AGENDA VALPARAISO, FL 850-729-5402 August 12, 2024 6:00 PM CITY OF VALPARAISO & VALPARAISO CABLE AUTHORITY JOINT MEETING Invocation (Mayor Smith) Pledge of Allegiance (Mayor Smith) APPROVAL OF MINUTES July 8, 2024, Regular Commission Meeting July 23 & 29, 2024, Budget Workshops CITIZENS' CONCERNS (non-agenda items) 1. Resident 2. Non-resident ACTION EMS/POTENTIAL ORDINANCES 1. Added Agenda Item 2. Resolution No. 15-08-12-24 Amend Purchasing Policy 3. Ordinance No. 735 Rezoning R-1A to C-1 431 Edge-- 4. Ordinance No. 736 Land Use Change R1A to C1- Attach 1 Attach 2 Attach 3 OLD BUSINESS 2. Legal Update 1. Update New City Hall Renovation 3. Resolution No. 09-05-13-24 Accepting the Raiders Landing Subdivision--Attach 4 REPORTS / CORRESPONDENCE LANNOUNCEMENTS 1. TPO/DOT 2. Stormwater 3. Community Liaison Report 4. Regional Sewer Update 5. Planning Commission Update 6. Community Center Update 7. Department Updates 9. Budget Workshop August 26 10.Disbursements 11.Etc. Attach 5 8. OCLOC Dinner Meeting August 22 5:30 PM Niceville Community Center RESOLUTION NO. 15-08-12-24 A RESOLUTION OF THE CITY OF VALPARAISO AMENDING THE PURCHASING POLICY AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City ofValparaiso Purchasing Policy does not explicitly provide for policy and procedures related to certain grant requirements for WHEREAS, the City ofValparaiso is desirous of amending the Purchasing Policy to explicitly provide for the specific grant language requirements, NOW, THEREFORE, BE IT RESOLVED BY THE VAPARAISO the procurement of goods, services and commodities, and; CITY COMMISSION: That the Purchasing Policy appended hereto is adopted and shall be utilized henceforth. This resolution is effective upon adoption. PASSED AND ADOPTED THIS DAY OF 2024. Hubert B. Smith Mayor ATTEST: Tammy Johnson, CMC City Clerk PURCHASING POLICY 1.0 GENERAL The purchasing function begins with a need by a using entity. Each requestor of a good or service is expected to plan their purchases as far in advance as possible. Additionally, each purchase must be thoroughly reviewed as to the type of purchasing process that will best facilitate the delivery of the commodity or service required. Department heads shall review the adopted budget at the beginning of each fiscal year to plan purchasing strategy and timeframe. Further. the purchasing policy prohibits the purchase of unnecessary or The approved budget is the foundation for annual budget expenditures. The various methods of purchasing goods and services include, but are not limited to, purchase orders, purchasing cards, invoices, cash or bids and each of these methods is discussed duplicative items. below. 2.0 PURCHASE ORDERS Aj purchase order (PO) is used to verify that the purchase of a good or service has taken place and that it is authorized. A purchase order will be used for most City purchases, and are generally required to be filled out by the requestor. 2.1 Attachments to Purchase Orders 2.1.1 Packing Slips - This paperwork comes from the Vendor and is usually packed in the shipment or attached to the package. The employee verifying the shipment will check the packing slip with the contents of the package, initial the item(s) received and attach the packing slip, indicating received items, to the Purchase Order. Ift the Purchase Order has already been submitted to the City Clerk, the packing slip may be submitted 2.1.2 Pickup Tickets - This paperwork is generally received from the Vendor providing service and most common in the case of automotive or equipment repair. Pickup tickets must be signed by the employee receiving the item(s) and attached to the Purchase Order 2.1.3 Receipts - Received when purchasing merchandise. Receipts must also be signed by the requestor and attached to the Purchase Order or forwarded individually to the City separately. or forwarded by itself directly to the City Clerk. Clerk. 3.0 INVOICES AND STATEMENTS Invoices and statements are usually received for routine transactions. They often will occur on a monthly basis and include electricity, gas, etc. The receipt of an Invoice or Statement verifies that the purchase or service is valid and are usually received by the City Clerk via U.S. Mail. The City Commission will be supplied with a monthly report detailing these expenses and their distribution. 4.0 CASH Infrequently, it is necessary to pay for a good or service with cash. Employees who pay cash for an item may be reimbursed by check upon timely submittal ofa valid receipt. 5.0 COMPETITIVE SOLICITATIONS "Competitive sealed bids," competitive sealed proposals," or "competitive sealed replies" means the process of receiving two or more sealed bids, proposals, or replies submitted by responsive vendors and includes bids, proposals, or replies transmitted by electronic means in lieu of ori in addition to written bids, proposals, or replies. "Competitive solicitation" or "solicitation" means an invitation to bid, a request for Responsible vendor" means a vendor who has the capability in all respects to fully perform the contract requirements and the integrity and reliability that will assure good Responsive bid," "responsive proposal," or "responsive reply" means a bid, or proposal, or reply submitted by a responsive and responsible vendor that conforms in all material Responsive vendor" means a vendor that has submitted a bid, proposal, or reply that proposals, or an invitation to negotiate. faith performance. respects to the solicitation. conforms in all: material respects to the solicitation. 