Loading...
HomeMy WebLinkAbout02/19/2019BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY FLORIDA COMMISSION AGENDA TUESDAY, FEBRUARY 19, 2019 - 9:00 AM Commission Chambers Indian River County Administration Complex 1801 27th Street, Building A Vero Beach, Florida, 32960-3388 www.ircgov.com COUNTY COMMISSIONERS Bob Solari, Chairman, District 5 Susan Adams, Vice Chairman, District 1 Joseph E. Flescher, District 2 Peter D. O'Bryan, District 4 Tim Zorc, District 3 Jason E. Brown, County Administrator Dylan Reingold, County Attorney Jeffrey R. Smith, Clerk of the Circuit Court and Comptroller 1. CALL TO ORDER 2.A. A MOMENT OF SILENT REFLECTION FOR FIRST RESPONDERS 2.B. INVOCATION Pastor Chris Drinnon, Grace Baptist Church 3. PLEDGE OF ALLEGIANCE Commissioner Peter D. O'Bryan 4. ADDITIONS/DELETIONS TO THE AGENDA / EMERGENCY ITEMS 5. PROCLAMATIONS and PRESENTATIONS 5.A. Presentation of Proclamation Honoring "The Three Musketeers" 5.B. Presentation of Proclamation Recognizing the SK Wyverns of the Korea Baseball Organization as 2018 Korean Series Champions 5.C. Presentation by Vero Beach Foundation Gators 6. APPROVAL OF MINUTES 7. INFORMATION ITEMS FROM STAFF OR COMMISSIONERS NOT REQUIRING BOARD ACTION 7.A. Florida League of Cities -- We Live Local flyer 7.B. Employment Report for December 2018 February 19, 2019 Page 1 of 4 7.C. Election of Chairman and Vice -Chairman for the Economic Development Council for 2019 7.D. Florida Association of Counties Water Policy Committee 7.E. 2019 Election of Environmental Control Hearing Board (ECHB) Chairman and Vice -Chairman 8. CONSENT AGENDA 8.A. Checks and Electronic Payments February 1, 2019 to February 7, 2019 8.B. Vero Investment 53, LLC's Request for Final Plat Approval to Replat Lots 2 and 3 of the 53RD Street/US-1 Commercial Subdivision [SD -17-11-07 / 2007090011-81898] 8.C. Final Payment, Release of Retainage and Change Order No. 1 for Indian River Boulevard Sidewalk from 37th Street to 53rd Street, IRC -1415 8.D. Health Department Roof Replacement, IRC -1736, Final Payment, Release of Retainage and Change Order No. 1 8.E. Final Payment, Release of Retainage and Change Order No. 1 for IRC West WWTP Roof Replacement, IRC -1803 8.F. Resolution Cancelling Taxes on Property Purchased from Central Groves Corp. for 66th Avenue Widening Project 8.G. Work Order No. 1 - Anderson Andre Consulting Engineers, Inc. - Gifford Neighborhood to 45th Street Beautification Phase II (43rd Avenue to 28th Court) Testing Services (IRC 1748) 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. Emergency Services C. General Services 1. Human Services 2. Sandridge Golf Club February 19, 2019 Page 2 of 4 3. Recreation D. Human Resources E. Office of Management and Budget F. Public Works 12.F.1. Roseland Community Center - Request for BCC Direction G. Utilities Services 13. COUNTY ATTORNEY MATTERS 14. COMMISSIONERS MATTERS A. Commissioner Bob Solari, Chairman B. Commissioner Susan Adams, Vice Chairman C. Commissioner Joseph E. Flescher D. Commissioner Peter D. O'Bryan E. Commissioner Tim Zorc 15. SPECIAL DISTRICTS AND BOARDS A. Emergency Services District B. Solid Waste Disposal District 15.B.1. CCNA-2018 Work Order No. 4 to Geosyntec Consultants for Engineering Services with a Focused Feasibility Evaluation of Landfill Liquids Management Options 15.B.2. Conceptual Approach for Concrete, Site Work and Yard Waste Processing at the Indian River County Landfill C. Environmental Control Board 16. ADJOURNMENT February 19, 2019 Page 3 of 4 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.ircgov.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. Commission Meetings are broadcast live on Comcast Cable Channel 27 Rebroadcasts continuously with the following proposed schedule: Tuesday at 6:00 p.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. February 19, 2019 Page 4 of 4 PROCLAMATION HONORING "THE THREE MUSKETEERS" WHEREAS, Willie Mae Green, Curley Mae Feagen, and Julia Mae Brown -- collectively known as "The Three Musketeers" -- have set tremendous examples of selfless service and civic involvement for Indian River County through their accomplishments in social justice and are being honored as African American Pioneers; and WHEREAS, The Three Musketeers have been core members of the "Beyond Special K" program at the Gifford Youth Achievement Center for over 30 years, serving adults and senior citizens by providing educational, social, recreational, and cultural activities in a caring, supportive, and friendly environment; and WHEREAS, The Three Musketeers have forwarded the goals of the Gifford Youth Achievement Center by teaching summer arts and crafts classes, volunteering in the Center's food pantry, and participating in the very first Gifford Youth Orchestra Silver Strings classes; and WHEREAS, The Three Musketeers have given countless hours to our elderly population by making Christmas bags for homebound seniors, providing Valentine candy cups to local nursing home facilities, and volunteering twice a week in the "Breathing Room" for the Alzheimer and Parkinson Association of Indian River County; and WHEREAS, The Three Musketeers have devoted their time to our most -needy citizens by crafting pillows for homeless shelters and serving with the Mobile Food Pantry of the Treasure Coast; and WHEREAS, The Three Musketeers have dispatched their acts of kindness around the globe by sewing cotton into sanitary napkins for Haitian girls and assembling care packages for our military troops overseas. NOW, THEREFORE, BE IT PROCLAIMED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that this Proclamation recognizes the pioneer spirit and civic contributions made to the Treasure Coast by Willie Mae Green, Curley Mae Feagen, and Julia Mae Brown -- The Three Musketeers. Adopted this 19th day of February, 2019. BOARD OF COUNTY COMMISSIONERS, INDIAN RIVER COUNTY, FLORIDA Bob Solari, Chairman Susan Adams, Vice Chairman Joseph E. Flescher Tim Zorc Peter D. O'Bryan 1 Ei3 PROCLAMATION RECOGNIZING THE SK WYVERNS OF THE KOREA BASEBALL ORGANIZATION AS 2018 KOREAN SERIES CHAMPIONS WHEREAS, The SK Wyverns of the Korea Baseball Organization returned to Vero Beach for their eighth visit to Historic Dodgertown for training and as the 2018 Korean Series Champions; and WHEREAS, The SK Wyverns, based in lncheon, South Korea, was founded in 2000 and plays in the highest level of professional baseball in South Korea; and WHEREAS, the SK Wyverns are four -time Korea Baseball Organization Series champions (2007, 2008, 2010 and 2018), and WHEREAS, Historic Dodgertown, which has a history of building international goodwill with teams from around the world, is proud of the longtime special relationship with the SK Wyverns and looks forward to future visits; and WHEREAS, Historic Dodgertown, the Spring Training home of the Dodgers from 1948 to 2008 including their six World Championship teams (1955, 1959, 1963, 1965, 1981 and 1988) has a history of building championship teams; and WHEREAS, in 1994, former Dodgers owner and former Historic Dodgertown Chairman Peter O'Malley signed the first player in Korean history to a major league contract, pitcher Chan Ho Park. That historic event opened the door for other Korean players to play in the Major Leagues; and WHEREAS, Historic Dodgertown has welcomed the world to Vero Beach and Indian River County for more than 70 years and is proud to be a beacon of international goodwill and friendship. NOW, THEREFORE BE IT PROCLAIMED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUTNY, FLORIDA, that the Board congratulates the SK Wyverns of the Korea Baseball Organization on their tremendous accomplishment in winning the 2018 Korean Baseball Series and welcomes them back to Vero Beach for their 2019 Spring Training. You can find out more information by going to the SK Wyverns website www.SKWvverns.com Adopted this the 19th day of February, 2019 BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA Bob Solari, Chairman Susan Adams, Vice Chairman Joseph E. Flescher Peter D. O'Bryan Tim Zorc 2 February 19, 2019 Informational ITEM 7A INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: February 7, 2019 SUBJECT: Florida League of Cities — We Live Local flyer FROM: Peter D. O'Bryan Commissioner, District 4 This flyer, distributed at Treasure Coast Council of Local Governments meeting on February 6, 2019, details how concerned citizens can make their voice heard regarding "Home Rule." Thanks. 3 Your local government is under siege... by our own state legislature! In the last two years, the state legislature has made 141 attempts to take away local government's "Home Rule" - the ability to govern itself, including setting budgets, maintaining reserves, redeveloping aging neighborhoods, and more. State lawmakers have preempted local government's ability to solve problems locally, especially in protecting neighborhoods from vacation rentals and properly locating communications towers, among other things. As the legislature gears up for 2019, the attempted power grab has already begun. State lawmakers think they know better than local government about the services we provide. Rules designed for Miami or Orlando do not apply to all 412 Florida cities and 67 counties. State legislation that takes decision-making out of the hands of locally elected leaders, takes away Home Rule. Without the tools provided by Community Redevelopment Agencies (CRAs), the renaissance in downtown Fort Pierce would have never happened. Throughout our region, the improvements CRAs created have been repaid many times over. Yet over the last two years the legislature has only been a few votes short of crippling existing CRAs and banning new ones. Don't let the legislature destroy this important community improvement catalyst. Fort Pierce's Sunrise Theatre is just one example of the effectiveness of CRA investment. Ulf by should a legislator from Leon or Orange County have any say about when you hold local elections, how you cut your trees, what businesses can locate in your neighborhood, or what your downtown streetscape should look like? State legislators voted to take decisions like these out of local hands in order to cater to corporate lobbyists or special interests. Protect the character of our communities! STE Q ne of the main responsibilities1ocal government has is to:set a balanced budget that funds the services you want and sets aside reserves for emergencies, like hurricane clean-up. When state government passes unfunded mandates or self-serving schemes that reduce the local tax base, counties and towns are faced with reducing the services that directly affect your quality of life -first responders, road maintenance, parks, environmental and water quality projects. Okeechobee doesn't have much in common with Miami or Orlando. The pace of life is different, local needs and challenges are different. Who makes better decisions for the people who live in Okeechobee? 160 people in Tallahassee or locally elected city or county commissioners who live, work and raise their families right next door? f' alma problem? want to city 160 CV TEMCd Need address county legislators local council help? issue? your offices? from Rules made with Miami in mind may'do harm to rural communities the state took away local government's ability to regulate vacation rentals. So, if your neighbor has turned their home into a 24-hour rental party house, your city, town or county can't do anything about it. And, the 160 legislators who did that don't have to run into you at the grocery store or neighborhood restaurant to defend their decisions. Tallahassee MakaacIppm Tallahassee Who across commission OT your toopcszaBODtalkaCaligCQ state ®p 5 +ho local who members elected available your hometown oh Liy months you, 'round? year year accountable ,Treasure Coast "The government closest to the people serves the people best."Thomas Jefferson IMIELP take back liome Mule, local control and local) accountability. Visit www.tcrlc.com or www.FloridaleagueOfCities.com/WeLiveLocal to (earn more and for tools to help make your voice heard! WE LINF VE coca./ #HOMERULE 5 February 19, 2019 Informational ITEM 78 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: February 7, 2019 SUBJECT: Employment Report for December 2018 FROM: Peter D. O'Bryan Commissioner, District 4 This Employment Report shows employment data in the CareerSource Research Coast region in the month of December 2018. 6 _ •° I ',;-'; -"` a..14 ....'4. - . - _ . 1 , r • ..' * .... *CareerSource - - „ -v..,,,,, , . ...,, 4,, .^.. 4.14)*Lti,,---,,,,40:i-, , .. 2,•,,,,,ri-,;-^. - --- '4- t , i . ..,_....„,.,,,,` ' , „.„. ' . ' ;.r: Ami 401,7, RES! A.RCH c,,,.:16ST . r , ,.' .°:'• °,4,41--‘, • i Nnt, 1,1,..,iet,fri.'co'l ist. -.-1:.: ,i2J nu -fy'18 ih.lr_z..-If'k`.16601-,,,c4-1-144,41PNWro., 1:1;:unerriployment'fatifirrige'elrgeAriirceiResearcii-coarition(Indian'Rivere Martin, and,StAgusle . NAt ficounties) was -3.8 percent. m December42018C-nis rate wasNu•51percentage pointiowerstna .„_nrthe regions • • -... 4..., •..t .t -..., - .- ,,,„ ,...,,,, . , ...-.,---•-----.......,- .7, .-.-•,-..-----,:-, .e.„......... wOws r - ••• - .....-c, ay., ...1.-....- . r-...-,,,,N...L*4.... ,,,, ...... 4 -,••••••0•Vil ir, 4. • ANsgr 3nrs,--,Ig. kti..........`owri, . 1P.. , Tyealcegii rateSfOliercent.Sthe't.itiliaii-cltisiii 278-;48-7A417?6391±2181ratfer,the year.. - -', -ki.P; 44'-i'',1- There were1ff;5681/neriifiloyed eesidepts)n't,he,region..: ' . '''s. ..., ..,.,, UNEMPLOYMENT RATE Florida Research Coast :ST..LUCJE !. 4 COUNTY 4:6% • • . - . - _ :The majority of the nonagricultural employment in the CarderSoUrce'kesearch Coast region was in the Port St. Lucie metro area. 'This metro area accounted for 152,800 jobs in December 2018 an increase of 5,600 jobs from December 2017 (+3.8 percent). The Port St. Lucie MSA was tied for the third highest annual job growth compared to all the metro areas in the state in government (+400 jobs) in December 2018. . . . The industries gaining in jobs over the year were: trade, transportation, and utilities (+1,300 jobs); education and health services (+1,100 jobs); leisure and hospitality (+900 jobs); mining, logging, and construction (+800 jobs); professional and business services (+500 jobs); manufacturing (+300 jobs); government (+300 jobs); financial activities (+200 jobs); and other services (+200 jobs). In December 2018 nonagricultural employment in the Sebastian -Vero Beach MSA was 53,800, an increase of 1,600 jobs (+3.1 percent) over the year The industries gaining in jobs over the year were: mining, logging, and construction (+400 jobs); trade. transportation, and utilities (+400 jobs); leisure and hospitality (+300 jobs); education and health services (+200 jobs); manufacturing (+100 jobs); financial activities (+100 "jobs); professional and busineis-services (+100 jobs); and'other services (+100 jobs). REGIONAL INDUSTRY SECTORS WITH THE MOST JOB GAINS 0 500 1000 1500 El Trade, Transportation & Uti., fl Education & Health Services 0 Mining, Logging, and Constr.. 0 Leisure & Hospitality Professional & Business Ser.. Next Release Date -March 11, 2019 www. careersourcerc.com 7 An equal opportunity employer/program. Auxiliary aids and services are available upon request to individuals with disabilities. All voice telephone numbers on this document may be reached by persons using TTY/TDD equipment via Florida Relay Service at 711 !C INFORMATIONAL ITEMS February 19, 2019 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM To: Members of the Board of County Commissioners Date: February 5, 2019 Subject: 2019 Election of Economic Development Council (EDC) Chairman and Vice -Chairman From: Tina Cournoyer, Commissioner Assistant At its January 15, 2019 meeting, the EDC members voted to reelect Brian Bauer as Chairman and Joe Idlette, III as Vice Chairman for 2019. No Board action is required. 8 February 19, 2019 Informational ITEM 70 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM TO: Members of the Board of County Commissioners DATE: February 8, 2019 SUBJECT: FAC Water Policy Committee FROM: Tina Cournoyer Commissioner Assistant The Water Policy Committee was established during Florida Association of Counties (FAC) Legislative Conference in November 2018. Chairman Bob Solari and Commissioner Peter D. O'Bryan were both appointed to serve on it. Please find back-up with the press release containing the complete list of members. 9 FOR IMMEDIATE RELEASE January 30, 2019 CONTACT INFORMATION Cragin Mosteller (850) 294-9307 Florida Association of Counties Creates Water Policy Committee - Committee will be leading the efforts to address the widespread water crisis affecting Florida - LEON COUNTY, FL—Today, the Florida Association of Counties (FAC) announced the creation of a Water Policy Committee comprised of 37 county commissioners from across the state. The committee will serve as the Association's voice when addressing water related policy concerns and provide a structure for the organization to recommend solutions. "The counties in Florida are diverse and so are the water quality and supply issues they face on the frontlines," said FAC President and Hendry County Commissioner, Karson Turner. "The Water Policy Committee allows counties to have direct input in future environmental policy reform, recognizing water issues know no boundaries in Florida but are still not solved with one size fits all solutions." The committee, created with a mission for counties to set policy priorities on the local, state and federal level, will take the lead in working with the state and Governor Ron DeSantis who signed Executive Order 19-12 shortly after taking office, which emphasizes the need to engage local government officials to help protect Florida's vulnerable coastline and natural resources. "By working with together we will be able to find impactful solutions to protect our most precious resource and build a stronger Florida for our citizens and future generations of Floridians," said Turner. The committee will be meeting for the fist time during the Association's Legislative Day on March 27, 2019 to set an agenda and list of goals for the upcoming years. Members include: Heather Carruthers Monroe County Chair Peter O'Bryan Indian River County Terry Burroughs Okeechobee County Lee Constantine Seminole County Chair Stephen Walker Jefferson County Emily Bonilla Orange County Ken Cornell Alachua County Brian Hamman Lee County Cheryl Grieb Osceola County Bill Truex Charlotte County Larry Kiker Lee County Jack Mariano Pasco County Ken Doherty Charlotte County Kristin Dozier Leon County George Lindsey Polk County 10 Scott Carnahan Citrus County Alston Kelley Madison County Charles Hines Sarasota County Penny Taylor Collier County Vanessa Baugh Manatee County Henry Dean St. Johns County Garrett Dennis Duval County Carl Zalak Marion County Fran Hutchinson St. Lucie County John Ahern Glades County Michelle Stone Marion County Billie Wheeler Volusia County Timothy Stanley Glades County Doug Smith Martin County Deb Denys Volusia County Noey Flores Hardee County Sarah Heard Martin County Charles Hess, Ph.D. Wakulla County Sandy Murman Hillsborough County Daniella Levine Cava Miami-Dade County Danny Glidewell Walton County Bob Solari Indian River County The map below geographically depicts the representative counties by the number of commissioners on the committee: Water Committtee Number of Volunteers 11 Founded in 1929, the Florida Association of Counties (FAC) has represented the diverse interests of Florida's counties, emphasizing the importance of protecting home rule —the concept that government closest to the people governs best. ### 12 INFORMATIONAL ITEMS February 19, 2019 INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS INTER -OFFICE MEMORANDUM To: Members of the Board of County Commissioners Date: February 11, 2019 Subject: 2019 Election of Environmental Control Hearing Board (ECHB) Chairman and Vice -Chairman From: Kim Moirano, Commissioner Assistant At its February 7, 2019 meeting, the ECHB members voted to reelect Dr. Phillip Glade as Chairman and Patrick Walther as Vice Chairman for 2019. No Board action is required. 13 JEFFREY R. SMITH, CPA, CGFO, CGMA Clerk of Circuit Court & Comptroller Finance Department 1801 27t .Street Vero Beach, .FL 32960 TO: HONORABLE BOARD OF COUNTY COMMISSIONERS FROM: ELISSA NAGY; FINANCE DIRECTOR THRU: JEFFREY R. SMITH, COMPTROLLER DATE: February 7, 2019 SUBJECT: APPROVAL OF CHECKS AND ELECTRONIC PAYMENTS February 1, 2019 to February 7, 2019 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 February 1, 2019 to February 7, 2019. 