Loading...
HomeMy WebLinkAbout2007-136 r ; 2D 'J7 - � 3 FIRST AMENDMENT TO AGREEMENT This First Amendment to INDIAN RIVER COUNTY BEACH RESTORATION PROJECT FOR SECTORS 1 & 2 (AMBERSAND BEACH ) AND SECTOR 7 IRC Bid No. 2006047 PROJECT No. 0502 Agreement ("First Amendment ' ) is entered into on April 17, 2007 and effective February 8, 2007 , by and between Indian River County, a political subdivision of the State of Florida, 1840 25th Street, Vero Beach, FL 32960 ("County" ) and Great Lakes Dredge and Dock Co. , LLC, a limited liability company, having a principal place of business at 2122 York Road, Oak Brook IL 60523 ("Contractor"). BACKGROUND RECITALS A. Effective March 4, 2006, the County and the Contractor entered into the INDIAN RIVER COUNTY BEACH RESTORATION PROJECT FOR SECTORS 1 & 2 (AMBERSAND BEACH) AND SECTOR 7 IRC Bid No. 2006047 PROJECT No. 0502 AGREEMENT ("Agreement" ). The Agreement was entered into pursuant to a duly advertised public competitive bid process for the project work of placement of 363, 000 cubic yards in Sector 7 prior to May 1 , 2007 , and In addition, placement of 290, 000 cubic yards in Sectors 1 and 2 prior to May 1 , 2007 ("Project") , all as more specifically set forth in the Contract Documents issued by the County for the Project. B . Thereafter, the applicable permits for the Project were issued with design changes, operating restrictions, and more stringent monitoring conditions than contemplated by the County and the Contractor. C . Pursuant to the terms of Contract Documents, the County and the Contractor desire to amend the Contract Documents as set forth in this First Amendment. NOW THEREFORE , for good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto, intending to be legally bound, covenant and agree to amend the Agreement as follows: 1 . The background recitals are true and correct and form a material part of this First Amendment. 2. From and after the effective date of this First Amendment, the Technical and Environmental Specifications included in the Contract Documents, are hereby revised as set forth in Exhibit "A° attached hereto and incorporated herein by this reference in its entirety. Accordingly, the parties acknowledge and agree that, from and after the effective date of this First Amendment, the Technical and Environmental Specifications applicable to the Project shall be those set forth in Exhibit "A. " 3. From and after the effective date of this First Amendment, Item #1 and #2 of the Bid Form applicable to Sectors 1 and 2, mobilization and de-mobilization and 1 dredge and fill are amended as set forth in Change Order Number 1 attached hereto as "Composite Exhibit B" . The foregoing Bid Form is further amended to add new Item 7, dredge standby time. The Bid Form applicable to Sector 7 is amended to add items 6 and 7, hopper dredge standby time, as set forth in Change Order Number 2 attached hereto as "Composite Exhibit B" . 4. From and after the effective date of this First Amendment, the County agrees, solely with respect to the Inlet Sand Source portion of Sectors 1 and 2 portion of the Project, to pay a " Standby Rate" of $2, 431 . 65 per hour, with a maximum quantity of 100 hours for a total of $243, 165. 00. The Standby Rate will apply and be payable for the following delays and/or non-productive times exceeding 7. 2 hours per day (30% ) on average for the duration of the Inlet Sand Source dredging work: (a) All shutdowns and/or non-productive time due to or ordered by the Owner, Engineer, or permitting agencies in relation to turbidity that is in the range of 0-29 NTUs above background . Per the permit, the Contractor will continue testing the turbidity until there are 0 NTUs above background. At such time as there are 0 NTUs above background, the Contractor will resume dredging at the applicable unit rate; and ( b) All shutdowns and/or non-productive time due to or ordered by the Owner, Engineer, or permitting agencies in relation to permit restrictions including, but not limited to, small tooth saw fish, shore birds, and/or sea turtles including the creation of buffer zones around any location where shore birds or turtles have been engaged in nesting behavior or territory defense, to include shut downs due to any other site-specific buffers implemented by Florida Fish and Wildlife Commission as needed. Standby time in excess of the 100 hours allowed herein will be addressed by subsequent Change Order, if needed, at the agreed rate of $2,431 . 65 per hour. 5. From and after the effective date of this First Amendment, the County agrees, solely with respect to the Inlet Sand Source portion of Sectors 1 and 2 portion of the Project, to the new unit price of $26. 02 per cubic yard, with an estimated contract volume of 100, 000 cubic yards for a total estimate of $2, 602, 000. 00 for dredging and fill work pursuant to the Contract Documents. The County agrees, solely with respect to the Inlet Sand Source portion of Sectors 1 and 2 portion of the Project, to the new Mobilization/Demobilization lump sum of $751 , 820, as set forth in Composite exhibit " B". 6. From and after the effective date of this First Amendment, the County agrees, solely with respect to the Sector 7 portion of the Project, to pay a " Hopper Dredge Standby Rate" of either $69, 524 per day pro rata for one dredge on site for a maximum time of five (5) days; or $87, 751 per day pro rata for two dredges on site, for a maximum time of five (5) days, all as set forth on Change Order Number 2 in Composite Exhibit " B ." The County and Contractor acknowledge and agree that the aggregate hopper dredge standby time is ten ( 10) days. The Standby Rate is payable when there are documented delays due to a) shorebird nesting and monitoring; b) small tooth saw fish; c) sea turtle nesting; and, d) any ordered suspension of work. Standby time in excess of the 10 days allowed herein will be addressed by subsequent 2 Change Order, if needed, at the agreed rate of $69, 624 (one dredge) and $87 , 751 (two dredges) per day as applicable. 7. From and after the effective date of this First Amendment, Article 2 of the Agreement, as amended prior to the effective date of this First Amendment, shall be amended to read in its entirety as follows: Article 2. COMMENCEMENT AND COMPLETION . 2. 1 . As time is of the essence, the Contractor has commenced work under the Contract Documents and shall complete the portions of the Project as specified in this First Amendment. 2 .2. Project completion of: (a) the Inlet Sand Source portion of Sectors 1 and 2 of the Project; and (b) all of the Sector 7 portion of the Project must occur prior to May 1 , 2007 , or such later date in May of 2007 to which the Permits are extended. The Contractor agrees, if the Sector 7 portion of the Project is not substantially complete by May 1 , 2007, or such later date in May of 2007 to which the Permits are extended, to demobilize completely from the Sector 7 Project site and, at the County' s sole option, to fully remobilize to the Sector 7 Project site no earlier than November 1 , 2007, at a mobilization/demobilization cost and unit cost to be mutually agreed by the County and the Contractor, and thereafter to complete the Sector 7 Project work by May 1 , 2008. These costs will be mutually negotiated and addressed under a separate bilateral Change Order. 2. 3. If the Inlet Sand Source portion of the Sectors 1 and 2 portion of the Project is not substantially complete by May 1 , 2007 or such later date in May of 2007 to which the Permits are extended, the County will either delete the remaining work on the Inlet Sand Source portion of the Sectors 1 and 2 portion of the Project or will mutually agree with the Contractor on the cost to complete the remaining Work. These costs will be mutually negotiated and addressed under a separate bilateral Change Order. 2. 4. The Contractor agrees to complete the Sectors 1 and 2 Offshore Sand Source component of the Project by May 11 2008 at a mobilization/demobilization cost to be mutually agreed by the County and the Contractor. This Addendum does not address any extra standby or unit costs for Sector 1 and 2 Offshore Sand Source Work. These costs will be mutually negotiated and addressed under a separate bilateral Change Order. 2. 5. Should the parties fail to mutually agree to the bilateral Change Orders contemplated in subparagraphs 2.2; 2. 3; and 2. 4 hereinabove by July 16, 2007 for the costs identified above to complete any of the remaining work, (or a later date as may be mutually agreed by the Parties in writing ) , the 3 Agreement shall be terminated by the County pursuant to paragraph 15.4 of the General Conditions: °Termination by the OWNER for Convenience°. 8. All terms and oonditions of the Agreement not amended herein remain in full force and effect. Notwithstanding the foregoing, should any terms of the Agreement and this First Amendment be in corM4 the terms of this First Amendment will govern. IN WITNESS WHEREOF, the County and the Contractor have caused this First Amendment to be signed by their respective duly authorized officers as of the day and year first stated above. GREAT LAKES DREDGE AND INDIAN RIVER COUNTY DOCK CO. , LLC BOARD OF COUNTY CORiMOSIONLAR . , gY Printed a how Galre. Wheeler, Choi at Title: L4C toe _ Approved: rr Joseph A. alrd, County Administrator Approved as to form and legal sufficien -04; //Marian E. Fell Assistant County Attorney 4 EXHIBIT "A" TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS - REVISED INDIAN RIVER COUNTY BEACH RESTORATION PROJECT FOR SECTORS 1 &2 (AMBERSAND BEACH) AND SECTOR 7 PROJECT NUMBER IRC Bid No. 2006047 TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS INDIAN RIVER COUNTY BEACH RESTORATION PROJECT FOR SECTORS 1 &2 (AMBERSAND BEACH) AND SECTOR 7 TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TABLE OF CONTENTS 1 . Scope and Fill Quantity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 1 2 . Construction. Window . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 1 3 . Time Extensions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 1 4. Conflicts . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 1 5 . Definitions. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-2 6. Contractor Experience . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-2 7 . Pre-Construction Meeting . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-3 8. Required Submissions . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-3 9. Work Progress Schedule . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-4 10. Permits, Licenses, Certifications, Approvals, and Easements . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-5 11 . Statutes, Laws and Regulations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-6 12. Reporting Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS -6 13 . Monitoring and Environmental Protection . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-6 14. Project Signs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 15 15 . Electricity . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 17 16. Exclusion of the Public . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 17 17 . Traffic Control . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 17 18. Night Operations . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 18 19. Signal Lights . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 18 20. Protection of Work. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 18 21 . Notice to Mariners . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS - 19 22. Project Superintendent . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS - 19 23 . Construction Office . . . . . . . . . . . . . . . . . . . . . . . . . P . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 19 24. Characteristics of the Borrow Area. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS- 19 25 . Order of Work . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-21 26. Plant for Beach Fill Placement . . . . . . . . . . . . . . . . .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-21 27 . Equipment Mobilization and Demobilization. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-21 28. Equipment Positioning and Cut Depth Monitoring . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-22 29. Transport of Excavated Materials . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-23 30. Layout of Work for Beach Fill Placement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-24 31 . Construction . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. . . . . . . . . . . . .TS-25 32. Site Restoration . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-28 33 . Bathymetric Survey of Borrow Area . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-28 34. Pre and Post Construction Beach and Offshore Surveys . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-29 35 . Use of Upland Sand Sources. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-31 36 . Payment for Mobilization . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-32 37. Acceptance Profiles . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-32 38 . Acceptance Surveys . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-33 TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-i 39. Payment for Beach Fill Placement . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-33 40. Quality Assurance . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-35 41 . Safety Requirements . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-36 42 . Local Information . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-40 43 . Dune Vegetation . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-41 44. Restoration of Access and Staging Areas . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-44 45 . Permit Responsibilities . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-44 46. Diving Plan . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS -45 47. Delays and Extensions of Time . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .TS-45 LIST OF APPENDICES Appendix A Borrow Area Vibracore Logs and Grain Size Distribution Curves Appendix B Florida Department of Environmental Protection Joint Coastal Permits 0166929-001 -JC, Variance 0166929-007-EM and 0215960-001 -JC Appendix C U. S . Army Corps of Engineers Permit No. 2000- 1872 and 2003-6106 Appendix D Biological Opinions Appendix E State Sovereign Submerged Lands Easement Appendix F Turbidity Monitoring Report Template Appendix G Contractor' s Daily Quality Control Report Template Appendix H Borrow Area Sediment Quality Assurance/Quality Control Plan , TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-ii INDIAN RIVER COUNTY BEACH RESTORATION PROJECT FOR SECTORS 1 &2 (AMBERSAND BEACH) AND SECTOR 7 TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS 1 . SCOPE AND FILL QUANTITY The CONTRACTOR shall provide all machinery, labor, equipment, supplies, and materials as necessary for all operations in connection with excavating, transporting, placement and grading of sand, planting and restoring vegetation and dune crossover structures, as indicated in the following Technical Specifications and the Construction Plans for this project. Potential bidders are advised that the beach fill quantity may be adjusted by the COUNTY without re-negotiations of unit price or terms. The COUNTY shall not consider the terms of the Contract to be satisfied unless at least ninety-five percent (95%) of the final design quantity is placed on the beach and is distributed so that each acceptance section contains no less than ninety-five percent (95%) of its design quantity. 2. CONSTRUCTION WINDOW All equipment shall be removed from the beach and work must be completed prior to May I ", Commencement, prosecution, and completion of the work are also addressed in the General Provisions. The time stated for completion shall include final site restoration of all work areas including staging areas and beach accesses. 3 . TIME EXTENSIONS All construction shall be stopped and all equipment must be removed from the beach prior to May 1 s`, Time extensions for delays due to weather or equipment failures/availability shall not be granted. 4. CONFLICTS To the extent that there is a conflict between the various sections of the contract documents, the following order of documents shall indicate precedence: 4. 1 In order of the most recent document date: Contract Modifications, Change Orders, and/or modifications to the Technical Specifications or Plans authorized by the COUNTY 4.2 Technical and Environmental Specifications 4.3 Construction Plans 4.4 General Conditions 4.5 Florida DOT Specifications for Road and Bridge Construction (2002) 4.6 Proposal and Bonds 4.7 The COUNTY shall interpret the contract documents, and the intent of the language shall prevail . TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS ., _ TS- 1 5 . DEFINITIONS 5 . 1 Acceptance - An Acceptance Section is accepted when the ENGINEER recommends to the COUNTY payment for an Acceptance Section and the COUNTY makes payment based on completed Acceptance Surveys. 5 .2 Acceptance Section - A section of the project beach fill between adjacent survey (acceptance) profiles; for example, between R-97 and R-97. 5 ; between R-97. 5 and R-98, etc. 5 . 3 Borrow Site - Refers to specific offshore location delineated in the Construction Plans which has been permitted as the source of beach quality material for this specific project. 5 .4 Demobilization - The removal of all equipment and material associated with this Contract from the work location and doing so in a manner that leaves the work site in its original condition, or in a condition acceptable to the COUNTY. This item shall be performed at the expense of the CONTRACTOR. 5 . 5 Environmental Damage and/or Pollution - The presence of chemical, physical or biological elements or agents which have the potential to adversely affect human health or welfare; unfavorably alter ecological balance; affect other species; or degrade the utility of the environment for aesthetic, cultural, historical or recreational purposes. The control of environmental pollution requires consideration of water, air and land. Pollutants include fuels and other hydrocarbons such as hydraulic fluid, paints and solvents; bilge water; solid wastes; and noise as well as other pollutants. 5 . 6 Items of Historical or Archeological Value — Man-made or altered artifacts over 50 years old. 5 . 7 Materials - Beach quality sand excavated from the permitted borrow site in accordance with the design documents. 5 . 8 Mobilization - Mobilization includes but is not limited to those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site; the establishment of temporary offices and/or buildings; and the procurement of safety equipment, first aid supplies, sanitary and other facilities as required by these Technical Specifications, and State, Federal and local laws and regulations. 