5.1 Determination 5.1.1 Purchases of $100.00 through $4,999.99 do NOT require quotes, but do require a 5.1.2 Purchases of $5,000.00 through $9,999.99 require three (3) quotes, a purchase order and approval of the Department Head. When approval at this level is sought, written documentation including the date of the quote, a contact name and all notes from any discussions with the vendor representative must be kept on file. 5.1.3 Purchases of $10,000.00 through $25,000.00 require solicitation of three (3) written quotes, a purchase order and approval oft the Department Head. purchase order and approval oft the Department Head. Purchases of $10,000.00 through $25,000.00 may be authorized with less than three (3) written quotes when there are only one (1) or two (2) suppliers within a reasonable marketing area of Okaloosa County. The Department Head may solicit quotes and proposals from available suppliers without the necessity of soliciting proposals from 5.1.4 Except as provided in Section 5.3 "Competitive Bidding Exemption" below, purchases of $25,000.01 and above, will be advertised for competitive, formal bid, outside oft the: reasonable Okaloosa County marketing area. with award responsibility resting with the City Commission. 5.2 Competitive Bidding Required Except for those instances listed in Section 5.3 below, supplies, materials, or equipment expected to exceed the Authorized Amount" of $25,000.00 shall be advertised for competitive bid by public notice. Public notice shall be, but is not limited to, publication in ai newspaper which provides distribution in the Okaloosa County area. "Invitation to bid" means a written solicitation for competitive sealed bids. The invitation to bid is used when the City is capable of specifically defining the scope of work for which a contractual service is required or when the City is capable of establishing precise specification defining the actual commodity or group ofcommodities required. A written solicitation includes a solicitation that is electronically posted. 5.3 Competitive Bidding Exemption Competitive Bidding will not be required in any of the following instances: 5.3.1 A single transaction does not exceed the "Authorized Amount" for supplies, 5.3.2 Supplies, materials, equipment or contractual services can be furnished only by a 5.3.3 Supplies, materials, equipment or contractual services purchases from or through another unit of government at a price deemed below that obtained from private vendors, 5.3.4 Contractual services (gas, electricity, telephone services, etc.) purchased from a utility at a price or rate determined by the State Public Service Commissioner or other 5.3.5 Supplies, materials, equipment or contractual services when purchased at a price not exceeding a price set forth by a State Purchasing Agency or any other State Agency authorized to regulate prices for items purchased by the State or other. Agencies. materials, equipment or contractual services. single vendor (SOLE SOURCE). including military surplus. government authority. 5.3.6 Contractual services such as, but not limited to, legal, medical and those of a professional nature which are not regulated by the Consultant's Competitive Negotiation Act (CCNA) (Section 287.005, F.S.) which specifically addresses contractual services related to Environmental Engineering Services, architectural services, etc. 5.3.7 The City is purchasing goods and services, the prices of which have been determined by competitive bidding conducted by another governmental unit. 5.3.8 Noi response received to notification for "Invitation to Bid." 5.3.9: No response received from a responsible bidder for expedited purchases. 5.3.10 Savings from expedited purchases are expected to substantially exceed those from 5.3.11 Impractical when the exact nature or amount is unknown in the case of repairs, 5.3.12 Emergencies which are found by the City Commission to impair service to the competitive bids. maintenance, alterations, etc. ofe existing facilities or equipment. public or cause serious financial injury to the City. 5.4 Prohibition of Interest No purchase of supplies, equipment, contractual services, or capital improvements shall be made from any person, firm or corporation in which any Board member or employee of the City has a material interest (as defined by the Code of Ethics for Public Officers Every Commissioner and employee of the City are expressly prohibited from accepting, directly or indirectly, from any person, company, firm or corporation to which any order may be awarded, any gift, money or anything of value, except where given for the use and Employees). and benefit of the City. 5.5 Invitation tol Bid 5.5.1 Solicitation - Competitive bids will be solicited by publication of notice in one of the local or area newspapers or in such other publications as are necessary to assure competitive bidding. Publications and/or notification must be at least seven (7) days preceding the last day set for the receipt of proposals. The notice shall include the