HomeMy WebLinkAbout1999-277i
Contract #SD609AA
q9-4277
AGREEMENT BETWEEN
THE ST JOHNS RIVER WATER MANAGEMENT DISTRICT
AND INDIAN RIVER. COUNTY FOR
VERO LAKES ESTATES STORMWATER SYSTEM RETROFIT
AND-THEABASSO CAUSEWAY -PARK IMPROVEMENTS PRO ECT
THIS COST SHARE AGREEMENT is entered into by and between the GOVERNING
BOARD of the ST. JOHNS RIVER WATER MANAGEMENT DISTRICT ("DISTRICT"),
whose address is Post Office Box 1429, Palatka, Florida 32178-1429, and INDIAN RIVER
COUNTY ("COUNTY"), whose address is 1840 25't' Street, Vero Beach, Florida 32960.
WITNESSETH THAT:
WHEREAS, DISTRICT is a special taxing district created by the Florida Legislature and
given those powers and responsibilities enumerated in Chapter 373, Fla. Stat„ whose
geographical boundaries encompass Indian River Lagoon; and
WHEREAS, DISTRICT has determined that its needs will be best served by entering into
a COST SHARE AGREEMENT for services that can be provided by COUNTY.
NOW THEREFORE, in consideration of the payments here specified and which
DISTRICT agrees to make, COUNTY agrees to furnish and deliver all materials, to do and
perform all work and labor required to be furnished and delivered, done and performed for Vero
Lakes Estates Stormwater System Retrofit and Wabasso Causeway Park Improvements, Contract
#5D609AA. COUNTY agrees to complete the Work in conformity with the Contract
Documents and all attachments as defined herein and on file at the. St. Johns River Water
Management District. The Contract Documents consist of the following items, including all
modifications thereof incorporated in the Documents before their execution: AGREEMENT;
EXHIBIT "A" - Scope of Work; and all attachments hereto. All attachments and Contract
documents are part of this AGREEMENT as fully and with the same effect as if they had been
set forth at length in the body of this AGREEMENT.
ARTICLE I • SCOPE OF WORK
All Work will be performed in accordance with EXHIBIT "A," SCOPE OF WORK,
entitled, "Vero Lakes Estates Stormwater System Retrofit," and EXHIBIT "B," SCOPE OF
WORK, entitled, "Wabasso Causeway Park Improvements Project," built attached hereto and by
reference made a part of this AGREEMENT.
ARTICLE II - SCHEDULE OF WORK AND EFFECTIVE DATE
A. The effective date of ibis AGREEMENT shall be this 7-G day ofN"" S "e1, 1999.
B. COUNTY will be required to commence work under the Contract within fifteen (15)
calendar days after the effective date of the AGREEMENT, to prosecute the Work
Page I of 28
Contract #ISD609AA
diligently, and to complete the entire Work for use within thirty (30) months of the
Effective Date of the AGREEMENT, unless the date is extended by mutual agreement of
the parties hereto. Time is of the essence.
ARTICLE III - TERM
This AGREEMENT shall expire at 12:00 midnight on the sixtieth day after the
completion of the Worn in accordance with the date established under ARTICLE 11above.
ARTICLE IV - LIABILITY AND IN51IRANCF
A. Each party to the AGREEMENT is responsible for all personal injury and property
damage attributable to the negligent acts or omissions of that party and [he officers,
employees and agents thereof. In addition, each party is subject to the provisions of
Section 768.28, Fla, Stat. (1997).
B. If COUNTY fails to comply with any of the terms, conditions, provisions, or stipulations
of this Contract, DISTRICT may avail itself of any or all remedies provided in the
Contract and shall have the right and power to proceed in accordance with its provisions.
C. Each party shall also acquire and maintain throughout the terns of this AGREEMENT
such general liability, automobile insurance, and workers' compensation insurance as
required by their current rules and regulations.
D. COUNTY hereby certifies to DISTRICT that the Work to he performed pursuant to this
AGREEMENT does not and will not infringe on any patent rights.
ARTICLE V - RESPONSIBILITIES OF COUNTY
A. COUNTY's Project Manager shall be lames Davis, Y.E., Director, or his designee.
R. COUNTY shall follow the verbal and written direction of DISTRIC:T's Project Manager
aissigned to the work. All work authorized may be stopped by DISTRICT's Project
Manager at any point, which shall not result in loss of payment to COUNTY for services
perforated up to the tithe the Work has ceased in accordance with this Contract. If
COUNTY fails to perform under terms of this Contract, DISTRICT may elect to have
COUNTY cease work until corrections are made at no additional cost to DISTRICT and
with no allowance for extension of time or to terminate if COUNTY fails or refuses to
comply with the terms of this AGREEMENT.
C. COUNTY certifies it is an independent contractor and not DISTRIC 's employee, nor
are any of COUNTY's employees performing work under this AGREEMENT,
DISTRICT employees.
Page 2 of 28
C>
Contract #SD609A.A
ARTICLE VI - RESPONSIBILITIES OF DISTRICT
A. DISTRICT's Executive Director designates Leslie Church as Project Manager for
purposes of directing COUNTY and maintaining coordination and review of the work.
The Project Manager shall have sole and complete responsibility to transmit instructions,
receive information, approve invoices, interpret and communicate DISTRICT policies
and decisions with respect to all matters pertinent to COUNTY's services. The Project
Manager and, as appropriate, other DISTRICT employees shall meet with COUNTY as
necessary to provide decisions for the duration of the Work, as well as to review and
comment on interim reports. No actions outside the Scope of Work shall be initiated by
COUNTY without prior written authorization of the project manager; however
emergency situations requiring action within less than twcnty-four (24) hours may be
granted verbally by the Project Manager and followed up in writing within seventy-two
(72) hours.
B. DISTRICT shall be available to COUNTY to respond to questions regarding the project.
C. As is further specified in this AGREEMENT, DISTRICT shall provide timely reviews of
any and all invoices and deliverables related to this AGREEMENT submitted by
COUNTY.
D. Upon the satisfactory completion of the Work, DISTRICT will provide a written
statement to COUNTY accepting all deliverable~.
ARTICLE VII - DELIVIAZABLES
A. Deliverables: COUNTY shall deliver all services, products, and deliverables as stated in.
the Contract.
B. REPORTS: COUNTY shall submit quarterly reports to DISTRICT's Project Manager in
a form approvcd by the Project Manager. In addition to hard copies, all written
deliverables (reports, papers, analyses, etc.) shall be submitted in machine readable form
in formats consistent with DISTRICT's standard software products. DISTRICT's
standard office automation products Include the Microsoft@ Office Suite (WORD,
EXCEL, ACCESS, and POWERPOINT). Other formats may be accepted, if mutually
agreed upon by DISTRICC's Project Manager and Chief Information Officer.
ARTICLE VIII - COMPENSATION
A. Arnount of Funding: For satisfactory performance of the Work outlined in the Contract,
DISTRICT agrees to pay COUNTY a sum in the amount not to exceed $350.000 on a
cost -reimbursable basis.
B. Invoicing Procedure:_ All invoices shall reference the Contract Number provided on the
first page of this AGREEMENT and shall be submitted to Director, Division of Financial
Management, P. O. Box 1429, Palatka, Florida, 32178-1429. COUNTY shall submit
Page 3 of 28
An
Contract #SD609AA
itemized quarterly invoices based upon the actual work performed and shall bill as per the
Project Budgets included in EXHIBITS "A" and "B." Invoices which do not correspond
to the Project Budgets will be returned to COUNTY without action.
C. Payments: DISTRICT shall pay COUNTY one hundred percent (100%) of each
approved invoice within thirty (30) days of presentation. Payments due and unpaid under
this AGREEMENT shall not bear interest.