5 .9 Plans/Construction Plans - Blue line drawings and any other drawings as specified in this Contract. The term "Plans" is synonymous with the term "Construction Plans" and the term "Drawings". TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS : TS-2 _ Unland Source Sand — Sand that is obtained from a terrestrial source (sand mine) landward of the Coastal Construction Control Line and delivered to beach by truck haul. 6. CONTRACTOR EXPERIENCE 6. 1 The Information required of Bidders includes General Information and a Plant and Equipment Schedule. These forms shall be completed by the CONTRACTOR and submitted with the bid. The project experience specified in the General Information forms shall include the fill volume for each project and preferably include projects constructed in the state of Florida. 7. PRE-CONSTRUCTION MEETING After Contract Award and before construction operations are initiated, the COUNTY shall notify the CONTRACTOR of the date and time for a mandatory Pre-Construction Meeting. The meeting shall be audio taped. The purpose of the meeting shall be to develop mutual understanding relative to details of the project, including the Quality Assurance Plan (as described in Section 40) all documentation requirements included in the Contractor' s Daily Quality Control Report, daily administration of the program, and the working relationship between the CONTRACTOR and the COUNTY including any consultant(s) working for the COUNTY. The COUNTY shall review with the CONTRACTOR the Plans and Technical Specifications, submissions identified in Section 8 of these Technical Specifications, permit requirements, lines of contractual and administrative authority, daily reporting requirements, submittals schedule and construction methods. A letter of record shall be written by the COUNTY documenting all items discussed at the meeting and a copy will be provided to the CONTRACTOR. Subsequent meetings may be scheduled to reconfirm mutual understanding immediately prior to the construction or during construction. 8 . REQUIRED SUBMISSIONS A minimum of seven (7) days prior to the Pre-Construction Meeting, the CONTRACTOR shall submit the following items for review and approval by the COUNTY: TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS _ TS-3 8 . 1 Operations Plan. The Operations Plan shall describe the proposed equipment and construction methods including the following information: 8 . 1 . 1 Project Schedule in the form of a time-line (Gantt Chart) for individual portions of the project and the cumulative project. (Section 9) 8 . 1 .2 Letter of Appointment designating a Project Superintendent(s), describing responsibilities and providing qualifications. 8 . 1 .3 Proposed Equipment List including the specifications for horizontal and vertical positioning equipment including calibration information and limits of accuracy. 8 . 1 .4 Proposed Construction Sequence and Methodology describing mobilization, demobilization and daily operations referenced to the work areas and access areas delineated in the Construction Plans. 8 . 1 .5 Proposed Subcontractors and the segment of work for which they will be responsible. Each subcontractor shall provide a list of a minimum of four (4) similar previously- conducted projects including the name of the project, the year(s) of construction, project description, dollar amount of contract award, fill volume, and name and phone number of the contractor' s agent. 8 .2 Monitoring Plan (Section 13 . 1 ) 8 .3 Workers ' Coverage Affidavit (Section 11 . 1 ) 8.4 Environmental Protection Plan (Section 13 .2) 8 .5 Construction Stake Recovery Plan (Section 13 . 1 .2) 8 . 6 Pipeline Access Corridor (Section 29) 8 .7 Quality Assurance and Quality Control (OA/OC) Plan. (Section 40) 8 . 8 Accident Prevention Plan (Section 41 .2) 8 . 9 Safety Plan (Section 41 ) 8. 10 Copies of all required licenses, permits and certifications. (Section 10) 8 . 11 U.S . Coast Guard Certifications. The CONTRACTOR shall obtain any and all U. S . Coast Guard dredge certifications and/or approvals. Copies of all required U. S. Coast Guard certification or approval must be provided at the Pre-Construction Meeting. (Section 10). 8 . 12 Other Items as may be specified elsewhere in this document. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONSTS-4 9. WORK PROGRESS SCHEDULE The Work Progress Schedule shall be in the form of a bar graph showing the time allotted for each of the various activities of work. The Schedule shall show the various activities of work in sufficient detail to demonstrate that the CONTRACTOR has a reasonable and workable plan to complete the Project within the Contract Period. The Schedule shall show the order and interdependence of activities and the sequence in which the work is to be accomplished as planned by the CONTRACTOR. All activities shall be described so that the work is readily identifiable and the progress on each activity can be readily measured. Each activity shall show a beginning work date, and duration. Activities shall include procurement time for materials, plants and equipment, and review time of shop drawings where they are appropriate and essential to the timely completion of the Project. The list of activities shall include milestones when required by the Plans or the Contract Documents. Sufficient liaison shall be conducted and information provided to indicate coordination of activities with utility owners having facilities within the Project limits . The Schedule shall be reviewed by the COUNTY at the Pre-Construction Meeting and shall become part of the Contract Documents. If the Schedule submitted is determined to be inadequate by the COUNTY, it shall be returned to the CONTRACTOR for correction. The CONTRACTOR shall have fifteen ( 15) calendar days from the date of transmittal to submit a corrected schedule. When approved, this original schedule shall constitute the baseline against which progress is measured . The CONTRACTOR shall submit an updated Work Progress Schedule only when requested by the COUNTY. If revisions are required to the Work Progress Schedule, the CONTRACTOR shall furnish revised charts and analysis within 21 calendar days after being notified by the COUNTY. Failure to finalize either the initial or a revised Schedule in the time specified shall result in withholding of all Contract Payments until the Schedule is approved. 10. PERMITS, LICENSES , CERTIFICATIONS, APPROVALS, AND EASEMENTS The CONTRACTOR shall comply with all the requirements of the permits, easements, and conditions of this contract including the Florida Department of Environmental Protection (FDEP) Permit 0166929-001 -JC Variance 0166929-007-EM and Permit 0215960-001 -JC, the U. S. Army Corps of Engineers (USACE) Permit 2000- 1872 and 2003 -6106, the National Marine Fisheries Service Regional Biological Opinion on Hopper Dredging = and the State Sovereign Submerged Lands Easement (Appendices B, C, D, and E respectively). The CONTRACTOR shall conspicuously post copies of all permits on the job site. Any other licenses or approvals required for the execution of this work shall be secured and paid for by the CONTRACTOR as specified in Article 7-2 of the General Provisions. The CONTRACTOR shall obtain any and all U. S. Coast Guard dredge certifications and/or approvals. Copies of all required U. S . Coast Guard certification or approval must be provided at the Pre-Construction Meeting. Temporary Easements and Agreements for Beach Restoration with property owners in the project area have been obtained by the COUNTY for work as specified in these Technical Specifications and in the Construction Plans. 10. 1 Hopper Dredge Requirements. If the CONTRACTOR elects to use a hopper dredge, it is a requirement that the work plan incorporates all applicable requirements of the USACE, TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS ". . : ` TS-5 South Atlantic Division Biological Opinion on hopper dredging provided by the National Marine Fisheries Service, Southeast Regional Office (Appendix D) . Qualifications of the sea turtle observers shall be submitted to the COUNTY at the Pre-Construction Meeting. During all dredging activities, a daily Sea Turtle Observer' s Report including notations of incidental takes or injuries must be provided together with the Contractor' s Daily Quality Control Report to the COUNTY. Permits, Easements, and Contract Non-Compliance. The CONTRACTOR shall immediately notify the COUNTY of any non-compliance with the permits, easements or terms and conditions of the contract documents including the CONTRACTOR' S Environmental Protection Plan. Any non-compliance noted by the COUNTY shall be brought to the attention of the CONTRACTOR and the appropriate regulatory agencies will be notified. The regulatory agency will determine the action to be taken and the COUNTY will notify the CONTRACTOR. Such actions may include discontinuing construction of the project until the CONTRACTOR complies with the Environmental Protection Plan. The CONTRACTOR shall comply and require all subcontractors to comply with all applicable Federal, State or local laws or regulations, permits, easements and all elements of the Environmental Protection Plan. The CONTRACTOR shall be liable for any actions or delays resulting from any violation or non-compliance with the conditions of the permits, easements and terms of this contract attributable to their personnel or subcontractors. 11 . STATUTES, LAWS AND REGULATIONS The CONTRACTOR shall be responsible for ensuring that all project personnel of the CONTRACTOR and their subcontractors are fully aware of and abide by all of the applicable requirements and conditions stated in the attached permits and any applicable ordinances, statutes, laws, rules or regulations which may affect this project or the CONTRACTOR's/subcontractor's work under this project, including but not limited to safety regulations and minimum wage regulations. The CONTRACTOR further agrees to be solely responsible for ensuring their personnel and subcontractors are informed of any modifications to any such applicable permits, ordinances, statutes, laws, rules or regulations. 11 . 1 Workers' Compensation Coverage. The CONTRACTOR shall purchase and maintain workers' compensation insurance for all workers' compensation obligations imposed by state law and any other applicable local, state and federal laws, including, but not limited to Longshore Harbor Workers' Compensation Act and the Jones Act. 12 . REPORTING REQUIREMENTS The CONTRACTOR shall be required to prepare and submit to the COUNTY the Contractor' s Daily Quality Control Report (Appendix G), which includes Dredge Position Printouts, Dredged TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-6 Volumes, Construction Stake Inventory, Turbidity Monitoring Reports and Chart, and Sea Turtle Observer' s Report. The Contractor' s Daily Quality Control Report , signed and dated by the project superintendent, with attachments is due to the COUNTY on a daily basis by noon on the following business day. Reports shall be provided from the first day of mobilization to the last day of work including site restoration and shall include a narrative describing the length and nature of any delays in work. 13 . MONITORING AND ENVIRONMENTAL PROTECTION REQUIREMENTS This section addresses the minimization and/or prevention of environmental damage and pollution as the result of construction operations under this contract. For the purpose of these specifications, environmental damage and pollution are defined as specified in Section 5 . 5 of these Technical and Environmental Specifications. The control of pollution and environmental damage requires consideration of air, water, land, cultural resources, and the marine environment and includes management of construction activities, visual aesthetics, noise, and solid wastes as well as other pollutants. The CONTRACTOR should include the cost for complying with these requirements in the line item for Dredge and Fill. The CONTRACTOR shall prepare an Environmental Monitoring Plan including, but not limited to the specifications provided in Section 13 . 1 of these Technical and Environmental Specifications. The Monitoring Plan will be discussed at the Pre-Construction Meeting and the COUNTY may, at their discretion, specify revisions to be incorporated by the CONTRACTOR. The CONTRACTOR' S Project Superintendent shall be responsible for the implementation of the Monitoring Plan and shall attend the Pre-Construction Meeting. Environmental resources within the project boundaries and those potentially affected outside the work areas of this contract shall be monitored during conduct of this work. The CONTRACTOR shall also prepare an Environmental Protection Plan including, but not limited to the specifications provided in Section 13 .2 of these Technical and Environmental Specifications. The CONTRACTOR shall confine all construction activities to areas defined in the Construction Plans and Technical and Environmental Specifications. 13 . 1 ENVIRONMENTAL MONITORING PLAN The Monitoring Plan shall include, but not be limited to, the following specifications: 13 . 1 . 1 Turbidity Monitoring. ' i The CONTRACTOR shall all labor, equipment, and materials necessary to obtain, analyze and report turbidity data in accordance with the water quality monitoring requirements specified in the FDEP Permit The COUNTY reserves the option to accompany the CONTRACTOR_ during any or all turbidity sampling activities. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS �z _ _ : ,�� TS-7 13 . 1 . 1 . 1 Equipment. The CONTRACTOR shall use a portable nephelometer that meets Environmental Protection Agency standards to measure turbidity. The nephelometer shall have been factory calibrated within the last year. The CONTRACTOR shall use a boat of sufficient size to conduct sampling in the nearshore waters during the winter and outfitted to meet all safety requirements of the U . S. Coast Guard. The boat shall possess sufficient navigational instrumentation (DGPS) to accurately determine the position of sample points relative to the dredge and the discharge point and an operational VHF radio and cellular phone for communication with the dredge and COUNTY staff. 13 . 1 . 1 .2 Turbidity Monitoring. The CONTRACTOR shall be responsible for taking turbidity measurements during any construction activity as described in Section 31 and Appendix F of these Technical Specifications. The sampling locations must be consistent with the project permits, specifically with the Water Quality Monitoring Required Section of the Florida DEP permit. 13 . 1 . 121 Borrow Site. The CONTRACTOR shall conduct turbidity monitoring at the borrow site every six (6) hours during dredging operation with the first sample taken within 1 hour following commencement of each dredging cycle. ..__ s The CONTRACTOR : ; ; shall collect Background and Compliance samples for the c J borrow site. The Background turbidity sample shall be collected at a minimum distance of 500 meters ( 1 ,640 feet) up-current from the dredge and clearly outside of any project-induced turbid plume. The borrow site Background sample shall be collected at mid-depth. The Compliance turbidity sample shall be collected at a maximum distance of 150 meters (492 feet) down-current from the dredge, in the densest portion of any visible turbidity plume, and the samples shall be collected at the surface and mid-depth. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS - TS-8 , t 4ti I ( � 13 . 1 . 1 .2 .. Beach Nourishment Site (Proiect Site). The TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-9 CONTRACTOR shall _ conduct turbidity monitoring every six (6) hours during pumping operations, upland sand is placed/graded on the beach below the MVM line, or any other in-water work, with the first sample taken within I hour following commencement of said activity, and additionally whenever excessive turbidity plumes or pipeline leaks are observed or reported. The CONTRACTOR shall collect Background and Compliance samples for the beach nourishment site. The Background turbidity sample shall be collected at a point approximately 150 meters (492 feet) offshore, -rf 500 meters ( 1 ,640 feet) up-current from the discharge point v , where upland sand is placed/graded below the MHW line, or any other in-water work. The Background sample shall be collected clearly outside of any project-induced turbidity plume, and shall be collected at mid-depth. The Compliance turbidity sample shall be collected at a point no more than 120 meters (394 feet) offshore, and no more than 1 ,000 meters (3 ,281 feet) down- current from the discharge point, where upland sand is placed/graded below the MHW line, or any other in-water work. The Compliance sample shall be collected within the densest portion of any visible turbidity plume, and shall be collected from the surface and at mid-depth. 13 . 1 . 1 .3 Turbidity Reporting. The CONTRACTOR shall complete the Turbidity Monitoring Report that is provided in Appendix F of the Contract Documents and the CONTRACTOR shall submit the r, Turbidity Monitoring Reports to the COUNTY daily with the Contractor' s Daily Quality Control Report as described in Section 12 of these Technical Specifications. The turbidity data shall be reported in Nephelometric Turbidity Units (NTUs). The CONTRACTOR shall provide the following: a statement describing the methods used in collection, handling, storage, and analysis of the samples; a map indicating the sampling locations; a statement by the individual responsible for the implementation of the sampling program concerning the authenticity, precision, limits of detection and accuracy of the data; the times of the day that the samples were collected; the total water depths at each of the sampling locations; the depth at which each sample was collected; the weather conditions just prior to the sample (e.g. , precipitation, cloud cover, temperature, and wind speed and direction); the tidal stage and direction of flow; and, wave height. 13 . 1 . 1 .4 Excessive Turbidity. In the event that the Compliance turbidity samples exceed the Background turbidity samples by 29 NTUs TECHNICAL AND ENVIRONMENTAL SPECIFICATIONSTS- 10 the CONTRACTOR shall IMMEDIATELY CEASE dredging activities, notify the COUNTY and repeat the sampling and analyses until the turbidity has returned to acceptable levels. Dredging operations may not resume until the Compliance turbidity sample has returned to an acceptable level <, All reporting to the Florida DEP shall be conducted by the COUNTY. The CONTRACTOR shall be liable for any non-compliance within the conditions of the permits and terms of this contract attributable to their personnel or subcontractors. 13 . 1 . 1 . 