bid number assigned by the City, a general description of the articles to be purchased or sold, shall state where bid forms and specifications may be secured, envelope labeling instructions for mailing or delivery of sealed bids, and the time and place for opening 5.5.2 Bid Guaranties - When deemed necessary, the City may require a bid guaranty and it will be SO stated in the Notice of "Invitation to Bid." Unsuccessful bidders will be bids. entitled to return of the bid guaranty. A successful bidder shall forfeit any surety required by the City upon failure by successful bidder to enter into a contract within ten (10) days 5.5.3 Bid Packages - Two (2) complete sets of the bid package will be furnished to prospective bidders. Bids shall be submitted to the City in duplicate, in a sealed envelope and are to be identified (in the lower, left-hand corner of the envelope) with the assigned bid: number and the words "SEALED BID" directly under the bid number. after award. 5.6 Master Bid Folder A master bid folder and tabulation sheets will be prepared as soon as the Notice to 5.6.1 Bid Folder - The bid folder will be marked in the upper right-hand corner with the bid number and date and time for the bid opening. Bid specifications, proof of publication ofNotice, list of specific bidders notified and tabulation sheets will be placed in the file. As bids are received, the time and date received will be noted on the envelope by the receiver, and initialed. Bids received after the deadline will have the date and time received noted, initialed and marked LATE BID, and returned unopened to the bidder in a City envelope with a short letter explaining that it was unopened due to lateness. A copy of the letter sent will be filed in the bid folder. Any bid received, not properly marked and opened in error will be SO noted on the envelope and may be returned to the 5.6.2 Tabulation Sheets - Tab sheets will be prepared with appropriate captions for bidders is published and/or mailed. bidder. tabular columns and lines including: a. Bidders' names b.1 Number ofitems and/or groups C.I Identification ofitems and/or groups d. Units and guaranties for bid comparison e. Guaranty acknowledgement f. Delivery/completion times g. Exceptions to bid h.A Addendum acknowledgement (when required) 5.7 Bid Opening Responses to all invitations will be date and time stamped upon receipt and opened publicly at the time, date and place designated in the invitation. The name ofeach bidder shall be read aloud and information tabulated as described in the invitation. Bids will be opened and read aloud by the City Clerk, Department Head or their designee. There must be at least two (2) individuals involved in the bid opening to summarize the bid results plus one ()Commissioner. 5.8 Bid Tabulation and Evaluation The tabulation and evaluation of all bids which have been received and recorded during the bid opening shall remain as aj permanent record ini the bid folder. 5.9 Rejection of Bids The City reserves the right to waive informalities in any bid and to accept bids ini the best interest of the City. The City Commission may reject any bids in whole or part, with or without cause. 5.10 Lowest Responsible, Responsive Bidder considered SO that the City selects the "best value." In determining lowest or lowest evaluated bid, in addition to price, the following will be "Best value" means the highest overall value to the City based on objective factors that include, but are not limited to, price, quality, design, and workmanship, as well as: a. Ability, capacity and skill oft the bidder to perform or to provide b. Whether the bidder can perform or provide promptly or within the specified c. Quality of performance of previous services and existing compliance by the time, without delay ori interference. bidder. d. Sufficient financial resources of the bidder. e. Ability to provide future maintenance and service oft the contract. f.Thei number and scope of conditions and/or exceptions attached to bid. In the event of tie bids and quality and service are equal, the award shall be made to the local bidder (Okaloosa County). Ifthere is no local bidder, the decision on the bids will be made by drawing lots or the flip ofa coin. 5.11 Award of Bid Upon acceptance by the Commission at a duly noticed meeting, the bidder will be notified of acceptance of proposal by letter signed by the Department Head within three 5.11.1 Purchase Order Issuance - A purchase order will be issued for the bid accepted. Information regarding the supplies/materials or services to be furnished will be itemized as completely as possible, with init prices, if applicable, extensions and total of awarded bid. Bid/Contract Number shall be recorded on the purchase order as well as the date of (3)v working days of award. the meeting at which the Board awarded the bid. 5.11.2 Maintenance of Bid and/or Quotation Documents It is the responsibility of the City Clerk's office to maintain all original bid and/or quotation documents for safekeeping and audit trail. 6.0 REQUEST FOR PROPOSALS "Request for Proposals" means a written solicitation for competitive sealed proposals. The request for proposals is used when it is not practicable for the City to specifically define the scope of work, or a commodity, group of commodities, or contractual service to meet the specifications oft the solicitation document. A written solicitation includes a solicitation that is electronically posted. 