $3,500.00 $3,500 d.5. TPA-LCS-A Ea. 1 $3,500.00 $3,500 d.6. Panelboard LP -LDS Ea. 1 $3,500.00 $3,500 d.7. Mounting Racks Ea. 3 $0 d.8. 20KW Diesel Genset Ea. 1 $64,413.00 $64,500 e. Site Power $0 e.1. Power Handhole with Grounding 3 -Feet x 3 -Feet x 3 -Feet Ea. 3 $10,091.09 $30,300 e.2. Control Handhole with Rack 2=Feet x 2 -Feet x 2 -Feet Ea. 2 $10,091.09 $20,200 e.3. Concrete Encased Duct bank L.S. 1 $60,517.55 $60,600 e.4. Associated directional drilling, trenching, excavation, backfill, and compaction as required for a complete underground system L.S. 1 $0 I. Site Lighting pole Ea. 3 $5,772.00 $17,400 Smith, 02193_All 1.x1x 02019 [aM-fth inc 67 Allfthu Ft -1 1of3 Attachment 1- Bid Form with OPCC Unit Costs Item Unit Estimated Quantity Unit Price Total g. Branch Circuits and Feeders- All Conduit and Wire Per Schedules on E-3 and E- 4 with all necessary fittings, pullboxes, supports, and appurtenances as required for a complete and operable system Including material, Installation, termination, and testing LS. 1 $158,752.00 $158,800 h. Short Circuit Coordination Study & Arc Flash Labels L.S. 1 I. FPL Fee L.S. i - - J. Miscellaneous Items L.S. 1 $0.00 $0 1F. Survey L.S. 1 $15,000.00 $15,000 TOTAL BID ITEM 1 $7,164,600 2. SEGMENT 2 PARTIAL CLOSURE AND LANDFILL GAS SYSTEM EXPANSION 2A. Partial Closure Construction a. Site Work a.1. Site Clearing and Preparation L.S. 1 $49,553.00 $49,600 a.2. Site Grading L.S. 1 $22,853.00 $22,900 a.3. Common Fill C.Y. 30,000 $17.30 $519,000 b. Drainage & Containment b.1 Remove existing 15 -Inch and 18 -Inch downcomers and replace w/ 24 -Inch Corru ated HDPE Pipe L.F. 2,500 $76.36 $190,900 b.2. 24 -Inch RCP L.F. 80 $75.15 $6,100 b.3. 24 -inch Corrugated HDPE drainage pipe L.F. 1,150 $105.61 $121,500 b.4. 18 -inch Corrugated HDPE drainage pipe L.F. 850 $82.10 $69,800 b.5. 15 -Inch Corrugated HDPE drainage pipe L.F. 520 $50.30 $26,200 b.6. 8 -Inch Solid HDPE drainage pipe L.F. 400 $32.13 $12,900 b.7 8 -Inch Perforated HDPE pipe LF. 400 $62.86 $25,200 b.8.4 -inch Perforated HDPE Underdrain L.F. 3,000 $25.56 $76,700 b.9. Fabric Formed Concrete Riprap S.F. 11,5001 $12.21 $140,500 b.10. Flash Board Risers Ea. 42 $265.08 $11,200 c. New Asphalt Access Road S.Y. 3,800 $110.49 $419,900 d. Resurface Existing Asphalt Access Road S.Y. 2,950 $58.50 $172,600 e. LFG Collection Piping and Installation e.1. 12 -Inch SDR 17 HDPE Solid Pipe and Fittings LF. 1,600 $83.19 $133,200 e.2. 10 -Inch SDR 17 HDPE Solid Pipe and Fittings L.F. 1,350 $67.84 $91,600 e.3.8 -Inch SDR 17 HDPE Solid Pipe and Fittings LF. 800 $62.86 $50,300 e.4. 6 -Inch SDR 17 HDPE Solid Pipe and Fittings L.F. 4,000 $41.89 $167,600 e.S 4 -inch SDR 17 HDPE Solid Pipe and Fittings LF. 500 $33.40 $16,700 e.6. Vertical Extraction Well V.F. 2,900 $409.80 $1,188,500 _ e.7. Horizontal Extraction Well Ea. 4 $1,916.29 $7,700 e.8. Well Head Ea. 39 $1,395.19 $54,500 e.9. Miscellaneous Valves & Fittings L.S. 1 $5,156.45 $5,200 e.10. Access Riser Ea. 38 $568.93 $21,700 e.11. Zone Valve Ea. 18 $4,412.13 $79,500 e.12. Summit Vent Ea. 4 $374.66 $1,500 f. Liner System f.1. 6 -Inch Cap Foundation Layer C.Y. 23,200 $32.88 $762,900 f.2.40 -mil Linear Low -Density Polyethylene Geomembrane S.F. 925,000 $0.94 $869,500 0. Geocomposite Drainage Layer S.F. 925,000 $1.48 $1,369,000 f.4. Geocomposite Gas Venting Layer S.F. 925,000 $1.21 $1,119,300 f.5. 18 -Inch Protective Soil Layer C.Y. 69,500 $39.76 $2,763,400 f.6. 6 -inch Top Soil Cover C.Y. 23,200 $28.22 $654,800 f.7. Bahia Sod S.F. 925,000 $0.41 $379,300 f.8. Metal Information Signs Ea. 4 $200.26 $900 g. Compressed Air and Forcemain Piping, Fittings, Valves, and Ancillary Components g.1. 2 -inch DR 11 HDPE Compressed Air & Forcemain Pipe (same trench) L.F. 15,200 $17.61 $267,700 g.2. 2 -inch Compressed Air & Forcemain Valves Ea. 26 $412.09 $10,800.00 g.3 Well Dewatering Pump Assembly Ea. 6 $5,500.00 $33,000.00 h. Turn -Key Air Compressor System Including All Equipment and Electrical Components and Connections and Prefabricated Metal Panel Enclosure (17 feet x 13 feet) with all appurtenances L.S. 1 $100,000.00 $100,000.00 I. Concrete Gravity Wall for Existing Pump Station L.F. 70 $142.86 $10,000.00 J. Site Restoration L.S. 1 $20,000.00 $20,000.00 k. Miscellaneous L.S. 1 - 2B. Survey L.S. 1 $40,000.00 $40,000.00 TOTAL BID REM 2 $12,083,600.00 CAIM Sm th, jp193 Mt 2.1. LQ onla CAM smith l- V o MI RIaMs Rae 2of3 Attachment 1- Bid Form with OPCC Unit Costs Item Unit Estimated Quantity Unit Price Total 3. PUBLIC CONSTRUCTION BOND AND INSURANCE (TOTAL) L.S. 1 4. MOBILIZATION AND DEMOBILIZATION (TOTAL) L.S. 1 S. WATER MAIN EXTENSION AND HYDRANT SA. Water Main Extension and Hydrant a. 8 -inch C900 PVC Water Main L.F. 1,750 $71.78 $125,700 b. Directional Drill 8 -inch 0900 PVC Water Main ` LF. 100 $173.69 $17,400 c.8 -Inch Tapping Saddle&Gate Valve Ea. 1 $2,192.63 $2,200 d. Hydrant and Ancillary Components Ea. 1 $4,954.05 $51000 e. 2 -Inch Sch 80 Pipe, Hose Bibb, Meter and Backflow preventerto LCS Pump Station Ea. 1 $2,538.95 $2,600 f. Flushing, Disinfection, and Testing L.S. 1 g. Miscellaneous L.S. 1 - 5B. Survey L.S. 1 $3,000.00 $3,000 TOTAL BID REM 5 $155,900 6. LEACHATE COLLECTION SYSTEM (LCS) PUMP STATION AND FORCEMAINS 6A. Leachate Collection System Pump Station a. Duplex LCS Pump Station Pump Package including all components for a complete system (precast wetwell, hatch and safety grate, turbine meter with totalizer, control panel, valves, ARV, pressure gauge, HDPE pipe and fittings, ductile iron pipe and fittings, pipe supports, miscellaneous appurtenances, and dewatering) L.S. 1 $218,449.48 $218,500 b. 10 -inch Concrete Slab and Driveway S.F. 1,400 $11.54 $16,200 c. S -Foot Diameter Pump Out Manhole Ea. 1 $6,289.98 $6,300 6B. Leachate Forcemains a. 2 -Inch Dual Contained (in 4 -Inch) HDPE Forcemain L.F. 292 $40.14 $11,800 b. 2 -Inch Plug Valve Ea. 2 $915.52 $1,900 c.4 -Inch Solid SDR 11 HDPE Forcemain L.F. 1,700 $33.40 $56,800 d. Directional Drill 4 -Inch Solid DR 11 HDPE Forcemaln L.F. 100 $115.14 $11,600 e. 4 -Inch Plug Valve Ea. 2 $1,124.53 $2,300 6C. Survey L.S. 1 $3,000.00 $3,000 TOTAL BID ITEM 6 $328,400 7. CONTINGENCY ALLOWANCE (10%) LS. 1 $1,973,250.00 GRAND TOTAL BID (Items 1.6) $19,732,500.00 GRAND TOTAL BID (Items 1-6 and 7) $21,705,750.00 Smith. Q1193 attlxhv 69 01018 COM Smith Mc NI RIyMs ResmeE 3of3 1701 Highway A -1-A, Suite 301 Vero Beach, Florida 32963 tel: 772-231-4301 fax: 772-231-4332 March 26, 2018 VIA E-MAIL Mr. Himanshu H. Mehta, P.E. Managing Director Indian River County Solid Waste Disposal District 1325 74th Avenue SW Vero Beach, Florida 32968 Subject: Indian River County Solid Waste Disposal District Indian River County Landfill Segment 3 Cell 2 Expansion, Segment 2 Partial Closure, and Landfill Gas System Expansion Indian River County Bid No. 2018025 Evaluation of Bids Dear Mr. Mehta The bid opening for the Indian River County Landfill Segment 3 Cell 2 Expansion, Segment 2 Partial Closure, and Landfill Gas System Expansion was held on Thursday, March 1, 2018 at 2:00 p.m. at Indian River County Purchasing. Bids were received from three contractors: Thalle Construction Company, Inc. (Thalle), West Construction, Inc., and Southeast Environmental Contracting, Inc. A summary of the bids is provided below, along with the Grand Total Base Bid amount, which is the basis of determining the apparent low bidder. A more detailed Bid Tabulation table is included as Attachment A. � C��R�O�IDC�I {{�ItID�(�fl C�C:74�11f�i�Cl Thalle Construction Company, Inc. $14,576,600.00 $1,619,600.00 $16,196,200.00 West Construction Inc. $15,723,097.14 $1,572,309.71 $17,295,406.85 Southeast Environmental $16,858,000.00 $1,685,800.00 $18,543,800.00 Contracting, Inc. Each of the bidders supplied a bid bond in the amount of 5 percent of the Grand Total Base Bid. Each bidder acknowledged receipt of Addendum Numbers 1 through 4. Bids for the project are valid for a period of ninety calendar days from the bid opening day and expire on May 30, 2018. The difference between the three bidders is tabulated below. 