D. Travel: Travel expenses must be submitted on DISTRICT or State of Florida Travel
Dorms. DISTRICT shall pay COUNTY all travel expenses pursuant to DISTRICT
Travel Policy, attached hereto, and by reference made a part hereof. Travel expenses
shall not be considered additional compensation, but shall be drawn from the amount
provided in the Project Budget.
E. Release: COUNTY agrees that acceptance of the payment, shall be considered as a
release in full of all claims against DISTRICT or any of its members, agents, and
employees, arising out of, or by reason of, the Work done and materials furnished under
this AGREEMENT. Prior to, or in conjunction with final payment. DISTRICT shall
review and determine that COUNTY has fully and satisfactorily completed the required
Work under this AGREEMENT. If DISTRICT determines that COUNTY has complied
with the terms and conditions of this AGREEMENT, then acceptance of final payment by
COUNTY shall he considered as a release in full of all claims by DISTRICT against
COUNTY, or any of its members, agents and employees, arising out of, or by any reason
of, the Work to be done and materials furnished under this AGREEMENT.
AR'TICL IX - OWNERSHIP OF DOCUMENTS
A. Ownership and copyright to all reports and all accompanying data (ira all formats)
produced pursuant to this AGREEMENT shall be vested in DISTRICT and COUNTY,
COUNTY shall include language in all subcontracts which clearly indicates that
Ownership and Copyright to all materials produced pursuant to this AGREEMENT shall
remain with DISTRICT and COUNTY.
B. Any source documents or any other documents or materials developed, secured or used in
the performance of this contract shall be considered property of DISTRICT and shall be
safeguarded by COUNTY. The original documents or materials, excluding proprietary
materials, shall be provided to DISTRICT upon the expiration or termination of the
contract, as outlined in the scope of work, or upon request of DISTRICT.
ARTICLE X - SUBCONTRACTING
A. COUNTY shall not sublet, assign, or transfer any work tinder this AGREEMENT
without the written consent of DISTRICT. When applicable, and upon receipt of such
consent in writing, COUNTY shall cause the namcs of the firms responsible for such
portions of the work to appear on the work.
Page 4 of 28
r
Contract #SD509AA
E. COUNTY agrees to notify DISTRICT of all subcontracts no less than ten (10) calendar
days prior to the effective date of the subcontracts for the purpose of approval.
COUNTY agrees to provide DISTRICT with an executed copy of all subcontracts within
ten (10) calendar days after the effective date of the subcontract.
C. COUNTY agrees to be responsible for the fulfillment of all work elements included in
the subcontracts and agrees to be responsible for the payment of all monies due under any
subcontract and hold DISTRICT harmless from any liability or damages arising under or
from any subcontract to the extent allowed by law. Nothing in this AGREEMENT shall
create any contractual relationship between any subcontractor and DIS'T'RICT,
ARTICLE XI - CHANGES IN SERVICE REQUIREMENTS
DISTRICT and COUNTY may at any time, by mutual written agreement in the form of
an amendment to this AGREEMENT, make changes within the general scope of this
AGREEMENT in the services or work to be provided. Neither party to [his AGREEMENT shall
unreasonably withhold consent to any written amendment to this AGREEMENT.
ARTICLE XII - INTEREST OF COUNTY'
Unless otherwise declared in an addendum, COUNTY certifies that no officer, agent, or
employee of DISTRICT has any material interest (as defined in Chapter 112. Fla. Stat.. as
amended) either directly or indirectly, in the business of COUNTY to be conducted here, and
that no such person shall have any such interest at any time during the terns of this
AGREEMENT.
ARTICLE XIII - CANCELLAnON
Each party to this AGREEMENT reserves the right to unilaterally cancel this
AGREEMENT for refusal by the other party to allow public access to all documents, papers,
letters, or other material related to this AGREEMENT and subject to the provisions of Chapter
119, Fla. Stat., as amended.
ARTICLE XIV - AiSSIGNMENT
COUNTY shall not assign the Contract or sublet it as a whole without the written consent
of DISTRICT nor shall COUNTY assign any moneys due or to become due to it hereunder,
without the previous written consent of DISTRICT.
ARTICLE XV - AUDIT. ACCESS TO RECORDS
A. COUNTY agrees that DISTRICT or its duly authorized representatives shall, until the
expiration of three (3) years after expenditure of funds under this AGREEMENT, have
Page 5 of 28
Contract #lSD609AA
access to examine any of COUNTY's books, documents, papers, and records involving
transactions related to this AGREEMENT. COUNTY agrees that payment(s) made
under this AGREEMENT shall be subject to reduction for amounts charged which arc
found on the basis of audit examination not to constitute allowable costs.
B. COUNTY shall refund by check, payable to DISTRICT, the amount of any reduction of
payments. All required records shall be maintained until an audit has been completed
and all questions arising from it are resolved or until three (3) years after completion of
the Work and submission of a final invoice, whichever is sooner. COUNTY will provide
proper facilities for access to and inspection of all required records.
ARTICLE XVI - CiVIL RIGIIT :5
Pursuant to Chapter 760, Fla. Stat., COUNTY shall not discriminate against any
employee or applicant for employment because of race, color, religion, sex, or national origin,
age, handicap or marital status.
ARi'ICI,I; }CViI - CONFLICTING EMPLOYMENT
COUNTY agrees that at the time of execution of this Contract it has no retainer or
employment AGREEMENT`, oral or written, with any third party relating to any matters which
adversely affect any interest or position of DISTRICT. COUNTY shall not accept during the
terms of this Contract piny retainer or employment from it third party whose interests appear to lac
conflicting or inconsistent with those of DISTRICT.
Notwithstanding the foregoing paragraph. COUNTY may accept retainers from or be
employed by third ,parties whose intcrests appear conflicting or inconsistent with those of
DISTRICT if, after full written disclosure of the facts to DISTRICT, DISTRICT determines that
the apparent conflict shall not interfere with the performance of the Work by COUNTY.
ARTICLE XVIII - NON -LOBBYING
Pursuant to Section 216.347, Fla, Stat„ COUNTY hereby agrees that monies received
from DISTRICT on this Contract will not be used for the purpose of lobbying the Legislature or
any other state agency.
ARTICLE XIX - TERMiNATIONS
A. Termination for Default; This AGREEMENT may be terminated in whole or in part in
writing by either party in the event of substantial failure by the other party to fulfill its
obligations under this AGREEMENT through no fault of the terminating party, provided
that no termination may be effected unless the other party is given: (1) not less than ten
(10) calendar days written notice delivered by certified mail, return receipt requested, and
(2) an opportunity for consultation with the other party prior to termination.
Page 6 of 28
40
Contract #1SD609AA
B. Termi anon for Convenie ee: This AGREEMENT may he terminated in whole or in part
in writing by either party provided that the other party is given: (1) not less than thirty
(ail) calendar days written notice delivered by certified mail, return receipt requested, of
intent to terminate, and (2) an opportunity for consultation prior to termination.
C. If termination for COUNTY's default is effected by DISTRICT,. an equitable adjustment
in the price provided for in this AGREEMENT shall be made, but (1) no amount shall be
allowed for unperformed services, and (2) any payment due to COUNTY at the time of
termination shall be adjusted to cover any additional costs to DISTRICT because of
COUNTY's default. If termination for DISTRICT's default is effected by COUNTY, or
if termination for convenience is effected by DISTRICT. the equitable adjustment shall
provide for payment of all services, materials, and costs, including prior commitment
incurred by COUNTY up to the termination date.