5 Quality Control . All data shall be recorded in the Turbidity Monitoring Report as provided in Appendix F of these Technical Specifications. The nephelometer shall be field calibrated immediately prior to each sampling event and recalibrated every thirty (30) minutes during each sampling ran. The time of each calibration shall be recorded on the Turbidity Monitoring Report. The CONTRACTOR shall provide the COUNTY with a duplicate of the standard used to calibrate the nephelometer. The CONTRACTOR' S authorized technician shall attest to the accuracy of the reported data, testing equipment and procedure by signing and dating the Turbidity Monitoring Report. The COUNTY .I '. ,_; may direct that additional tests be performed at the CONTRACTOR' S own expense. The CONTRACTOR shall provide suitable transportation to and from the nearest public dock as requested by COUNTY staff or the ENGINEER to monitor the collection and analysis of turbidity samples as well as to collect and analyze comparative samples using the COUNTY ' s equipment. All monitoring shall be conducted in accordance with the CONTRACTOR' S Quality Assurance Plan. 13 . 1 .2 Construction Stake Recovery. The CONTRACTOR shall propose, for inclusion in the Monitoring Plan, a method for inventorying and ensuring the removal of all construction stakes (in their entirety) . The CONTRACTOR shall record all stakes deployed and removed on a daily basis on a Construction Stake Inventory. The Construction Stake Inventory shall be submitted to the COUNTY with the Contractor' s Daily Quality Control Report. The CONTRACTOR shall be responsible for using a magnetometer or other suitable means if necessary to locate and remove all construction stakes at no additional expense to the COUNTY. 13 . 1 .3 Topographic Profile Surveys . The CONTRACTOR shall be responsible for Pre- and Post-Construction beach profile surveys between DEP reference monuments R-4 through T- 17, R-97 through R- 108, and all intermediate ( 1 /2 station) reference monuments as specified in Section 34 of these Technical Specifications and in TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS _ TS- 11 compliance with the FDEP Permits (Appendix B). The COUNTY shall be responsible for surveys required by FDEP following the Post-Construction survey. 13 . 1 .4 Borrow Area Bathymetry. The CONTRACTOR shall be responsible for conducting bathymetric surveys of the borrow area immediately prior to and within fourteen ( 14) days completion of dredging operations. Data shall be formatted in accordance with ENGINEER and FDEP requirements and submitted to ENGINEER within seven (7) days subsequent to conduct of surveys. 13 .2 ENVIRONMENTAL PROTECTION PLAN Within 20 calendar days after the date of Notice of Award and prior to the Notice to Proceed to the CONTRACTOR, the CONTRACTOR shall submit in writing an Environmental Protection Plan to the ENGINEER. The Notice to Proceed will not be issued until the Environmental Protection Plan is reviewed and approved by the ENGINEER. Approval of the CONTRACTOR ' S plan will not relieve the CONTRACTOR of his responsibility for adequate and continuing control of pollutants and other environmental protection measures. The Environmental Protection Plan shall include but not be limited to the following: 13 .2 . 1 A list of Federal, State, and local laws, regulations, and permits concerning environmental protection, pollution control, and abatement that are applicable to the CONTRACTOR' S proposed operations and the requirements imposed by those laws, regulations, and permits. 13 .2 .2 Methods for Protection of Features and Habitats to be Preserved within Authorized Work Areas. The CONTRACTOR shall prepare a listing of methods to protect resources needing protection, i.e. all vegetation (trees, shrubs, vines, grasses and ground cover), landscape features, air and water quality, fish and wildlife, soil, historical, archeological and cultural resources, marine turtles, manatees and all marine hardbottom areas. 13 .2 .2. 1 Property and Vegetation Protection. The COUNTY shall identify all property resources to be preserved within the CONTRACTOR's work area, which is defined as staging Areas, access areas, and the beach seaward of the + l4 ft. NGVD (Sectors 1 & 2) and + 12 ft. NGVD (Sector 7) contour line. Areas as designated by the COUNTY shall be delineated by the CONTRACTOR with continuous fencing and markers that are clearly visible at night. The CONTRACTOR shall not remove, cut, deface, injure, or destroy land resources including, but not limited to sand dune or berm vegetation, trees, shrubs, vines, grasses, top soil, structures, pavement, fencing, roadways, irrigation equipment and land form unless directed to do so by the COUNTY in the Plans. No ropes, cables, or guys shall be fastened to or attached to any trees for anchorage unless specifically authorized. The CONTRACTOR shall place all pipeline discharges 15 feet or more from dunes, structures, seawalls, or vegetation. Mechanical or manual means shall be used to TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS- 12 place material in these areas and compaction equipment will not be used in these areas. The CONTRACTOR shall be responsible for the replacement of any damaged or destroyed property or vegetation, to the satisfaction of the COUNTY . Failure to replace damaged or destroyed property or vegetation by the CONTRACTOR shall result in replacement by the COUNTY, and the cost of replacement shall be deducted from monies due or to become due to the CONTRACTOR. The CONTRACTOR shall be liable for any non-compliance with the conditions of the permits, easements and terms of this contract attributable to their personnel or subcontractors. 13 . 2 .2 .2 Pollution Prevention. The CONTRACTOR shall continuously monitor and manage all construction activities to comply with the following environmental requirements for pollution prevention: 13 . 2 .2 .2 . 1 Pollution Control Facilities. The CONTRACTOR shall maintain constructed facilities and portable pollution control devices for the duration of the contract or for that length of time construction activities continue. 13 .2.2 .2.2 Air. The CONTRACTOR shall make all possible efforts to minimize air pollution. All activities, equipment, processes, and work operated or performed by the CONTRACTOR in accomplishing the specified construction shall comply with the applicable air pollution standards of the State of Florida (Chapter 403 Florida Statutes and others) and all Federal emission and performance laws and standards. 13 .2 .2 .2 .3 Noise. The CONTRACTOR shall make all possible efforts to minimize noise during fill placement operations. All hauling and excavating equipment, including dredges and booster pumps, used on this work shall be equipped with satisfactory mufflers or other noise abatement devices . The CONTRACTOR shall conduct these operations so as to comply with all Federal, State, and local laws pertaining to noise. The use of horns, whistles, signals, and handling of dredge pipelines shall be held to the minimum necessary in order to ensure as quiet an operation as possible while maintaining safety on the job site. Dredges and booster pumps used on this Work shall be equipped with satisfactory mufflers and/or other sound abatement devices to reduce engine noise. A sound barrier will be constructed landward of booster pumps in order to reflect noise waterward. The CONTRACTOR shall conduct his operations so as to comply with all Federal, State, and local laws pertaining to noise. The use of horns, whistles, signals, and handling of dredge TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS- 13 pipelines shall be held to the minimum necessary in order to ensure as quiet an operation as possible. 13 .2 .2 .2 .4 Sanitary Facilities. The CONTRACTOR shall supply and maintain, at minimum, one ( 1 ) temporary sanitary facility for the use of land based employees and subcontractors. The facility shall be conveniently located in the vicinity of the beach disposal operation. Sanitary facilities shall be of an approved chemical type with regular servicing, as approved by the ENGINEER and the Indian River County Health Department and shall move with the discharge point. The facility shall be removed at the end of the project. 13 .2.2 .2 . 5 Solid Wastes. Solid wastes (including clearing debris) shall be placed in containers, which are emptied on a regular schedule. All handling and disposal shall be conducted to prevent contamination of water, soil, or air. No steel, cables, wire, pipe, drums or any other debris shall be disposed overboard. No burial of waste materials by the CONTRACTOR will be permitted. The CONTRACTOR shall at all times keep the Project Area free from accumulations of waste material or debris caused by his or her employees or work and shall remove same when necessary or required by the ENGINEER. 13 .2 .2.2.6 Fuel Transfer. Transfers of fuel, oil or any hazardous material shall be conducted in accordance with U. S. Coast Guard regulations (including, but not limited to, 33 CFR 156). 13 .2 .2.2.7 Fuel Dispensing. Secondary containment, which is capable of holding 110 % of the tank contents, must be provided for each fuel storage tank and placed on a level surface. Fuel dispensing areas shall have available a 4-foot square, 16- gauge metal pan with borders banded up and welded at corners directly below the bibb. Edges of the pans shall be fl- inch minimum in depth to ensure that no contamination of the ground takes place. Pans shall be emptied immediately after every dispensing of fuel. Should any spilling of fuel occur, the CONTRACTOR shall immediately excavate the contaminated ground and dispose of it offsite in an approved area. 13 . 2 . 2.2. 8 Oil and Hazardous Material Spills and Containment. The CONTRACTOR shall ensure that all hazardous material spills including hydraulic fluid spills are immediately TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS- 14 reported to the COUNTY . All hazardous material spills shall be immediately cleaned up in accordance with USACE SAFETY AND HEALTH REQUIREMENTS MANUAL, document number EM 385- 1 - 1 dated 3 September 1996. In accordance with EM 385- 1 - 1 , the CONTRACTOR shall use suitable methods to prevent the spread of hazardous materials from above ground storage tanks and piping in case of leakage . 13 . 2 . 2.2.9 Bilge Water. CONTRACTORS are warned that pumping oil or bilge water containing oil into navigable water or into areas, which would permit the oil to flow into such waters, is prohibited by Section 13 of the Rivers and Harbors Act of 1899 (30 Stat. 1152 ; 33 U . S .C. 407). Non-compliance with this prohibition is subject to penalties provided for under the referenced acts. 13 .2 . 2 .3 Historical, Archeological, and Cultural Resources. If during construction activities, the CONTRACTOR observes items that may have historical or archeological value 'i _., . .. . . � z.. • mow ,, . - observations shall be reported immediately to the COUNTY ' and. to the Chief of the USACE, Jacksonville District Environmental Branch, Mr. Kenneth Dugger at (904) 232- 1686, so that the appropriate authorities may be notified and a determination made as to their significance and what, if any, special disposition is required. The CONTRACTOR shall cease all activities that may result in the destruction of these resources and shall prevent his/her employees and subcontractors from trespassing on, removing, or otherwise damaging such resources. The CONTRACTOR shall report any observed unauthorized removal or destruction of such resources by any person to the COUNTY and appropriate State of Florida authorities. The CONTRACTOR shall be liable for any non-compliance with the conditions of the permits, easements and terms of this contract committed by their personnel or subcontractors. 13 .2.2.3 . 1 Dredge Exclusion Area. Consultation with the Florida State Historic Preservation Officer has identified the necessity of a radial buffer for the avoidance and protection of Anomaly Numbers CO2 , C05, and C12 . This Dredge Exclusion Area is located near the center of the Borrow Area for Sectors 1 & 2 as identified on Drawing Sheets 9 and 10. Anomaly Numbers CO3 , C04, C071 C08, C09, CIO, and C11 have associated Dredge Exclusion Areas in the Borrow Area for Sector 7. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS- 15 These Dredge Exclusion Areas are shown on the Plans. There will be no dredging activity within these avoidance areas. 13 .2 .2 .4 Sea Turtle Protection and Monitoring. Endangered and threatened species of sea turtles are known to occur, particularly during and around the time of their nesting season (March 1 through October 31 ), in the vicinity of the work area for this project. The CONTRACTOR shall comply with all conditions of the Endangered Species Act of 1973 . There are civil and criminal penalties for harming, harassing or killing sea turtles. All incidental takes of sea turtles during dredging or construction operations must be reported immediately to the Florida Fish and Wildlife Conservation Commission (FWC) at ( 1 -888-404-FWCC) and the COUNTY (772-567-8000, EXT. 1568). All incidental takes of sea turtles during dredging or construction must also be reported immediately to the FWC Bureau of Marine Enforcement at (800) 342-5367, and the USFWS ' s South Florida Ecological Services Office in Vero Beach, Florida at (772) 562-3909. Additionally, the CONTRACTOR must comply with all Terms and Conditions of the USFWS 's Biological Opinion dated October 8, 2002 , the National Marine Fisheries Service (NOAA Fisheries) Biological Opinion issued August 18 , 2002, and the NMFS ' s Regional Biological Opinion for Hopper Dredging on the Atlantic Coast dated 25 September 1997_;;< ! Construction on nesting beaches in south Florida is prohibited between May 1 st and October 31 st. The CONTRACTOR shall instruct all personnel and subcontractors relative to the sea turtle protection regulations. The CONTRACTOR shall be liable for any non-compliance with the conditions of the permits, easements and terms of this contract attributable to their personnel or subcontractors. 13 .2 .2 .4. 1 Nesting Activity. Monitoring sea turtle nesting activity shall be the responsibility of the COUNTY. If the project proceeds later than March 1 , a daily marine turtle nesting survey will be required to identify and possibly relocate any nests in the project area. Construction activity may not commence until the completion of the marine turtle survey each day. Nests may be present on the beach outside of the work area at the time of construction. The CONTRACTOR shall not allow equipment on the beach outside of the designated work area. 13 .2 .2 .4.2 Ouality Control. During dredging operations, the Sea Turtle Observer' s Reports shall be included in the Contractor' s TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS a •. P. ' . TS- 16 Daily Quality Control Report. Any observations of dead, injured, or sick sea turtles shall be reported immediately to the Project Manager for the COUNTY at (772) 567-8000, EXT. 1568 and to the FDEP at 1 - 800-DIAL FMP. 13 .2.2.4. 3 Compaction Testing. The COUNTY shall be responsible for compaction testing according to FDEP Specific Condition 12(t) (Appendix B). 13 .2.2 .4.4 Escarpment Formations. The COUNTY shall be responsible for monitoring escarpment formations according to FDEP Specific Condition 12(g) (Appendix B). The CONTRACTOR shall be responsible for grading escarpments along the shoreline according to Section 31 of these Technical Specifications. 13 .2 .2 . 5 Manatee Protection. The CONTRACTOR shall continuously monitor and manage all construction activities to minimize interference with, disturbance of, and damage to all fish and other marine life in the project area including manatees. The CONTRACTOR shall comply with all conditions of the Marine Mammal Protection Act of 1972 , the Endangered Species Act of 1973, and the Florida Manatee Sanctuary Act. There are civil and criminal penalties for harming, harassing or killing manatees . Any incidental harm caused to a manatee during dredging or construction operations must be reported immediately to the FWC at 1 - 888-404-FWCC, FWS at (772) 562-3909, and the COUNTY at (772) 567-8000, Ex. 1568 . The CONTRACTOR shall be liable for any non- compliance with these regulations by the CONTRACTOR' S personnel or subcontractors. 1 11 TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS- 17 13 .2 . 2 . Reef Protection and Monitoring. With the exception of nearshore hardbottom within the fill template, the CONTRACTOR shall avoid impact to all hardbottom and reef areas during all phases of the project as outlined in the Technical Specifications. The CONTRACTOR shall be liable for any non-compliance with the conditions of the permits, easements and terms of this contract attributable to their personnel or subcontractors. 13 .2. 3 Procedures to be implemented to provide the required environmental protection and to comply with the applicable permits, laws, and regulations. The CONTRACTOR shall provide written assurance that immediate corrective action will be taken to correct pollution of the environment due to accident, natural causes, or failure to follow the procedures set out in accordance with the Environmental Protection Plan. 13 .2.4 Drawings showing locations of any proposed temporary excavations or embankments for haul roads, material storage areas, structures, sanitary facilities, and stockpiles of excess or spoil materials. 13 .2 . 5 Work Area Plan showing the proposed activity in each portion of the area and identifying the areas of limited use or nonuse. The Work Area plan should include measures for marking the limits of use areas. 13 .2 . 6 A statement identifying person(s) who will be responsible for implementation of the Environmental Protection Plan. The CONTRACTOR personnel responsible shall report directly to the CONTRACTOR' S top management and shall have the authority to act for the CONTRACTOR in all environmental protection matters. 13 .2 .7 A statement acknowledging that the CONTRACTOR is responsible for environmental protection, including all of the CONTRACTOR' s personnel and subcontractors. 13 .2. 8 The Environmental Protection Plan will be dated and endorsed by the individual in responsible charge of the construction. 