70 is WATER + ENVIRONMENT + TRANSPORTATION + ENERGY + FACILITIES ro" DMmith Mr. Himanshu H. Mehta, P.E. March 26, 2018 Page 2 lt`k�rMGM Thalle Construction $16,196,200.00 $ 0.00 0.00% Company, Inc. West Construction $17,295,406.85 $1,099,206.85 6.79% Inc. Southeast Environmental $18,543,800.00 $2,347,600.00 14.49% Contracting, Inc. The low bidder on the project is Thalle with a Grand Total Base Bid of $16,196,200.00. However, Thalle calculated the 10 percent contingency as 10 percent of the total bid, not as an additional 10 percent of the Base Bid Items 1-6. Therefore, if the contingency amount is calculated using this method, the contingency amount would be reduced to $1,457,660.00 and the Grand Total Bid Item Numbers 1-7 would be $16,034,260.00, a reduction the amount of the contingency of $161,940.00. This minor error does not impact the other bidders and makes Thalle's bid even lower than presented. Thalle submitted the following information as required by the Bid Documents: ■ Bid Form (00300) -As amended in Addendum No. 2. ■ Schedule of Subcontractors (00431) ■ State Certification (State Certified General Contractor) ■ Power of Attorney (for Surety Bond) ■ Schedule of Suppliers (Section 00450) ■ Disclosure of Relationships (Section 0452) ■ Confirmation of Drug -Free Workplace (Section 00454) • Non -Collusive Affidavit (Section 00455) • General Information Required of Bidders (Section 00456) ■ Alternate Suppliers (Section 00460) ■ Trench Safety Act Certificate (Section 00480) ■ Certificate of Liability Insurance ■ Bid Bond for 5 percent of amount bid (Document A310 - 2010) 71 82208.doc. iI CDM Smith Mr. Himanshu H. Mehta, P.E. March 26, 2018 Page 3 The following suppliers were indicated on the Schedule of Suppliers (Section 00450) submitted with the bid: law Mill Air Compressor Works 1. HDPE Liner A. GSE Environmental 2. LLDPE Liner A. GSE Environmental 3. Geocomposite Drainage Nets (for closure) A. GSE Environmental & B. Skaps Industries 4. Geocomposite Drainage Nets (for cell expansion) A. GSE Environmental 5. Geotextiles/Filter Fabric B. Skaps Industries 6. Geosynthetic Clay Liner B. CETCO 7. HDPE Pipe A. ISCO Industries 8. Flow Meters A. Emerson Electric Co/Rosemount 9. Submersible Sump Pumps B. Flygt 10. Corrugated HDPE Pipe A. Advanced Drainage Systems 11. Plug Valves A. Clow Valve Company 12. Concrete Manholes A. Rotundo & Sons Inc. 13. Electrical Leak Location Survey A. Leak Location Services, Inc. 14. Landfill Gas Valves A. Asahi America Inc. 15. Landfill Gas Wellheads A. QED Environmental Systems Inc. 16. Ductile Iron Pipe B. US. Pipe 17. Panel Boards B. Eaton 18. Compressed Air System Equipment A. Kaeser Kompressoren SE 19. Well Dewatering Pump Assembly A. QED Environmental Systems, Inc. 20. Paint and Finishes A. PPG Protective & Marine Coatings 21. PVC Pipe A. Diamond Plastics 22. Hydrant Assembly A. Clow 23. Telemetry Control Units A. Data Flow Systems, Inc 24. Diesel Engine Drivin Generator A. Tradewinds Power 25. Concrete Protective Liner A. Agru America The following suppliers were indicated on the Alternate Suppliers (Section 00460) form submitted with the bid: 1. Air Compressor Air Compressor Works 2. Panelboards General Electric 3 HDPE Pipe Lee Pipe & Supply 4. Precast Oldcastle 5. Landfill Gas Wellheads Pump One Enviro LLC ii220e� ii CDM- Smith DMSmith Mr. Himanshu H. Mehta, P.E. March 26, 2018 Page 4 CDM Smith contacted four references provided on the project experience form, and received responses from the contacts confirming those projects. CDM Smith has also confirmed that Thalle is a general contractor with an active license with the State of Florida. Based on the references information supplied in the bid, and our past project experience with Thalle, we have determined that Thalle is a responsive, responsible contractor, and is capable of undertaking and completing the Contract in a satisfactory and timely manner. Accordingly, CDM Smith recommends that Indian River County award a construction contract to the lowest responsive, responsible bidder, Thalle Construction Company, Inc. of Hillsborough, North Carolina, for the Indian River County Landfill Segment 3 Cell 2 Expansion, Segment 2 Partial Closure, and Landfill Gas System Expansion project, IRC Bid No. 2018025. CDM Smith recommends award of the contract for Base Bid Items 1-6 in the amount of $14,576,600.00 with a contingency of 10 percent of the base bid items in the amount of $1,457,660.00, with a Grand Total not to exceed amount of $16,034,260.00. All contingency amounts will require approval on a case-by-case basis for inclusion in the project. The Segment 3 Cell 2 Expansion and Segment 2 Partial Closure are funded from separate revenue sources, and the closure cost is paid from an escrow account long established for that effort. Therefore, the breakdown between the two items is $6,467,800.00 for the Segment 3 Cell 2 Expansion (44.4 percent of total) and $8,108,800.00 for the Segment 2 Partial Closure, and Landfill Gas System Expansion (55.6 percent of total). This breakdown is before the contingency amount which will be applied at the time of approval. Note there are costs common to both items which were distributed based on the percentage shown above. If you have any questions, comments, or require any additional information, please contact me at (772) 360-3227 or vannknPcdmsmith.com. Sincerely, Kevin N. Vann, P.E., BCEE Principal Environmental Engineer CDM Smith Inc. KNV/ MJL/jj Attachment File: PW PL1 6706-221060.04.15.06 73 112208.docx 00 CDM Mr. Himanshu H. Mehta, P.E. March 26, 2018 Page 5 cc: Mr. Vincent Burke, IRC Ms. Jennifer Hyde, IRC Mr. Eric Grotke, CDM Smith 74 j12208.docx 10 Attachment A - Bid Tabulation Sheet Indian River County Landfill Segment 3 Cell 2 Expansion, Segment 2 Partial Closure, and Landfill Gas System Expansion Bid No. 2018025 Bid Opening: March 1, 2018 at 2:00 P.M. 75 1. SEGMENT 3 CELL 2 EXPANSION $ 5,760,570.00 $ 7,369,694.89 $ 6,275,175.00 2. SEGMENT 2 PARTIAL CLOSURE AND LANDFILL GAS SYSTEM EXPANSION $ 7,743,090.00 $ 6,917,257.65 $ 9,437,560.00 3. PUBLIC CONSTRUCTION BOND AND INSURANCE (TOTAL) $ 114,800.00 $ 534,940.00 $ 525,000.00 4. MOBILIZATION AND DEMOBILIZATION (TOTAL) $ 543,000.00 $ 340,000.00 $ 308,009.00 5. WATER MAIN EXTENSION AND HYDRANT $ 139,500.00 $ 145,762.50 $ 91,000.00 6. LEACHATE COLLECTION SYSTEM (LCS) PUMP STATION AND FORCEMAINS $ 275,640.00 $ 415,442.10 $ 221,256.00 Total Bid (Items 1- 6) $ 14,576,600.00 $ 15,723,097.14 $ 16,858,000.00 Contingency (10 percent) of Bid Items 1-6 $ 1,457,660.00 $ 1,572,309.71 $ 1,685,800.00 Grand Total Bid (Items 1- 6 and Contingency) $ 16,034,260.00 $ 17,295,406.85 $ 18,543,800.00 75 SAMPLE AGREEMENT Indian River County Solid Waste Disposal District Indian River County Landfill Segment 3 Cell 2 Expansion, Segment 2 Partial Closure, And Landfill Gas System Expansion IRC Bid Number 2018025 SECTION 00530 - EJCDC STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR ON THE BASIS OF A STIPULATED PRICE THIS AGREEMENT ("Agreement" or "Contract"), dated , 2018 by and between Indian River County Solid Waste Disposal District (SWDD), a special dependent district of Indian River County (IRC), a political subdivision of the State of Florida ("OWNER" or "SWDD") and Thalle Construction Company, Inc. ("CONTRACTOR"). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 WORK 1.1 CONTRACTOR as an independent contractor and not as an employee shall furnish and complete all of the necessary labor, material, and equipment to perform the work as specified or indicated in the Contract Documents. The work is generally described as follows: A. The Work shall include but is not necessarily limited to the following: Bid Item No. 1. Segment 3 Cell 2 Expansion (Milestone 2): a. Clearing and Grubbing. b. Earthwork, Filling and Grading. c. Cell Double Liner System. d. Leachate Collection System. e. Leachate Detection System. f. Gravity Leachate conveyance piping and manholes. 2. Bid Item No. 2. Segment 2 Partial Closure and Landfill Gas Expansion (Milestone 1): a. Clearing and Grubbing on Landfill to be closed. b. Provide and install closure liner system. C. Stormwater Inlet and downcomer pipes including replacement of existing pipes. d. Velocity reducing stormwater structures. e. Landfill Gas Collection wells and trenches. f. Condensate collection and pumping system including pipes. g. Landfill gas piping system. h. Air compressor and enclosure. i. Electrical connections and compressor instrumentation. 3. Bid Item No. 3. Public Construction Bond and Insurance. Agreement 00530'6 SAMPLE AGREEMENT 4. Bid Item No. 4. Mobilization and Demobilization (Milestones 1 and 2). Bid Item No. 5. Water Main Extension and Hydrant (Milestone 2): a. Clearing and grubbing, and excavation. b. Bedding, piping and backfilling. c. Geotechnical testing for compaction. d. Pressure testing, disinfection and testing. e. Provision and installation of fire hydrant. Bid Item No. 6. Leachate Lift Station and Forcemain (Milestone 2): a. Clearing and grubbing, and excavation. b. Bedding, piping and backfilling. c. Geotechnical testing for compaction. d. Pressure testing and acceptance. e. Lift Station Wetwell, coatings, pumps, valves and appurtenances. f. Lift Station Control Panel and Scada System. g. Service water connection, backflow preventer, and line. h. Electrical conduits, duct banks, handholes, and other ancillary components. 7. Bid Item No. 7. Contingency Allowance at OWNER's Discretion. ARTICLE 2 ENGINEER 2.1 The project has been designed by CDM Smith Inc., hereinafter called ENGINEER, and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the work in accordance with the Contract Documents. ARTICLE 3 CONTRACT TIME 3.1 The CONTRACTOR shall be substantially completed with the work of Milestone 1 within One Hundred Eighty (180) calendar days from the date of Notice of Proceed, Milestone 2 within Three Hundred Sixty (360) calendar days from the date of Notice to Proceed, in accordance with Paragraph 2.03 of the General Conditions as amended by the Supplementary Conditions, and be completed and ready for final payment in accordance with Paragraph 14.07 of the General Conditions as amended by the Supplementary Conditions within Three Hundred Ninety (390) calendar days after the issuance of the Notice to Proceed. 