HomeMy WebLinkAboutShoreline Monitoring ProgramELIZABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CLERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS
ADOPTED BY SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD
ON FEBRUARY 3, 1998:
RESOLVED that the Town Board of the Town of Southold hereby
authorizes and grants permission to Offshore 8 Coastal Technologies,
Inc., 510 Spencer Road, Avondale, Pennsylvania, to drive vehicles
along the Long Island Sound beach from the westerly Southold Town line
to Horton's Point, as part of the Shoreline Monltor[ng Program for the
Coastal Erosion Study, funded by New York State Department of State.
Southoid Town Clerk
February I1., 1998
· W, ABETH A. NEVILLE
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CI,ERK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE
ADOPTED AT REGULAR MEETING OF
HELD ON JULY 7, 1998:
FOLLOWING RESOLUTION WAS
THE SOUTHOLD TOWN BOARD
RESOLVED that the Town Board of the Town of $outhold hereby authorizes
Supervisor Jean W. Cochran to sign an Agreement with Offshore ~, Coastal
Technologies, Inc., to conduct the second year of the shoreline monitoring
study, as part of the Town of Southold Erosion Mitigation Plan (Goldsmith
Inlet Study), subject to the approval of the Town Attorney.
Southold Town Clerk
July 8. 1998
TOWN COPY
AGREEMENT
THIS AGREEMENT made this 8th day of December, 1999, between the TOWN OF
SOUTHOLD, a municipal corporation of the State of New York, having its
office and principal place of business at 53095 Main Road, Southold, New York 11971
hereinafter called the "Town" and Offshore & Coastal Technologies, Inc. - East Coast,
P.O. Box 1368, Chadds Ford, Pennsylvania 19317, herein after called the "Contractor".
WHEREAS, the Town of Southold did heretofore request a~d receive a proposal from
the Contractor to provide a shoreline change analysis and modeling from Duck Pond
Point to Horton Point, Southold, for forty nine thousand, five hundred dollars ($49,500.)
and
WHEREAS, the Town of Southold accepted the proposal of the Contractor on the 23rd
day of November, 1999
NOW, THEREFORE, IT IS AGREED AS FOLLOWS:
1. The Contractor does hereby agree to perform all the work required to complete the
shoreline change analysis and modeling in accordance with the attached proposal
annexed hereto and made part of this contract.
2. The Town does hereby agree to pay the Contractor for the work, the total sum of
forty nine thousand five hundred dollars ($49,500.). The total sum is to be paid to the
Contractor within forty-five (45) days of the completion of the said work and the
acceptance thereof by the Town.
3. The Contractor shall secure and maintain such insurance that will protect him/her
from claims under the Worker's Compensation Acts and from claims for bodily injury,
death or property damage which may arise from the performance of his/her services
under this Agreement, in limits of $1,000,000. and $2,000,000. aggregate liability for
bodily injury and property damage. The Contractor shall indemnify and hold harmless
the Town from and against all suits, claims, demands or actions for any injury sustained
or alleged to be sustained by any pa~'ty or parties in connection with the alleged
negligent performance or negligent performance by the Contractor, his employees or
agents or any subcontractor and in case of any such action brought against the Town,
the Contractor shall immediately take charge of and defend the same at his own cost
and expense. In addition, the Contractor will name the Town as an additional insured
on any applicable policies.
IN WITNESS WHEREOF, the parties hereto have set their hands and seals the day and
year first above written.
Town of Southold
By~'~
J~edn W. Cochran, Supervisor
By Offshore~& ~c' . East Coast
OFFSHORE & COASTAL TECHNOLOGIES, INC. - EAST COAST
Engineering for the Marine Environment
P.O. Box 1368
Chadds Ford, Pennsylvania 19317
Tel: (610) 361-0424 Fax: (610) 361-0425
Proposal to Provide Shoreline Change Analysis and Modeling
Duck Pond Pt to Horton Pt.
Offshore & Coastal Technologies, Inc. proposes to perform a project that utilizes
shoreline change data and survey data collected by the Town of Southold, New York, in order to
develop a shoreline response numerical model. The geographic extent of the analysis and
modeling will extend from Duck Point Point to Horton Point within the Town limits of Southold
The resulting numerical model will be calibrated and verified, and then applied to three
engineering modifications to the shoreline and/or structures along the Town shoreline.
Task 1. Establishment of inputs: shorelines and wave climate.
Analysis of historic shorelines and profile data will be performed to delineate coastal
processes, effects of engineering modifications, and other relevant works, such as beach fills,
dredging, etc. Prior work by Aubrey Consulting, Inc. (ACI) will be used as a basis for coastal
engineering interpretation.
The following shoreline files compiled by ACI are available for assessment and calibration:
May 12, 1955; April 1, 1964; April 1, 1969; April 6, 1976; Mar 24, 1980; April 5, 1993; April 13,
1998.
The Town of Southold has an additional set of photographs that will be digitized and a
shoreline will be developed consistent with other data sets developed by ACI for the Town in the
past. Other bathymetric change work will also be incorporated as found to be available and
relevant.
Products: Identification of important sources and sinks of material, erosion/deposition patterns,
estimates of rates/boundary conditions for modeling, identification of shoreline change modeling
domains, assessment of impacts of inlets and structures, and preliminary sediment budget. OCTI
will provide a best estimate of the range of transport rates bypassing the jetty and/or being
shunted offshore.
Cost: $19,500.
Task 2. Develop wave input for 1988 (or the date of the newly located aerial photos) to1998
using hindcasted winds and spectral wave model.
Cost: $8,000
Proposal to Provide Shoreline Change Analysis and Modeling
Duck Pond Pt to Horton Pt.
(continued)
Task 3. Calibrate shoreline change model from 1988 to 1993 period and validate from 1993 to
1998 period using the shorelines and waves.
Cost: $12,000
Product: a database of wave data at 0.5 nmi increments in 4m water depth; Shoreline change files
plotted on basemap information (planimetric mapping or digital photography) provided by the
Town. Note that some areas will be validated more accurately than others because of limitations
of the model, availability of data, etc. These will be clearly described in the report
Task 4. Reiterate the sediment budget using model results. This includes revising the sediment
budget to reflect the refinements developed through application of the GENESIS model.
Cost: $2,000
Task 5. Extend the calibrated model to examine theoretical engineering changes to the area.
Extrapolate proposed engineering changes to the shoreline. OCTI will perform 3 sets of model
alternatives changes and produce plots on the basemap developed above.
The model will be able to simulate shorter structures once it is calibrated and processes are
appropriate for analysis. The three alternatives identified for modeling are:
1. Shorten Goldsmith Inlet jetty enough to fully restore bypassing, remove all structures at Bittner
and Lockman properties necessary to fully restore littoral drill, and add 280,000 cubic yards of
sand from the east side of Peconic Dunes Day Camp (Suffolk County Parks) to the east side of
Kenney's Beach Town Park (Town of Southold Parks).
2. No shortening of Goldsmith Inlet jetty, remove Bittnor and Lockman structures and add beach
nourishment as in 1., above.
3. Shorten Goldsmith Inlet jetty by one half its present length, install low-profile groin to help
stabilize beach on west side of jetty (prefilled), remove Bittnor and Lockman structures as in 1.
above, and a 580,000 cuyd beach nourishment as in 1., above.
Cost: $8,000
4. If additional alternatives are identified they can be simulated at a cost of $3,000 per alternative.
Proposal to Provide Shoreline Change Analysis and Modeling
Duck Pond Pt to Horton Pt.
(continued)
Costs include an initial organization meeting at Southold Town Hall, twenty (20) draft final report
copies, a presentation of results at Southold Town Hall, response to comments received within
two weeks after the presentation, and report revisions as necessary to convert all report copies to
complete final reports. Each written or graphic product produced for this contract shall include a
title page or title bar as appropriate with the title ofthe report or plot, scale, source of data,
product date, name of the contractor, and all pertinent geographic reference data. Also, each
report and each map or plot shall state: Prepared with the Assistance of the New York
Department of State through Title 11 of the Environmental Protection Fund Act.
Total Cost, exclusive of extra alternatives as discussed in Task 5., item 4. above, is $49,500.
SHORELINE MONITORING AGREEMENT
This agreement is made between Town of Southold, 53095 Main Road, Southold,
New York, 11971, called the Town below, and Offshore & Coastal Technologies, Inc.,
500 Spencer Road, Avondale, PA 19311, called the Consultant below.
RECITALS
The Town seeks a study of the beach profiles and existing beach morphology,
temporal variations in morphology, and cross-shore and along shore variations in the area
from the west town line to HoC[on Point, Southold, as further described in the Request for
Proposal (RFP), called the Project below.
The Town and the Consultant in consideration of the mutual covenants set forth
agree as follows:
Section I
Services of Consultant
A. Project Description
The Consultant agrees to perform professional services in connection with the
Project. The Project is described in the following documents, which are attached hereto and
incorporated herein:
1. This Agreement,
2. The Request for Proposal
3. The Consultant's memo re survey costs, dated December 9, 1997
4. The Consultant's proposal dated October 21, 1997, including exhibits.
At this time, the Town is selecting only the options submitted for Year 1, including post-
storm surveys.
B. Geographic Scope of Services
Consultant will serve as the Town's professional consulting representative in the
above Project, and will give consultation and advice to the Town during the performance of
its services. The geographic area covered by this Proposal shall be the full area specified
in the RFP from the west town line to Horton Point.
C. Consultant's Services
Consultant agrees to provide, perform and complete all of the foregoing in a proper
and workmanlike manner, consistent with the highest standards of professional practices.
Consultant warrants that the work shall be free of defects and flaw in design and shall be
fit, sufficient and suitable for the purpose expressed in the Request for Proposal.
D. Timeframe
The Project shall follow the timeframe specified in the Consultant's Proposal, with
completion and submittal of the Final Report on the Shoreline Monitoring by March 31,
1998.
Section II
Town's Responsibilities
The Town's responsibilities in connection with the Project are as follows:
A. Information. Provide full information as to its requirements for the Project.
B. Reports and Other Data. Assist the Consultant by placing at its disposal all available
information regarding the site of the Project including previous reports and any other data
relative to the Project.
C. Meetings. To meet and confer with Consultant as specified in the RFP and Proposal.
D. Examination of Documents. Examine all studies, reports, sketches, estimates,
specifications, drawings, proposals, and other documents presented by the Consultant and
render in writing decisions pertaining to them within a reasonable time so as not to delay
the work of the Consultant.
Section III
Additional Services of Consultant
If authorized in writing by the Town, the Consultant will furnish or obtain from
others additional services of the following types:
2
A. Changes in Scope of Project.
Additional services due to significant changes in general scope of the Project or its
design including, but not limited to, changes in size, complexity, or character.
B. Additional Copies and Prints.
Furnishing additional copies of reports and additional prints of drawings and
specifications.
Section IV
Payments to Consultant
A. Payments for Services and Expenses
The Town will pay the Consultant a fee upon the completion of the Project, which
fee shall be Ninety-Seven Thousand Three Hundred Fifty ($97,350.00) dollars.
B. Additional Services.
The Town will pay for additional services performed under Section III if these
services have been pre-authorized in writing. The fee for these services shall be at a
mutually agreed upon rate prior to performance of those additional services.
Section V
General Considerations
A. Additional Terms
The parties understand that the project is being financed by a grant by the State of
New York, and thereby agree to abide by the applicable terms of the grant as set forth in
Appendices A and B, which are attached hereto and incorporated herein.
B. Termination
This agreement may be terminated by either party by fifteen (15) days written notice
in the event of substantial failure to perform in accordance with its terms by the other party
through no fault of the terminating party. If this agreement is terminated prior to completion,
the Consultant shall be paid for services performed prior to termination.
C. Ownership of Documents
All documents, including original report, drawings, field notes, and data are and
remain the property of the Town.
D. Disputes
All claims, disputes and other matters in question, arising out of, or relating to, this
agreement or any breach of it shall be decided in any New York court having jurisdiction.
E. Non-Discrimination Clause
In accordance with Article 15 of the Executive Law and all other State and federal
statutory and constitutional non-discrimination provisions, the Consultant will not
discriminate against any employee or applicant for employment because of race, creed,
color, sex, national origin, age, disability or marital status.
F. Non Collusive Bidding Requirement
If this contract was awarded based upon the submission of bids, Consultant
warrants, under penalty of perjury, that its bid was arrived at independently and without
collusion aimed at restricting competition.
G. Total Agreement
This Agreement, including the Request for Proposal, Proposal and all exhibits
attached thereto, represent the entire agreement between the Town and Consultant
relating to the Services to be performed hereunder. This Agreement may be modified only
by written agreement of Consultant and Town. To the extent of any inconsistency among
these documents, the priority among those documents shall be:
1. This Agreement,
2. The Request for Proposal
3. The Consultant's memo re survey costs, dated December 9, 1997
4. The Consultant's proposal dated October 21, 1997, including exhibits.
H. Successors and Assigns
Each party to this agreement binds himself and his or her partners, successors,
executors, administrators, and assigns to the other party of this agreement and to the
partners, successors, executors, administrators, and assigns of such other party, in respect
to all covenants of this agreement. Except as above, neither party shall assign, sublet, or
transfer its interest in this agreement without the written consent of the other. Nothing shall
be construed as creating any personal liability on the part of any officer or agent of any
public body which may be party to this agreement, nor shall it be construed as giving any
rights or benefits to anyone other than the parties to this agreement.
In witness, the parties have executed this agreement at $outhold, N.Y, on
December 31, 1997.
Town of Southold
(,J Jean W. Cochran
Supervisor
Offshore & Coastal Technologies
Inc.
By:
Vice President
Page 1
APPENDIX A
STANDARD CLAUSES FOR ALL
NEW YORK STATE CONTP~ACTS
The parties to the attached contract, license, lease,
amendment or other agreement of any kind (hereinafter, "the
contract" or "this contract,') agree to be bound by the following
clauses which are hereby made a part of the contract (the word
"Contractor" herein references to any party other than the State,
whether a contractor, licensor, licensee, lessor, lessee or any
other party):
1. ~ U . In accordance with Section 41 of the
State Finance Law, the State shall have no liability under this
contract to the Contractor or to anyone else beyond funds
appropriate and available for this contract.
2. NON-ASSIGNMENT CLAUSE. In accordance with Section 138
of the State Finance Law, this contract may not be assigned by the
Contractor or its right, title or interest therein assigned,
transferred, conveyed, sublet or otherwise disposed of without the
previous consent, in writing, of the State and any attempts to
assign the contract without the State's written consent are null
and void. The Contractor may, however, assign its right to receive
payment without the State's prior written consent unless this
contract concerns Certificates of. Participation pursuant to Artic!e
5-A of the State Finance Law.
3. COMPTROLLER'S APPROVAL. In accordance with Section 112
of the State Finance Law (or, if this contract is with the State
University or City University of New York, Section 355 of Section
6218 of the Education Law), if this contract exceeds $5,000
($20,000 for certain S.U.N.Y. and C.U.N.Y. contracts), or if this
is an amendment for any amount to a contract which, as so amended,
exceeds ~aid statutory amount, or if, by this contract, the State
agrees to give something other than money, it shall not be valid,
effective or binding upon the State until it has been approved by
the State Comptroller and filed in his office.
4. WORKER'S COMPENSATION BEATEFITS. In accordance with
Section 142 of the State Finance Law, this contract shall be void
and of no force unless the Contractor shall provide and maintain
coverage during the life of this contract for the benefit of such
employees as are required to be
Worker's Compensation Law.
covered by the provisions of the
5. NON-DISCRIMINATION REOUIREMENTS. In accordance with
Article 15 of the Executive Law (also known as the Human Rights
Law) and all other State and Federal statutory and constitutional
non-discrimination provisions, the Contractor will not discriminate
against any employee or applicant for employment because of race,
creed, color, sex, national origin, age, disability or marital
status. Furthermore, i~ accordance with Section 220-e of the Labor
Law, if this is a contract for the construction, alteration or
repair of any public building or public work or for the
manufacture, sale or distribution of materials, equipment or
supplies, an to the extent that this contract shall be performed
within the State of New York, Contractor agrees that neither it nor
its subcontractors shall, by reason of race, creed, color,
disability, sex or national origin: (a) discriminate in hiring
against or intimidate any employee hired for the performance of
work under this contract. If this is a building service contract
as defined in Section 230 of the Labor Law, then, in accordance
with Section 239 thereof, Contractor agrees that neither it nor its
subcontractors shall, by reason of race, creed, color, national
origin, age, sex or disability: (a) discriminate in hiring against
any New York State citizen who is qualified and available to
perform the work; or (b) discriminate against or intimidate any
employee hired for the performance of work under this contract.
Contractor is subject to fines of $50.00 per person per day for any
violation of Section 220-e or Section 239 as well as possible
termination of this contract a~d forfeiture of all moneys due
hereunder for a second or subsequent violation.
6. WAGE AND HOURS PROVISIONS. If this is a public work
contract covered by Article 8 of the Labor Law or a building
service contract covered by Article 9 thereof, subcontractors may
be required or permitted to work more than the number of hours or
days stated in said statutes, except as otherwise provided in the
Labor Law and as set forth in prevailing wage and supplement
schedules issued by the State Labor Department. Furthermore,
Contractor and its subcontractors must pay at least the prevailing
wage rate and pay or provide the prevailing supplements, including
the premium rates for overtime pay, as determined by the State
Labor Department in accordance with the Labor Law.
7. NON-COLLUSIVE BIDDING REOUIRE~4~NVP. In accordance with
Section 139-d of the State Finance Law, if this contract was
awarded based upon the submission of bids, Contractor warrants,
under penalty of perjury, that its bid was arrived at independently
and wihtout collusion aimed at restricting competition. Contractor
further warrants that, at the time Contractor submitted its bid, an
authorized and responsible person executed and delivered to the
State a non-collusive bidding certification on Contractor's behalf.
8. II~TERNATIONAL BOYCOTT PROHIBITION. In accordance with
Section 220-f of the Labor Law and Section 139-h of the State
Finance Law, if this contract exceeds $5,000.00, the Contractor
agrees, as a material condition of the contract, that neither the
Contractor nor any substantially owned or affiliated person, is
participating, or shall participate in an international boycott in
violation of the federal Export Administration Act of 1979 (5'0 USC
App. Section 2401 et seq.) or regulations thereunder. If such
contractor, or any of the aforesaid affiliates of Contractor, is
convicted or is otherwise found to have violated said laws or
regulations upon the final determination of the United States
Commerce Department or any other appropriate agency of the United
States subsequent to the contract's execution, such contract,
amendment or modification thereto shall be rendered forfeit and
void. The contractor shall so notify the State Comptroller within
five (5) business days of such conviction, determination or
disposition of appeal (2 NYCRR 105.4)
9. E -O F R . The State shall have all of its common
law, equitable and statutory rights of set-off. These rights shall
include, but not be limited to, ~he State's option to withhold for
the purposes of set-off any moneys due to the Contractor under this
contract up to any amounts due and owing to the State with regard
to this contract, any other contract with any State.department or-
agency, including any contract for a term commencing prior to the
term of this contract, plus any amounts due and owing to the State
for any other reason including, without limitation, tax
delinquencies, fee delinquencies or monetary penalties relative
thereto. The State shall exercise its set-off rights in accordance
with normal State practices including, in cases of set-off pursuant
to an audit, the finalization of such audit by the State agency,
its representatives, or the State Comptroller.