14. PROJECT SIGNS Two plywood construction information signs shall be provided and installed by the CONTRACTOR prior to the start of dredging. No other company sign shall be allowed on site. The CONTRACTOR shall construct, install and maintain two informational signs with the following information: TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS ". ,:; TS- 18 INDIAN RIVER COUNTY BEACH RESTORATION PROJECT INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS CHAIRMAN VICE CHAIRMAN - _ COMISSIONER COMISSIONER COMISSIONER JOSEPH A. BAIRD COUNTY ADMINISTRATOR JAMES W. DAVIS, P. E. PUBLIC WORKS DIRECTOR FUNDED BY: INDIAN RIVER COUNTY BEACH PRESERVATION FUND AND FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Additional Information about the project may be obtained at: www.IRCGOV.com ENGINEER: APPLIED TECHNOLOGY AND MANAGEMENT WEST PALM BEACH, FLORIDA Two signs shall be constructed. Each sign shall be 8' X 5 '4" in dimension and constructed of CDX plywood. The CONTRACTOR shall paint all surfaces and edges of the plywood signs with one coat of sealer and two coats semi-gloss alkyd base white enamel. The CONTRACTOR shall use black vinyl, Helvetica letters for information on the signs with letter sizes proportional to those indicated above. The COUNTY shall provide the CONTRACTOR with stick-on logos required for the signs. The CONTRACTOR shall verify names and spelling with the COUNTY. Only the prime CONTRACTOR' S name is to be listed. The construction sign posts shall be 6 inch x 6 inch x 12 feet CCA pressure treated southern pine placed 4 feet into the ground with sand fill compacted around each post. For each sign, the plywood panels shall be bolted to each post using 3 galvanized steel bolts with a washer on each side. The bolts shall be 3/8 inch x 8 inches. The signs shall be erected at the Sebastian Inlet State Park Day- Use Area for Sectors 1 & 2and at a location to be determined for Sector 7. The CONTRACTOR shall verify location with the COUNTY prior to construction. The CONTRACTOR shall consult TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS- 19 with the COUNTY to determine the location for signage prior to construction of Sector 7. The CONTRACTOR shall remove the signs when construction is complete. 15 . ELECTRICITY All electric current required by the CONTRACTOR shall be furnished at the CONTRACTOR's expense. All temporary connections for electricity shall comply with NEC 1990. In the event electricity is made available by the COUNTY, the CONTRACTOR shall, at the CONTRACTOR's expense, install a meter to determine the amount of current used and such electricity shall be paid or charged to the CONTRACTOR at prevailing rates or at reasonable rates as determined by the COUNTY. All temporary lines shall be furnished, installed, connected, and maintained by the CONTRACTOR in a manner satisfactory to the COUNTY and shall be removed by the CONTRACTOR in like manner, at the CONTRACTOR's expense, prior to completion of the construction. In accordance with NEC Article 305-6, the CONTRACTOR shall provide ground fault circuit interruption (GFCI) on all 120 volt 15 and 20 ampere, single-phase receptacles used for construction power. Ground fault circuit interrupters are not an acceptable substitute for grounding. 16 . EXCLUSION OF THE PUBLIC The CONTRACTOR shall exclude the public from the immediate work area at all times during construction. The CONTRACTOR shall post a minimum of one dedicated employee for the sole purpose of full-time, 24-hour per day security at the discharge location. The CONTRACTOR shall be required to erect, maintain, and move as necessary, restrictive barriers around the discharge of the hydraulic pipeline. The barriers shall be constructed so as to prevent the public from approaching the discharge from any direction closer than 100 feet. The CONTRACTOR shall post signs at each barrier in a conspicuous manner stating, "DANGER — HIGH PRESSURE DISCHARGE — KEEP OUT" If the CONTRACTOR is not able to keep and maintain the public at a safe distance form construction activity, the CONTRACTOR is to notify the COUNTY or ENGINEER and request assistance in controlling public access to the active construction site. 17 . TRAFFIC CONTROL The CONTRACTOR shall provide and maintain barricades, security guards, warning signals and flagmen as required by FDOT Specifications Section 102, by other state or federal regulations or as directed to ensure public safety. All work under this section shall be included in the Traffic Control bid item. Trenching and earthwork shall be conducted in a manner to cause the least interruption to traffic. Where traffic must cross open trenches, the CONTRACTOR shall provide suitable bridges. 18 . NIGHT OPERATIONS During night operations, the CONTRACTOR shall provide lighting necessary to safely accomplish the work and fully comply with all OSHA requirements. The CONTRACTOR shall shield or orient the lights to minimize light on the dune crest and landward which could disorient drivers or disturb TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS ; , . r, ' : ! . - TS-20 residents. The CONTRACTOR shall limit beach dressing, grading, and tilling to daylight hours. The CONTRACTOR shall minimize noise, particularly in densely populated areas. From March 1 through April 30 and from November 1 through November 30, direct lighting of the beach and near shore waters must be limited to the immediate construction area and shall be the minimum allowed to comply with safety requirements. The CONTRACTOR shall abide by all permit conditions, specifically Florida DEP Specific Condition regarding the construction lighting. Lighting on offshore or onshore equipment must be minimized through reduction, shielding, lowering, and appropriate placement to avoid excessive illumination of the water's surface and nesting beach while meeting all Coast Guard, EM 385 - 1 - 1 , and OSHA requirements. Light intensity of lighting plants must be reduced to the minimum standard required by OSHA for General Construction areas, in order not to misdirect sea turtles. Shields must be affixed to the light housing and be large enough to block light from all lamps from being transmitted outside the construction area (see figure below). OCEAN Basch WORK .AREA Dumb Ha alvminapon ' _ { # E ' No Nlwnlnamen ` isawce Zane u3m € _- BEACH LIGHTING 19 . SIGNAL LIGHTS The CONTRACTOR shall display signal lights and conduct operations in accordance with the General Regulations of the Department of the Army and of the U. S . Coast Guard governing lights and day signals to be displayed as approved by the Secretary of the Army and Commandant, U. S . Coast Guard. (33 C.F.R. 80. 18 . - 8-3 la: 33 C.F.R. 95 .51 - 95 .66; 33 C .F .R. 9.22 - 90 .36 ; 33 C .F.R. 82 and C.G. Pub. 169, Navigation Rules, International-Inland dated May 1 , 1977) (DAR 7-603 .33 ) . All applicable regulations shall be observed by the CONTRACTOR including protocol for towing vessels with tows on which no signals can be displayed, vessels working on wrecks, dredges and vessels engaged in laying cables or pipes or in submarine or bank protection operations, dredge pipeline, and vessels of more than 65 feet in length moored or anchored in a fairway or channel. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS ;' TS-21 20. PROTECTION OF WORK Property. The CONTRACTOR shall, at its own expense, support and protect all public or private property that may be endangered in the execution of the work described for this project. The CONTRACTOR shall repair to its original condition and make good any damage caused to any such property by reason of its operation. Risk of Loss. All construction and associated activities specified in the Technical Specifications and Plans for this project shall be performed at the sole risk and cost of the CONTRACTOR from commencement until final payment by the COUNTY. Any specific references contained in the Contract Documents, including the Specifications, that the CONTRACTOR shall be responsible at its sole risk and cost for the work or any part thereof are not intended to be, nor shall they be construed to be, an exclusive listing of the circumstances in which the CONTRACTOR bears the risk of loss, but rather they are intended only to be exemplary. All loss or damage caused by the nature of the work or work environment, acts of nature such as storms, unusual obstructions to the work, or any other natural or existing circumstances either known or unforeseen that may be encountered in the conduct of the work, shall be sustained and borne by the CONTRACTOR at its own cost and expense. The CONTRACTOR shall have no claim against the COUNTY because of any damage or loss to the work or CONTRACTOR's materials, equipment or supplies, including no claim for loss or damage due to simultaneous work by others, and the CONTRACTOR shall be responsible for the complete restoration of damaged work to its original condition complying with the Contract Documents. Notwithstanding any other provision of this Contract, this obligation shall exist without regard to the availability of any insurance, either of the COUNTY or the CONTRACTOR, to indemnify, hold harmless or reimburse the CONTRACTOR for the cost incurred in making such restoration. 21 . NOTICE TO MARINERS Prior to construction, the CONTRACTOR is required to provide a Notice to Mariners describing the construction operations and work areas . Should the CONTRACTOR encounter any unmarked hazards to navigation floating or on the ocean floor, it is the responsibility of the CONTRACTOR to provide a Notice to Mariners and to immediately notify the COUNTY. The CONTRACTOR shall provide to the COUNTY an original proof of publication for any Notice to Mariners. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS _ TS-22 22 . PROJECT SUPERINTENDENT The CONTRACTOR shall designate in writing to the COUNTY, a land-based Project Superintendent(s) to receive instructions from the COUNTY. Written instructions received by the CONTRACTOR's Project Superintendent(s), shall be legally binding on the CONTRACTOR pursuant to this Contract. The CONTRACTOR' S Project Superintendent(s) shall be on the site at all times during project construction and available at all times to the COUNTY by pager and/or cell phone. Dredge plant personnel may not serve as Superintendents. 23 . CONSTRUCTION OFFICE The CONTRACTOR shall maintain a construction site field office within the general project area. This office shall be kept open and attended during working hours while construction is underway. A complete set of Construction Plans and Specifications, any Contract Modifications/Change Orders or written instructions from the COUNTY and/or ENGINEER and duplicate copies of all permits shall be kept in a dry location in the construction site field office, in any dump shack, and also on the dredge at all times during project construction. 24. CHARACTERISTICS OF THE BORROW AREAS 24. 1 Borrow Areas The _ Borrow Areas are located approximately 15 nautical miles south of the south project limit, and 2 .0 miles offshore for Sectors 1 & 2 and 500 feet south of the project and 10,000 feet offshore for Sector 7. 1 ,_ r n , Within the permitted area, limited sections have been delineated for dredging based on quality of the material. The COUNTY reserves the right to alter the dredge sections or cut depths within the permitted borrow area depending on the quality of the material observed during the dredging process. 24. 1 . 1 Borrow Material. The Specifications and Plans are based on physical data collected by bathymetric, jet probe, and vibracore sampling methods. Vibracore sampling locations are shown in the Plans. The characteristics of the material in the borrow area are generally indicated by the boring logs, sediment analysis data sheets, and grain size distribution curves provided in Appendix A. While the vibracore samples may be representative of subsurface conditions at their respective locations and vertical extent, local variations are to be expected and the CONTRACTOR should be aware that it is possible for material of differing characteristics to be present in the Borrow Area. Should any questions or discrepancies arise relative to this data, the conditions shall be independently confirmed by the CONTRACTOR at the CONTRACTOR' S expense. The removal and replacement of any material deemed unsuitable for and/or inconsistent with beach fill material will be solely at the CONTRACTOR' S expense. No dredging is permitted in excess of the specified dredge cut depths or horizontal limits shown on the Plans. Based on available core boring information, in general, the material found within the borrow area consists of poorly sorted, medium-to-fine grain size sand. Based upon core analysis information, the composite mean grain size for the Borrow Area is TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS -23 calculated to be 0.46 mm and the silt/clay content is approximately 1 .44%. The description of the material is based on the site investigations and core borings, which are provided in Appendix A, and describe data for cores obtained from the specified locations. The CONTRACTOR is solely responsible for any interpretation or conclusions based on these data. The CONTRACTOR may view the core samples at the Tracking Station Beach Park, located at 800 46`h Place, off North AIA, Vero Beach. . The CONTRACTOR shall provide advance notice to COUNTY staff at (772) 567-8000, EXT. 1568 to coordinate a requested visit. 24. 1 .2 Hardbottom Communities. Hardbottom biological communities in the vicinity of the borrow area are to be STRICTLY AVOIDED by the CONTRACTOR during all mobilization, demobilization, dredging and transit activities. Work and access areas, work exclusion areas, equipment requirements, and reef buffer zones are specified in the Plans. The State of Florida has levied significant fines to dredge contractors who have damaged hardbottom communities in association with other projects. Pursuant to Article 6 of the Agreement, the CONTRACTOR shall be held responsible for any and all fines, and legal expenses incurred by the CONTRACTOR and the COUNTY in the event that the CONTRACTOR damages hardbottom communities in the project area. 24. 1 .3 Seagrass Communities . Based on a September 2005 seagrass survey, the edge of the seagrasses for the Sebastian Inlet Borrow area is shown on the Plans. The CONTRACTOR shall keep his equipment at least 100 feet from the edge of the seagrass. No equipment is allowed within the Seagrass Avoidance Area shown on the Plans. The CONTRACTOR is responsible for any damages to the seagrass beds. 24. 1 .4 Borrow Area Debris. The magnetometer survey of the Borrow Area and limited diver observation identified objects within or near the borrow area limits of which the CONTRACTOR should be aware. These are delineated on the project plans. 24.2 Limitations on Excavation. Based on providing the best quality material, limited sections of the permitted Borrow Areas have been specified for use on this contract. All excavation for beach fill shall be performed within the specified Borrow Areas location and to the cut depth indicated on the Plans. The CONTRACTOR shall be responsible for establishing controls as necessary to insure that the specified excavation depth and delineated Borrow Areas is not exceeded. The COUNTY may require the CONTRACTOR, at the CONTRACTOR' S expense, to change the location and/or depth of excavation within the permitted borrow area based on the quality of the dredge material observed. The CONTRACTOR is responsible for placement of the specified quantity of sand. 25 . ORDER OF WORK TECHNICAL AND ENVIRONMENTAL SPECIFICATIONSKi , TS-24 The CONTRACTOR shall propose the construction sequence and methodology and present this information as part of the Operations Plan specified in Section 8 . 1 of these Technical Specifications. The Operations Plan is subject to COUNTY approval and will be discussed at the Pre-Construction Meeting following the Notice of Contract Award. 26. PLANT FOR BEACH FILL PLACEMENT The CONTRACTOR has the option of specifying equipment to be utilized for this project with the understanding that the CONTRACTOR agrees to keep a sufficient dredging plant(s), pipeline and equipment on the site and operational to place a minimum of 8,000 cubic yards per 24-hour working day to the site from the offshore borrow site and a minimum of 4,000 cubic yards per 24-hour period from the Sebastian Inlet borrow site, and the CONTRACTOR shall meet the requirements and schedule of the work. The plant and equipment shall be specified and included with the bid. The plant(s) shall be in satisfactory operating condition and capable of safely and efficiently performing the work as set forth in the Technical Specifications, Plans and all contract documents. The CONTRACTOR shall provide transportation for COUNTY and ENGINEER inspectors to and from the plant(s) as requested. No reduction in the capacity of the plant(s), pipeline or equipment employed on this project shall be made except by written permission of the COUNTY. The measure of the "capacity of the plant" shall be determined by actual performance on this project. The COUNTY, at their discretion, may order a field test of the capacity of the plant at the CONTRACTOR' S expense . If the plant, in the COUNTY'S opinion, is not of sufficient capacity, the COUNTY may direct the CONTRACTOR to replace the plant(s) with larger capacity plant(s) at the CONTRACTOR' S expense, or to increase the number of personnel working on the project at the sole expense of the contractor. 27. EQUIPMENT MOBILIZATION AND DEMOBILIZATION Mobilization and demobilization to and from the project site shall be controlled by the CONTRACTOR to avoid contact with any and all hardbottom formations. All relevant requirements of the permits shall be strictly followed by the CONTRACTOR. 27. 1 Mobilization. The CONTRACTOR shall perform the preparatory work and operations in mobilizing for beginning work on the Project, including, but not limited to, those operations necessary for the movement of personnel, equipment, supplies and incidentals to the project site, and for the establishment of temporary haul roads, temporary offices, buildings, safety equipment and first aid supplies, sanitary and other facilities, as required by Section 101 of the Florida Department of Transportation (FDOT) Standard Specifications for Road and Bridge Construction, 2002, and State and local laws and regulations. The costs of bonds and any required insurance, and any other pre-construction expense necessary for the start of the work, excluding the cost of construction materials, shall also be included. The CONTRACTOR shall be familiar with the weight of all equipment and weight restrictions of all roadways and bridges that are necessary to mobilize to the site or transport spoil off the site. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS - TS-25 The CONTRACTOR shall notify the COUNTY in writing one ( 1 ) day in advance of the mobilization of each piece of floating equipment. Mobilization into the work area shall be through the corridor limits shown in the Plans. No anchors shall be deployed outside the work area. All floating equipment shall be self-propelled or directly pushed when landward of the —200 foot NGVD contour line. The CONTRACTOR shall monitor the location of each piece of floating equipment mobilized through the use of horizontal positioning equipment which has an accuracy of at least + 3 feet. Position data shall be recorded every - A copy of the data and plots shall be provided to the COUNTY daily in the Contractor's Daily Quality Control Report (Appendix G). If any floating equipment (barges, pipe strings, dredges, etc), other than self-propelled vessels (tugs, survey boats, crew boats, etc), leaves the project area and is remobilized into the borrow area, these mobilization procedures shall be repeated. 