3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the work is not completed within the times specified in Paragraph 3.1 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. They also recognize the delays, expense and difficulties involved in proving in a legal proceeding the actual loss suffered by OWNER if the work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for delay (but not as a penalty) CONTRACTOR shall pay OWNER: (a) Nine hundred dollars ($900.00) for each day that expires after the time specified in Paragraph 3.1 for Substantial Completion of the work for both sections of the project and (b) Six hundred fifty dollars ($650.00) for each day that expires after the time specified in Paragraph 3.1 for completion and readiness for final payment or use of each section of the project. These two liquidated damage amounts, all items for Milestone 1 and Milestone 2, are independent of each other and may be assessed concurrently and additively if necessary. Agreement 00530?' SAMPLE AGREEMENT ARTICLE 4 CONTRACT PRICE 4.1 OWNER shall pay CONTRACTOR for completion of the work in accordance with the Contract Documents in current funds in the amount of $14,576,600.00 (Base Bid Items 1-6) plus 10% Contingency in the amount of $1,457660.00 for a Grand Total Base Bid in the amount of $16,034,260 (Base Bid Items 1-7). All contingency amounts will require approval on a case-by-case basis for inclusion in the project. ARTICLE 5 PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions as amended by the Supplementary Conditions. Applications for Payment will be processed as provided in the General Conditions as amended by the Supplementary Conditions and the Contract Documents. 5.1 Progress Payments. The OWNER shall make progress payments to the CONTRACTOR on the basis of the approved partial payment request as recommended by ENGINEER in accordance with the provisions of the Local Government Prompt Payment Act, Florida Statutes section 218.70 et. seq. The OWNER shall retain ten percent (10%) of the payment amounts due to the CONTRACTOR until fifty percent (50%) completion of the work. After fifty percent (50%) completion of the work is attained as certified to OWNER by ENGINEER in writing, OWNER shall retain five percent (5%) of the payment amount due to CONTRACTOR until final completion and acceptance of all work to be performed by CONTRACTOR under the Contract Documents. Pursuant to Florida Statutes section 218.735(8)(b), fifty percent (50%) completion means the point at which the County as OWNER has expended fifty percent (50%) of the total cost of the construction services work purchased under the Contract Documents, together with all costs associated with existing change orders and other additions or modifications to the construction services work provided under the Contract Documents. 5.2 Pay Requests. Each request for a progress payment shall be submitted on the application for payment form supplied by OWNER and the application for payment shall contain the CONTRACTOR's certification. All progress payments will be on the basis of progress of the work measured by the schedule of values established, or in the case of unit price work based on the number of units completed. After fifty percent (50%) completion, and pursuant to Florida Statutes section 218.735(8)(d), the CONTRACTOR may submit a pay request to the County as OWNER for up to one half (1/2) of the retainage held by the County as OWNER, and the County as OWNER shall promptly make payment to the CONTRACTOR unless such amounts are the subject of a good faith dispute; the subject of a claim pursuant to Florida Statutes section 255.05(2017); or otherwise the subject of a claim or demand by the County as OWNER or the CONTRACTOR. The CONTRACTOR acknowledges that where such retainage is attributable to the labor, services, or materials supplied by one or more subcontractors or suppliers, the CONTRACTOR shall timely remit payment of such retainage to those subcontractors and suppliers. Pursuant to Florida Statutes section 218.735(8)(c)(2017), CONTRACTOR further acknowledges and agrees that: 1) the County as OWNER shall receive immediate written notice of all decisions made by CONTRACTOR to withhold retainage on any subcontractor at greater than five percent (5%) after fifty percent (50%) completion and the reasons for making the determination; and 2) CONTRACTOR will not seek release from the County as OWNER of the withheld retainage until the final pay request. 5.3 Paragraphs 5.1 and 5.2 do not apply to construction services work purchased by the County/SWDD as OWNER which are paid for, in whole or in part, with federal funds and are subject to federal grantor laws and regulations or requirements that are contrary to any provision of the Local Government Agreement 00530'8 SAMPLE AGREEMENT Prompt Payment Act. In such event, payment and retainage provisions shall be governed by the applicable grant requirements and guidelines. 5.4 ACCEPTANCE AND FINAL PAYMENT: Upon receipt of written notice that the work is ready for final inspection and acceptance, the ENGINEER will promptly make such inspection and when the ENGINEER finds the work acceptable under the terms of the Contract and the Contract fully performed, the ENGINEER will promptly issue a final completion certificate stating that the work provided for in this Contract has been completed, and acceptance by the OWNER under the terms and the conditions thereof is recommended and the entire balance found to be due the CONTRACTOR, will be paid to the CONTRACTOR by the OWNER following SWDD Board approval of the final Contract payment. 5.5 Acceptance of Final Payment as Release. The acceptance by the CONTRACTOR of final payment shall be and shall operate as a release to the OWNER from all claims and all liability to the CONTRACTOR other than claims in stated amounts as may be specifically excepted by the CONTRACTOR for all things done or furnished in connection with the work under this Contract and for every act and neglect of the OWNER and others relating to or arising out of the work. Any payment, however, final or otherwise, shall not release the CONTRACTOR or its sureties from any obligations under the Contract Documents or the Payment and Performance Bonds. ARTICLE 6 INTEREST Not Applicable. ARTICLE 7 CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has familiarized itself with the nature and extent of the Contract Documents, work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. 7.2 CONTRACTOR has studied carefully all reports of explorations and tests of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in Paragraph 4.02 of the General Conditions as amended by the Supplementary Conditions, and accepts the determination set forth in Paragraph SC -4.02 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which CONTRACTOR is entitled to rely. 7.3 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests, reports and studies (in addition to or to supplement those referred to in Paragraph 7.2 above) which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the work as CONTRACTOR considers necessary for the performance of furnishing of the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.02 of the General Conditions; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by CONTRACTOR for such purposes. Agreement 0053079 SAMPLE AGREEMENT 7.4 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said underground facilities are or will be required by CONTRACTOR in order to perform and furnish the work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of Paragraph 4.04 of the General Conditions. 7.5 CONTRACTOR has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. 7.6 CONTRACTOR has given ENGINEER written notice of all conflicts, errors or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. ARTICLE 8 CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the work consist of the following: 8.1 This Agreement (Section 00530). 8.2 Public Construction Bond (Section 00610). 8.3 Notice of Award and Notice to Proceed (examples in Section 00800). 8.4 General Conditions (Section 00700). 8.5 Supplementary Conditions (Section 00800). 8.6 Specifications bearing the title "INDIAN RIVER COUNTY LANDFILL SEGMENT 3, CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE AND LANDFILL GAS SYSTEM EXPANSION" as listed in the table of contents hereof. 8.7 Drawings, inclusive with each sheet bearing the following general title: "INDIAN RIVER COUNTY LANDFILL SEGMENT 3, CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE AND LANDFILL GAS SYSTEM EXPANSION". 8.8 Addenda numbers 1 to 4 , inclusive. 