14 TRANS NBR 377629 377630 377631 377632 377633 377634 377635 377636 377637 377638 377639 377640 377641 377642 377643 377644 377645 377646 377647 377648 377649 377650 377651 377652 377653 377654 377655 377656 377657 377658 377659 377660 377661 377662 377663 377664 377665 377666 377667 377668 377669 377670 377671 377672 377673 377674 377675 377676 377677 377678 377679 377680 377681 377682 377683 377684 377685 377686 DATE 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 CHECKS WRITTEN VENDOR AT&T ORANGE COUNTY HOUSING & C D VERO BEACH EDGEWOOD PLACE LP GRACES LANDING LTD LINDSEY GARDENS LTD WILLIE C REAGAN RIVER PARK ASSOCIATES LIMITED CREATIVE CHOICE HOMES XVI LTD DAVID YORK ST FRANCIS MANOR OF VERO BEACH TREASURE COAST HOMELESS SERVICES FLORIDA POWER AND LIGHT VENETIAN APARTMENTS OF VERO BEACH PINNACLE GROVE LTD VERO CLUB PARTNERS LTD DAVID SPARKS INDIAN RIVER COUNTY HOUSING AUTHORITY INDIAN RIVER COUNTY HOUSING AUTHORITY INDIAN RI VER COUNTY HOUSING AUTHORITY INDIAN RIVER COUNTY HOUSING AUTHORITY INDIAN RIVER COUNTY HOUSING AUTHORITY CRAIG MERRILL CHRISTINE SALTER HAGGERTY FAMILY LTD SUNQUEST INC THE PALMS AT VERO BEACH DAVID CONDON HILARY MCIVOR PELICAN ISLES LP SUNCOAST REALTY & RENTAL MGMT LLC OAK RIVER PROPERTIES INC SONRISE VILLAS LTD ADINA GOLDMAN INDIAN RIVER RDA LP GEORGE THUYNS LAZY J LLC JESSE LEWIS SYLVIA MCNEILL SKOKIE HOLDINGS INC ROGER WINSLOW OSLO VALLEY PROPERTIES INC SAID S MOOBARK LINDSEY GARDENS II LTD ANTHONY ARROYO AHS HOLDINGS GROUP LLC DANIEL CORY MARTIN YVONNE KOUTSOFIOS ALAN R TOKAR VERO BEACH VILLAS 1 LLC BRIAN E GALLAGHER HOUSING AUTHORITY STEPHANIE WATCHEK FOUNTAIN TRUST SCOT WI.LKE THEODORE BARTOSIEWICZ FOUNDATION FOR AFFORDABLE RENTAL RICHARD KUSSEROW ARE JAY INVESTMENTS OF INDIAN RIVER COUNTY.II\ SONRISE VILLAS 11 LLC AMOUNT 1,553.99 681.45 566.00 9.23 3.00 2,742.00 446.00 14,896.00 14,847.00 596.00 256.00 1,237.00 288.00 386.00 4,489.00 15,415.00 378.00 1,646.00 416.00 478.00 518.00 3,502.00 897.00 477.00 369.00 4,421.00 11,540.00 657.00 702.00 7,545.00 4,489.00 433.00 1,813.00 615.00 4,248.00 638.00 2,018.00 667.00 727.00 679.00 468.00 205.00 1.335.00 7,309.00 695.00 2,043.00 673.00 54.00 679.00 457.00 540.00 775.08 162.00 510.00 497.00 21,416.00 469.00 509.00 81.00 1 ° TRANS NBR 377687 377688 377689 377690 377691 377692 377693 377694 377695 377696 377697 377698, 377699 377700 377701 377702 377703 377704 377705 377706 377707 377708 377709 377710 377711 377712 377713 377714 377715 377716 377717 377718 377719 377720 377721 377722 377723 377724 377725 377726 377727 377728 377729 377730 377731 377732 377733 377734 377735 377736 377737 377738 377739 377740 377741 377742 377743 377744 377745 377746 DATE 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/0.1/2019 02/01/2019 02/06/2019 02/06/2019 02/06/2019 02/06/2019 02/06/2019 02/06/2019 02/06/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/072019 02/07/2019 02/07/2019 02/07/2019 02/072019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 VENDOR JOHN T STANLEY WEDGEWOOD RENTALS LLC ALMA LUCKETT MCLAUGHLIN PROPERTIES LLC JOYCE BODANZA MYRIAM MELENDEZ WATSON REALTY GROUP JAMES R LYONS SHEJI LLC GREENE INVESTMENT PARTNERSHIP LTD INDIAN RIVER COUNTY HEALTH DEPT VICTIM. ASSISTANCE PROGRAM ROGER J NICOSIA CITY OF VERO BEACH CITY OF VERO BEACH ST LUCIE COUNTY BOCC PORT CONSOLIDATED INC ROCK WOOD CORPORATION FIRE EQUIPMENT SVC OF ST LUCIE INC COMMUNICATIONS INTERNATIONAL TEN -8 FIRE EQUIPMENT INC VERO CHEMICAL DISTRIBUTORS INC RICOH USA INC HENRY SCHEIN INC VELDE FORD INC SAFETY PRODUCTS INC AT&T WIRELESS DATA FLOW SYSTEMS INC SEWELL HARDWARE CO .INC DELTA SUPPLY CO E -Z BREW COFFEE & BOTTLE WATER SVC GRAINGER MY RECEPTIONIST INC GAYLORD BROTHERS INC CLIFF BERRY INC ALLIED ELECTRONICS INC BOUND TREE MEDICAL LLC FETES CONCRETE VERO INDUSTRIAL SUPPLY INC TIRESOLES OF BROWARD INC CARTER ASSOCIATES INC CHILDCARE RESOURCES OF TRC INC ARMFIELD WAGNER APPRAISAL AND RESEARCH INC ARMFIELD WAGNER APPRAISAL AND RESEARCH INC JOHN C IJ.INTON BAKER & TAYLOR INC MIDWEST TAPE LLC BAKER DISTRIBUTING CO LLC CENGAGE LEARNING INC PENWORTHY COMPANY GO COASTAL INC LINDSEY GARDENS LTD EDITH WILLIAMS CREATIVE CHOICE HOMES XVI LTD CITY OF VERO BEACH CITY OF VERO BEACH CITY OF V:ERO BEACH FERGUSON ENTERPRISES INC UNITED STATES POSTAL SERVICE FLORIDA DEPT OF TRANSPORTATION AMOUNT 782.00 1,593.00 825.00 1,369.00 593.00 522.00 3.388.00 407.00 443.00 3,893.23 58,022.25 5,746.83 1,500.00 2,169.15 11,787.50 37,863.91 794.15 723.80 128.00 98,067.68 309.00 53.70 182.15 1,260.14 538.50 56.20 903.70 3,469.00 39.41 20.54 11.48 5.968.47 821.18 844.06 557.50 416.95 1,550.95 3,800.00 20.84 2,3 72.10 3,160.00 27,858.48 1,500.00 1,500.00 1,500.00 5,856.36 281.12 92.54 682.17 147.66 95.80 400.00 300.00 250.00 200.00 195.74 1,126.57 12,032.05 20,000.00 22.95 2 TRANS NBR 377747 377748 377749 377750 377751 377752 377753 377754 377755 377756 377757 377758 377759 377760 377761 377762 377763 377764 377765 377766 377767 377768 377769 377770 377771 377772 377773 377774 377775 377776 377777 377778 377779 377780 377781 377782 377783 377784 377785 377786 377787 377788 377789 377790 377791 377792 377793 377794 377795 377796 377797 377798 377799 377800 377801 377802 377803 377804 377805 377806 DATE 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/0720 19 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/072019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 VENDOR LIVINGSTON PAGE PUBLIX SUPERMARKETS PUBLD{ SUPERMARKETS ROGER CLEVELAND GOLF INC ACUSHNET COMPANY GEOSYNTEC CONSULTANTS INC TIMOTHY ROSE CONTRACTING INC CALLAWAY GOLF SALES COMPANY SUBSTANCE AWARENESS COUNCIL OF IRC INC FLORIDA POWER AND LIGHT FLORIDA POWER AND LIGHT PUBLIC DEFENDER THOMAS S LOWTHER FUNERAL HOME CORP PHILLIP I MATSON AMERICAN PLANNING ASSOCIATION KENNETH CAMPBELL SENIOR SUNSHINE STATE ONE CALL OF FL INC GOVERNMENT FINANCE OFFICERS ASSOC FLORIDA DEPT OF ENVIRONMENTAL PROTECTION TREASURE COAST SPORTS COMMISSION INC TREASURE COAST FIRE CHIEFS BELA NAGY ARNOLD AIR CON'DITONING INC WESTSIDE REPROGRAPHICS OF VERO BEACH INC CHI LDRENS HOME SOCIETY OF FL HAMPTON INN SYMBIONT SERVICE CORP BRI DG ESTONE AMERICAS INC ECONOLITE CONTROL PRODUCTS INC PELICAN ISLAND AUDUBON SOCIETY INC RUSSELL PAYNE INC CELICO PARTNERSHIP CLINTON W LA/NITER CINDY CORRENTE ELECTRONIC ACCESS SPECIALIST SYNAGRO-WWT INC THE CLEARING COMPANY LLC FAST.ENAL COMPANY THE SHERWIN WILLIAMS CO SOUTHERN JANITOR SUPPLY INC CENTRAL PUMP & SUPPLY INC CENTRAL PUMP & SUPPLY .INC ETR LLC GLOVER OIL COMPANY INC ADMIN FOR CHILD SUPPORT ENFORCEMENT ADMIN FOR CHILD SUPPORT ENFORCEMENT ADMIN FOR CHILD SUPPORT ENFORCEMENT FOUNTAIN, HERMAN M DAYSPRING ORCHID ISLAND PROPERTY MGMT 11 INC 1ST FIRE & SECURITY INC NORTH CAROLINA CHILD SUPPORT SONRJSE VILLAS LTD RUSH TRUCK CENTERS OF FLORIDA JOHNNY B SMITH BACKFLOWGAGE.COM EARLY LEARNING COALITION OF INDIAN RIVER DANE MACDONALD SOUTHEAST SECURE SHREDDING BILLYS AUTO SERVICE INC AMOUNT 160.00 54.82 38.06 194.83 1,750.17 2.353.95 751,015.99 2,761.59 200.00 122,119.38 1,861.44 5,320.24 2,125.00 90.54 60.00 50.00 1,007.83 300.00 900.00 5,066.06 275.00 303.09 1,217.00 47.25 924.02 486.09 1,135.00 3,833.19 1,284.00 7,628.29 1,583.02 1,256.25 58.00 23.85 974.07 60,290.98 2,249.50 33.93 37.72 5,976.18 45.03 249.50 2,369.46 33,348.58 302.80 306.90 171.24 40.00 750.00 14,786.00 682.50 105.69 400.00 697.72 180.00 145.00 3,504.57 140.00 129.32 17.68 17 TRANS NBR 377807 377808 377809 377810 377811 377812 377813 377814 377815 377816 377817 377818 377819 377820 377821 377822 377823 377824 377825 377826 377827 377828 377829 377830 377831 377832 377833 377834 377835 377836 377837 377838 377839 377840 377841 377842 377843 377844 377845 377846 377847 377848 377849 377850 377851 377852 377853 377854 377855 377856 377857 377858 377859 377860 377861 377862 377863 377864 377865 377866 DATE 02/07/2019 02/07/2019 02/07/2019 02107/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 VENDOR KWACKS INC SMITH, JODI M NICOLACE MARKETING INC EQ THE ENVIRONMENTAL QUALITY COMPANY WINSUPPLY OF VERO BEACH ALERT ALL CORPORATION LARIAT ENTERPRISES INC RANGE SERVANT AMERICA INC CHEMETRICS INC ATLANTIC COASTAL -LAND TITLE CO LLC GUETTLER BROTHERS CONSTRUCTION LLC CITY DIRECTORIES ECMC DATA TRANSFER SOLUTIONS LLC BERMUDA SANDS APPAREL LLC ALAN JAY CHEVROLET CADILLAC MOORE MOTORS INC NEWSOM OIL COMPANY CLOSE CONSTRUCTION LLC LOWES HOME CENTERS INC MUNICIPAL EMERGENCY SERVICES INC BURNETT LIME CO INC THE NEW YORK BLOWER CO PENGUIN RANDOM HOUSE LLC CARMEN LEWIS STRAIGHT OAK LLC SUN MOUNTAIN SPORTS INC KRAUS ASSOCIATES INC WEST SAFETY SERVICES INC STEWART & STEVENSON FDDA LLC DEBORAH CUEVAS ALEXIS PERALTA FAMILY SUPPORT REGISTRY MARKETING SPECIALTIES OF GEORGIA LLC HAMMOND ROCK & SAND MINE LLC THE LAW OFFICES OF BERNARD EGAN & COMPANY AMERITAS FOUNDATION FOR AFFORDABLE RENTAL COBRA GOLF INCORPORATED MICHAEL EDWARD HAMILTON AMOUNT 16,969.08 42.51 3,265.00 22,831.20 619.27 590.00 241.53 82.38 359.12 170.00 202,456.57 315.00 289.25 7,200.00 971.80 21,309.00 490.50 593.50 3,3 81.60 3,927.48 966.93 6,323.80 19,884.00 211.95 302.50 2.95 882.70 22,475.00 1,950.00 6,076.91 180.00 124.49 9.66 1.493.75 344.96 676.00 26,293.54 27,154.62 352.00 686.15 300.00 CORNERSTONE FAMILY SERVICES OF WEST VIRGINIA 1,275.00 HAWKINS INC CATHEDRAL CORPORATION UNIFIRST CORPORATION CDA SOLUTIONS INC SITEONE LANDSCAPE SUPPLY LLC GOTTA GO GREEN ENTERPISES INC HYDROMAX USA LLC BARSALOU VENTURES LLC PATRIOT PRODUCTIONS LLC EGP DOCUMENT SOLUTIONS LLC NORTH AMERICAN OFFICE SOLUTIONS INC ENDRESS & HAUSER INC EASTERN PIPELINE CONSTRUCTION INC AC VETERINARY SPECIALTY SERVICES COLTON PARKER ALL WEBBS ENTERPRISES INC MATHESON TRI -GAS INC PEOPLE READY INC 584.35 17,618.88 1,315.90 2,621.25 3,702.59 359.54 45,713.50 586.04 261.94 217.11 50.00 2,500.00 2,950.00 87.35 100.00 183,590.51 7,624.11 8,779.24 4 TRANS NBR 377867 377868 377869 377870 377871 377872 377873 377874 377875 377876 377877 377878 377879 377880 377881 377882 377883 377884 377885 377886 377887 377888 377889 377890 377891 377892 377893 377894 377895 377896 377897 377898 377899 377900 377901 377902 377903 377904 377905 377906 377907 377908 377909 377910 Grand Total: DATE 02/070019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/070019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/20.19 02/07/2019 02/07/2019 VENDOR CANARX GROUP INC COLE AUTO SUPPLY INC RHOADES AIR & HEAT CANON FINANCIAL SERVICES INC NORTH CAROLINA DEPARTMENT OF REVENUE BETH NOLAN DIANE LYSTLUND FLORIDA BULB & BALLAST INC NESTLE WATERS -NORTH AMERICA AQUATIC SURFACES OF CORE & .MAIN LP ADVANTAGE GOLF CARS INC JOHN.BOYER OCCIDENTAL FIRE & CASUALTY OF NCAROLINA EMPIRE PIPE ORLANDO LLC VISTA OUTDOOR SALES LLC AMERICAN JANITORIAL INC RAMONA MURPHY E -BUILDER INC AMAZON CAPITAL SERVICES INC HYDRO CONDUIT LLC VERONIQUE ORY STURIALE TERRACON CONSULTANTS INC PIRATE PEST CONTROL LLC• ALL RITE WATER 'PURIFICATIO'N INC COMMONWEALTH OF MASSACHUSETTS ADVANCED ARCHAEOLOGY INC AMERIGAS PROPANE LP AMER1GAS PROPANE LP KANSAS PAYMENT CENTER. HOPPING GREEN & SAMS PA JORDAN POWER EQUIPMENT CORP EVERETT J PRESCOTT INC BRYAN CAVE LEIGHTON PAISNER. LLP NORMA SUMMERFORD ALAN BUSINESS MACHINES INC JAMES ROMANEK GA'RRETT TRAVEL WEST PALM BEACH ANTIQUES FESTIVAL INC JEFFERY J BLANKENSHIP WORLD AQUATIC COALITION INC DEBBIE ROUX WILLIAM JOHNSON RITA STRICK.LAND AMOUNT 7,650.30 1,206.09 6,075.00 240.04 107.22 70.00 291.96 657.00 71.82 4,35.1.94 3,668.34 348.78 98.75 7,100.00 87,000.00 367.62 3,050.74 45.00 69,518.29 972.36 41,174.16 30.00 1,006.50 99.00 1,657.60 154.00 5,720.00 154.00 1,986.74 219.69 2,025.00 468.00 232.58 9,938.49 35.00 50.00 300.00 250.00 508.42 450.00 275.00 69.36 23.90 23.85 2,475,293.20 19 TRANS. NBR 1014506 1014507 1014508 1014509 1014510 1014511 1014512 1014513 1014514 1014515 1014516 1014517 1014518 1014519 1014520 1014521 1014522 1014523 1014524 1014525 1014526 1014527 1014528 1014529 1014530 1014531 1014532 1014533 Grand Total: ELECTRONIC PAYMENT - VISA CARD DATE 02/04/2019 02/04/2019 02/04/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 02/07/2019 VENDOR AT&T OFFICE. DEPOT BSD CUSTOMER SVC COMCAST COLKITT SHEET METAL & A/C INC NORTH SOUTH SUPPLY INC HELENA CHEMICAL INDIAN RIVER BATTERY INDIAN -RIVER OXYGEN INC DEMCO INC APPLE INDUSTRIAL SUPPLY CO ABCO GARAGE DOOR CO INC ALLIED UNIVERSAL CORP IRRIGATION CONSULTANTS UNLIMITED INC HILL MANUFACTURING CO INC WORLD INDUSTRIAL EQUIPMENT INC GROVE WELDERS INC SOUTHERN COMPUTER WAREHOUSE INC COMPLETE RESTAURANT EQUIPMENT LLC DUNKELBERGER ENGINEERING & TESTING COMO OIL COMPANY OF FLORIDA PRIDE ENTERPRISES GLOBAL GOLF SALES INC COMPLETE ELECTRIC INC STRYKER SALES CORP CONSOLIDATED ELECTRICAL DISTRIBUTORS INC AUTO PARTNERS LLC HYDRA SERVICE (S) INC EFE INC AMOUNT 58.24 961.86 86.90 820.85 23.79 2,368.80 890.15 126.25 2,029.77 509.84 2,381.00 5,064.16 96.03 2,019.18 572.62 38.46 125.69 2,734.28 3,743.00 47.46 3,613.38 38.80 7,400.00 70,446.88 792.54 331.34 24,067.00 24.33 131,412.60 1 TRANS NBR P -CARD 6525 6526 6527 6528 6529 6530 6531 6532 6533 6534 6535 6536 6537 6538 6539 6540 6541 6542 6543 6544 6545 6546 6547 Grand Total: ELECTRONIC PAYMENTS - WIRE & ACH DATE 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/01/201'9 02/01/2019 02/01/2019 02/01/2019 02/01/2019 02/04/2019 02/04/201,9 02/04/2019 02/04/2019 02/04/2019 02/05/2019 02/05/2019 02/05/2019 02/05/2019 02/05/2019 02/06/2019 02/07/2019 02/07/2019 VENDOR TD BANK, N.A. INDIAN RIVER COUNTY SUPERVISOR OF ELECTIONS INDIAN RIVER COUNTY SHERIFF CLERK OF CIRCUIT COURT ST LUCIE BATTERY & TIRE CO C E R SIGNATURE CLEANING IRC CHAMBER OF COMMERCE IRC CHAMBER OF COMMERCE IRC CHAMBER OF COMMERCE VETERANS COUNCIL OF 1 R C ATLANTIC COASTAL LAND TITLE CO LLC ALLSTATE MUTUAL OF OMAHA FL RETIREMENT SYSTEM AMERICAN FAMILY 'LIFE ASSURANCE CO 1 R C HEALTH INSURANCE - TRUST RX BENEFITS INC BLUE CROSS & .BLUE SHIELD OF FLORIDA INC HIGHMARK STOP LOSS FIDELITY SECURITY LIFE INSURANCE COMPANY MUTUAL OF OMAHA SENIOR RESOURCE ASSOCIATION TOTAL ADMINISTRATIVE SERVICES CORP VEROTOWN LLC AMOUNT 8,303.17 92,596.64 4,076.513.98 86,776.25 1.000.00 5.250.00 26,676.01 41,914.82 8,133.33 7,759.77 746,666:50 175.92 7,338.01 668,175.08 19,010.52 626.092.06 205,323.97 36,050.00 22,937.94 3,513.20 17,520.40 320,883.45 12,030.78 1,099.28 7,041,741.08 1 7B INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown; County Administrator THROUGH: Stan Boling, AICP; Community Development Director THROUGH: John W. McCoy, AICP; Chief, Current Development FROM: Ryan Sweeney; Senior Planner, Current Development DATE: February 7, 2019 SUBJECT: Vero Investment 53, LLC's Request for Final Plat Approval to Replat Lots 2 and 3 of the 53RD Street/US-1 Commercial Subdivision [SD -17-11-07 / 2007090011-81898] It is requested that the data herein presented be given formal consideration by the Board of County Commissioners at its regular meeting of February 19, 2019. DESCRIPTION & CONDITIONS: The proposed commercial subdivision is a replat of Lots 2 and 3 of the 53RD Street/US-1 Commercial Subdivision into 3 new commercial lots, and will adjust some existing platted tracts and easements. The project site is located at the southwest corner of 53rd Street and US Highway 1, is zoned CG, General Commercial, and has a C/I, Commercial / Industrial land use designation (see attachment 2). All of the required subdivision improvements for the existing 53RD Street/US-1 Commercial Subdivision were completed and inspected, and a certificate of completion for subdivision improvements was issued on November 19, 2009. The project received final plat approval on December 1, 2009. On February 8, 2018, the Planning and Zoning Commission granted preliminary plat approval for the replat of Lots 2 and 3 of the existing subdivision into 3 new, smaller commercial lots. Subsequently, on May 11, 2018, staff granted major site plan approval for a 2,016 square foot drive through restaurant (Dunkin' Donuts) to be constructed on the southern portion of (existing) Lot 3, and that project is currently under construction. The Dunkin' Donuts site plan improvements will line up with the new Lot 3 shown on the subject replat, and new Lots 1 and 2 will be reserved for future development. The Board is now to consider granting final plat approval for the replat of Lots 2 and 3 of the 53RD Street/US-1 Commercial Subdivision. ANALYSIS: All of the required common subdivision improvements (i.e. driveways, utilities, and common stormwater management areas) have been constructed, inspected, and accepted by County staff, and a 22 certificate of completion was issued on November 19, 2009. Also, the site improvements for new Lot 3 (Dunkin' Donuts) are currently under construction, are governed by the site plan process, and will require final site inspections and acceptance, prior to issuance of Certificate of Occupancy for the Dunkin' Donuts project. Additional site improvements for new Lots 1 and 2 (e.g. structures, parking areas, landscaping, etc.) will be reviewed and approved through a separate (future) site plan review and approval process for each lot. All common subdivision improvements (e.g. access driveways, drainage improvements, etc.) will be private, with the exception of certain utility facilities, which have been dedicated to and guaranteed to Indian River County as required by the Utility Services Department. All requirements of final plat approval have been satisfied. RECOMMENDATION: Staff recommends that the Board of County Commissioners grant final plat approval to replat Lots 2 and 3 of the 53RD Street/US-1 Commercial Subdivision. ATTACHMENTS: 1. Application 2. Location Map 3. Final Plat Layout 23 } y13 i 1 r. , . .r , / R .ter i . '',\\ �F'o7Gi/ J8. A� K. -c FINAL, P AT (PLTF) APPLICATION ,*' r PROJECT NAME (PRINT): C*3 /2 9 5 6r/12S-1 ✓1mele-11 :A44 -r cg.g lu6fe` NOTE: THIS WILL BE THE FORMAL/OFFICIAL NAME OF RECORD FOR THIS PROJECT �� (SUCH AS "WOODY BIG TREE SUBDIVISION"). *-02490 =gyp F a0 // g 1 p q CORRESPONDING PRELIMINARY PLAT PROJECT NAME AND PLAN NUMBER: P- Si Li�' M c i -t— SD- 11 - 1 - 01 PROPERTY OWNER: (PLEASE PRINT) Used i NVKTwsN` r s C3 LL NAME /o?f IN• Mritcf vp. t,tfl 1 a� ADDRESS (APPT-g-Fit-CV- t Ft— ;z CITY, STATE, ZIP 2271 - iLtzrzi- PHONE ER EMAIL ADDRESS CONTACT PERSON AGENT (PLEASE PRINT) NAME ADDRESS C.> f3h51//1- l r 3.z95 CITY, STATE, ZIP (52-19 66.3 -- y 713 PHONE NUIVMER 6"(P_ Uti_N6-120/Vviv1 EMAIL A DRESS (�NN/v j fi CONTACT PERS n PROJECT ENGINEER: (PLEASE PRINT) T r7o /1/ r 1 at- PE - NAME ADDRESS (jgo to -1 FL 21 ITY, STATE, ZIP PHONENUMBER(s) 0 OWNER OR AGENT TNS P et-Ls-evrtt , /v r EMAIL ADDRESS CONTp� t �' ACT PERSON PROJECT SURVEYOR: (PLEASE PRINT) (N MA 6.. t1554c1 , IN' - NAME F -L 3-2_1& ITY, STATE, ZIP 1 (-nz-)�6,7 - PHONE ER(s) EMAIL ADDRESS Si L.. L_. 0-6- N CONTACT PERSON 1801 27th Street, Vero Beach FL 32960 F:\Community Dcvelopment\APPL1CATIONS\CurDev applications\FinalPlatApplication.doc Revised April 2016 1 of 3 24 SITE PARCEL TAX ID#'S:' ZZ it L' C7p QL -Z7 - Dine" tt -- 00420 D v<J 3, 0 COUNTY LAND DEVELOPMENT PERMIT (LDP) #: Z-,4 tvQ Owe C C e()- ---r- •Qj jZ..i%T - .r c„40 ) w -c I -j -?RL DATE LDP ISSUED: /1 -1'f -17 (WiiiL. (55 .p) ZONING: (---.' FLUE: ------(..r TOTAL (GROSS) ACRES: 2- 2- I TOTAL NUMBER OF LOTS: 3 AREA OF DEVELOPMENT (NET) ACREAGE: 2- DENSITY (UNITS PER ACRE): AWlv **PLEASE COMPLETE SUBMISSION CHECKLIST** NOTE: "N/A" should be marked in the "YES" column if "Not Applicable" MATERIAL YES NO 1. Fee - $1,400.00 (checks payable to Indian River County) 2. Completed Final Plat Application Form 3. Ten (10) Copies of the Final Plat (Must be signed and sealed by surveyor) X 4. Letter of Authorization (if applicant is not owner) 5. Letter from developer providing timeline for achieving the S'E ENciN E LJ 75% completion threshold for the overall subdivision improvement A (Ai i,75) 6. ONE OF THE FOLLOWING SETS OF REQUIRED IMPROVEMENT DOCUMEN CONSTRUCTION COMPLETE - BUILT OUT: (a) Certificate of Completion from Public Works or copy of letter to Public Works and Utilities requiring inspection of improvements. IF IMPROVEMENTS ARE DEDICATED TO THE PUBLIC: (b) Original Engineer's Certified Cost Estimate for Improvements Lerf'e1' (signed and sealed) oNN' Failure to provide information on which option is being selected may result in a delay in processing the application. tifr OR 1801 27th Street, Vero Beach FL 32960 F:\Community Development\APPLICATIONS\CurDcv applications\FinalPlatiipptication.doc Revised April 2016 2 of 3 25 1 CONSTRUCTION INCOMPLETE - BOND OUT: (a) Original Engineer's Certified Cost Estimate for Improvements (signed and sealed; note items to be completed or percent completed at 75% threshold for overall subdivision). (b) Statement that improvements are nearing completion and a certificate of completion will be obtain prior to final plat approval 7. Copies of Documents to be recorded with the final plat: N/ A a. Covenants, Deed Restrictions, Bylaws, etc. or Statement - t^xer There Are None !