HomeMy WebLinkAbout090214_ca01JEFFERSON COUNTY
BOARD OF COUNTY COMMISSIONERS
AGENDA REQUEST
TO: Board of Commissioners
Philip Morley, County Administrator
FROM: Cheryl Lowe, WSU Jefferson County Extension
DATE: September 2, 2014
RE: Professional Services Agreement for Eelgrass Survey for the
Jefferson County Marine Resources Committee
STATEMENT OF ISSUE:
This agreement is between the County of Jefferson and Marine Resources Consultants. A
consultant will be hired to conduct an eelgrass survey of a section of shoreline near Port
Townsend for grant agreement # G1400326. Effective date of agreement is September 2, 2014
and completion date is September 15, 2014.
ANALYSIS:
The consultant will be paid no more than $3,500 for required work. Payment shall be made
once. Payment shall be made upon completion of work.
FISCAL IMPACT:
None — 100% grant funded.
RECOMMENDATION:
We recommend that the Commissioners approve this amendment to the agreement
DEPARTMENT CONTACT:
Cheryl Lowe 379 -5610 Ext. 230
REVIEWED BY:
i
Philip Nforley, Chu y Administrat Date
REQUEST FOR SOLE SOURCE PROCUREMENT
FOR
PROJECT MANAGEMENT AND COORDINATION SERVICES FOR THE
JEFFERSON COUNTY MARINE RESOURCES COMMITTEE
The Marine Resources Committee is requesting sole source procurement to contract with
Marine Resources Consultants (PO Box 816 Port Townsend, WA 98253 (360) 385 -4486)
to provide a videographic survey of eelgrass (Zostera marina) resources along a
designated section of the City of Port Townsend waterfront.
It is the express desire of the Jefferson County Marine Resources Committee to continue
to contract the services of Marine Resources Consultants. The purpose of the survey is to
gather pre - project baseline data for submitting state, federal and local permit applications
for a Voluntary No- anchor Zone (VNZ) south of the ferry dock. It will also be used to
compare pre- and post- restoration data collected in the future. The second purpose of the
survey is to gather post - project data for the established VNZ north of the ferry dock to
help evaluate long -term effects of the VNZ efforts. Marine Resources Consultants
provided the initial work on the Eelgrass Protection Zone which make them the only
contractor with the requisite qualifications and experience to provide seamless project
coordination and completion. There is also a time sensitive nature of this work since
grant contract funding (Grant No. GI 400326 between the State of Washington
Department of Ecology and Jefferson County) will expire September 15th which would
also preclude our ability to obtain and evaluate multiple proposals. Through our
professional experience with this contractor's quality work, cost competitiveness, and
ability to complete the work within the grant project period, the MRC feels this is the best
approach to completing this work in a timely and cost efficient manner.
Marine Resources Committee Request For Sole Source Procurement 8/27/2014
Steps to Determine Sole Source Need
Marine Resources Committee — Eelgrass Survey 2014
1) It was determined in Early August that there was funding that would be available until
September 15th in the Marine Resource Committee (MRC) grant contract funding (Grant
No. G1400326 between the State of Washington Department of Ecology and Jefferson
County).
2) An assessment of MRC priorities was conducted by the Executive Committee and the
eelgrass survey work was given a high priority for completion to enable a new
protection zone to be establish in the coming year.
3) Staff contacted the contractor who did the initial work (Marine Resource Consultants) to
evaluate whether or not this work was feasible within the time frame.
4) The contractor discussed this with staff and provided a reasonable bid to do the work
within the requisite time period.
5) It was determined by staff that the limited timeframe of the grant would preclude our
ability to obtain and evaluate multiple proposals.
6) Through our professional experience with this contractor's quality work, cost
competitiveness, and ability to complete the work within the grant project period, the
MRC feels this is the best approach to completing this work in a timely and cost efficient
manner.