8.9 CONTRACTOR's Bid Form (Section 00300) and all attachments thereto: (a) Certificates of Insurance (included in Section 00800 Supplementary Conditions). (b) Certificate of Compliance with the Florida Trench Safety Act (Section 00480). (c) Schedule of Subcontractors (Section 00450). (d) Disclosure of Relationships (Section 00452). (e) General Information Required for Bidders (Section 00456). (f) Schedule of Alternate Suppliers (Section 00460). (g) Confirmation of a Drug -Free Workplace (Section 00454). (h) Non -Collusive Affidavit (Section 00455). Agreement 00530$® SAMPLE AGREEMENT Specifications bearing the title "Indian River County Department of Utility Services Water and Wastewater Utility Standards, December 1, 2015", or the latest version thereof. 8.10 The following, which may be delivered or issued after the effective date of the Agreement and are not attached hereto: All written amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to Paragraphs 3.04 of the General Conditions. There are no Contract Documents other than those listed above in this Article 8. The Contract Documents may only be amended, modified or supplemented as provided in Paragraphs 3.04 of the General Conditions. ARTICLE 9 MISCELLANEOUS 9.1 Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 9.2 It is agreed that the CONTRACTOR shall not assign, transfer, convey, or otherwise dispose of the contract or its right, title, or interest in or to the same or any part thereof, or allow legal action to be brought in its name for the benefit of others, without previous consent of the OWNER and concurred to by the sureties. Any attempted assignment shall be void and may, at the option of the OWNER be deemed an event of default hereunder. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of the OWNER who may be a party hereto. 9.3 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements and obligations contained in the Contract Documents. 9.4 The CONTRACTOR shall be properly licensed to practice its trade or trades which are involved in the completion of this Agreement and the work thereunder. 9.5 This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this agreement shall be in Indian River County, Florida, or, in the event of federal jurisdiction, in the United States District Court for the Southern District of Florida. 9.6 CONTRACTOR agrees to defend, hold harmless and indemnify the OWNER, including its commissioners, officers, employees, agents and engineers, from all claims, liabilities, damages, losses and expenses, including, but not limited to, reasonable attorney's fees, to the extent caused by negligence, recklessness, intentional misconduct, breach of this agreement or breach of applicable law by the CONTRACTOR or persons employed or utilized by the CONTRACTOR in the performance of this Agreement. This provision shall survive the termination or expiration of this Agreement. Indemnification hereunder shall be limited to $5 million per occurrence. 9.7 Pledge of Credit. The CONTRACTOR shall not pledge the OWNER's credit or make it a guarantor of payment or surety for any Agreement, debt, obligation, judgment, lien or any form of indebtedness. The CONTRACTOR further warrants and represents that it has no obligation of indebtedness that would impair its ability to fulfill the terms of this Agreement. 9.8 Counterparts. This Agreement may be executed in one or more counterparts, but all such counterparts, when duly executed, shall constitute one and the same Agreement. Agreement 0053081 SAMPLE AGREEMENT 9.9 Public Records. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords@ircgov.com Indian River County Office of the County Attorney 1801 27' Street Vero Beach, FL 32960 ARTICLE 10 DIRECT PURCHASE PROCEDURES. 10.1 Administrative guidelines governing the taxability of materials purchased for public works contracts, such as the Project under these Contract Documents, are contained in Rule 12A-1.094, Florida Administrative Code. 10.2 The exemption in Florida Statutes Section 212.08(6) is a general exemption for sales made directly to the government. A determination whether a particular transaction is properly characterized as an exempt sale to a governmental entity or a taxable sale to or use by a contractor shall be based on the substance of the transaction, rather than the form in which the transaction is cast. The determination of whether the substance of a particular transaction is a taxable sale to or use by a contractor or an exempt direct sale to a governmental entity, based on all of the facts and circumstances surrounding the transaction as a whole, is ultimately made by the Florida Department of Revenue. 10.3 The conditions that must be met to satisfy the requirements of Rule 12A-1.094, Florida Administrative Code, and establish that Indian River County SWDD as OWNER rather than the CONTRACTOR is the purchaser of materials, include: (1) Direct Purchase Order. Indian River County SWDD as OWNER must execute the purchase orders for the tangible personal property involved in the contract, which must include the County's consumer's certificate of exemption number. The CONTRACTOR may present the County's purchase orders to the vendors of the tangible personal property. (2) Passage of Title. The Indian River County SWDD as OWNER must acquire title to and assume liability for the tangible personal property at the point in time when it is delivered to the job site up until the time it is incorporated as real property. (3) Direct Invoice. Vendors must directly invoice Indian River County SWDD as OWNER for supplies. (4) Direct Payment. Indian River County SWDD as OWNER must directly pay the vendors for the tangible personal property; and direct purchase cost plus all applicable tax will be deducted from CONTRACTOR's lump sum contract amount. Agreement 0053082 SAMPLE AGREEMENT (5) Assumption of the Risk of Loss. Indian River County SWDD as OWNER must assume all risk of loss or damage for the tangible personal property involved in the contract, as indicated by the County's acquisition of, or inclusion as the insured party under, insurance on the building materials. 10.4 Indian River County SWDD as OWNER desires to comply with the Direct Purchase Procedures set forth in this Article 10 for allowable purchases in an amount in excess of $5,000 (Five Thousand Dollars). CONTRACTOR agrees to cooperate with OWNER to enable OWNER to comply with the Direct Purchase Procedures set forth in this Article 10 for all such purchases. Whenever the Contract Documents conflict with the direct purchase procedures set forth in this Article 10, this Article 10 shall prevail. OWNER and CONTRACTOR shall coordinate the builder's risk coverage of each party to comply with the Direct Purchase Procedures set forth herein for such purchases. 10.5 Upon delivery of OWNER direct purchase materials to the Project site, the CONTRACTOR shall, pursuant to the Contract Documents, inspect, accept delivery of, and store OWNER direct purchase materials pending incorporation into the Project. CONTRACTOR shall forward proof of delivery acceptance to the OWNER's Project Manager. Notwithstanding the transfer of possession of OWNER direct purchase materials to the CONTRACTOR, Indian River County SWDD as OWNER retains title to the OWNER direct purchase materials and the transfer of possession shall be deemed a bailment until the OWNER direct purchase materials are incorporated into the Project. Agreement 0053083 SAMPLE AGREEMENT IN WITNESS WHEREOF, OWNER AND CONTRACTOR have signed this Agreement the day and year first written above. This Agreement will be effective on CONTRACTOR OWNER Indian River County Thalle Construction Company, Inc. Solid Waste Disposal District Print Name: Print Title: Peter D. O'Bryan, Chairman Attest: Jeffery R. Smith, Clerk Attest: (CORPORATE SEAL) By Deputy Clerk Approved By: Jason E. Brown, County Administrator Approved as to Form and Legal Sufficiency: Dylan Reingold, County Attorney END OF SECTION Agreement 0053081 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT BOARD MEMORANDUM 15, B.D Date: April 2, 2018 To: Jason E. Brown, County Administrator From: Vincent Burke, Director of Utility Services Prepared By: Himanshu H. Mehta, P.E., Managing Director, Solid Waste Disposal District Subject: Indian River County Landfill Amendment No. 2 to Work Order No. 1 to CDM Smith, Inc. DESCRIPTIONS AND CONDITIONS: On July 18, 2017, the Solid Waste Disposal District (SWDD) Board approved the Indian River County (IRC) Landfill contract agreement with CDM Smith, Inc. (CDM Smith), in accordance with FS 287.055, Consultant's Competitive Negotiation Act per the Request for Qualification #2017048 for Engineering Consulting Services for Landfill Closure, Landfill Gas System Expansion, and Cell Construction. Staff requested a proposal from CDM Smith to provide professional engineering services for the proposed Class I Landfill, Segment 3, Cell 2 expansion; the partial closure of Segment 2; and expansion of the landfill gas collection system (Project). The proposed new cell is Cell 2 of Segment 3 (approximately 10.6 acres in size), which will be located immediately to the east of the existing Segment 3, Cell 1. The proposed partial closure of Segment 2 (approximately 25 acres in