27.2 Demobilization. Demobilization shall be according to the same requirements for mobilization specified in Section 27 . 1 . 28 . EQUIPMENT POSITIONING AND CUT DEPTH MONITORING Accuracy and Precision. The CONTRACTOR shall have equipment on the dredge that continuously measures the vertical and horizontal location of the cutterhead, drag arms, dustpan, or clamshell and is interfaced with the cut depth positioning equipment. The specifications for this equipment, calibration information, and limits of accuracy are to be provided to the COUNTY. The COUNTY will approve or reject use of specific equipment based on accuracy. Horizontal accuracy for dredge positioning shall be within +3 feet. Vertical accuracy for dredge depth positioning shall be within + 1 . 0 foot. This equipment shall provide a permanent record of the equipment' s position referenced to State Plane Coordinates (NAD 83 , Florida East Zone) and NGVD 29 datum. During dredging, reports on the position (x,y) of and bottom elevation (z) of the cutterhead, drag arms, dustpan or clamshell shall be provided. This position shall give both horizontal (in State Plane Coordinates, NAD 83 , Florida East Zone datum) and vertical (depth corrected for tide in feet referenced to NGVD 29 datum) position. The dredge depth (cutterhead, dragheads, or dustpan) shall be corrected for tidal fluctuations by a method pre-approved and acceptable to the ENGINEER. The tide measurements must be acquired and applied to the vertical control equipment on a real-time or hourly basis. At a minimum the report shall give the location at 30 second intervals for cutterhead, hopper, clamshell or dustpan dredges. During unloading of hopper dredges and scows, data shall be collected at the time of the beginning of the unloading and immediately prior to departure to the borrow area. The CONTRACTOR shall also submit an ASCII file and a plot of the horizontal positions of the dredge for each day. The plot shall show the borrow area and dredge area limits, the dredge position, a north arrow and the Florida State Plane grid. The plot shall contain numbered position fixes that correspond to the positions discussed above. The previous day's data shall be provided to the COUNTY daily as part of the Contractor' s Daily Quality Control Report (Appendix G). The location on the dredge of the positioning system antenna and the distance and direction from the positioning system antenna to the TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS � ' . _ 'r TS-26 bottom of the cutterhead, drag arms, dustpan, or clamshell shall be reported on the first Contractor' s Daily Quality Control Report. 28 . 1 Work Areas and Exclusion Areas . The Plans identify a Deepwater Access Corridor to the Borrow Area to be used for all equipment moving into or out of the area. The Plans specify a work area where spudding and anchoring are permitted and exclusion areas which are not to be used for transit, anchoring, dredging or any other vessel activity. Pipeline routes are discussed in Section 29.2 of these Specifications. 29 . TRANSPORT OF EXCAVATED MATERIALS 29. 1 Methods of Transport. The method of transporting the fill from the borrow area to the placement area shall be proposed by the CONTRACTOR at the time of the bid. The method of transport shall be the CONTRACTOR' S decision, however, the method must comply with all permits, production volume requirements, and environmental specifications . Trucking fill on the beach shall be allowed if fill placed above mean high water is compacted mechanically with methods approved by the COUNTY, or if the CONTRACTOR places an additional 10% of the quantity specified by the construction template at no additional cost to the COUNTY to compensate for the loosely packed sand ("fluff') that results from dry placement. Upland sand source bidders must submit documentation that the proposed sand source meets the mean grain size, percent fines, and other characteristics of the offshore borrow material identified in these documents. 29. 2 Pipeline Method. All pipelines shall be submerged except at the dredge, mono-buoy, and/or boosters. The CONTRACTOR shall propose location(s) of the submerged pipeline that must be approved by the COUNTY prior to submerging the pipeline. The CONTRACTOR shall avoid hardbottom or reef locations in the proposed pipeline route and shall provide a plan view drawing clearly indicating the route relative to the known locations of reeflhardbottom and the Work and Exclusion Areas specified in the Plans. The CONTRACTOR shall be required to place collars on the pipeline in the locations where pipeline contact with the hardbottom is possible. The COUNTY shall provide the CONTRACTOR a map of the hardbottom located in the vicinity of the placement area landward of the —20 ft NGVD contour prior to CONTRACTOR-proposed designated pipeline access corridor route(s) . Subsequent to submerging of the pipeline, the CONTRACTOR shall provide as-built drawings showing the actual position of the pipeline. The CONTRACTOR shall maintain a tight discharge pipeline at all times. The joints shall be constructed to preclude spillage and leakage. Leaks shall be promptly repaired and the dredge shall be shut down until complete repair has been made to the satisfaction of the COUNTY. The CONTRACTOR shall transport the COUNTY to the leak repair site for visual inspection if so requested by the COUNTY . 29.3 Hopper Dredge Method. If the material is transported by hopper dredge or scows, then all scows and vessels must be kept in good condition, the coamings repaired and the pockets provided with proper doors or appliances to prevent leakage of material. Overflow at the TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS11 1 -27 borrow site during loading and during transport shall be permitted to the extent that turbidity and water quality standards are met and that overflow complies with all permit conditions. The CONTRACTOR shall prevent overflow during transit over, or 1 ,500 ft upcurrent of, hardbottom areas. 30. LAYOUT OF WORK FOR BEACH FILL PLACEMENT 30. 1 Monuments. Only the survey monuments shown on the plans shall be used for surveying beach profiles for the measurement of beach fill quantities. 30. 2 Lavout. From the monuments, control data and elevations shown on the Contract Drawings, the CONTRACTOR shall complete the layout of the work and shall be responsible for all measurements that may be required for the execution of the layout of the work, subject to such modifications as the COUNTY may require to meet changed conditions or as a result of necessary modifications to the contract work. The layout of the work shall be based on the cross-sections and not the plan views in the Construction Plans. CONTRACTOR is responsible for verification of all horizontal and vertical control provided in the Contract Drawings. The majority of the control points provided in the Contract Drawings were established by others for the purposes of beach profile monitoring. CONTRACTOR must verify all horizontal and vertical control for all monuments within the project limits prior to construction. 30.3 Responsibility. The CONTRACTOR shall provide all stakes, templates, platforms, equipment, tools, materials, and labor at the CONTRACTOR's expense as may be required in laying out any part of the work from the monuments, control data and elevations established by the COUNTY. The COUNTY shall furnish all boundary surveys and establish base lines for locating the principal component parts of the work together with a suitable number of bench marks adjacent to the work as shown in the Contract Documents. From the information provided by the COUNTY, unless otherwise specified in the Contract Documents, the CONTRACTOR shall develop and make all detail surveys needed for construction such as slope stakes, stakes for pipe locations and other working points, lines, and elevations. The CONTRACTOR shall be responsible for maintaining and preserving all monuments, stakes and other markers established by the COUNTY unless and until authorized to remove them. If such markers are destroyed by the CONTRACTOR or through the CONTRACTOR negligence, prior to their authorized removal, they may be replaced at the discretion of the COUNTY, and the expense of replacement shall be deducted from any amounts due or to become due the CONTRACTOR. 30.4 Construction Stakes. All fill grade stakes shall be steel pipe approved by the COUNTY and shall be completely removed in their entirety immediately after final acceptance of the section. Stakes must be long enough to extend a minimum of 6 feet above finished grade without the use of mechanical joints. The CONTRACTOR shall be responsible for removing, in their entirety, all construction stakes, ranges, and other devices utilized to delineate the beach construction template. The CONTRACTOR shall record all stakes deployed and removed on a daily basis on a Construction Stake Inventory. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-28 31 . CONSTRUCTION 31 . 1 Debris. Prior to placement of fill, the CONTRACTOR shall remove from the beach fill area of the work all driftwood, rubble, and other debris lying within the foundation limits of the beach fill section. All materials removed shall be disposed of in an appropriate and legal manner and at the expense of the CONTRACTOR. Grading and other construction equipment shall not be permitted outside the construction limits except for ingress to or egress from the site via the designated mobilization areas. 31 .2 Lines and Grades. The excavated material shall be placed on the beach to the lines, grades, and cross-sections indicated in the Plans, unless otherwise directed by the COUNTY. The fill profile shall be the same as indicated on the Plans. The CONTRACTOR is to place the fill on the beach in such a manner as to establish a uniform and straight beach between adjacent pay profile lines. The COUNTY reserves the right to vary the width or grade of the berm from the lines and grades shown on the Plans or observed at the project site in order to establish a uniform beach between adjacent pay profile lines or for the entire length of the project. The beach fill cross-sections shown on the Plans are for the purpose of estimating the amount of fill needed and shall be used by the COUNTY in making any change in the lines and grades. 31 .3 Dikes. Temporary longitudinal dikes and spreader and pocket pipe shall be used as necessary to prevent gully formation and erosion of the beach and fill, to retain the fill on the beach within the limits of the fill template cross-section, and to minimize and control water turbidity. Dikes or mounds shall be constructed along the waterline as necessary and/or as required by the permits to direct the pipeline discharge longitudinally along the beach for the purpose of minimizing transverse gully formation from the point of discharge. The COUNTY may direct the CONTRACTOR to extend dikes, if necessary, to control turbidity or beach erosion at no additional cost to the COUNTY. The CONTRACTOR shall not permit wastewater to flow landward of the fill section, or water to form ponds between the fill and upland areas. The CONTRACTOR shall protect existing drainage operations . Any material permitted to flow into or restrict the flow of an existing ditch, canal, or drain pipe, shall be promptly removed. Structures within the fill section shall be protected by the CONTRACTOR to prevent potential damage by the CONTRACTOR's operations. 31 .4 Grading and Dressing. Upon completion of all filling operations within an acceptance section, the fill shall be graded and dressed so as to eliminate any undrained pockets, ridges, and depressions in the beach fill surfaces and as necessary to further comply with Sections 31 . 16 of these Technical Specifications. As a condition of acceptance, the CONTRACTOR is to grade and dress the fill on the beach in such a manner as to establish a uniform berm width and slope between adjacent pay profile lines The CONTRACTOR shall not be required to dress the fill below mean high water to the slope shown. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS _ TS-29 31 . 5 Tolerances. The vertical tolerance is 0. 5 feet below the template and 0 .5 feet above the template. Unless approved by the COUNTY, fill placement must at least meet the 0 .5-foot tolerance below the template. 31 .6 Materials Placed Outside the Work Area. If any material is deposited outside the work area, the CONTRACTOR may be required to remove such misplaced material and redeposit it as directed by the COUNTY, at the CONTRACTOR's expense. 31 .7 Sand Ramps. The CONTRACTOR is required to build and maintain pedestrian sand ramps 15 feet wide over the shore pipe at 250-foot intervals to allow pedestrian access to the water. Sand ramps shall also be required at the beach access point for all public beach accesses in the project area. Additional ramps shall be constructed in front of all stairways down to the beach and in front of all dune overwalks. Following construction, the pipe shall be removed and the beach in the area of the ramps leveled and dressed. 31 . 8 Project Lighting. If construction proceeds past March 1 , all project lighting shall be limited to the immediate area of active construction only and shall be the minimum lighting necessary to comply with US Coast Guard and/or OSHA requirements. 31 . 9 Temporary Facilities. The CONTRACTOR shall provide electrical power, water and other utilities as he/she may require for his/her construction purposes, and shall pay all costs incurred unless otherwise provided in the Contract Documents. At completion of the contract, all temporary facilities shall be removed from the site at CONTRACTOR expense. 3 1 . 10 Work Areas. The construction and borrow area limits available to the CONTRACTOR for accomplishing the work are shown on the Plans. The CONTRACTOR shall minimize disruption to traffic on State Road AIA. Temporary areas for storage and maintenance of construction equipment shall be restricted to specified areas proposed by the CONTRACTOR and approved by the COUNTY . Storage areas shall be kept neat and orderly in the interest of public safety. 31 . 11 Construction Access Areas. The CONTRACTOR shall limit construction access to the beach to the locations shown on the drawings or as approved by the COUNTY. The CONTRACTOR shall exercise caution when accessing and driving on the beach. Sections of the beach are heavily used by the public during all periods of the year. The COUNTY shall determine if repairs are required and the COUNTY shall determine if the property has been repaired to its previous condition, before the CONTRACTOR receives approval of repairs. 31 . 12 Equipment Storage. From March I through May 1 , staging areas for construction equipment shall be off the beach. Nighttime storage of construction equipment shall be off the beach, in accordance with FDEP permit requirements for sea turtle protection. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS _ TS-30 31 . 13 Damages. In the event that damage is caused by the CONTRACTOR, the CONTRACTOR shall restore all sidewalks, roads, access ramps, dune vegetation or any other structure or natural feature to pre-construction conditions or better at the CONTRACTOR' S own expense. The CONTRACTOR shall not receive final payment until all damage is restored to the satisfaction of the COUNTY. All existing vegetation, seawalls, stairs, lifeguard towers and chairs, overwalks and similar beach access structures shall be protected from direct hydraulic discharge and impact by construction equipment. Backfilling around such structures shall be performed by appropriate construction equipment or by hand. 31 . 14 Dune Construction. CONTRACTOR shall provide beach fill from the Borrow Area between the elevations and locations specified in the Plans. All existing vegetation within the lines and grades as specified in the Construction Plans shall be buried except those plants and dune areas marked for protection by the COUNTY. All fill and grading shall be paid for at the unit price for the Dredge and Fill bid item. 31 . 15 Dune Grading and Dressing. The dune portion of the project area shall be constructed according to Section 30 of these Technical Specifications. Where existing elevations permit, the crest of the constructed dune feature shall be graded longitudinally to taper into the grade of the adjacent natural beach and minimize any potential safety hazard. Where existing grade is lower than the proposed dune crest elevation of + 14 ft. NGVD in Sectors 1 & 2 and + 12 ft. NGVD in Sector 7, the CONTRACTOR shall field-stake, subject to COUNTY or ENGINEER approval, the upland limits of the proposed dune construction. Grading shall be performed under the supervision of the COUNTY. The CONTRACTOR shall notify the COUNTY at least 24 hours prior to commencement of grading. 31 . 16 Escarpment Leveling. The CONTRACTOR shall be responsible for grading escarpments that form along accepted sections of beach, repetitively if necessary, until all construction is complete. Any escarpment that exceeds 18 inches in height along at least 100 feet of shoreline shall be graded to a minimum of a 1 : 10 (V: H) slope at the direction of the COUNTY. Payment for escarpment leveling shall be included in the unit price for the Dredge and Fill bid item. Prior to final acceptance, the CONTRACTOR will inspect the beach for the formation of sand escarpments. Any escarpments exceeding 18 inches in height (on average) and 100 feet in length will be leveled or smoothed to eliminate the escarpment. The ENGINEER will be notified prior to the leveling of any escarpments to ensure that the ENGINEER agrees with the judgment of the CONTRACTOR regarding the need to level escarpments. Leveling will be conducted in compliance with sea turtle nesting permit conditions. 31 . 17Tilling. The CONTRACTOR shall, immediately following the completion of fill placement for the project, mechanically till the beach to a depth of 36 inches. Any marked sea turtle nests in the project area will be avoided during the tilling process. 31 . 18 Misplaced Material. The CONTRACTOR shall minimize loss and/or misplacement of fill material . If, during the progress of the work, the CONTRACTOR should lose, dump, throw overboard, sink, or misplace any material, plant, machinery, or appliance which in -31 TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS V TS the opinion of the COUNTY should be removed, the CONTRACTOR shall recover and remove the material(s) immediately. The CONTRACTOR shall provide immediate notice to the COUNTY including a description of and DGPS coordinates for such obstructions. Should the COUNTY observe such obstruction, the COUNTY shall record the position or mark the obstruction and notify the CONTRACTOR. Removal of the obstruction and all associated costs shall be the responsibility of the CONTRACTOR. The COUNTY shall monitor any removal operations. Should the CONTRACTOR refuse, neglect, or delay compliance with the above requirements, such obstructions may be removed by the COUNTY, and the cost of such removal may be deducted from any money due or to become due to the CONTRACTOR or may be recovered under the CONTRACTOR's bond. The liability of the CONTRACTOR for the removal of a vessel wrecked or sunk without fault or negligence shall be limited to that provided in Sections 15 , 19, and 20 of the Rivers and Harbor Act of March 3 , 1899 (33-U. S .C. 410 et. seq.) . 