Loading...
HomeMy Public PortalAboutLTC 180-2017 Scheduled Army Corps of Engineers Beach Sand Placement Project - November 2017 to January 2018BAL HARBOUR - VILLAGE - OFFICE OF THE VILLAGE MANAGER LETTER TO COUNCIL NO. 180-2017 To: Mayor Gabriel Groisman and Members of the Village Council From: Jorge M. Gonzalez, Village Manager Date: November 3, 2017 G Subject: Scheduled Army Corps of Engineers Beach Sand Placement Project - November 2017 to January 2018 The purpose of this Letter to Council (LTC) is to transmit to you additional information obtained after the October 24, 2017 Village Council meeting when this issue was discussed. As previously stated, the Village received a letter dated August 28, 2017 that was forwarded from the office of Congresswoman Debbie Wasserman Schultz. The letter received from Mr. James C. Dalton P.E., Director of Civil Works, the United States Department of the Army, U.S. Corps of Engineers, provided information related to a planned maintenance -dredging project in the area of the Baker's Haulover inlet. The letter is attached for your reference (See Attached). A summary of the project details contained within the letter is provided below: • In March of 2017, the U.S. Army Corps of Engineers (Corps) performed emergency dredging of the Baker's Haulover reach of the Intracoastal Waterway (IWW), removing approximately 8,100 cubic yards of material from the IWW with placement of that material in the nearshore along Bal Harbour Beach; This event cleared an emergency shoal in the federal navigation channel. • On July 21, 2017, the Corps issued a solicitation for a contract for a larger maintenance -dredging event at Baker's Haulover, reach of the IVVVV with beach placement of the dredged material. Construction is scheduled to start in December 2017. The material dredged from the Baker's Haulover reach of the IWW is beach quality material and compatible for the beaches in Miami -Dade County. The Corps anticipates that approximately 35,000 to 40,000 cubic yards of beach quality material will be dredged with placement along Bal Harbour Beach starting 1,000 feet south of the Haulover Inlet at State Florida R -monument R-28 and running 1,000 feet south to R-29. LTC 180-2017: Scheduled Army Corps of Engineers Beach Sand Placement Project - November 2017 to January 2018 Page 2 of 2 On November 1, 2017, Parks and Public Spaces Director John Oldenburg attended a preconstruction meeting for this project with representatives of the U.S. Corps of Engineers, Miami Dade County, the Florida Department of Environmental Protection, the project contractor, Cavache, Inc. and their sub -contractors. During the meeting, we received a presentation detailing the project, which is attached for your review (See Attached). As in previous sand placement dredging projects, performed along Bal Harbour Beach, a eighteen inch (18") pipe line will be placed from the water dredging equipment across the jetty and running south along the eastern edge of the dune. Sand will be deposited and spread starting approximately one thousand feet (1000) from the jetty for approximately one thousand two hundred feet (1200) to the south. The jetty and adjacent dune crossovers will remain open to the public. However, during the sand deposit and placement activities, sections of the beach will be closed to the public using security fencing. The tentative dates subject to required contractual submittals for this project are as follows: • Beginning of mobilization at beach location: As early as November 13, 2017. • Beginning of dredge mobilization: As early as November 10, 2017. • Beginning of dredging operations: As early as November 18, 2017. • Estimated completion date: January 25, 2018. Due to the aforementioned time constraints, the project will be in operation seven (7) days a week, twenty-four (24) hours per day. Additionally, during the meeting it was made clear that it was not possible to delay the project until after the holiday season due to budget and other contractual time constraints. The Bal Harbour Police Department will coordinate the safety aspects of the project with the contractor performing the work. I have requested that a representative of the Army Corps of Engineers attend the November 21, 2017 Village Council meeting to provide additional details and answer questions. I am currently awaiting their confirmation and I will provide additional information as I receive it. If you have, any questions please feel free to contact me directly. JMG/JO DEPARTMENT OF THE ARMY U.S. ARMY CORPS OF ENGINEERS. 