size) includes closure of the Segment 1, infill vertical expansion area and the final elevations of Segment 2. Expansion of the landfill gas system within Segment 2 is proposed to be constructed concurrently with the partial closure of Segment 2 so that the final components can be installed prior to the closure cap being constructed. Staff has also requested an evaluation of an alternative cover design as well as preliminary planning for a new lift station. This project will be completed in multiple engineering phases. Phase I includes evaluation of available information and developing sufficient information to update/revise existing permit design drawings and complete the final design and specifications that will be used for procurement. On July 18, 2017, the SWDD Board approved the IRC Landfill Work Order No. 1 to CDM Smith in the amount of $131,820 for this initial phase. Phase II Engineering Services include the preparation of the final design and bid package, permitting/regulatory agency support, opinion of probable construction cost, and bidding assistance. On October 3, 2017, the SWDD Board approved IRC Landfill Amendment No. 1 to Work Order No. 1 to CDM Smith in the amount of $558,679, increasing the overall total cost for Work Order No.1 to $690,499. On March 1, 2018, the IRC Purchasing Division received three bids for the Segment 3 Cell 2 Expansion, Segment 2 Partial Closure and the Landfill Gas System Expansion for Bid No. 2018025. Per review by staff and CDM Smith, a separate agenda item is being presented to the SWDD Board for the award of the bid to Thalle Construction Company, Inc. in the amount of the base bid of $14,576,600, with a 10% contingency of $1,457,660, for a grand total of $16,034,260. Staff has received a proposal from CDM Smith for Phase III of the work, which includes Engineering Services during Construction. @BCL@140E594C.doc Page 1 85 This agenda item requests authorization for CDM Smith to initiate Phase III of the Project under IRC Landfill Amendment No. 2 to Work Order No. 1. ANALYSIS: CDM Smith has prepared IRC Landfill Amendment No. 2 to Work Order No. 1, provided in Attachment 1, for engineering construction services detailing the scope of work, budget, and schedule for the project. The fees to be paid by SWDD for the execution of this work authorization are in accordance with the engineer's continuing consulting services master agreement. The table below shows the expected completion date and their estimated fees. __TASK IF ESCRIPTION Task 2 — Project Quality Management AMOUNT $ 108,970 Lump Sum Task 7—General Engineering Services During Construction $ 551,125 Lump Sum Phase III Task 8—Specialty Engineering Services During Construction $ 84,580 Lump Sum Task 9 — Resident Services During Construction $ 403,105 Not To Exceed Task 10— Liner System QA/QC 1 $ 174,370 Not To Exceed Total 1 $1,322,150 The construction of a new landfill cell or a closure of a landfill cell is a highly sophisticated process wherein rolls of high density polyethylene (HDPE) liners or low-density polyethylene (LDPE) geomembranes are sewn together to cover acres of the site. The proper installation of these liners is critical to the long-term integrity of our landfill as well as the protection of the underlying groundwater system. In addition, this project involves the installation of imported fill worth over $5,000,000 that must meet certain delivery and installation specifications. Also included in this project is the expansion of the landfill gas system, which will add over 40 new gas wells, header piping, pumps, etc. that need to be installed to precision. Finally, a leachate collection system, stormwater management facilities, a new lift station, a water main extension, and a proper access road to support future expansion are included in this project. All these activities require field inspections, liner quality assurance/quality control, review of shop drawings and laboratory tests, documentations of installed work, review of field change requests, and proper tracking of invoices throughout a 390 -day project period. Between 2009 and 2013, the SWDD had various closure and new cell construction projects wherein the total engineering fee vs. the total construction was approximately 10%. During the past 5 years, we have seen both a tremendous increase in material costs as well as an increase in engineering fees. Upon approval by the Board, the total cost for Work Order No. 1 would increase to $2,012,649, which is approximately 14% of the total estimated base construction cost of $14,576,600. FUNDING: The Segment 3 Cell 2 Expansion and Segment 2 Partial Closure projects are funded from separate revenue sources; specifically, the closure cost is paid from an escrow account long established per FDEP requirements. Annually, CDM Smith prepares a Financial Assurance Report in which they recommend amounts that the SWDD should collect and place in the closure escrow account. The Segment 2 Partial Closure project has been given a substantial completion time of 180 calendar days, and the Segment 3 Cell 2 expansion project has been given a substantial completion time of 360 calendar days. Therefore, both projects will include work/invoicing in the current fiscal year and next fiscal year. @BCL@140E594C.doc Page 2 86 Please note, the award for Bid No. 2018025 to Thalle Construction Company, Inc. as the lowest responsive responsible bidder is provided in more detail in a separate agenda item for SWDD Board approval. However, a summary of these costs is included below to provide an overall budgetary impact from these projects. Below is a summary of both the engineering and construction costs in terms of the two revenue funding sources. • • __ Total Base Bid —Thalle Construction Company $6,467,800.00 $8,108,800.00 $14,576,600.00 Construction Contingency (10%) $ 646,780.00 $ 810,880.00 $ 1,457,660.00 Grand Total Base Bid Item Nos. 1-7 $7,114,580.00 $8,919,680.00 $16,034,260.00 Below is a summary of both the engineering and construction costs in terms of the two revenue funding sources. EXPANSION: In the current Fiscal Year 2017/18, we have budgeted $2,252,500 for the Segment 3 Cell 2 Expansion with a projected Capital Improvement Plan of $2,252,500 for Fiscal Year 2018/19. This will not be sufficient to cover the estimated construction cost of $6,467,800 plus the 10% contingency in the amount of $646,780 for a total estimated amount of $7,114,580 for Thalle Construction Company, Inc. When combining the engineering services for Segment 3 Cell 2 Expansion in the amount of $944,925, the total overall expansion project cost is $8,059,505. Therefore, a total of $5,807,005 will need to be budgeted in the Fiscal Year 2018/19, which includes an additional $3,554,505 to the $2,252,500 already planned. CLOSURE: Based on the previous recommendations from CDM Smith, we have approximately $12,300,000.00 in the escrow account for the Segment 2 Partial Closure project, which is sufficient to cover the estimated construction cost of $8,108,800 plus the 10% contingency in the amount of $810,880 for a total estimated amount of $8,919,680 for Thalle Construction Company, Inc. The escrow account is also sufficient to cover the engineering construction services for closure in the amount of $1,067,724 which brings the total overall closure cost to $9,987,404. Total Needed Budget $8,059,505.00 $ 9,987,404.00 Total Available Budget (as of FY17-18) $2,252,500.00 $ 12,300,000.00* Total Projected Budget (for FY18-19) $5,807,005.00 $ 0.00 * Please note, per FDEP, funding in the escrow account is strictly to be used for closure purposes only. 87 @BCL@140E594C.doc Page 3 • • __ • e Phase I —CDM Smith $ 43,334.00 $ 88,486.00 $ 131,820.00 Phase II — CDM Smith $330,964.00 $227,715.00 $ 558,679.00 Phase III — CDM Smith $570,627.00 $751,523.00 $1,322,150.00 Total Base Bid —Thalle Construction Company $6,467,800.00 $8,108,800.00 $14,576,600.00 Construction Contingency (10%) $ 646,780.00 $ 810,880.00 $ 1,457,660.00 Total Engineering and Construction Costs $8,059,505.00 $9,987,404.00 $18,046,909.00 EXPANSION: In the current Fiscal Year 2017/18, we have budgeted $2,252,500 for the Segment 3 Cell 2 Expansion with a projected Capital Improvement Plan of $2,252,500 for Fiscal Year 2018/19. This will not be sufficient to cover the estimated construction cost of $6,467,800 plus the 10% contingency in the amount of $646,780 for a total estimated amount of $7,114,580 for Thalle Construction Company, Inc. When combining the engineering services for Segment 3 Cell 2 Expansion in the amount of $944,925, the total overall expansion project cost is $8,059,505. Therefore, a total of $5,807,005 will need to be budgeted in the Fiscal Year 2018/19, which includes an additional $3,554,505 to the $2,252,500 already planned. CLOSURE: Based on the previous recommendations from CDM Smith, we have approximately $12,300,000.00 in the escrow account for the Segment 2 Partial Closure project, which is sufficient to cover the estimated construction cost of $8,108,800 plus the 10% contingency