10. RECORDS. The Contractor shall establish and maihtain
complete and accurate books, records, documents, accounts and other
evidence directly .pertinent to performance under this contract
(hereinafter, collectively, "the Records"). The Records must be
kept for the balance of the calendar year in which they were made
and for six (6) additional years thereafter. The State
Comptroller, the Attorney General and any other person or entity
authorized to conduct an examination, as well as the agency or
agencies involved in this contract, shall have access to the
Records during normal business hours at an office of the Contractor
within the State of New York or, if no such office is available, at
a mutually agreeable and reasonable venue within the State, for the
term specified above for the purposes of inspection, auditing and
copying. The State shall take reasonable steps to protect from
public disclosure any of the Records which are exempt from
disclosure under Section 87 of the Public Officers Law (the
"Statute") provided that: (i) the Contractor shall timely inform an
appropriate State official, in .writing, that said records should
not be disclosed; and (ii) said records shall be sufficiently
identified; and (iii) designation of said records as exempt under
the Statute is reasonable. Nothing contained herein shall
diminish, or in any way adversely affect, the State's right to
discovery in any pending or future litigation.
!1. IDENTIFYING INFORMATION AND PRIVACY' NOTIFICATION:
(a)
FEDERAL EMPLOYER IDENTIFICATION NUMBER
and/or FEDERAL SOCIAL SECURITY NUMBER.
All invoices or New York State standard vouchers submitted for
payment for the sale of goods or services or the lease of real or
personal property to a New York State agency must include the
payee's identification number, .i.e., the seller's or lessor's
identification number. The number is either the payee's Federal
employee identification number or Federal social security number,
or both such numbers when the payee has both such numbers. Failure
to include this number or numbers may delay payment. Where the
payee does not have 'such number or numbers, the payee, on his
invoice or New York State standard voucher, must give the reason or
reasons why the payee does not have such number or numbers.
(b) PRIVACY NOTIFICATIQ~.
(1) The authority to request the above personal
information from a selle~ of goods or services or a lessor of real
or personal property, and the authority to maintain such
information, is found in Section 5 of the State Tax Law.
Disclosure of this information by the seller or lessor to the State
is mandatory. The principal purpose for which the information is
collected is to enable the State to identify individuals,
businesses and other who have been delinquent in filing tax returns
or may have understated their tax liabilities and to generally
identify persons affected by the taxes administered .by the
Commissioner of Taxation and Finance. The information will be used
for tax administration purposes and for any other purpose
authorized by law.
(2) The personal information is requested by the
purchasing~unit of the agency contracting to purchase the goods or
services
contract
State's
Accounts,
12236.
or lease the real or personal property covered by this
or lease. The information is maintained in New York
Central Accounting System by the Director of Stat~
Office of the State Comptroller, AESOB, Albany, New York
12. EOUAL EMPLOYMENT OPPORTUNITIES FOR MINORITIES AND WOM~N.
In accordance with Section 312 of the Executive Law, if this
contract is (i) a written agreement or purchase order instrument,
providing for a total expenditure in excess of $25,000.00, whereby
a contracting agency is committed to expend or does expend funds in
return for labor, services, supplies, equipment, materials or any
combination of the foregoing, to be performed for, or rendered or
furnished to the contracting agency; or (ii) a written agreement in
excess of $100,000.00 whereby a contracting agency is committed to
expend or does expend funds for the acquisition, construction,
demolition, replacement, major repair or renovation of real
property and improvements thereon; or (iii) a written agreement in
excess of $100,000.00 whereby th~ owner of a State assisted housing
project is committed to expend or does expend funds for the
acquisition, construction, demolition, replacement, major repair or
renovation of real property and improvements thereon for such
project, then:
(a) The contractor will not discriminate
against employees or applicants for employment
because ofrace, creed, color, national origin,
sex, age, disability or marital status, and
will undertake or continue existing programs
of affirmative action to ensure that minority
group members and women are afforded equal
employment opportunities without
discrimination. Affirmative action shall mean
recruitment, employment, job assignment
promotion, upgrading, demotion, transfer,
layoffs, or termination and rates of pay or
other foms of compensation;
(b) at the request of the contracting agency,
the Cntractor shall request each employment
agency,labor union, or authorized
representative of workers with which it has a
collective bargaining or other greement or
understanding, to furnish a written statement
that such employment agency, labor union or
representative will not discriminate on the
basis of race, creed, color, national origin,
sex, age, disability or marital status and
that such union or representative will
implementation of the contractor's obligations
herein; and
(c) the Contractor shall state, in all
solicitations or advertisements for employees,
that, in the performance of the State
contract, all qualified applicants will be
afforded equal employment opportunities
without discrimination because of race, creed,
color, national origin, sex, age, disability
or marital status.
Contractor will include the provisions of "a",' "b" and "c",
above, in every subcontract over $25,000.00 for the construction,
demolition, replacement, major repair, renovation, planning or
design of real property and improvements thereon (the "Work")
except where the Work is for the beneficial use of the Contractor,
Section 312 does not apply to: (i) work, goods or services
unrelated to this contract; or (ii) employment outside New York
State; or (iii) banking services, insurance policies or the sale of
securities. The State shall consider compliance by a contractor or
subcontractor with the requirements of any federal law concerning
equal employment opportunity which effectuates the purpose of his
section.. The contracting agency shall determine whether the
imposition of the requirements 'of the provisions hereof duplicate
or conflict with any such federal law and if such duplication or
conflict exists, the contracting agency shall waive the
applicability of Section 312 to the extent of such duplication or
conflict. Contractor will comply with all duly promulgated and
lawful rules and regulations of the pertaining hereto.
13. CONFLICTING TERMS. In the event of a conflict between
the terms of the contract (including any and all attachments
thereto and amendments thereof) and the terms of this Appendix A,
the terms of this Appendix A shall control.
14. ~. This contract shall be governed by the
laws of the State of New York except where the Federals supremacy
clause requires otherwise.
15. ~. Timeliness of payment and any interest
· to be paid to Contractor for late payment shall be governed by
Article XI-A of the State Finance Law to the extent required by
law.
16. ~iO~. Disputes involving this contract,
including the breach or alleged breach thereof, may not be
submitted to binding arbitration (except where statutory
authorized) but must, instead, be heard in a court of competent
jurisdiction of the State of New York'.
17. SERVICE OF PROCESS. In addition to the methods of
service allowed by the State Civil Practice Law & Rules ("CPLR"),
Contractor hereby consents to .service of process upon it by
registered or certified mail, return receipt requested. Service
hereunder shall be complete Contractor's actual receipt of process
or upon the State's receipt of the return thereof by the United
States Postal Service as refused or undeliverable. Contractor must
promptly notify the State, in writing, of each and every change of
address to which service of process can be made. Service by the
State to the last known address shall be sufficient. Contractor
will have thirty (30) calendar days after service hereunder is
complete in which to respond.
August 1989
APPENDIX B
Standard Clauses for Ail New York State Department
of Environmental Conservation Contracts
The parties to the attached contract, license, lease,
amendment or other agreement of any kind (hereinafter. "the
contract" or "this contract,,) agree to be bound by the following
clauses which are.hereby made a part of the contract. The word
"Contractor. herein refers to any party to the contract, other than
the New York State Department of Environmental Conservation
(hereinafter "Department.).
I. The Department shall have the right to postpone, suspend,
abandon or terminate this contract, and such actions shall in no
event be deemed a breach of contract. In the event of any
termination, postponement, delay, suspension or abandonment, the
Contractor shall deliver to the Department all data, reports,
plans, or other documentation related to the performance of this
contract, including but not limited to guarantees, warranties, as-
built plans and shop drawings. In any of these events, the
Department shall make settlement with the Contractor upon an
equitable basis as determined by the Department which shall fix the
value of the work which was performed by the Contractor prior to
the postponement, suspension, abandonment or termination of this
contract. This clause sha].l not apply to this contract if the
contract contains other provisions applicable to postponement,
suspension or termination of the contract.
II. The Contractor agrees that it will indemnify and save harmless
the Department and the State of New York from and against all
losses from claims, demands, payments, suits, actions, recoveries
and jud~n~nts of every nature.and description brought or recovered
against it by reason of any omission or act of the Contractor, its
agents, employees, or subcontractors in the performance of this
contract. The Department and the State of New York may retain such
monies from the amount due Contractor as may be necessary to
satisfy any claim for damages, costs and the like, which is
asserted against the Department and/or the State of New York.
III. (a) Conflict of Inter,st. To the best of the Contractor's
knowledge and belief, the Contractor warrants that there are no
relevant facts or circumstances which could give rise to an
organizational conflict of interest, as herein defined, or that the
Contractor has disclosed all such relevant information to the
Department.
(b) An organizational conflict of interest exists when the
nature of the work to be performed under this contract may, without
some restriction on future activities, either result in an unfair
competitive a~rantage to the Contractor or impair or appear to i
April 1, 1993 Page 1 of 9
impair the Contractor, s objectivity in performing the work for the
Department.
(c) The Contractor agrees that if an actual, apparent, or
potential organizational conflict of interest is discovered at any
time after award, whether before or during performance, the
Contractor will immediately make a full disclosure in writing to
the Department. This disclosure shall include a description of
actions which the Contractor has taken or proposes to take, after
consultation with the Department, to avoid, mitigate, or minimize
the actual or potential conflict.
(d) Remedies - The Department may terminate this contract in
whole or in part, if it deems such termination necessary to avoid
an organizational or personal conflict of interest, or an
unauthorized disclosure or information. If the Contractor was
aware of a potential conflict of interest prior to award, or
discovered an actual or potential conflict after award and did not
disclose or misrepresented relevant information to the Department,
the Department may terminate the contract, or pursue such other
remedies as may be permitted by the terms of Clause I of this
Appendix or other applicable provisions of this contract regarding
termination.
(e) In addition to the requirements of the above clauses with
respect to "Organizational Conflicts of Interest,,, the following
provision with regard to employee personnel performing under this
contract shall apply until the earlier of the termination date of
the affected employee(s) or the duration of the contract.
The Contractor agrees to notify the Department immediately of
any actual, apparent or potential personal conflict of interest
with regard to any employee, subcontractor employee, or consultant
working on or having access to information regarding this contract,
as soon as Contractor becomes aware of such conflict. A personal
conflict of interest is defined as a relationship of an employee,
subcontractor employee, or consultant with an entity that may
impair or appear to impair the objectivity of the employee,
subcontractor employee, or consultant in performing the contract
work. The Department will notify the Contractor of the appropriate
action to be taken.
(f) To the extent that the work under this contract requires
access to proprietary or confidential business or financial data of
other companies, and as long as such data remains proprietary or
confidential, the Contractor shall protect such data from
unauthorized use and disclosure and agrees not to use it to compete
with such companies.
(g) The Contractor shall certify annually that, to the best
of the Contractor's knowledge and belief, all actual, apparent or
potential conflicts of interest, both personal and organizational,
April !, 1993 Page 2 of 9
~ave been reported to the Department. Such certification must be
signed by a senior executive of the Contractor and submitted in
accordance with instructions provided by the Departmenz. Along
with the'annual certification, the Contractor shall also submit an
update of any changes in the conflict of interest plan submitted
with its proposal for this contract. The initial certification
shall cover the one-year period from the date of contract award,
and all 'subsequent certifications shall cover successive annual
periods thereafter. The certification is to be submitted no later
than 45 dal~ after the close of the previous certification period
covered.
(h) The Contractor recognizes that employees in performing
this contract may have access to data, either provided by the
Department or first generated during contract performance, of a
sensitive nature which should not be released without Department
approval. Therefore, the Contractor agrees to obtain
confidentiality agreements- from all employees working on
requirements under this contract including subcontractors and
consultants. Such agreements shall contain provisions which
stipulate that each employee agrees that the employee will not
disclose, either in whole or in part, to any entity external to the
Department, Department of Eea!th or the New York State Department
of Law, any information or data provided by the Department or first
generated by the Contractor under this contract, any site-specific
cost info!~ation, or ~ly ~nforcement strategy withou~ fl.s.
obtaining the written permiss<on of the Department. If a
contractor, tDrcugh am emp!cyae or otherwise, is subpoenaed to
testify or produce documents, which could result in such
disclosu/e, the contractor must provide immediate advance
notification to the Department so that the Department can authorize
such disclosure o:? ka~e the opportunity to take action to prevent
such disclosure. Such agreements shall be effective for the life
of the contract and for a peri6d of five (5) years after completion
of the contract.
(i) The Contractor agrees to insert in each subcontract or
consultant agreement placed hereunder (except for subcontracts or
consultant agreements for well drilling, fence erecting, plumbing,
utility hookups, security ~uard services, or electrical services)
provisions which shall conform substantially to the language of
this clause, including this paragraph (i), unless otherwise
authorized by the Department.
If this is a contract for work related to action a~ an
inactive hazardous waste site, the following paragraph shall apply:
(j) Due to the scope and nature of this contract, the
Contractor shall observe the following restrictions on future
hazardous waste site contracting for the duration of the contract.
April 1, 1993 Page 3 of 9
(1) The Contractor will be ineligible to enter into ~
contract for remedial action projects for which the Contractor has
developed the statement of work or the solicitation package.
(2) The Contractor, during the life of the work
assignment and for a period of five (5) years after the completion
of the work assignment, agrees not to enter into a contract with or
to represent any party with respect to any w6rk relating to
remedial activities or work pertaining to a site where the
Contractor previously performed work for the Department under this
contract without the prior written approval of the Department.
(3) The Contractor agrees in advance that if any
bids/proposals are submitted for any work for a third party that
would require written approval of the Department prior to entering
into a contract because of the restrictions of this clause, then
the bids/proposals are submitted at the Contractor,~s own risk, and
no claim shall be made against the Department to recover
bid/proposal 'costs as a direct cost whether the request for
authorization to enter into the contract is denied or approved.
IV. All requests for payment by the Contractor must be submitted
on forms supplied and approved by the Department. Each payment
request must contain such items of information and supporting
documentation as are required by the Department, and shall be all-
inclusive for the period of time covered by the payment request.
v. To the extent that federal funds are provided to the
Contractor or used in paying the Contractor under this contract,
the Contractor agrees that it will comply with all applicable
federal laws and regulations, including but not limited to those
laws and regulations under which the Federal funds were authorized.
The Contractor further agrees to insert in any subcontract
hereunder, provisions which shall conform substantially to the
language of this clause, including this paragraph.
VI. The Contractor shall have the status of an independent
contractor. Accordingly, the Contractor agrees that it will
conduct itself in a manner consistent with such status, and that it
will neither hold itself out as, nor claim to be, an officer or
employee of the Department by reason of this contract. It further
agrees that it will not make any claim, demand or application to
the Department for any right, or privilege applicable to an officer
or employee of the Department, including but not limited to
worker's compensation coverage, unemployment insurance benefits,
social security coverage, or retirement membership or credit.
VII. The terms contained in this clause shall have the definitions
as given in, and shall be construed according to the intent of
Article 15-A of the Executive Law, 9 NYCRR Part 540, et. seq.,
Article 52 of the Environmental Conservation Law and 6 NYCRR Part
615, et. seq., as applicable, and any goals established by this
April 1, 1993 Page 4 of 9
clause are subject to the intent of such laws and regulations.
(a) If the maximum contract price herein equals or exceeds
$25,000, and this .contract is for labor, services, supplies,
equipment, or materials; or
If the maximum contract price herein equals or exceeds
$100,000 and this contract is for the acquisition, construction,
demolition, replacement, major repair er renovation of real
property and improvements thereon;
The affirmative actlon provisions'and equal employment
opportunity provisions contained in this paragraph and paragraphs
b-f of this clause shall be applicable within the limitations
established by.Executive Law §§312 and 313 and the applicable
regulations.
(1) The Contractor is ~requested to make good faith efforts to
subcontract at least /,~ of the dollar value of this contract to
Minority Owned Business Enterprises (MBEs) and at least ,<v/Q of
such value to Wcmen Owned Business Enterprises (WBEs).
(2) The Contractor is requested to make good faith efforts to
employ or contractually require any subcontractor with whom it
contracts to make good, faith efforts to employ minority grouF
members for at least /~ of, and women for at least ~ of, the
workforce hours required to p~rform the work under th~s contract.
(3) The Contractor is requested to make good faith efforts to
solicit the meaningful participation by enterprises identified in
the NYS Directory of Certified Businesses provided by the
Governor's Office of Minority ~ Women's Business Development.
(b) The Contractor agrees to include the provisions set forth
in paragraph (a) above and paragraphs (a), (b), and (c) of clause
12 of Appendix A in every subcontract in such a manner that the
provisions will be binding upon each subcontractor as to work under
such subcontract. For the purpose of this paragraph, a
"subcontract" shall mean an agreement providing for a total
expenditure in excess of $25,000 for the construction, demolition,
replacement, major repair, renovation, planning or design of real
property and improvements thereon in which a portion of the
Contra<~tor's obligation under a State contract is undertaken or
assumed.
(c) The Contractor is requested to make good faith efforts t~
utilize the MBE/WBEs identified in the utilization plan to the
extent indicated in such plan, and otherwise to implement it
according to its terms. The Contractor is requested to report on
such implementation periodically as provided by the contract, or
annually, whichever is more frequent. The Contractor also agrees
to incorporate into any contract with subcontractors, provisions
April 1, 1993 Page 5 of 9
applicable to recordkeeping, reporting, notice requirements and
actions suggested by the Department to implement the utilization
plan, and the intent of the Executive Law Article 15-A, the
regulations promulgated thereunder, and other applicable law and
regulations.
(d) The Contractor hereby agrees to comply with the intent of
the applicable provisions of Executive Law Article 15-A and the
regulations promulgated thereunder. Executive Law §§312 and 316
are hereby incorporated by reference.
VIII. Prior to the commencement of any work under this contract,
the Contractor is required to meet all legal requirements necessary
in the performance of the contract. This includes but is not
limited to compliance with all applicable federal, state and local
laws and regulations promulgated thereunder. It is the.
contractor's responsibility to obtain any necessary permits, or
other authorizations. By signing this contract, the Contractor
affirmatively represents that it has complied with said laws,
unless it advises the Department otherwise, in writing. The
Department signs this contract in reliance upon this
representation.
During the term of this contract, and any extensions thereof,
the Contractor must remain in compliance with said laws. A failure
to notify.the Department of noncompliance of which the Contractor
was or should have been aware, may be considered a material breach
of this contract.