-v‹. b. Property Owner's Association Articles of Incorporation or statement indicating why recording of POA is NOT required. yc.c S 6' L 4 ,- 1801 27th Street, Vero Beach FL 32960 FaCommunity Development APPLICAT10N51CurDev,appticationsTinaiPlatApplicationdoe, Revised April 2016 3 of 3 26 32392200000100000002.0 IG 53RD ST 53RD ST 32392300029000000003.0 IG 32392200000100000002.1 { 0 IG 32392200000 1 00000002.3 IG IG 323922000001000000022 32392200014000000001.0 CG CG 32392200000100000001.1 CG 32392300029000000004.0 CG CG 323 32392300029000000002.0 CG CG 27 FND.4'x4-C.M 53RD STREET/US-1 COMMERCIAL SUBDIVISION REPLAT OF LOTS 2 AND 3 R=17268.75' 5=0'58'34' -- - L=294.16' CMD=294.16' C8=516'16'31'0 R/W UNE SET WITNESS PRM 1.00' SWLY OF NE'LY. COR. LOT 2 ON UNE DUE TO 1'DEEP WATER PIPE N17'12'05'W-10.38' R=10.00' A=87'51'41'1' 1=15.33' THIS INSTRUMENT PREPARED BY: VOLUAM B. ZENTZ PROFESSIONAL LAND SURVEYOR /5276 WIWAM 8. ZENTZ & ASSOCIATES, INC. 684 OLD DIXIE HIGHWAY VERO BEACH, FL 32962 UCENSED BUSINESS (1.8) 46840 (772) 567-7552 FND.4'x4'C.M N 1220188.588 E 845967.345 S A REPLAT OF LOTS 2 AND 3 OF 53RD STREET/US-1 COMMERCIAL SUBDIVISION AS RECORDED IN PLAT BOOK 24. PAGES 94 AND 95, INDIAN RIVER COUNTY, FLORIDA PUBLIC RECORDS, LYING IN SECTION 22, TOWNSHIP 31 SOUTH, RANGE 39 EAST, INDIAN RIVER COUNTY, FLORIDA 5 J U.S HIGHWAY No. 1 (STATE ROAD NO.5) VARIABLE WIDTH R/W THIS AREA ¢1 LOT 3 CURVE w I 9=17268.75' N1� X00'00'11' � 14 L=0.95' n l ry CHD=0.95' �1r C13-S17'33'39"E OVERALL CURVE R=17268.75' 99.00'47'56=CHD=240.81' 1=240.81' �1f ADDITIONAL R/W PER ---"-CB=S17'09'46"E O.R.B. 2307. PAGE 610 R=17268.75' &00'24.03" 14120.77' C50=120.77' C8=01657'49'0 5 LIMITED ACCESS EASEMENT P 20.00' WESTERLY R/W UNE U.S 1 PER O.R.B. 2307, PG 610 20.00' 12. 917'12'05"W SET IR/C 120.79' UTILITY EASEMENT O.R.B. 2335, PG. 889 ACCESS EASEMENT O.R.B. 2330, PC. 2439 a _ _ 86.32' 7,11712'6'5T ORIGINAL LOT 2 CURVE 8=17268.75' 5=0023'42' 14319.09' CHD=119.09' CB=S1721'42'E 6=0'11'31" L=57.69' SET IR/C SE'LY. COR. LOT 36 L=44.21' noI FND MAG NIN/D(ILL h N1712'05'W 'A 7't 45.19' N17'1205W 5=15.00' X87'51'41" L=23.00' 3 53.10' Ay� 91759'36'W ,r6�h LOT 1 POINT OF BEGINNING N7�5J3.98' NWLY. COR. LOT 2 `T 1 (P.87. 24, PCS. 94 & 95) SET MAG NAIL & PRM DISK "n,,.F (REPLACED N/D-'LB7179') 7, F.P.L.EASEMENT'�n 0.0.8. 2303, PC. 3-071------.....„---e,- 353.28', - -+ 2 00'-' 915'0346 W EASTERLY R/W UNE OLD DIXIE HIGHWAY 5' LIMITED ACCESS EASEMENT (P) TO a 417'09'36'W - UTILITY EASEMENT 0.R.B. 2335, PC 889 ALT25S EASEMENT O.R.B. 2330, PG 2439 - L 1197'8'- - DRAINAGE EA5EMENT- N4- 3 0 LOT 2, P.B.I. 24, PGS. 94 & 95 20.00' Ir 38.00' 62.70' UBUTY EASEMENT 51503 OST:V* Io ` `f5' UTILITY H - LO.R.B. 2335, PC. 889 20.00' --- 110070'7---- �� d 119.08' o1ro R=17248.75" x`00 4 08' iv 1- CHD=70.91" Ali CB=S17'47'04'E �� _ 5 1.A.E P )' ti5�� SET MAC NAIL - - - N% & PRM DISK (REPLACED FND MAG SET PRM N/0-19 7179") LL (REPLACED FN0.4'x4' Iah C.M. VI/ILLEGIBLE 015X) I^;SELY. COR. LO 3 5'mL (P.B.4. 24, PCS 94 & 95) o' 12.03'_ 51712'OS'E f 35.46_ N1712'05'W 2.7; 4 LOT 2 2 eL -=4 57.84 12 ell= LOT 3 L� o Z LOT 3, P.B.I. 24, PGS. 94 & 95 V1 -� i- 61.16' i 57 84' -�� 31.93' �rr-57015.0' 'W 5.00' 10 O.R.B. 2335E PC 8897' N15'03'46'W 61.16 __5 57.84' 31.93 15' .L 14 57.84' _ V 915'03'46'W 15 - 1 120.70' N750346'W - 11900' N15'0346'71 J ADO4BONAL RIZ Pg'67)- R FND MAG NAIL & O.R.B. 2277, PACE 1868 DISK -"LB 7838' N15113'46'W (P.81. 24, PGS. 94 & 95) N1519'11'W (GRID) GRAPHIC SCALE 20 0 10 20 40 80 (IN FEET) 1 Inch = 20 ft. 57.38' zl R/W UNE SWLY. COR. LOT 3 (P.8.1. 24, P05. 94 & 95) PLAT BOOK PAGE CLERK'S FILE NUMBER (CFN) 360.83 121.13' SET MAG/OISK ORIGINAL R/W OLD D/X/E HIGHWAY 80' R/W 11-1I0 AREA SET MAG/DISK 714.11 SET PRM (REPLACED FND. 4'64' CM. WORMER TOP) 5 SURVEYORS NOTES: 1. THIS PLAT LIES IN FLOOD ZONE 'X' PER FLOOD INSURANCE RATE MAP N0. 12061CO23311. DATED DECEMBER 4. 2012. 2. BEARING REFERENCE = PLAT OF 53rd STREET/US-1 COMMERCIAL SUBDIVISION, P9.1. 24, PCS. 94 & 95, HOLDING THE 9ELY R/W UNE OF OLD DIXIE HIGHWAY AS BEARING N15'03'46'W PER SAID PLAT. 3. GRID COORDINATES REFERENCE FLORIDA EAST ZONE, NAD 83/1999 ADJUSTMENT PER P.B.I. 24. PGS. 94 & 95. CONCURRENCY STATEMENT: NO BUILDING PERMIT SHALL BE ISSUED FOR ANY PROJECT ON A LOT WITHIN 11115 00501 751014 UNLESS AND UNTIL THE LOT OWNER OR THE OWNER'S DESIGNEE OBTAINS AN INITIAL AND FINAL CONCURRENCY CERTIFICATE FOR THE PROJECT OR PORTION OF THE PROJECT FOR WHICH A BUILDING PERMIT 15 SOUGHT. 1HE LOT OWNER(0) ACKNOWLEDGES THAT INDIAN RIVER COUNTY AND ITS ASSIGNS DO NOT GUARANTEE THAT ADEQUATE CAPACITY WILL EXIST AT THE 118E THE LOT OWNER OR THE OWNER'S DESIGNEE CHOOSES TO APPLY FOR AND OBTAIN SUCH A CONCURRENCY CERTIFICATE SET MAO NAIL & PRM 019( (REPLACED FND. MAG N/0-13 7838') N 1219499.854 E 846156.017 LEGEND: PRI/ O=PERMANENT REFERENCE MONUMENT 4 x4'CONCREIE MONUMENT WITH MAO NAIL & ASS D19( STAMPED PRM WBZ L8 6840) OR ALTERNATE MONUMENTATION AS NOTED o=LOT CORNER -SET 5/81RON ROD WITH CAP /8SETR STAMPED 19( 11132 ASSOC. LB 6840 ORMAG NAIL AG/0196') STAMPED NZ ASSOC. LB 6840, AS NOTED P.B.I.=PLAT 8001( INDIAN RIVER COUNTY RECORDS C.M.-=CONCRETE MONUMENT -NO I.D. UNLESS NOTED 011105WISE (P) REFERS TO PLAT OF 53rd STREET/US-1 COMMERCIAL SUBDIVISION, P.B.I. 24 PGS. 94 & 95. MAG/DISK=MAGNETIC NAIL & BRASS 019( STAMPED 458 LB 6840 P.O.B.=POINT OF BEGINNING LA.E=UMITED ACCESS EASEMENT 0.R.8.=OFFICIAL RECORDS BOOK R/W=R1GNT OF WAY (C)=CALCULATED I.D.=IDENDIFICATION (ILL.)=ILLEGIBLE 9/1)=9411 & DISK MAG=MAGNETIC R=RADIUS &CENTRAL ANGLE L=ARC LENGTH CHD=CHORD CB=CHORD BEARING (N.R.)=NON-RADIAL (R)=RADIAL FND.=FOUND COR.=CORNER PG =PAGE R/W=RIGHT OF WAY LEASTERLY 0/K' UNE PER O.R.B. 2277, PG 1868 DATE OF PREPARATION: FEBRUARY 9. 2018 SHEET 2 OF 2 SHEETS 28 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM CONSENT TO: Jason E. Brown, County Administrator THROUGH: Richard B. Szpyrka, P.E., Public Works Director James W. Ennis, P.E., Assistant Public Works Director FROM: Kirstin Leiendecker, P.E., Project Engineer SUBJECT: Final Payment, Release of Retainage and Change Order No. 1 for Indian River Boulevard Sidewalk from 37th Street to 53rd Street, IRC -1415 DATE: January 28, 2019 DESCRIPTION AND CONDITIONS On March 6, 2018, the Board of County Commissioners awarded Bid No. 2018026 to Timothy Rose Contracting, Inc. in the amount of $540,135.57 for the construction of a 5 -foot wide concrete sidewalk along the west side of Indian River Boulevard from 37th Street to 53rd Street. The project also includes pedestrian signals at Indian River Boulevard/ 37th Street intersection, Indian River Boulevard/ 41st Street intersection, and Indian River Boulevard/ 45th Street intersection; associated drainage improvements; earthwork, maintenance of traffic, erosion control and miscellaneous pavement markings. This project is funded by a Florida Department of Transportation (FDOT) Local Agency Program (LAP) grant and will provide up to $478,836.00 reimbursement of the eligible construction costs. Change Order No. 1 is to make final adjustments to contract bid items resulting in a decrease to the total contract amount by $.03 for a final cost of $540,135.54 and make final contract time adjustments. Timothy Rose Contracting, Inc. has successfully completed the project and has been paid $496,593.56 with $26,136.50 held in retainage. Timothy Rose Contracting, Inc. has submitted Contractor's Application for Payment No. 6 for final payment of $17,405.48 and release of retainage in the amount of $26,136.50 for a total of $43,541.98. Once final release of liens from all Timothy Rose Contracting, Inc. subcontractors have been received, reviewed and approved, payment will be processed. FUNDING Funding in the amount of $43,541.98 is budgeted and available from the following accounts: Optional Sales Tax IR Blvd Sidewalk (37th — 53rd) Account No. 31521441-066510-16025 $17,405.48 Optional Sales Tax — Retainage Account No. 315-206000-16025 IR Blvd Sidewalk (37th — 53rd) $26,136.50 29 C:\Users Uegistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\\@BCL@200E5 C99\@BCL@200E5C99.doc Page 2 Final Payment, Release of Retainage and Change Order No. 1 for Indian River Boulevard Sidewalk from 37th Street to 53`d Street, IRC -1415 February 19, 2019 RECOMMENDATION Staff recommends approval of Change Order No. 1 and payment of Contractor's Application for Payment No. 6 in the amount of $43,541.98. ATTACHMENTS 1. Contractor's Application for Payment No. 6 2. Change Order No. 1 AGENDA ITEM FOR FEBRUARY 19, 2019 30 C:\Users\ legistar\AppData\Local\Temp \BCL Technologies\easyPDF 8\ n BCL@200E5C99\@BCL@200E5C99.doc Please do separate check SECTION 00622 - Contractor's Application for Payment Indian River Blvd Sidewalks From 37th Street to S3rd Street Application for Payment No. 6 For Work Accomplished through the period of 01/01/18 through 01/10/19 To: From: Bid No.: Indian River County (OWNER) Timothy Rose Contracting, Inc (CONTRACTOR) 2018026 Project No.: 1415 FM No.: 436860-1-58-01 (1) Attach detailed schedule and copies of all paid invoices. Please do separate check 1 Original Contract Price: $540,135.57 2 Net change by Change Orders and Written Amendments (1- or -): $0.00 3 Current Contract Price (1 plus 2): $540,135.57 4 Total completed and stored to date: $540,135.54 5 Retainage (per Agreement): 0% of completed Work: 0% of retainage $0.00 Total Retainage: $0.00 6 Total completed and stored to date less retainage (4 minus 5): $540,135.54 7 Less previous Application for Payments: $496,593.56 8 DUE THIS APPLICATION (6 MINUS 7): Please do separate check $43,541.98 CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen ancj suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or furnishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; 2.Updated Construction Schedule per Specification Section 01310, and 00622-1 31 Please do separate check Dated: 01/23/19 By: STATE OF FLORIDA COUNTY OF INDIAN RIVER (CONTRACTOR - must be signed Timothy Rose, President Print Name and Title Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared Timothy Rose, who being by me first duly swom upon oath, says that he/she is the President of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct, and complete. Subscribed and sworn to before me this 23rd day of January, 2019 Timothy Rose is personally known to me or has produced as identification. cin-nc. p i i WEST OE Oi�V'L'3 E r' IY COMMISSION # F 9U4573 EXPIRES: Oamhe 03, 2019 Please remit payment to: NOTARY PUBLIC: Printed name: Deborah West Contractor's Name: Timothy Rose Contracting Address: 1360 SW Old Dixie Hwy Suite 106 Vero Beach FL 32962 Commission No: FF904578 Commission Expiration:. 10.03.19 [The remainder of this page was left blank intentionally] 00622-2 32 Page 4 of 5 CERTIFICATION OF ENGINEER: I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated /- 2-9 - /7 ok,f SIGNATURE CERTIFICATION OF INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issLau e. ��- Dated / - �9- !9' �z���7- SIGNATURE [The Remainder of This Page Was Left Blank Intentionally] 00622 - Contractor's Application for Payment - 03-10 rev 00622 - 4 F:1Public Works\ENGINEERING DIVISION PROJECTS\1415-IR Blvd Sidewalk 37th St to 53rd St\1-Admin\Bids\Bid Documents\Master Contract Documents\00622 - Cont rs Application for Payment - 03-10 rev.doc Rev. 05/01 INDIAN RIVER BLVD SIDEWALK (37TH ST - 53RD ST) PROJECT NO. IRC -1415 FM NO. 436860.1-68-01 Pa v App 6 Item No. Description QTY LI" SCHEDULED VALUE PREVIOUS APPUCATION THIS PERIOD TOTAL COMPLETED % !NUANCE�MATERIALS TO FINISH ����=®' �� 111E a11=11=== 101-1 MOBILIZATION 1 LS $ 30,000.00 30,000.00 1.00 30,000.00 0.00 1.00 30,000.03 100.0096 0.00 0.00 0.00 102-1 MAINTENANCE OF TRAFFIC 1 LS $ 32,557.00 32,557.00 1.00 32,557.00 0.00 1.00 32,557.00 100.0096 0.00 0.00 0.00 104-1 EROSION AND WATER POLLUTION CONTROL 1 LS $ 12,000.00 12,000.00 1.00 12,000.00 0.00 1.00 12,000.00 100.0096 0.00 0.00 0.00 110.1-1 CLEARING AND GRUBBING 1 15 $ 29,993.00 29,993.00 1.00 29,993.00 0.00 1.00 29,993.00 100.0096 0.00 0.00 0.00 1104-10 REMOVAL OF EXISTING CONCRETE 105 SY $ 35.00 3,675.00 105.00 3,675.00 0.00 105.00 3,675.00 100.00% 0.00 0.00 0.00 1201 REGULAR EXCAVATION 289 CY $ 13.80 3,988.20 289.00 3,988.20 0.00 289.00 3,988.20 100.00% 0.00 0.00 0.00 120-6 EMBANKMENT 2,125 CY $ 20.62 43,817.50 3,525.00 72,685.50 192.53 3,969.97 3,717.53 76,655.47 174.94% 0.00 -1,592.53 -32,837.97 425-1-521 INLETS, DT BOT, TYPE C, <10 2 EA $ 2,400.00 4,800.00 2.00 4,800.00 0.00 2.00 4,800.00 100.00% 0.00 0.00 0.00 425-1-551 INLETS, DT BOT, TYPE E, <10' 9 EA $ 3,522.00 31,698.00 9.00 31,698.00 0.03 9.00 31,698.03 100.0096 0.00 0.00 0.00 425-5 MANHOLE, ADJUST EA $ 550.00 550.00 1.00 550.00 0.00 1.00 550.00 100.0096 0.00 0.00 0.00 425-6 VALVE BOXES, ADJUST EA $ 450.00 2,250.00 0.00 0.00 5.00 2,250.00 5.00 2,250.00 100.00% 0.00 0.00 0.00 430-174-112 PIPE CULVERT, ROUND, 12" SD (ACMP) 30 LF $ 29.00 870.00 30.00 870.00 0.00 30.00 870.00 100.00% 0.00 0.00 0.00 430174.115 PIPE CULVERT, ROUND, 15" SD (RCP) 32 LF $ 46.00 1,472.00 32.00 1,472.00 0.00 32.00 1,472.00 100.00% 0.00 0.00 0.00 430-174-118 PIPE CULVERT, ROUND, 18" SD (ACMP) 122 LF $ 40.88 4,987.36 122.00 4,987.36 0.00 122.00 4,987.36 100.00% 0.00 0.00 0.00 430-174-118A PIPE CULVERT, ROUND, 18" 5D (RCP) 104 LF $ 52.00 5,408.00 104.00 5,408.00 0.00 104.00 5,408.00 100.00% 0.00 0.00 0.00 430-984-121 MITERED END SECTION, ROUND, 12" 5D 1 EA $ 1,240.00 1,240.00 1.00 1,240.00 0.00 1.00 1,240.00 100.0096 0.00 0.00 0.00 430.984123 MITERED END SECTION, ROUND, 15" SD 1 EA $ 1,320.00 1,320.00 1.00 1,320.03 0.00 1.00 1,320.00 100.00% 0.00 0.00 0.00 430984-125 MITERED END SECTION, ROUND, 18" SD 3 EA $ 1,600.00 4,800.00 3.03 4,800.00 0.00 3.00 4,800.00 100.00% 0.00 0.00 0.00 515.1-2 PIPE HANDRAIL, GUIDERAIL ALUMINUM 194 LF $ 50.00 9,700.00 194.00 , 9,700.00 0.00 194.00 9,700.00 100.0096 0.00 0.00 0.00 522-2 CONCRETE FOR SIDEWALK, 6" THICK 4,444 SY $ 43.00 191,092.00 4,444.00 191,092.00 0.00 4,444.00 191,092.00 100.0096 0.00 0.00 000 527.2 DETECTABLE WARNINGS 273 SF $ 39.00 10,647.00 273.00 10,647.00 0.00 273.00 10,647.00 100.00% 0.00 0.00 0.00 530-3.4 RIPRAP, RUBBLE, F&I, DITCH LINING 2 TN $ 250.00 50000 2.00 500.00 0.00 2.00 500.00 100.0096 0.00 0.00 0.00 570-1-2 PERFORMANCE TURF, SOD (MATCH EXISTING) 10,190 SY 5 2.00 20,380.00 10,190.00 20,380.00 0.00 10,190.00 20,380.00 100.0096 0.00 0.00 0.00 630-2-11 CONDUIT, FURNISH & INSTALL, OPEN TRENCH 60 LF $ 15.50 930.00 60.00 930.00 0.00 60.00 930.00 100.00% 0.00 0.00 0.00 630-2.12 CONDUIT, FURNISH & INSTALL DIRECTIONAL BORE 80 LF $ 30.00 2,400.00 80.00 2,400.00 0.00 8000 2,400.00 103.00% 0.00 0.00 0.00 34 INDIAN RIVER BLVD SIDEWALK (37TH ST - 53RD ST) PROJECT NO. IRC -1415 FM NO. 4361160-1-58-01 Pay APP 6 Item No. Description QTY UNITSCHEDULED VALUE PREVIOUS APPUCATION THIS PERIOD TOTAL COMPLETED % MATERIALS BALANCE TO FINISH Unit Price Amount QUANTITY Amount QUANTITY Amount QUANTITY Amount STORED QUANTITY Amount 632-7-2 SIGNAL CABLE-REPAIR/REPLACE/OTHER, FURNISH & INSTALL 600 LF $ 11.00 6,600.00 600.00 6,600.00 Geo Grid 0.00 600.00 6,600.00 100.00% 0.00 0.00 0.00 635-2-11 PULL & SPLICE BOX, F&1,13"x24" COVER SIZE 2 EA $ 800.00 1,600.00 2.00 1,600.00 Sidewalks/Inlets 0.00 2.00 1,600.00 100.00% 0.00 0.00 0.00 646-1-11 ALUMINUM SIGNALS POLE, PEDESTAL 5 EA $ 1,520.00 7,600.00 5.00 7,600.00 0.00 5.00 7,600.00 100.00% 0.00 0.00 0.00 646-1-60 ALUMINUM SIGNALS POLE, REMOVE 2 EA $ 350.00 700.00 2.00 700.00 0.00 2.00 700.00 100.00% 0.00 0.00 0.00 653-1-11 PEDESTAL SIGNAL, FURNISH & INSTALL LED COUNTDOWN, WAY 5 AS $ 750.00 3,750.00 5.00 3,750.00 0.00 5.00 3,750.00 100.00% 0.00 0.00 0.00 665-1-11 PEDESTRIAN DETECTOR, FURNISH & INSTALL STANDARD 5 EA $ 165.00 825.00 5.00 825.00 0.00 5.00 825.00 100.00% 0.00 0.00 0.00 700-1-11 SINGLE POST SIGN, F&I GROUND MOUNT, UP TO 12 SF 10 AS $ 315.00 3,150.00 0.00 0.00 10.00 3,150.00 10.00 3,150.00 100.00% 0.00 0.00 0.00 700-1-60 SINGLE SIGN POST, REMOVE 2 AS $ 50.00 100.00 0.00 0.00 2.00 100.00 2.00 100.00 100.00% 0.00 0.00 0.00 706-3 RETRO -REFLECTIVE PAVEMENT MARKERS(AMBER/AMBER) 18 EA $ 5.00 90.00 0.00 0.00 18.00 90.00 18.00 90.00 100.0094 0.00 0.00 0.00 711-11-102 THERMOPLASTIC, STANDARD, WHITE, SOLID, 8" FOR INTERCHANGE AND URBAN ISLAND 10 LF $ 1.16 11.60 0.00 0.00 10.00 11.60 10.00 11.60 100.0094 0.00 0.00 0.00 711-11-123 THERMOPLASTIC, STANDARD, WHITE, SOLID, 12", FOR CROSSWALK AND ROUNDABOUT 1,126 LF $ 1.78 2,004.28 0.00 0.00 1,126.00 2,004.28 1,126.00 2,004.28 100.00% 0.00 0.00 0.00 711-11-125 THERMOPLASTIC, STANDARD, WHITE, SOLID, 24", FOR STOP LINE AND CROSSWALK 153 LF $ 4.65 711.45 0.00 0.00 153.00 711.45 153.00 711.45 100.0096 0.00 0.00 0.00 711-11-170 THERMOPLASTIC, STANDARD, WHITE, ARROW 5 EA $ 75.00 375.00 0.00 0.00 5.00 375.00 5.00 375.00 100.00% 0.00 0.00 0.00 711-11-224 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 18" FOR DIAGONAL OR CHEVRON 28 LF $ 2.76 77.28 0.00 0.00 28.00 77.28 28.00 77.28 100.00% 0.00 0.00 0.00 711-16-201 THERMOPLASTIC, STANDARD, YELLOW, SOLID, 6" 349 LF $ 1.00 349.00 0.00 0.00 349.00 349.00 349.00 349.00 100.00% 0.00 0.00 0.00 711-17 THERMOPLASTIC, REMOVE EXISTING THERMOPLASTIC PAVEMENT MARKINGS 671 SF $ 3.90 2,616.90 0.00 0.00 671.00 2,616.90 671.00 2,616.90 100.00% 0.00 0.00 0.00 999-1 AS -BUILT DRAWING (BY REGISTERED SURVEYOR) 1 LS $ 8,500.00 8,500.00 0.80 6,800.00 0.20 1,700.00 1.00 8,500.00 100.00% 0.00 0.00 0.00 SUBTOTAL 490,135.57 505,568.06 17,405.48 522,973.54 0.00 -32,837.97 FA -01 Force Account 1 LS 50,000.00 50,000.00 17,162.00 0.00 17,162.00 0.00% 0.00 1.00 32,838.00 Force Account SUB TOTAL 50,000.00 17,162.00 0.00 17,162.00 0.00 32,838.00 WCD 1 Geo Grid 1 LS 12,096.00 12,096.00 1.00 12,096.00 0.00 1.00 12,096.00 100.00% 0.00 0.00 12,096.00 WCD 2 Sidewalks/Inlets 1 LS 5,066.00 5,066.00 1.00 5,066.00 0.00 1.00 5,066.00 100.00% 0.00 0.00 5,066.00 INDIAN RIVER BOULEVARD SIDEWALK (37TH STREET TO 53RD STREET) IRC -1415 TOTAL 640,135.67 TOTAL 522,730.06 TOTAL 17,405.48 TOTAL 640,135.54 TOTAL 0.00 TOTAL 0.03 2 AMOUNT COMPLETED TO DATE MATERIALS STORED TO DATE SUB -TOTAL MATERIALS STORED AND COMPLETE TO DATE 540,135.54 $0.00 $540,135.54 35 INDIAN RIVER BLVD SIDEWALK (37TH ST - 53RD ST) PROJECT NO. IRC -1415 FM NO. 436860-1-58-01 Pay App 6 Item No. Description QTY UNIT SCHEDULED VALUE PREVIOUS APPLICATION THIS PERIOD TOTAL COMPLETED Unit Price I Amount QUANTITY' Amount QUANTITY I Amount QUANTITY I Amount MATERIALS BALANCE TO FINISH STORED QUANTITY Amount RETAINAGE OF WORK COMPLETED AT 0% TOTAL COMPLETED AND STORED LESS RETAINAGE LESS PREVIOUS PAYMENT AMOUNT DUE CONTRACTOR 3 50.00 5540,135.54 $496,593.56 $43,541.98 36 1:3 SECTION 00942 - Change Order Form No. 1 DATE OF ISSUANCE: 02/19/2019 EFFECTIVE DATE: 02/19/2019 OWNER: Indian River County CONTRACTOR: TIMOTHY ROSE CONTRACTING. INC. Project: INDIAN RIVER BOULEVARD SIDEWALK FROM 37th STREET TO 53rd STREET OWNER'S Project No.: IRC -1415 OWNER'S Bid No.: 2018026 FM No.: 436860-1-58-01 You are directed to make the following changes in the Contract Documents: Reason for Change Order: The project is complete. This change order is intended to make final adjustments to bid line items in order to finalize the contract amount and release retainage to the Contractor. Attachments: Description of Itemized Changes CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $540.135.57 Substantial Completion: Net decrease of this Change Order: $.03 180 10/12/2018 Contract Price with all approved Change Orders: $540,135.54 Change Order: ACCEPTEDr'' y: Timothy Rose Contracting, Inc. CONTRACTOR (Signature) Date: 2-. 1 k lR CHANGE IN CONTRACT TIMES Description Time Original Contract Time: (days / dates) Substantial Completion: 150 9/12/2018 Final Completion: 180 10/12/2018 Net increase (decrease) this Change Order: (days) Substantial Completion: 90 Final Completion: 90 Contract Time with all approved Change Orders: (days / dates) Substantial Completion: 240 12/11/2018 Final Completion: 270 01/10/2019 RECOMMENDED: ov- By:KirstIn Lelendecker, P.E. ENGINEER (Signature) Date: 2 -07 - 20 APPROVED: By: Richard B. Szpyrka, P.E. OWNER (Signature) Date: IRC-1415_FCO1_20190219 00942 -1 F:1Public Works ENGINEERING DMSION PROJECTSt14154R Blvd Sidwvall.371h St to 63rd SM-Admin1Agende IlemstProfect Closeou0lRC-1415_FC01_20100210.dac Rev. 05101 37 CHANGE ORDER NO. 1 DESCRIPTION OF ITEMIZED CHANGES PROJECT NAME: INDIAN RIVER BOULEVARD SIDEWALK (37TH STREET - 53RD STREET) PROJECT: IRC -1415 BID NO.: 2018045 FM NO.: 436860-1-58-01 Ellitkiktit tigal Watt V -,':::-'4' --11:Zi2r-1,17--WPI:4441:064 ' tialik kliatiiiiM iliaiiiia'aui iiiiiiiiiSaMil 120-6 EMBANKMENT CY 1,592.53 20.62 32,837.97 0.00 WCD 1 GEO GRID LS 1 12,096.00 12,096.00 WCD 2 SIDEWALKS/INLETS LS 1 5,066.00 5,066.00 FA -01 FORCE ACCOUNT 50,000.00 SUBTOTALS 49,999.97 50,000.00 IR BLVD SIDEWALK (37TH ST - 53RD ST) TOTAL $ (0.03) 38 1 F:\Public WorksIENGINEERING DIVISION PROJECTS \1415 -IR Blvd Sidewalk_37th St to 53rd Sh1-Admin \ Agenda Items1Project CloseoutlIRG-1415 _FC0_20190219 CONSENT INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator THROUGH: Richard B. Szpyrka, P.E., Public Works Director FROM: Andy P. Sobczak, Infrastructure Project Manager SUBJECT: Health Department Roof Replacement, IRC -1736 Final Payment, Release of Retainage and Change Order No. 1 DATE: February 7, 2019 DESCRIPTION AND CONDITIONS On February 2, 2018, the Board of County Commissioners awarded Bid No. 2018013 to Advanced Roofing, Inc. in the amount of $509,406.00 for the replacement of the existing Health Department building roof, as well as repairs to the exterior building envelope Change Order No. 1 makes final adjustments to contract bid items resulting in a decrease to the total contract amount by $25,975.00 for a final cost of $483,431.00 and makes final contract time adjustments. Advanced Roofing, Inc. has successfully completed the project and has been paid $457,359.45 with $24,071.55 held in retainage to date. Advanced Roofing, Inc. has submitted Contractor's Application for Payment No. 6 for final payment in the amount of $2,000.00 and release of retainage in the amount of $24,071.55 for a total of $26,071.55. Once the final releases of lien from all subcontractors have been received, reviewed and approved by County staff, payment will be processed. FUNDING Funding in the amount of $26,071.55 is available from the following accounts: Optional Sales Tax Account No. 31522019-066510-16028 Facilities Mgmt/Health Dept Roof $2,000.00 Optional Sales Tax — Retainage Account No. 315-206000-16025 Facilities Mgmt/Health Dept Roof $24,071.55 39 C:\Users\legistar\AppData\Local\Tcmp\BCL Technologies \casyPDF 8\@BCL@EOOD084C\@BCL@EOOD084C.doc Page Two Final Payment, Release of Retainage and Change Order No. 1 for Health Department Roof Replacement February 19, 2019 RECOMMENDATION Staff recommends approval of Change Order No. 1 and payment of Application for Payment No.6 to Advanced Roofing, Inc. in the amount of $26,071.55 for final payment and release of retainage. ATTACHMENTS 1. Contractor's Application for Payment No. 6 2. Change Order No. 1 APPROVED AGENDA ITEM FOR FEBRUARY 19, 2019 40 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@EOOD084C\@BCL@EOOD084C.doc • SECTION 00622 - Contractor's Application for Payment IRC HEALTH DEPARTMENT ROOF REPLACEMENT AND EXTERIOR REPAIR PROJECT Application for Payment No. 06 For Work Accomplished through the oeriod of/O-/ -5 through 2 - 06 -19 To: Indian River County (OWNER) From: Advanced Roof inq, Inc. (CONTRACTOR) Bid No.: 2018013 Project No.: IRC -1736 1) Attach detailed schedule and copies of all paid invoices. 