6.1 Competitive Sealed Proposals When the City determines that the use of competitive sealed bidding is either not practicable or not advantageous to the City, a contract for materials, supplies, services, construction, and/or equipment may be entered into by the use of competitive sealed proposals. Some of the considerations for use of a competitive sealed proposal include, 6.1.1 Whether or not to utilize fixed-price or cost-type contract under the circumstances. 6.1.2 Whether quality, availability, or capability is overriding in relation to price in procurement of services, technical goods, research and development, or testing services. 6.1.3 Whether the initial installation needs to be evaluated, together with subsequent maintenance and service capabilities and what priority should be given these 6.1.4 Whether the marketplace will respond more favorably to a solicitation permitting not only a range of alternate proposals, but also permitting evaluation and discussion by 6.1.5 Whether a performance specification is deemed more appropriate than a technical specification, thus taking advantage of vendor expertise and allowing the purchase of standard items available ini the marketplace as opposed to custom-designed. but are not limited to, the following: requirements in terms of the best interest oft the City. the City with responders before making the award. 6.2 Public Notice Adequate public notice of the request for proposals shall be given in the same manner as provided herein for competitive sealed bidding. 6.3 Evaluation Factors The request for proposals shall state the relative importance of price and other evaluation factors. 6.4 Discussions with Responsible Offerors and Revisions As provided in the request for proposals, discussions may be conducted with responsible offerors who submit proposals determined to be reasonably susceptible of being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to, the solicitation requirements. Offerors shall be accorded fair and equal treatment with respect to any opportunity for discussion and revision of proposals, and such revisions may be permitted after submissions and prior to award for the purpose of obtaining best and final offers. In conducting discussions, there shall be no disclosure of any information derived from proposals submitted by competing offerors. 6.5 Award The award shall be made to the responsible, responsive offeror whose proposal is determined in writing to be the most advantageous to the City, taking into consideration price (where applicable) and the evaluation factors set forth in the request for proposals. No other factors or criteria shall be used in the evaluation. 7.0 VENDOR QUALIFICATION For all Bids or Request for Proposals, the following vendor qualification factors will be ine effect: a. All vendors working on site must have at least $1,000,000 in liability insurance (Vendors shall be required to add the City as an' "Other Insured" entity) b. All vendors must have a detailed safety training manual and provide a copy to C.A All vendors must follow all oft the City's Safety and Environmental procedures d. Priority will be given to those vendors that have a Worker's Compensation e. The City requires all contractors/vendors be verified to ensure they are neither the City prior to commencing work Experience Modification Rate ofless than 1.0 suspended nor debarred per CFR 2 200.320(b) at SAM. Gov. 8.0 DEVIATIONS FROM PURCHASING POLICY The City Commission is authorized to allow deviations from this Purchasing Policy on an individual case basis when such deviation is deemed to bei in the best interest oft the City. ORDINANCE NO. 735 AN ORDINANCE OF THE CITY OF VALPARAISO, FLORIDA AMENDING ITS ZONING MAP; PROVIDING FOR A PURPOSE; PROVIDING FOR A ZONING CHANGE TO .34 ACRES MOL OF LAND FROM R-1A, SINGLE FAMILY RESIDENTIAL TO PROVIDING FOR ZONING MAP AMENDMENT, AND PROVIDING FOR AN EFFECTIVE DATE. C-1, COMMERCIAL DISTRICT LIMITED: WHEREAS,the City of Valparaiso has the authority to enact this ordinance changing its Zoning Map in accordance with the Land Development Code; and categories; and WHEREAS,this zoning change is compatible with adjacent land use WHEREAS,the Planning Commission conducted a PUBLIC HEARING using quasi-judicial procedures on 06 August 2024 to address rezoning that part of the City of Valparaiso, identified as 431 Edge Avenue, Parcel Number 121523-1140.00r0160, Plat 7, from R-1A, Single Family Residential, to C-1, Commercial District Limited; and NOW THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF VALPARAISO, FLORIDA: 1. That the Zoning Map of the city is hereby amended by changing the zoning district of the property described above from Single Family Residential (R-1A) to Commercial District Limited (C-1). The parcel location is indicated in Exhibit A, which is attached hereto and made a part hereof. The parcel is specifically described as Plat 7, Block 1, Lot 16, located at 431 Edge Avenue, containing .34 acres, more or less. 2. Effective Date This ordinance and the zoning map shall become effective simultaneously with final adoption of Ordinance No. 734. ADOPTED IN SESSION THIS DAY OF ,2024. Hubert B. Smith Mayor Ordinance No. 735 Exhibit A 928 - OfE N 147ft ORDINANCE NO. 736 AN ORDINANCE OF THE CITY OF VALPARAISO, COMPREHENSIVE PLAN; PROVIDING FOR PURPOSE; PROVIDING FOR LAND USE CHANGE TO .34 ACRES OF LAND MOL; PROVIDING FOR FUTURE LAND USE MAP AMENDMENT, AND PROVIDING FOR AN EFFECTIVE DATE. FLORIDA AMENDING ITS ADOPTED WHEREAS, the City of Valparaiso has the authority to enact this ordinance changing its Comprehensive Plan in accord with Chapters 163. 