CONTRACT FOR PROFESSIONAL SERVICES
FOR
EELGRASS SURVEY FOR THE JEFFERSON COUNTY MARINE RESOURCES
COMMITTEE
This Contract for Professional Services (the Contract) is entered into between the County of
Jefferson, a municipal corporation, hereinafter referred to as the County, and Marine Resources
Consultants (PO Box 816 Port Townsend, WA 98368 (360) 385- 4486), hereinafter referred to as
the Consultant, in consideration of the mutual benefits, terms, and conditions hereinafter
specified. Both County and Contractor may be referred to as "Party" or "Parties."
Purpose: The Jefferson County Marine Resources Committee desires to hire a consultant to
conduct an underwater videographic eelgrass survey of a section of shoreline near Port
Townsend, per Amendment 1 to Grant No. G1400326 between the State of Washington
Department of Ecology and Jefferson County, Northwest Straits Project: Jefferson Marine
Resources Committee (MRC) Operations and Projects, effective July 1, 2014.
SECTION 1. EFFECTIVE DATE OF CONTRACT
The Contract will become effective on September 2, 2014. The Consultant shall deliver all work
products required pursuant to this agreement by September 15, 2014. The Contract will terminate
on September 30, 2014.
SECTION 2. SERVICES TO BE PROVIDED
2.1 A description of the services to be performed by the Contractor is set forth in Exhibit A:
entitled "Scope of Work Services," which is attached to the Contract and incorporated by
this reference.
2.2 The Contractor agrees to provide its own labor and materials and to pay for its own
"overhead," including but not limited to, if applicable, rent, utilities, salaries, wages,
taxes and licenses. Unless otherwise provided for in the Contract, no material, or labor
will be furnished by the County.
2.3 The Contractor will perform the work specified in the Contract according to standard
industry practices and in conformity with state law.
2.4 The Contractor will complete its work in a timely manner and in accordance with the
schedule agreed to by the parties.
2.5 Source of Funds. The source of funding provided by the County is the Environmental
Protection Agency funding through the Puget Sound Partnership Technical Investigations
and Implementation, CFDA #66..456, as described in Grant No. G1400326 between the
State of Washington Department of Ecology and Jefferson County, Northwest Straits
Project: Jefferson Marine Resources Committee (MRC) Operations and Projects.
SECTION 3. CONTRACT REPRESENTATIVES
3.1 The County and the Contractor will each have the following contract representatives. A
party may change its representative upon providing written notice to the other party. The
parties' representatives are as follows:
County's Contract Supervisor
Cheryl Lowe, Marine Resources Committee Coordinator
WSU Extension
380 Jefferson St
Port Townsend, WA 98368
(360) 379 -5610 x 230
cheryl.lowe @wsu.edu
Contractor's Contract Representative
Ian Fraser
Marine Resources Consultants
PO Box 816
Port Townsend, WA 98368
Office (360) 385 -4486, Mobile: 360 - 301 -3249
ifraser @olympusnet
SECTION 4. COMPENSATION
4.1 Total Payment for the work provided by Consultant shall be made as provided on Exhibit
"A" attached hereto, provided that the total amount of payment to Consultant shall not
exceed $3,500.00 without express written modification of the agreement signed by the
County.
4.2 Payment for the work provided shall be provided upon completion of required reporting.
Payment will be made promptly upon its ascertainment and verification by the County
after the completion of the work under this agreement and its acceptance by the County.
The Contractor will be paid only for work expressly authorized in the Contract.
4.5 The Contractor will not be entitled to payment for any services that were performed prior
to the effective date of the Contract or after its termination, unless a provision of the
Contract expressly provides otherwise.
4.6 If the Contractor fails to perform any substantial obligation and the failure has not been
cured within 10 business days following notice from the County, the County may, in its
sole discretion and upon written notice to the Contractor, withhold all monies due the
Contractor, without penalty, until such failure to perform is cured.
SECTION 5. AMENDMENTS AND CHANGES IN WORK
5.1 In the event of any errors or omissions by the Contractor in the performance of any work
required under the Contract, the Contractor will make all necessary corrections without
additional compensation. All work submitted by the Contractor will be certified by the
Contractor and checked by the Contractor for errors and omissions. The Contractor will
continue to be responsible for the accuracy of work even after the work is accepted by the
County.
