HomeMy WebLinkAbout2018-063AWORK ORDER NUMBER 3
PROJECT NAME: Jungle Trail Shoreline Stabilizafto9P
This Work Order Number _3_ is entered into as of this 3rd day of April ,
2018, pursuant to that certain Continuing Contract Agreement for Environmental and Biological Support
Services, dated October 10th, 2017, (referred to as the "Agreement"), by and between INDIAN RIVER
COUNTY, a political subdivision of the State of Florida ("COUNTY") and Environmental Science
Associates , ("Consultant").
The COUNTY has selected the Consultant to perform the Environmental and Biological Support
Services set forth on Exhibit A (Scope of Work), attached to this Work Order and made part hereof by
this reference. The Environmental and Biological Support Services will be performed by the Consultant for
a Lump Sum fee of $ 53,228. The Consultant will perform the Environmental and Biological Support
Services within the timeframe 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. 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:
Environmental Science Associates
By: &dA By:
Title: Program Manager
BOARD OF COUNTY COMMISSIONERS
OF INDIAN RIVER COUNTY
BCC Approved Date:
Peter D. O'Brya
Attest: Jeffrey R. Smith, Clerk of Court and Comptroller'
By: -
Deputy CI rk 1 n
Approved
Approved as to form and legal sufficiency
Y •�4�' ,•
William K. DeBraal, Deputy County
Attorney
EXHIBIT A
E (JA
Scope of Services
Jungle Trail Shoreline Stabilization
for
Indian River County
RFQ 203-7053 — Continuing Contract Agreement for Environmental and Biological
Support Services
March 22, 2018
Background
In 2006, Indian River County repaired approximately 95o feet of shoreline along the right-of-
way of Jungle Trail immediately north of Sea Oaks Boulevard. This repaired section has
performed well, but 500 linear feet south of Sea Oaks Boulevard is now in need of repair. The
shoreline has been impacted by Hurricanes Matthew and Irma and also boat wakes from the
nearby Intracoastal Waterway. The County would like to implement a similar stabilization
project along the newly impacted Jungle Trail roadway.
SCOPE -OF -WORK
Task 3. - Data Collection & Coordination
ESA staff will continue to work with the County to acquire historical data including topographic
& bathymetric survey data (or LiDAR), water quality data, aerials, oyster and seagrass maps. ESA
staff will conduct a submerged aquatic vegetation (SAV) survey and document the species and
condition of the seagrass and shoreline vegetation.
ESA proposes to use Morgan & Eklund to collect topographic and limited bathymetric survey
data in the immediate project area. M&E will prepare a topographic survey that meets the
Minimum Technical Standards as set forth in Chapter 63.G3.7-6, Florida Administrative Code
pursuant to Section 472.027 Florida Statutes. M&E will establish a minimum of z site benchmarks
and reference their location upon the prepared drawing. The horizontal datum (coordinates) will
be referenced to the Florida State Plane Coordinate System, East Zone, North American Datum
of 3.983/90 (NAD 83/90). The vertical datum (elevations) will be referenced to the North American
Vertical Datum of 1988 (NAVD 88) and will be tied to published horizontal and vertical control
points throughout the project area.
The consultant will obtain topographic and limited bathymetric survey data (to wading depth) at
5o foot transects along the east shoreline of the Indian River south of Sea Oaks Boulevard as
depicted on Figure 3. (see attached). The locations and elevations of any significant shoreline
features will be collected using Real -Time Kinematic GPS or electronic total station. The existing
top and toe elevations as well as grade break features will be delineated as well as locating the
mean high water line throughout the project area. The limited bathymetric survey will detail the
rock placed at the toe of slope of the living shoreline, and extend 25-5o feet waterward to wading
depth. M&E will locate large (>8" dbh) native trees or tree drip -edge for tightly packed tree
groupings.
M&E will prepare and deliver 3 hard copies and 1 electronic output file of the survey for our use.
The output of the electronic file is to be prepared for AutoCAD Version 2o16 *.dwg file or newer.
A comma delineated ASCII file of the coordinates identifying Point #, Northing, Easting,
Elevation, Description should accompany the CAD file. The plan view drawings showing
easements, elevations and contours over an aerial background. Cross-sections will be created
indicating existing grade and existing structures.
Deliverables: Project database files and figures (AutoCAD Civil 3D, xml, GIS, PDF) will be
provided to the County
Task i — Pre -Application Meeting(s)
While data collection is underway, ESA and County staff will schedule pre -application meetings
with the U.S. Army Corps of Engineers (USACE) and the Florida Department of Environmental
Protection (FDEP) Central District to discuss the regulatory requirements for permitting and
constructing project elements. ESA staff will prepare figures, drawings and/or PowerPoint
presentations and schedule conference calls with the regulatory agencies for the pre -
application meeting(s). The proposed approach is to discuss completing this work under the
Hurricane Irma Emergency Final Order OGC No.17-og8g, which would potentially help to fast-
track the project. ESA will also investigate whetherthe original permits could be modified to
include the south reach repairs.