3187, 166.021, and 166.041 Florida Statutes, and the adopted Comprehensive Plan, Section 7.07; and WHEREAS, this small scale amendment to the Comprehensive Plan is compatible WHEREAS, the Planning and Advisory Board conducted a PUBLIC HEARING using with adjacent land use categories; and quasi-judicial procedures on 06 February 2023 to address amending the Future Land Use Map in that part of the City of Valparaiso, identified as Plat 7, Block 2, Lot 16, from Low Density Residential to Commercial; and WHEREAS, the City Commission sitting as the Local Planning Agency conducted a PUBLIC HEARING on 12 August 2024 on said amendment to the Future Land Use Map. NOW THEREFORE, BE IT ORDAINED BY THE CITY COMMISSION OF THE CITY OF VALPARAISO, FLORIDA: 1. That the Future Land Use Map of the adopted Comprehensive Plan is hereby amended by changing the Future Land Use category of the parcels described above from Low Density Residential to Commercial. The parcel location is indicated in Exhibit A, which is attached hereto and made a part hereof. 2. Effective Date This ordinance and plan amendment shall become effective thirty-one (31) days after adoption on second reading by the City Commission, unless the amendment is challenged pursuant to Section 163.3187, F.S. If challenged, the effective date shall be the date a Final Order is issued by the Department of Community Affairs or the Administration Commission finding that the amendment is in compliance in accordance with Section 163.3184 F.S. If applicable, the provisions of Section 163.3189(2)(D), F.S. also govern this ordinance. ADOPTED IN SESSION THIS DAY OF. 2024. Hubert B. Smith Mayor Ordinance No. 736 Exhibit A VERT APARE - 3 DfVIE 147ft RESOLUTION NO. 09-05-13-24 A RESOLUTION OF THE CITY OF VALPARAISO, FLORIDA, APPROVING THE RAIDERS LANDING SUBDIVISION AND INFRASTRUCTURE DEDICATED TO THE CITY OF ACCEPTING AS VALPARAISO. COMPLETE THE SUBDIVISION WHEREAS, Raiders Landing is a phased residential subdivision development WHEREAS, the subdivision plats for Raiders Landing Phase 1A, 1B, and 2, provide dedication of certain roads and subdivision infrastructure to the City that must be inspected and approved prior to turnover from the developer to the City; and located within the city limits of Valparaiso, Florida; WHEREAS, the city engineer with the public works director for the City of Valparaiso have inspected and provided a report for the infrastructure of Raiders Landing and have deemed such roads, sidewalks, lighting, water, sewer and stormwater infrastructure of Raiders Landing as acceptable and built to the construction plans submitted to the City. BE IT RESOLVED by the City Commission of the City of Valparaiso, Florida that: 1. Per the city engineer's report and approved construction plans, Sheet C-03, Note 12, and pursuant to the Valparaiso Land Development Code, the Developer for Raiders Landing, Huff Homes of Florida, LLC, shall provide a 2-year warranty period on any. necessary repairs to the infrastructure including roadways, sidewalks, curbing and the drainage system from the date the development is accepted. 2. The Raiders Landing subdivision development is accepted as of THIS RESOLUTION shall be effective immediately upon passage. 2024. PASSED in regular session this day of 2024. Hubert B. Smith Mayor ATTEST: Tammy Johnson, CMC City Clerk ONIddVW 89NIA3ANAS ONVT 'DUI 'aypn 8 uaynoo' upsno 9NIONVISABOIVS (2NY NOR/OO SI) 1ne-SV MSAN/A AM * "1411 s"sa Am ? MAMN in O BR B TVHIS SH3OME IA AUTN SOTM h 6 LOG OF CONSTRUCTION OBSERVATION Poly, Inc 102 Sunset Lane Shalimar, FL32579 POuY Date: 6-4-24 Report No.: Final Project No.: 58-28 Client: City of Valparaiso Blvd SD) Location: Valparaiso Developer: HuffHomes Site Conditions: Project: Raiders' Landing Subdivision (aka VRC College Notes related to final acceptance (ordered by Sheet # of Construction Plans): Sheet C-02- -1 Note #4 - Stormwater As-buil/Certifications - Form 62-346.900(4) was completed and submitted as required by Matt Zinke, of Jenkins Engineering, referred to as Sheet C-04-1 Note #8 - All street striping should be thermoplastic. City of Valparaiso doesn't require thermoplastic striping, including their own new striping projects. Public Works Sheet C-04-1 Note #9- - All signage specifications. Public Works Director and Engineer are satisfied with signage (stop signs and speed limit signs) as installed with appropriate materials. Sheet C-04-1 Note #10 - Vegetative buffer between the development and Marquette is deeded tot the City. All damaged and dead trees were to be removed before final acceptance. The vegetative buffer has been cleaned up satisfactorily for final acceptance, per the Public Works Sheet C-04 -] Note #12 - "Upon final acceptance oft this development by