1. Original Contract Price: 2. Net change by Change Orders and Written Amendments (+ or -): 3. Current Contract Price (1 plus 2): 4. Total completed and stored to date: 5. Retainage (per Agreement): 5 % of completed Work: % of retainage: Total Retainage: 6. Total completed and stored to date less retainage (4 minus 5): 7. Less previous Application for Payments: 8. DUE THIS APPLICATION (6 MINUS 7): $509,406.00 $ 0.00 $509,406.00 $483,431.00 $ $ 0.00 $483,431.00 $ 457,359.45 $ 26,071.55 CONTRACTORS CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of alt Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application. for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documentsand not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or fumishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter _212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or subrnitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; 00622 - Contractor's Application for Payment - 03-10 rev 00622 -1 F3PIAIte WonUIENGINEERMG DIVISION PROJECTS11736 IRC Moab Department Roof Repfaeamma PROMS-Rankl I0 DoaunanuVM onot Contract Oacwmnt$100622 - Conlmetor. Appltootbn for Paymont-03.10 rar4oe Rev. 05101 41 ; I : Page 2 of 5 2. Updated Construction Schedule per Specification Section 01310, and Dated STATE OF FLORIDA COUNTY OF INIalAN-RtVER,..2ThirZte- By: (CONTRACTOR - must be signed by an Officer of the Corporation) Tobt0t4-e. forakii Print Name and Title Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared 'Zak:RA- ito triciteen) who being • by me first duly sworn upon oath, says that he/she is the -Prr of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR; and that all of the statem,ts contain sl herein are true, collect, and complete. Subscribed and sworn to before me this riV• day of •Febezicey 20 17. eatnaittr") is personally known to me or has produced as ide NOTARY PUBLIC: Ctiku. (SEAL) Printed name: hada DAWN EMERY ‘11"1:0111n3SION a (x;16,150 I"NI'lltl•S Jarman 2(;. 21,22 Commission No.: Go /4(-1 Commission Expiration: 1,724/ZZ Please remit payment to: Contractor's Name: Advanced Roofing, Inc . Address: 1950 NW 22nd St. Ft. Laudedale, FL 33311 [The remainder of this page was left blank intentionally] 00622 - 2 FSPLASIc WoMIENGINEERING OMSION PROJECTS11736 IRC Health Department Roof Replacement Pnaletnt •MMMOSI Docznentalktnter Centred 0ocumentalCC622 - Contractors Applicanon for Payment- 03-10 me doc Rev. 05t01 00622 - Contractor's Application for Payment - 03-10 rev 42 SURETY'S CONSENT OF PAYMENT TO CONTRACTOR: The Surety, The Guarantee Company of North America USA One Towne Square, Suite 1470, Southfield, MI 48076 Page 3of5 a corporation, in accordance with Public Construction Bond Number 80157871 hereby consents to payment by the OWNER to the CONTRACTOR, for the amounts specified in this CONTRACTOR's APPLICATION FOR PAYMENT. TO BE EXECUTED BY CORPORATE SURETY: tt C I Secretary STATE OF FLORIDA COUNTY OF INDIAN RIVER The Guarantee Company of North America USA Corporate Surety One Towne Square, Suite 1470 Southfield, MI 48076 Busin = Ad • ess BY: - Print Name: William Grefe Griffin Title: Attorney -in -Fact (Affix Corporate SEAL) Before me, a Notary Public, duly commissioned, qualified, and acting, personally appeared William Grefe Griffin to me well known or who produced as identification, who being by me first duly swom upon oath, says that he/she is the Attorney -in -Fact for and that he/she has Eeen authorized by *See Below it to approve payment by the OWNER to the CONTRACTOR of the foregoing Contractor's Application for Payment. Subscribed and swom to before me this 8th day of February 201. TORRE TAYLOR :AMMISSION 0W213292 ✓MFES: MAR 24.2019 Bwmec wrouglrlstState Instal= Notary Public, State of Florida My Commission Expires: 03-24-2019 *The Guarantee Company of North America USA rN# rMr+rr+r vi***V m~dre nt•eN.eeM*rMrrN*a****** +Mf.►eMtdr.w.+f M►Mfe+hArMMrMntwMRMAa** (The remainder of this page was left blank intentionally] 00622-3 MblieVvoglisIENGINEEFING 011PRCJECRC Hugh Demurs%Real RapbcomatPr4eatlAdMaaltCwunakiganalerComma OowaamsaN0322- CaramgohApOlceScnMPayment -WO mABc R.,.GSM 00622 -Contractors Application for Payment- 03-10 rev 43 GUARANTEE' The Guarantee Company of North America USA Southfield, Michigan POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: That THE GUARANTEE COMPANY OF NORTH AMERICA US& a corporation organized and existing under the laws of the State of M ohigan. having ks principal office In Southfield, Michigan, does hereby constitute and appoint Michael Marino. William Grefe Griffin, Tone Taylor, Ricardo Davila Lamar. Elizabeth De La Caridad Lang American Global LLC Its true and lawhd attomey(s)-intact to execute. seal and deliver for and on its behalf as surety. any and all bonds and undertakings, oonbacts of indemnity and other writings obligatory [tithe nature thereof. which are or may be avowed, required or permitted by law, statute. Me, regulation, contractor otherwise. The execution of such instruments) in pursuance of these presents, shall be as binding upon THE GUARANTEE COMPANY OF NORTH AMERICA USA as fully and amply. to all Intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at the principal office. The Power of Attomey Is executed and may be sedated so, and may be revoked. pursuant to and by authority of Article IX, Section 9.03 of the By-laws adopted by the Board of Directors of THE GUARANTEE COMPANY OF NORTH AMERICA USA ata meeting held on the 31• day of December, 2003. The President, or any Vice President, adding with any Secretary or Assistant Secretary, shall have power and authority. 1. To appoint Attomey(s)-in-fact and to authorize Man to execute en behalf of the Company. and attach the Seal of the Company thereto, bonds and undertakings. contracts of indemnity and other writings obligatory in the nature thereof, and 2. To revoke, at any time, any suchAOomey-mdad and revoke the authority given. except as provided below 3. In connection vitt obligations In favor of the Florida Department of Transportation onty, itis agreed that the power and authority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estirretes-on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under is bond. 4. In connection with obfgations in favor of the Kentudry Department of Highways only, it Is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. Further, this Power of Attorney is signed and seated by facsinhle pursuant to resolution of the Board of Directors of the Company adopted ata meeting duly called and held on the 5th day of December 2011, of which the following is a true excerpt: RESOLVED that the signature of any authorized officer and the seal of the Company May be affixed by facsimile to any Power of Attomey or certification thereof authorizing the execution and delivery of any bond. undertaking, contracts of indemnity and other writings obligatory in the nature thereof, and such signature and seat when so used shell have the same force and effect as though manually affixed. IN WITNESS WHEREOF, THE GUARANTEE COMPANY OF NORTH AMERICA USA has caused this instrument to be signed and Its corporate seal to be affixed by its authorized officer, this 2" day of October, 2015. THE GUARANTEE COMPANY OF NORTH AMERICA USA STATE OF MICHIGAN Stephen C. Ruschak, President & ChiefOpereting Officer Randall Mussetman, Secretary County of Oakland On this 2nd day of October, 2015 before me came the individuals who executed the precedng instrument. tome personally known, and being by me duty swam, said that each Is the herein described and authorized officer of The Guarantee Company of North America USA; that the seal affixed to said instrument is the Corporate Seal of said Company, that the Corporate Seal and each signature were duty affixed by order of the Beard of Directors of said company. Cynthia A. Mai Nota,yPubfie• State of Michigan County of Oakland My Commission Expires Februmy 27, 2018 Acting as Oakland County IN WITNESS WHEREOF. I have hereunto set my hand at The Guarantee Company of North America USA offices the day and year above written. a. I, Randall Musselman. Secretary of THE GUARANTEE COMPANY OF NORTH AMERICA USA, d0 hereby certify that the above and foregoing is a trim and correct ropy of a Power of Attorney executed by THE GUARANTEE COMPANY OF NORTH AMERICA USA, which is still in fun force and effect IN WITNESS WHEREOF, x have thereunto set my hand and attached the seal of said Company this lilt •bay of {tbrUCtal I 2.0,1 Randa' Mussalman. Secretary 44 Page 4 of 5 CERTIFICATION OF ENGINEER: certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because • I am not in a position to accurately determine that issue. Dated SIGNATURE CERTIFICATION OF INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and •the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE I*YMMIMMI•ht***MttMhMkRMMMkk4****** ****OMrnNNMMA*****RMItkMR*******Mer int***trMK#4k#Rltt0r#► [The Remainder of This Page Was Left Blank Intentionally] 00622 - Contractors Application for Payment - 03.10 rev 00622-4 F1Publlc WakdENGOJEEROeG OMSION PROJECrS11736 IRO Noah DaperEnxa Roof Replacement PmfxOt-ACMMBI4 DemmerbWlaalorContract Dawmpne100622- CoMfaGofa Apptieetbnfce Peynwit -03.10 raAoo Rev.OS101 45 Page 5 of 5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): 00622 - Contractors Application for Payment -03-10 rev 00622 - 5 EARarlla WarksIENGINEERING DIVISION PROJECTS1173GIRC HeaIT Occarlmert Roof Replacement Prolactlt•Aen:intekl OocumentalMaster Contract OoamantsOO672• Caltmad. Apollo:d n to Payment • 03.10 rav oac Ro . 05!01 46 IRC PROJECT 80.1736 IRC Health Dept Roof Reprecement PAY PPP no.e 47 .. ?/+f♦F..%>TFi.:�Y.:^.'Y: 5. �x':dk.',"i X.G'+�i,:G.ti.MNJJ.ti�J4."l.>, SCHEDULED VALUE PREVIOUS APPUCATION THIS PERIOD TOTAL COMPLETED % MATERIALS BALANCE TO FINISH Item Bo. :oetarvtbn QTY 1 UNIT Unit Price Amount QUANTITY Amount QUANTITY Amount QUANTTTY Amount STORED QUANTITY 1 .. Amount 001 ,ROOFS A, B.C. F. G. L .12. K 20,712 SF 12.676 262,545.31 20,712.00 262,545.31 0.00 20,712.00 262,545.31 1000076 0.00 0.00 0.00 002 ROOF SECTOR D 2520 SF 19.45 49,01400 2520.00 49,01400 0.00 2.52000 49,014.00 100.00% 0.00 003 ROOF SECTOR E RAISE DOORS 753 SF 28.656 21,57797 75300 21,577.97 000 753.00 21,577.97 100.00% 0.00 0.00 0D4 ROOF SECTOR H 1,156 SF 18.72 21,640.32 1,356.00 21,64032 0.00 1,156.00 21,640.32 100.00% 0.00 0.00 005 ROOF SECTOR L 121 SF 18.00 2,17800 12100 2,178.00 0.00 121.00 2,17&00 100.00% 0.00 0.00 006 REPAIR NEW STUCCO COATING 15,000 53' 3.73 55,95000 15,000.00 55,950.00 0.00 15,000.00 55,950.00 1000010 0.00 0.00 0.00 007 NEW SEALAMANINDOWSIDOORS 1 LS 26,500.40 26,500.40 1.0026,500.40 0.00 1.00 16,500.40 100.0096 0.00 0.00 000 SUBTOTALS 439,40600 439,406.00 0.00 439,40600 000 0.00 008 FORCE ACCOUNT 1 LS 70,000.00 25,975.00 0.00 0.00 0.00 0.00 0.00% 0.00 1.00 25,975.00 WCD NO 11 LS 9,423.00 9423.00 1.00 9,433.00 0.00 100 9,42300 100.00% 0.00 0.00 0.00 010 WCD NO 2 AND 31 LS 32,602.00 32,602.00 100 32,602.00 0.00 1.00 32,602.00 100.0010 0.00 0.00 0.00 011 WCD NO 41 LS 2.000.00 2.000.00 100 2,000.00 1.00 2,00000 100.0076 000 0.00 0.00 44,02500 42,02500 2,000.00 44,025.00 0.00 SUBTOTALS 70,000.00 42,025.00 2,000.00 44,025.00 0.00 25,975.00 I I I TOTAL 509406.00 TOTAL 481,431.00 TOTAL 2,000.00 TOTAL 483,431.00 TOTAL 0.00 TOTAL 25,975.00 AMOUNT COMPLETED TO DATE ROUNDING MATERIALS STORED TO DATE SUB -TOTAL MATERIALS STORED AND COMPLETE TO DATE RETAINAGE OF WORK COMPLETED AT S% TOTAL COMPLETED AND STORED LESS RETAINAGE LESS PREVIOUS PAYMENT AMOUNT DUE CONTRACTOR $483,431.00 $0.00 $483,431.00 $0.00 $483431.00 $457,359,45 $26,071.55 47 .. ?/+f♦F..%>TFi.:�Y.:^.'Y: 5. �x':dk.',"i X.G'+�i,:G.ti.MNJJ.ti�J4."l.>, CC-CO24413 ESTABLISHED 1983 WAIVER AND RELEASE OF LIEN UPON FINAL PAYMENT ESTABLISHED •1983 The undersigned lienor. in consideration of the sum of Twenty Six Thousand Seventy One Dollars and Fifty Five Cents hereby waives and releases its lien and right to claim a lien for labor. services. or materials furnished to INDIAN RIVER COUNTY on the job INDIAN RIVER HEALTH DEPARTMENT to the following property: INDIAN RIVER HEALTH DEPT 180027TH STREET VERO BEACH. FL 32960 This waiver and release does not cover any retention of labor. services. or materials furnished after date specified and is contingent upon the receipt and clearance of above mentioned funds. Dated on February 8, 2019 By: STATE OF FLORIDA COUNTY OF SEMINOLE ADVANCED ROOFING, INC. Joshurdon Pro . Manager The foregoing instrument was acknowledged before me this 8th day of February, 2019 by Joshua Gordon as Project Manager of Advanced Roofing. Inc.. on behalf of the corporation. He/she is personally known to me, or has produced as identification, and did/did not take an oath. If no type of identification is indicated. the above named person is personallyii in to me. Seal: „te '4.., DAWN EMERY 'IY CU\ missI1I\ . t;OH.15%X t\PIRIEs Jnmrin 26. 21,22 aukt.f Notary Public, State of Florida at L: IiIrw.e tmeedrn.flWcoin SOUTH FI (IRIr1A OFFICE 1950 NW 22,. STREET 1 FORT LAUDERDALE. FLORIDA 33311 800 638.6869 TEL 954.522.6868 FAX 954.566.2967 48 SECTION 00942 - Change Order Form No. 1 DATE OF ISSUANCE: 02/19/2019 EFFECTIVE DATE: 02/19/2019 OWNER: Indian River County CONTRACTOR ADVANCED ROOFING, INC. Project: IRC HEALTH DEPARTMENT ROOF REPLACEMENT OWNER's Project No. IRC -1736 OWNER'S Bid No. 2018013 You are directed to make the following changes in the Contract Documents: Reason for Change Order: The project is complete. This change order is intended to make final adjustments to bid line items in order to finalize the contract amount and release retainage to the Contractor. Attachments: Description of Itemized Changes CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $509,460.00 150 Net decrease of this Change Order: $25,975.00 Contract Time with all approved Change Orders: Substantial Completion: Final Completion: Contract Price with all approved Change Orders: $483.431.00 AC y: Advanc-d Roofing, Inc. CONTRACTOR (Signature) Date: 2 CHANGE IN CONTRACT TIMES Description Time Original Contract Time: Substantial Completion: Final Completion: (days) 120 150 Net increase (decrease) this Change Order. Substantial Completion: Final Completion: (days) 64 64 Contract Time with all approved Change Orders: Substantial Completion: Final Completion: (days) 184 214 REC MMENDED: Bv: Andrew Sobczak ENGINEER (Signature) Date: 2111 C 1cl APPROVED: By: Richard B. Szpyrka, P.E. OWNER (Signature) Date: 00942 -1 C.IUserslJoshgWppOata\LocallMicrosott\Windows\lNetCache\Content Outlookl6YGJEV5M\IRC-1736_C01 20190219.doc Rev. 05101 IRC -1736_C01_20190219 49 ......,7__R.'U' . .,!rrr.;rrrf..+X.%i.'+,�yL!?'�d't%r..'.i��7rr.� �r xr'.."�;�!^: y•.'�.%:....`s'!'?q:':;:�3C3!'d.l��.�.:,c!:!;::_".'�..' .�.,r_"-:t��"':'S.'.f/.5 u.,.s...... CHANGE ORDER NO. 1 DESCRIPTION OF ITEMIZED CHANGES PROJECT NAME: IRC HEALTH DEPARTMENT ROOF REPLACEMENT IRC -1736 BID NO. 2018013 Item No. Description Unit Quantity Unit Price Price Increase Price Decrease WCD 1 REPLACEMENT OF WOOD NAILING STRIP LS 1 9,423.00 9,423.00 WCD 2 & 3 REMOVAL OF STUCCO LS 1 32,602.00 32,602.00 WCD 4 WALL FLASHING ADHERENCE LS 1 2,000.00 2,000.00 008 FORCE ACCOUNT LS 1 70,000.00 SUBTOTALS 44,025.00 70,000.00 IRC HEALTH DEPARTMENT ROOF REPLACEMENT TOTAL $ (25,975:00) 1 ClUsers C01_20190219 50 CONSENT INDIAN RIVER COUNTY, FLORIDA MEMORANDUM TO: Jason E. Brown, County Administrator THROUGH: Richard B. Szpyrka, P.E., Public Works Director FROM: Andy P. Sobczak, Infrastructure Project Manager SUBJECT: Final Payment, Release of Retainage and Change Order No. 1 for IRC West WWTP Roof Replacement, IRC -1803 DATE: February 8, 2019 DESCRIPTION AND CONDITIONS On September 11, 2018, the Board of County Commissioners awarded Bid No. 2018074 to Southern Coatings, Inc. in the amount of $40,197.00 to construct a replacement roof at the County's West Waste Water Treatment Plant, located at 8405 8th Street. Change Order No. 1 makes final adjustments to contract bid items resulting in a decrease to the total contract amount by $500.00 for a final cost of $39,697.00 and makes final contract time adjustments. Southern Coatings, Inc. has successfully completed the project and has been paid $34,140.15 with $1,796.85 held in retainage. Southern Coatings, Inc. has submitted Contractor's Application for Payment No. 2 for final payment of $3,760.00 and release of retainage in the amount of $1,796.85 for a total of $5,556.85. FUNDING Funding total of $5,556.85 is available from the following accounts: Utilities R & R Account No. 47123536-044699-18518 WRWWTF Roof Replacement $3,760.00 Utilities R & R - Retainage Account No. 471-206000-18518 WRWWTF Roof Replacement $1,796.85 RECOMMENDATION Staff recommends approval of Change Order No. land payment of Contractor's Application for Payment No. 2 in the amount of $5,556.85. ATTACHMENTS Contractor's Application for Payment No. 2 Change Order No. 1 APPROVED AGENDA ITEM FOR FEBRUARY 19, 2019 51 C:\Users\Iegistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@380E399D\@BCL@380E399D.doc SECTION 00622 - Contractor's Application for Payment IRC WEST WWTP ROOF REPLACEMENT Application for Payment No.2 For Work Accomplished through the period of 11/06/2018 through 1/31/2019 To: Indian River County (OWNER) From: SOUTHERN COATINGS INC. (CONTRACTOR) Project No.: IRC -1803 Bid No.: 2018074 1) Attach detailed schedule and copies of all paid invoices. 1 Original Contract Price: $40,197.00 2. Net change by Change Orders and Written Amendments (+ or -): $0.00 3. Current Contract Price (1 plus 2): $39,697.00 4. Total completed and stored to date: $39.697.00 5 Retainage (per Agreement): 5 % of retainage: �0 Total Retainage: 6. Total completed and stored to date less retainage (4 minus 5): $39,697.00 7. Less previous Application for Payments: $34,140.15 8. DUE THIS APPLICATION (6 MINUS 7): $5.556.85 CONTRACTOR'S CERTIFICATION: UNDER PENALTY OF PERJURY, the undersigned CONTRACTOR certifies that (1) the labor and materials listed on this request for payment have been used in the construction of this Work; (2) payment received from the last pay request has been used to make payments to all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, below; (3) title of all Work, materials and equipment incorporated in said Work or otherwise listed in or covered by this Application for Payment will pass to OWNER at time of payment free and clear of all Liens, security interests and encumbrances (except such as are covered by a Bond acceptable to OWNER indemnifying OWNER against any such Lien, security interest or encumbrance); (4) all Work covered by this Application for Payment is in accordance with the Contract Documents and not defective; and (5) If this Periodic Estimate is for a Final Payment to project or improvement, I further certify that all persons doing work upon or fumishing materials or supplies for this project or improvement under this foregoing contract have been paid in full, and that all taxes imposed by Chapter 212 Florida Statutes, (Sales and Use Tax Act, as Amended) have been paid and discharged, and that I have no claims against the OWNER. Attached to or submitted with this form are: 1. Signed release of lien forms (partial or final as applicable) from all subcontractors, laborers, materialmen and suppliers except as listed on Attachment A, together with an explanation as to why any release of lien form is not included; 00622 -1 C:\UserslJlmmylDesktop\Billings\!RC-1803 PA1_20181106-1 - Rev 2.8.2019 cloc Rev 05101 IRC -1803 PA1 20181106-1 - Rev. 2-8-2019 52 2. Updated Construction Schedule per Specification Section 01310, and . - Dated February 8, 2019 By: •� STATE OF FLORIDA COUNTY OF INDIAN RIVER Page 2 of 5 (CONTRACTOR — must be signed by an Officer of the Corporation) Scott Biederman — President Print Name and Title Before�j me, a Notary Public, duly commissioned, qualified, and acting, personally appeared CI.