D. Upon receipt of a termination action under paragraphs "A" or "I3" above, COUNTY
shall:
(1) Promptly discontinue all affected work (unless the notice directs otherwise), and
(2) deliver or otherwise make available all data. drawings, specifications. reports,
estimates. summaries, and such other information and materials as may have been
accumulated by COUNTY in performing this AGREEMENT, whether completed
or in process.
E. Upon termination under Paragraphs "A" or "B" above, DISTRICT may take over the
work or may award another party a contract to complete the work.
F. If, after tennination for failure of COUNTY to fulfill contractual obligations, it is
determined that COUNTY had not failed to fulfill contractual obligations, the termination
shall be deemed to have been for rite convenience of DISTRICT. In such event. the
adjustment of compensation shall he made as provided in Paragraph "C" of this section.
ARTICLE XX - GOVERNING LANWATTORNEW FEES
This AGREEMENT shall be construed and interpreted according to the laws of the State
of Florida.
ARTICLE XXI - CONSTIRUCTION OF AGREEMENT
This AGREEMENT shall not be construed more strictly against one party than .against
the other merely by virtue of the fact that it may have been prepared by counsel for one of tite
parties, it being recognized that both parties, DISTRICT and COUNTY, have contributed
substantially and materially to the preparation hereof.
Page 7 of 28
40
Contract #SD609AA
ARTICLE XXII , ENTIRE AGREEMENT
This AGREEMENT upon execution by COUNTY and DISTRICT, and the contract
documents constitute the entire Agreement of the parties. The parties are not bound by any
stipulations, representations, agreements, or promises, oral or otherwise, not printed or inserted
in this AGREEMENT. COUNTY agrees that no representations have been made by DISTRICT
to induce COUNTY to enter into this AGREEMENT other than as expressly stated by this
AGREEMENT. This AGREEMENT cannot be changed orally, nor by any means other than
written amendments referencing; this AGREEMENT and signed by all parties.
IN WI'T'NESS WHEREOF, the ST. JOHNS RIVER WATER MANAGEMENT
DISTRICT has caused this contract to be executed in its name by its Chairman, attested to by its
Secretary; and lite INDIAN RIVER COUNTY has caused this contract to be executed in its
name by its duty authorized representatives, and, if appropriate, has caused its scal to he
attached, all on the day and year first above written.
ST. JOHNS RIVER WATER
MANAGEMENT DISTRICT
ay:
h, Cit,timtan
Attest:
tis Mason, Secretary
INDIAN RIVER COUN'T'Y
Kenneth R. Macht. Chairman
Typed Naim and Tit e
B ce �r+ wed t_t-��ay}z�� ,
Attest.
PAi MUM Al. Mui -LY DEPUTY CLI�n
'typed Minx: and `title
(SEAL)
APPROVED Y THE OFFICE OF GENERAL COUNSEL
Joint W. illi.tnts, Deputy General Counsel
St. Johns River Water Managgcment District
I"
Page 8 of 28..-_.. __ _. _._: �__-- _ - -•-- --- _._.
4D
Contract #SD609AA
EXHIBIT "A" —SCOPE, OF WORK
VERO LAKES ESTATES STORMWATER 3YSTE4I RETROFIT
I. IN'T'RODUCTION & BACKGROUND:
The proposed project includes modifying u series of existing upland ponds for stormwater
detention and water quality treatment for a 3,871 -acre watershed, located a utile south of the
south prong of the St. Sebastian River, an area of special concern within the Indian River
Lagoon, a state priority water body designated under the Surface Water Improvement &
Management Program (SWIM) and part of the state's Unified Watershed Assessment. Thu
project site, Vero Lakes Estates is located south of County Road 512, east of Interstate Highway
95, and west of the City of Sebastian in Indian River County (COUNTY)..
The residential subdivision was platted between 1956 and 1960 and presently consists of a series
of dirt roads with lot sixes ranging from 0.25 acres to I acre. The majority of lots within the
3,871 -acre drainage basin are presently undeveloped. The existing drainage system consists of
front and back lot swales which drain north/south directly to three main collector ditches, known
as Canals A, B and C. These three ditches serve the 2.410 -acre Vero Lakes Estates drainage area
as well as 1,461 acres of off site area which drain to the ditches. Canals A. B and C drain from
west to east to a discharge point in the Sebastian River Water Control District Lateral D Canal
which eventually drains to the South Fork of the Sebastian River and to alae Indian River Lagoon.
In the existing condition, the subdivision has marginal capacity for stormwater treatment due to
the large drainage area and relatively small drainage swales and ditches. The vast majority of
this 3,871 -acre northern COUNTY watershed drains eastward to the Indian River Lagoon (IRL).
This project will help to improve the water quality in the St. Sebastian River (designated a Class
III Aquatic Preserve by the Florida Department of Environmental Protection [FDEP]), and in the
IRT.. system, an Estuary of National Significance, by capturing stormwater runoff and routing it
into a series of detention facilities for treatment prior to discharge.
TI. E'S'TIMATED POLLUTANT LOAD REDUCTION:
The construction permit (DISTRICT Permit #4-061-0163AGC-ERP) for Vero Lakes Estates
includes typical block Swale improvements throughout the subdivision, various ditch
improvements, and four (4) lake area stormwater improvements. COUNTY estimates that the
average annual total suspended solids (TSS) pollutant load reduction would be *80% for the
Vero Lakes Estates area, which is routed through the hakes upon completion of all improvements
within the subdivision area.
This Scope of Work addresses upgrading the majority of the subdivision's stortttwater systems
east of 98`x` Avenue, including two lake area stormwater improvements with ditch improvements
to interconnect the lakes, canal reshaping and cleaning, and road paving throughout tate project
area. COUNTY estimates a 60% reduction in [lie TSS annual pollutant load from this segment
of Vero Lakes Estates upon completion of this work.
Page 9 of 28
•
Contract #SD€09AA
Ili. PROJECT OBJECTIVES:
The Indian River County area of the Lagoon (from Sebastian Inlet to St. Lucie County) was
designated as Segment 3 in the Lagoon's characterization report produced by the IRL National
Estuary Program (NEP) in 1994. Segment 3, known as the South Central Indian River Lagoon
basin, is further divided into 23 sub -basins. The largest pollutant loadings in this segment are
contributed by the large basins than have been extended by ditching and major canal systems, as
has occurred in Vero Lakes Estates, where ditching has been connected to a crural system and the
south prong of the St. Sebastian River, Three Chapter 298 districts exist within [his segment.
They are Fellstncre Farms (FFWCD), Sebastian River (SRW'+CD) and Indian River Farms
(IRFWCD) water control districts. "these three districts are varied in land use and drainage
characteristics, The highest loadings in lire South Central Indian River Lagoon segment occur in
IRFWCD's sub -basins are due to the characteristics of this urban built -out area which utilizes
extensive ditching and canal systems for drainage to the iRL. When compared to other segments
throughout the IRL region, it was calculated abut Segment 3, specifically the IRFWCD and
SRWCD are among tire highest area loading rates for the estuary. These high loadings are
attributed to the intense agricultural uses or the combinations of urban and agricultural
development in the area.
The effects to [he IRL and the St. Sebastian River. from the IRFWCD discharges are obvious, as
salinity values drop to about 26.0 ppl. near the Vero North, Main and South Canal outfalls. This
part of the Lagoon has a small surface arca, so evaporation is reduced as well. Another example
of the effect of the freshwater discharge into this segment is color. Wet season color values tare
higher than dry season values by a factor of 3, indicating discharge of colored, tannin -laden
waiters during wet season stormwater and groundwater flow. Total phosphorus values around the
three Vero canal discharge points (South, Main and North canals), as well its at the St. Sebastian.
River, the Fellsmere Canal and C-54, are substantially higher than elsewhere in the Lagoon.