the City, there will be at two (2): year warranty period as defined in the Land Development Code. Any necessary repairs to the infrastructure including roadways, sidewalks, curbing and the drainage system will be the responsibility oft the developer." This two-year period supersedes the one-year Sheet C-04-1 Note #16- - Details ofl lighting plan requirements, including stipulation that the final lighting plan must be reviewed and approved by the City prior to installation. Lighting plan also referred to on Sheets C-13 and 14, Note #20, concerning prevention of upward glare. Engineer has no record ofl lighting plan being submitted or approved by the City prior to installation. Will defer to City Building Official/City Administrator for further information on Sheet C-04 - Note#18- - "Mail CBU shall be provided with adequate lighting". There is no lighting at Mail CBU. See comment above concerning lighting plan submission and approval. Sheet C-08 - Note #8 - states retention pond should be solid sodded. The project retention pond is a complicated system with multiple sand filters installed to ensure proper infiltration through the bottom ofbasin and was not designed to be sodded, per thel EOR, regardless ofthe language in this note. Thel basin is well vegetated and stable, including the sloped sides. Neither thel EOR nor the Public Works Director would recommend disturbing the established Sheet C-08 - Note #13 - stormwater system inspection by EOR. Taken care of by Mr. Zinke Sheet C-08 -] Note 17- - Note states that all roofa and driveway runoff will be directed into the street for collection and treatment. However, there are exceptions to this that are not covered Engineer ofF Record (EOR). (Document included). director has approved the current paint striping as installed. Director. period required in the LDC. required lighting plan and its approval. vegetation to replace it with grass sodding. and all cleared through FDEP as required. int this note. There are areas labeled as "Compensatory Storage" on Sheet C12 (14,440 SF) and Sheet C11 (16,440 SF). These areas were intended tol be graded gently offt the back side of the lot properties and these areas (as labeled) are considered storage fort the drainage for the back oft the lots and roof for the included lots (Sheet 12-Lots 25-34 and Sheet 11-Lots 13- 23). There is no way to direct this drainage into the street at these locations, so the compensatory storage area was calculated for these lots. Note, the retention pond for the development was sized to include these areas even though the water can't be directed toi it. Which means the pond is oversized, creating a safety factor for the development' l's drainage system, as the storage for these lots is] planned for in both locations (the compensatory storage Sheet C13-N Note #2-1 Developer shall have all applicable FDEP and local permits prior to construction. FDEP water and sewer permits were obtained prior to construction and the Engineer was supplied with all clearances from FDEP prior to any homes being connected to water and sewer facilities. We cannot speak to the local permits being obtained. We will Sheet 32 -1 Note #4-4- The specifications in the section require that the finished asphalt be tested by coring every 200' in the completed street. The Public Works Director as well as the Engineer's RPR were on site periodically during the base installation and paving operations and are confident that the base was installed per the specifications and that the two lifts of asphalt installed meet the minimum requirements specified in the plans and by the City's standards. The Public Works Director has requested that cores (which would require patching) Sheet C33 -Note #10-6- Sewer inspection requirements. The alignment oft newly installed sewer lines was verified with light and mirror method during installation and the Public Works Director and Engineer's RPR were on site periodically during sewer main installation and are Sheet C-33-1 Note #10-8- - As-Built certification - Installation of sewer system was also under responsible observation oft the EOR, as required by FDEP. He submitted required documentation after construction andi received alll FDEP clearances, which we have copies of Deficiencies inj project requiring attention (we recommend final acceptance be contingent on Cleanouts in the retention pond are generally missing the required water type PE screwplugs and fittings. All cleanouts should be finished to satisfy detail #11 on Sheet C28 oft the construction plans, to include minimum height above finish grade and Type "V" storm inlets #62 (at Sta 30+00) and #48 (at -Sta 27+50) and their downstream piping into the bubble up structures into the retention pond are clogged with sediment and debris and are not draining properly. They should be thoroughly and the pond). defer toi the City Building Official. not be made in the newly paved streets. satisfied that the sewer lines were installed per industry standards. for the City. these items' correction) - proper closure. cleaned. Comments: Copies to: POLY File and City of Valparaiso Prepared By: Beth Brant, P.E. with phone consultation with Matt Zinke, P.E., Civil EOR for the project Date: 6-4-24 As-Built Certification And Request for Conversion to