�Otto ono AN_ who being by me first duly sworn upon oath, says that he/she is the )1%ci&o.,,, A-- of the CONTRACTOR mentioned above and that he/she has been duly authorized to act on behalf of it, and that he/she executed the above Contractor's Application for Payment and Contractor's Certification statement on behalf of said CONTRACTOR; and that all of the statements contained herein are true, correct, and complete. Subscribed and sworn to before me this DS day of noho t:1 rt`,rlT , 20 1q . `xc-:* Q \.e�C,..urv-T.A v-\ ers ovally to me or has produced as identification. 0 t NOTARY PUBLIC: -INQ 0i it, tv (SEAL) Printed name: CbPrt3 v"'r4CHERYL DUNCAN jai• MY COMMISSION # GG033600 '.",�;��;�+' EXPIRES September 26, 2020 Commission No.. to ('. Commission Expiration: ` np f , Please remit payment to: Contractor's Name: _ Southern Coatings, Inc. Address: _ 2241 NW 22nd Street, #201 Pompano Beach, FL 33069 *>tr******************************************************,v*******************+rye,ear,tart******** err***** * [The remainder of this page was left blank intentionally] 00622-2 CAUsersUmmyTesktopleillings\IRC-1803 PA1_20181106.1- Rev. 2-8.2019.doc Rev 05/01 IRC -18032A1_20181106-1 - Rev. 2-8-2019 53 PROJECT NO. IRC -180.1 IRC WEST WIMP ROOF REPLACEMENT PAY APP NO. 1 Item No. 001 A B D E F 11,466,109W - -1 UNIT SCHEDULED VALUE r OW 1 Unit Price I Amount PREVIOUS APPUCATION QUANTITY1_ . 1 OD ' 1.00 1.00 1.00 , • 1.00 0.95 THIS PERIOD TOTAL COMPLETED Amount QUANTTTYT Amount QUANITTY 1 Amc,8_J % 100.0096 100.00% 100.00% 100.00% 100.00% 100.00% MATERIALS i STORED . . • 0.00 r 0.00 • 0.00 0.00 7 • 0.00 . 0.00 3 0.00 HAWKE QUANTttY 1 0.00 000 000 0.00 0.00 • 0.00 .. TO FINISH Amount . 0.00 . 000 0.00 0.00 0.00 2. . 0.00 . . 0.00 STEEP SLOPE SHINGLE ROOF AREAS ' 1 5,718.00 5,718.00 • • • . 1 - 1,429.00 1,429.00 I 1 . 750 03 . 75000 ! 1 1,200.00 1,200.00 1 3,500.00 . 3,500.00 1 17,600.00 17,600.00 . : 30,147.00 1 5,718.00 0.00 100 5,718.00 . • : ' • 1,429.00 . • 0.00 i 1.00 1429.00 ,.- 1 750.00 ' ; 0.00 , 1.00 750.00 ' • 1,200.00 ; 0.00 1.00 1,200.00 , 3,500.00 : 0.00 ' 1.00 3,500.00 ' 15,840.00 0.10 1,760.00 1.00 . 17,600.00 24437.00 1,7E0.00 .. ' 30,197.00 ' :REMOVAL AND DISPOSAL OF ALL EXISTING SHINGLES, UNDERLAYMENT, LS 'DOWN TO THE WOOD DECK. !REMOVAL AND DISPOSAL OF ALL SHEET METAL FLASHINGS 1 is iAND TRIM. 1, REMOVAL AND DISPOSAL OF ALL GUTTERS AND ; LS i REMOVAL AND DLSPOSAL OF ALL GUTTER EDGE WOOD FACIA - LS !BOARDS. 'REPAIR OF EXISTING SUBSTRATES LS ; 1000 SF PROVIDE A MINIMUM OF !PROVIDE NEW SHEATHING, SELF -ADHERED UNDERAYMENT, -----, SHINGLES, SHEET METAL FLASHINGS AND TRIM, GUTTERS LS [AND DOWNSPOUTS . STEEP -SLOPE SHINGLE ROOF AREAS SUWTOTAL . .. .. -.. - 002 :INSTALLATION I. 003 1DRAWING REMOVE THE DUSTING UGHTTNG PROTECTION/GROUNDING SYSTEM P8100 70 COMMENCEMENT OF ROOF REPLACEMENT WORK. UPON COMPLETION OF FU1SHING AND SHEET METAL LS ; INSTALLATIONALL NEW OR EXISTING PARETS, , COMPONENTS OR MATERIALS W01 BE REINSTALLED TO MEET LIL REQUIREMENTS AT THE TIME OF INTON , 1 1 ; 2,500.00 - 2,500.00 ' 2,500.00 2,500.00 1.00 1.00 , , . . . : 2,50000 0.00 1.00 2.500.00 • - 100.00% 0.00 0.00 . . • 0.00 ! 0.00 ' 0.00 000 REPAIR OF EXISTING GABLE WALL SHEATHING (SEE Ls Hi OP THIS ADDENDUM) -.. 2,500.00 0.00 1.00 2,500.00 ' 103.00% .. ,..... ' .- .• .• - - , SUB TOTAL : : , 30,197.00 ' . 7 I • 33,437.00 1,760.00 1 35,197.00 • • 0.00 0.00 . . . . , - . . . . . 3 LS •.- Wan PAINT ALL WOOD . Ls wanA 'ETRO FIT GUTTERS SUB TOTAL FORCE ACCOUNT LS 1 1 1 : 2,500.00 2,000.00 5,000.00 . • i : ! • 2,500.00 2,000.00 4,500.00 500.00 1.00 , • ,; 2,500.00 0.00 1.00 2,500.00 , 0.00 1.00 ; 2,000.00 1.00 ' 2,000.00 ! - 2.500.00 , , 2,000.00 4,500.00 ' 100.00% 100.00% i 0.00 0.00 0.00 0.00 ..- 0.00 0.00 1.00 0.00 0.00 1 ONO 50000 0.00 : 0.00 ; 0.00 . 0.0096 ....... . . ...., - . . .. . .-• ..- .. . . .. , , . ,IRC WEST WWTP ROOF REPLACEMENT . . TOTAL 40,197.00 TOTAL i t ( 35,937.00, TOTAL 3,760.001 TOTAL 39,697.003 TOTAL 0.1204 TOTAL i 500.00 539,697.00 50 .00 $39,597.00 AMOUNT COMPLETED TO DATE MATERIALS 570050 70 DATE SUB -TOTAL MATERIALS STORED AND COMPLETE TO DATE RETAINAGE OF WORK COMPLETED TOTALCOMPLETED AND STORED LESS RETAINAGE LESS PREVIOUS PAYMENT ' L. _ L ..... ..... $11AP7,00. $3,3,140.15 .... $5,g5.5$. AMOUNT DUE CONTRACTOR 54 Page 4 of 5 CERTIFICATION OF ENGINEER: I certify that I have reviewed the above and foregoing Periodic Estimate for Partial Payment; that to the best of my knowledge and belief it appears to be a reasonably accurate statement of the work performed and/or material supplied by the Contractor. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE CERTIFICATION OF INSPECTOR: I have checked the estimate against the Contractor's Schedule of Amounts for Contract Payments and the notes and reports of my inspections of the project. To the best of my knowledge, this statement of work performed and/or materials supplied appears to be reasonably accurate, that the Contractor appears to be observing the requirements of the Contract with respect to construction, and that the Contractor should be paid the amount requested above, unless otherwise noted by me. I am not certifying as to whether or not the Contractor has paid all subcontractors, laborers, materialmen and suppliers because I am not in a position to accurately determine that issue. Dated SIGNATURE *****************irk*********************************k***k**************************k**************** [The Remainder of This Page Was Left Blank Intentionally] IRC -1803 PAI 20181106-1 00622 - 4 C:1Uaers1JimmylAppDatallotalMorosoMWintlowsltNelCatllelCOMent OulJ nI M37PBV0511RC-1803_PA1 20181188-1 dao Rav 05101 55 Page 5 of 5 ATTACHMENT A 1. List of all subcontractors, laborers, materialmen and suppliers who have not been paid from the payment received from the last Pay Request and the reason why they were not paid (attach additional pages as necessary): 2. List of all subcontractors, laborers, materialmen and suppliers for which a signed release of lien form (partial or final as applicable) is not included with this Pay Request, together with an explanation as to why the release of lien form is not included (attach additional pages as necessary): IRC -1803 PA7 20181106-1 00622 - 5 C:WsersUimmy1AppOate1LocaMlicrosof6Wlndows1NelCocholContont OodookiA37P6Y0511RC-1803 PA1 20181108-1 doc Rev 05/01 56 SECTION 00942 - Change Order Form No, 1 DATE OF ISSUANCE: 2/19/2019 EFFECTIVE DATE:2/19/2019 OWNER: Indian River County CONTRACTOR Southern Coatings, Inc. Project: IRC West WWTP Roof Replacement OWNER's Project No. IRC -1803 OWNER'S Bid No. 2018074 You are directed to make the following changes in the Contract Documents: Reason for Change Order: The project is complete. This change order is intended to make final adjustments to bid line items in order to finalize the contract amount and release retainage to the Contractor. Attachments: Description of Itemized Changes CHANGE IN CONTRACT PRICE: Description Amount Original Contract Price $40.197.00 Net increase this Change Order. Substantial Completion: Final Com • letion: Net decrease of this Change Order: $500.00 (days) 51 66 Contract Price with all approved Change Orders: $39.697.00 ACCEPTED: By: Southern Coatings, Inc. CONTRACTOR (Signature) Date: ig izoiq CHANGE IN CONTRACT TIMES Descri 'ton - Time Original Contract Time: Substantial Completion: Final Com ' letion: (days) 30 45 Net increase this Change Order. Substantial Completion: Final Com • letion: (days) 21 21 Contract Time with all approved Change Orders: Substantial Completion: Final Com . letion: (days) 51 66 REC MMENDED: By:Andr w Sobczak ENGINE (Signature) Date: APPROVED: By: Richard B S7pyrka, P F OWNER (Signature) Date: IRC -1803_C01_20190219 00942 -1 PIPublic WorksIENGINEERING DIVISION PROJECTStI803 IRC West WWTP Root Replacement\1-AdminlAgenda Ilems(Projecl CloseautlIRC-1803 C01_0190219 dac Rev, 05!01 57 CHANGE ORDER NO. 1 DESCRIPTION OF ITEMIZED CHANGES PROJECT NAME: IRC WEST WWTP ROOF REPLACEMENT PROJECT NO.: IRC -1803 BID NO.: 2018074 Item No. Description Unit Quantity Unit Price Price Increase Price Decrease WCD 1 PAINT ALL WOOD LS 1 2,500.00 2,500.00 WCD 2 RETRO FIT GUTTERS LS 1 2,000.00 2,000.00 FORCE ACCOUNT LS 1 5,000.00 5,000.00 SUBTOTALS 4,500.00 5,000.00 IRC WEST WWTP ROOF REPLACEMENT TOTAL 1 $ (500.00) I F:1Pubic WorkslENO}NEERINO DIVISIONW W DIVISION PROJECTS11e03 IRO West 1P Roof Replecemen111-AdmlrM endo ItemslProject CloaeoulURC-1803,C01J0100219 58 CONSENT: 2/19/2019 Office of INDIAN RIVER COUNTY ATTORNEY Dylan Reingold, County Attorney William K. DeBraal, Deputy County Attorney Kate Pingolt Cotner, Assistant County Attorney MEMORANDUM TO: Board of County Commissioners FROM: William K. DeBraal - Deputy County Attorney DATE: February 11, 2019 SUBJECT: Resolution Cancelling Taxes on Property Purchased from Central Groves Corp. for 66th Avenue Widening Project A parcel consisting of 18.59 acres has been purchased by Indian River County from Central Groves Corp. for right-of-way and a stormwater retention pond in connection with the 66th Avenue road widening project; and a resolution is presented for the purpose of earmarking the public use of the property and cancelling any delinquent or current taxes which may exist on the property. FUNDING: There is no cost associated with this item. RECOMMENDATION: Authorize the Chairman of the Board of County Commissioners to execute the Resolution to cancel certain taxes upon the property purchased for right-of-way and a stormwater retention pond, and the Clerk to send a certified copy of the Resolution to the Tax Collector and the Property Appraiser so that any delinquent or current taxes can be cancelled. /nhm Attachment: Resolution Attachment to Resolution (Warranty Deed) cc: Carole Jean Jordan - Tax Collector Wesley Davis - Property Appraiser 59 purchase from Central Groves Corp. for 66th Avenue widening project RESOLUTION NO. 2019- A RESOLUTION OF INDIAN RIVER COUNTY, FLORIDA, CANCELLING CERTAIN TAXES UPON PUBLICLY OWNED LANDS, PURSUANT TO SECTION 196.28, FLORIDA STATUTES. WHEREAS, section 196.28, Florida Statutes, allows the Board of County Commissioners of each County to cancel and discharge any and all liens for taxes, delinquent or current, held or owned by the county or the state, upon lands heretofore or hereafter conveyed to or acquired by any agency, governmental subdivision, or municipality of the state, or the United States, for road purposes, defense purposes, recreation, reforestation, or other public use; and WHEREAS, such cancellation must be by resolution of the Board of County Commissioners, duly adopted and entered upon its minutes properly describing such lands and setting forth the public use to which the same are or will be devoted; and WHEREAS, upon receipt of a certified copy of such resolution, proper officials of the county and of the state are authorized, empowered, and directed 1 60 RESOLUTION NO. 2019 - to make proper entries upon the records to accomplish such cancellation and to do all things necessary to carry out the provisions of section 196.28, F.S.; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY, FLORIDA, that any and all liens for taxes delinquent or current against the following described lands, which were purchased from Central Groves Corp. for right-of-way and a stormwater retention pond in connection with the 66th Avenue road widening project, are hereby cancelled pursuant to the authority of section 196.28, F.S. See attached Warranty Deed describing lands, recorded in O.R. Book 3181 at Page 1896 and re- recorded in O.R. Book 3182, Page 2054, Public Records of Indian River County, Florida. The resolution was moved for adoption by Commissioner , and the motion was seconded by Commissioner , and, upon being put to a vote, the vote was as follows: Commissioner Bob Solari, Chairman Commissioner Susan Adams, Vice Chairman Commissioner Joseph E. Flescher Commissioner Tim Zorc Commissioner Peter D. O'Bryan 2 61 RESOLUTION NO. 2019 - The Chairman thereupon declared the resolution duly passed and adopted this day of February, 2019. BOARD OF COUNTY COMMISSIONERS INDIAN RIVER COUNTY, FLORIDA By Bob Solari, Chairman ATTEST: Jeffrey R. Smith, Clerk of Court and Comptroller By: Deputy Clerk Tax Certificates Outstanding X Yes No Current Prorated Tax Received and Deposited with Tax Collector $338.79 3 62 3120190007820 RECORDED IN THE RECORDS OF JEFFREY R. SMITH, CLERK OF CIRCUIT COURT INDIAN RIVER CO FL BK: 3182 PG: 2054, 2/7/2019 3:01 PM This Instrument Prepared by and Return to: Jason Beal Atlantic Coastal Land Title Company, LLC 855 21st Street, Suite C Vero Beach, Florida 32960 Our File No.: 49084389 Property Appraisers Parcel Identification (Folio) RECORDED DATE 2/4/19 TIME 2:25PM OR BOOK 3181 PAGE 1896 DOCUMENT NO 3120190006954 INDIAN RIVER COUNTY Number: 32390600001016000004.0 This deed is re-recorded to correct a scrivener's error by removing the amount paid for Florida Documentary Stamps. This deed is exempt and not subject to tax. Space above this line for Recording Data WARRANTY DEED THIS WARRANTY DEED, made the 4th day of February, 2019, by Central Groves Corp., a Florida corporation, whose post office address is P. O. Box 643426, Vero Beach, FL 32964, herein called the Grantor, to Indian River County, a Political Subdivision of the State of Florida, whose post office address is 1801 21st Street, Vero Beach, FL 32960, hereinafter called the Grantee: (Wherever used herein the terms "Grantor" and "Grantee" include all the parties to this instrument and the heirs, legal representatives and assigns of individuals, and the successors and assigns of corporations) W 1 T N E S S E T H: That the Grantor, for and in consideration of the sum of Ten and 00/100 (S10.00) and other valuable considerations, receipt whereof is hereby acknowledged, hereby grants, bargains, sells, aliens, remises, releases, conveys and confirms unto the Grantee all that certain land situate in INDIAN RIVER County, State of Florida, viz.: Legal Description of the Miami Block Tract 16, Less the West 20 Acres in Section 6, Township 32 South, Range 39 East, according to the Plat of Lands of the Indian River Farms Company, filed in the Office of the Clerk of the Circuit Court of St, Lucie County, Florida, in Plat Book 2, Page 25, said land now lying and being in Indian River County, Florida; AND the West .245 Acres of the East 20.49 Acres of Tract 15, and the East .245 Acres of the East 20.49 Acres of Tract 15, all in Section 6, Township 32 South, Range 39 East, according to the Plat of Lands of the Indian River Farms Company filed in the Office of the Clerk of the Circuit Court of St. Lucie County, Florida, in Plat Book 2, Page 25, said land now lying and being in Indian River County, Florida. Subject to easements, restrictions and reservations of record and taxes for the year 2019 and thereafter. Pursuant to Rule 12B-4013, F.A.C, this Warranty Deed is given to a governmental entity under threat of condemnation or as part of an out-of-court settlement of condenmation proceedings, and is not subject to tax. TOGETHER, with all the tenements, hereditaments and appurtenances thereto belonging or in anywise appertaining. TO HAVE AND TO HOLD, the same in fee simple forever. AND, the Grantor hereby covenants with said Grantee that the Grantor is lawfully seized of said land in fec simple; that the Grantor has good right and lawful authority to sell and convey said land, and hereby warrants the title to said land and will defend the same against the lawful claims of all persons whomsoever; and that said land is free of all encumbrances, except taxes accruing subsequent to December 31, 2018. File No.: 49084389 63 BK: 3182 PG: 2055 IN WITNESS WHEREOF, the said Grantor has signed and sealed these presents the day and year first above written. Signed, sealed and delivered in the . resence of: Wi Witness #2 Printed Name State of Florida County of Indian River Centr;I Groves Corp., a Florida corporation The foregoing instrument Was acknowledged before me this day of February, 2019, by Benjamin F. Bailey, III, President of Central Groves Corp., a Florida corporation, who is personally known to me or has produced as identification. SEAL My Commission Expires: - JASON, A. BEAL Notary Public - State of Florida Cornmiwon # Cu" 017550 • /1y Comm. Expires Oct.11, 202 aP 0 '^ oz Boddedthrou h `''�`'.� g National Notary.Assn. File No.: 49084389 Printed Notary Name crn 64 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM CONSENT TO: Jason E. Brown, County Administrator THROUGH: Richard B. Szpyrka, P.E., Public Works Director James W. Ennis, P.E., PMP, County Engineer FROM: William Johnson, P.E., Roadway Production Engineer SUBJECT: Work Order No. 1 —Anderson Andre Consulting Engineers, Inc. Gifford Neighborhood to 45th Street Beautification Phase II (43'd Ave — 28th Ct) Testing Services (IRC -1748) DATE: February 11, 2019 DESCRIPTION AND CONDITIONS On December 04, 2018, the Board of County Commissioners approved the annual agreement for Professional Geotechnical Services, with Andersen Andre Consulting Engineers, Inc. for various services including, but not limited to, field and laboratory construction materials testing in Indian River County. The purpose of Work Order No. 1 is to provide laboratory testing and material engineering related services to addresses Action Item 9.3 of the Gifford Neighborhood Plan, which was scheduled for completion by 2018. Under Action 9.3 the County agreed to improve and beautify the segment of 45th Street from 43rd Avenue to US #1 with Phase II improvements. The improvements would include enclosing Sub -lateral 'H' canal by culverting certain portions of the canal on the south side of 45th Street, adding a 6 -foot sidewalk, and adding landscaping improvements. As project developed, culverting of the entire canal from Lateral H to east of 43rd Avenue was anticipated by the Gifford Community. Andersen Andre Consulting Engineers, Inc. submitted the proposal outlined in the attached Work Order No. 1 and Scope of Services (Exhibit A) for a not -to -exceed amount of $36,215.00. FUNDING Funding is budgeted in Account Number 10921441-066510-03023/Secondary Roads/45th Street Beautification ("West End" Culverting - Construction) in the amount of $33,715.00 and $2,500.00 from Account Number 471-169000-16503/Utilities WIP/45th Street Water Main/24th — 43rd Ave for a total of $36,215.00. RECOMMENDATION Staff recommends approval of Work Order No. 1 to Andersen Andre Consulting Engineers, Inc. authorizing the professional services as outlined in the Scope of Services (Exhibit A) and requests the Board to authorize the Chairman to execute Work Order No. 1 on their behalf for a not -to -exceed amount of $36,215.00. ATTACHMENTS Work Order No. 1 Scope of Services (Exhibit A) APPROVED AGENDA ITEM FOR February 19, 2019 65 C:\Users\legistar\AppData\Local\Temp\BCL Technologies \easyPD F 8\@BCL@580EB6EC\@BCL@580E B6EC.doc WORK ORDER NUMBER 1 IRC -1748 45th Street Beautification Project — Phase!! From 43rd Avenue to 28th Court This Work Order Number 1 is entered into as of this day of , 201_, pursuant to that certain Annual Professional Geotechnical Engineering Services Agreement, dated December 04, 2018 collectively referred to as the "Agreement", by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Andersen Andre Consulting Engineers, Inc.. ("GEOTECHNICAL PROFESSIONAL"). The COUNTY has selected the GEOTECHNICAL PROFESSIONAL to perform the professional services set forth on Exhibit A (Scope of Services), attached to this Work Order No. 1, and made part hereof by this reference. The professional services will be performed by the GEOTECHNICAL PROFESSIONAL for the fee schedule set forth in Exhibit A (AACE Proposal P18-1037 dated November 6, 2018), attached to this Work Order and made a part hereof by this reference. The GEOTECHNICAL PROFESSIONAL will perform the professional services within the timeframes more particularly set forth in Exhibit A, attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in 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. GEOTECHNICAL PROFESSIONAL: BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY By: �.'