Total Kjeldahl nitrogen is also elevated in this portion of the Lagoon between Wabaasso and Vero
Beach, indicating that this entire segment of the Lagoon may be affected by discharges from the
Sebastian River and the Indian River 'Farms Water Control Districts.
Activities proposed in COUNTY'S Surface Water Management Plan are expected to reduce
solids, sediments, organic matter, fresh water and nutrients discharged from. COUN`l'Y's
stormwater systems. These actions will influence Lagoon trends in a positive direction. To date,
Pollutant Load Reduction Goals (PLRGs) have not been established for Ilse COUNTY area or for
other waters in tine vicinity.
In November 1992, COUNTY completed its Master Stormwater Management Plan for Vero
Lakes Estates. This plan identified the problems at the subdivision and suggested several
technical objectives to resolving the identified problems.
The problem at Vero Lakes Estates is relatively easy to define. The Master Plan conveyed that
the subdivision does not have adequaatc stormwater treatment and drainage. The identified
drainage and water quality problems are caused by:
• Inadequate drainage for alae subdivision as the result of a combination of low original design
capacity and subsequent reduction of that capacity through lack of maintenance.
f'agc 10 o1- 25
C>
Contract #SD609AA
• The original drainage design standards for subdivisions of this type were far less stringent in
1960 than they are today. The typical drainage system was designed for a 2-inchlone hour
storm and stormwater retention was an unknown concept. Today's systems are designed for
a minimum 10 -year storm and the retention required for storniwater treatment helps to
further buffer the effects,
• The capacity of the existing system has been reduced from its original design capacity by the
effects of age. The System capacity has in many cases been reduced by the cffects of
sedimentation and forestation. Paved streets were not required and erosion of the roadway
materials into the drainage system is now a continuing. problem. Additionally, since much of
the subdivision is not yet developed, many of the rear lot drainage ditches have not been
maintained and are clogged with weeds, trees and trash,
Six objectives relating to the improvement of water quality for Vero Lakes Estates have been
established: 1) limit average discharge rates to levels acceptable to the Sebastian River Witter
Control District based on agricultural land uses; (2) limit post -development peak discharge rates
to pre -development peal: levels; (3) provide one inch detention for proposed paving
improvements; (4) provide storage above the current water table levels where possible, rather
than lowering tile water table to increase :storage capacity; (5) determine approximate design
flood elevations based on accepted risk factors; and (6) increase net wetland areas(Malster
5lortnwater Management Plan for Vero Lakes Estates. 1992).
IV. PROJECT DP*S 'R1lvl'ION:
Vero Lakes Estates consists of 10,000 platted lots. over 2A 10 acres dating from 1956-60. The
proposed site area is located approximately 9 miles inland from the Atlantic Ocean on the eastern
face of what is known locally as "Tcu Mile Ridge." The site lies on the western plaits of the
South Fork of the St. Sebastian River's drainage hasin. Ground elevations range from 25' to 26'
NGVD along the western edge of the project arca to 19'-20' NGVD at the eastern edge of the
project area. The relatively flat slope of the site contributes to the drainage problems. In 1984,
COUNTY established the Vero Lakes Estates Area Municipal Service Taxing Unit (MS,ru) for
the purpose of drainage and paving improvements.
Within Vero L.aVes Estates, the primary surface water system consists of three large ditches,
Canals A, B, and C, which are oriented cast/west and convey water to the Lateral U canal which
flows northward along the eastern limits of the project area and discharges to the St. Sebastian
River. The secondary surface water system consists of rear lot ditches, which discharge to the
three primary canals and are oriented north/south. Street swales are the third major component
of the surface water system within the project area which discharge to (lie back lot ditches and
file primary canals. in addition to the canals, ditches and swales, there are several lakes and
ponds within the project area. Many of these surface water bodies were constructed as borrow
pits andlor recreational amenities during the initial development of the subdivision.
This projcct will complete a majority of the stormwater upgrades cast of 98"' Ave. Additional
block Swale work will be completed in the future_ COUNTY is currently paving the dirt roads,
Page I 1 of 28
Contract #SD609AA
reshaping and cleaning street swales and back lot ditches to route stormwater from the streets
and yards to the canals and into the stormwater lakes/ponds for treatment. This project will
convert the two borrow Pits known as Oak Lake and Lake 20 into detention facilities to hold
rerouted stormwater as well as the reshaping and cleaning of the collector Canals A & B, and
expanding the collector ditches along 80h Street and 80h Street to provide additional treatment.
In September 1998, this project received approval for a 10 -year construction permit from
DISTRICT under Permit #4-061-0163AGC-ERP for the drainage and detention pond
construction. In addition to many drainage improvements to be completed by COUNTY,
COUNTY proposed the construction of four laketpond systems for stormwater treatment. Two
of these systems are described in this scope of work and include the construction of the Oak
Lake System and the Lake 20 System with ponds A & B and associated wetlands.
The Lake 20 system is proposed as a wet detention system, which will be constructed by
enlarging two existing ponds to form a 10.7 -acre pond system. The system will contain
approximately 60 -acre-feet of permanent pool volume with a corresponding residence time of 17
days. Approximately 535 acres of platted subdivision will be routed into the Lake 20 pond
system. The Lake 20 system will discharge the treated stormwater through a control structure
and pipe to Canal B.
Oak Lake Area system is located south of Canal A and east of 961h Avenue. A control structure
is proposed in Canal A, which serves the northern portion of the subdivision, to divert flow From
[lie ditch into the Oak Lake area wet detention system. The Oak Lake wet detention system will
consist of two interconnected stomhwater ponds which will be constructed by enlarging and
interconnecting two existing borrow pits. The interconnected ponds will be approximately 16.5
acres in size and will contain 96 -acre-feet of permanent pool storage. The pond system will
serve a drainage area of approximately 1,013 acres with a residence time of 14 days.
The 1,013 -acre residential area served by the proposed pond will also receive pre-treatment in
the roadside and back lot swales prior to trcahncni in the Oak Luke system. The back lot and
roadside swates are designed with control structures to maximize Swale storage prior to
discharge to Canal A. These swales will provide approximately 0.5 inches of runoff storage
prior to discharge to the Oak Lake system and Canal A.
In 1997 and 1998, COUNTY received two grant awards from DISTRICT's Local Government
Cost -Share Program totaling $35,000. This money, in addition to fees collected from the Vero
Lakes Estates M'STU, will be applied to the cost of constructing the ponds as well as reshaping
the connecting ditches (see Budget).
V. _ SCOPE OF WORK (A complete list of all tasks and their outputs):
Task 1: Survey Project Site
Description: COUNTY's engineering consultant will prepare a complete survey of the two lake
system areas designated for development in this project.
ExpecteResults: A complete survey of hake systems.
Page 12 of 28
•
0
Contract #ISD509AA
Estimated Cost: The design is estimated to cost $27,004.00
Estimated Schedule: Start November 1999, finish December 1999
Deliverables: A complete survey of the property.
Task 2: Pre -Construction [Monitoring & Engineering design
Description: COUNTY's engineering consultant will prepare detailed design specifications and
construction documents for the stormwater detention ponds. Pre -construction surface water
monitoring will be conducted to assess nonpoint source pollutant loading rates from the
subdivision. (Post construction surface water monitoring will be conducted over a l+ year time
frame, see Task 8 below.)
Expected Results: A complete, efficient and cost effective design.
Estimated Cast: The design is estimated to cast $27,130,00 (See costs listed in Task 5 for surface
water monitoring.)
Estimated Schedule: Start December 1999, finish April 2000
Deliverables: A pre -construction water quality monitoring; plan. A complete set of design and
construction drawings and speelfications. Pre -construction water quality monitoring data.