Operation Phase Instructions: Complete and submit this page within 30 days of completion of the entire project, or any independent portion of the project, as required by the permit conditions. The operation phase of the permit is effective when the construction certification for the entire permitlapplication is approved by the Agency. If the final operation and maintenance entity is not the permittee, the permittee shall operate the project, system, works, or other activities temporarily until sucht time as thet transfer to the operation entity ist finalized (use Form 62-330.310(2). Project Name: VRC CollegeE Blvds Subdivision Phase orl Independent Portion (if applicable): N/A Permit No: IND-091-288408-1 Application No: Permittee: Valparaiso Realty Company THEREBY CERTIFY THAT (please check only one box): Tot the best of myl knowledge, information, and belief, construction oft the project has been completed ins substantial conformance with the plans specifications and conditions permitted by the Agency. Any minor deviations will not prevent the project from functioning in compliance with the requirements of Chapter 62-330, F.A.C. Attached: are documents to demonstrate satisfaction oft the outstanding permit Construction of the project was NOT completed in substantial conformance with the plans and specifications permitted by the Agency. Any deviations or independent phasing will not prevent the project from functioning in compliance with the requirements of Chapter 62-330, F.A.C. (Contact the permitting agency to determine whether a modification of the permit will be required in accordance with Rule 62-330.315, F.A.C.) Attached is a description of substantial deviations, a set of as-built drawings, and documents to demonstrate satisfaction of the outstanding permit conditions, other than Construction of the project was NOT completed in substantial conformance with the plans and specifications permitted by the Agency. There are substantial deviations that prevent the project from functioning in compliance with the requirements of Chapter 62-330, F.A.C. I acknowledge that corrections tot the project and/ora ar modification oft the permit willl likely be required, and that conversion to the operatipn phasé,cannot be approved at this time. As-built or record drawings reflecting the conditions, other than long term monitoring andi inspection requirements. long term monitoring and inspection requirements. subslantiallevations: arérattached. By: Abien Signglus : STATEDF o Namg) Jenkins-Engine Inc. (Telepfi6p Fora ractigttareus ceptification! by a registered professional: (Print! Name)' Matthew H. Zinke (Fla. Lic. or Reg. No.) 57642 (Company Address) 73E Eglin Pkwy NE, Suite 203 (Email Address) matt@jeicivil.com - ORIDI AFFIX'SEAL (Date) (Print Name) (Company Address) Fora activities that do not require certification by a registered professional: By:. Signature (Company Name) Form 62-330.310(1): - As-Built Certification: and Request for Conversion to Operation! Phase incorporated by referencei inp paragraph 62-330.310(4)(), F.A.C. (June 1,2018) Page 1of3 Jenkins Engineering, Inc. 73 Eglin Pkwyl NE, Suite 203 Fort Walton Beach, FL 32548 850-837-2448 May31,2024 Bethl Brant, P.E. Poly, Inc. Principal) Environmental Engineer P.O. Box 841 Shalimar, FL 32579 RE: Raiders. Landing (FKA VRC Collegel Blvd Subdivision) Evaluation ofl Impact ofRetaining' Wall on Stormwater System Dear Ms. Brant: As per. your andi the City ofValparaiso'sr request, please allow this letter to serve as an evaluation ofthei impact ofthee existing retaining wall ont the designed stormwater system fort thel Raiders] Landing Subdivision project. Our approved civilj plans show a 15' wide Common Area located between the rear yards ofLots 42-61 andi it was provided to ensure that there was an areat to collect stormwater: runoffa and tol help prevent any runofffrom thet uphilll lots having ai negative impact ont the downhill lots durings severes storm events. Sheet C09: Grading Plan (I)and Sheet C10: Grading] Plan (2) showi thej proposed grading oft thei rear yards ofLots 42-61 along with the constructed: yardi inlets and pipingt that were connected to1 thes stormwater system which dischargest tot the retention basini fort treatment and attenuation. Toprovide a' "flatter" backyard fort these lots, the developers During ar recent visit tot thes subdivision, I viewed the retaining wall ast best) Icould after home construction, andI also observed the entire wallj previous tot thel homes being constructed. During those visits, it appeared that the wall didi not prevent stormwater: runofffrom discharging tot the Common Areai for collection as planned and that thes stormwater system will still function as designed. Please notet thati iti is common practice fort thel Nyoplast Inletst tol be left above ground, sO sediment doesn't geti int them during site: and] house construction. However, oncel home construction: andi final landscapingi is completed, thesei inlets need tol be cut down and the grate placed at grade and ifthere are anys still above ground, they willi need tol bel lowered properly. Ifyoul have any comments or questions, please contact me: at phone number (850)8 837-2448. constructed: ar retaining wall along ther rear property line ofLots 