Deliverables: Project planning documents and meeting minutes.
Task 3 — Shoreline Stabilization Design & Engineering
Following the data collection efforts, the project design and engineering tasks will be completed.
The survey data collected in Task 1 will be used to develop shoreline stabilization design
I
ESA will perform engineering calculations in accordance with the Coastal
Engineering Manual (CEM)/Shore Protection Manual (SPM) to determine proper rock size,
revetment configuration and layer structure. Florida Department of Transportation Standards
and County Roadway Specifications will be used to rebuild the roadway shoulder. Volume
calculations will be performed to determine quantities for permitting and bidding purposes. A
planting plan will be developed, identifying the species, elevations and spacing of proposed
vegetation.
A meeting will be held with the County and project stakeholders to discuss the options and select
the preferred design alternative. Drawings will be prepared showing the survey data and
proposed stabilization in plan and cross section view that indicate existing and proposed grades;
existing and proposed structures; and existing structures to be rehabilitated. All drawings will be
to scale and details pertaining to shoreline stabilization construction will be provided. Staging
areas and access points will be delineated on the drawings. These drawings and calculations will
provide the basis for the engineer's cost estimate.
Two (2) draft copies of the plan set (standard 24" x 36" size) and a digital file will be provided for
review. This scope is based on one (1) round of comments the County.
Task 4 — Permit Application
,ESA shall investigate whether the original permit can be modified; or if this project would be
exempt underthe EFO. If these isn'tfeasible, then ESA will prepare a State-wide Environmental
Resource Permit (SWERP) application and submit a draft copy for County to review. The permit
application will also include supporting documents including signed and sealed design plans,
signed and sealed topographic & bathymetric survey and permit figures. Upon approval, ESA will
require signatures from the County as owner and applicant. ESA will submit the permit
electronically to the Florida Department of Environmental Protection (FDEP) and the U.S. Army
Corps of Engineers (USACE). ESA will provide payment of the permit fees through the electronic
system to the FDEP at the time of permit application submittal with reimbursement by the
County. ESA has prepared for one round of requests for additional information (RAI) from the
regulatory agencies. If additional RAls are issued, ESA will discuss the level of effort required to
respond to the agencies with the County.
Task 5 — Final Design, Specifications & Bidding Documents
Final Design Plans and Specifications will be prepared including conditions from the FDEP and
USACE permits. Final Design Plans will be 24"x 36" in size, include detail drawings and will serve
as the basis for the contract drawings in the final package sent to prospective bidders, by the
County. Drawings will include the bathymetric and topographic survey, contour charts, cross-
sections, project staging areas and the construction access corridor(s). ESA shall prepare
technical specifications to support the final plan set including geotextile material performance
criteria, rock density and placement requirements.
Submittals will be provided to the County for review and comment. ESA shall revise any changes
promptly and shall furnish the final drawings copies suitable for distribution to prospective
bidders.
ESA will coordinate with the County with the development of the Contract Documents and make
a recommendation of award. Final cost estimates will be provided as well as a bid form, which
will include a detailed estimate of the quantities and work to be performed. Components of the
Contract Documents that will be provided include the following:
• Construction Plan Set
• Technical Specifications
• Appendix Information (Permits, aerial photography, and any other relevant
information).
The County will coordinate the bid advertisement with ESA to determine an appropriate date for
a Pre -Bid Meeting. ESA will prepare for and attend the meeting, and answer prospective
Contractor inquiries ortranscribe Contractor inquiries for subsequent research and respond to all
meeting attendees as appropriate.
During the bidding period, ESA shall communicate frequently with County staff regarding receipt
of prospective Contractor written inquiries seeking interpretation of the Contract Documents.
Should ESA and the County receive such information within the stipulated time in advance of the
advertised bid opening date, we will assist the County with preparation of bid addenda as
appropriate by providing technical response to items. Such items include changes that may be
warranted to the contract drawings, technical and supplemental general conditions or other
construction -related issues as appropriate.
Budget Estimate
Task 1: Data Collection & Coordination ............................................. $ 9,309.00
Task is Permit Coordination............................................................... $ 5,770.00
Task 3: Shoreline Stabilization Design & Engineering ..................... $15,565.00
Task 4: Permit Application............................................................... $ 8,g6o.00
Task s: Final Design. Specifications & Bidding Documents $ 1-4,524.00
TOTAL: .................................................. $ 53,228.00
ASSUMPTIONS:
• If the field work occurs outside seagrass growing season, the SAV reconnaissance survey
will be conducted on a presence/absence basis, re -survey may be required by regulatory
agencies during the growing season.
• Permit fees will be reimbursed as pass through expenses, cost to be determined during
pre -application meetings with the agencies.