in the amount of $810,880 for a total estimated amount of $8,919,680 for Thalle Construction Company, Inc. The escrow account is also sufficient to cover the engineering construction services for closure in the amount of $1,067,724 which brings the total overall closure cost to $9,987,404. Total Needed Budget $8,059,505.00 $ 9,987,404.00 Total Available Budget (as of FY17-18) $2,252,500.00 $ 12,300,000.00* Total Projected Budget (for FY18-19) $5,807,005.00 $ 0.00 * Please note, per FDEP, funding in the escrow account is strictly to be used for closure purposes only. 87 @BCL@140E594C.doc Page 3 SUMMARY: As with any construction project, there is a possibility of delays due to weather and other unforeseen circumstances that may impact the overall schedule and budget of both the engineering and/or construction costs. PUT,• e _ • M • Construction Services —Segment 3 Cell 2 Expansion 411-169000-17025 $ 570,627.00 Construction Services—Segment 2 Closure 411-239006 (Escrow) $ 751,523.00 Total Construction Services = $1,322,150.00 RECOMMENDATION: SWDD staff recommends that its Board approve the following: a) Approve Indian River County Landfill Amendment No. 2 to Work Order No. 1 with CDM Smith Inc. in the amount of $1,322,150 to provide Phase III engineering services related to the Class I Landfill Segment 3 Cell 2 expansion, Segment 2 Partial Closure and Landfill Gas System Expansion. b) Authorize the Chairman to execute the same, as presented. ATTACHMENT: 1) IRC Landfill Amendment No. 2 to Work Order No. 1 @BCL@140E594C.doc Page 4 88 AMENDMENT NUMBER 2 WORK ORDER NUMBER 1 Segment 3 Cell 2 Expansion, Segment 2 Partial Closure And Landfill Gas Collection System Expansion Phase III - Engineering Services During Construction This Amendment 2 to Indian River County (IRC) Landfill Work Order Number 1 is entered into as of this — day of , 201J in accordance with FS 287.055, Consultant's Competitive Negotiation Act per the Request for Qualification #2017048 for Engineering Consulting Services for Landfill Closure, Landfill Gas System Expansion, and Cell Construction, dated July 18, 2017 (referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and CDM Smith Inc. ("Consultant"). 1. The COUNTY has selected the Consultant to perform the professional services set forth in existing Work Order Number 1, Effective Date 7/18/2017. 2. The COUNTY and the Consultant desire to amend this Work Order as set forth on Exhibit A (Scope of Work) attached to this Amendment and made part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit B (Fee Schedule), and within the timeframe more particularly set forth in Exhibit A (Time Schedule), all in accordance with the terms and provisions set forth in the Agreement. 3. From and after the Effective Date of this Amendment, the above -referenced Work Order is amended as set forth in this Amendment. Pursuant to Section 1 of the Agreement, nothing contained in any Work Order shall conflict with the terms of the Agreement and the terms of the Agreement shall be deemed to be incorporated in each individual Work Order as if fully set forth herein. IN WITNESS WHEREOF, the parties hereto have executed this Work Order as of the date first written above. CONSULTANT: BOARD OF COUNTY COMMISSIONERS CDM Smith Inc. OF INDIAN RIVER COUNTY t By: By: Title: V..1 Le pxri�W4 BCC Approved Date: , Chairman Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: . Deputy Clerk Approved: Approved as to form and legal sufficiency: Jason E. Brown, County Administrator Dylan T. Reingold, County Attorney EXHIBIT A WORK ORDER NO. 1- AMENDMENT 2 INDIAN RIVER COUNTY LANDFILL SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND LANDFILL GAS COLLECTION SYSTEM EXPANSION PHASE III - ENGINEERING SERVICES DURING CONSTRUCTION This Amendment 2 to Work Order No. 1, when executed, shall be incorporated in and become part of the Agreement for Consulting Services between Indian River County Solid Waste Disposal District (SWDD) and CDM Smith Inc., (CONSULTANT), dated July 18, 2017 hereafter referred to as the AGREEMENT. BACKGROUND The SWDD, the OWNER, has requested that CONSULTANT prepare this Work Order to provide professional engineering services during construction for the proposed Class I Landfill Segment 3 Cell 2 expansion, Segment 2 Partial Closure, and expansion of the landfill gas (LFG) collection system. The proposed new cell is Cell 2 of Segment 3 (approximately 10.6 acres in size), as shown on Drawing No. 5 of the 20 -Year Permit Drawings dated September 2015. Segment 3 Cell 2 will be located immediately to the east of the existing Segment 3 Cell 1. The proposed Segment 2 Partial Closure (approximately 25 acres in size) includes closure of the Segment 1/Infill vertical expansion area and the final elevations of Segment 2, which has historically been referred to as the Segment 2C area. Expansion of the LFG collection system within Segment 2 is proposed to be constructed concurrently with the Segment 2 Partial Closure and landfill gas collection system so that the final components can be installed prior to the closure cap being constructed. This project consists of the above three main elements. Phase II of this project was completed and included design, permitting and bidding phase. CONSULTANT was retained for the design, permitting, and bidding of the Class I Landfill Segment 3 Cell 2 expansion, Segment 2 Partial Closure, and LFG collection system expansion located at the Indian River County Landfill. The design included the Segment 3 Cell 2 bottom liner system, leachate collection and conveyance systems, Segment 2 Partial Closure cap liner system and stormwater management facilities, and the Segment 2 LFG collection system expansion. Construction also includes an access roadway, leachate pump station and force main design services as requested by SWDD to support future cell expansion. The Scope of Services for Phase III, Engineering Services During Construction, of this project is described below: SCOPE OF SERVICES CONSULTANT will provide engineering services during construction to act as the OWNER's representative during the construction of the project. Based on recent discussions with SWDD staff and our familiarity with the landfill site design of the project, the proposed Scope of Services includes the following tasks as a continuation of the previously approved tasks: TASK 2.0 - PROJECT QUALITY MANAGEMENT Activities performed under this task consist of those generally administrative functions required to maintain the project on schedule, within budget, and that the quality of the work products defined CDM- A-1 ��'`� jj2203_Exhibit A.docx !! 90 within this scope is consistent with CONSULTANT's standards, SWDD's requirements, and FDEPs permit requirements. Task 2.0 is amended to include the specific activities identified below: Subtask 2.4 Construction Quality Management - CONSULTANT's project manager will manage the independent review of CONSULTANT's deliverables, monthly project status reviews, and project close-out activities. CONSULTANT will meet with SWDD staff for project planning and coordination, as needed. CONSULTANT will perform quality technical reviews on the construction phase CONSULTANT deliverables such as record drawings and the Florida Department of Environmental Protection Certifications of Construction Completion. Preparation of invoices and project administration will also be performed under this task. TASK 7.0 - GENERAL ENGINEERING SERVICES DURING CONSTRUCTION These services shall include the following subtasks: Subtask 7.1 After issuance of a Notice of Award by SWDD, CONSULTANT will prepare for and attend a preconstruction meeting with the Contractor. Subtask 7.2 CONSULTANT will consult with and advise SWDD and act as its representative as provided in the General Conditions of the construction contract. Consult with and advise SWDD as to the acceptability of substitute materials and equipment proposed by the Contractor when substitution is permitted by the Contract Documents. Subtask 7.3 CONSULTANT will maintain an on-site presence to observe the progress and quality of the executed work of the Contractor and to determine in general if such work is proceeding in accordance with the Contract Documents. This presence and on-site observations, CONSULTANT shall keep SWDD informed of the progress of the work and shall endeavor to determine in general if such work is proceeding in accordance with the Contract Documents. Additionally, during such visits and on the basis of such observations, CONSULTANT shall disapprove or reject Contractor's work while it is in progress if CONSULTANT believes that such work will not produce a completed Project that conforms generally to the Contract Documents or that it will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. Subtask 7.4 CONSULTANT will review and approve shop drawings (estimated at 60) and samples, the results of laboratory tests and other data, which the contractor is required to submit by the contract documents. The CONSULTANT will inspect deliveries