441 G STREET, NW WASHINGTON, DC 20314-1000 AUG 2 8 2017 The Honorable Debbie Wasserman Schultz United States Representative 777 Sawgrass Corporate Parkway Sunrise, Florida 33325 Dear Representative Wasserman Schultz: This is in response to your inquiry dated June 21, 2017, which forwarded correspondence from your constituent, Ms. Karen Dubrofsky, concerning the beach erosion on the shores in the Village of Bal Harbour, located in Miami -Dade County, Florida. Ms. Dubrofsky expressed concern about the potential for damage to the sea oats and other vegetation if immediate action was not taken to address the erosion. In March of 2017, the U.S. Army Corps of Engineers (Corps) performed emergency dredging of the Baker's Haulover reach of the Intracoastal Waterway (IWW), removing approximately 8,100 cubic yards of material from the IWW with placement of that material in the nearshore along Bal Harbour Beach. This event cleared an emergency shoal in the federal navigation channel. On July 21, 2017, the Corps issued a solicitation for a contract for a larger maintenance dredging event at Baker's Haulover reach of the IWW with beach placement of the dredged material. Construction is scheduled to start in December 2017. The material dredged from the Baker's Haulover reach of the IWW is beach quality material and compatible for the beaches in Miami -Dade County. The Corps anticipates that approximately 35,000 to 40,000 cubic yards of beach quality material will be dredged with placement along Bal Harbour Beach starting 1,000 feet south of the Haulover Inlet at State Florida R -monument R-28 and running 1,000 feet south to R-29. Thank you for your interest in the Corps Civil Works program. I hope this response has adequately addressed your concerns and questions related to this matter. If you have additional questions, please contact me or your staff may contact Ms. Stacey Brown, Deputy Chief, South Atlantic Division Regional Integration Team, at (202) 761-4106. Sincerely, J. es C. Dalton, P.E. Director of Civil Works Proposed Work Plan This project requires the dredging of approximately 38,000 cubic yards (CY) of beach compatible fill from the IWW Channel in the Vicinity of Bakers Haulover Inlet, Cuts DA -9 to 10 feet required Depth with a 2 feet allowable over depth. Dredge spoil shall be pumped just south of the inlet onto Bal Harbor Beach. The Beach fill distance is approximately 1000 of embankment. The intent is to fill the beach from the north to the south. The IWW DA -9 cut station 23+00 to Station 55+00 is located just west of the Baker Haulover Inlet. It covers an area of approximately 3,200 linear foot of IWW by a 125 foot deep cut bottom. Dredging is to a depth of -10 feet MLLW (project depth of -10 feet and -2 foot allowable over dredge). The Intracoastal Waterway DA -9 cut is in the Vicinity of Bakers Haulover Inlet. Maintenance Dredging is located just west of the A 1A Bal Harbour Causeway Bridge. Dredging is to a depth of -10 feet MLW with an allowable 2 foot over dredge. Cavache shall use a barge for water side staging and will keep a small cargo trailer on the beach fill area for storing project materials. This small cargo trailer will be moved along with dredge discharge operations and during the night shifts when not required shall be moved off site. Construction Supervised by: US Army Co rps of Engineers Jacksonville District Spo nsored by 1 Intracoastal Waterway Jackson ville to Miami, Florida 10 -Foot Pr oject, Vicinity of Bakers Haulover Inlet Dade County, Florida Contractor: CAVACHE INC Pompano Beach, Fl Safety is a Job Requirement Intracoastal Waterway Jacksonville to Miami, Florida 10 -Foot Project, Vicinity of Bakers Haulover inlet Dade County, Florida CAVACHE INC. Pompano Beach, Florida This Project Started Days since last lost time accident Total lost time injuries 10-11-17 Manatee Harbor, Maintenance Dredging, 40 -Foot Project, Entrance Channel, Turning Basin and Berthing Areas N++IU f tzar CP1M.4* Rl Pa 'Huai lir Harbor. mganuar aprto oravigiv, 4(FFdirtRoom Errrroa s 'riraar. Turrarrp AMP! arW lie.rNrirtp "Ifni A4malao Cewrar, Flauda CAVACHEINC Pompano Beach. Fionae 10-28-14 ��'l,�i/ Si L. Introduction: Construction Project Signs EP 310-1-6a 01 Jun 06 The use of signs to identify Corps managed or supervised design, construc- tion, and rehabilitation projects - both for military and civil works - is an important part of efforts to keep the public informed of Corps work. For this purpose, a construction project sign package has been adopted. This package consists of two signs: one for project identification and the other to show on-the-job safety performance of the contractor. These two signs are to be displayed side by side and mounted for reading by passing viewers. Exact placement location will be designated by the contracting officer's representative. The panel sizes and graphic formats have been standardized for visual consistency throughout all Corps operations. Panels are fabricated using HDO plywood or aluminum with dimensional lumber uprights and bracing. The sign faces are nonreflective vinyl. All legends are to be die -cut or computer - cut in the sizes and typefaces specified and applied to the white panel back- ground following the graphic formats shown on pages 16-2 and 16-3. The Communication Red panel on the left side of the construction project sign with Corps Signature (reverse version) is screen -printed onto the white back- ground. A display of these two signs is shown on the following two pages. Mounting and fabrication details are provided on page 16-4. Special applications or situations not covered in these guidelines should be referred to the district Sign Program Manager. 