IX. The followin9 steps,
the dispute between the
prescribed.
or as many as are necessary to resolve
Department and the Contractor, are
The Contractor specifically agrees to submit, in the first
instance, any dispute relating'to this contract to the designated
individual, who shall render a written decision and furnish a copy
thereof to the Contractor and the Department. The Contractor must
request such decision in writing no more than fifteen days after it
knew or should have known of the facts which are the basis of the
dispute. The decision of the designated individual shall be final
and conclusive unless the Contractor files a written appeal of that
decision with the designated appeal individual within twenty days
of receipt of that decision.
The'designated appeal individual shall review the record and
the decision and confirm or reverse the initial decision in
writing, in accordance with the Divisional contract resolution
procedures in effect at that time.
April !, 1993 Page 6 of 9
The decision of the designated appeal individual shall be
final and conclusive unless the Contractor files a written appeal
of that decision with the chair of the Contract Review Committee
within twenty days of receipt of that decision.
The designated individual to hear disputes is:
Lisa Kennedy
Principal Account Clerk
(Name & Title)
NYS Department of Environmental Conservation
50 Wolf Road, A~banv. New York 12233-5022
(Address)
(518) 457-5317
(Telephone)
The designated appeal individual to review decisions
regarding disputes is:
Mark Mitchell
Associate Accountant
(Name & Title)
NYS Department of Environmental Conservation
50 Wolf Road. AlbanY, New York 12233-5022
(Address)
(~8) 457-5317)
(Telephone)
made
The Chair of the Contract Review Committee is:
Department of Environmental Conservation
Richard K. Randles, .Chair
Contract Review Committee
50 Wolf Road, Room 674
Albany, New York 12233-5010
Telephone: (518) 457-1141
The Chair of the Contract Review Committee shall convene a
fact finding proceeding in accordance with the Committee's
established contract dispute resolution guidelines. The proceeding
will provide the Contractor with an opportunity to be heard and to
submit-additional written support of its position. The Committee
shall make a recommendation to the Division Director who shall
render the agency determination, subject to the final approval of
the Deputy Commissioner for Administration.
This decision shall be subject to review only pursuant to
Article 78 of the civil Practice Law and Rules. Pending final
determination of a dispute hereunder, the Contractor shall proceed
April 1, 1993 Page 7 of 9
diligently with the performance of the Contract in ~ccordance with
the decision of the designated individual. Nothing in this
Contract shall be construed as making final the decision of any
administrative officer upon a question of law.
N~twithstanding the foregoing, the following shall be subject
to review by the Contract Review Committee, at the option of the
Contractor: Disputes arising under Article 15-A of the Executive
Law (Minority and Women Owned Business participation), the
Department's determination with respect to the adequacy of the
Contractor's Utilization Plan, or the Contractor, s showing of good
faith efforts to comply therewith. A request for a hearing before
the Committee should be made, in writing, within twenty days of
receipt of the Department,s determination.
The Committee will
with Article 15-A of
promulgated thereunder.
promptly convene a hearing in accordance
the Executive Law and the regulations
The decision of the Deputy Commissioner for Administration
shall be a final agency determination, reviewable in accordance
with said Article 78.of the Civil Practice Law and Rules.
X. (a) When appropriate, the Contractor shall post, in a
location designated by the Department, a copy of the New York State
Department of Labor schedules of prevailing wages and supplements
for this project, a copy of all re-determinatiohs of such schedules
for the project, the Workers' Compensation Law Section 51 notice,
all other notices required by law to be posted at the site, the
Department of Labor notice that this project is a public work
project on which each worker is entitled to receive the prevailing
wages and supplements for. their occupation, and all other notices
which the Department directs the Contractor to post. The
Contractor shall provide a surface for such notices which is
satisfactory to the Department~ The Contractor shall maintainsuch
notices in a legible manner and shall replace any notice or
schedule which is damaged, defaced, illegible or removed for any
reason. Contractor shall post such notices before commencing any
work on the site and shall maintain such ~otices until all work on
the site is complete. ' -
(b) When appropriate, contractor shall distribute to each
worker for this Contract a notice, in .a form provided by the
Department, that: this project is a public work project on which
each worker is entitled to receive the prevailing wage and
supplements for the occupation at which he or she is working.
Worker includes employees of Contractor and all Subcontractors and
all employees of suppliers entering the site. Such~otice shall he
distributed to each worker before they start performlnganywork of
this ~ontract. At the time of distribution, Contractor shall have
each worker sign a statement, in a form provided by the Department,
certifying that the worker has received the notice rec~/ired by this
April.l, 1993 Page 8 of 9
section, which signed statement shall be m~intained with the
payroll records required by the following paragraph (c).
(c) Contractor shall maintain on the site the original
certified payrolls or certified transcripts thereof which
Contractor and all of its Subcontractors are required to maintain
pursuant to the New York Labor Law Section 220. Contractor shall
maintain with the payrolls or transcripts thereof, the statements
signed by each worker pursuant to paragraph (b).
XI. In accordance with State Law (Chapter 55 of the Laws of 1992~,
the Department has the authority to administratively offset any
monies due it from the Contractor, from payments due to the
Contractor under this contract.
XII. The contractor agrees that if selected as the lowest bidder,'
the contractor will stipulate concerning adherence to the MacBride
Fair Employment Principles, as prescribed by Chapter 807, of the
Laws of 1992. Section 174-B of the State Finance Law requires that
before entering into certain State contracts, persons or entities
stipulate that they either (1) have .no business operations in
Northern Ireland or (2), if so engaged, will conduct such
operations in accordance with the MacBride Fair Employment
Principles.
For contracts competitively bid, if the lowest responsf.mle
bidder fails to stipulate as required by Section 174-B, and another
bidder, 'whose bid price for goods, services or construction of
comparable quality is within five percent of the lowest bid, has so
stipulated, the contracting entity shall refer such bids to the
Office of General Services. The purpose of such referral is a
determination by the Commissioner of General Services whether it is
in the best interests of the State to reject the low bid and to
award the contract to another'qualifying bidder.
XIII. Pursuant to Section 167-B of the State Finance Law, unless
otherwise exempted, any bid, proposal or other response to a
solicitation for bid or proposal which proposes or calls foz the
use of any tropical hardwood or other tropical wood product in
performance of the contract shall be deemed non-responsive.
XIV. In the event of a conflict ~etween the terms of this Appendix
B and-the terms of the Contract (including any and all attachments
there[o and amendments thereof, but not including Appendix A), the
terms of this Appendix B shall control. In the event of a conflict
between the terms of this Appesdix B and Appendix A, the terms of
Appendix A shall control.
April 1, 1993 Page 9 of 9
JUDITH T. TERRY
TOWN CLERK
REGISTRAR OF VITAL STATISTICS
MARRIAGE OFFICER
RECORDS MANAGEMENT OFFICER
FREEDOM OF INFORMATION OFFICER
Town Hall, 53095 Main Road
P.O. Box 1179
Southold, New York 11971
Fax (516) 765-1823
Telephone (516) 765-1800
OFFICE OF THE TOWN CI,F, RK
TOWN OF SOUTHOLD
THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION WAS ADOPTED BY THE
SOUTHOLD TOWN BOARD AT A REGULAR MEETING HELD ON SEPTEMBER 30, 1997:
RESOLVED that the Town Board of the Town of Southold hereby authorizes
the issuance of Requests for Proposals (RFP's) for the Duck Pond Point
and Horton Point Coastal Erosion Projects.
Judith T. Terry
5outhold Town Clerk
October I, 1997
Shoreline Monitoring, Duck Pond Point to Horton Point
PROJECT DESCRIPTION
A. Purpose: To monitor beach profiles in the study area and determine existing beach
morphology, temporal variations in morphology, and quantify cross-shore and alongshore
variations. Also, to generate a Regional Sediment Budget based on the monitoring data and the
scientific literature. Data collected for thi~ SHORgiI.INE MONITORING PROGRAM should be
suitable for inclusion in a future EIS. The study must provide appropriate information for the
design and implementation of measures to mitigate erosion problems in the study area.
B. Background: The Town of Southold is interested in addressing erosion of the shoreline east
of Goldsmith Inlet, in the Duck Pond Point to Horton Point area, and east of Mattituck Inlet. A
number of different mitigation proposals have been developed. The Town of $outhold needs more
precise data on shoreline behavior to select the most appropriate response to the erosion problems.
C. Geographic Setting: The area to be monitored is along the shoreline of the Town of Southold,
New York. The western corporate limits of the Town of Southold (hereinafter the 'Town line')
and headlands at Horton Point define the shoreline limits of the study area. Between the western
Town line and Duck Pond Point the shoreline geology is generally composed of sandy beaches
in front of high glacial bluffs, with some rocky intertidal areas. The jetty at Mattituck Inlet,
approximately two miles east of the Town line, is the largest shore protection structure in the
study area. Bulkheads have been constructed in some areas between Mattituck Inlet and
Goldsmith Inlet for bluff stabilization. Fa~t of Duck Pond Point the beach is backed by bluffs,
up to 80 feet(+/-) high for a distance of approximately 1.5 miles, dropping to less than 50 feet
high for another mile to Goldsmith Inlet. A Iow plain with a wide beach lies on the west side of
the inlet. Fast of Goldsmith inlet is a barrier bar beach for approximately two miles, then rising
in low eroding glacial bluffs for another 1/2 mile to a height of 60 feet (+/-) at the hezdland at
Horton Point.
D. Project Time Frame: Duration of this SHORh-T~rE MONITORING PROGRAM is an
important consideration for conclusions to be drawn from the data. It is intended that the
monitoring be carried out over a number of years, however work beyond the 1997-1998 budget
cycle will be dependent on future allocations. Bidders shall provide separate bidprices for each
year of a three year monitoring program, with project years defined aa follows:
Year I - Initiation of contract to March 31, 1998
Year 2 - April I, 1998 to March 31, 1999
Year 3 - April I, 1999 to March 31, 2000.
Bidders must provide a schedule for completion of the work, including all of the products
discussed below. The schedule must estimate completion times separately for the full study area
from the western Town line to Horton Point, and for the shoreline between Duck Pond Point and
Horton Point, in the event the Town of Southold directs only that area is to be studied. The Town
of Southold will decide the extent of the study area prior to signing the contract. The successful
bidder will be informed of the Town's decision on the extent of the study area prior to initiating
the work. The overall length of time bidders will need to complete the study shall begin upon
receipt of approved, signed copies of the contract from the Town of Southold. The schedule for
completion of the work will be used as part of the criteria by which the Town evaluates proposals.
All work must be completed and submitted in sufficient time for Town review prior to the end of
the fiscal year, March 31 of the fiscal year covered by the contract.
E. Scope of Work:
Year 1:
1.1.0 ~: Upon award the contractor shall plan a meeting in Southold with
the New York Department of State and Town of Southold officials to discuss the work.
1.2.0
Establish Fixed Monuments: The contractor shall establish monumentation as a reference
for conducting profile surveys. Each profile survey shall be referenced to two monuments
located in line with the profde azimuth, perpendicular to the shoreline. The contractor
shall provide the vertical and horizontal coordinates for all monuments.
For the shoreline area from the western Town line to Duck Pond Point - Beginning at
Mattituck Inlet, one profile shall be established 100 feet west of the western jetty with
additional prefiles located every 500 feet for 4000 feet to the west (9 prof'fles minimum),
after which profiles shall be established every 1000 feet (maximum) to the west up to the
Town line (7 prefiles minimum). Another prefile shall be established 100 feet east of the
eastern jetty at Mattituck Inlet, with additional profiles located every 500 feet for 5500 feet
to the east (12 profiles minimum), after which profiles shall be established every 1000 feet
(maximum) for 9000 feet to Duck Pond Point (9 profiles minimum). This makes a total
of 37 profiles (minimum) for the shoreline from the western Town line to Duck Pond
Point.
For the shoreline area from Duck Pond Point to Horton Point - Profiles shall be located
every 1000 feet or less beginning at Duck Pond Point for a distance of tlvelve thousand
feet east along the shoreline to near Peconic (13 profiles minimum). Prof'des shall then
be located at 500 foot spacing or less from Peconic for a distance of twelve thousand five
hundred feet eastward to the east side of McCabe's Beach (25 profiles minimum). And
finally, profiles shall be located at 1000 foot spacing or less from McCabe's Beach to
I-Iorton Point (2 profiles minimum). This makes a total of 40 profiles (minimum) for the
study area from Duck Pond Point to Horton Point. The total number of prefiles for the
entire shoreline area from the western Town tine to Herren Point would be 76 (minimum)
comprising 37 to the west and 40 to the east, with one common line at DUck Pond Point.
The proposal shall describe the type of monuments to be used. The contractor shall
arrange permission with land owners prior to monument phcement. Fifteen pm-existing
monuments established by the Department of State between Duck Pond Point and Horton
Point will be incorporated within the monument spacing pattern. Precise coordinates for
the existing Department of State monuments are known. Any monuments lost or dislodged
during the study, including the pm-existing Depaxtment of State monuments, shall be
replaced by the contractor using the same materials and techniques as the other contractor
placed monuments, prior to the time the next profile survey is taken.
The bid proposal must include complete descriptions of work plans, schedules and costs
for performing all the work along both the entire shoreline area from the western Town
line to I-Iorton Point, and the limited shoreline from Duck Pond Point to ttorton Point.
1.2.1
&umial.~:y.~: Each of the transects established by the monumentafion shall be surveyed
out to 15 feet below mean low water, or to 1000 feet offshore, whichever provides the
longest survey. Transects in bluff areas shall begin 25 feet landward of the top edge of
the bluff. Transects in dune areas shall begin at the bas~ of the landward side of the dune.
Transects in bulldaeaded areas shall begin 25 feet landward of the top edge of the bluff if
a bluff is present, or on the landward side of the bulkhead, and must include a reading
adjacent to each side of the bulkhead. Readings along transects shall be taken at least
every ten feet and at slope breaks. One complete set of profile surveys shall be made in
in March of 1998.
1.2.2
l~llllllla~llX~: Each transect shall be surveyed to the same extent as in item 1.2.1,
Annual Surveys, after a major storm, if it should occur. Prior to conducting the Post-
Storm Surveys the Town of Southold shall provide written notice to proceed. Where
profile lines cross bulkheads in front of bluffs, surveys shall begin on the l~ldward side
of the bulkhead unless change is noticeable in the face of the bluff, in which case the
survey shall begin 25 feet landward of the top edge of the bluff. Transects Shall be
carried to the full seaward extent. Proposals must include a separate bid amount for this
item.
1.2.3
~: Assemble a data base of survey profiles referenced to NAD 1983
Long l.qland Lambert horizontal coordin,t~ and NAVD 1988 vertical coordinateS. Survey
data collected by the New York Department of State at fifteen pm-existing-monuments is
to be incorporated with the surveys collected by the contractor. Make a separate diagram
for each transect, overlaying the profile surveys collected to date. Post-Storm Surveys,
item 1.2.2, must be included in the data base and profile diagrams. Indicate data
collection dates for survey profiles for each transect line both graphically and by labeling.
Survey profiles shall be comp'fled electronically in the U.S. Army Corps of Engineers
ISRP format, in x,y,z coordinate data structure in ASCII, and in distance elevation pairs
from the monuments in either Quattropro 6.0, Paradox 5.0, or Excel 5 format. Ineinde
paper copies of the survey profiles as an appendix to the Draft Report, item 1.6.0, below.
SM-4
1.3.0
~: A Bathymetric Survey shall be taken ia March of- 199'8, along the
Long Island Sound shoreline of Southold, New York, near Matfituck Inlet. The area to
be surveyed is approximately 2500 fL x 7000 ft., located along the shore ia waters
between 3 and 25 fL deep. The western limit of the survey shall lie along a line 800 feet
west of the we.stem jetty at Mattituck Islet, with the eastern limit being 7000 feet to the
east. From the shoreline the survey shall extend at least 2500 feet seaward. Bottom
sediment in the survey area ranges from sand to cobbles with slight undulations (see Figure
1: BATh"YME'I~C SURVEY AREA, below).
Figure 1: BATHYMETRIC SURVEY AREA
1.3.1
.3.2
1.4.0
1.5.0
Thirty six (36) parallel transects, each 2500 ft. long and spaced 200 ft. apart shall be
surveyed along a shore perpendicular orientation (generally NNW to SSE) with data
readings taken along these transects at distances not more than 20 ft. apart. Horizontal
coordinates should be referenced to NAD 1983 and the vertical datum to NAVD 1988.
Survey readings must be made using either a high precision fathometer with appropriate
corrections or survey sled techniques. Potential error should not exceed +/- 1 ft.
Map of Bathymetric Survey: Provide a map showing the Bathymetric Survey results in
Long Island state plane coordinates, with contour lines at even 2 ft intervals, survey lines,
and survey depths recorded (scale 1" = 200'). The map shall be produced in both paper
and digital formats (AutoCAD DXF file format on 3.5H diskette). A 3.5" floppy disk of
the data in New York State Plane horizontal coordinates with depths in feet, in ASCII, and
x,y,z coordinate data mucture in either Quattropro 6.0 or Excel 5 format shall be prepared
for submission with the draft and final reports. Maps shall include datum, coordinate
system and accuracy information in accordance with the requirements in ~kppendix 1.
Bathymetric Difference Map: Produce a difference map utilizing the results of the
Bathymetric Survey, item 1.3.0, and the results of the most recent hydrographic survey
available covering the same area available from the National Geodetic Data Center
(NGDC), Boulder, Colorado. Determine areas of erosion and accretion, subdivide those
areas into smaller areas of two or three foot change increments and identify those areas
graphically on the Map. Provide coordinate system hash marks along map edges as well
as delineation of shoreline and cultural features to facilitate orientation. Provide a brief
Report with fmal datums, map accuracy, and with a quantitative summary of volume
changes within the map area. Final map products shall be produced in both paper (1 ~ --
200' scale) and digital formats (AutoCAD DXF file format on 3.5H diskette), with datum,
coordinate system and accuracy information in accordance with the requirements in
Appendix 1.
~I]_P~I~IaI~: Vertical aerial photography of the shoreline study area determined by
the Town of Soethold shall be taken in the spring as near as possible to the March survey,
item 1.2.1, Annual b'lo'vey$. The photography shall be color, stereographic, and at 1:9600
scale. Visible targets should be placed at the survey monuments.
Summary. of Beach Morphology: Provide a description of existing conditions including
temporal and spatial changes in morphology, and cross-shore and alongshore
morphological variations based on the data collected. Include a map showing the location
of significant morphological features including, but not limited to: the edge and toe of the
bluff, crest and toe of the dune, crest of the berm(s), bulkheads, jetties, low water step,
inshore trough, inshore ridge, and offshore bar(s). The map shall be produced in both
paper (1 ~ = 200' scale) and digital formats (AutoCAD DXF file format on 3.5~ diskette)
in accordance with the requirements in Appendix 1.
SM.-6
1.6.0 D~: Prepare a Draft Report with the following:
a) Monument descriptions with horizontal and vertical coordinates, line azimuth and
length, and a history of any monument replacement
b) Methods used to compile survey data
c) Printed copies of survey profiles
d) Bathymetric Survey map, as in item 1.3.1, above.
e) Bathymetric Difference map, as in item 1.3.2, above.
f) A complete set of the Year 1 aerial photos, as in 1.4.0, above.
g) Summary of beach morphology, as in item 1.5.0, above.