of the materials to confirm compliance with the shop drawings and the project specifications. Subtask 7.S CONSULTANT will issue instructions to the Contractor and issue necessary interpretations and clarifications of the Contract Documents. CONSULTANT will respond to requests for information (estimated at 10). Act as SWDD's representative to require special inspection or testing of the work. Act as initial CDM Smith A-2 jj2203_Exhibi[ A.docx 91 interpreter of the requirements of the Contract Documents regarding the execution and progress of the work. Subtask 7.6 Based on CONSULTANT's on-site observations and on review of applications for payment and the accompanying data and schedules, CONSULTANT will determine the amounts owing to the Contractor and recommend in writing, payments to the Contractor in such amounts. Subtask 7.7 For each portion of the work (Milestone 1 and Milestone 2), CONSULTANT will perform an initial walkthrough to develop a preliminary checklist of items to be performed by the Contractor, based upon observations made jointly between the Contractor, SWDD, and CONSULTANT. For each portion of the work (Milestone 1 and Milestone 2), CONSULTANT will perform a second walkthrough to identify which items remain to be performed from the initial checklist and to supplement that list as necessary and for the purpose of developing a joint single final punch list. CONSULTANT will perform a final walk-through on both portions of the work (Milestone 1 and Milestone 2), to determine if the all of the work has been completed in accordance with the final punch list and Contract Documents. CONSULTANT reserves the right to request additional compensation should additional walkthroughs be required. Subtask 7.8 CONSULTANT will assist the SWDD with project related correspondence to SWDD, Contractor, regulatory agencies, and other parties; provide monthly project status reports; prepare monthly progress meeting minutes; and maintain comprehensive project records and documentation on file. CONSULTANT will maintain document log and documentation on site during the project. Subtask 7.9 CONSULTANT will complete and file daily reports to document the progress of the work. Subtask 7.10 CONSULTANT will monitor/check performance tests and review field test reports for conformance with project contract documents. Subtask 7.11 CONSULTANT will arrange for monthly progress meetings to be attended by the Contractor, SWDD, and CONSULTANT's representatives. The purpose of these meetings is to review the Contractor's work performed, discuss Contractor's schedule and any construction/field problems. The level of work estimated for this project is based on a 390 -calendar day (278 working days) construction period from the Notice to Proceed to Final Completion. CONSULTANT reserves the right to request additional compensation, should Final Completion of construction extend beyond the 390 -calendar day (278 working days) period. TASK 8.0 - SPECIAL ENGINEERING SERVICES DURING CONSTRUCTION Activities performed under this task consist of supplementary and special engineering services required during the construction and implementation of the project: Subtask 8.1 Prepare for SWDD a set of reproducible record drawings, digital copy in AUTOCAD and two Record Drawing prints showing those significant changes made during the CDM A-3 A-3 jj2203_Exhibit A.docx construction process based on information furnished to CONSULTANT by the Contractor. Subtask 8.2 Provide services in connection with preparing work change directives, change orders to reflect changes to the construction project. A maximum of three change orders are budgeted incorporating an estimated three items per change order. Subtask 8.3 Provide services in connection with preparing final certifications of completion of construction to the regulatory agencies. Final certification document is required to close the permits for the cell expansion as well as the partial closure cap. The documentation requirements include detailed drawings of all the liner panel locations, destructive liner test locations and document test weld results, material conformance testing, record drawings, etc. Final certification of completion will also be necessary for the Water Main Extension permit with FDEP. TASK 9.0 - RESIDENT SERVICES DURING CONSTRUCTION The activities performed under this task consist of providing resident project representative (RPR), which will be subcontracted to Schulke, Bittle and Stoddard, LLC (SUBCONSULTANT) during the construction and implementation of the project: Subtask 9.1 Activities performed under this task consist of furnishing a full-time RPR during the project construction (278 working day period from Notice to Proceed to Final Completion) to observe the performance of the work of the contractor. Subtask 9.2 The RPR as CONSULTANT's agent will act as directed by and under the supervision of the CONSULTANT, and will confer with CONSULTANT regarding his actions. The RPR's dealings in matters regarding the on-site work shall in general be only with CONSULTANT and the Contractor, and dealings with subcontractors shall only be through or with the full knowledge of the Contractor. Written communication with SWDD will be only through or as directed by CONSULTANT. Subtask 9.3 The RPR will prepare daily reports, describing the general working conditions, areas of construction activity, tests performed and special and document unusual events. CONSULTANT will provide support to the RPR for observation of the work performed by the contractor, direct and supervise the RPR, prepare supporting documentation in dealings with the contractor, and manage the documentation, daily reports, and test reports. The level of work estimated for RPR SUBCONSULTANT labor under this task is 2,224 labor -hours (278 working days X 8 hours/day) and 1,390 labor -hours (278 working days X S hours/day) of CONSULTANT staff support for project representative time. CONSULTANT reserves the right to request additional compensation, should construction extend beyond the 2,224 labor -hour period for the RPR and 1,390 labor -hour period for CONSULTANT staff support for all of Task 9. TASK 10.0 - LINER SYSTEM CONSTRUCTION QA/QC M` A-4 jj2203_Exhibit A.docx Smith 93 Activities performed under this phase consist of furnishing a full-time quality assurance/quality control (QA/QC) field representative during landfill cell liner/leachate system construction. The cell lining/leachate system includes the following components: • Subbase • Geosynthetic clay liner • HDPE liner • Geocomposite • HDPE liner • Geocomposite drainage net • Leachate collection pipe system • Protective layer CONSULTANT's Field QA/QC Representative will be responsible for observing and documenting activities related to the quality assurance of the production, handling, storage, and installation of the geosynthetic liner system. CONSULTANT's Field QA/QC Representative will also be responsible for implementation of the Construction Quality Assurance (CQA) Manual approved by FDEP as part of the permit to construct the landfill expansion, landfill closure, and for coordination with the quality assurance laboratory. An independent Quality Control laboratory is to be retained by the Contractor. CONSULTANT's Field QA/QC Representative shall record all field activities in the appropriate forms included in the contract technical specifications. The specific duties of the CONSULTANT's liner system construction QA/QC Field Representative are as follows: a. Reviews design drawings and specifications. b. Reviews site-specific documentation, including proposed layouts, and manufacturer's and installer's literature. c. Develops a site-specific addendum for quality assurance of geosynthetics (if necessary) with the assistance of the Owner's Representative. d. Administers the geosynthetic portions of the CQA Manual, e.g., assigns and manages all geosynthetic quality assurance personnel, reviews field reports, and provides engineering review of quality assurance related issues. e. Reviews changes to design drawings and specifications as issued by CONSULTANT. f. Acts as the on-site (resident) representative of the SWDD. g. Attends quality assurance related meetings, e.g., pre -liner, pre -construction, daily, weekly. h. Reviews Manufacturer and Installer certifications and documentation and makes appropriate recommendations. i. Reviews the Installer's personnel qualifications for conformance with the CQA manual and the Contract Documents. DM A-5 jj2203_Exhibit A.docx i��� 94 j. Manages the preparation of the as -built drawing(s). k. Reviews the calibration certification of the on-site tensiometer, if applicable. 