Loading...
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