5.2 In order to be effective, any Contract renewal, amendment or modification must be in
writing, be signed by both parties and be attached to the Contract. Work under a renewal,
an amendment or a modification may not commence until the renewal, amendment or
modification has been approved by the County Commissioners and has become effective.
SECTION 6. HOLD HARMLESS AND INDEMNIFICATION
6.1 The Contractor will hold harmless, indemnify and defend the County, its officers,
officials, employees and agents, from and against any and all claims, actions, suits,
liability, loss, expenses, damages and judgments of any nature whatsoever, including
reasonable costs and attorneys' fees in defense thereof, for injury, sickness, disability or
death to persons or damage to property or business, caused by or arising out of the
Contractor's acts, errors or omissions in the performance of the Contract. Provided,
however, that the Contractors obligation under this provision will not extend to injury,
sickness, disability, death or damage caused by or arising out of the sole negligence of
the County, its officers, officials, employees or agents.
6.2 The Contractor's obligations under these provisions include, but are not limited to,
investigating, adjusting and defending all claims alleging loss from action, error or
omission, or breach of any common law, statutory or other delegated duty by the
Contractor, the Contractor's employees, agents or subcontractors.
SECTION 7. INSURANCE
7.1 Prior to commencing work, the Contractor shall obtain at its own cost and expense the
following insurance from companies licensed in the State with a Best's rating of no less
than A:VII. The Contractor shall provide to the County Risk Manager certificates of
insurance with original endorsements affecting insurance required by this clause prior to
the commencement of work to be performed.
The insurance policies required shall provide that thirty (30) days prior to cancellation,
suspension, reduction or material change in the policy, notice of same shall be given to
the County Risk Manager by registered mail, return receipt requested, for all of the
following stated insurance policies.
If any of the insurance requirements are not complied with at the renewal date of the
insurance policy, payments to the Contractor shall be withheld until all such requirements
have been met, or at the option of the County, the County may pay the renewal premium
and withhold such payments from the moneys due the Contractor.
All notices shall name the Contractor and identify the agreement by contract number or
some other form of identification necessary to inform the County of the particular
contract affected.
A. Workers Compensation and Employers Liability Insurance. The Contractor shall
procure and maintain for the life of the contract, Workers Compensation Insurance,
including Employers Liability Coverage, in accordance with the laws of the State of
Washington.
B. General Liability(1) - with a minimum limit per occurrence of one million dollars
($1,000,000) and an aggregate of not less than two million dollars ($2,000,000) for
bodily injury, death and property damage unless otherwise specified in the contract
specifications. This insurance coverage shall contain no limitations on the scope of the
protection provided and indicate on the certificate of insurance the following coverage:
1. Broad Form Property Damage with no employee exclusion;
2. Personal Injury Liability, including extended bodily injury;
3. Broad Form Contractual /Commercial Liability including completed operations
(contractors only);
4. Premises - Operations Liability (M &C);
5. Independent Contractors and Subcontractors; and
6. Blanket Contractual Liability.
(1)Note: The County shall be named as an additional insured party under
this policy.
C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily
injury, death and property damage unless otherwise specified in the contract
specifications. This insurance shall indicate on the certificate of insurance the following
coverage:
1. Owned automobiles;
2. Hired automobiles; and,
3. Non -owned automobiles.
(2) Note: The County shall be named as an additional insured party under
this policy.
Any deductibles or self - insured retention shall be declared to and approved by the County
prior to the approval of the contract by the County. At the option of the County, the
insurer shall reduce or eliminate deductibles or self - insured retention or The Contractor
shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
The Contractor shall include all subcontractors as insured under its insurance policies or
shall furnish separate certificates and endorsements for each subcontractor. All insurance
provisions for subcontractors shall be subject to all of the requirements stated herein.