Task 3 and 4: Prepare, Send, Receive, Evaluate ,and Award Construction Bid.
Description: COUNTY will prepare, advertise for, send, receive, and evaluate bids for
construction of the two major pond systems at the Vero Lakes Estates project sites. An award
will be made, contracts signed, and notice to proceed given. If needed, a separate notice to
proceed for the stormwater detention facilities will be postponed until any required grant funding;
is received. The design of these ponds allows the construction of these stormwater facilities to
occur anytime after July 1, 200[1,
Ex aected Results: A number of received competitive bids will be evaluated, a responsible low
bid that is within budget will he selected.
Estimated Cost: Administration of the bid process for the stormwater treatment ponds is
estimated to cost $5,000.00
Estimated Schedule: Start April 2000, finish June 2000
Deliverables: A construction contract with a notice to proceed given to the most responsive low
bid.
Task 5: Construction of Stormwater Detention Pond Facilities
Description: COUF`TY's selected contractor will construct the stormwater treatment systems
designed under Task 2.
Page 13 of 28
CA
Contract #SD609AA
Expected Results: Complete and adequately construct facilities.
Estimated Cost: Construction of the stormwater facility at Oak Lake Area (52.000 cubic yards at
$2.5/cubic yard) is estimated to cost $130,000.00. Construction of the stormwater facility at
Lake 20 Area (92,000 cubic yards at $2.51cubic yard) is estimated to cost $230,000.00.
Estimated Schedule: Oak Lake Area constriction will begin in July 2000 and end in June 2001.
Lake 20 Area construction will begin in Septcmhcr 2000 and end in March 2001.
Deliverables: Bi -Monthly Progress Reports on construction status. The acceptance of tite
facilities as completed facilities according to design.
Task b: Construction of Lake Control Structures for Water Quality Treatment tic lsrosion
Control
Description: Two lake control structures will be constructed within the two storruwater pond
treatment facilities, including concrete control structures and erosion control structures at the
outlet.
1. At Oak Lake, an RCLake9 Structure will be installed with 40 linear feet of 48 -inch
reinforced pipe.
2. At Elie Lake 20 Area, an RCLakc2U Structure will be constructed with approximately 1,400
linear feet of 48 -inch reinforced pipe, Two other strictures including an inter -lake
connection structure of 400 linear feet of 24 -inch reinforced pipe and a clay barrier of 1,140
linear feet will be constructed within this pond system, At Pond A, an RLakeA Structure will
be constructed and will have approximately 60 linear feet of 24 -inch reinforced pipe.
) xpeeted Results: Installation of lake control structures at tate two major pond systerus.
Estimated Cost: Construction of the stornrwater facility structures is estinrued to cost
$228,000.00. The Oak Lake Area RCLnke9 structure is estimated to cost $1 1,(W.00; the Lake
20 Area RCLakc20 structure is estimated to cost $134,000.00; the Lake 20 Area inter -lake
connection structure and clay barrier is estimated to cost $75,000.00; and the Lake A. RLakeA
structure is estimates] to cost $8,UOU.00.
Estimated Schedule: Start April 2000, finish March 2001
Deliverables: Bi -Monthly Progress Reports our construction status. Two major pond structures
and aclay barrier stricture in the two storrnwater treatment facilities.
Task 7: hitch Excavation
Description: Simultaneous to (lie construction of the pond systems, COUNTY will conduct ditch
excavation of four major canal systems connecting the detention ponds it) the Lateral D canal.
Ditch excavations will include cleaning, widening and new construction of several canal
crossings within Canal A and excavation of a new canal at 86"' Street both of which connect to
Page 14 of 28
40
Contract #SD609AA
the Oak Lake Area. Excavation, cleaning and widening of Canal B and the excavation of a new
canal at 80`h Street will connect to the Lake 20 Area.
Expected Results: Both Canal A and Canal B will receive reshaping and 3,200 linear feet of
cleaning. Excavation of tate 80h Street Canal near the Oak Lake Area will be constructed as a
2,000 linear feet facility with two canal crossing structures (pipe structures with cltdwalls).
Excavation of the 80h Street Canal near the lake 20 Area will be constructed as a 2,000 linear
feet facility with two canal crossing structures.
Esti to gas : Cleaning and reshaping for Causal A is estimated to cost $12,800.00. Cleaning
and reshaping for Canal B is estimated to cost $12.800.00. Excavation and carnal crossings for
the 861h Street canal is estimated to cost $117.000.W. Excavation and canal crossings for 80h
Street canal is estimated to cost $127,000.00.
Lsliin_ated Schedule, Start March 2000, finish March 2001
Deliverables: Bi -Monthly Progress Reports on construction status. Completion of construction
and reshaping of canals, and construction of canal crossings.
Task 8: Implementation of Water Quality Monitoring Program
Description: Prior to construction of any stormwatcr treatment ponds or ditch excavation,
COUNTY will implement a water quality monitoring program of stormwatcr at the project sites.
Future operation of these slormwater detention facilities shall be optimized by reviewing the
monitoring results and fine tuning ttte system operation as needed.
Expected Results: A regular surface water monitoring program will be implemented at the
project site. 'Regular review of results will guide operation of the stormwatcr treatment ponds as
needed..
Estimated Cast: The start up, operation and completion shall be completed by a selected
environmental firm. Tile monitoring effort has been cstimated to cost $30,000.
Estimated ;schedule: Start November 1999, finish March 2002.
Deliverables: Base Line. Water Quality Monitoring Plan (December 1999). Monthly water
quality reports prior to initiation of construction (lanuary — March 2000). Post -construction
Water Quality Monitoring Plan. Bi -monthly waiter quality updates from monitoring events,
storm event grab sample reports, and two bi-annual stormwatcr analysis reports summarizing
post -construction water quality sampling results.
Task 9: Implementation of Education Component
Description: A Florida Yards and Neighborhoods (FYN) Educational program will he
implemented over a 16 -month time frame to educate the homeowners of Vero Lake Estates.
Fxncted Results: FYN workshops and FYN Yard Certification.
Estimated Cost: Education for this project has been estimated to Cost $18,450
Page 15 of 28
do
Contract IiSD609AA
Estimated Schedule: Start January 2000, finish June 2001
Deliverables: Deliverables will include the total number of persons attending FYN workshops,
the total number of certified yards, and tlic identified percent of the residents that adopt FYN
BMPs. Yard BMP adoptions will be measured by (lie University of Florida's Institute of Food
and Agricultural Sciences (IFAS), A final education report conveying the IFAS evaluation
results and deliverables will be provided to COUNTY and DISTRICT.
Task 10: Draft and Final Reports
Deserintiun: Following completion of Tasks S, 6 & 7, COUNTY will prepare a draft report for
review and comment by DISTRICJ''s Project Manager. Following completion of Tasks 8 & 9,
COUNTY will prepare a final project report detailing the construction, water quality monitoring
and educational components of the project. Successes will be highlighted and recommendations
for future improvements discussed,
Estimated Cost: $2,000
istmated Schedule: Draft Report- April 2001. Final Report- May 2002
V1. SPECIFIC OUTPUI'SIDELIVERABLIKS (e.g. reports, manuals, videos, maps,
BMPs, meetings, field days, issued permits, e(c.):
Task 1: Survey Project Site
Ex pected Results: Project site survey.
Deliverables: A complete survey of the property.
Task 2: Engineering Resign
Expected Results: A complete, efficient and cost effective design.
Deliverables: A complete set of design and construction drawings and construction
speci f is at ions.
Task 3 and 4: Prepare, Send, Receive, Evaluate and Award Construction Iiid
Expected_ Results: A number of received competitive bids will be evaluated, a responsible low
bid that is within budget will be Selected.