32 . SITE RESTORATION Site restoration shall include the removal of the CONTRACTOR's plant(s) and all equipment or materials either for disposal or reuse. Plant(s) and/or equipment or materials for disposal shall be disposed of in an appropriate and legal manner at the expense of the CONTRACTOR. Unless otherwise approved in writing by the COUNTY, the CONTRACTOR shall not be permitted to abandon pipelines, pipeline supports, pontoons, or other equipment in the pipeline access areas, water areas, or other areas adjacent to the work site. Any stakes or other markers placed by the CONTRACTOR must be removed as a part of the final site restoration. Grade stakes placed during the fill operation, and pieces of stakes, shall be completely removed and shall not be buried in the fill. All costs associated with site restoration shall be included in the Site Restoration bid item. 33 . BATHYMETRIC SURVEY OF THE BORROW AREA The CONTRACTOR shall provide a bathymetric survey of the designated Borrow Area prior to and immediately after construction. All surveys shall be in accordance with professional standards and practices, and all survey documents shall be signed and sealed by a surveyor registered in the State of Florida. Said surveyor should carry Professional Liability Insurance. The land surveyor employed for this project must comply with the minimum Technical Standards for land surveyors in the State of Florida pursuant to Florida Statute 472.027 adopted rule 121 HH-6. The CONTRACTOR shall be held responsible for all mistakes that may be caused by the loss or disturbance of the project monumentation. Hydrographic surveys shall be performed in accordance with USACE HYDROGRAPHIC SURVEYING document number EM 1110-2- 1003 dated October 1994 (Updated January 1 , 2002) . Survey notes shall be reduced to elevations and shall include the date performed, weather conditions, bench marks and monuments used, name and title of each member of the survey party, and the name of any COUNTY or ENGINEER representative present. Survey notes lacking information, illegible, in error or not in accordance with accepted practices shall be returned to the CONTRACTOR for correction. Surveying instruments shall be checked for adjustment at least once per week and such checks shall be recorded in survey notes and on the quality control sheet. Surveys of the borrow site shall comply with the following requirements: TECHNICAL AND ENVIRONMENTAL SPECIFICATIONSTS-32 • The survey area shall extend outside the entire permitted borrow site by a minimum of 500 feet. • Cross-sections of the borrow site shall be surveyed perpendicular to the long axis of the borrow site. • Cross-sections shall be surveyed at 250 foot intervals and shall extend a minimum of 500 feet beyond the boundaries of the borrow site. • All survey drawings shall be at a scale acceptable to the COUNTY. Final plan view drawings shall be submitted both with and without contours. • All drawings shall be submitted in an electronic format acceptable to the COUNTY. 34. PRE AND POST-CONSTRUCTION BEACH AND OFFSHORE SURVEYS The elevations indicated in the Plans are based on a survey conducted in August 2001 and may not represent accurate beach elevations at the time of construction. Therefore, the CONTRACTOR shall perform a beach profile survey prior to the initiation of construction. The surveys shall be conducted so that the COUNTY may adjust the fill volume as needed at the cross-sections and provide the CONTRACTOR with a template or pay volume change order if required. Pre-construction surveys shall be conducted by the CONTRACTOR no more than four (4) weeks prior to the commencement of dredging. These pre-construction surveys shall be provided to the COUNTY no less than two (2) weeks ( 14 calendar days) prior to the commencement of dredging so that the design templates may be adjusted by the COUNTY to reflect the pre-construction survey. Post-construction surveys shall be conducted no more than two (2) weeks following completion of dredging. 34. 1 Beach Surveys. Beach profiles shall be conducted by differential leveling techniques from the back beach or dune across the profile to approximately 40 feet seaward of the design fill section using laser distance measurement instrumentation or other method approved by the COUNTY. CONTRACTOR shall close all level loops and said closure shall be less than 0.04 feet. This survey work shall be documented in field books with copies supplied to the COUNTY. 34.2 Offshore Surveys. Offshore surveys shall be conducted by the CONTRACTOR using standard positioning and hydrographic surveying equipment and techniques . The CONTRACTOR shall utilize horizontal positioning equipment that has an accuracy of at least f3 feet. If range-range positioning system is used, shore stations must be set to ensure the accuracy of t3 feet. The location offshore control stations for the beach profiles must be approved by the COUNTY prior to the beach profile surveys. 34.3 Survey Points. A sufficient number of points shall be taken along each line to ensure adequate description of the profile. All topographic features, and major breaks in slope, including dunes, beach berms, foreshore, and bar and trough systems, shall be identified. On smoothly sloping sections a maximum elevation difference of approximately 1 foot between adjacent points shall be used to define this section of the profile. The design berm TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-33 crest and dune crest stations on the templates in the drawings shall be included. The product shall be a continuous line representing the beach/ocean bottom profile. 34.4 Survey Tolerance. Profile lines shall be taken along the azimuth indicated in the Construction Plans. A tolerance of no more than 30 feet either side of the azimuth on offshore segments of the profile line and a tolerance of no more than 5 feet either side of the azimuth on the onshore segment of the profile line shall be allowed. Data points obtained offshore by bathymetric survey methods (i.e., fathometer) shall be taken at a spacing of not more than 20 feet. Hydrographic surveys must extend seaward of the toe of the construction template by a minimum of 1 ,000 feet or to a depth of-30 feet NGVD, whichever is further and this hydrographic survey shall overlap the seaward end of the rod survey by at least 50 feet. The rod survey shall extend minimally to the toe of the construction fill. 34.5 Accuracy. Offshore survey elevations shall be measured to the nearest 0. 1 foot referenced to NGVD. To ensure this accuracy is maintained, if a fathometer is used, the fathometer shall be calibrated at the start of each survey day, at every tidal shift, at the beginning and end of each paper roll, and at the end of each day. Survey vessel settlement and squat must be determined at survey speeds and applied to correct the water depth measurements. Equipment and procedures must be in accordance with the methods specified in USACE Hydrographic Surveying EM 1110-2- 1003 dated October 1994 (Updated January 1 , 2002). 34.6 Tides. Average still water elevation (tides) shall be measured for offshore beach profile surveys. This is to be done independently of the tide measurement taken for the dredge depth monitoring, if necessary. Tides shall be measured by tide staff readings using a stilling well while conducting the offshore bathymetric surveys. 34. 7 Deliverables. Deliverables to the COUNTY shall include processed survey data of date, range, station and elevation from each of the FDEP and COUNTY and intermediate profile baseline monuments in a hard copy form, a CD, or other approved mediums, in FDEP format and MapCAD electronic drawing files. Additional information to be provided to the COUNTY shall include tide curves and corrections and field notes, and a V = 200' plan view plot showing proposed profile lines and surveyed tracklines 34. 8 Oversight. Surveys shall be conducted by the CONTRACTOR with oversight by the COUNTY or its representative. The CONTRACTOR shall provide 24-hour notice to the COUNTY prior to conducting survey work. The COUNTY shall provide an observer for all surveying work unless the oversight requirement for a specific task and/or block of time is waived in writing by the COUNTY . Surveying work accomplished shall be reported by the CONTRACTOR in the Work Summary section of the Contractor' s Daily Quality Control Report. Surveys not conducted with COUNTY oversight or written waiver shall not be eligible for approval. 34.9 Qualifications. All surveys shall be performed under the direction of a Professional Surveyor and Mapper registered in the State of Florida. Said surveyor should cavy Professional Liability Insurance. The land surveyor employed for this project must comply TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-34 with the minimum Technical Standards for land surveyors in the State of Florida pursuant to Florida Statute 472 .027 adopted rule 121 HH-6. All surveys submitted to the COUNTY shall bear the surveyor's signature and seal. 34. 10 Costs. All costs associated with surveying shall be included in the survey bid item. 35 . USE OF UPLAND SAND SOURCES The CONTRACTOR may propose an upland sand source and truck hauling for the project. Upland sand source bidders must submit documentation that the proposed sand source meets the mean grain size, percent fines, and other characteristics of the offshore borrow material identified in these documents . Use of a source material with a grain size less than the mean grain size of the offshore sand source is not acceptable. Use of material not closely compatible (as specified by the ENGINEER) with the existing beach sand or offshore borrow site is not acceptable. The CONTRACTOR must propose adequate measures to ensure that large shell and rock debris is adequately screened from the source material and must provide a Quality Assurance program to ensure the quality of the source material. Any upland source material proposed shall be free from construction debris, rocks, clay or other foreign matter, and shall be obtained from a source landward of the Coastal Construction Control Line or from a source authorized pursuant to Section 161 .041 , Florida State Statutes. The CONTRACTOR shall submit a representative sample ( 15 in3f) of the proposed sand with his bid within a sealed, air-tight container orbag with a certified independent testing laboratory analysis results report. The report to be submitted with the CONTRACTOR' S bid shall include: (a) Grain size distribution graph (b) Carbonate fraction (c) Grain size analysis (including mean grain size, sorting and percent fines) The CONTRACTOR will also submit with the bid a report identifying the specific stockpile(s) and/or site(s) to be used for the project, and an estimate of the volume of sand available from each stockpile or source. Upon request, Contractor shall arrange for County staff to inspect the stockpile(s) and/or source(s) before submitting bid. The following sections of these Technical Specifications will not apply to upland sand source bids: 8 .6, 8 . 11 , 13 . 1 . 1 .2 . 1 , 13 . 1 .4, 13 .2 .2 .2. 6, 13 .2.2 . 3 . 1 , 1 % 21 , 24, 28, 31 .3, 31 . 7, 33 , and 46. All other Technical Specifications herein apply to all bids. 36. PAYMENT FOR MOBILIZATION Mobilization includes but is not limited to those operations as defined in Section 5 . 8 and as further described in Section 27. 1 of these Technical Specifications. The costs of bonds, required insurance and any other pre-construction expense necessary for the start of the work, excluding the cost of construction materials, shall also be included in this line item. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS 1 _ " TS-35 Based on the line item for mobilization/demobilization in the Notice of Contract Award, a 60% partial payment shall be made to the CONTRACTOR upon the placement of 10,000 cubic yards of beach compatible material within the construction fill template. The remaining 40% will be paid to the CONTRACTOR upon Final Acceptance of the completed project. 37. ACCEPTANCE PROFILES All sand excavated from the borrow area shall be transported to and deposited on the beach within the lines, grades and cross-sections shown on the Plans except as may be modified following the pre- construction survey or other conditions specified in Section 31 of these Technical Specifications. The CONTRACTOR shall maintain and protect the fill in a satisfactory condition at all times until Acceptance of the work. 37. 1 Non-Negotiable. All acceptance (pay) profiles are shown in the Plans and Specifications for the project. Acceptance profiles have been established based on FDNR/FDEP and intermediate monuments at a spacing of approximately 500 feet ±50 feet. The COUNTY shall retain final decision regarding any and all issues related to pay profiles, pay volumes and any other issues pertaining to the fill quantities and acceptance profiles. 37. 2 Underfilling. The filled beach between acceptance profiles shall be graded, dressed (see Section 31 .4) and uniform in dimension. Pay profile lines shall include a minimum of 95% of the design fill, as calculated by the COUNTY, and the fill must meet the lines and grades of the template shown on the Plans. The constructed beach contour lines between pay profiles shall be approximately parallel and straight, indicating the CONTRACTOR' S best effort to construct a uniform (non-cuspate) beach between the profile lines. If the COUNTY observes underfilling between pay profile lines, or scarping from a previously Accepted Section, additional surveys shall be conducted by the CONTRACTOR to quantify the fill in place and ensure a uniform template is being maintained between profile lines. In order to qualify for payment of that section, the CONTRACTOR shall place additional fill until the beach is uniform in appearance and dimensions between pay profile lines. 37.3 Adjustments for an Increase or Decrease in Work in Excess of 25%. If any change ordered by the COUNTY causes an increase or decrease in the amount of the Work exceeding 25 % of the estimated volumetric quantities to be placed within construction templates as specified by the Contract Documents, then the COUNTY and CONTRACTOR shall execute a written supplemental agreement covering the additional or reduced work. The COUNTY has the right to modify the project to meet the bid amount agreed upon by the COUNTY and the CONTRACTOR. The CONTRACTOR shall be responsible for insuring that such additional work is covered under a performance and payment bond. 37.4 Final Completion. The final completion date shall be the date of completion of all work called for in the Contract Documents. This date is also the date for figuring any liquidated damages. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-36 37. 5 Surveys. Acceptance profile surveys shall be conducted by the CONTRACTOR. Surveys shall be conducted in accordance with Section 34 of these Technical Specifications. 37. 6 Volume Calculations. Profile azimuths are as shown in the Plans. Volume calculations between profiles shall be based on average end area method and shall be made by the ENGINEER. 38 . ACCEPTANCE SURVEYS The CONTRACTOR is not responsible for erosion of the beach fill following Acceptance by the COUNTY. The CONTRACTOR is responsible for maintaining the beach fill until it is Accepted by the COUNTY. Pre-construction and acceptance surveys conducted by the CONTRACTOR shall be in accordance with the standards set forth in Section 34 of these Technical Specifications. 39, PAYMENT FOR BEACH FILL PLACEMENT 39. 1 Payment. Other than costs for mobilization, demobilization, beach grass planting, bermed beach section, and beach tilling, all costs connected with debris removal, excavating, transportation of fill material, escarpment grading, and beach and dune construction shall be included in the contract unit price per cubic yard given under the Dredge and Fill bid item. The cost shall also include overhead, profit, labor, material, equipment and any other costs incidental to performing the work. 39.2 Progress Payment. Monthly progress payments shall be based solely on 100% completed and surveyed Acceptance Sections that have been Accepted by the COUNTY. Progress payments shall be subject to retainage as per Article 14.2 of the General Conditions of the Contract and per Article 4 of the Agreement. All field notes, computations and the records used by the CONTRACTOR to compute fill quantities shall be furnished to the COUNTY with the Application for Payment. Pay profile surveys will be conducted by the CONTRACTOR. Surveys will be conducted in accordance with Section 38 . The CONTRACTOR will be eligible for progress payments when four (4) consecutive Acceptance Sections have been completed. 39.3 Payment Calculations. Payment calculations shall be made using the average end-area method based on net quantities of beach fill placed and graded according to the requirements of Sections 30 and 31 and the design template requirements specified in the Plans. Calculations of fill quantity made by the CONTRACTOR shall be reviewed by the ENGINEER and/or the COUNTY. Gross fill quantities shall be based on the comparison of the pre-construction survey profiles to the acceptance profiles. Any fill above the 0.5-foot overfill tolerance shall be deducted from the gross fill quantities and payment shall be based on the net fill quantity. If the material does not readily assume the designed offshore slope, the contractor will be allowed to construct compensating slopes with the understanding that the pay volume of the designed template may not be exceeded. TECHSt TECHNICAL AND ENVIRONMENTAL SPECIFICATION _ _ = TS-37 39.4 Maximum Pay Volume. The COUNTY shall revise the design template shown on the Contract Drawings (based on October 2004 survey data) to reflect the CONTRACTOR' S pre-construction survey. The COUNTY shall provide a table of maximum pay volume to the CONTRACTOR within seven (7) days of receipt of survey data. The table shall be enumerated according to the pay profile (R-9 to 9.5. R- 10 to 10.6, etc .). A tolerance of +0. 5 feet (Section 31 .5) is provided to accommodate inaccuracies and variability in the construction and measurement of the design grade. The maximum pay volume shall be calculated using the average-end area method. However, the CONTRACTOR shall not intentionally fill above the design template. 