16-1 EP 310-1.6a 01 Jun 06 Construction Project Identification Sign Below are two samples of the Construc- tion Project Identification sign showing how this panel is adaptable for use to identify either military (top) or civil works projects (bottom). The graphic format for this 4'x 6' sign panel follows the legend guidelines and layout as specified below. The large 4'x 4' section of the panel on the right is to be white with black legend. The 2'x 4' section of the sign on the left Legend Group 1: One- to two-line description of Corps relationship to project. Color. While Typeface: 1.25" Helvetica Regular Maximum line length: 19" Legend Group 2: Division or District Name (optional). Placed below 10.5' reverse Signature (6" Castle). Color: White Typeface: 1.25" Helvetica Regular Legend Group 2a: One- to three -line identifica- tion of Military or Civil Works sponsor (optional). Place below Corps Signature to cross -align with Group 5a -b. Color: White Typeface: 1.25" Helvetica Regular Maximum line length: 19" Legend Group 3: One- to three -line project title legend describes the work being done under this contract. Color: Black Typeface: 3" Helvelica Bold Maximum tine length: 42" Legend Group 4: One- to two-line identification of project or facility (civil works) or name of sponsoring department (military). Color: Black Typeface: 1.5" Helvetica Regular Maximum line length: 42" Cross -align the first line of Legend Group 4 with the first line of the Corps Signature (US Army Corps) as shown. Legend Groups 5a -b: One- to Five -line identification of prime contractors including: type (architect, general contractor, etc.), corporate or firm name, city, state. Use of Legend Group 5 is optional. Color: Black Typeface: 1.25" Helvetica Regular Maximum line length: 21" All typography is flush left and rag right, upper and lower case with initial capitals only as shown. Letter- and word -spacing to follow Corps standards as specified in Appendix D. with the full Corps Signature (reverse version) is to be screen -printed Commu- nication Red on the white background The designation of a sponsor in the area indicated is optional with Military or Civil Works construction signs. Signs may list one sponsoring entity. if agreement on a sponsor designation cannot be achieved, the area should be left blank. 4.5" 2' 6.25" 10.5" 2.5' Sign Type CID -01 3" li 3' II This sign is to be placed with the Safety Performance sign shown on the following page. Mounting and fabrication details are provided on page 16-4. Special applications or situations not covered in these guidelines should be referred to the district Sign Program Manager. 42" 3" n Fire Station Langley Air Force Base, Virginia Architects: Williams -Russell & Associates Atlanta, Georgia Consulting Engineer. Fenwick Associates, Inc. Athena, Georgia II 3' • Legend Panel Size (A) Size various 4'x6' 21' If 21" 2" Expansion of Fish Hatchery Bonneville Lock and Dam Contractor: Will Construction Co. Portland, Oregon Consulting Engineer: International Engineering Company Inc. Dallas, Texas Post Specification Mounting Size Code Height 4'x4" HDO-3 48' 6" 4.5" 4.5,' 6" 2.25" 9.5" 1.875' 1.875" 1.875" 1.875" 7.75" Color Bkg/Lgd WH-RD/BK 16-2 Safety Performance Sign EP -3-10-1-6a 01 Jun 06 Each contractor's safety record is to be posted on Corps managed or supervised construction projects and mounted with the Construction Project Identification sign specified on page 16-2. The graphic format, color, size and type- faces used on the sign are to be repro- duced exactly as specified below. The Legend Group 1: Standard Iwo -line title 'Safety is a Job Requirement" with 8' (outside diameter) Safety Green first aid logo. Color: To match PanIone system 347 Typeface: 3" Helvetica Bold Color: Black Legend Group 2: One- to two-line project title legend describes the work being done under this contract and name of host project. Color: Black Typeface: 1.5" Helvetica Regular Maximum line length: 42" Legend Group 3: One- to two-line identifica- tion: name of prime contractor and city, state address. Color: Black Typeface: 1.5" Helvetica Regular Maximum line length: 42" Legend Group 4: Standard safety record captions as shown. Color: Black Typeface: 1.25" Helvetica Regular Replaceable numbers are lo be mounted on white .060 aluminum plates and screw - mounted to background. Color: Black Typeface: 3" Helvetica Regular Plate size: 2.5" x 4.5" All typography is flush left and rag right, upper and lower case with initial capitals only as shown. Letter- and word -spacing to follow Corps standards as specified in Appendix D. title with First Aid logo in the top section of the sign, and the performance record captions are standard for all signs of this type. Legend groups 2 and 3 below identify the project and the contractor and are to be placed on the sign as shown. Safety record numbers are mounted on individual metal plates and are screw - 6" 4.5' 10.5' 2.25' 3" 2.25' 3' 4.875" 4.875' 6.75" Sign Type CID -02 3' 33.030" mounted to the background to allow for daily revisions to posted safety perfor- mance record. Special applications or situations not covered in these guidelines should be referred to the district Sign Program Manager. 