Deliverables: A construction contract with as notice to proceed given to the responsible low
bidder.
Task 5. Construction of Stormwater Detention Pond Facilities
Expected Results. Complete and adequately constructed facilities.
Page 16 of 28
•
Contract #SD609AA
Deliver ablcs: Monthly Update Reports. The acceptance of the facilities as completed according
to design.
Task 6: Construction of Luke Control 'Structures for Water Quality Treatment & Erosion
Control
Isxpeeted Rcstilt s: Installation of take control structures at the two major pond systems,
Deliverables: Monthly Update Reports. 'Five pond structures in the two stormwater treatment
facilities.
Task T: Ditch Excavation
Expected Results: Both Canal A and Canal B will receive reshaping and 3,200 linear feet of
cleaning. The 804 Street Canal near the Oak Lake Area will be constructed as a 2,000 linear feet
facility with two canal crossing structures (pipe structures with cadwalls). The $o`" Street Canal
near the Lake 20 Area will be constructed as a 2,0ot1 linear feet facility with two canal crossing
structures.
Deliverables: Monthly Update Reports. Completion of construction and reshaping, of canals, and
construction of canal crossings.
Task 8: Implementation of Surface Water Monitoring Program
E,xxl»ctedResults: A regular surface water monitoring program will be implemented at the
project site. Regular review of results will guide operation of the stormwater trcatment ponds as
needed.
Deliverables: Pre and Post Construction Monitoring Plans, Monthly pre -construction water
duality base line sampling results. Bi -monthly post -construction stormwater reports, storm event
grab sample reports, and bi-annual stormwatcr analysis reports.
Task 9: Implementation of Education Component
Expected Results: FYN workshops and FYN Yard Certification.
Deliverables: Deliverables will include the total number of persons attending FYN workshops,
the total number of certified yards, and the identified percentage of the residents that adopt FYN
BMPs. Yard BMP adoptions will be measurcd by IFAS evaluation instruments already
developed. A final education report conveying the IFAS evaluation results and deliverables will
be provided to COUNTY for incorporation into the final 319 project report.
Task 10; Draft and final Reports
Page 17 of 28
•
Contract #SD609AA
YTI. PROJECT MILESTONES: (including start, completion and reporting dates):
Task 1: Survey Project Site
Estimated Schedule: Start November 1999, finish December 1999.
Task 2: Engineering Design
Estiindtqd _Schedule: Start December 1999, finish April 2000,
Task 3 and 4: Prepare, Send, Receive, Evaluate and Award Construction Bid
Estimated Schedule: Start April 2000, finish June 2000.
Task 5: Construction of Stormwater Detention Pond Facilities
Estimated Schedule: Oak Lake Area construction will begin in July 2000 and end in June 2001,
Lake 20 Area construction will begin in September 2000 and end in March 2001. Monthly
Progress Reports will he submitted to DISTRICT's Project Manager during Task 5 construction.
Task 6: Construction of Lake Control Structures for Water Quality Treatment & Erosion
Control
Estimated Schedule: Start April 2000, finish March 2001. Monthly Progress Reports will be
submitted to DISTRICT's Project Manager duringrask 6 construction.
Task 7: Ditch Excavation
Estimated Schedule: Start March 2000, finish March 2001. Monthly Progress Reports will he
submitted to DISTRICT's Project Manager during Task 7 excavation,
Task 8: Implementation of Water Quality Monitoring Program
Estimated Schedule: Start November 1999, finish March 2002,
Task 9: Implementation of Education Component
Estimated Schedule: Start January 2000, finish June 2001. Progress Reports will be completed
following accomplishment of each education component and submittal to DISTRICT's Project
Manager.
Task 10: Draft and Final Reports
Estimated Schedule: Draft Report- April 2001. Final Report- May 2002.
Page 18 of 29
40
Contract #SD609AA
VIIi. DRAFT SURFACE WATER MONITORING PROPOSAL FOR INDIAN RIVER
COUNTY'S VE'RO LAKES ESTATES PROJECT;
Introduction:
COUNTY has proposed a balanced and comprehensive approach to stormwater management in
order to minimize pollutant discharges from Vero Lakes Estates. The final Water Quality
Monitoring Plan will be developed in coordination with DISTRICT and FDEP. The final Plan
will be designed to improve: water quality and cnntiply with maintenance and monitoring
requirements.
Baseline Data:
COUNTY will submit a Baseline Water Quality Monitoring Plan to DISTRICT for approval by
December 15, 1999 which includes sampling protocols and specific sampling sites identification.
COUNTY will conduct baseline data collection to establish current water quality conditions
through five (5) grab samples during the months of January (2 samples from each canal);
February (2 samples from each canal); March (I sample from each canal prior to initiation of
excavation work under task 7); testing for the parameters listed on the next page of this scope,
within Canals A, B and C in the Vero Lakes Estates Project Arca. COUNTY will submit the
results of the baseline water quality monitoring to DISTRICT 's Project Manager in March 2000.
COUNTY will use the baseline data collected and best available data for establishing water
quality standards for the various BMPs to he constructed. Data collected during pre -construction
monitoring activities will be used as well as data from technical literature and reports.
The effectiveness of this project in reducing stormwater loadings will be quantified via a
minitnum of twelve (12) water quality monitoring samplings following completion of the
construction tasks. This monitoring shall include monthly monitoring of canal surface waters
during non -rain fall conditions. These measurements will he repeated during storm events.
During these events, water samples shall be collected through the use of hand -samplers or
automated stunplers, when available. After significant rainfall events, COUNTY will take
upstream and downstream water samples either by automated in situ instrumentation or by
manual sampling. The samples will be analyzed for appropriate constituents based upon baseline
data and permit requirements. Flow shall be monitored to enable pollutant loadings to be
calculated. A full list of (lie parameters is presented below.
Additionally, sediment grabs within the canals will be periodically sampled for analysis. The
total phosphorus and nitrogen of these sediments will be treasured. Sediments will be analyzed
for trace metals (the 13 with U.S. Environmental Protection Agency's [EPA] priority pollutant
metals) as well as petroleum hydrocarbons. Grain size characteristics will also be quantified.
The total amount of sediment retained within these structures will be measured to enable the
overall effectiveness of these structures to be characterized.
A final water and sediment duality monitoring report will be submitted to DISTRICT'S Project
Manager by April 2002. This report will include a summary of base lane conditions, post -
construction water quality results and determination of the percentage of TSS reduction achieved
Page 19 of 28
Contract #SD609AA
upon the project's completion. This report may be included as a portion of the final project
report, or as a separate document.
All laboratory analyse~ will be performed in accordance with EPA and FDEP approved
protocols. The selected firm will maintain a FDEP approved Comprehensive Quality Assurance
Plan and Florida Department of Health certification.
• Lead Agency: Selected firm through the bidding process
• Prcquency of Testing Locations for Base Flow: Surface water, monthly; Discharge, varied
times over a 12 -month period.
• Frequency of Testing for Storm Events: Surface Water and Discharge, via hand -sampling or
automated equipment.
• plumber of Testing Locations: Surface water, two; Discharge, four; Storm -event samplers,
two,
• Testing Parameters: Canal surface water
Temperature, bottom of water column (bottom)
pH, bottom
Salinity, bottom
Dissolved Oxygen, bottom
Temperature, surface of water column (surface)
pH, surface
Salinity, surface
Dissolved Oxygen, surface
Discharge Velocity
Flow
Surface Water Elevation
Total Kjeldahl Nitrogen (TKN)
Nitrate and Nitratc-N
Ammonia -N
Total Phosphorus
Color
Biological Oxygen Demand (BOD)
Total Suspended Solids (TSS)
Alkalinity
Fecal Coliforms.