Deliver twelve (12) copies of the Draft Report to the Town of Southold prior to March 31,
1998.
1.6.1
P~nmfion: The contractor shall make a presentation on findings of the Draft Report for
Year 1 of the SttORg. IINE MONITORING PROGRAM to the Town of Southold,
Erosion Mitigation Work Group. The meeting shall be held in Southold Town Hall prior
to March 31, 1998, at a time convenient to members of the Work Group.
1.6.2
F_iaaL.Re4lmI: The contractor will produce a Final Report from the Draft Report,
incorporating all data collected through Year 1 of the SHORgI.INE MONITORING
PROGRAlvl, as well as written and verbal comments received within two weeks of the
~. The Final Report shall contain the complete copies of all products described
in Year 1: Scope of Work including full sets of maps in paper and digital formats.
Twelve copies of the F_illal. Jgtlg~ will be delivered to the Town of Southold prior to April
30, 1998. Two additional digital copies of the Report, complete with digital copies of all
map products in accordance with the standards in Appendix 1, shall be delivered to the
Town for distribution to the New York Department of State.
Year 2:
2.1.0 ~gllall..~Sary_~: Any monuments lost or dislodged prior to Year 2 surveys shall be
replaced by the contractor, using the same materials and techniques as the other contractor
placed monuments. For the shoreline from Duck Pond Point to ttorton Po'mt each of the
transects established by the monumentafion shall be surveyed twice, out to 15 feet below
mean low water, or to 1000 feet offshore, whichever provides the largest survey. One
survey shall be made in September of 1998, and one in March of 1999. The shoreline
from the western Town line to Duck Pond Point shall be surveyed once during March of
1999. Transects in bluff areas shall begin 25 feet landward of the top edge of the bluff.
Transects in dune areas shall begin at the base of the landward side of the dune. Transects
in bulkbeaded areas shall begin on the landward side of the bulkhead and include a reading
adjacent to each side of the bulkhead. If a transect crosses a bulkhead in front of a bluff
the March survey shall begin at least 25 feet landward of the top edge of the bluff, and
2.1.1
2.1.2
2.1.3
2.2.0
the September survey shall begin landward of the bulldlead if no change is noticeable in
the bluff. Readings along transects shall be taken every ten feet and at slope breaks.
]?oM-Storm Surveys: Each transect shall be surveyed to the same extent as in item 1.2.1,
Annual Surveys, after a major storm, if it should occur. Prior to conducting the Post-
Storm Surveys the Town of Southold shall provide written notice to proceed. Where
profile lines cross bulkheads in front of bluffs surveys shall begin on the landward side of
the bulkhead unless change is noticeable in the face of the bluff, in which case the survey
shall begin 25 feet landward of the top edge of the bluff. Transects shall be carried to the
full seaward extent. Proposals must include a separate bid amount for this item.
~: Assemble a data base of survey profiles mferonced to NAD 1983
Long Island Iambert horizontal coordinates aoA NAVD 1988 vertical coo~linates. Survey
data collected during Year 1 of this study as well as that collected by the New York
Depmh~ent of State at fifteen pre-existing monuments is to be incorporated with the Year
2 surveys collected by the contractor. Make a separate diagram for each transect,
overlaying the profile surveys coIlecmd to date. Post-Storm Surveys, items 1.2.2 and
2.1.1, must be included in the data base and profile diagrams. Indicate data collection
dates for survey profiles for each transect line both graphically and by labeling. Survey
profiles shall be compiled electronically in the U.S. Army Corps of ffagineers ISRP
format, in x,y,z coordinate data structure in ASCII, and in distance elevation pairs from
the monuments in either Quattropro 6.0, Paradox 5.0, or Excel 5 format. Include paper
copies of the survey profiles as an appendix to the Draft Report, item 2.5.0, below.
~tl~P~Iilgl3~: Vertical aerial photography of the shoreline study area determined by
the Town of Southotd shall be taken in the spring as near as possible to the March survey
described in item 2.1.0, Annual Surveys. The photography shall be color, stereographic,
and at 1:9600 scale. Visible targets should be placed at the survey monuments.
~tlll,~ll~: A Bath)metric Survey shall be taken in June of 1998, along the Long
Island Sound shoreline of Southold, New York, near Goldsmith Inlet. The area to be
surveyed is approximately 1000 ff. x I0,000 ff., located along the shore between
Goldsmith Inlet and Kenney's Road Beach, in waters between 3 and 25 ft. deep. The
bottom is sandy with slight undulations and a jetty is located at the moufh of Goldsmith
Inlet (see Figure 2: BA2ItYMErRIC SURVEY AREA, below).
The survey shall extend from the west side of the jetty at Goldsmith Inlet to the east side
of the Town Park at Kenney's Beach. Fifty one (51) mn.sects, each 1000 ft. long and 200
ft. apar~ will be surveyed along a shore perpendicular orientation (generally l'71xlW to SSE)
with data readings taken along these transects at distances not more than 20 ft. apart.
Horizontal coordinates should be referenced to NAD 1983 and the vertical datum to
NAVD 1988. Survey readings must be made using either a high precision fathometer with
appropriate corrections or survey sled techniques. Potential error should not exceed +/-
appropriate corrections or sur~ey sled techniques. Potential error should not exceed +/-
l ft.
Figure 2: BATttYM~C SURVEY AREA
2.2.1
2.2.2
2.3.0
2.3.1
2.4.0
Map of Bathymetric Survey: Provide a map showing the Bathymetric Survey results in
Long Island state plane coordinates, with contour lines at even 2 ff intervals, survey lines,
and survey depth~ recorded (scale 1" = 200'). The map shall be produced in both paper
and digital formats (AutoCAD DXF file format on 3.5" diskette). A 3.5' floppy disk of
the data in New York State Plane horizontal coordinates with depths in feet, in ASCII, and
x,y,z coordinate data structure in either Quattropro 6.0, Paradox 5.0, or Excel 5 format
shall be prepared for submission with the draft and final reports. Maps shall include
datum, coordinate system and accuracy information in accordance with the requirements
in Appendix 1.
Bathymetric Difference Map: Produce a difference map utilizing the results of the
Bathymetric Survey, item 2.2.0, and the results of a similar survey taken in 1996 by the
Depmiment of State. Determine areas of erosion and accretion, subdivide those areas into
smaller areas of two or three foot change increments and identify those areas graphically
on the Map. Provide coorrlinate system hash marks along map edges as well as delineation
of shoreline and cultural features to facilitate orientation. Provide a brief Report with f'mal
datums, map accuracy, and with a quantitative summary of volume changes within the map
area. Final map products shall be produced in both paper (1" = 200' scale) and digital
formats (AutoCAD DXF file format on 3.5" diskette), with datum, coordinate system and
accuracy information in accordance with the requirements in Appendix 1.
Summary. of Beach Mom_ hology: Provide a description of existing conditions including
temporal and spatial changes in morphology, and cross-shore and alongshore
morphological variations based on the data collected. Include a map showing the location
of significant morphological features including, but not limited to: the edge and toe of the
bluff, crest and toe of the dune, crest of the berm(s), bulkheads, jetties, low water step,
inshore trough, inshore ridge, and offshore bax(s). The map shall be produced ia beth
paper (1" = 200' scale) and digital formats (AutoCAD DXF f'de format on 3.5" diskette)
in accordance with the requirements in Appendix 1.
Correlate Morphology with Sediment Si~e: The Town will provide the results of a
Geophysical Investigation including on shore and off shore sediment analyses. For this
study the contractor shall compare the sediment analyses with beach morphology and
describe the relationship between changes in morphology and sediment ctmtent.
Preliminary. Re~onal Sediment Budget: Prepare a Regional Sediment Budget for the study
area using the results of the survey data including: the data collected by the New York
Department of State at 15 pre-existing monument locations, the results of the Year 1
Annual Surveys and Post Storm Surveys (if any), the Year 1 Bathymetric Survey and
Bathymetric Difference Map, the Year 2 Annual Surveys and Post Storm Surveys (if any)
and the Year 2 Bathymetric Survey and Bathymetric Difference Map. Include sand
sources, sinks and approximate magnitudes. Compute quantifies or quantity ranges into
and out of the inlets and adjacent beaches and bays where possible. Estimate the net
SM-10
sediment deficit to down drift beaches resulting from the jetties at Mattituck inlet and from
the jetty at Goldsmith Inlet and the Bittner and Lockman groins. Estimate the average
annual bypassing required to restore natural sedhnent transport at the inlets, including
assumptions and uncertainties. Also estimate inputs from west the Town line, around
Duck Pond Point and outputs east of Horton Point.
2.5.0 D_liffI_Illlg~: Prepare a Draft Report with the following:
a) Monument descriptions with horizontal and vertical coordinates, line azimuth and
length, and a history of any monument replacement
b) Methods used to compile survey data
c) Printed copies of survey profdes
d) A complete set of the Year 2 aerial photography
e) Bathymetric Survey maps. Provide one paper copy for each of the 12 Draft Report
copies.
f) A Difference Map, as in item 2.2.2. Provide one paper copy for each of the 12 Draft
Report copies.
g) A Sununary of Beach Morphology as in item 2.3.0, with one paper map copy for each
of the 12 Draft Report copies.
h) A Correlation of Beach Morphology with Sediment content as in item 2.3.1.
i) Preliminary Regional Sediment Budget as described in item 2.4.0.
Deliver twelve (12) copies of the Draft Report to the Town of Southold prior to March 31,
1999.
2.5.1
Presentation: The contractor shall make a presentation on findings of the Draft Report for
Year 2 of the SHORgl.rNE MONITORING PROGRAM to the Town of $outhold,
Erosion Mitigation Work Group. The meeting shall be held in $outhold Town Hall prior
to March 31, 1999, at a time convenient to members of the Work Group.
2.5.2
Fdllll_Ilgg~: The contractor will produce a Final Report from the Draft Report,
incorporating all data collected through Year 1 and Year 2 of the SHORI~I.INE
MONITORING PROGRAM, as well as written and verbal comments received within two
weeks of the ' ' . The Final Report shall contain the 6cnnplete copies
of all products described in the Year 2: Scope of Work including full sets of maps in paper
and digital formats.
Twelve copies of the ~ will be delivered to the Town of Southold prior to April
30, 1999.Two additional digital copies of the Report, complete with digital copies of all
map products in accordance with the standards in Appendix 1, shall be delivered to the
Town for distribution to the New York Department of State.
Year 3:
3.1.0
3.1.1
3.1.2
3.2.0
3.3.0
Annual_~ury_e~: Any monuments lost or dislodged prior to Year 3 surveys shall be
replaced by the contractor, using the same materials and techniques as the other contractor
placed monuments. For the shoreline from Duck Pond Point to ttorton Point each of the
transects established by the monumentation shall be surveyed twice, out to 15 feet below
mean low water, or to 1000 feet offshore, whichever provides the largest survey. One
survey shall be made in September of 1999, and one in March of 2000. The shoreline
from the western Town line to Duck Pond Point shall be surveyed once during March of
2000. Transects in bluff areas shall begin 25 feet landward of the top edge of the bluff.
Transects in dune areas shall begin at the base of the landward side of the dune. Transects
in bulkheaded areas shall begin on the landward side of the bulkhead and include a reading
adjacent to each side of the bulkhead. If a transect crosses a bulkhead in front of a bluff
the March survey shall begin at least 25 feet landward of the top edge of the bluff, and
the September survey shall begin landward of the bulkhead if no change is noticeable in
the bluff. Readings along transects shall be taken every ten feet and at slope breaks.
-Ps~z,~ll~Jll:~: Each transect shall be surveyed to the same extent as in item 1.2.1,
Annual Surveys, after a major storm, if it should occur. Prior to conducting the Post-
Storm Surveys the Town of $outhold shall provide written notice to proceed. Where
profile lines cross bulkheads in front of bluffs surveys shall begin on the landward side of
the bulkhead unless change is noticeable in the face of the bluff, in which case the survey
shall begin 25 feet landward of the top edge of the bluff. Transects shall be carried to the
full seaward extent. Proposals must include a separate bid amount for this item.
~!lT~L]~g~e~ll~: Assemble a data base of survey profiles referenced to NAD 1983
Long Island Lambert horizontal coordinates and NAVD 1988 vertical coordinates. Survey
data collected during Years 1 a~ 2 of this study as well as that collected by the New York
Department of State at fifteen pre-existing monuments is to be incorporated with the Year
3 surveys collected by the contractor. Make a separate diagram for each transect,
overlaying the profile surveys collected to date. Post-Storm Surveys, items 1.2.2, 2.1.1
and 3.1.1, must be included in the data base and profile dia~mmllS. Indicate data collection
dates for survey profiles for each transect line both graphically and by labeling. Survey
profiles shall be compiled elecUonlcally in the U.S. Army Corps of Engineers ISRP format
and x,y,z coordinate data structure, in ASCH and either Quattropro 6.0, Paradox 5.0, or
Excel 5 format. Include paper copies of the survey profiles as an appon~rtx to the Draft
Report, item 3.5.0, below.
~: Aerial photography of the shoreline study area determined by the
Town of Southold shall be taken in the spring as near as possible to the March survey
described in item 3.1.0, Annual Surveys. The photography shall be color, stereographic,
and at 1:9600 scale.
Re~onal Sediment Budget: Pmparo a Regional Sediment Budget for the study area using
the Preh'rninary Regional Sediment Budget item 2.4.0 and re,suits of the survey data
SM-12
including: the data collected by the New York Department of State at 15 pm-existing
monument locations, the results of the Year 1 Annual Surveys and Post Storm Surveys (if
any), the Year 2 Annual Surveys and Post Storm Surveys (if any), the Year 1 and Year
2 Bathymetric Surveys, and the Year 3 Annual Surveys and Post Storm Surveys (if any).
Include source~, sinks and approximate magnitudes. Compute quantifies or quantity ranges
into and out of the inlet and adjacent beaches and bays where possible. Estimate the net
sediment deficit to down drift beaches resulting from the jetties at Mattituck and Goldsmith
Inlet and the Bill,er and Lockman groins. Estimate the average annual bypassing required
to restore natural sediment tran~ ~mon at the inlets, including assumptions and uncertainties.
Also estimate inputs from west of the Town line, west of Duck Pond Point and outputs
east of Horton Point. Include discussion about structure impacts on sediment movement.
Summarize patterns and quantities of sediment moving through the study area, and
seasonal or storm generated variations. Show these summarized patterns, qnantities and
directions of movement on a map at the scale of 1: 10,0ff). The map shall bo produced
in both paper and digital formats (AutoCAD DXF file format on 3.5" diskette) in
accordance with the requirements in Appendix 1.
3.4.0
Summary. Beach Morphology: Provide a description of existing conditions including
temporal and spatial changes in morphology, and cross-shore and alongshore
morphological variations treed on the dam collected. Include a map showing the location
of significant morphological features including, but not limited to: the edge and toe of the
bluff, crest and toe of the dune, crest of the berm(s), bulkheads, jetties, low water step,
inshore trough, inshore ridge, and offshore bar(s). The map shall be produced in both
paper (1" = 200' scale) and digital formats (AutoCAD DXF ffie format on 3.5" diskette)
in accordance with the requirements in Appendix 1.
3.5.0
D_lil.fI_Re4lo~: px~pare a Draft Report with the following:
a) Up dated condition of monuments with horizontal and vertical coordinates, line a~irauth
and length, and a history of any monument replacement
b) Methods used to compile survey data
c) Printed copies of survey profiles, through the September 1999 survey.
d) A complete set of the Year 3 aerial photography
e) Regional Sediment Budget with map as described in item 3.3.0.
f) A summary of beach morphology as described in item 3.4.0. '-
Deliver twelve (12) copies of the Draft Report to the Town of Southold prior to March 31,
2000.
3.5.1
~: The contractor shall make a presentation on findings of the Draft Report for
Year 3 of the SHOR~.rNE MONITORING PROGRAM to the Town of Southold,
Erosion Mitigation Work Group~ The meeting shall be held in Southold Town I-Iall, prior
to March 31, 2000, at a time convenient to members of the Work Group.
3.5.2
~: The contractor will produce a Final Report from the Draft Report,
incorporating all data collected through Year 1, Year 2 and Year 3 of the SHORgl IN-E
MONITORING PROGRAM, as well as written and verbal comments received within two
weeks of the ~. The Final Report shall contain the complete copies of al/
products described in the Year 3: Scope of Work including full sets of maps in paper and
digital formats.
Twelve copies of the ~ will be delivered to the Department of State prior to
April 30, 2000. Two additional digital copies of the Report, complete with digital copies
of all map products in accordance with the standards in Appendix 1, shall be delivered to
the Town for distribution to the New York Department of State.
F. Products: Submission of these products should be included in the contractors time schedule
discussed in: D. Project Time Frame, above.
Year 1:
1.1
~lll~2~lL~lag~ - at least 80 must be placed plus replacements for any of the
15 pre-existing monuments placed by the Department of State.
1.2 Survey Profile Diagrams
1.3 a metm.
1.4 Map of Bathymetric Survey
1.5 Bathymetrie Difference Map
1.7 Summary. of Beach Morphology
1.9 ~
1.10
Year 2:
2.1
Monument Replacement - For any monuments that have been destroyed or
damaged
2.2 Survey Profile Diagr'ams
2.3
2.4 aat, mm am
2.5 Map of Bath.vmetrie S~r'v'~y '-
2.6 Bath.vmetric Difference Map
2.7 Summary. of P, each Morphology
2.8 Correlation of Morphology with Sediment Size
2.9 Regional Sediment Budget
2.10
2.11 ~
2.12
Year 3:
SM-14
3.1 Monument Replacement - For any monuments that have been destroyed or
damaged
3.2 ~urvey Profile Diagrams
3.3 ~,l~a~L,~lgOgIal~
3.4 p. egional Sediment Budget
3.5 Summary. of Beach Mom_ hology
3.6 ~
3.7 ~
3.8 Final R .c~rt
SM-15
ATTACHMENT 1: REQUIREMENTS FOR CONTRACT MAP PRODUCTS
GENERAL MAP PRODUCT REQUIREMI*.NTS
The following general cartographic requirements must be adhered to by the Contractor:
1) Map Products - The Division requ'mes delivery of digital map products, unless otherwise
specified in the Request for l~'oposal (RFP), that meet the spec'ffications outlined in this
GENERAL MAP PRODUCT REQUIREMENTS section and the ADDITIONAL DIGITAL
CARTOGRAPHIC Fl'HZ. REQ~S section. If analog map products axe required by
the RFP, they must meet specifications outlined in this GENERAL MAP PRODUCT
REQUIREMENTS section and the ADDITIONAL DIGITAL-READY MAP PRODUCT
REQUIREM~',NTS section.
2) Deliverable Format - All digital map and attribute table fries must be provided in Maplafo
4.0 for Windows95 format on 4 mm DAT tape, 8mm DAT tape, QIC-80 mpc, TR-1 tape, or 3.5"
floppy diskette media. Alternatively, the digital products may be provided in UNIX or PC
ARC/INFO binary or export format (.e00) or AutoCAD DXF format on the same media types
upon approval of the Division. All other digital formats require prior approval of the Division.