(/ By: David P. Andre, P.E. Bob Solari , Chairman Title: Principal BCC Approved Date: Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Approved: Approved as to form and legal sufficiency: Deputy Clerk Jason E. Brown, County Administrator Dylan T. Reingold, County Attorney 66 ANDERSEN ANDRE CONSULTING ENGINEERS, INC. Geotechnical Engineering Construction Materials Testing Environmental Consulting Indian River County, Engineering Division 1801 27" Street Vero Beach, Florida 32960 Attention: Mr. William Johnson, P.E. Roadway Production Engineer EXHIBIT 'A' PROPOSAL FOR CONSTRUCTION MATERIALS TESTING SERVICES 45TH STREET BEAUTIFICATION PROJECT PHASE II IRC -1748 INDIAN RIVER COUNTY, FLORIDA AACE Proposal No. P18-1037 April 12, 2018 Revised November 6, 2018 Revised February 11, 2019 As requested, Andersen Andre Consulting Engineers, Inc. (AACE) is pleased to present this cost estimate for construction materials testing services relative to the 45" Street (aka Gifford) Beautification Project (Phase II). Based on our review of the Construction Plans for the project prepared by Kimley-Horn (dated March 2018), it is our understanding that the project consists of piping an open canal for an approximate distance of approximately 4,000 LF. The canal is located on the south side of 45`s Street and ranges in depth from approximately 6 to 10 feet deep. It will be necessary to over -excavate portions of the canal to accommodate the RCP (36" to 84"), and perhaps widen the canal for the purpose of installing 3,600 LF of Type II underdrain. Other project elements that will require testing include roadway restoration, utility installations and sidewalk construction. Unless otherwise communicated to us, we anticipate that our role for the project will include the following: 1. Performing density testing for storm drain piping backfill, water main trench backfill, roadway restoration and for sidewalk subgrade; 2. Performing laboratory testing of soils and base rock (e.g., Proctor and LBR sampling); 3. Performing compressive strength testing of concrete useed in sidewalk construction. Based upon our understanding of the project plans and our prior experience with projects similar to this one, we estimate the cost of the services will be approximately $36,215.00. The actual cost of AACE's testing services will be a function of work actually performed in accordance with the attached unit fee schedule (in accordance with the continuing service contract between Indian River County and AACE, Contract #2018042). Contractor efficiency, methodology and changes in testing frequencies may affect the testing cost. We will notify you in advance if it appears that the cost estimate will be exceeded. If the terms above are acceptable to you, please sign and return the Professional Services Agreement as an indication of your acceptance and authorization to proceed with the work. Please contact us if you should have any questions concerning this cost estimate. Best Regards, ANDERSEN ANDRE CONSULTING ENGINEERS, INC. David P. Andre, P.E. Peter G. Andersen, P.E. Principal Engineer Principal Engineer 834 SW Swan Avenue, Port St. Lucie, Florida 34903 Ph: 772-807-9191 Fx: 772-807-9192 www.aaceinc.com 67 45TH STREET BEAUTIFICATION PROJECT PHASE II (IRC -1748) -2- AACE Proposal No. P18-1037 Proposed Testing Frequency The following in-place density testing frequencies are typically employed by AACE for similar roadway projects: Roadways: Natural Ground -1 test performed 1 foot into natural ground per 100 lineal feet, per travel direction (minimum of 2 tests per lane) Embankment - 1 test per 100 lineal feet, per travel direction, per 12 -inch lift (minimum of 2 tests per lane) Stabilized Subgrade -1 test per 100 lineal feet, per travel direction, per 12 -inch lift (minimum of 2 tests per lane) Base Course - 1 test per 100 lineal feet, per travel direction, per 4 -inch to 6 -inch lift (minimum of 2 tests per lane) Sidewalks - 1 test per 100 lineal feet, per 12 -inch lift of embankment or 1 foot into natural ground. Drainage: Structures -1 test per 12" lift of backfill, from bottom of structure to top of structure. (Fill placed on all sides of structure is probed with a manual probe rod to confirm uniform compactive effort). Piping -1 test per 200 lineal feet (or per backfill/open cut operation) per 12" lift along both sides of pipe to top -of -pipe, then every 1 foot of fill atop pipe thereafter. Underground Piping/Utilities/Conduit: Water Main -1 test per 12" lift per 200 lineal feet (or per backfill/open cut operation) beginning from both sides -of -pipe, then every 1 foot of fill atop pipe thereafter. We have assumed a maximum of 4 feet of cover for water main backfill. Concrete Testing_ A minimum of one set of four (4) cylinders will be made for every pour, and for each 50 cubic yards for larger pours. One slump test will be performed for every pour, and for each 50 cubic yards for larger pours. - Balance of page intentionally left blank - 68 45TH STREET BEAUTIFICATION PROJECT PHASE II (IRC -1748) AACE Proposal No. P18-1037 Hourly and Testing Charges: -3- Man-Hour Estimates: We have assumed that construction will have an approximate duration of approximately 2-3 months, working 5 days/week. While our field technician will not be needed on-site on a full-time basis for this duration, we have included technician man-hours for the purposes of "standing by" during storm drain trench backfilling between lifts. ► Senior Field Technician; 80 hours @ $59.00/hr $4,720.00 Canal Piping (Storm Drain) Density Testing*: ► 900 In -Place Density Tests ® $24.00/test $21,600.00 [*Note: we have assumed that the Type II underdrains will be installed at the same time, within the same excavation, and backfilled concurrently with the storm drain piping. If the installation of the underdrains will occur as a separate work -effort, this proposal may require revision to account for associated density testing.] Water Main Density Testing: ► 50 In -Place Density Tests @ $24.00/test $1,200.00 Roadway Restoration Density Testing: [Testing includes compacted subgrade and coquina base compacted in 3 lifts] ► 70 In -Place Density Tests @ $24.00/test $1,680.00 Sidewalk and Bus Pad Density Testing: ► 60 In -Place Density Tests @ $24.00/test $1,440.00 Miscellaneous Density Testing (deflections, etc.): ► 25 In -Place Density Tests @ $24.00/test $600.00 Soil Laboratory Testing: ► LBR (coquina); 2 tests @ $315.00/test $630.00 ► 5 Proctor (Moisture/Density Relationship) Tests @ $85.00/test $425.00 Limited Concrete Testing: ► Sidewalks, Curbing and Driveway Reconstruction: 5 sets of concrete specimens @ $88.00/set $440.00 Professional/Administrative Man-hours (Engineering Consultations, Limited Progress Meetings, Reporting, etc.): ► Senior Project Engineer; 25 hours @ $120.00/hr $3,000.00 ► Technical Secretary; 10 hours @ $48.00/hr. $480.00 Anticipated Not -to -Exceed Budget $36,215.00 69 45m STREET BEAUTIFICATION PROJECT PHASE II (IRC -1748) AACE Proposal No. P18-1037 -4- The following conditions apply to this project: (1) For non -full time or hourly projects, a minimum of 4 density tests will need to be performed per hour, per visit to the site. (2) Stand-by time will be charged at $55.00/hour per technician ($82.50/hour for after-hours, holidays and/or weekend testing services). (3) We note that density testing frequencies are based on our experience with similar projects and anticipated contractor methodologies. Allowances for re -tests (from failing density tests) are not included herein. (4) The contractor should contact Andersen Andre Consulting Engineers, Inc. at (772) 807-9191 a minimum of 24 hours prior to any testing and 48 hours prior to weekend and evening work. (5) Unit rates apply to standard working days, Monday through Friday, 7:00 a.m to 6:00 p.m. Testing and hourly rates will be increased by 50% for weekend, holiday or after-hours services. (6) If our testing estimate for a specific work element is insufficient for that particular activity, resources from another work element can be used without prior authorization from the client as long as our total cost estimate is not exceeded. We will notify you in advance if it appears that the cost estimate presented in the attached unit fee schedule will be exceeded. (7) (8) (9) Soil sample and concrete cylinder pickup for laboratory testing (e.g., Proctor, LBR testing, compressive strength, etc.) will be billed at $55.00/hour if not scheduled with other work. AACE's budget is based upon the construction schedule stated herein. If this schedule changes (i.e., weekend work, evening work, or if the project takes longer than the anticipated duradon), this proposal will likely require modification to include additional man- hours to accommodate such changes. AACE's field technicians and engineers do not direct or witness the performance of any work. Neither the presence of an AACE representative on-site nor the observation and testing performed by our firm implies AACE's responsibility for defects discovered in the construction work. (10) RACE will not be responsible for job or site safety for this project; job site safety will be the sole responsibility of the contractor. (11) Asphalt testing, either in the lab or in the field, is not induded herein. We will be pleased to include such testing, if needed. (12) AACE will not have stop -work authority. Should our representatives encounter materials or workmanship that, either based on direct testing or on our experience with similar projects, does not appear to meet the engineering plans and specifications, we will notify Indian River County immediately. Results will not be relayed to the Contractor without prior consent of the County. 70 AACE ANDERSEN ANDRE CONSULTING ENGINEERS, INC. PROFESSIONAL SERVICES AGREEMENT AACE Proposal No: P18-1037 Project Name: 45T4 STREET BEAUTIFICATION PROJECT PHASE II (IRC -1748) Client: Address: Indian River County, Engineering Division Attention: Mr. William Johnson, P.E. Roadway Production Engineer 1801 27th Street Vero Beach, Florida 32960 Client hereby requests and authorizes Andersen Andre Consulting Engineers, Inc. ("AACE") to perform the following services: Perform construction materials testing during the 45TH STREET BEAU I'IFICATION PROJECT PHASE II (IRC -1748), as detailed herein. Estimated Budget: $36,215.00 Payment Terms: Net 30 days from invoice date; invoices will be sent every four weeks for continued or extended projects. Interest charges, 11/2% per month following the due date. Proposal Acceptance: By accepting this Proposal, the Terms and Conditions of this Proposal, including the Terms on this page, and Andersen Andre Consulting Engineers, Inc.'s General Conditions appearing on the reverse side of this page are incorporated herein by reference. In the event this Professional Services Agreement was received by facsimile or via email, Client hereby confirms that the above described Proposal, the Terms and Conditions of this Proposal, including the Terms on this page, and Andersen Andre Consulting Engineers, Inc.'s General Conditions have been made available and are incorporated in this agreement. PURSUANT TO FLORIDA STATUTES SECTION 558.0035 (2013) AN INDIVIDUAL EMPLOYEE OR AGENT MAY NOT BE HELD INDIVIDUALLY LIABLE FOR NEGLIGENCE. Accepted by CLIENT: Accepted for AACE: By: By: (' Name: Name: David P. Andre, P.E. Title: Title: Principal Engineer Date: Date: February 11, 2019 (Revised) Billing Address: Phone: 71 GENERAL CONDITIONS 1- Parties And Scope Of Work: Andersen Andre Consulting Engineers, Inc. (hereinafter referred to as "AACE") shall include said company, its individual professionals, particular division, subsidiary or affiliate performing the Work. "Work" means the specific geotechnical, analytical, testing, environmental or other service to be performed by AACE as set forth in AACE's proposal, the Client's acceptance thereof, both incorporated herein by this reference, and these General Conditions. "Client" refers to the person or business entity ordering the Work to be done by AACE. If the client is ordering the Work on behalf of another, the Client represents and warrants that the Client is the duly authorized agent of said party for the purpose of ordering and directing said Work. Further, Client shall disclose any such agency relationship to AACE in writing before the commencement of AACE's Work hereunder. Client agrees that AACE's professional duties are specifically limited to the Work as set forth in AACE's proposal. The Client assumes sole responsibility for determining whether the quantity and the nature of the Work ordered by the Client is adequate and sufficient for the Client's intended purpose. Client shall communicate these General Conditions to each and every third party to whom the Client transmits any part of AACE's Work. AACE's Work is for the exclusive use of Client, and its properly disclosed principal. In no event shall AACE have any duty or obligation to any third party. The ordering of Work from AACE shall constitute acceptance of the terms of AACE's proposal and these General Conditions. 2 - Scheduling of Work: If AACE is required to delay commencement of the work, or if, upon embarking on its work, AACE is required to stop, delay or otherwise interrupt the progress of work as a result of changes in the scope of work requested by the client, to fulfill the requirements of third parties, interruptions in the progress of construction, or other causes beyond the exclusive reasonable control of AACE, additional charges will be applicable and payable by the Client. 3 - Responsibility: AACE's work shall not include determining, supervising, or implementing the means, methods, techniques, sequences or procedures of construction. AACE shall not be responsible for evaluating, reporting or affecting job conditions concerning health, safety or welfare. AACE's work or failure to perform same shall not in any way excuse any contractor, subcontractor or supplier from performance of its work in accordance with the contract documents. 4 - Payment: Payment shall be due within 30 days after date of invoice. Interest at the rate of 18% per annum (or the highest rate allowable by law) from 30 days after date of invoice to date payment is received will be added to all amounts not paid within 30 days after date of invoice. All attorney fees and expenses associated with collection of past due invoices will be paid by Client. 5 - Right -of -Entry: Unless otherwise agreed, Client will furnish right -of -entry on the property for AACE to make the planned borings, surveys, and/or explorations. AACE will take reasonable precautions to minimize damage to the property caused by its equipment and sampling procedures, but the cost of restoration or damage which may result from the planned operations is not included in the contracted amount. If Client desires to restore the property to its former condition, AACE will accomplish this and add the cost to its fee. 6 - Damage to Existing Man-made Objects: It shall be the responsibility of the Owner or his duly authorized representative to disclose the presence and accurate location of all hidden or obscure man-made objects relative to field tests, sampling, or boring locations. When cautioned, advised or given data in writing that reveal the presence or potential presence of underground or overground obstructions, such as utilities, AACE will give special instructions to its field personnel. As evidenced by your acceptance of this proposal, Client agrees to defend, indemnify and save harmless AACE from all claims, suits, losses, personal injuries, death and property liability resulting from subsurface conditions or damages to subsurface structures or man made objects, owned by Client or third parties, occurring in the performance of the proposed work, whose presence and exact locations were not revealed to AACE in writing, whether such claims or damages are caused in whole or in part by AACE, and agree to reimburse AACE for expenses in connection with any such claims or suits, including reasonable attomey's fees. Client's obligation to indemnify is limited to $1 million per occurrence, which Client agrees bears a reasonable commercial relationship to the Work undertaken by AACE. Client further agrees that these general conditions are a part of the Work's specifications or bid documents, if any. 7 - Warranty and Limitation of Liability: AACE shall perform services for Client in a professional manner, using that degree of care and skill ordinarily exercised by and consistent with the standards of competent consultants practicing in the same or a similar locality as the project. In the event any portion of the services fails to comply with this warranty obligation and AACE is promptly notified in writing prior to one year after completion of such portion of the services, AACE will re -perform such portion of the services, or if re -performance is impracticable, AACE will refund the amount of compensation paid to AACE for such portion of the services. This warranty is in lieu of all other warranties. No other warranty, expressed or implied, including warranties of merchantability and fitness for a particular purpose is made or intended by the proposal for consulting services, by furnishing an oral response of the findings made or by any representations made regarding the services included in this agreement. In no event shall AACE be liable for any special, indirect, incidental, or consequential loss or delay or time -related damages. The remedies set forth herein are exclusive and the total liability of consultant whether in contract, tort (including negligence whether sole or concurrent), or otherwise arising out of, connected with or resulting from the services provided pursuant to this Agreement shall not exceed the total fees paid by Client or $50,000.00, whichever is greater. Client may, upon written request received within five days of Client's acceptance hereof, increase the limit of AACE's liability by agreeing to pay AACE an additional sum as agreed in writing prior to the commencement of AACE's services. This charge is not to be construed as being a charge for insurance of any type, but is increased consideration for the greater liability involved. For services involving or relating to pollution, it is further agreed that the Client shall indemnify and hold harmless AACE and their consultants, agents and employees from and against all claims, damages, losses and expenses, direct and indirect or consequential damages, including but not limited to fees and charges of attorneys and court and arbitration costs, arising out of or resulting from the performance of the work by AACE, or claims against AACE arising from the work of others. This indemnification provision extends to claims against AACE which arise out of, are related to, or are based upon, the disposal, discharge, escape, release or saturation of vapors, fumes, acids, alkalis, toxic chemicals, liquids, gases or any other material, irritant, contaminant or pollutant in or into the atmosphere or on, onto, upon, in or into the surface or subsurface. Client's obligadon to indemnify is limited to $1 million per occurrence, which Client agrees bears a reasonable commercial relationship to the Work undertaken by AACE. Client further agrees that these general conditions are a part of the Work's specifications or bid documents, if any. 8 - Sampling or Testing Location: Unless specifically stated to the contrary, the fees included in this proposal do not include costs associated with professional land surveying of the site or the accurate horizontal and vertical locations of tests. Field tests or boring locations described in our report or shown on our sketches are based on specific information furnished to us by others or estimates made in the field by our technicians. Such dimensions, depths or elevations should be considered as approximations unless otherwise stated in the report. 9 - Sample Handling and Retention : Generally test samples or specimens are consumed and/or substantially altered during the conduct of tests and AACE, at its sole discretion, will dispose (subject to the following) of any remaining residue immediately upon completion of test unless required inwriting by the Client to store or otherwise handle the samples. (a) NON HAZARDOUS SAMPLES: At Client's written request, AACE will maintain preservable test samples and specimens or the residue therefrom for thirty (30) days after submission of AACE's report to Client free of storage charges. After the initial 30 days and upon written request, AACE will retain test specimens or samples for a mutually acceptable storage charge and period of time. (b) HAZARDOUS OR POTENTIALLY HAZARDOUS SAMPLES: In the event that samples contain substances or constituents hazardous or detrimental to human health, safety or the environment as defined by federal, state or local statutes, regulations, or ordinances ("Hazardous Substances" and "Hazardous Constituents", respectively), AACE will, after completion of testing and at Client's expense: (I) return such samples to Client; (ii) using a manifest signed by Client as generator, will have such samples transported to a location selected by Client for final disposal. Client agrees to pay all costs associated with the storage, transport, and disposal of such samples. Client recognizes and agrees that AACE is acting as a bailee and at no time does AACE assume title of said waste. 