Failure of The Contractor to take out and/or maintain any required insurance shall not
relieve The Contractor from any liability under the Agreement, nor shall the insurance
requirements be construed to conflict with or otherwise limit the obligations concerning
indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation
against the County (including its employees and other agents and agencies), it being the
intention of the parties that the insurance policies so affected shall protect both parties
and be primary coverage for any and all losses covered by the above described insurance.
It is further agreed by the parties that insurance companies issuing the policy or policies
shall have no recourse against the County (including its employees and other agents and
agencies) for payment of any premiums or for assessments under any form of policy. It
is further agreed by the parties that any and all deductibles in the above described
insurance policies shall be assumed by and be at the sole risk of the Contractor.
It is agreed by the parties that judgments for which the County may be liable, in excess of
insured amounts provided herein, or any portion thereof, may be withheld from payment
due, or to become due, to The Contractor until such time as the Contractor shall furnish
additional security covering such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis for
extra hazardous contracts and specific service agreements.
Any insurance coverage for third party liability claims provided to the County by a "Risk
Pool" created pursuant to Ch. 48.62 RCW shall be non - contributory with respect to any
policy of insurance the Contractor must provide in order to comply with this Agreement.
If the proof of insurance or certificate indicating the County is an "additional insured" to
a policy obtained by the Contractor refers to an endorsement (by number or name) but
does not provide the full text of that endorsement, then it shall be the obligation of the
Contractor to obtain the full text of that endorsement and forward that full text to the
County.
The County may, upon the Contractor's failure to comply with all provisions of this
contract relating to insurance, withhold payment or compensation that would otherwise
be due to the Contractor.
7.2 Miscellaneous Insurance Provisions.
A. The Contractor's liability insurance provisions will be primary with respect to any
insurance or self - insurance programs covering the County, its elected and
appointed officers, officials, employees and agents.
B. The Contractor's insurance will apply separately to each insured against whom
claim is made or suit is brought, subject to the limits of the insurer's liability.
C. The Contractor will include all subcontractors as insurers under its policies or will
furnish separate certificates and endorsements for each subcontractor. All
coverage for subcontractors will be subject to all of the requirements stated in
these provisions.
D. The insurance limits mandated for any insurance coverage required by the
Contract are not intended to be an indication of exposure, nor are they limitations
on indemnification.
E. The Contractor will maintain all required policies in force from the time services
commence until services are completed. Certificates, policies and endorsements
scheduled to expire before completion of services will be renewed before
expiration. If the Contractor's liability coverage is written as a claims -made
policy, then the Contractor must evidence the purchase of an extended - reporting
period or "tail" coverage for a three -year period after completion of the services.
SECTION 8. TERMINATION
8.1 The County may terminate the Contract in whole or in part whenever the County
determines in its sole discretion that such termination is in the best interests of the
County. The County may terminate the Contract upon giving the Contractor 20 days'
written notice. In that event, the County will pay the Contractor for all costs incurred by
the Contractor in performing the Contract up to the date of such notice, subject to the
other provisions of the Contract.
8.2 If funding for the underlying project or matter is withdrawn, reduced or limited in any
way after the Contract is signed or becomes effective, the County may immediately
terminate the Contract notwithstanding any other termination provision in the Contract.
Termination under this provision will be effective upon the date specified in the written
notice of termination sent by County to the Contractor. No costs incurred after the
effective date of the termination will be paid.
8.3 If the Contractor breaches any of its obligations under the Contract, and fails to cure the
breach within 15 business days of written notice to do so by the County, the County may
terminate the Contract. In that event, the County will pay the Contractor only for the
costs of services accepted by the County. Upon such termination, the County, at its
discretion, may obtain performance of the work elsewhere, and the Contractor will bear
all costs and expenses incurred by the County in completing the work and all damages
sustained by the County by reason of the Contractor's breach.