1. Reviews daily reports, logs and photographs. in. Notes any on-site activities that could result in damage to the liner system. n. Reports to the Owner's Representatives, and logs in the daily report, and any relevant observations. o. Prepares his own daily report. p. Prepares a daily summary of the quantities of geosynthetics installed that day. q. Prepares the weekly summary of the geosynthetic cap system quality assurance activities. r. Oversees the marking, packaging, and shipping of laboratory test samples. s. Reviews the result of laboratory testing and makes appropriate recommendations. t. Reports any unapproved deviations from the CQA Manual to the Owner's Representative. u. Prepares the final certification report. v. Monitors, logs, photographs and/or documents geosynthetic installation operations. Photographs shall be taken routinely and in critical areas of the installation sequence. w. Monitors the following operations for the lining system materials: 1. Material delivery 2. Unloading and on-site transport and storage 3. Sampling for conformance testing 4. Deployment operations 5. Joining and/or seaming operations 6. Condition of panels as placed 7. Visual inspection by walkover 8. Repair operations x. Monitors and documents the geomembrane seaming operations, including: 1. Trial seams 2. Seam preparation 3. Seaming 4. Nondestructive seam testing S. Sampling for destructive seam testing 6. Photographs of destruction seam testing with clear identification mark 7. Appropriate log for seaming and patching destructive testing 8. Field tensiometer testing 9. Laboratory sample marking Smith A-6 jj2203_Exhibit A.docx �•a' 95 10. Repair operations y. Documents any on-site activities that could result in damage to the lining system. Any problems noted shall be reported as soon as possible to the SWDD's Representative. z. Observes the liner leak location survey. CONSULTANT will furnish one QA/QC representative during the installation of the geosynthetic liner system, which is estimated at 140 working days. This proposal is based on furnishing the QA/QC representative for 1,556 labor hours (140 working days X 8 hrs/day + 54 days of support staff) based on a 196 -calendar day construction period for liner systems. CONSULTANT reserves the right to request additional compensation, should the Task 10, Liner System QA/QC hours exceed the total 1,556 hours budgeted. ASSUMPTIONS • SWDD will be responsible for all permit application fees. • An independent Quality Control laboratory is to be retained by the Contractor. • Contractor will be responsible for reimbursing CONSULTANT for all overtime incurred by CONSULTANT for work performed outside normal working hours, which are defined as Monday through Friday, 7:00 am to 5:00 pmin accordance with the Contract Documents. • This Scope of Services does not include a National Pollutant Discharge Elimination System (NPDES) Notice of Intent, a St. Johns River Water Management District Dewatering Permit, or any construction/building permits, which shall be obtained by the Contractor constructing the project, if required. • CONSULTANT reserves the right to seek additional compensation for work performed beyond the described in this Scope of Services. • CONSULTANT reserves the right to request additional compensation, should Final Completion of construction extend beyond 390 -days (278 working days) after Notice to Proceed. PROJECT SCHEDULE The following preliminary project schedule has been developed based on authorization to provide engineering services during construction which follows the award of the contract to the selected Contractor. A final schedule will be prepared based on Contractor's actual Notice to Proceed. Milestone Date Bid Opening March 1, 2018 Award of Contract April 10, 2018 Contract Documents Executed April 22, 2018 Contractor's Notice to Proceed May 22, 2018 Mobilization / Shop Drawing Reviews Start June 6, 2018 Substantial Completion Milestone 1, Bid Items 2 & 4 November 18, 2018 Substantial Completion Milestone 2, Bid Items 1, 4, 5, & 6 May 17, 2019 Final Completion June 16, 2019 Final Certifications of Construction Completion July 20, 2019 Project Closeout September 6, 2019 CDM SmithA-7 jj2203_Exhibit A.docx PAYMENT AND COMPENSATION Compensation for this Amendment No. 2 to Work Order No.1 described herein shall be made in accordance with the Contract between SWDD and CONSULTANT. The lump sum amount of this Amendment No. 2, for Tasks 2, 7, and 8, is $744,675. The not -to -exceed amount of this Amendment No. 2, for Tasks 9 and 10, is $577,475. The new not to exceed Grand Total Amount of Work Order No.1 is $2,012,649. CONSULTANT will submit monthly invoices for services rendered based on the percentage of work for each task completed for Tasks 1 thru 5 and 7 thru 8, Task 6 will be invoiced based on a percentage of work complete as authorized by SWDD, and Tasks 9 and 10 will be invoiced based on the time incurred and the labor billing rates, plus outside professionals and direct costs, in accordance with the AGREEMENT. For invoice purposes only, the value of each task in this Amendment No. 2 is as shown in Table 1. Table 1 D Smith A-8 jj2203_Exhibit A.docx TASK VALUE FOR INVOICE PURPOSE — AMENDMENT NO.2 TO WORK ORDER NO. 1 TASK DESCRIPTION VALUE 2.0 Project Quality Management $108,970 7.0 General Engineering Services During Construction $551,125 8.0 Special Engineering Services During Construction $84,580 Lump Sum = $744,675 9.0 Resident Services During Construction $403,105 10.0 Liner System Construction QA/QC $174,370 Not -To -Exceed (NTE) = $577,475 TOTAL AMENDMENT NO. 2 TO WORK ORDER NO. 1 (NTE) = $1,322,150 ORIGINAL WORK ORDER NO. 1 AND AMENDMENT NO.1 (NTE) = $690,499 NEW GRAND TOTAL AMOUNT FOR WORK ORDER NO. 1(NTE) = $2,012,649 AMENDMENT NO. 2 WORK BREAKDOWN FOR FUNDING PURPOSES Segment 3 Cell 2 Expansion Lump Sum = $314,228 Segment 3 Cell 2 Expansion Not -To -Exceed = $256,399 Segment 2 Partial Closure and LFG Collection System Expansion Lump Sum $430,447 Segment 2 Partial Closure and LFG Collection System Expansion Not -To -Exceed = 1 $321,076 D Smith A-8 jj2203_Exhibit A.docx EXHIBIT B-1 WORK ORDER NO. 1— AMENDMENT 2 INDIAN RIVER COUNTY LANDFILL SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND LANDFILL GAS COLLECTION SYSTEM EXPANSION PHASE III — ENGINEERING SERVICES DURING CONSTRUCTION Smith B-1 B-3--0- 98 Staff Sr. Senior Sr. Technical Senior Support Document Sr. Prof Prof Hours Officer Officer Associate Principal Prof Prof II Prof I Expert Support Services Control (Field) (Field) By Task Services Specialist ( Drafting) TASK 2.0 - Project Quality Management 20 0 336 10 10 0 0 16 104 0 45 0 0 541 TASK 7.0 - General Engineering Services During Construction 25 18 72 412 796 706 466 98 0 20 624 145 145 3,527 TASK 8.0 - Special Engineering Services During Construction 0 0 8 42 82 110 60 16 28 160 34 0 0 540 TASK 9.0 - Resident Services During Construction 0 0 11 250 258 212 32 88 0 0 163 188 188 1,390 TASK 10.0- Liner System Construction QA/QC 0 0 0 0 60 60 0 036 0 280 _560 560 1,556 Total 45 18 427 714 1,206 1,088 558 218 168 180 1 1,146 893 893 7,554 Smith B-1 B-3--0- 98 EXHIBIT B-2 BUDGET PROJECT: INDIAN RIVER COUNTY LANDFILL SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND LANDFILL GAS COLLECTION SYSTEM EXPANSION PHASE III — ENGINEERING SERVICES DURING CONSTRUCTION TASKS 2, 7, AND 8 — LUMP SUM DESCRIPTION: As Outlined in the Scope of Services, Exhibit A REFERENCE: Agreement between Indian River County Solid Waste Disposal District and CDM Smith Inc. Labor Category Hours Rate Labor Sr. Officer 45 $240 $10,800 Officer 18 $230 $4,140 Associate 416 $215 $89,440 Principal 464 $210 $97,440 Senior Professional 888 $175 $155,400 Professional II 816 $140 $114,240 Professional 1 526 $120 $63,120 Senior Technical Expert 130 $235 $30,550 .Senior Support Services 132 $130 $17,160 Staff Support Services (Drafting) 180 $95 $17,100 Document Control Specialist 703 $90 $63,270 Sr. Professional (Field) 145 $115 $16,675 Professional (Field) 145 $90 $13,050 TOTAL HOURS 4,608 TOTAL LABOR COST Outside Professionals (Beeson Consulting) OTHER DIRECT COSTS (6.6 Percent of Labor) (Field vehicle, field supplies, field safety equipment, etc.) TOTAL LUMP SUM AMOUNT AMENDMENT NO. 2 $692,385 5L600 $45,690 744 675 CDM Smith B-2 jj2203_Exhibit B-2.doa 99 EXHIBIT B-3 BUDGET PROJECT: INDIAN RIVER COUNTY LANDFILL SEGMENT 3 CELL 2 EXPANSION, SEGMENT 2 PARTIAL CLOSURE, AND LANDFILL GAS COLLECTION SYSTEM EXPANSION PHASE III — ENGINEERING SERVICES DURING CONSTRUCTION TASKS 9 AND 10— NOT -TO -EXCEED DESCRIPTION: As Outlined in the Scope of Services, Exhibit A REFERENCE: Agreement between Indian River County Solid Waste Disposal District and CDM Smith Inc. Labor Category Hours Rate Labor Associate 11 $215 $2,365 Principal 250 $210 $52,500 Senior Professional 318 $175 $55,650 Professional II 272 $140 $38,080 Professional 1 32 $120 $3,840 Senior Technical Expert 88 $235 $20,680 Senior Support Services 36 $130 $4,680 Document Control Specialist 443 $90 $39,870 Sr. Professional (Field) 748 $115 $86,020 Professional (Field) 748 $90 $67,320 TOTAL HOURS 2,946 TOTAL LABOR COST Outside Professionals (Schulke, Biddle, & Stoddard) OTHER DIRECT COSTS (6.6 Percent of Labor) (Hotels, field vehicle, field supplies, field safety equipment, etc.) TOTAL NOT TO EXCEED AMOUNT AMENDMENT NO. 2 $371,005 $182,000 $24,470 577 475 CDM - Smith B-3 jj2203_Exhihit 440