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