SECTION 9. ASSIGNMENT, DELEGATION AND SUBCONTRACTING
9.1 The Contractor will perform under the Contract using only its bona fide employees or
agents, and the obligations and duties of the Contractor under the Contract will not be
assigned, delegated or subcontracted to any other person or firm without the prior express
written consent of the County. Said written consent shall not be unreasonably withheld.
9.2 The Contractor warrants that it has not paid, nor has it agreed to pay, any company,
person, partnership or firm, other than a bona fide employee working exclusively for
Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration
contingent upon or resulting from the award or making of the Contract.
SECTION 10. INDEPENDENT CONTRACTOR
10.1 The Contractor's services will be furnished by the Contractor as an independent
contractor and not as an agent, an employee or a servant of the County. The Contractor
specifically has the right to direct and control Contractor's own activities in providing the
agreed services in accordance with the specifications set out in the Contract. The
Contractor shall perform the contracted work. Any designee shall have prior County
approval to substitute for the contracted representative.
10.2 The Contractor acknowledges that the entire compensation for the Contract is set forth in
the compensation provisions of the Contract and the Contractor is not entitled to any
County benefits, including, but not limited to: vacation pay; holiday pay; sick leave pay;
medical, dental or other insurance benefits; fringe benefits; or any other rights or
privileges afforded to Jefferson County employees.
10.3 The Contractor will have and maintain complete responsibility and control over all of its
subcontractors, employees, agents and representatives. No subcontractor, employee,
agent or representative of the Contractor will be or be deemed to be, or act or purport to
act, as an employee, agent or representative of the County.
10.4 Contractor as an independent contractor shall NOT have the authority to bind Jefferson
County to any action, forbearance of action, contract, promise, expense or other item of
value bargained for and exchanged.
SECTION 11. NONDISCRIMINATION
The Contractor, its assignees, delegates or subcontractors will not discriminate against any
person in performance of any of its obligations under the Contract on the basis of race, color,
creed, religion, national origin, age, sex, marital status, veteran status or the presence of any
disability.
SECTION 12. OWNERSHIP OF MATERIALS/WORKS PRODUCED
12.1 All reports, drawings, plans, specifications, all forms of electronic media, and data and
documents produced in the performance of the work under the Contract will be "works
for hire" as defined by the U.S. Copyright Act of 1976 and will be owned by the County.
Ownership includes the right to copyright, patent, and register, and the ability to transfer
these rights. The Consultant shall be permitted to retain copies, including reproducible
copies, of drawings and specifications for information, reference and use in connection
with Consultant's endeavors.
SECTION 13. PATENT /COPYRIGHT INFRINGEMENT
13.1 The Contractor will hold harmless, indemnify and defend the County, its officers,
officials, employees and agents, from and against any claimed action, cause or demand
brought against the County, where such action is based on the claim that information
supplied by the Contractor or subcontractor infringes any patent or copyright. The
Contractor will be notified promptly in writing by the County of any notice of such claim.
SECTION 14. DISPUTES
14.1 Differences, disputes and disagreements between the Contractor and the County arising
under or out of the Contract will be brought to the attention of the County at the earliest
possible time so that the matter may be settled or other appropriate action promptly taken.
Any dispute relating to the quality or acceptability of performance or compensation due
the Contractor will be decided by the County Administrator. All rulings, orders,
instructions and decisions of the County Administrator will be final and conclusive.
SECTION 15. CONFIDENTIALITY
15.1 The Contractor, its employees, subcontractors and their employees will maintain the
confidentiality of all information provided by the County or acquired by the Contractor in
performance of the Contract, except upon the prior express written consent of the County
or upon an order entered by a court of competent jurisdiction. The Contractor will
promptly give the County Administrator written notice of any judicial proceeding seeking
disclosure of such information, as well as any contacts by citizens, proponents or
interested parties as to matters before the contractor.
15.3 The County is a political subdivision of the State of Washington and as such is subject to
Ch. 42.56 RCW, the Public Records Act, which requires disclosure of non - exempt
documents and records to a person or entity that requests such documents or records. This
Contract, once executed, is a Public Record subject to production if it is requested.