Reporting:
A component of this project involves developing a detailed and systematic record-keeping;
system to monitor maintenance activities on each BMP element. Logs will be kept detailing
equipment and procedures used in maintaining/cleaning and operating the respective
BMPs/controls. A systematic evaluation will be incorporated into the Water Quality Monitoring
Plan to gauge the overall effect of the full set of BMP improvements on both the quality of water
discharged through the various outfalls and the water quality of the Vero Lakes Estates project
area. Water samples from the outfalls will be periodically collected, tested and analyzed to
develop trend curves. It is estimated that bi-monthly and bi-annual review reports will be
produced.
Page 20 of 28
UA
A
Contract #iSD649AA
Coordination:
Copies of bi-monthly and bi-annual reports will be provided to DISTRICT, FDEP, and Indian
River County Public Services Division,
Duration
December 1999 through March 2002,
Conclusion-,
This Draft Water Quality Monitoring Proposal is conceptual in nature and will be refined based
on input received from DISTRICT, FDEP and other concerned agencies or parties.
IX. EDUCATION IMPLEMENTATION AT VI RO LAKES ESTATES:
An effective hands-on educational program[ will be offered to the hwneowners of Vero Laker
Estates by employing the existing FYN educational program operated by IFAS.
FYN Objectives:
The FYN goal for this project is to improve the water quality of the South Fork of the St.
Sebastian River and the IRL through homeowner participation in implementing FYN BMPs.
The specific objective for this project include:
Encourage adoption of environmental landscape maintenance (ELM) practices designed to
reduce non -point source pollution;
Provide technical support to homeowners that with to iltstall or retrofit landscapes using ELM
BMPs to reduce non -point source pollution;
Continuation and expansion of the FYN program designed to teach residents about ELM
techniques that can reduce the impact of stormwater runoff, implicated as a significant
source of nonpoint source pollution entering the IRL; and
Evaluate the adoption of 'ELM practices by pre/post surveys of program participants and on-site
inspection of practice adoption through a Florida Yard Certification process. The
resulting voluntary practice adoption patterns will allow the IFAS Cooperative Extension
Service and other educators to target ELM practices that have significant impacts on non -
point source pollution.
FYN Implementation at Vero Lakes Estates
The local Indian River County's WAS office will provide educational seminars at the local
Breltouse and the nearby North County Library to leach residents about the principles of FYN
Page 21 of 28
i
Contract #SD609AA
Program and the innovative BMPs that will reduce non -point source pollution entering the IRL
from the Vero Lakes Estates subdivision. In addition, residents will be offered the opportunity to
participate in the Florida Yard Certification program.
According to the Indian River County Tax Assessor, there are currently 710 single-family homes
in Vero Lakes Estates. With a limited amount of new growth, the projected maximum number of
single-family homes in the subdivision will be slightly less than 1,046 residences within the next
two years. The WAS office will supply FYN Handbooks and FYN Workbooks for use by these
residents. Additional localized fact sheets about the Vcro Lakes 1~states project will be produced
to explain the local perspective of FYN BMPs.
ELM practices to be targeted in this project will focus on the following subjects: (1) irrigation
efficiency, (2) yard waste minimization, (3) the appropriate application of mulch, (a)
encouragement of wildlife habitats within the landscape, (5) use of integrated pest management
as the appropriate method of pest control, (6) proper landscape plant selection and instillation,
(7) management of storinwater runoff on the landscape, (8) adoption of recommended University
of Florida landscape fertilization practices, and (9) canal/waterfront property management
techniques.
Forty ELM practices have been identified by the University of Florida Environmental
Horticulture Department as BMPs suitable for Florida Yards. These practices are listed on the
`Florida Yardstick,' a poster and handout that will be distributed as an informational piece to
program participants. Critical practices to be encouraged through the educational program that
will address non -point source pollution reduction in the IRL include but are not limiters to the
following practices:
NPSP goal ELM BMP
Reduction of fertilizer runoff * Reducing in the amount of soluble fertilizers applied
to landscape sites.
* Apply iron compounds instead of nitrogen to provide
suunmcr green -up of turfgrass.
* Apply no more than one pound of nitrogen per one
thousand square feet of landscape area, with no more
than half in soluble forms.
Reduction in yard waste production * Elimination of unnecessary pruning practices.
* Allow turfgrass clippings to remain on the lawn.
Wildlife habitat improvement * Encourage native wildlife by planting food plants in
the landscape.
* Remove exotic invasive weed trees which displace
native habitats
Additional IFAS personnel hired over a 16 -month period will be required to deliver the FYN
programming to the residents in the Vero Lakes Estates area. FYN volunteers will also be
utilized in presenting some of the programs to the local homeowners, and will provide support
for the follow-up communication necessary for continuity and accountability in the program.
Page 22 of 28
•
Contract #SD609AA
Deliverables and Evaluation
Deliverables will include the total number of persons attending FYN workshops, the total
number of certified yards, and the identified percentage of the residents that adopt FYN BMPs.
Yard BMP adoptions will be measured by WAS evaluation instruments already developed. A
final education report conveying the WAS evaluation results and deliverables will be provided to
COUNTY and DISTRICT.
Page 23 of 28
i
Contract HSD609AA
PROJECT BUDGET: $967,184
GRANT FUNDING REQUESTED: $ 400,040 from 319(h)
DISTRICT COST -SHARE: $250,040 under this agreement, $35,040 already granted.
INDIAN RIVER COUNTY COST -SHARE (Including VLE MSTU & IFAS): $282,180
BUDGET BY ACTIVITY:
(Activity)
Indian River Co.,
DISTRICT
US EPA 319
TOTALS
VLE MSTU &
IRC IFAS-FYN
Staff
$ 70,800 (VLE MSTU)
$133,800
$ 63,000 (IRC)
Equipment
$ 65,800 (IRC)
$ 53,000
'$118,800
Supplies
$ 13,000 (VLEMSTU)
$ 19,000
$ 32,000
Contractual
$ 59,130 (VLEMSTU)
$178,OOO
$360,000
$632,130
$ 35.000*
Monitoring
$ 30,000
$ 30,000
Public Education
$ 8,450 (FYN-IFAS)
$ 1 0A
$ 18,450
Other (draft and
final $ 2,000 (VLEMSTU)
$ 2,000
reports)
TOTAL
'$282,180
$285,000*
$400,000
$967,180
* DISTRICT $35,000 already encumbered under agreements 978281 ($10,000) and 981-1356
($25,000)
Page 24 of 28
BUDGET BY TASK:
TASK
IRC, VLE
$130,000
MSTU,
$146,000
IFAS-FYN
Task 1. Surveying Project Site
$ 27,000
Task 2. Engineering Design
$ 27,130
Task 3.& 4. Bidding & Award Contract
$ 5,(M
Task 5. Const. of Stormwatcr Facilities
$ 20,000
Oak Lake Area
$ 15,000
Lake 20 Area
$ 14,000
Task 6. Lake Control Structure Const.