Coordination with the Division prior to submission of digital media is required to ensure
compatibility of the delivered materials.
3) Documentation - A data dictionary must be included along with the map files describing file
contents, file names, map projection, horizontal and vertical datums used, coordinate system,
R/VIS accuracy and log sheet, information sources and dates, the map maker and date of
preparation, and creation methodology. Data provided under federal funds must be provided in
a manner which meets Digital Ga)spatial Federal Geographic Data Committee Metadata Standard
as executed by Executive Order 12906, April 11, 1994, *Coordinating Geographic Data
Acquisition and Access: the National Spatial Data Infrastracture".
4) Map Accuracy - Unless otherwise sated in the RFP, all deliverable map products must
conform to National Map Accuracy Standards for horizontal and vertical accuracy as established
by the United Stat~ Bureau of the Budget, June 10, 1941, revised lune 17, 1947.'-For example,
for maps at 1:20,000 or smaller, not more than 10% of the well-defmed map points tested must
be more than 1/50 inch (0.508 mm) out of correct position. At 1:24,000, this tolerance translates
to a required horizontal accuracy of 40 feet. If by prior agreement with the Division the map
product does not conform to National Map Accuracy Standards, then a statement of actual map
accuracy should be included in the Documentation above. Furthermore, hydrographic surveys
and maps should conform to recommended accuracy standard proposed in the joint USGS, NOS,
Coastal Mapping Handbook, 1978, Melvin Elli.q editor, U.S. Government Printing Office,
Appendix 6.
SM-16
5) Datumq - Unless otherwise spec'ffled in the RFP, all map products should be referenced to the
North American Horizontal Datum of 1927 (NAD27) and the National Geodetic Vertical Datum
of 1929 (NGVD29).
ADDITIONAL DIGITAL CARTOGRAPItlC FrLI~. REQUIRE1VIENTS
The following cartographic construction requirements must be adhered to by the Contractor:
1) Edge-matching - All map sheets must be beth visually and coordinate edge-matched with
adjacent map sheets. No edge-match tolerance will be allowed. Attributes for splitable features
must also be identical.
2) Common Boundaries - All features that share a common boundary, regaxdless of map layer,
must have exactly the same coordinate position of that feature in all common layers.
3) Point Duplication -- No duplication of points that occur within a data string is permitted.
4) Connectivity -- Where graphic elements visually meet, they must be also digitally meet. All
confluences of line and polygon data must be exact; ~overshoots~, "undershoots', ~slivers*, or
"offshootsN are NOT permitted.
5) Line Quality -- A high quality cartographic appearance must be achieved. Transitions from
straight lines to curvilinear elements must be smooth, with angular inflections at the po'mt of
intersection. The digital representation must not contain extraneous data at a non visible level.
There should be no jags, hooks, or zero length segments. Any lines that are straight, or should
be straight, should be digitized using only two points that represent the I~eginning and ending
points of the line.
6) Polygon Closure - For area features being digitized, the last coordinate pair must be exactly
(mathematically) equal to the first coordinate pair. No line or polygon must cross it.serf except
to join at an actual confluence. Al1 digitized features across map boundaries must be edited to
effect smooth and continuous lines.
7) Graphic Precision - Positional coordinates for all digital graphic elements should not be
reported to a level of precision greater than one thousandth (.001) of a foot.
8) Digitizer Accuracy - The required RMS error for digitizer accuracy must be 0.003 or better
for digital map registration.
ADDITIONAL DIGITAL-READY MAP PRODUCT REQ~S
The following requirements for large scale, non-digital map products must be followed to facilitate
the future conversion of the maps to digital map products. All large format, non-digital map
products must be provided on stable base material at a scale stipulated in the RFP. The map
products must include an index map to all map sheets and thorough descriptions of all the
cartographic elements portrayed on the maps.
1) Base Map Media -- Ail maps must be created on Mylar or other stable base material.
2) Map Scale - All maps of a all, ilar series should be created using the same base scale. Unless
otherwise stated by the Division, all maps should be compiled at 1:24,000. If other map scales
are approved by the Division, where possible they will conform to standard map scales such as
1:9600; 1:50,000; 1:75,000; or 1:100,000.
3) Map Registration -- The maps must provide a minimum of four (4) comer and four (4)
interior ticks tied to USGS/NYSDOT quadrangle I_at/Long or NYTM coordinates. The maps
must be geometrically correct and should register when overlaid on the appropriate
USGS/NYSDOT quadrangle control ticks.
4) Map Title and Legend -- The maps must provide a title and legend block describing the
information contained on the maps, and including the Documentation and Damm~ information
requested in the GENERAL MAP PRODUCT REQUIREMENTS above and the map scale.
5) Cartographic Quality - The quality of all map line work and symbolization must conform to
items 1 - 6 in the map criteria set forth in the ADDITIONAL DIGITAL CARTOGRAP~C
FILE REQUIREMENTS section outlined above.
CONTRACT DATABASE STANDARDS
Delivery Media
All database and tabular files must be provided on digital media as specified above in Deliverable
Format. '-
Software Format
All database and tabular files must be provided in Borland's Paradox for Windows95 version 5.0
format. Other formats that are convertible to Paradox may be used with prior approval of the
Division.
Geographic Attributes
Database and tabular ftles that contain elements with a geographic reference must provide a
corresponding data field and a geographic coordinate pair for each feature location.
SM-18
SCHEDULE A PROGRAM NARRATIVE FOR
DUCK POND POINT & HORTON POINT COASTAL EROSION PROJECTS
1.0 Needs for thc Assistance
Tho Tmon of Southold is experiencing a severe erosion problem in thc vicini~' of
K:mn~.-"s Beach, which lies betxveen Duck Pond Point and Horton Point on Long
Island Sound. Thc Town proposes to use five studies to determine thc cause of thc
cresion and thc best means of mifig~ing damages.
2.0 R~ults or Benefits Expected
A Work Group has been formed by thc Town to make r.:ommendations to tile
Town Council on what mcasums would be appropriate to address thc erosion. In
orck.'r m make an informed decision, the Work Group needs more information on thc
m.~r~ of the ~rnsion. potential for damagm, and possiblc savings through actions
that max, be taken. Thc studies msa~.' to develop that information have been identified
as:
I. Benefits :~lysis
2. Environmental Inventor?'
3. Geophysical Analysis
4. Historic Shomtine .-~mlysi$
5. Shoreline Monitoring
Thc Work Group is also aware that this information will bc necessary for future
permit applimtions and cnginmring design to e.~J~.' out modifications along thc
simruiinc. Upon completion of thc stuth~ funded under this program thc Work
Group will make a recommendation to thc rcsponsiblc agenO' on specific measures
that could bc undertaken to mitigate thc erosion probtcm. Thc range of measures
under consideration includm:
A. No action
B. Brach Nourishment
C. Sand B.vpassing at Goldsmith Inlet Jc~.'
D. Pmports.' Acqmsirion
Thc To~n is involved in this projcc~ solcly in order to address thc concerns of
its cima-m _regarding ~.~'nsion. Thc Tm',~ denies that it has in :my ~va.x, muqed'~r
is liable tbr ~:msion problc,'ms. :md do~ not, by performing this study, ussumc
any financial or other rc~ponsibdi~' for undertaking remedial mm.sums. Thc
int'orma~on arnved at through these studies xvill be available for the usc of:my
public ag~,'ncS.' which undcm~k~ rcracdla/Jon.
3.0 Annroach
A. PI:tuning
With assistm~¢~ tbrm the N,.~,v York Occartmcnt of State thc Tox~ of
$outhold Erosion Work Group has der.eloped a Scope of Work tbr each of thc
pronosed smdi~, and a compruhc~ivc pretimina~.' budget. A brief description
o~ ~::h proposed study is .~mvidcd as
Benefits Analysis
Purpose: Thc purpose of thc BENEFITS ANALYSIS is to establish thc valuc that can be
prcscrvcd through erosion mitigation so th.,r thc responsible agon~' can determine an appropriate
coursc of action. Thro: means of erosion mitigation have been proposed and the Toxvn would likc
to identify which mcthed(s), if'any, arc suitable and cost cffcctivc. Thc BENEFITS ANALYSIS
~xSll cstin~atc the valuc of structures, propo~.', rccn:ation, habitat and other r~ources that will be
lost if no action is taken. Thc 'no action' losses will then be comparcd to estimates of`losses under
thc three erosion mitigation proposals. Thc anal.x~is must be flexible enough to allow for cvaluation
of mixed str-,rcgies combining txvo or all three of the crosion mitigation proposals. Damagc losses
and differences in losses must be estimated for t0 years in the fi~turc undcr the diffenmt mitigation
proposals, and under thrcc different wcadacr conditions. Anal.vsis and dam collccfion efforts of this
study must be sufficient to support Environmental Impact S~ts and dccision making by
xvhatcvcr agent' that undertakes mmediafion.
Products c.xpcc'md fi'om thc Bcnc'fi~s Arl~lysis:
a. Dral't report including maps of mcpected damages and dan'mgm under mitib~ion options
b. Presentanon of finds beforc thc Erosion Work Group
c. Final report with rmponses to comments
Environmental Invlntory
Purpose: To idenufv flora, fauna, and. cootogical communities that might be n~ativcty afro:ted by
an ~:ngim.'ured shorv~iinc modific~ion in the stud.',' ar~. Ecological communities shall bc definc,'d
according to thc descriptions provided in Ecological Communities of Ncxv York State. published by
thc New York Natur:J Hcfitage Pr%,ram. Species found in thc study ama that have been
rccognizcd as thrcatc.~xi or cndangcrcd at thc ,%,dcral level, or species reco~ized as endangcrctL
threatened, rare or ~.aloitably vulncmblc at thc sram Icvet shall be identified, as well as spoc!es
that ma',' appc,',',',',',',',',~r on s~'mal 'Watch Lists" of government agencies or conscrv~on o _rgomzanons.
Species'of economic importanm shall also be identified. Economically important spota~ shall.
include fish and sbeil fish for commercial or rccrcanonal catch, and other plant or animal s{x,-cies
curmndv harvested in thc smd2,.' arca. Thc IOCmon and lmbits of thc identified spoci~ wkhin thc
study a~a shall be :icscnbed so that projects can be managed in such a x~:x.x' rJmt ncg:mvc impacts
arc ~inimizcd. Data collcctcd for this study, must be suitablc for inclusion in a ~uturc EtS.
Producm ~xpectad ,':mm the Environmcntat [m, enmrs.: ,.
a. Prcliminm'v report with spccie~ d.~mhasc and maps of spccies distribution
b. Drat~ rc'Oo. ~ with basctinc water quails' information and time 'windov,'s" for x~x~rk in
scnsi[ivc =tess
c. Mags. inciuding cultural and nanwal t~amrcs, arens of time -windoxxs-. and ~.'xtent of'
ecological commanitim
d. Pmsen[annn of findings bcforc thc Erosion Work Group
c. Final re?,ort with res~onsc.s to commenm
Geophysical Investigation
?m-p. asa: To analyze beach s~em ~d:.
1. Lo~te ~ o~hore s~d sour:~ ~ ~deat qu~-~ ~ be u~d ~ a be~ ~o~e~
ur~e~ ~ ~e ~ ofKe~e~s B~ So.old, N~ Yo~ I~ is ~ ~at a
g~hor~ sour~ ~ lie ~ ~p~Y ~o ~ for ~ ~d p~ ;o ~'
2. Ideu6f7 ~. l~nd' sand source, s of-~,~eien~ qumitity to be used in a bea~ nou~i~hm~ut
proj~ in te vieX'ni~ of~erm.~7~s Beth, Southold, New York.
Dam ~om tNs study mus~ be suitaNe for infusion in s ]irm~ ETS
Historic Shordiae .:ku~i~
~m ~g ~d~ ~ a~ new su~ of ~g ~n~o~ ~o be p~ ~ p~ 0f
su-~:~ md pc=~m~e a~~on ~. Dm ~ll~ for ~ ~ ~ be
Shoreline .¥1]onitoring
?,'.r=cse: To man/mr beac5 pro~es i~ ,'.he m.~dy arm and d=mmine ~xis'dng b~ morphology,
:--.-:~cral variaxiom in morphology, and <]:,,,-~=y m"~ss-sho~ and aiongsho~ ,rariztions. Also, m
g=n;.."as a R~ional S~ime=: Budges ba~ed on :he monkof, ng dam and *.he s~,-.~iiic iir~:-amre.
Dam :cil-_.--..-d for ~ ~ORFT TN'E MONTi'_ 0R.ENG PROGR.A~,[ should be sui~abt¢ for
;inclusion ~ a furore ~S. I%e study mum provide appropriats Mforma~on for ~e d~ and
:,rnplemenzadon of m~--sures ~o m/'d~te e. rosien problems in the study ~
?roduas ,.,.cpcctcd from ',he Shoreline iVfonkoring
a. Placement of az less: 80 survey monumcms ~Iong ~'~o~e M~M~g r~lac~m~t of
a~ of 15 mo~mcnm pl~d by ~ D~ of Sm~e ~t ~ b~
b. Su~y ~ for ~ proMe ~ d~Mg ~oss ~o~ of~c b~
c. Vc~ ~ p~m~ ~e ~e ~ ~ ~dy ~
d. S~ ofb~ m~o~
f D~ ~o~ ~ ~o~ for ~ ~d m~o~ of~ ~ough e. ~ove
g. ~es~ ~e ~ ~ W~ ~
B. Schedule:
Und~ ~he pr~osed phn ofac~on, ~ To~rn ~ ~se m~ ~dy s~e~. The
~p~v~ by ~e W~ ~ ~d r~o~d a b~ ~ue pmpc~ ~r ~ ~y. ~uc
~p~ove ~ r~ol~on u~e ~,~'~ ~ud ~o~on of~ for ~ ~. ~g for ~e
s~es ~ ~ to be ~ fo~o~:
!. September !997 - Town of Souduotd ~d uhe Dep. zmmcm of En~ironm=-,ud
Conse:-, ~'azion msive on a c~ac: sg~---uemz w/:h NfS Ccmpu-aH~ L. pprov~.
2. Sep. r_.-mb~ 1997 - Tov~ of Sou-~hold da'~ws up co~ac:s for ~ individ,,I RYPs and
advm~dses for bid proposals.
3. Oc~ob~ 1997 '- D~m-~n~ns ofS~e revie~ bid .oroposais, makes pres~ons
Erosion Work C-rou~., au~ r~omm~d< a ~vorad propos~J ~r each s'mdy ~o the ScuXhold
Town Board.
4.. O~-,o~:r 1997 - The Town 'Aom'd ,~hor~z~ cow.~'~-~: a$'~,--z: on each of the
·nd co~,,.,,;,~ ~md/ng for _~,'h .:~'om uric Aid to LocMkies grant ~,~uged w4th the
5. N'ov~b~r Igg7 - Co~,~ ~ w/tfi the work. 'Fne Ben J,;. Am/ys/~'requi. 'res
I-Tts~or/c Shor-~ .~m/TS/S, znd *A=~Jor~ she !amir ~vo ~ze ~ ~nF.~iorkT. Tn=
C'-~phTsdcal Inv-~ must we/t ~ ~Ne w~ ~o ~t~e o~ ~
~d no ~ ~ d~d~ ~. Vn~e, ~ ~p~ ~on
~ ~ the low~ ~o~. Co~ ~ ~ pdd p~om ~th~ ~
for uhe Benei~s Anziysis, ~'~ironrn~--~--~ ~[ Inventory, Hi.~odc ShorMLn~ .4m~ys:,% and Shorelin~
Monkodng Progran. The DKz~ K~-.scm and Pr~on ~e C~ph~ L~e~dor. '~11
be ~de ~t ~Ms ~ k'w~u~ ~ows ~e workm be c~l~ed. FoHa~g m~ome :o
Total Estimated Cost of~e Work: ~297,000.00
k is anticip, a~i ~hat not all ofd~ ima;~ for ~e ~M~ ~ be ~ by ~e ~ 31,
1998 d~e. B~,,~e ~e ~g cf~e ism,~ ofco~s ~d s~ r~u~ for
some of~e ~r~ ~me ~ ~i~ ~ ~ ~o~ ~o~ ~d
~phy~ ~g~oa) ~y ~t be ca~l~ a ~e ~d ~e ~s~ y~. ~ae To~ of
So.old ~1 s~ ~afi~ of~he r~;,~;,~ ~.m co~l~e ~e ~ ~ ~e
1998-1999 ~ ~.
4.0~
The mem. of ~.~mc:.m for -dmie ~-d~dies I~es aong and n~ezr -.,he shorn b~'~'e~ Duck Pond
and Hor,~ll Point, ~. die To~ of Sour. hold, Suffolk Cotmz'/, Ne-,v Yoga
5.0,,S-r F,,n 'in- ~S-r Fun'in- < ,, -~ - ,.N'I.~ :he e:xir-, lundin., g 5~r :hese readies is thro ,e',~ugn the 1997-98
~r~ze Opera~orm md Aid :~ Loc2ii~ ~ for Duck Ford Point & ;¢orzon ?oint C~,~i
Erosion ?rojec.&
SCHEDULE B ESTIMATED PROJECT BUDGET
DUCK PONT) POINT & HORTON POINT COAST.kL EROSION PROJECTS
NYSDEC STATE AID CONTtGkCT NUMBER: C970008
RECIPIENT: TOWN OF SOUTFIOLD, SUFFOLK COU,.-NTY
Cost Category [ Amount
Recipient Expenditures for Employees' Salaries and Wages I
Recipient Expenditures for Supplies ~ud Materials ]
Recipient Expenditures for Travel ]
Recipient Expenditures for Contractual Sevices for Proposed
Studies Pertaining to Benefit .~aaalysis, Environmental Inventor/,
Geophysical .-knalysis, Historic Shoreline Analysis and/or Shoreline 3297,000
Monitoring
] Recipient Expenditures for Equipment [
Recipient Expenditures for Employees' Fringe Benefits I
i Total Estimated Expenditures S297,000
L:LD A'~Vv'~_ LOCAL~.SC H_g _9?.WP D
., ~ W.GROSSKOPF 16102688421 P. 01
OFFSHORE & COASTAL TECHNOLOGIES, INC. - EAST COAST
Engineering for the Marine Environment
500 Spencer Road
Avondale, Penn~rl'ranla 19311
Tel: (610) 268-0410 Fax: (610) 2~8-0421
FACSIMILE TRANSMI,qSION
To;
From:
Date:
Subj:
F~x No:
No. Pages:
Dear Barry:
I ara forwarding our proposed costs to perform the project but providing 12 draft reports and 12 final
reports which contain color copies of the am'iai photos in all reports and 2 sets of original aerial photos under
separate cover. This reduc~ the cost rehtivc to our ol"[ginal proposal which includes binding original aerial photos
in ever7 report copy. We will also provid~ a ZIPDISK which contalm color scam~ of the aerials at 300dpi md a
primer copy of the c~m f'fles. To do this, our proposed cost L~.'