SECTION 16. CHOICE OF LAW, JURISDICTION AND VENUE
16.1 The Contract will be construed as having been made and delivered within the State of
Washington, and it is agreed by each party that the Contract will be governed by the laws
of the State of Washington, both as to its interpretation and performance.
16.2 Any action of law, suit in equity or other judicial proceeding arising under or out of the
Contract may be instituted and maintained only in Superior Court for Jefferson County.
16.3 Should a dispute arise over the terms and obligations described in this Contract or the
quality or quantity of the work performed by the Contractor pursuant to this Contract,
then each party shall be responsible for its attorney's fees and court costs.
SECTION 17. MISCELLANEOUS
17.1 No Waiver. The parties agree that the excuse or forgiveness of performance, or waiver
of any provisions of the Contract, does not constitute a waiver of such provision or future
performance, or prejudice the right of the waiving party to enforce any of the provisions
of the Contract at a later time.
17.2 Tax Payments. The Contractor will pay all applicable federal, state and local taxes, fees
(including licensing fees) and other amounts including, but not limited to, the employer's
portion of any taxes that arise from compensation owed or paid to employees, agents or
representatives of the Contractor or are otherwise mandated by Title 26 U.S.C.
17.3 Legal Compliance. The Contractor and its subcontractors, employees, agents and
representatives will comply with all applicable federal, state and local laws, rules and
regulations in their performance under the Contract and shall obtain all required permits,
licenses or authorizations from any federal, state or local regulatory body licensing
actions Contractor takes in furtherance of the terms and obligations of this Contract. The
Contractor shall be entitled to seek legal advice from the Jefferson County Prosecuting
Attorney or his or her designee to the extent that the Prosecuting Attorney or his or her
designee can provide such legal advice in a manner consistent with the applicable rules
governing a lawyer's conduct.
17.5 Records Inspection and Retention. The County may, at reasonable times, inspect the
books and records of the Contractor relating to the performance of the Contract. The
Contractor will retain for audit purposes all Contract - related records for at least six years
after termination of the Contract.
17.6 Successors and Assigns. The County, to the extent permitted by law, and the Contractor
each bind themselves, their partners, successors, executors, administrators and assigns to
the other party to the Contract and to the partners, successors, administrators and assigns
of such other party in respect to all covenants, terms and obligations within this Contract.
17.7 Severability. If a court of competent jurisdiction holds any provision of the Contract to
be illegal, invalid or unenforceable, in whole or in part, the validity of the remaining
provisions will not be affected, and the parties' rights and obligations will be construed
and enforced as if the Contract did not contain the particular provision held to be invalid.
If any provision of the Contract conflicts with any statutory provision of the State of
Washington, the provision will be deemed inoperative to the extent of the conflict or
modified to conform to statutory requirements.
17.8 Entire Agreement. The parties acknowledge that the Contract is the complete
expression of their agreement regarding the subject matter of the contract. Any oral or
written representations or understandings not incorporated in the Contract are specifically
excluded.
17.9 Notices. Any notices will be effective if personally served upon the other party or if
mailed by registered or certified mail, return receipt requested, to the addresses set out in
the contract representatives provision of the Contract, Section 3.1 above. Notice may
also be given by facsimile with the original to follow by regular mail. Notice will be
deemed to be given three days following the date of mailing, or immediately if personally
served. For service by facsimile, service will be effective at the beginning of the next
working day.
17.10 No Third Party Beneficiaries. The parties to this Contract do not intend to confer any
right or remedy upon any third party.