39 . 5 Pay Profiles. All pay profiles are contained in the plans and specifications for the project. UNDER NO CIRCUMSTANCES WILL PROFILES, OTHER THAN THOSE PROVIDED IN THE PLANS AND SPECIFICATIONS, BE CONSIDERED FOR PAYMENT PURPOSES . The pay profile lines to be used for payment will be the 26 profile monument locations between R-4 and T- 17, inclusive for Sectors 1 & 2 and R-97 through R- 108 for Sector 7. The ENGINEER and the COUNTY have designated the pay profiles, as shown on the Plans, and will not review or consider any other profiles than those shown on the Plans . The CONTRACTOR accepts and acknowledges that no discussion, arbitration, negotiation, or any other legal procedures will be employed by the CONTRACTOR or any of his agents in an attempt to force consideration of any other profiles for payment purposes other than those identified in the plans and specifications . The ENGINEER shall have final decision regarding any and all issues related to pay profiles, pay volumes and any other issues pertaining to the project construction. Any questions of fulfillment of the said specifications, or plans, shall be decided by the ENGINEER, and said work shall be done in accordance with the ENGINEER'S interpretations of the meanings of the words, terms, clauses, drawings or any other document defining the character of the work. 40. QUALITY ASSURANCE The CONTRACTOR shall be solely responsible for assuring the quality of all work conducted by the CONTRACTOR or their subcontractors in association with the contract for this project. The CONTRACTOR shall designate a Quality Assurance (QA) Officer for this contract, and the QA Officer shall assume responsibility for compliance with all requirements of this contract including permit conditions, easements, statutes, laws, and applicable regulations. To ensure the components of the attached Borrow Area Sediment Combined Quality Assurance and Quality Control Plan (Appendix H) are met and maintained, the CONTRACTOR shall prepare a Quality Assurance Plan specifying Quality Control (QC) procedures for all critical components of the work. The CONTRACTOR shall provide the COUNTY access to all QC procedures, data, and reports at any time at the request of the COUNTY. All activities associated with QA/QC shall be included in the costs for the Dredge and Fill bid item. Unless otherwise noted, the CONTRACTOR shall conduct all QC procedures. The QA Plan will be discussed at the Pre-Construction Meeting and the CONTRACTOR shall revise the QA Plan at the discretion of the COUNTY. COUNTY approval of the QA Plan shall be a required prerequisite to TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-38 the start of construction. The CONTRACTOR shall maintain the QA Plan and all QC procedures in accordance with any changes made by the COUNTY throughout the term of the contract. The QA Plan shall include but not be limited to the following: 40 . 1 Letter of Appointment designating a QA Officer(s), describing responsibilities, providing qualifications and delineating the line of authority and organizational reporting requirements of the QA Officer. 40.2 Personnel Training. Personnel responsible for initial training and dissemination of updated information throughout the term of the contract shall be specified as well as a comprehensive list of training issues covered. Training shall include review of all applicable Technical and Environmental Specifications, permit conditions, licenses, easements, statutes, laws, and other regulations, environmental resource protection, methods of detecting and avoiding pollution, statutory and contractual pollution standards, and installation and care of facilities to insure adequate and continuous environmental pollution control . QA/QC and supervisory personnel shall be thoroughly trained in the proper use of pollution monitoring devices and abatement equipment, and shall be thoroughly knowledgeable of applicable Federal, State, and local laws, regulations, permits, easements and other applicable requirements. 40 .3 Ouality Control Methods shall include those requirements specified for monitoring and environmental protection (Section 13 of these Technical and Environmental Specifications), equipment calibrations, verification of the position of all dredging equipment, duplicate sample analyses (turbidity monitoring) and any other methods the CONTRACTOR proposed to assure the quality of their work. These methods shall also be used for any and all work that will be performed by subcontractor(s). 40.4 OC Reporting Requirements shall also be specified in the QA Plan. The CONTRACTOR shall be required to prepare and submit to the COUNTY the Contractor' s Daily Quality Control Report (Appendix G) . The Contractor' s Daily Quality Control Report shall include as attachments the: Dredge Position Printouts, Construction Stake Log, Turbidity Monitoring Reports and Chart, and Sea Turtle Observer' s Report. The Contractor' s Daily Quality Control Report with attachments is due to the COUNTY on a daily basis by noon on the following day. Reports shall be provided from the first day of mobilization to the last day of work including site restoration. The Daily Quality Control Report shall be filled out every day, regardless of whether work was accomplished. Failure to provide Daily Quality Control Reports to the COUNTY shall result in delay in payments to the CONTRACTOR until the Daily Quality Control Reports are received and are acceptable to the COUNTY. 40. 5 OA Inspections. All compliance inspections conducted by the CONTRACTOR, the COUNTY, or the FDEP shall be individually recorded on the Contractor' s Daily Quality Control Report, including but not limited to the specific items required in Section 13 of these Technical and Environmental Specifications. The inspector shall also record the recommended corrective action to be taken and shall conduct a follow-up inspection within TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-39 24 hours to ensure compliance with the corrective action. The Contractor' s Daily Quality Control Report with recorded inspections are to be furnished to the COUNTY daily. 40. 6 OA/OC Deficiencies. The CONTRACTOR is responsible for implementing any corrective actions recommended by the Quality Assurance Officer, the COUNTY, or the FDEP. Reported deficiencies shall require follow-up inspection within 24 hours by the CONTRACTOR' S Quality Assurance Officer, the COUNTY, and/or the FDEP. Recurring deficiencies in an item or items may indicate inadequacies in the Quality Assurance Plan and the CONTRACTOR may be required to revise the QA Plan as directed by the COUNTY and advise appropriate personnel of any modifications required . 41 . SAFETY REQUIREMENTS The CONTRACTOR shall specify all safety inspection procedures and designate personnel responsible for supervising accident prevention activities and insuring compliance with safety measures. At the time of the Pre-Construction Meeting, the CONTRACTOR shall submit to the COUNTY a Safety Plan. The Safety Plan shall include but not be limited to the following: 41 . 1 Letter of Appointment designating a Safety Officer(s), describing responsibilities, providing qualifications and delineating the line of authority and organizational reporting requirements of the Safety Officer. 41 .2 Accident Prevention Plan. The CONTRACTOR is required to submit to the COUNTY an Accident Prevention Plan ten ( 10) days after the Notice of Award and prior to the pre- construction meeting. The Accident Prevention Plan must be in accordance with all Federal safety standards as specified in EM 395- 1 - 1 , dated September 1996, entitled "Safety and Health Requirements Manual ." Submission of the Plan does not constitute an endorsement on the part of the COUNTY or ENGINEER of the CONTRACTOR' S Accident Prevention Plan. The Plan is intended to provide a method by which the CONTRACTOR demonstrates an awareness of Federal safety standards. 41 .3 OSHA Standards. The CONTRACTOR shall review the Corps of Engineers Manual, General Safety Requirements EM 385- 1 - 1 , dated September 1996 and the latest Occupational Safety and Hazard Agency (OSHA) standards and become fully knowledgeable of the personal protective equipment that must be provided workers and shall be familiar with the safety standards applicable to the prevention of accidents during the construction of this project and shall comply with all applicable provisions. 41 .4 Trench Safety Act 41 .4. 1 The provisions of the Occupational Safety and Health Administration' s excavation safety standards, 29 C.F.R. s. 1926.650 Subpart P are incorporated as the state standard. The Department of Labor and Employment Security may, by rule, adopt updated or revised versions of those standards, provided that the updated or revised versions are consistent with the intent expressed in this act and Section 553 .60 et seq., Florida Statutes, and are not otherwise inconsistent with state law. Any rule adopted as provided in this TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-40 section shall be complied with upon its effective date. 41 .4.2 On all parts of the work that require trench excavation in which such excavation will exceed a depth of 4 feet, the CONTRACTOR shall submit to the COUNTY a reference to the trench safety standards that will be in effect during the period of construction of the project and written assurance by the CONTRACTOR performing the trench evacuation that such CONTRACTOR will comply with the applicable trench safety standards. TEC14NICAL AND ENVIRONMENTAL SPECIFICATIONS TS-41 41 .4.3 A CONTRACTOR performing trench excavation shall : (a) As a minimum, comply with the excavation standards that are applicable to a project. (b) Adhere to any special shoring requirements, if any, of the state or other political subdivisions that may be applicable to such a project. (c) If any geotechnical information is available, the CONTRACTOR performing trench excavation shall consider this information in the CONTRACTOR' s design of the trench safety system that it will employ on the project. Nevertheless, the CONTRACTOR shall not depend on geotechnical information supplied by the COUNTY or ENGINEER for the trench safety system, but will conduct his/her own studies and investigations to satisfy any and all requirements for safety. This paragraph shall not require the ENGINEER or COUNTY to obtain geotechnical information or to provide any evaluations, judgments or other assessments concerning trench excavation or the trench safety system. 41 .4.4 The cost of compliance with trench safety standards shall be included in the cost of all bid items that require trenching. 41 . 5 Medical Emer eg ncies. The criteria for designating a medical emergency and the procedures to be followed shall be specified by the CONTRACTOR. These procedures shall include local information relative to emergency treatment facilities and methods of transporting personnel if necessary. 41 . 6 Hurricanes and Severe Storms. The CONTRACTOR shall monitor the NOAA marine weather broadcasts and other local commercial weather forecasting services during construction operations. The CONTRACTOR shall notify the COUNTY at the time of any decision to move equipment in preparation for potential storms. Section 42 of these Technical and Environmental Specifications includes information on harbors of refuge appropriate for use by the CONTRACTOR in the event of severe weather. The CONTRACTOR shall be responsible for acquiring approval for the use of these safe harbors from local authorities and/or the U. S . Coast Guard. The CONTRACTOR shall include the following information in the hurricane and storm procedures: 41 .6. 1 Weather Conditions for Terminatine Operations. The CONTRACTOR shall provide a list of the equipment scheduled for use on this project and specify the conditions (e.g. wind speed, wave height, etc.) under which operations will be terminated and equipment will be secured. 41 .6.2 Prioritized Methods for Storm Preparations. The CONTRACTOR shall provide a prioritized list of actions to be taken in the event of a severe storm and assign personnel to each action. The CONTRACTOR shall specify how each piece of equipment will be secured in place or moved to a safe harbor including the details of all equipment necessary (e.g. , tugs: size, capacity; number; work boats: size, TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS 1 ' k % TS-42 capacity, number; storm anchors: type, size, number; chain or line: size, lengths; etc.). 41 . 6.3 Personnel Evacuation. The CONTRACTOR shall provide a plan for evacuation of personnel including their responsibilities prior to evacuation, methods of transportation, alternate accommodation, etc. 41 . 6.4 Emergency Response for Equipment Failure. The CONTRACTOR shall specify emergency operating procedures to be implemented in the event of mooring equipment failures during sudden and severe adverse weather or any other conditions. These procedures shall include actions to be taken in response to loss of a spud(s), swing wires, anchor wires, or other mooring equipment or facilities. 41 .6.5 Fire Extinguishers.shers. The CONTRACTOR is specifically required to provide a fire extinguisher on all mobile construction equipment with a basic minimum extinguisher rating of 80-B :C to 120-B :C ; which is equivalent to a 10-20 pound dry chemical extinguisher, compatible to the hazard(s) including combustible materials, flammable liquids and materials used in areas remote to other fire extinguisher equipment. 41 .6. 6 Backup Alarms. The CONTRACTOR shall operate and maintain backup alarms on all land based mobile construction equipment 24 hours per day unless specifically directed by the COUNTY. 41 . 7 Hurricane and Severe Storm Plan. The CONTRACTOR shall submit a Hurricane and Severe Storm Plan within ten ( 10) calendar days after the Notice of Award and prior to the pre- construction conference. This plan shall include but not be limited to the following: a. Types of storms possible (winter storm, tropical storm, hurricane, and tornado) . b. Time intervals before storms strike the project area when action will be taken and details of the actions to be taken. The plan should be specific as to what weather/wave conditions will require work shutdown, removal of dredge, etc. C . List of the equipment to be used on the job and its ability to handle adverse weather and wave conditions. d. List of safe harbors or ports and the distance from the work area to these harbors and the time required to move the equipment to these harbors or ports. Copies of letters of approval for the use of these safe harbors or ports (local authorities, U. S . Coast Guard, etc.) where applicable. e . Method of securing equipment in these safe harbors or ports . f. List of equipment to be utilized to make this move to safe harbors or ports (tug boats, work boats, etc. ), to include the name and horsepower of this equipment. The plan will TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS __ TS-43 include only equipment capable of making the move to safe harbors or ports in adverse weather or sea conditions . g. Methods of securing equipment not moved; i .e. , pipelines (floating or submerged), pumpout stations, etc. h. Plan of evacuation to include interim measures (i . e . , immediate reaction plans to be taken for all storm occurrences, particularly sudden/flash storms). i. Operating procedures to be undertaken when critical dredge equipment fails during sudden and severe adverse weather conditions, to include breaking of spuds, swing wires, anchor wires, or other mooring equipment or facilities. The CONTRACTOR shall continually monitor the NOAA marine weather broadcasts, and avail themselves of such other local commercial weather forecasting services as may be available. 42 . LOCAL INFORMATION 42. 1 Weather Conditions. The project area may be affected by tropical storms and hurricanes primarily from June through November, and by windy and/or rainy weather, including severe electrical storms, during any time of the year. The CONTRACTOR shall be responsible for obtaining information concerning rain, wind and wave conditions that could influence dredging and disposal operations prior to making a bid. The following publications contain climatological and meteorological observations and data for the project area: 42 . 1 . 1 Local Climatological Data Monthly Summary published by the National Oceanic and Atmospheric Administration (NOAA), Asheville, NC. Subscription price and ordering information available from the National Climatic Data Center. 151 Patton Ave. Customer Services Branch, Asheville, North Carolina 28802. This publication gives hourly wind speed and direction observations. The Annual Summary gives a summary of the observations for the period of record. 42 . 1 .2 United States Coast Pilot Atlantic Coast, Cape Henry to Key West published by NOAA. For sale by National Ocean Service and its agents. 42. 1 . 3 Summary of Synoptic Meteorological Observations: North American Coastal Marine Areas Atlantic and Gulf Coasts produced by Naval Weather Service, U. S. Department of Commerce and distributed by National Technical Information Service, U.S. Department of Commerce. 42 . 1 .4 Wave Information Studies of U. S . Coastlines, Hindcast Wave Information for the U. S . Atlantic Coast Wave Information for the U. S. Atlantic Coast is available at the Corps of Engineers, Jacksonville District Office, produced by the U. S . Army Corps of Engineers, Wave Information Study (WIS) from Station 16 reflects twenty (20) years of computer modeled wave data (from 1976 to 1995 ). The station is located TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS ; . . ' TS-44 approximately 22 miles east of Indian River County at 27 . 75 N 80.00W in approximately 148 feet of water. 42 . 1 .5 Harbor of Refuee. The nearest harbor of refuge is Ft. Pierce Inlet, which is located approximately 8 miles south of the north end of the project site. 42 . 1 .6 Access. Access to the beach and borrow area shall be as noted on the drawings and other locations approved by the COUNTY. Limits of beach access and staging areas shall be field-verified by the COUNTY. The CONTRACTOR shall review and comply with all local and State road and bridge limitations or restrictions. 42. 1 .7 Boat Traffic . Boat traffic in the vicinity of the project site and borrow area is likely to include pleasure boats, fishing boats and commercial vessels. 42 . 1 . 8 Navisation and Obstruction of Channels. The CONTRACTOR shall operate in full compliance with pertinent U.S. Coast Guard regulations and conduct the work in such a manner as to minimize any obstruction to navigation. If the CONTRACTOR's plant obstructs any navigation channel or endangers other vessels, the plant shall be promptly moved as necessary to afford a practicable passage of other vessels. Upon completion of the work, the CONTRACTOR shall promptly remove the plant, including ranges, buoys, piles and other marks or objects placed in navigable waters or on shore. 