11 8' eq. 1 1 Safety is a Job Requirement Public Use Area Develoment, Stage N Osage River Basin Pacific Marine Construction Corporation Galveston, Texas This project started Days since lass lost time accident Total lost time Injuries 8-3-99 1J1TI 3' Legend Size (A) various 42' Panel Post Specification Size Size Code 4'x4' 4"x4" HDO-3 1 3" 4.875" .75" 4.875" 4.5,, 3,, Mounting Height 48' Color Bkg/Lgd WH/BK-SG .75" 3" 2.25' 2.25' 2.25' 2.25° 1 1 1 f 0 1 0 0 0 6 0 2 75" 0 0 0 16-3 EP 310-1-6a 01 Jun 06 Fabrication and Mounting Guidelines All Construction Project Identification signs and Safety Performance signs are to be fabricated and installed as de- scribed below. The signs are to be erected at a location designated by the contracting officer representative and shall conform to the size, format, and typographic standards shown on pagesl6-2 and 16-3. Detailed specifica- The sign panels are to be fabricated from .75" High Density Overlay Plywood. Panel preparation to follow HDO specifications provided in Appendix B. Sign graphics to be prepared on a while nonrefleclive vinyl film with positionable adhesive backing. Ali graphics except for the Communication Red background with Corps Signature on the project sign are to be die -cut or computer -cut nonreflective vinyl, prespaced legends prepared in the sizes and typefaces specified and applied to the background panel following the graphic formats shown on pages 16-2 and 16-3. The 2'x 4' Communication Red panel (to match Pantone system 032) with MI Corps Signa- lure (reverse version) is to be screen -printed on the white background. Identification of the district or division may be applied under the signature with white cul vinyl letters prepared to Corps standards. Drill and Insert six (6) .375" T -nuts from the front face of the HDO sign panel. Position holes as shown, Flange of T -nut to be flush with sign face. Apply graphic panel to prepared HDO plywood panel following manufacturers' instructions. Sign uprights to be structural grade 4" x 4" treated Douglas Fir or Southern Yellow Pine, No.1 or better. Post to be 12' long. Drill six (6) .375" mounting holes in uprights to align with T -nuts in sign panel. Countersink (.5") back of hole to accept socket head cap screw (4" x .375"). Assemble sign panel and uprights. Imbed assembled sign panel and uprights in 4' hole. Local soil conditions and/or wind loading may require bolting additional 2" x 4" struts on inside face of uprights to reinforce installation as shown. Lions for HDO plywood panel preparation are provided in Appendix B. Shown below the mounting diagram is a panel layout grid with spaces provided for project information. Photocopy this page and use as a worksheet when preparing sign legend orders. For additional information on the proper method to prepare sign panel graphics, contact the district Sign Program Manager. 48' 48" 18" Construction Project Identification Sign Legend Group 1: Corps Relationship 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2. / 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Legend Group 2: Division/District Name 1. 1 1 1 1 1 2. 1 1 1 1 I 1 1 1 1 1 r 1 1 1 1 1 1 1 1 11 1 I 1 1 1 1 1 1 1 1 1 1, 1 1 1 1 1 1 1 Legend Group 3: Project Title 1 1 1 1 2 t 1 1 1 1 1 1 1 1, 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1] 1 1 1 1 1 1 3 1 1 1 6 1 1 1 1 1 1 1 1 7 1 1 1 1 1 1 Legend Group 4: Facility Name Legend Group 2a: Military/Civil Works Sponsor 11 1 2. 1 1 11 1 1 11 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 1 1 1 1 1 1 1 1 t t 1 1 1 1 1 1 1 1 1 11 1 1 1 1 L Legend Group 5: ContractorlA&E 1. 2. 3. 4. 5. 1 11 1 1 1 1 I 1 11 11 11 T 11 11 I I r I 1 1 I I r 1 I 1 I I t I Safety Performance Sign Legend Group 2: Project Title 1 1 I I 1 1 1 1 11 11 I 1 r I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1/ 1 1 1 1 1 1 1 1 1 1 1 1 1 1! 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Legend Group 5b: Contractor/A&E 1 1 1 1 1 11 1 11 1 1 1 2. 1 1 1 1 1 1 1 1 1 3 11 1 11 [ 1 1 1 4 4 1 1 1 1 1 1 1 1 1 5 1 1 1 1; I I IF 1 1 1 1 1 1 1 1 1 L 1 1 1 1 1 1 1 1 1 1 1 r 1 1 1 1 1 I. 1 1 1 1. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 11 1 Legend Group 3: Contractor/A&E 1 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 x 1 1 1 1 1 1 16-4