10 - Discovery of Unanticipated Hazardous Materials: Hazardous materials or certain types of hazardous materials may exist at a site where there is no reason to believe thcy could or should be present. AACE and Client agree that the discovery of unanticipated hazardous materials constitutes a changed condition mandating a renegotiation of the scope of work or termination of services. AACE and Client also agree that the discovery of unanticipated hazardous materials may make it necessary for AACE to take immediate measures to protect health and safety. AACE agrees to notify Client as soon as practicable should unanticipated hazardous materials or suspected hazardous materials be encountered. Client encourages AACE to take any and all measures that, in AACE's professional opinion, are justified to preserve and protect the health and safety of AACE's personnel and the public. Client agrees to compensate AACE for the additional cost of working to protect employees' and the public's health and safety. In addition, Client waives any claim against AACE, and agrees to defend, indemnify and save AACE harmless from any claim or liability for injury or loss arising from AACE's discovery of unanticipated hazardous materials or suspected hazardous materials. Client also agrees to compensate AACE for any time spent and expenses incurred by AACE in defense of any such claim, with such compensation to be based upon AACE's prevailing fee schedule and expense reimbursement policy relative to recovery of direct project costs, 11- Joint and Several Liability: The concept of joint and several liability is basically this: When two or more parries are considered responsible for causing injury or damage, any one of the parties may be made to provide compensation for as much as 100% of the damages assessed. When applied to hazardous materials projects, it is possible that the concept of joint and several liability could be construed to make AACE partly or wholly responsible for damages created directly or indirectly by the hazardous materials. Client agrees that it would be unfair for AACE to be exposed to such an action, because AACE had nothing whatsoever to do with the creation of the hazardous condition. Accordingly, Client waives any claim against AACE, and agrees to defend, indemnify and save AACE harmless from any claim or liability for injury or loss arising from application of a joint and several liability concept that would, in any manner, hold or seek to hold AACE responsible for creating a hazardous condition or permitting one to exist. Client also agrees to compensate AACE for any time spent and expenses incurred by AACE in defense of any such claim, with such compensation to be based upon AACE's prevailing fee schedule and expense reimbursement policy relative to recovery of direct project costs. 1L - Legal Jurisdiction: The parties agree that any actions brought to enforce any provision of this Agreement shall only be brought in a court of competent jurisdiction located in St. Lucie County, Florida. All causes of action arising out of AACE's Work shall be deemed to have accrued and the applicable statutes of limitation shall commence to run not later than either the date of substantial completion of the Work for acts or failures to act occurring prior to substantial completion, or the date of issuance of final payment for acts or failures to act occurring after substantial completion of the Work. 13 - Force Majeure: AACE shall not be held responsible for any delay or failure in performance of any part of this Agreement to the extent such delay or failure is caused by fire, flood, explosion, war, strike, embargo, government requirement, civil or military authority, acts of God, act or omission of subcontractors, carriers, client or other similar causes beyond its control. 72 INDIAN RIVER COUNTY, FLORIDA MEMORANDUM DEPARTMENTAL TO: Jason Brown, County Administrator FROM: Richard B. Szpyrka, P.E., Public Works Director SUBJECT: Roseland Community Center — Request for BCC Direction DATE: January 23, 2019 DESCRIPTION AND CONDITIONS In November 2015, Public Works Facilities Management was directed to address the differential settling of the Roseland Community Center building. MBV Engineering was employed to evaluate the building differential settlement and provide engineered drawings to address the issue. MVB provided engineered drawings to the County and Summit Construction of Vero Beach, LLC provided a quote of $30,000 to the County on November 2, 2016. The project began on February 6, 2017 and was anticipated to be complete on March 6, 2017. In preparation for raising the building, the excavation of the support piers and structural members of the building was required. At this point, substantial termite damage to the structural members of the building was uncovered. Additionally, substantial termite damage to the sub -flooring of the building was discovered as well as termite damage to the southern portion of the building that was buried. At this point, the contractor was directed to cease construction. On June 13th 2017 the Board unanimously voted to move forward with MBV - Work Order #7, in the amount of $8,300.00, to provide a complete building analysis for the Roseland Community Center. On October 17, 2017 the Board discussed the Final Structural Report from MBV, including the estimated cost of $275,000 for rehabilitation of the building. The Board directed staff to obtain a Work Order from MBV for design plans to rehabilitate the building and for staff to present this information to the Board. Staff obtained a Work Order from MBV in the amount of $45,700 for full design plans, permitting, bidding services, and construction administration. This Work Order was not presented to the Board in December 2017 as staff was coordinating the submittal of a grant application to the Department of Historical Resources (DHR) to fund 50% of the design and construction for the project. The project is currently ranked 53rd out of 54 projects submitted for Special Category Historic Preservation Grants for FY 2019-2020. The availability of funding for grant program will not be known until March or April of 2019. As the building is not currently in habitable condition, staff is presenting the Board with a Work Order from MBV in the amount of $19,750 for design and permitting to complete the leveling of the building, repair all termite damage to the floors, replace the front door, remove and replace the existing concrete sidewalk to comply with ADA requirements, provide handicap parking, and address drainage issues that have contributed to the settlement of the building. 73 C:\Users\legistar\AppData\Local\Temp\BCL Tcchnologies\easyPDF 8\@BCL@080E01B9\@BCL@080E01B9.doc FUNDING Funding in the amount of $19,750 will be made available via a budget amendment from Optional Sales Tax/Facilities Management/Roseland Community Center Improvements, Account No. 31522019-066510-18004. RECOMMENDATION Staff is presenting this Work Order to the Board for consideration and direction on how to proceed. ATTACHMENTS MBV — Work Order #8 AGENDA ITEM FOR February 5, 2019 74 C:\Users\legistar\AppData\Local\Temp\BCL Technologies\easyPDF 8\@BCL@080E01 B9\@BCL@080E01 B 9.doc WORK ORDER 8 IRC- 1855 Roseland Community Center Repairs Project This Work Order Number 8 is entered into as of this day of , 201_, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17th day of April, 2018 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and MBV Engineering, Inc. ("Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), attached to this Work Order 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), attached to this Work Order and made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit C (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 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: MBV Engineering, Inc. By: Title: Vice President By: BOARD OF COUNTY COMMISSIONERS OF INDIAN RIVER COUNTY BCC Approved Date: , Chairman Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Approved: Approved as to form and legal sufficiency: Deputy Clerk Jason E. Brown, County Administrator Dylan T. Reingold, County Attorney 75 EXHIBIT A - SCOPE OF WORK It is our understanding that the COUNTY intends to do repairs at the existing Roseland Community Center located at 12973 83rd Avenue in Sebastian. The proposed design improvements will consist of leveling and securing the existing floor, constructing one handicapped parking space to comply with ADA regulations, remove and replace existing front sidewalk and provide minor drainage improvements at the front of the site to alleviate the present erosion condition on the SW corner of the building due to stormwater runoff at this location. These improvements will require an existing conditions survey and it is understood that all existing conditions survey information required will be provided by IRC in CAD. As such, MBV Engineering, Inc. will provide the design and permitting services for this project and as below in further detail. Design Services a. Civil Design Plans The Consultant will prepare 24" x 36" design drawings for the above described improvements and will include the following: Existing Conditions Plan (Existing Conditions survey to be provided by IRC), Demolition Plan needed for proposed improvements, Erosion Control Plan, Site Plan, PGD Plan and Details Plan. b. Structural Design Plans The Consultant will prepare 24" x 36" design drawings for the above described improvements and will include the following: Demolition Plan needed for proposed improvements, Framing Plan, Structural Details and Connection Plan. c. County Reviews and Revisions The Consultant will coordinate with the COUNTY staff during design development for these plans at the 50% and 100% completion phases. COUNTY staff shall provide review comments to Consultant for each phase. Consultant will revise plans for up to two (2) rounds of comments from COUNTY within reasonable scope of the project. Permitting Services The Consultant will prepare the following permit applications and associated submittals for the following agencies: • Indian River County Administrative Approval • Indian River County ROW • St. Johns River Water Management District Exemption Request Letter This Work Order does not include stormwater modeling, wetlands or other ecological permitting. The Consultant shall respond to up to two (2) request for additional information by the permitting agency. The COUNTY will be responsible for the above listed permit fees and the Consultant will prepare all necessary applications and provide to COUNTY for signatures. 76 BIDDING PHASE The COUNTY shall be responsible for setting the providing the front-end bid documents, bid opening date, advertisement of the bid, scheduling the pre-bid meeting, and scheduling the bid opening. The Consultant will provide the following: • Preparation of Documents for Bidding • Attendance at Pre -Bid Meeting All construction specifications will be on the applicable plans in lieu of specifications manual. The Consultant will prepare a pdf file of the final bid package for the COUNTY's use in distribution to prospective bidders via Demandstar. CONSTRUCTION PHASE The Consultant will provide the following scope of services during the construction phase: Civil • Attendance at one Pre- Construction meeting • Shop Drawing review of Civil items • Response to Request for Information • (3) visits during construction Structural • Shop Drawing review of Structural items • Response to Request for Information • (5) visits during construction DELIVERABLES The Consultant shall provide the COUNTY with the following: • Two (2) hard copies in 11" x 17" and 24" x 36" format of the design plans • One (1) electronic version of the plans in .pdf and CAD format EXHIBIT B - FEE SCHEDULE The COUNTY agrees to pay and the Consultant agrees to accept for services rendered, pursuant to this Agreement, fees inclusive of expenses in accordance with the following: 77 Task Fee Design Services a. Civil Design Plans $ 4,500 b. Structural Design Plans $ 4,000 Permitting Services $ 3,000 Bidding Phase $ 1,250 Construction Phase Civil $ 2,500 Structural $ 4,500 Total $ 19,750 ADDITIONAL SERVICES When required by the COUNTY or the Contract Documents, where circumstances exist beyond the Consultant's control, Consultant shall provide or obtain from others, as circumstances required, those additional services not listed as part of the Work Order, the Consultant shall notify the COUNTY promptly prior to commencing said Additional Services, and if agreed upon, will be paid for by County in accordance with the Master Agreement, Professionals and vendor intended to provide additional services shall first be approved by the COUNTY, in writing, by the COUNTY's Project Manager. The COUNTY has selected the Consultant to perform the professional services set forth on this Work Order. The professional services will be performed by the Consultant for the fee schedule set forth in this Work Order. The Consultant will perform the professional services within the timeframe more particularly set forth in this Work Order in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 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. EXHIBIT C - SCHEDULE Upon authorization to proceed by the COUNTY, the above described services will be provided based on the following schedule: • Permit Ready Design Plans 30 days from receipt of Survey • Final Plans and Permits 60 days from Permit Submission 78 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT BOARD MEMORANDUM 1541 Date: February 8, 2019 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: CCNA-2018 Work Order No. 4 to Geosyntec Consultants for Professional Services with a Focused Feasibility Evaluation of Landfill Liquids Management Options DESCRIPTIONS AND CONDITIONS: The Indian River County (IRC) Solid Waste Disposal District (SWDD) operates a Class 1 Landfill that is designed and permitted to capture leachate (liquid that passes through the waste) from the landfill. The IRC Department of Utility Services (IRCDUS) operates a Residuals Dewatering Facility (RDF) on the landfill property. Currently, the leachate is combined with the centrate (liquid portion of the dewatering process) and is transmitted via a force main approximately five miles away to the West Regional Waste Water Treatment Facility (WRWWTF). The WRWWTF sends treated effluent to various users (golf courses) and is permitted to discharge treated effluent into the Lateral D Canal via the on-site created wetlands. However, the nutrient loading from the leachate and centrate are impacting the stringent permit conditions at the WRWWTF. As a result, SWDD and IRCDUS want to explore other treatment and disposal options for the combined leachate and centrate liquids from the landfill facility. Aside from discharging the liquids to an off-site publicly - owned treatment works (POTW) such as the WRWWTF, the other commonly used leachate management approaches at municipal solid waste (MSW) (i.e., Class I) landfills are: (i) on-site leachate recirculation back into the landfill; (ii) volume reduction using evaporation technology; (iii) discharge into an on-site underground injection control (UIC) well; (iv) off-site trucking to an UIC well; and (v) on-site treatment using a variety of physical, chemical, and/or biological approaches ranging from reverse osmosis (RO) to sequencing batch reactors (SBRs), aerated lagoons, "Vetiver grass" and constructed wetlands. On-site treatment may be performed to meet industrial pretreatment standards for eventual discharge to a POTW, or it may be utilized as a stand-alone treatment system for subsequent discharge via a National Pollutant Discharge Elimination System (NPDES) permit or an UIC permit, on-site reuse, or land application. On January 22, 2019, the SWDD Board provided staff direction on not pursuing the use of a UIC well for the disposal of the liquids from the landfill facility. The purpose of this agenda is to seek authorization to explore other viable treatment / disposal methods. ANALYSIS: As part of the Continuing Contract Agreement for Continuing Engineering Services, entered into on ApriI17, 2018, SWDD staff requested Geosyntec to submit a proposal to provide professional and @BCL@580EAB18.docx 79 Page 1 of 3 consulting services for the subject project. Geosyntec's lump sum proposal, including scope of work, schedule and budget, is shown in Attachment 1. Geosyntec's proposal consists of four phases as follows: PHASE DESCRIPTION $ AMOUNT 1 General Consulting/Project Management $ 5,313 2 Review of Background Documents and Liquids Data $ 7,360 3 Evaluation of Liquids Management Options $ 11,700 4 Technical Memorandum $ 6,616 Total = $ 30,989 Geosyntec proposes to submit the technical memorandum within five weeks of the notice to proceed. The first phase includes two meetings: one via conference call to reduce costs, and a second meeting with SWDD and IRCDUS staff to review and discuss findings from the evaluation. The second phase includes reviewing background documents and includes review of a comprehensive sampling and analyses (to be performed separately by SWDD) of the landfill leachate, centrate, and combined liquids for use in the evaluation. The third phase will include compilation of the pertinent data, including the latest analytical data from the three samples and updated flow rates, and conducting a thorough evaluation of this information with respect to: (i) liquid chemistry and treatability; (ii) potentially applicable treatment options and relative costs of these options; (iii) local limits requirements of the WRWWTF; and (iv) feasibility of separating the landfill leachate from the centrate to meet pre-treatment and/or disposal requirements. It is anticipated that the following treatment options will be evaluated: 1) biological treatment using SBR system; 2) RO membrane system; and 3) advanced oxidation. In addition, leachate volume reduction via on-site evaporation will be evaluated as well as a potential option of using "Vetiver grass". The evaluation of each alternative will include feasibility level cost estimates (capital as well as operations and maintenance) for major items required for implementation of each treatment/ management option. Additionally, the evaluation will include non -economic aspects, such as ease of implementation, including permitting and regulatory hurdles; the complexity of the system; robustness of the system; and other requirements. The final phase is a technical memorandum that would provide recommendations on the options/alternatives evaluated for review and consideration by SWDD and IRCDUS staff, and for presentation to the Board at a future meeting. FUNDING: Funding for these professional services is budgeted and available in the Other Professional Services account in the SWDD Landfill Fund, which is funded from SWDD assessments and user fees. This account has a total budget of $120,520 for the 2018/2019 fiscal year. The sampling and analysis would be performed via other contractual services, which are also funded from SWDD assessments and user fees. The account has a total budget of $37,000 for field services and laboratory services. Description Account Number Amount Other Professional Services 41121734-033190 $30,989 Field Services & Laboratory Services 41121734-033490 $ 5,000 @BCL@580EAB18.docx 80 Page 2 of 3 RECOMMENDATION: Solid Waste Disposal District staff recommends that its Board approve the following: a) Approve CCNA-2018 Work Order No. 4 with Geosyntec in the amount of $30,989 to provide professional services related to the Focused Feasibility Study to explore leachate/centrate treatment and disposal options. b) Authorize the Chairman to execute the same, as presented. ATTACHMENT(s): 1) CCNA-2018 Work Order No. 4 — Geosyntec @BCL@580EAB18.docx 81 Page 3 of 3 CCNA2018 WORK ORDER 4 FEASIBILITY EVALUATION OF LANDFILL LIQUIDS MANAGEMENT OPTIONS This Work Order Number _4_ is entered into as of this _ day of , 2019_, pursuant to that certain Continuing Consulting Engineering Services Agreement for Professional Services entered into as of this 17th day of April, 2018 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Geosyntec Consultants, Inc. ("Consultant"). The COUNTY has selected the Consultant to perform the professional services set forth on Exhibit A (Scope of Work), attached to this Work Order and made part hereof by this reference. The professional services will be performed by the Consultant for the fee schedule set forth in Exhibit A (Fee Schedule), attached to this Work Order and made a part hereof by this reference. The Consultant will perform the professional services within the timeframe more particularly set forth in Exhibit A (Time Schedule), attached to this Work Order and made a part hereof by this reference all in accordance with the terms and provisions set forth in the Agreement. Pursuant to paragraph 1.4 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 OF INDIAN RIVER COUNTY By: By: Thomas A. Peel, Ph.D. Bob Solari, Chairman Title: Senior Vice -President BCC Approved Date: Attest: Jeffrey R. Smith, Clerk of Court and Comptroller By: Approved: Approved as to form and legal sufficiency: Deputy Clerk Jason E. Brown, County Administrator Dylan T. Reingold, County Attorney 82 EXHIBIT A SCOPE OF WORK, FEE SCHEDULE, AND TIME SCHEDULE 83 11 February 2019 Mr. Himanshu Mehta, P.E., Managing Director Solid Waste Disposal District Indian River County 1325 74th Avenue SW Vero Beach, Florida 32968 Subject: Proposal for Engineering Services Focused Feasibility Evaluation of Landfill Liquids Management Options Indian River County Landfill Facility Vero Beach, Indian River County, Florida Dear Mr. Mehta: Geosyntec Consultants, Inc. (Geosyntec) is pleased to submit this proposal to Indian River County (IRC) Solid Waste Disposal District (SWDD) to provide engineering services related to conducting a focused feasibility evaluation of landfill liquids management options for the IRC Landfill (IRCL) facility in Indian River County, Florida. This proposal was prepared in response to verbal and email requests from Mr. Himanshu Mehta, P.E., Managing Director, of SWDD to Dr. Kwasi Badu-Tweneboah, P.E. of Geosyntec. Geosyntec has prepared this proposal as Exhibit A of CCNA-2018-WO No. 4, pursuant to that certain Continuing Contract Agreement for Professional Services, dated 17 April 2018 (collectively referred to as the "Agreement"), by and between INDIAN RIVER COUNTY, a political subdivision of the State of Florida ("COUNTY") and Geosyntec ("Consultant"). The remainder of this proposal presents: (i) project background; (ii) proposed scope of work; (iii) schedule; and (iv) budget estimate. PROJECT BACKGROUND The IRCL facility is located in southern Indian River County, east of Interstate 95, south of Oslo Road, and west of Rangeline Road in Vero Beach, Florida. The landfill serves the unincorporated Indian River County and municipalities of Vero Beach, Orchid, Fellsmere, Sebastian, and Indian River Shores. The landfill property includes the Class I landfill, an inactive Construction and Demolition (C&D) debris disposal facility, and other support facilities. A Residuals Dewatering Facility (RDF) was constructed and started operation on 5 March 2010 at the site. Leachate from the Class I landfill and centrate (i.e., dewatering liquids) from the RDF are transmitted via force main to the West Regional Wastewater Treatment Facility (WRWWTF) for treatment and disposal. 