IN WITNESS WHEREOF:
Jefferson County and the Contractor have signed this contract on the date noted:
JEFFERSON COUNTY
Date:
Attest/Authenticated:
CONTRACT SERVICE PROVIDER
Chairman Contractor or principal of Contractor
Deputy Clerk of the Board
Date:
Approved as to Form Only:
�G,1, l�irC -uti
David Alvarez, Deputy PrIocuting Attorney
Exhibit A
SCOPE OF SERVICES
Marine Resources Consultants
PO Box 816
Port Townsend, WA 98253
(360) 385 -4486
Scope of Work
Jefferson County Marine Resources Committee
Underwater Videographic Eelgrass Survey Port Townsend Waterfront
Introduction
The Jefferson Marine Resources Committee ( JCMRC) is requesting a videographic survey of eelgrass (Zostera
marina) resources along a designated section of the City of Port Townsend waterfront in Port Townsend Bay. The
purpose of the survey is to gather pre - project baseline data for submitting state, federal and local permit applications
for a Voluntary No- anchor Zone (OW) south of the ferry dock It will also be used to compare pre- and post - restoration
data collected in the future. The second purpose of the survey is to gather post - project data for the established VNZ
north of the feat' dock to help evaluate long -term effects of the VNZ efforts.
Study Areas
The study site includes two segments along the Port Townsend waterfront: the South Area is approximately 980
meters of shoreline running south from the WA State Ferries dock (north end) to the Port of Port Townsend Boat
Haven jetty (south end). The North Area is approximately 900 meters of shoreline running from the WA State Ferries
dock northward to Point Hudson Marina. The depth range of the study site is from mean lower low water (MLLW)
to —30 ft MLLW. JCMRC will provide Marine Resources Consultants with the minimum study site boundaries
prior to field sampling.
Sampling Plan
The survey will be conducted between September 1 and September 15, 2014 (one day of surveying will be
required; the exact day will be determined by the weather and other obligations). The sampling plan is designed
to accurately map the geographic position of any eelgrass beds and data can be used to estimate the following
parameters: eelgrass basal area coverage (i.e., number of square meters of the seabed with eelgrass); mean
maximum and minimum eelgrass depths; and patchiness index.
The Marine Resources Consultants survey methods will be consistent with those of the WA Department of
Natural Resources (DNR) Submerged Vegetation Monitoring Project (SVMP) protocols. Briefly, we will conduct
underwater videographic transects perpendicular to the shoreline beginning as shallow as possible (to ensure that
we capture the nearshore edge of any eelgrass beds) and continuing to a depth we are certain has no eelgrass. The
total number of transects and transect spacing will be determined by the eelgrass distribution and time available.
If necessary, we also will conduct parallel, zig -zag, and/or meandering transects throughout the site to more
precisely define the edges of any eelgrass beds.
Survey Methods and Equipment
A summary of the survey methods will be provided with the field report, and will include appropriate information
about the research vessel, underwater survey equipment and data processing methods used.
Data Analysis
Data will be downloaded and organized into spreadsheet files. Videotapes will be reviewed in the laboratory to
assign video codes and eelgrass codes to each position record, according to standard SVMP protocols.
Qualitative notes will be made regarding the presence of other biota for each track.
The output is a text file with time, depth, and position data. The resulting data will be presented in a format that is
compatible with ArcGIS software that is available to the Jefferson County Marine Resources Committee. Real -
time tide heights will be provided as part of the field report. Due to time constraints, the data will not be merged
with standard tide correction data to give corrected depths because NOAA's actual observed tide height reports for
September are not available until early October. This can be done at a later time.
Deliverables
1. Video files (DVD, digital -8 tapes, and digital video files to hard drive).
2. Real time field maps with locations surveyed
3. Real -time toggle switch eelgrass positions (a reasonable rough guide) to match the field maps and data
spreadsheets with all time, position, gps stats, depth below transducer and blank columns for eelgrass
presence /absence etc). Data will be in a form compatible with ArcGIS software.
4. A field report describing the survey methods, basic field notes and results.
Budget
The proposed budget for completing this underwater video survey is as follows:
Task
Cost
Field Survey
$2,500
Vessel plus master, technician and
underwater videographic survey
system (1 day at $2,500 /day)
Data site prep
$200
Video Post - Processing (8 hrs @
$360
$45/hour)
Total Cost (not including tax)
$ 3,060
This scope of work does not include a full data analysis and a report with quantitative estimates
(area, patchiness, and mean min/max depths).