43 . DUNE VEGETATION 43 . 1 Native beach vegetation will be planted on 18-inch centers. The plants will be sea oats ( Uniola paniculata), and other appropriate coastal pioneer plants such as dune panic grass (Panicum amarum), railroad vine (Ipomoea pes-caprae), and dune sunflower (Helianthus debilis). Vegetation will be planted on the horizontal section of the constructed dune as illustrated in the plans, except at public and residential access points. At each such access point, a grass-free zone will be maintained. 43 .2 Based on the area of the horizontal section of the proposed dune (6. 17 acres), approximately 137,911 liner size plants will be required. This includes allowance for public and residential access points. The COUNTY will provide plans for the layout of plants within 90 days after construction start. The CONTRACTOR will determine the schedule and method of construction. All planting shall be completed within 30 days of the end of construction, unless the CONTRACTOR can demonstrate a delay to optimal planting season is beneficial. 43 . 3 Plant Materials. Plants used in the restoration project shall originate from the East Coast of Florida. All plants used in the project shall conform to Florida # I grade as listed in Grades and Standards for Nursery Plants, published by the Division of Plant Industry as to health and vitality, condition of foliage, root system, and freedom from pest or mechanical damage. Plants used in the project shall have been grown in a manner consistent with the natural habitat of the specific species. Plants that do not meet the above criteria shall be TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-45 rejected and shall not be incorporated into the work. Plants that have been rejected by the COUNTY shall be removed from the site by the CONTRACTOR at no cost to the COUNTY . 43 .4 Plants. For the purposes of this bid, the term "plant" refers to a hole into which at least 2 stems of an individual, viable, nursery grown plant of sea oats ( Uniola paniculata), dune panic grass (Panicum amarum), railroad vine (Ipomoea pes-caprae), and dune sunflower (Helianthus debilis) are installed. No other plant species will be accepted as substitutes under this bid. 43 . 5 Number of Seeds per Liner. The number of seeds placed in each liner will be determined through germination experiments by the CONTRACTOR such that deliverable, viable planting units with at least 2 emergent stems per liner are produced. Planting units with fewer than 2 viable stems will be rejected. 43 .6 Plant Size. Planting units shall be no less than 8 " , and no more than 16", in height, as measured from the top of the root ball to the apical meristem. Plants not meeting these size constraints will be rejected by the COUNTY. 43 . 7 Plant Age. Deliverable planting units shall be 90 days to 120 days old, as measured from the approximate time of germination. Planting units younger or older than this specification will be rejected by the COUNTY. 43 . 8 Planting Unit Depth. All planting units shall be installed at a minimum depth of 6", as measured from the top of the root ball to the sand surface. Plants not installed at or below this depth will be rejected by the COUNTY. 43 .9 Supervision of Planting. The CONTRACTOR shall provide at least one person who shall be present at all times during the installation of the dune vegetation, who shall be thoroughly familiar with the species being installed and the best methods for their installation, and who shall direct all work performed under this section. 43 . 10 Planting Methodology. The CONTRACTOR shall layout the work in 60-foot sections to ensure that the proper number of plants are planted in each section. The CONTRACTOR may attempt to achieve a natural look by not planting in straight rows and by modifying the spacing requirements t6" for up to 20% of the plants in each zone. 43 . 11 Fertilization. Each plant used in the restoration project shall be fertilized at the time of planting with a controlled slow release granular type fertilizer such as Osmocote 14- 14- 14 or an equivalent approved by the COUNTY. Application of the fertilizer shall be in accordance with the manufacturer's specifications. The fertilizer shall be incorporated and secured in the planting hole. 43 . 12 Irrigation. The CONTRACTOR shall supply adequate water for the establishment of all plantings. This establishment period shall commence at the initial planting/relocation of the vegetation and shall end 90 calendar days after acceptance of the vegetation work by the TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-46 COUNTY. The CONTRACTOR will be responsible for obtaining, paying for and applying all irrigation water used under this bid. Freshwater (potable only) shall be provided and applied to the planting zones using either a CONTRACTOR-installed irrigation system or a non-scouring spray applicator. It should be noted that size and weight limitations of vehicles operating on the beach and dune in the Project Area will be in effect subsequent to March 1 . CONTRACTOR shall specify means of watering to ENGINEER and OWNER as a component of the Operations and Environmental Protection Plans described in Sections 8 and 13 of these Technical and Environmental Specifications. 43 . 13 Inspections and Approvals. The COUNTY will conduct performance inspections of the dune plantings following the completion of the vegetation work in each reach and at the completion of the 90-day maintenance period. At the completion of the 90-day vegetation irrigation and maintenance period, the COUNTY shall conduct final inspection and approval of the plantings. During the inspection, the COUNTY shall verify that 90 % of all plantings are in a healthy growing condition. If the plantings do not meet these criteria, the CONTRACTOR shall be required to replace unhealthy or deceased plants as identified by the COUNTY. Once the COUNTY verifies that the final inspection criteria have been met, the COUNTY will submit final written acceptance of the plantings to the CONTRACTOR. 43 . 14 Success Criteria and Replanting 43 . 14. 1 Planting Unit Success Criteria. The success of the planting effort will be determined by the COUNTY approximately 90 days from the end of the plant installation using two measures : reach survival rate and planting unit survival pattern. The planting effort shall be deemed a success if both of the described criteria are met at the 90 % level. 43 . 14.2 Reach Survival Rate. A minimum survival rate of 90% of all plants installed over the reach as a whole shall be achieved. Plants will be considered to be surviving if they show clearly vigorous rhizomes and white, turgid roots, even in the absence of vital above-ground growth. 43 . 14.3 Survival Pattern. A minimum of 90 % of the planting zone width perpendicular to the shoreline shall be occupied by surviving planting units at all locations. For the typical 60-foot planting zone (92 plants per 60-foot section), a total of 87 surviving plants must be present within any 3 -foot wide perpendicular transect through the planting zone. This success criterion may be waived, at the discretion of the COUNTY, in areas where plant survival has been adversely impacted by unexpected pedestrian traffic. 43 . 14.4 Replanting of Planting Units. If any of the above success criteria are not met, as determined by the COUNTY, the CONTRACTOR shall replant with viable, and within specification, planting units in all areas considered to be deficient according to the planting unit success criteria. The replanting of planting units will be the sole responsibility of the CONTRACTOR and be completed at no cost to the COUNTY. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS ' ' TS-47 All warranty and survival provisions and requirements will apply to replanted planting units . 43 . 14. 5 Initial Planting Unit Survival. Planting units that do not survive for a minimum of 10 days after installation will be rejected and will not be considered eligible for payment. New, within-specification, planting units will be installed by the CONTRACTOR in the areas that do not survive for a minimum of 10 days. CONTRACTOR will be responsible for installing the new replacement planting units within 5 days of notification by the COUNTY that an area of initial planting units did not survive for 10 days. The replacement planting units will be considered eligible for payment as "original" planting units only after they have survived a minimum of 10 days from installation. 43 . 15 Maintenance. The CONTRACTOR shall maintain and irrigate all plantings, starting at the time of plant installation or relocation, and continuing for 90 calendar days after the COUNTY has provided written acceptance of the vegetation work. In addition to irrigation, maintenance shall include all weeding, cultivation, fertilization, spraying, adjustment of bracing, staking or pruning necessary to keep plants in a healthy and vigorous growing condition. At the end of the CONTRACTOR'S maintenance period, the CONTRACTOR shall provide the COUNTY with written instructions as to the maintenance activities (i.e. , irrigation, control of exotic/non-native plants) that will be required to maintain the plantings in a healthy growing condition. 43 . 16 Environmental Permits and Turtle Protection. The CONTRACTOR shall comply with all marine turtle protection requirements as specified by the permits. 44. RESTORATION OF ACCESS AND STAGING AREAS The CONTRACTOR shall submit a Construction Access and Staging Area Restoration Plan to the COUNTY and ENGINEER for review and approval prior to the Pre- Construction Meeting. The Plan shall address CONTRACTOR measures to protect the beach access areas designated in the Contract Drawings, and shall propose the measure of restoration at each designated access to meet or exceed the lines, grades and extent of beach/dune vegetation which are in place at the time of CONTRACTOR mobilization to the Project Site. All provisions in Sections 43 . 1 , 43 .3 , 43 .4 through 43 .9, and 43 . 12 through 43 . 16 shall apply to the restoration of the Construction Access Areas designated in the Contract Drawings. The CONTRACTOR shall additionally propose measures to limit damage to the pavement, striping, signage and all improvements present in the Construction Staging Area designated in the vicinity of R-3 . 5. CONTRACTOR shall restore the pavement to an equal or better condition upon completion of the work and demobilization of equipment, facilities, vehicles, and crew from the work area. - All restoration work shall be included in the Site Restoration Bid Item. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS _ TS-48 45 . PERMIT RESPONSIBILITIES The divisions of major permit responsibility between CONTRACTOR and the COUNTY/ENGINEER are summarized below : COUNTY, CONTRACTOR ENGINEER, or ENVIRONMNTAL CONSULTANT I Marine turtle nest survey and relocation X 2 Marine turtle construction practices X X 3 Turbidity monitoring, reporting, and compliance 4 Escarpment survey and leveling (post- X construction 5 Sand compaction testing and tilling (post- X construction 6 Post-construction borrow area bathymetry X surveys 7 1 Permit compliance X X 46. DIVING PLAN The CONTRACTOR shall submit as part of his written plan for Quality Control as required in Section 40, a diving plan whether or not diving is planned as a part of the operations . The intent of this requirement is to assure safe diving and particularly when emergencies, marine maintenance, or underwater problems occur requiring diving. Additionally, the CONTRACTOR is to determine that placement of spuds, anchors, pipes, etc . will not impact hardbottom communities; this determination may only be adequately satisfied by diving . All diving shall be conducted in accordance with the requirements of the following documents : (a) U.S . Navy Diving Manual, Volume I and II (NAVSEA 0994-LP-001 -9010 and NAVSEA 0094-LP-001 -9020). (b) U.S. Army Corps of Engineers' Safety and Health Requirements Manual, EM 3851 - 1 . Section 30. (c) U.S. Army Corps of Engineers, Jacksonville District Regulation CESAJR 385- 1 - 1 , Appendix P, "Contract Diving Operations. " (d) 29 CFR, Part 1910, Subpart T, OSHA Regulations. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS _ TS-49 The Dive Operations Plan is to include all the items specified in paragraph 30.A. 13 of EM 385- 1 - 1 . This plan shall contain information specific to the diving operations to be performed. Submission of the plan does not constitute an endorsement on the part of the COUNTY or ENGINEER that the CONTRACTOR's diving procedures are safe. The plan is intended to provide a method by which the CONTRACTOR demonstrates an awareness of, and proposed adherence to, Federal diving standards. 47 . DELAYS AND EXTENSIONS OF TIME 47. 1 No Damages For Delay. The CONTRACTOR shall not be entitled to, and hereby waives, an increase in the Contract Sum, or payment or compensation of any kind from the COUNTY for direct, indirect, consequential, compensatory, impact, or other costs, expenses, or damages, including, but not limited to, lost profits, overhead (howsoever determined), increased insurance costs, loss ofbonding capacity, lost profits on alternate or unperformed contracts, or home office expense, which it may suffer by reason of delay, disruption, interference or hindrance from any cause whatsoever to the commencement, performance, or completion of the Work under this Contract, whether such delay, disruption, interference, or hindrance be reasonable or unreasonable, foreseeable or unforeseeable, or avoidable or unavoidable. The CONTRACTOR hereby acknowledges, agrees, and affirms that it shall be entitled to extensions of the Contract Time as the sole and exclusive remedy resulting from any such delay. 47 .2 Notice of Delay. The CONTRACTOR must request the extension of time in writing and must provide the following information within the time periods stated hereinafter. Failure to submit such information, and in compliance with the time requirements hereinafter stated, shall constitute a waiver by the CONTRACTOR and a denial of the claim for extension of time : 1 . Nature of the delay or change in the Work; 2. Dates of commencement and cessation of the delay or change in the Work; 3 . Activities on the current progress schedule affected by the delay or change in the Work; 4. Identification and demonstration that the delay or change in Work affects the progress schedule; 5 . Identification of the source of delay or change in the Work; 6. Anticipated extent of the delay or change in the Work; and 7. Recommended action to minimize the delay. 47.3 Time of Notice. The CONTRACTOR shall not be entitled to any extension of time for delays resulting from any cause unless it shall have notified the COUNTY and the ENGINEER in writing within twenty-four (24) hours after the commencement of such delay or 96 hours of knowledge of a potential delay, whichever is earlier. In any event, within five (5) calendar days of commencement of the delay, the CONTRACTOR shall provide in writing the information set forth herein above. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-50 47 .4 Extensions of Time. The CONTRACTOR will be allowed, if it applies for an extension in the notice of delay, an extension of time beyond the time specified for completion of the Project in the Notice to Proceed, proportionate to such delay, within which to complete the Project within the time limitations contained in the Project permits. Any extensions of time for delays are subject to Permit conditions. ^, Permit Time Extensions. Permits for the project specifically restrict construction activities to occur outside of sea turtle nesting season. If construction is not completed within the time frame of the permits, the COUNTY may seek permit modifications to allow construction past permit deadline for construction completion. TECHNICAL AND ENVIRONMENTAL SPECIFICATIONS TS-51 COMPOSITE EXHIBIT `B" CHANGE ORDERS # I AND # 2 INDIAN RIVER COUNTY, FLORIDA CHANGE ORDER NO. 1 PROJECT: SECTOR 7 BEACH RESTORATION - SECTORS 1 & 2 CON TRACTOR : GREAT LAKES DREDGE AND DOCK CO . 2122 YORK ROAD OAK BROOK, IL 60523 DATI E OF ISSUANCE: 3126/07 ITEM DESCRIPTION OF CHANGE QUANT. UNIT PREVIOUS UNIT NEW UNIT PRICE PRICE NO. PRICE PRICE INCREASE DECREASE 1 MOBILIZATION/DEMOBILIZATION 1 LS $373, 590.00 $751 , 820.00 $378 ,230, 00 INLET SAND SOURCE 2 DREDGE AND FILL 100,000 CY $6.77 $26.02 $ 1 ,925,000.00 INLET SAND SOURCE 7 DREDGE STANDBY TIME 1 LS $0.00 $243,165.00 $ 243,165.00 FOR TURBIDITY COMPLIANCE INLET SAND SORCE (Not to exceed 100 hours) TOTAL .INCREASUDECREASE IN CONTRACT PRICE $2,546. 395.00 NET CHANGE IN CONTRACT AMOUNT $2, 546. 395.00 CURRENT CONTRACT PRICEITIME AS ADJUSTED BY PREVIOUS CHANGE ORDERS $13,991 ,302.15 NET CHANGE IN CONTRACT PRICEITIME DUE TO THIS CHANGE ORDER $2,546 , 395. 00 NEW CONTRACT PRICEITIME INCLUDING THIS CHANGE ORDER $16,537,697.15 NEW CONTRACT COMPLETION DATE 1 -May-08 Change Order FNo*wzn woom AENDATION I hrroa m dfoabe chwwoa. TheyMMceosry to salwectaiq rnaplela tha Codrad. The prim chango m ressonsW and I rammnradthd On d•nWe be made. ENONEER DATE APPLIED TECHNOLOGY AND MANAGEMENT CONTRACTORS APPROVAL I thdlmaboveclwgssto =WCw&mtlawcMb6aWei Spa IN 19 for to prim downs 7 CaptRACTORDATE A�IZ�O7 GREAT LAKES DREDGE AND DOCK CO. INDIAN RNIER COUNTY BOARD OF COUNTY COMMISSIONERS Gary C. Wheeler, Chairman Date Annt Jetiwy K Sartan, Clark of Cowt Joseph A Baird, County Admi;Waitor Change Order 1 INDIAN RIVER COUNTY, FLORIDA CHANGE ORDER NO. 2 PROJECT: SECTOR 7 BEACH RESTORATION - SECTOR 7 CON TRACTOR: GREAT LAKES DREDGE AND DOCK CO . 2122 YORK ROAD OAK BROOK, IL 60523 DATI E OF ISSUANCE: 3126/07 ITEM DESCRIPTION OF CHANGE QUANT. UNIT PREVIOUS UNIT NEW UNIT PRICE PRICE PRICE PRICE INCREASE DECREASE NO. 6 HOPPER DREDGE STANDBY TIM 5 Day $0. 00 $69,524. 00 $347,620.00 SECTOR 7 SEGMENT ONE DREDGE ON SITE 7 HOPPER DREDGE STANDBY TIM 5 Day $0.00 $87,751 .00 $ 438,755.00 SECTOR 7 SEGMENT TWO DREDGES ON SITE =:.TOTAL INCREASE/DECREASE IN.:CONTRACT PRICE $786, 375.00 NET CHANGE IN CONTRACT AMOUNT $786 ,375. 00 CURRENT CONTRACT PRICERIME AS ADJUSTED BY PREVIOUS CHANGE ORDERS $16,537,697.15 NET CHANGE IN CONTRACT PRICERIME DUE TO THIS CHANGE ORDER $786, 375 . 00 NEW CONTRACT PRICEITIME INCLUDING THIS CHANGE ORDER $17,324,072.15 NEW CONTRACT COMPLETION DATE 1 -May-08 Change Order I have m w&wd are above ctmpm Ttay ere necasmy to asldedmsyomVide theConh■a The prka Mmgea aro rwamable .rd I repowowd dw ea clargs be made. ENGWER DATE APPLIED TECHNOLOGY AND MANAGEMENT CONTRACTORS APPROVAL 1 w" thatthe abom dwww nark Contrua in acmrdanra wM Spedlkaapa for to pdcO Cbplpet saaaNc>ery /f!/ �411�2:z CONTRACTOF DATE GREAT LAKES DREDGE AND DOCK CO INDIAN RIVER COUNTY BOARD OF COUNTY COMMISSIONERS Gary C. Wheeler, Cheimen Date Attest Jeffery K Barton, Clark of Court Joseph & Bahl, Courtly Admiirctramr Charge Order 2