84 The regional lift station, force main, and WRWWTF are operated and maintained by the IRC Utilities Depaitment (IRCUD). The WRWWTF is permitted by the Florida Department of Environmental Protection (FDEP) with Permit No. FL0041637 to operate and discharge treated effluent into the: (i) Lateral D Canal (Part LA of Permit); and (ii) created wetland as land application and to the countywide reuse system (Part I.B of Permit). Geosyntec understands that the WRWWTF is currently designed and permitted to treat 6 million gallons per day (mgd). However, the treatment capacity is limited by restrictions on the amount of treated effluent, due to severe Total Maximum Daily Load (TMDL) and wasteload allocations (WLA), that can be discharged to the Lateral D Canal via created wetlands (4 mgd). The treated effluent that can go to the created wetlands can also be reclaimed for use by golf courses and other services; however, the demand for this reclaimed wastewater declines during the rainy seasons resulting in more flow to the wetlands. The component of the treated effluent that cannot be used as reclaimed wastewater is hereafter referred to as wet weather liquid. It is also anticipated that the capacity that can be discharged into the Lateral D Canal may be further restricted by nutrient WLA for the facility established as part of the TMDL for the Indian River Lagoon. The SWDD in conjunction with the IRCUD would like to explore other liquids management options for the combined leachate and centrate liquids from the IRCL facility. Besides discharging the liquids to an off-site publicly -owned treatment works (POTW), such as the WRWWTF, the other commonly used leachate management approaches at MSW (i.e., Class 1) landfills are: (i) on-site leachate recirculation back into the landfill; (ii) volume reduction using evaporation technology; (iii) discharge into an on-site underground injection control (UIC) well; (iv) off-site trucking to an UIC well; and (v) on-site treatment using a variety of physical, chemical, and/or biological approaches ranging from reverse osmosis (RO) to sequencing batch reactors (SBRs), aerated lagoons, and constructed wetlands. On-site treatment may be performed to meet industrial pretreatment standards for eventual discharge to a POTW, or it may be utilized as a stand-alone treatment system for subsequent discharge via a National Pollutant Discharge Elimination System (NPDES) permit or an UIC permit, on-site reuse, or land application. The SWDD Board has previously provided IRC staff direction of not pursuing the use of an UIC well (either onsite or off-site) but rather pursue other viable options for the treatment and disposal of the liquids from the IRCL facility. Therefore, this proposal is focused on some of the other leachate management options described above. PROPOSED SCOPE OF WORK This proposal presents the scope of work for conducting a focused feasibility evaluation of liquids management options for the IRCL facility. The project objectives are to evaluate existing conditions and to provide recommendations towards a more sustainable liquids (leachate- centrate) management strategy, including the identification of a potentially more cost-effective 85 and environmentally friendly liquids management option for the IRCL facility. For budgeting purposes, the scope of work will be performed in four phases as follows: • Phase 1 — General consulting/meeting support/project management; • Phase 2 — Review of liquids chemistry and flow data; • Phase 3 — Evaluation of liquids management options; and • Phase 4 — Preparation of a technical memorandum. Each of these phases is briefly described below. Phase 1— General Consulting/Meeting Support/Project Management Under this phase, Geosyntec will perform project planning and management responsibilities, such as correspondence with the SWDD and IRCUD, invoice review, project coordination, budget and schedule tracking and project administration. Geosyntec has also included a budget for preparation and attendance (by two Geosyntec personnel) at two meetings: (i) kickoff meeting with the SWDD and IRCUD staff to obtain information required to complete the evaluation; and (ii) project review meeting with SWDD and IRCUD staff to review and discuss findings from the evaluation. Details of these meetings are discussed in subsequent phases of this proposal. Geosyntec has assumed that the kickoff meeting will be held via teleconference in order to reduce overall costs and expedite the process of completing the project. Phase 2 — Review of Liquids Chemistry and Flow Data Geosyntec will review chemistry and flow rates data for the landfill leachate and RDF centrate, WRWWTF permit requirements (discharge and monitoring), other discharge requirements for the treatment plant, and other information that are deemed relevant for the feasibility evaluation. Some of this information may be available in the document titled "Indian River County Landfill Preliminary Leachate Pretreatment Evaluation" prepared by CDM Smith Inc. and dated April 11, 2018 (hereafter referred to as CDM Smith Report). Despite the availability of historical data on the general chemistry of the landfill leachate (including that contained in the CDM Smith Report), Geosyntec proposes that another round of comprehensive sampling and characterization of the leachate would be required. In addition, samples of the centrate from the RDF and the combined mixture of the leachate and centrate at the lift station prior to transfer to the WRWWTF should also be collected. The three liquid samples should be analyzed for the complete suite of parameters required by the permits of the three facilities (i.e., Landfill, RDF, and WRWWTF) as well as local discharge and NPDES permit requirements. The list of parameters will be developed for review and approval by SWDD and IRCUD following the kickoff meeting and establishment of the applicable regulatory 86 requirements. Geosyntec has assumed that SWDD will directly contract the sampling and analytical testing with Ideal Technical Services (ITS) and ENCO Laboratories, Inc. (ENCO), respectively. The results of the testing will be provided to Geosyntec in electronic format to expedite the review process. Geosyntec will also need updated information on the leachate, RDF centrate, and combined lift station flow rates to make sure that there are no significant changes from those reported in the CDM Smith Report. Phase 3 — Evaluation of Liquids Management Options Geosyntec will compile the pertinent data, including the latest analytical data from the three samples and updated flow rates, and conduct a thorough evaluation of this information with respect to: (i) liquid chemistry and treatability; (ii) potentially applicable treatment options and relative costs of these options; (iii) local limits requirements of the WRWWTF; and (iv) feasibility of separating the landfill leachate from the centrate to meet pre-treatment and/or disposal requirements. Based on a preliminary review of the CDM Smith Report, the landfill leachate has exceedances of the local limits for arsenic, total dissolved solids (TDS), and total nitrogen (including ammonia). Depending on the results of the proposed sampling of the three liquids, it is anticipated that the following treatment options will be evaluated: (i) biological treatment using SBR system; (ii) RO membrane system; and (iii) advanced oxidation. Each of these treatment options will be evaluated with respect to the chemical constituent(s) targeted for removal. For example, the biological treatment system is typically used to remove ammonia and other nitrogen compounds whereas RO will be focused on reducing the TDS concentration. In addition, leachate volume reduction via on-site evaporation (using waste heat and/or landfill gas combustion systems) will be evaluated with specific focus to the landfill leachate. Another potential option is with the use of "Vetiver grass" which is known to be tolerant of elevated salt ammonia concentrations (typically found in landfill leachate) and has some extensive root systems capable of high moisture uptake. It is generally used for on-site management (i.e., irrigation) of leachate rather than pre-treatment for subsequent discharge to a POTW. The number of options to be evaluated will be discussed and agreed with SWDD and IRCUD following review of the analytical data on the three liquid samples. The evaluation of each alternative will include feasibility level cost estimates (capital, installation and O&M) for major items required for implementation of each treatment/management option. Additionally, the evaluation will include non -economic aspects, such as ease of implementation, including permitting and regulatory hurdles, the complexity of the system, robustness of the system, and other requirements. The need for a batch or pilot test program to further evaluate the viability of a treatment option will also be included. The 87 advantages and disadvantages of each option will be discussed, and recommendations will be presented in the technical memorandum as described under Phase 4. Phase 4 — Preparation of Technical Memorandum A technical memorandum will be prepared as the deliverable for the above scope of work. The memorandum will present a summary of the options evaluated as well as the conceptual costs (capital, installation and O&M) estimates and systems comparisons. The memorandum will provide recommendations on the options/alternatives evaluated for review and consideration by IRC staff and for presentation to the SWDD Board. A draft memorandum will first be issued to SWDD and IRCUD for review and will be finalized upon receipt of review comments. Geosyntec will meet with SWDD and IRCUD staff to review and address comments on the draft memorandum prior to finalization. SCHEDULE Geosyntec will initiate work immediately upon receipt of Notice to Proceed (NTP) from SWDD. Geosyntec anticipates the collection of background information including the sampling and analytical testing of the three liquid samples would take approximately two weeks (assuming ITS and ENCO will be issued NTP immediately), while the evaluation of leachate management options and the preparation of the technical memorandum will take an additional three to four weeks. Therefore, a draft technical memorandum will be issued to SWDD approximately six weeks after receipt of NTP. The review meeting will be scheduled following submittal of the draft memorandum. BUDGET ESTIMATE Geosyntec proposes to perform the above -referenced work on a lump sum basis for $30,989. The estimated budget for the scope of work described herein is summarized as follows: Phase Description Cost Estimate 1 2 3 4 Project Management/Meetings Review of Background Documents/Liquids Chemistry Data Evaluation of Liquids Management Options Technical Memorandum $ 5,313 $ 7,360 $ 11,700 $ 6,616 Total $ 30,989 Geosyntec will invoice SWDD each month of the project on a lump sum, percent complete basis in accordance with our Agreement. Additional services or any significant change in the scope of work will be performed using the Rate Schedule included in our Agreement. 88 CLOSURE Geosyntec appreciates this opportunity to offer our services. If this proposal is acceptable, please indicate your agreement by signing the attached work authorization, which references this proposal. Please return one signed work authorization to Dr. Badu-Tweneboah's attention. Please call the undersigned with questions you may have as you review this proposal. Sincerely, Richard Tedder, P.E, Senior Consultant Kwasi Badu-Tweneboah, Ph.D., P.E. Principal 89 INDIAN RIVER COUNTY SOLID WASTE DISPOSAL DISTRICT BOARD MEMORANDUM I58 Date: February 8, 2019 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: Conceptual Approach for Concrete, Site Work and Yard Waste Processing at the Indian River County Landfill DESCRIPTIONS AND CONDITIONS: On February 5, 2019, the Indian River County Solid Waste Disposal District (SWDD) Board considered an unsolicited Public Private Partnership (P3) proposal, relating to the landfill, submitted by the Indian River Eco District (IRED), and two supplemental proposals from Gen2, LLC and Synagro-WWT. The Board directed staff to enter negotiations to sell generated landfill gas (LFG) to IRED and to resolicit the other portions of their proposal (yard waste acceptance and processing, improvements to the yard waste area and recycling of concrete at the landfill). During the public hearing portion of the meeting, a local vegetative waste contractor representing several other local contractors raised concerns with the muddy conditions and to the processing of wooden pallets at the yard waste area. Specifically, that the nails from the pallets are causing flats to customer vehicles/trailers. Staff is recommending a policy change for wooden pallets. ANALYSIS: LANDFILL GAS AGREEMENT: Staff met with IRED on February 6, 2019, and is scheduled to meet again soon to continue negotiations on the terms of the LFG agreement. It is anticipated that a LFG agreement will be presented to the SWDD Board for approval in March 2019. YARD WASTE PROCESSING: Currently, the SWDD Board has a yard waste processing agreement with Mr. Mulch with a current extension renewal term effective April 1, 2018, through March 30, 2019. There are five (5) additional one (1) year renewal terms available in the agreement. However, there is a provision in the agreement that either party can terminate the agreement with a 90 -calendar -day notice to terminate. The current agreement includes processing (receive, grind and load) services at a cost of $11.40 per ton and a @BCL@000EE534.docx 90 Page 1 of 3 transport/off-site disposal service at a cost of $9.66 per ton. The agreement includes $1,000,000 general liability and $5,000,000 umbrella liability coverage as well as an annual $300,000 performance bond. A request for proposal (RFP) is being drafted and is anticipated to be advertised near the end of February for the operation of the yard waste facility on SWDD property. The following changes are being considered in the RFP: 1. TERM: Base term of seven (7) years with an optional extension of a three (3) year term. In addition, at the sole discretion of the SWDD Board, an additional seven (7)/three (3) renewal term based on a third -party market analysis to insure that the rates are competitive with the open market. 2. INSURANCE: No changes. 3. PERFORMANCE BOND: No changes, i.e., $300,000 renewed annually. 4. EVALUATION: Evaluation Criteria Evaluation Points Maximum Qualifications and References 20 Technical Proposal with Emphasis on Recycling or Beneficial Reuse of Mulch 40 Financial Proposal 40 Total Points Possible 100 CONCRETE CRUSHING & SITE WORK: An invitation to bid ‘is being drafted to include crushing of the stored concrete at the landfill and application of that material as base in the yard waste Iaydown area. This approach would recycle some of the stored concrete for beneficial use on SWDD's own property. The cost of utilizing the crushed concrete to stabilize the yard waste Iaydown area would be substantially less than the cost of a poured concrete slab. This may also eliminate the need to provide stormwatertreatment, which would be required for a concrete slab. Material not needed for the yard waste Iaydown area would be processed and recycled for use within the landfill property for improvement of other interior dirt roads. An alternative option may be to use this material for improvement of non -Florida Department of Transportation (FDOT) dirt roads within unincorporated IRC. The bid, which will require some permitting and design research, is anticipated for release in March. The actual work may be done in phases so there is ample crushed concrete onsite prior to starting the work in the yard waste area for the placement of the concrete. For comparison purposes only, the following is an estimate to purchase and have crushed concrete delivered to our site. Based on a recent survey by the IRC Survey Department, it has been determined that the total yard waste processing area is approximately 11.25 acres. Assuming that 12 inches of crushed concrete material is needed on site, this results in a total approximate need for 18,200 cubic yards or approximately 910 loads. Based on a pricing from June 2018, the total cost for material ($18/cubic yard) and delivery ($200 per load) is approximately $509,600. The cost for the actual site work is not determined at this time. @BCL@000EE534.docx 91 Page 2 of 3 POLICY ON WOODEN PALLETS: The practice of accepting wooden pallets at no cost has been offered to our customers for over 15 years. In general, we accept from 10,000 to 20,000 wooden pallets per year. During the public hearing portion of the meeting, concerns were raised by some users of the yard waste facility regarding loose nails resulting from the mulching of pallets as yard waste. Staff has isolated the chipping of pallets to a separate area of the yard waste facility; however, nails are certainly a byproduct of the process. In order to change this practice, staff recommends the Board enable a change to operation at the yard waste facility whereby we no longer accept wooden pallets in the yard waste area and require them to be disposed in the Class 1 landfill. The associated charge for the disposal would be the current tipping rate for Construction & Demolition Debris of $31.80 per ton for commercial customers and $30 per ton for residential customers. (one ton is approximately 40 pallets assuming 50 pounds per pallet.) FUNDING: The Landfill Gas Agreement would generate revenue (approximately $125,000 per year) for SWDD, and therefore, there is no anticipated funding required for this project. Funding for yard waste processing is budgeted and is available in the Other Professional Services account (41125534-033190) in the SWDD Recycling fund, which is funded through user assessment fees. The annual budget includes $1,300,000 for yard waste processing in the 2018/2019 fiscal year. Funding for concrete crushing and site work is currently not budgeted. Staff will recommend a budget amendment if an award of bid is recommended at a future SWDD Board meeting. The policy change for the wooden pallets would result in additional revenue (approximately $8,000 to $16,000 per year) and reduce the expense (approximately $5,000 to $10,000 per year) of chipping and off-site disposal of the pallets through our current or future yard waste processing agreement. RECOMMENDATION: Solid Waste Disposal District staff recommends that its Board approve the following: a) Approve the conceptual approach for concrete, site work and yard waste processing at the landfill. b) Approve a policy change, effective March 1, 2019, to stop accepting and processing wooden pallets in the yard waste facility and to direct them for disposal in the Class 1 landfill at current approved tipping rates. c) Direct staff to proceed with an RFP for Yard Waste Processing services. d) Direct staff to proceed with a bid for concrete crushing and site work on the landfill property. @BCL@000EE534.docx 92 Page 3 of 3