Year I (except Post-Storm sm-cD, s): $70,850
Year 1 Post-Storm lairvey$: $26.500
Year 2 (except Po~t-$torm surveys): $69,500
Year 2 Post-Storm ~urveys: $27.(E0
Year 3 (except Post-Storm a'urvey$): $64,000
Year 3 Post-Storm allrv~j-s: $28,000
if you have any questions, please do not hesitate lo call.
Sincerely,
OFFSHORE & COASTAL TECHNOLOGIES, INC,
Vice Pr~ident
OFFSHORE & COASTAL TECHNOLOGIES, INC. - EAST COAST
Engineering for the Marine Environment
500 Spencer Road
Avondale, Pennsylvania 19311
Tel: (610) 268-0410 Fax: (610) 268-0421
21 October 1997
Ms. ludith Terry
Town Clerk
Southold Town Hall
53095 Main Road
Southold, NY 11971
Subject: Proposal to Perform Shoreline Monitoring, Duck Pond Point to Horton Point, New York
Dear Ms. Terry:
Please f'md attached our proposal and Qualificatiom Forms SF254 and SF255 for the subject
project. Please note the following highlights from our qualifications package:
- We have recently been chosen by the New York Department of State as the most qualified firm
to perform beach prof',ting at Jones Island and for post-storm beach profilinoo along the south
shore of Long Island, New York;
- We have coastal engineering expertise to assist the Town of Southold in making technically-sound
planning and on-site field decisions;
- OCTI has considerable proven experience in beach profile surveying and bathymetric surveying
throughout the region of interest including a knowledge of montunentation, navigation
requirements, risks, access requirements, in-water b~?a,-ds, and consistency with past surveys;
- Our modular equipment and Long Island field office (lt'amptan Bays) allow us to be on site
quickly and efficiently.
For references, please call Mr. David Rackmales, Planning Division, New York District Army Corps
of Engineers (212-264-9077), Dr. Fred Anders, New York State Department of State (518-474-6000),
or Mr. Larry Penny, Town of East Hampton (516-324-0496).
We look forward to working with you on this interesting project.
Sincerely,
OFFSHORE & COASTAL TECHNOLOGIES, INC. - EAST COAST
William G. Grosskopf, P.E.
Vice President and Coastal P-nLqneer
OFFSHORE & COASTAL TECHNOLOGIES, INC. - EAST COAST
Engineering for the Marine Environment
500 Spencer Road
Avondale, Pennsylvania 19311
Tel: (610) 268-0410 Fax: (610) 268-0421
Proposal to Provide Shoreline Monitoring
Duck Pond Point to Horton Point
Town of Southold, NY
21 October 1997
1. Introduction
Offshore & Coastal Technologies, Inc. (OCTI) regularly performs coastal surveys and
monitoring programs of all types including highly accurate beach profile surveys using sea sleds.
We have the capability to acquire bathymetric, hydrographic, topographic, and other surveys. Our
capabilities are used to support coastal engineering analysis and designs. OCTI combines coastal
engineering expertise with vast coastal beach profiling experience, providing an invaluable
understanding of the purpose of the project and the decision-making capability to adjust to conditions
found in the field after the storm;
OCTI has surveyed many large coastal areas including 213 beach profiles between Jones
Beach and Montauk Point semiannually for the past three years for the New York District, U.S.
Army Corps of Engineers. This has resulted in familiarity with operating conditions, potential
problems and the cost of efficient yet effective work in New York areas. We have also performed
beach survey work from Florida to New York for other Federal and State agencies.
The development of and results from OCTI's beach profiling system have become renown
throughout the Corps of Engineers. The Corps of Engineers Coastal Engineering Research Center
contracted with OCli to author Corps guidance (a Technical Note) entitled "Proper Techniques for
Surveying Beach Fill Projects". ' CERC has utilized OCTI data from a variety of field sites as input to
shore erosion models and has described in publications the accuracy of the system.
Some of the purposes of quantitative beach profile surveys are {but not limited to):
Pre-construction and post-coustruction data,
Design condition data,
Long term monitoring studies,
Pre-storm and post-storm data for beach profile model validation,
Post-storm surveys for emergency remedial beach restoration designs.
Our sled surveying system incorporates the highest q,,allty equipment and personnel. The
project team has coastal and licensed professional engineers to oversee the work. Our capabilities are
used to support coastal .engineering analysis and designs. OCTI's sea sled surveying capability
includes the following types of equipment:
Coastal survey sleds (towable by boat)
Vessel-mounted narrow beam sonar
Total survey stations (laser) with 6000-foot range;
Survey boat with digital fathometer, GPS and Loran;
Real time kinematic Global Positioning Systems CRTKGPS);
All other required equipment including prisms, rods, radios, etc.
The equipment is designed to acquire the most accurate possible coastal data from the dune or
bluff line to the depth of closure. OCTI's in-house software provides the ability to grid data, produce
cross-sections or contour plots, and statistical output. We also support the U.S. Army Corps of
Engineers ISRP file format for beach profile surveys. All data can be provided in any coordinate
system including State Plane. Based upon published analyses, the accuracy of the OCTI sea sled
system is better than +/- 0.05 feet vertically and 0. I feet horizontally. We have found that our sled
can be navigated within 5 feet of the theoretical profile line over 95 % of the time.
The data from field surveys is stored in a data collector and is then downloaded directly into
our AutoCad Computer Stations in the office through direct digital file transfer. The Cad technicians
then convert the data files into profile or contoured survey maps of the project area at any scale
desired. From the contoured survey maps, profiles can be generated at any location in the project
area and plotted at any scale. Proffies can be produced in ISRP (Interactive Survey Reduction
Program) format and/or ASCII 2D and 3D files and analyzed.
Through the use of direct transfer of computer files from previous surveys into AutoCad
computer stations or by digitizing previous surveys, profiles, beach templates or aerial photography,
we can then overlay each survey on the project area survey to show shoreline and profile changes
between surveys. Volumetric changes between surveys, profiles, and for beach fill templates can also
be determined automatically using AutoCad or ISRP routines.
With available staff, we can field up to 4 field crews simultaneously, which provides a
comprehensive post storm damage survey capability or large scale beach profile survey if ever
needed.
OCTI includes Air Photographics as its aerial photography subcontractor. Air Photographics
has considerable experience throughout the United States and has inhouse high resolution scanning
capabilities for electronic storage of photography in addition to its highly responsive photography
2. Background
Offshore & Coastal Technologies, Inc. - East Coast (OCTI) is a company which specializes in
coastal engineering and coastal data collection, including beach profiling and hydrographic
surveying. We recognized the need for high-accuracy beach profile data in 1986 and have continued
to ret'me beach profile sled systems since that time. As coastal engineers, we designed the sled
surveying equipment and teehniqlles that optirni~'e work products that are directly useful for
2
coastal engineering an~!yses, assessments and design. As our sled surveying systems have evolved,
participation in the design process by professional surveyors and Corps of Engineers personnel has
resulted in further enhancements, making our sled beach profiling techniques the fastest, most cost
effective, and aecm-ate available on the market.
As opposed to other firms which regard coastal beach profiling as a sideline business, OCTI's
primary businesses are coastal engineering and coastal beach profile surveying. Therefore we
continually invest in state-of-the-an advancements to our sled surveying systems and techniques. For
example, we are the commercial sponsor of the development of a remote-controlled autonomous
survey sled system.
OCTI has performed beach profile surveys using sled survey equipmem for over a decade.
We have collected hundreds of beach proffies using sled equipment along coastal areas from
Florida to New York. Our clients have included many Corps of Engineers District and the Corps'
Coastal Engineering Research Center (CERC). We recently authored, for CERC, the Corps of
Engineers Technical Note entitled "Guidelines for Surveying Beach Fill Projects" which includes the
delineation of the usage of a survey sled to obtain profile data of sufficient accuracy for Corps of
Engineers coastal project designs.
OCTI's primary sled system beach profiling objectives include obtaining the best possible
accuracy, highest level of work efficiency, and most consistent results (especially for repetitive
surveys of the same area), while max/rai~ing safety of bystanders, the field crew and the natural
habitat of wildlife along the coast. Offshore & Coastal Technologies, Inc. regularly performs beach
profile surveying using our in-house sea sled surveying system. In performing sea sled surveying in
coastal areas two considerations are very important: (1) Beach Profiling using a sea sled
surveying system requires a high level of experience {both in general and at the specific site of
interest) in order to collect a highly-accurate data set and to avoid field problems that can often
be llfe-threatening; (2) Data that is consistent with past surveys should be collected using
equipment and survey crews that are as similar as possible to those used in past surveys. During
the past 11 years, OCTI has developed a reputation for the highest-quality beach profde data possible
due careful development of inhouse systems and methods. Safety of the survey crew, which is the
highest priority on any field mission, is carefully considered by both the beach crew, where tow lines
are under hundreds of pounds of tension and bystanders are constantly wandering in harm's way, and
the boat crew, where tow lines and navigation around the surf line can be extremely hazardous.
In areas where rocky bottoms preclude the use of a sled surveying system, OCTI utilizes high
resolmion heave-compeusated fathometer systems manufactured by Iunerspace. These systems collect
data accurately relative to the water surface, which is corrected to the required datums using an
accurately placed tide gage. The gage is surveyed into its location using our real time kinematic GPS
system.
OCTI Beach Profile Sled Survey Past Proiect and Clientele Summary
OCTI has performed beach profiling sled surveys over the past decade for Corps of Engineers
Districts down the eastern seaboard including the New York District, the Philaddphla District, the.
Baltimore District, the Norfolk District, the Savannah Di~ttlct, the Jacksonville District and the
Corps of Engineers' Coastal l~',,n~nL~A'ing ResealT. h Centex (CERC).
3
I0. Use: lifts si)acc Io provide ;my addilional informalior~ or description t:,f resources supporting your firm's qualifications for dm proposed projccl.
OCTI BEACH PI OF'ILE
LOCATIONS USING
gia
Florida
PROJECT
SLED
Long
Iow Jersey
Delaware'
aryland
lnia
Island
Fire Island to Monlauk Point, Long Island, NY, New York Dislricl
April and October 1995, March and October 1996.
- 4 surveys of 213 Beach Profiles over 90 miles of coasl
- Prc-/posl-storm surveys at Wcsfllamplon Bcach, NY, 1997.
- hucrim beach fill evaluation survey, Westhamplon. 1997.
Island Beach State Park, NJ, for monitoring effect of Baroegat Soud,
Icily. for Coastal Engineering Rescarcb Center/Philadelphia District.
9/93, I 1/94, 9/95, 9196.
- 4 surveys of 22 Beach Profiles Along Approx. 6 miles of coasl
Long Beach Island, NJ, for monitoring effect of Barnegat Soud~ Jet~,
for Coastal Engineering Research Center/Philadelphia District, 9~93,
11/94, 9/95, 9196.
- 4 surveys of 23 Beach Profiles Along Approx. 7 miles of coast
Indian River, DE, Semiannual Monitoring of Shore Response to Sand
Bypassing, Philadelphia District, April/September, 1992, 1993, 1994.
- 6 surveys of 27 Beach Profiles Along 2 miles of coast
Ocean City, MI}, Baltimore District, 1986-1996
- 12 Semi- or Annual Fill Evaluation Surveys (28 Profiles)
- 3 Post-Storm Emergency Design Surveys (26 Profiles)
· 4 Pre- and PosI-Storm Fill Response Surveys (26 Profiles)
- 5 Surveys to Document Seasonal Response (11 Profiles)
- 3 Pro- or Mid-Construction Surveys (26 to 44 Profiles)
Assateagoe is., MD: Baltimore District and CERC, 1986-1996
- 3 Aonual Surveys. 1986. 1989. 1991 (15 Profiles)
- 2 Pre- and Post-Storm Surveys, 1995 (I0 Profiles)
2 Condition Surveys, 1995-96 (12 to 26 Profiles)
Sandbridge (Virginia Beach), VA, Condilion Survey. Norfolk
District, July, 1995
- 22 Beach Profiles Along Approx. 8 m!les of coast
Cumberland Island, GA, to Evaluate Effect of Submarine Channel on
Nearby Shorelines, for Coastal Engineering Research Center, 1992
- 24 Beach Profiles Along Approx. 7 miles of coast
Amelia Island, FL, to Document Change io Barricr Island Duc to
Engioeeriog Works (Navigation Cbannel) al Adjacent Inlcl, for Coastal
Eoginecting Research Ccotcr, 1992
- 24 Bcacb Profiles Along Approx. 7 miles of coast
STANDARD FORM 255 PAGE 11 (REV. 11-92)
10. Use thie space to provide any additional Information or description of resources (including any computer design capabilities) supporting
your firm's qualifications for the proposed project.
Plots of Twelve (12) Beach Profiles Collected at Ocean City, MD Using Offshore & Coastal Technologies, Inc. (OCTI) Sea Sled System and the
Standard Deviation of the Surveys With Distance Offshore. OCTl's Consistent and Accurate Approach Results in an Accurate Representation
of the Depth of Closure (about -24 Ft NGVD) Were A Standard Deviation of Less than 0.2 feet was Achieved.
(Stauble, D.Ko, W.G. Grosskopf and G.P. Bass, "Beach Nourishment Project Response and Design Evaluation: Ocean City, MD", U.S. Army
Waterways Experiment Station, Report CERC-93-t3, August 1993)
20'
IO3rd Sir eel
Dislonco Offshore.
~o~o
5500
Z
74lh $1reel
Dis f once Offshore. fl
3. Technical Approach
Description of Beach Profilin~ Sled Procedure and System
The OCTI beach profiling sea sled system consists of an onshore 3-man to 4-man survey crew
and a 2- to 3-man marine crew manning a boat which tows a large modular sled from the beach berm
out into the water to the desired water depth usually beyond the depth of closure (generally -25 to
beyond -30 feet NAVD in the New York District waters).
The 3- to 4-man beach profiling land crew consists of a coastal engineer, crew
chief/instrumem man, a rod man and a line handler. Occasionally, when sedimem sampling is
required, when survey control monumentation is not well organized onshore, when crowd control is
needed or environmental concerns require it, a fifth man will be employed on the onshore crew. All
onshore crew members have been extensively trained in the surveying procedures and other activities,
and are also well-trained in towline handling and water safety and rescue techniques. This is because
tow lines are under significant tension and much of the activity can occur in the shallow, yet
sometimes ba?ardous surf zone.
The main objective of the land crew is to accurately set up each beach profile survey, i.e.
establishing the location, bearing and instrument (total station) set up. They also establish the starting
location for the survey sled on the beach berm. The beach profile (cross section) is surveyed from
the landward extent of the profile, across any dunes or structures, out into the surf zone seaward of
the starting point for sled operation. Survey rods incorporate a base plate to assure consistent
penetration in beach sands at each data point location.
The sled is then towed offshore from the beach berm through the surf zone out to the seaward
extent of the profile, sometimes 2 miles or more. The land crew continues to collect data by
surveying the sled mast as it traverses offshore. The horizontal position of the sled and the elevation
of the survey target are collected at intervals of 20 feet or less throughout the profile while navigating
the sled within 10 feet of the desired profile line. Procedures for navigation and operation of the
towing vessel have been developed over the past decade and have resulted in no accidents or injuries,
although the ba?ards of vessel operation in and near the surf zone are significant.
The OCTI beach profiling sled is designed to be towable at speeds up to 3 knots and to
operate in wave conditions up to 7 feet (2 meters). The sled can operate in conditions that exceed the
sea conditions in which the tow boat can safely operate (usually waves of height 5 feet or less). The
sled consists of two manet's on which rides a frame which supports a mast. The mast height is
variable, depending upon the project requirements. We have employed mast heights exceeding
44 feet. The sled and ma.qt assembly is modular, allowing it to be transported to a beach site on a
small 12-foot boat trailer. The entire sled and mast can be assembled or disassembled by a 3-man
crew in approximately 45 minutes. The modularity of the 1800 pound sled allows it to be transported
and used in areas where access is difficult.
The sled runners are made of hardened steel with curved ends, allowing for the sled to ride
over obstacles up to several feet in height. The frame on which the mast is supported also provides
several (4) feet of clearance. The sled, approximately 10 feet wide and 12 feet long, can lean at
4
angles exceeding 50 degrees without capsizing. Despite surveying through inlet channels and other
steep areas, we have never capsized a sled.
The OCTI sled system also offers the following:
- mast tilt compensation to eliminate errors when data are collected on steep slopes,
- compensation for sled settlement and dig~ng to eliminate errors in the assumed sled mast height;
- three redundant automated real time sled positioning systems to guarantee that the sled traverses
the desired profile line;
- automated electronic data coLlection using Lietz SDR24 and SDR33 data reliable data collectors
and data backup in the field to laptop computer;
- daily onsite beach profile data processing and plotting for quality control in order to verify the
integrity, quality and compliance with project requirements through review of electronic data files,
hard copy cross section and plan view plots and the creation of multiple file backups;
- Beach profile data with demonstrated accuracies of 0.05 feet in reported elevation and 0.1 feet in
reported horizomal position.
4. Technical Proposal
Survey Proiect Plannin~
OCTI beach surveys are carefully planned in order to maximize the quality of the data and the
probability of accomplishing the project work scope within the contracted time schedule.
1. Prior to deployment in the field, the entire project area is reviewed in a reconnaissance field trip.
Survey and profile control is reviewed, established, or "beefed up" for each profile line with extra
control points or azimuth sources. Before any profiling, all monumentation work is completed using
real time kinematic GPS so that two monuments with established horizontal and vertical coordinates,
at a minimum, are available for each profile line.
2. At the same time, all arrangements for beach access are made, i.e. beach permits or access letters
from pertinent local authorities...These authorities express concerns, including precautions needed to
minimize the impact of our operations the environment (eg. endangered or migratory species).
3. Also prior to field work, the project area is compasCuientalized into longshore "closed system"
subareas where profiling operations ca~ start and stop without sedimem moving into or out of areas
yet to be surveyed. Surveys can be interrupted by a storm or physical delay. Such decisions are
always discussed in an interactive manner with the client before field work plans are modified.
4. Vessel and survey equipment deployment sites are established in advance of any survey. Access
points to the survey area are important considerations, both to start and end the survey and if the
equipment needs to be removed from the area on an emergency basis. Normally, public or municipal
entrances to the beach are used, with permission from local authorities.
5. OCTI has its own weather monitoring and wave forecasting system which provides detailed
nearshore wave and suffz~ne conditions as far as 4 days into the future. We fred this to be of great
5
value in identifying weather windows for field operations and has improved our fiel~i efficiency
immensely. Our monitoring of buoy data, water levels and nearshore wave gages operated by various
agencies will assist us in advising the Town of Southold about the potential value of any
particular event of various sections of the coast.