$ 8,000
Oak Lake Structure RCLakc 9
Lake 20 Structure RCLakc20
Inter -Lake Connection
Clay Barrier
Lake A Structure RlakcA
Task 7. Ditch Excavation
Canal A Cleaning
Canal B Cleaning
86"' St. Canal Reshape &
$ 86,800
Crossings
$ 96,800
80" St. Canal Reshape &
Crossings
Task 8. Water Quality Monitoring Program
Task 9. Education & BMP Implementation
$ 8,450
Task I O.Draft & final reports on project
$ 2,000
TOTAL
$282,180
Contract #SD609AA
DISTRICT 319 (h) TOTALS
FUNDS
$27,000
$27,130
$ 5,000
S 40,000*
$ 75,000
$130,000
$ 70,000
$146,000
$230,000
$ 11,000
$ 11,000
$ 34,000
$ 100,OM
$134,000
$ 20,000
$ 20,000
$ 55,000
$ 55,000
$ 8,000
$ 8,000
$ 12,800 $ 12,800
$ 12,800 $ 12,800
$ 30,200 $117,000
$ 30,200 $127,001)
$ 30,000 $ 30,000
$ 10,000 $ 18,450
$ 2,000
$285,000 $400,000 $907,180
* DISTRICT $35,000 already encumbered under agreements 9713281 ($10,000) and 98H356
($25,000)
Page 25 of 28
tui
Contract NSD509AA
EXHIBIT "B" - SCOPE OF WORK
WABASSO CAUSEWAY PARK IMPROVEMENTS PROJECT
1. INTRODUCTION:
The Wabasso Causeway (CR510) crosses the Indian River Lagoon (IRL) in north Indian River
County. The Wabasso Causeway Paris encompasses 2 spoil islands, which were constnicted to
support the bridges that make-up the causeway. These islands have eroding shorelines causing
siltation in the IRL and causing negative impaets to adjacent seagrass and oyster beds.
Constructed in 1970, one of the last causeways placed in the lagoon, the Wabasso Causeway
serves as an important public amenity, providing recreational facilities, such as a boat launching
ramp, fishing pier, restrooms, picnic pavilions, and other amenities associated with public
recreation and waterfront navigation. In 1999, COUNTY initiated a project to improve the
causeway through landscaping, improving and stabilizing the boat ramp, redefining the parking
area, building permanent restroom facilities, adding a shower, and stabilizing the shoreline with
coquina revetment and establishment of stormwater detention swales to reduce runoff.
Under Phase I of the project, COUNTY, with a grant from the Florida Inland Navigation District
(FIND), have produced a detailed design and received permits for the causeway improvements.
Utilizing another grant, from the Florida Department of Transportation (FDOT), COUNTY has
installed landscaping enhancements in front of the park areas, along the roadway. Under Phase
11, COUNTY will continue upgrading the amenities on the causeway, installing water and sewer
liners, sidewalks, new bathroom building, a shower, additional landscaping, and coquina rock
revetments alang the shoreline with storrnwater detention areas landward of the stabilized
shoreline. COUNTY has received funding assistance for Phase 1I from FDOT's Highway
Beautification Grant Program ($150,000) and FIND's Waterways Assistance Program
($120,000), and is seeking funding assistance from DISTRICT's IRL Program ($100,000).
COUNTY is contributing $157,000 towards Phase 11 construction costs. The "St. Johns River
Water Management District" name shall be added to the four (4) project signs and two (2)
temporary construction signs (with DISTRICT's logo) as a contributing agency.
II. WORK DESCRIP'T'ION.
DISTRICT's IRL Program has budgeted funding for this project through the Water Management
District Trust Fund to be applied towards the shoreline stabilization, revetment work on the east
and west islands. COUNTY will install 953 Linear feet of coquina rip -rap revetment along the
northern side of the Fast Island with backfill of clean, select sandy fill to capture, detain,
percolate and ftIter run-off in three stormwater areas landward of the revetment providing 4,315
cubic feet of dry detention. The west island will include I,139 linear feet of revetment
(approximately 869 ft. on the northern, and 270 ft. on the southeastern shores) with sandy
backfill for five proposed stormwater detention areas providing 2,433 c.f. of treatment area. 'The
vegetative swale detention arcus will create a "greenbelt" along the shoreline, behind the
revetment, wherein there is no pedestrian or vehicle access. Limiting access along the Shoreline
will further reduce erosion from human activities.
Page l of 3
do
Contract #SD609AA
COUNTY's contractor will be responsible to install and maintain erosion and sedimentation
controls in accordance with DISTRICT and COUNTY requirements. Erosion control shall
consist of placement of hay hales and/or turbidity barriers on the down slope of disturbed areas at
points of concentrated runoff. Floating turbidity barriers will be installed prior to commencing
shoreline stabilization work, and remain until [lie backfill is in place and vegetated.
The proposed riprap revetment grade will be a 2:1 slope. Filter cloth shall be placed with long
dimension perpendicular to the embankment, with a minimum 36' overlap at each joint. The
filter fabric will be trenched in at the top of bank and trenched in at the toe of the slope. A 6"
layer of 2"-6" size coquina or washed angular rock bedding stone will overlay the filter cloth.
Armor stone of 16"-18" size coquina (or other approved by the engiricer) with a minimum unit
weight of 125 PCF shall be placed in such a manner that they will be properly interlocked with
the underlying or adjacent stones to resist displacement by wave action and to form a uniform
and compact section. Each stone shall be firmly set and well supported by underlying or
adjacent stone. Head sized rock and "chink" rock shall be placed within the interstices of armor
stones. No head size or smaller stones may be free on the surface.
A mid -project and final project report will be prepared and submitted for review and comment to
DISTRICT's Project Manager. The raid -project report (May 2000) will provide the current
project status and percentage of project complete. The final project report (September 2000) will
include the completion date of the project and describe any significant deviations from the
proposed project scope and/or construction details.
III. PROJECT TIMELINE
DISTRIC ['s Governing Board Approval ................................................... November 10, 1999
Execute Agreement..................................................................................... November 24, 1999
Advertise for Bids..........................................................................................December 6. 1999
Receive and Open Bids....................................................................................January 12, 2000
Award Construction Contract...........................................................................February 8, 2000
Begin Construction.............................................................................................March
10, 2000
Mid -Project Report................................................................................................May
20, 2000
Complete Construction............................................................................................
July 8, 20 X)
Certificate of Occupancy ...................................................................................August
21, 2000
Final Payment to Contractor........................................................................
September 15, 2000
Final Project Report & Reimbursement from DISTRICT ..........................
September 25, 2000
Warranty Inspection................................................................................................
July 8, 2001
Page 2 of 3
Contract #SD609AA
IV. PROILCT BUDGET:
A. Construction Partnerships ' Phase II
FD8THighway Beautification Grant FY|Bg9-2O00-................ $ i50/0O0O.............. 2D.5%
Indian River County Cost -Share .......................... ...... ................. Si5J,0O6.68.............. 2Y.896
FIND Waterways Assistance Program FY )9DV-2U00................ $ |2OJK0.00............. .22.89k
DISTBlCTDlL Program Fy|999-28OU...................................... LID0(0.T--....... M0%
B. DmtailedPxojectQodQo/-PhasmD
Project Element
E.Stimated Cost
County Cosvp
DISTRICT Cost
B|mwudk----------..$
33,|0loO..............
$ I3,iV0.0D
........ ......... $
0l0
Revetment ........................
-'� <4%,28DJ0.............. _$
4Z.28D0}
.................. 0 100,00010
Water/Sewer ..........................
S 37,|50.50-_--_.8
y7,|jV.5O
.......... ... 8
8.00
Sidewalks
$ 18,300.00..~.-~$
8,3nO.00
.................. $
0.00
Bathroom Building
................ 8 n5/0i35................
$ 85/0L%5-----_$
0.00
Signage ..................................
$ %,4U0.00-----.
$ 2,400/00
--.......... $
0.00
Electrical Work ......................
$ 28,437/0-..-.-..
S 28/0?J0
................ .$
0J0
Shower Tower .......................$
3,5%8l0----.-$
3.5%8.0m
.................. $
0/00
Landscaping ...........................
S 142,530.91 -.......... .S
142,530.91
................
0l0
Ir,igxhon._,.,~,,_____.
*County cost includes grant funding from FDOT & FIND.
Page 3 of 3