42-51. Sincerely, afp Matthew H. Zinke PUBLIC WORKS MONTHLY ACTIVITIES REPORT July2024 CEMETERY Met with families-3 Madei funeral arrangements-2 Oversaw funerals services--3 Sold 2 grave spaces Assisted Streets with asphalt work PARKS Watered grass at City! Hall Assisted Streets Marion Ruckel Park--Installing fence ties Bayshore Dr-Cutting low hanging limbs SHOP TRADES WORKER All City aclities--Replaced. A/C filters Angels Are Us-Replaced ceiling tile Florida Park--Replaced toilet paper dispenser Installed door stop Replaced light panel Assessed leaking issue Sprayed & disposed of wasp next Lincoln Park Built trash can enclosure Reset GFCIs at Pavilion 2 Replaced 2 GFI covers Repaired 30 am RVI box cover Plunged toilet Mowed, weedeated, pulled weeds, blew, removed debris all city parks/ building & city ROWS Library Added paper towel dispenser in men's room Marion Ruckel Park-Covered, graffiti on playground equipment Mitchell Bulding-Adjusted tank valve Public Works Repaired door knob Re-hung key cabinet Repaired leak on ice maker Replaced hand soap dispenser at Shop SrC Center Installed 2 ceiling fans with remotes Repaired soffit and siding throughout exterior T-Pier--Replaced paper towel dispenser Twin Cities Park--Replaced. several rotted planks on dock Public Works Activities]) July 2024 pg. I SANITATION 196.95 Tons (393,900 Ibs.) of Household" Trash collected 47.99 Tons (95,980 Ibs.) of Roadside Bulk collected Number of trips to the dump: 56 430 Yds. of yard waste has been taken to landfill Number oft trips to Landfill: 21 Delivered 5r newt trash cans Changed out 2 broken trash cans Delivered7 7,500 Ibs of scrapi to Recycling Center STREETS SIGN MAINTENANCE Straightened signs-1 Removed signs-4 TREE MAINTENANCE Installed No Swimming & No Fishing sign at boat ramp-1 Removed and installed new post on Museum sign-1 Cut low hanging limbs in 3 locations Cut line of sight vegetation in 2 locations DOT ROW MOWING & MAINTENANCE -Mowed Hwy 85, removing 75 Ibs of debris STREET MAINTENANCE Asphalt work poured & rolled Marion Ruckel extension to court Chicago Ave/ Washington. Ave cut out 24. John Sims pkwy cut out Filled 13 potholes in 4 locations STORMWATER Lincoln Park-graded sand back to sidewalk STREET SWEEPING Total Miles of residential streets swept:71 Total Lbs of debris removed: 4,800 SHOP Cleaned asphalt tools & box Bobcat--Washed XMark mower--cleaned Cleaned enclosed trailer & pole barn Cleaned, sharpened & oiled chainsaws MISC./ASSISTED OTHER DEPTS Water & Sewer Assisted with 1 sewer repair MOT for 1 sewer main repair Installation of sewer cleanout 41 tons of asphalt (60') of driveway after stormdrain line repair Cleaned Changed dog waste stations 1 time removing a total of 15 Ibs of waste Streets Hustler mower--replaced spindle & changed oil Parks Hustler-changed oil & fabricated new drain plug for easy access Parks Marion Ruckel Park--Installed fence posts and hooked fence back up Public Works Activities July 2024 pg.2 WATER/ SEWER REGULATORY COMPLIANCE SAMPLING Monthly Bacteriological sampling Nitrate/ Nitrites TTHMS/ HAA5s Static' Water Levels Locates-79 Turn meter on-21 Turn meter off-27 Manually read meters-151 New meters installed-1 Meters replaced-23 Mi.Nodes replaced--1 Water Leaks/ Breaks repaired-1 Water lines capped-1 Replaced/ repaired curbstops-1 Check meters fori issues/ leaks-4 Checked meters fori issues-4 Pulled meters-3 Water & sewer taps-2 Replaced curbstops-1 Replaced meter box & lids-2 Checked residential pressure-1 Residential pressure checked--3 Sewer line repairs caused by contractors-2 Sewer calls-11 Sewer line cleaning-5 Sewer line video-1 Cleaned floats inl Lift Stations-3 Assisted Streets--cleaning: stormdrain REGULATORY COMPLIANCE REPORTING Chlorides, Sodium, Total Dissolved Solids Unregulated Contaminant Monitoring Rule sampling for PFAS Water Leaks/ Breaks caused by contractors repaired--2 Support Staff Prepared & sent. June '24 Monthly Operational Report (MORS) to FDEP & Poly, Inc Prepared & sent the Evaluation of Water Use Practices report to NWFWMD & Polyl Inc Prepared & sent. July's Static Water Levels report to NWFWMD RECORDS MAINTENANCE Filed MORS monthly Filed bacteriological sampling each month Continuously updating Lead & Copper Inventory Continuously updated Water Distribution Log throughout month Monthly updating Disinfectant residual information for quarterly report Updated GDP Well Totals' Workbook for. June Updated Flow Rates spreadsheet for June Monthly Recorded Water Uses/ Losses in FRWAspreadsheet Produced. July' 24 Static Water Level Report & recorded in log book Produced July' '24 Purge Data Report Public Works Activitics, July 2024 pg. 3 Daily maintained record of all activities of depts in Public Works Prepared. June '24 Public' Works Activities Reports Daily record phone calls received Formatted vehicle fuel sheets andi issued for Aug" '24 Made. 31 Pavilion signs WORK ORDERS GENERATED/ PROCESSED In-house work orders generated-84 Work orders processed from City Hall-43 Locate requests processed from Sunshine 811-92 Meter Leak Alert customers contacted--50 Meters/ Mi.Nodes commissioned--24 Repeater commissioned-1 PHONE CALLS RECEIVED-354 Cemetery-0 Parks-5 Sanitation-60 Shop-6 Streets-18 Water/ Sewer-101 Misc/ Other Depts-164 Public Works Activities, July 2024 pg.4