6. Just prior to departure on a beach profile survey, detailed checklists of equipment needed by the
sled survey crew are reviewed in detail to assure that all necessary items axe included in the survey
trucks and trailer. Specially-equipped survey trucks are used to provide reliable and safe driving on
each areas including during sea sled towing operations. Marine forecasts continue to be made using
inhouse computer models and NOAA broadcasts in order to identify appropriate conditions and a
length of weather window to accomplish a project or subarea within a project. If all conditions
indicate that field operations can begin, the sled survey crew moves all equipment to the project site.
Field Operations
1. Monumentation
Based upon having proper preparations performed as specified above, the field crew will be
able to immediately be~in work ur~on arrival in the field which will minimize costs. In Year 1, we
anticipate that monument placement will require approximately 8 days of real time kinematic GPS
crew time; however, in Years 2 and 3, we anticipate on 2 days will be required per year to replace
check monumem integrity and to replace lost or disturbed monuments. Real time kinematic GPS
(RTKGPS) equipment will be used to place monuments to within the required accuracy, and OCTI
already has that equipment calibrated for the area. Monuments will be 8'capped rebar or 6' heavy
steel fence posts, chosen at the option of the Town.
2. Annual surveys
Once monumentation is placed or recovered, beach profiling and hydrographic surveying will
begin according the techniques described earlier in the proposal and the specifications in the Request
for Proposals. Following each day's work profiles are test-ploned to verify the coverage of the data
and to assure accordance with tolerances required by the scope of work: Elevations measured to the
nearest 0.1 feet referenced to NAVI) 1988, h0dzontal positions for every point reported in feet away
from landward permanent monument along the prescribed azimuth in Long Is. Lambert State Plane
Coordinates, a maximum elevation difference of 0.5 feet between points on steep features, sufficient
number of points along the profile to ensure adequate description of all topographic and bathymetric
features and majors bresks in slope including dunes, bluffs, beach berms, scarps, steps, bars and
troughs, all data points within 10 ft horizontally of the established profile line azimuth, and collection
of subaerial and sub-aqueous portions of the profile on the same day.
3. Post-storm surveys
Post-storm surveys will be performed in a similar manner as annual surveys, once concurrence
is received from the Town of Southold. All procedures will be accordance with the Scope of Work.
6
4. Survey profile diagrams
Data collected via electronic log book will be downloaded and examined nightly and stored on
multiple media for quality assurance and security. Once back ia the office, the digital survey data are
re-examined, extraneous points are edited, and f'mal files are generated. The database will'be created
to include all survey profiles and NY Department of State data collected at the fifteen pre-existing
monuments. In years 2 and 3, prior data from this project will also be included on the diagrams.
Post-storm surveys will also be included. Separate diagrams will be created for each location,
overlaying the profile surveys collected to date. The digital survey data will be delivered in three file
types: U. S. Army Corps ISRP format, XYZ (ASCII) comma delimited flies with each point in Long
Is. Lambert State Plane Coordinates and the corresponding Z referenced to 1988 NAVD, and in
distance-elevation pairs from the monuments in Quattropro 6.0. English units will be standard. A
hard copy of all profiles will be submitted with the digital data disks.
5. Bathymetric survey
The bathymetric surveys will be surveyed using the sled system. It will work well and be
very efficient, tying all readings to shore-based monumentation directly. Horizomal coordinates will
be NAD1983, and vertical datum will be NAVD 1988. Error will be less than 0.1'.
6. Bathymetric and Bathymetric Difference Maps
A plan plot of the bathymetric survey results will be prepared in Long Is. state plane
coordinates with contour lines at 2' intervals and will include survey lines, depths and other features
at a scale of 1 ~ =200'. Paper plots and AutoCAD DXF formats will be prepared and electronic files
will be submitted on 3.5* floppy disk. The disk will also include ASCII XYZ and QuattroPm 6.0
files as described earlier. A difference map using the survey data will be prepared relative to the
most recent NGDC hydrographic survey data set. Areas of erosion and accretion will be delineated
as required. The coordinate system will be shown using hash marks, along with shoreline and
cultural features. A brief report will accompany the maps, as required in the work scope. All
mapping will be prepared in accordance with the Scope of Work.
7. Aerial photography
Vertical aerial photography will be take on the study area at the time of the spring surveys.
Visible targets will be placed at the survey monuments. A set of the 9'x.9' stereographic color aerial
photographs a scale of 1:9600 will be provided on semi-matte double weight photographic paper
affording stereographic coverage of the entire area.
8. Beach morphology summary
Existing conditions will be described including temporal and spatial changes ia morphology.
Cross-shore and alongshore morphological variations will be described. A map will be submitted that
will show the significant features of the bluff, dune, berm, structures, and nearshore/offshore bottom
features, as required in the work scope. The map will be produced in hard copy (1" =200') and in
AutoCAD DXF file format on 3.5' diskette, as required.
7
9. Correlate morphology with sediment size
Results of the Geophysical havestigation will be correlated with beach morphology and a
description of the relationship between morphology and sediment characteristics will be developed to
the extent poss~le.
I0. Regional sediment budget
A Regional Sediment Budget for the study area will be developed using the survey data,
including the NY Depaxunent of stare information, present and prior year profile and hathymetric
surveys, and difference maps. Sand sources and sinks will be quantified and located to the degree
possible. Calculatiom will be made as are possible in accordance with the Scope of Work.
9. Reports and Presentation
Twelve copies of annual draft reports will be submitted prior to March 31 of each year
containing the information listed in the Scope of Work. Annual presentations will be given to the
Town prior to March 31. Annual final reports will then be produced incorporating all comments
received within two weeks of the presentation. Ail required work products will also be submitted.
Twelve copies of the final report will be submitted along with two digital copies of the report and
map products in accordance with the Scope of Work.
Prooosed Costs
Year 1 (except Post-Storm surveys): $69,500
Year 1 Pnst-Storm surveys: $24,000
Year 2 (except Post-Storm surveys): $68,000
Year 2 Post-Storm surveys: $24,500
Year 3 (except Post-Storm surveys): $62,000
Year 3 Post-Storm stirvey-si $25,500
Aerial Photography
OCTI includes Air Photographi~ as its aerial photography subcontractor. Air Photographic~
has considerable experience throughout the United States and has inhouse high resolution scanning
capabilities for electronic storage of photography in addition to its highly responsive photography
unit.
5. Beach Profiling and Bathymetric Surveys: Representative Project Examples
OCTI-E has a long history of beach profiling projecta, e,pecially for the Corps of Engineers. Our
Corps. clients have included several Districts (New York, philadelphia, Baltimore, Norfolk, Savannah
and Jacksonville) and the Corps' Coastal Engineering Research Center. Our beach profiling projects
have included monitoring surveys, condition surveys, baseline surveys, surveys to assess the
effects of adjacent coastal structures or channels, fast-response pre- and post-store surveys,
8
seasonal surveys, and research project surveys.
Representative projects are as follows:
- Beach profile survey using sled of ocean-facing beaches along the south shore of Long Island, fi.om
Fire Island Inlet to Montauk Point, NY, for the New York District. 213 beach profiles (68 with sled)
were surveyed in Fall 1995, Spring 1996, Fall 1996, Spring 1997. Sled profiles extended from the
dune line to beyond -30 ft NAVD. Surveys covered nearly 83 miles of coast. These surveys have
provided extr~e familiarity with access, monumentation and operational issues from Fire Island
Inlet to Montauk Point.
~ Beach profile survey using sled of ocean-facing beaches along the south shore of Long Island, from
Fire Island Inlet to Montauk Point, NY, for the New York District. 126 sled profiles were surveyed
in Spring 1995 from the dune line to beyond -30 ft NAVD along nearly 80 mi. of coast. April 1995.
- Beach profile survey of ocean-facing beaches at Indian River Inlet, DE, for the U.S. Army Corps,
Philadelphia District. Fifteen sled profiles and 12 wading profiles were surveyed in October 1992,
April 1993, December 1993, March 1994 and October 1994 from dune line to -30 ft NGVD using
sea sled to monitor evolution of shoreline and effect of bypassing operations (about two miles of
beach);
- Beach profile survey of Island Beach State Park and Long Beach Island, NJ, for Coastal
Engineering Research Center. Twenty two sled profiles and 20 wading profiles were surveyed in
September 1993, October 1994, and September 1995 from dune line to -30 ft NGVD using sea sled in
order to monitor performance and effect of new jetty at Barnegat Inlet (about 7 miles of beach);
- Beach profile survey for pre- and post storm damage assessment and reconstruction planning,
Ocean City, MD, for Baltimore District. Twenty-six profiles were surveyed in December 1992, June
1993 and September 1993, from dune line to -30 ft NGVD using sea sled to quantify reconstruction
templates (about 7 miles of beach);
- Beach profile survey of Cumberland Island, GA, and Amelia Island, FL, (two barrier islands) for
Coastal Engineering Research Center. Fifty-two profiles were surveyed in May 1992, from dune line
to -30 ft NGVD using sea sled ~ order to assess sand bypassing at jetty and effect of jetty and
navigation channel on coastal processes/beach erosion on barrier beaches (about 16 miles of beach);
- Seasonal beach profile surveys of Ocean City, MD, 1987-1993, for Baltimore District, to monitor
the beach condition and evolution of fill project using sea sled system from dune line to -30 ft NGVD
(about 7 miles of beach);
- Annual beach profile surveys of Assateague Island, MD, 1987-1992, for Baltimore District and U.S.
Park Service, to monitor beach conditions and performance of jetty systems at north end of island
(about 5 miles of beach);
- Beach profile survey for pre- and post storm beach assessment, Ocean City, MI), for Baltimore '
District. Twenty-six profiles were surveyed after three storms in 1990-91, from dune line to -30 ft
NGVD using sea sled to aid in developing a beach and dune erosion model;
9
- Beach profile survey for pre- and post-construction assessment of beach fill, Ocean City, MD, for
Baltimore District. Twenty-six profiles were surveyed to provide construction quantities and
templates and to check construction progress, March 1994 and September 1994, from dune line to -30
ft NGVD using sea sled to aid in developing a beach and dune erosion model.
Please refer to the SF254's for additional project listings.
10
7. Brief Resume of Key Persons, Specialists, and Individual Consultants Anticipated for this Project
a. Name and Title
William G. Grosskopf, P.E., Vice President, Coastal Engiueer,
Principal-In-Charge
b. Project Assignment
Overall Management of Surveying Projects
c. Name of Firm with which associated:
Offshore & Coastal Technologies, Inc.-East Coast
d. Years experience: With this Flrm_~_ With other Firms"/
e. Education: Degree(s)/Year/Speclallzation:
BCE/1977/Civil Engineering, University of Delaware
MCE/1979/Civil (Coastal/Ocean) Engineering, Univ. of Delaware
MBA/1986/University of Maryland
f. Active Registration: Year First Registered/Discipline:
1983/Professional Engineer/Civil
g, Other Experience and Qualifications relevant to tile proposed
project:
Mr. Grosskopf will have overall corporate responsibility of OCTI for diis project. Itc
has over 15 years of experience in the fields of coastal and ocean engineering and in
many coastal beach profiling and surveying projects throughout the U.S. Mr.
Grosskopf developed the inhouse sled surveying system which includes 12 years of
evolution and refinement to optimize efficier~cy and accuracy.
In 1993, the Coastal Engineering Research Center contracted with OCTI to have Mr.
Grosskopf aulhor the Corps of Engineers Technical Note entitled "Guidelines for
Surveying Beach Nourishment Projects."
Mr. Grosskopf has managed beach profiling projects that total nearly 2000 sled
profiles throughout the Adantic coast of the U.S. including:
Fire Island to Monlauk Point Beach Profiling Project (with Sled), Long Island,
NY, for U.S. Army Corps, NY, Spring, Pall 1995, Spring 1996: Supervised and
performed extensive high resolution survey of 126 (sled) beach profiles or 213
wading/sled profiles along the southern shore (Atlantic coast) of Long Island.
Managed tho project so that it could be completed between late March and early May
1995 to avoid impacts on plovers. Data collected from inside dune line to -30'NGVD.
Atlantic Coast Srorm Protection Project, Ocean City, MD, for U.S. Army Corps,
Baltimore District, 1986-96.: Over 19 separate surveys of Iht~ beach fill project from
the dune line out to ~30 feel NGVD; performed the pre-project survey in 1986.
followed by 3 post-fill surveys in 1988-89. Seasonal surveys perfnrmcd from 1989-
cmldltlons In 1989~ 1991 and 1992. This is considered to bc thc best bcach flu
Indian River Benches, Delaware, fi~r U.S. Army Corps, Philadelplda District, 1992-
94: Supervised and performed extcnsivc high resolution survey of beaches to thc norlh
and soulb of ibc inlet using OCTI's high resolution sled surveying system extending
front dune line to -25 feet NGVD in Atlantic Ocean. Data used to evaluate sand
bypassing system.
Long Beach Island ami Island lleach State Park, NJ, fi)r U.S. Army Corps, CERC,
1993-95: Supervised and performed survey of 14 miles of Atlantic Ocean shoreline
using OCTI's high resolution sled system front dune line to -30 feet NGVD in Atlantic
Ocean.
Assateague National Seashore, Maryland, for U.S. Army Corps, Baltimore District,
1986, 1988, 1990, 1994: Supervised and pertbrmed extensive high resolution survey
of Assateague using OCTI sea sled system extending from dune line to -35 feet NGVD
in Atlantic Ocean,
Cumberland Is., GA and ,Mnelia Is. FL, Sled Beach Profile Survey, for Coastal
Engiueering Research Center, 1992. High resolution survey using OCTI sled
equipment of a 21-mile stretch of coastline to assess the effects of inlet channel on
adjacent beaches.
STANDARD FORM 255 PAGE 8 (REV.'It-92)
i7. Brief Resnme of Key Persons, Specialists, and Individual Cmtstfltants Aaticipated for this Project
a. Name and Title
Daniel L. Behnke, P.E., Seuior Coastal Engineec/Field Project
Manager
b. Project Assignment
Management and Performance of Beach Profile Operations
c. Nante of Firm with which associated
Offshore & Coastal Technologies, Inc.-East Coast
d. Years experience: With this Firm6 With other Firms 10
e. Edncatlon: Degree(s)/Year/Speclalizatim~
BCE/1975/Clvll Engineering, University of Alaska
MCE/19gOICIvll (Coastal/Ocean) Engineering, Univ. of Delaware
f. Active Registration: Year First Reglstered/Dlsclplhm
..
198 l/Professional Engineer/Civil
g. Other Experience and Qualifications relevant to the proposed
project: Mr. Bchnke has managed and performed coastal/ocean
engineering projects and beach profiling operations throughout the
country. Project examples are as follows:
IIEACII PROFILE SURVEYING INCLUDING SURVEY SLED
OPERATIONS
Fire Island to Montank Point Beach Profiling Project (with Sled),
for U.S. Army Corps, NY District, Fall 1995, Spring 1996. Sled
Surveying: Managed day-to-day operations of sled survey of 213 beach
profiles along 83 miles of Atlantic Ocean shoreline. Sled data extended
from landward of dune line to beyond -30 ft NGVD.
Fire Island to Montauk Point Beach Profiling Project (with Sled),
for U.S. Army Corps, New York District and Erdman, Anthony, Assoc.,
lac.. Spring 1995. Sled Surveying: Managed day-to-day operations of
sled surveying operation of 126 beach profiles along nearly 80 miles of
Atlantic Ocean shoreline. Data extended from landward of dune line to
beyond the -30 ft NGVD contour.
Sandbridge, VA Bench Profiling Project (with Sled), for U.S. Army
Corps, Norfolk District, Summer 1995. Sled Surveying: Managed day-
to-day operations of sled surveying operation of 22 profiles along 7 miles
of severely eroded beacbes including bulkheaded and sandbagged areas.
Long Beach Island aud Island Beach State Park, NJ, Beach Proflliag
Project (with Sled), for U.S. Army Corps, Coastal Engineering
Research Center, Fail 1993-96. Sled Surveying: Managed day-to-day
operations of sled surveying operation of 28 profiles along 15 miles of
severely eroded beaches which included groins, jetties and limited access.
Klug's Beach Profile Projecl, Cmnberlaud lslmtd, GA and Amelia
Island, Florida (with Sled), for U.S. Army Corps, Coastal
Engineering Research Center, Spring 1993. Sled Surveying: Collected
beach profile data on 52 beach profiles in the Atlantic Ocean along
approximately 15 miles of severely eroded beaches on two barrier islands.
Athmtic Coast Storm Protection Project, Ocean City, MD
for U.S. Army Corps, Baltimore District, 1990-96. Sled Beach
Surveying: Participated in twelve high resolution surveys (8 post-storm)
of the Ocean City beach fill project using OCT1 sea sled system extending
from the dune line to approximately -35' NGVD.
Assateagoe National Seashore, hiD, for U.S. Army Corps, Balti~nore
District, 1990. Participated in the extensive high resolution survey of
Assateague usiag OCTI sea sled system extemliag from dune line to -35
feet NGVD in Atlantic Ocean.
STANDARD FORM 255 PAGE 8 (REV.11-92)
?. Brief Resume of Key Persons, Specialists, and Individual Consultants Anticipated for this Project
a. Name and'Title
David L. Benze, Chief, Beach Profiling Marine Operations
b. Project Assignment
Design and Maintenance of Marinc Sled Systems. Manager of Sled
Towing Operations
c. Name of Firm with which associated
Offshore & Coastal Technologies, Inc.-East Coast
d. Years exporiencc: With this Firm 8~ With other Firms 20
e. Education: Degree(s)/Year/Specialization
MEng/1967/Mechanical Engineering, Fairleigh Dickinson University
L Active Registration: Year First Registered/Discipline
g. Other Experience and Qualifications relevant to the proposed
protect: Mr. Benzc has designed, constructed and operated the marine
aspects of the OCTI beach profiling systems. Examples of Ilia experience
are as follows:
BEACI1 PROFILE EQUIPMENT DESIGN AND CONSTRUCTION
Mr. Benze has contributed significantly to tile design of OCTI beach
profifing sea sleds, from the first desigu in 1986 to today's advanced
modular design. As a mechanical engineer, his expertise has led to
advanced mast designs, sled rnnner and fi'amc refinements and
specification of towing procedures. He personally supervises all
marine towing operations to assure that all equipment is assembled
and operated with nmximum efficiency, accuracy and safety.
REPRESENTATIVE PROJECT EXPERIENCE
Fire Island to Montauk Point Beach Profiling Project (with Sled),
for U.S. Army Corps, New York District and Erdman, Anthony,
Assoc., Inc., Spring, Fall 1995, Spring 1996. Sled Surveying:
Managed day-to-day marine operations of sled surveying operation of
beach profiles along nearly 83 miles of Atlantic Ocean shoreline.
Sandbrtdge, VA Beach Profiling Project (with Sled), for U.S. Army
Corps, Norfolk District, Summer 1995. Sled Surveying: Managed day-
to-day marine operations of sled surveying operation of 22 profiles along
7 miles of severely eroded beaches.
Long Beach lslaml and Island Beach State Park, NJ, Beach Profiling
Project (with Sled), for U.S. Army Carps, Coastal Engiueerlng
Research Center, Fall 1993-96. Sled Surveying: Managed marine
operations of sled anrveying operation of 28 profiles along 15 miles of
severely eroded beaches which included groins, jelties and limited access.
King's Beach Profile Project, Cmnberland Islaud, GA and Amelia
Island, Florida (with Sled), for U.S. Army Corps, Coastal
Engineering Research Center, Spring 1993. Sled Surveying: Collected
beach profile data on 52 beach profiles in the Atlantic Ocean along
approximately 15 miles of severely eroded beaches on two barrier islands.
Atlantic Coast Storm Protectiou Project, Ocean City, MD
for U.S. Army Corps, Baltimore District, 1986-96. Bathymetric
Surveying and Beach Surveying: Participated in 22 oxtensivc high
resolution sled surveys of the Ocean City, MD beach fill project.
Assateagne National Seashore, MD, for U.S. Army Corps, Balfimore
District, 1986-96. Participated in six extensive high resolution surveys
of Assateague using OCTI sea sled system extending from dune line to -
35 feet NGVD in Atlantic Ocean.
STANDARD FORM 255 PAGE 8 (REV/I'I-92)
7. Brief Resume of Key Persons, Specialists, and Individual Consultants Anticipated for this Project
a. Name and Title
Richard J. McGeehan, PLS
b. Project Assignment
Supervision of Surveying Procedures, Collection of Sled Profile
Data
e. Name of Firm with which associated
Offshore & Coastal Technologies, Ine.-East'Coast
d. Years experience: With this Firml With oilier Firms 24
e. Education: Degree(s)/Year/Speciallzation
BA/1969/Mathemafics, American University
f. Active Registration: Year First Registered/Discipline
PLS/1987/Licensed Sur~,eyor/New Jersey//34012
PLS/1987/Licensed Surveyor/New York
g. Other Experience and Qualifications relevant to the proposed
project:
Mr. McGeehau has beeu responsible for surveying operatious
for engineering applications for over 20 years. At Offshore &
Coastal Technologies, Inc., Mr. McGeehan will oversee
surveying procedures, data handling and quality control, and
data reduction.
Until recently joining OCTI, Mr. McGeehan has performed a
variety of surveying projects in Gloucester County, NJ'. Those
projects included highly accurate first order monumentation for
road construction projects and construction-related pre- and
post-construction surveys for roadway projects. Mr. McGeehan
has significant experience in producing CAD products and
deliverables for all types of surveying projects.
Mr. McGeehan has over 20 years of experience in the operation
of the range of surveying equipment including total stations,
GPS and auxiliary devices employed during beach profiling
operations.
STANDARD FORM 255 PAGE 8 (REV. 11-92)
7. Brief Resume of Key Persons, Specialists, and Individual Consultants Anticipated for this Project
REPRESENTATIVE PROJECT EXPERIENCE
a. Name and Title
Richard Benze, Field Survey Technician
b. Project Assignment
Field Survey Technician
c. Name of Firm with which associated
Offshore & Coastal Technologies, Inc.-East Coast
d. Years experience: With this Firm 2~ With other Firms 27
e. Education: Degree(s)/Year/Specialization
1966/Electrical Engineering, RCA Institute of Electronics
f. Active Registration: Year First Registered/Discipline
g. Other Experience and Qualifications relevant to time proposed
project: Mr. Benze participates in all phases of beach profile surveying,
primarily in the areas of implementation of towing equipment, rodman
duties, field equipment management and maintenance, and sediment
sampling. Representative projects are as follows:
Fire Island to Montauk Point Beach Profiling Project (with Sled),
for U.S. Army Corps, New York District and Erdman, Anthony,
Assoc., Inc., Spring, Fall 1995, Spring 1996. Sled Surveying:
Maintenance and operation of towing equipment, vehicle operation,
sediment sampling, and rodman duties on inland and upper beach areas-
for beach profiles along nearly 83 miles of Atlantic Ocean shoreline.
Sandbridge, VA Beach Profiling Project (with Sled), for U.S. Army
Corps, Norfolk District, Smnmer 1995· Sled Surveying: Maintenance
and operation of towing equipment, vehicle operation, sediment sampling
and rodman duties on inland and nppcr beach areas for 22 profiles along
7 miles of severely eroded beaches.
Long Beach Island and Island Beach State Park, NJ, Beach Profiling
Project (with Sled), for U.S. Army Corps, Coastal Engineering
Research Canter, Fall 1994-96· Sled Surveying: Maintenance and
operation of towing equipment, vehicle operation, sediment sampling and
rodman duties on inland and upper beach areas for 28 profiles along 15
miles of severely eroded beaches which included groins, jellies and
limited access.
Atlantic Coast Storm Protection Project, Ocean City, MD
for U.S. Army Corps, Baltinmre District, 1994-96· Batbymetric
Sorveying and Beach Snrveying: Participated in maintenance of field
equipment and rodman duties for 6 extensive high resolution sled surveys
of 28 beach profiles along the Ocean City, MD beach fill project.
Assateagne National Seashore, MD, for U.S. Army Corps, Baltimore
District, 1995. Participated in two exteasive high resolution surveys of
Assaleagoe nsing OCTI sea sled system extending from dune line to -35
feet NGVD in Atlantic Ocean.
STANDARD FORM 255 PAGE 8 (REV. 11-92)
7. Brief Resume of Key Persons, Specialists, and Individual Consultants Anticipated for this Project
a. Name and Title
Howard N. Lee, Computer Progratnmer, CAD Specialist
b. Project Assignment
Data Processing, CAD Operation, Formulation of Deliverables
c. Name of Firm with which associated
Offshore & Coastal Technologies, Inc.-East Coast
d. Years experience: With this Fh'nt 8.~8_ With other Firms 8__
e. Education: Degree(s)/Year/Speclalization
1979/BA/Misslsslppi State University
f. Active Registration: Year First Registered/Discipline
g. Other Experience and Qualifications relevant to the proposed
project: Mr. Lee has significant experience in the programming and
operation of computers and in developing products using engineering data.
His qualifications as related to this project are as follows:
REPRESENTATIVE PROJECT EXPERIENCE
Fire Island to Montauk Point Beach Profiling Project (with Sled),
for U.S. Army Corps, New York District and Erdman, Anthony,
Assoc., Inc., Spring, Fall 1995, Spring 1996.
- Developed data reduction and editing software to produced
electronic and hard copy of data for delivery to client. Software
included field-usable plotting for data review on site.
Shoreline Survey of Pnnta Luqtdllo, Puerto Rico, for private
developer, Puerto Rico, 1991:
- Operated survey total station for collecting beach profiles along
approxbnately 5 miles of beach.
- Performed Instrument operation for settlug mouumentatlon along
the coastal area.
- Developed software for processing of beach profile data and for
developlug nmpplng files.
lhunpton Roads Tnnnel, VA, River Cross Section Survey, for Weeks
Construction, 1986:
- Developed software for collectiou and field review of depth sounding
and position data.
- Operated and maintained on site cmnputer during construction.
Atlantic Coast Storm Protection Project, Ocean City, MD
fur U.S. Army Corps, Balthnore District, 1989-96. Bathymetric
Surveying attd Beach Surveying: Participated in development of digital
terrain mapping files for presention of beach profile data for 8 extensive
historic high resolution sled surveys of 28 beach profiles along the Ocean
City, MD hcach fill project.
Mr. Lee has participated In nmnerous other projects reqnlrlng the
preparatimt of mapping and beach profile data files based upon
hydrographic survey data, for projects sncb as the Townsend's hflet
to Cape May hdet Feasibility Study (l'hiladelphia District), the
Absecon hdet Feasihility Stndy (Philadelphia District) and m,merons
offshm'e condilion studies itt lite Gulf of Mexico attd overseas.
STANDARD FORM 255 PAGE 8 (REV. 11-92)
J STANDARD
FORM (SF)
254
Archileci-Engineer
and Relaled Sm'vices
I. Firrn NDme/Busmess Address:
Offshore & Coastal 'rechnologies, Inc. ~ East Coast
500 Spencer Road
Avondale, PA 19311
Tel: (610) 268-0410
Fax: {610) 268-0421
Federal ID 52-1411104
Eslablisl)ed
3. Dale Prepared:
February 1997:
1981
4. Specify lype et ownership and check below, il
applicable.
ACASS #026416A x I~ Sm,. Busines~
[] Parent Company [] Branch or Subsidiary Oil)ceJ C. Woman-owned Business
Former Parent Company Name(s). if any. and Year(s) Eslabfished:
OueslionnaJre
la. Submittal is for
Name gl Parenl Company. il any:Shorelines, InD./ Sa.
Names et nol mo, o Ihan Two Principals lo Contacl:~ Title/Telephone
1) Mr, William G. Grosskopf, Vice President (610) 268-0410
2) Mr, Daniel L, Behnke, Senior Engineer (610) 268-0410
Present Olfices: Oily / State ~ Telephone f ~';o. Personnel Each Olfice
7a. Total Personnel. 12,
Avondale, PAI610-268-041018
Potomac, MDI301-299-428713
Sandwich, MA/508-888-6999/1
~ '~'~en~onn""--el'by Discipline: (Lisl each person Only once. by primary function,)
,2 Adminislrative
Archilects
-.. qhemical Eng~neer~
* Civil Engineers
__ . Ecotoglsts
Electrical Engineers
Estimators
Geologists
.... HydrOIoglsts
Landscape Architer:ts
1 . Mechanical Engineers
___ Mining Engineers
Oceanographers
Planners: Urban/Regional
Sanilnry Engineers
Soils En01neers
Specification Wriler s
Structural Engineers
Surveyors
Transportauon Eau,nears
Coastal Engineer
3 E ~nclineerinfl T_echnician
"capability provided
9. Summary of Prolesslonnl Services Fees
Recmved: (Insert index number)
1996 1995
O~recI Federal conlrncl work. itl¢:lu[lln{.) overseas 4 4
All other domushc work 4' 4
All olher IOrelOrl work'
'F~r,ns .lle~esll~d .i Iormgn w~.k. hul wdhoul Su(:ll Oxpor once check
by employee already listed
Lasl 5 Years (most recent year lirsl)
1994 1993 1
4 4 3
3 3 3
2 1 2
INDEX
2. $100.000 to $250.000
3. $250000 io $500.000
10. Profile of Firm's Project Experience, Last 5 Years
Profile Code
1) 201
2) 102
Number of
Projects
21
Total Gross
Fees
($ I ooO's)
2548
735
Profile Code
Number of
Projects
Total Gross
Fees
($1ooo's)
Profile Code
Number of
Projects
Total Gross
Fees
($10OO's)
1 I. Project Examples, Last 5 Years
Profile "P","C", Project Name and Location Owner Name and Address Cost Finish
Code "TV","IE" ($1000's) Date
102 P 1. Survey of 126 beach profiles over Erdman, Anthony, Assoc., Inc., Mecbanlcsbnrg, 140 5/95
approximately 80 miles of Atlantic Ocean PA and U.S. Army Corps of Eogiueers
shoreline using sea sled, Fire Island Inlet to New York District, New York, NY
Montauk Point, NY, Long Island, NY.
102 P 2. Survey of 22 beach profiles over 8 miles of U.S. Army Corps of Engineers 41 7/95
severely eroded beaches and bulkheads along Norfolk District, Norfolk, VA
Atlantic Ocean shoreline using sea Sled,
Sandbridge (Virginia Beach), Virginia.
102 P 3. Spring survey of 28 beach profiles over 7 U.S. Army Corps of Engineers 25 5/95
miles of Atlantic Ocean shoreline using sea sled Baltimore District, Baltimore, MD
for monitoring of beach fill storm protection
project, Ocean City, MD.
102 P 4. Pre-storm survey of 10 beach profiles over 7 Coastal Engioeering Research Center 14 3/95
miles of'Atlantic Ocean shoreline using sea sled, U.S. Army Corps of Engineers
Assateague Island, MD. Vicksbnrg, MS
102 P 5. Condition survey of 4 beach profiles along 2 U.S. As'my Corps of Engineers 5 12/94
miles of Atlantic Ocean shoreline nsing sea sled, Philadelphia District, Philadelphia, PA
Loveladies (Lmtg Beach Island), NJ.
102 P 6. Moniloriog cfa completed coastal jetty Coastal Eogineering Research Center 29 12/94
construction project (MCCP), surveying 22 U.S. Army Corps of Engineers, WES
Atlantic Ocean beach profiles using sea sled Vicksburg, MS
along Island Beach State Park, NJ, Barnegat, NJ,
Harvey Cedars, NJ and Loveladies, NJ.
I 1. Project Examples, Last 5 Years (continued)
Profile "P","C", Project Name and Location Owner Name and Address Cost Finish
Code "JV","IE" ($1000's) Date
102 P 7. Atlantic Coast of New York, Fire Island to U.S. Army Corps of Engineers 200 5/97
Montauk Point Beach Profile Sorvcy using sea New York District, New York, NY
sled, Long Island, NY (213 profiles)
102 P 8. Atlantic Coast of New York, Fire Island to U.S. Army Corps of Engineers 200 11/95,
Montauk Point Beach Profile Survey using sea New York District, New York, NY 3/96,
sled, Long Island, NY (213 profiles) 11/96
102 P 9. Monitoring (Year 3) of a completed coastal Coastal Engineering Research Center 29 11/95
jetty construction project (MCCP), surveying 22 U.S. Army Corps of Engineers
Atlantic Ocean beach profiles rising ~ea sled Vicksborg, MS
along Island Beach State Park, NJ, Bamegat, NJ,
Harvey Cedars, NJ and Lovcladics, NJ.
102 P 10. Survey of 26 Atlantic Ocean beach profiles U.S. Army Corps of Engineers 27 10/95
using sea sled for reconnaissance study, Ocean Baltimore District, Baltimore, MD
City Water Resoumes Study, Assateague Is.
National Seashore and State Park, MD.
102 P 1 I. Fall survey of 28 beach profiles over 7 miles U.S. Army Corps of Engineers 26 10/95
of Atlantic Ocean shoreline using sea sled for Baltimore District, Baltimore, MD
monitoring of beach fill storm protection project,
Ocean City, MD.
102 P 12. Collection beach profile data and high- Coastal Engineering Research Center 15 5/90
resolution controlled video of storm-induced U.S. Army Corps of Engineers
wave runup, Ocean City, MD Vicksburg, MS
102 P 13. Sea sled beach profile survey of pre- and Coastal Engineering Research Center 25 12/89
post-storm Atlantic Ocean conditions, Ocean U.S. Anny Corps of Engineers
City, MD Vicksburg, MS
102 P 14. Sea sled beach profile survey o1' ammal U.S. Army Corps of Engineers 20 6/92
conditions, Assateague Island, MD Baltimore District, Baltimore, MD
102 P 15. Balhymetric survey of Isle of Wight Bay, Maryland Slate llighway Administration 40 6/90
MD for assessment of navigation channel and Baltimore, MD
design recommendations near Rt. 50 bridge,
Ocean City, MD
I 1. Project Examples, Last 5 Years (continued)
Profile "P","C", Project Name and Location Owner Name and Address Cost Finish
Code *'JV",'*IE" ($ 1000's) Date
102 P 16. Semiannual sca sled surveys of 27 Atlantic U.S. Army Corps of Engineers 66 10/94
Ocean beach profiles to monitor performance of Philadelphia District, Philadelphia, PA
sand bypassing system, Indian River Inlet,
Delaware, 1992-94.
102 P 17. Sled survey of 28 Atlantic Ocean beach Coastal Engineering Research Center 30 4/92
profiles to assess the effect of navigation channel U.S. Army Corps of Engineers
dredging, King's Bay Naval Base, Cumberland Vicksbnrg, MS
Island, Georgia.
102 P 18. Sled survey of 24 Atlantic Ocean. beach Coastal Engineering Research Center 35 4/92
profiles to assess the effect of navigation channel U.S. Army Corps of Engineers
dredging, King's Bay Naval Base, Amelia Vicksburg, MS
Island, Florida.
102 P 19. Post-storm snrvey of 26 Atlantic Ocean U.S. Army Corps of Engineers 25 12/92
beach profiles using sea sled, December 1992 Baltimore District, Baltimore, MD
storm, Ocean City, MD.
102 P 20. Pre-fill survey of 26 Atlantic Ocean beach U.S. Army Corps of Engineers 25 6/93
profiles for using sea sled, Ocean City, MD, Baltimore District, Baltimore, MD
June 1993.
102 P 2l. Post-fill survey of 26 Atlantic Ocean beach U.S. Army Corps of Engiueers 25 9/93
profiles using sea sled, Ocean City, MD, Ballimore District, Baltimore, MD
September 1993.
102 P 22. Pre-storm/post-stom~ survey of 52 Atlantic U.S. Army Corps of Engineers 45 5/94
Ocean beach profiles using sea sled, February Baltimore District, Baltimore, MD
and April 1994, Ocean City, MD.
102 P 23. Design-condition survey of hydrography cud U.S. Fish and Wildlil~ Service 40 9/90
beach, Eastern Neck National Wildlife Refuge, Newtou Corner, MA
Chesapeake Bay, Rock Hall, MD.
102 P 24. Seasonal survey usiug sea sled of 12 beach U.S. Army Corps of Engineers 40 12/89
profiles for study of seasonal variations in beach Coastal Engineering Research Center
fill project, Ocean City, MD. Vicksburg, MS
1 I. Project Examples, Last 5 Years (continued)
Profile "P","C", Project Name and Location Owner Name and Address Cost Finish
(~ode "JV","IE" ($1000's) Date
102 P 25. Post-storm survey using sea sled of 26 U.S. Army Corps of Engineers 26 11/91
beach profiles following Halloween Storm, 1991 Baltimore District, Baltimore, MD
for use in remedial design of beach fill project.
102 P 26. Post-storm survey using sea sled of 26 U.S. Army Corps of Engineers 25 2/92
beach profiles following January 1992 Storm for Baltimore District, Baltimore, MD
usa in remedial desigo of beach fill project.
102 P 27. Control survey and sled survey of 22 U.S. Army Corps of Engiueers 20 10/86
Atlantic Ocean beach profiles to monitor Baltimore District, Baltimore, MD
response of Assateague Island to jetty
construction, Assateagua Is. MD, October 1986.
102 P 28. Seasonal sled survey of 22 Atlantic Ocean U.S. Army Corps of Engineers 20 10/89
beach profiles to monitor response of Assateague Baltimore District, Baltimore, MD
Island to jetty construction, Assateague Is. MD,
January 1989.
102 P 29. Pre-fill survey of 26 Atlantic Ocean beach LI.S. Army Corps of Engineers 25 10/86
profiles for using sea sled, Ocean City, MD, Baltimore District, Baltimore, MD
October 1986.
201 P 30. Authorship of Corps of Engineers Technical U.S. Army Corps of Engineers 10 12/93
Note on proper metbdos of using sea sled lo Coastal Englnceriug Research Center, WES
monitor beach projects nationwide. Vicksburg, MS
12. The foregoing ts a statement of facts
Signature:
Typed Name and Title: William G. Grosskopf, P,E., Vice President
Date: 21 October 1997