Loading...
HomeMy WebLinkAbout01-24-2005 Item 01 Execute Agreement with Florida Department of Environmental Protection center of Good L . ~~ ti~~ a. AGENDA ITEM COVER SHEET Meeting Date: January 24, 2005 Item # j,. &tf~ ~ ----. Subject: Execute Agreement with Florida Department of Environmental Protection (DEP) Contact Name: Contact Number: Bob Zaitooni 6002 Reviewed By: Department Director: City Manager: Background Summary: On September 28.2004. staff presented a drainage master plan to the City Commission to address regional drainage issues to address current and future drainage issues including Pioneer Key 1 & 2 and other developments within the drainage basin. City Commission authorized submission of application for a grant assistance to the State DEP. which has now approved a grant of $850.000 for the pr~iect. The total pr~iect cost was estimated at 2.6 million dollars with source of funding from CBDG. City. and other sources. This will be a 5-year pro.iect from design to ftnal completion. Issue: Authorize Mayor and City Clerk to execute Agreement. Recommendations Staff is requesting City Commission to authorize Mayor and City Clerk to execute Agreement for the grant. Attachments: September 28.2004 Staff Report and Agreement Financial Impact: In addition to the grant funds. City will be obligated to budget appropriate amounts annually for 4 years beginning in ftscal year 05-06. Type of Item: o Public Hearing o Ordinance First Reading o Ordinance First Reading o Resolution o Commission Approval o Discussion & Direction For Clerk's DeDt Use: o Consent Agenda o Public Hearing [81 Regular Agenda cg;J Original DocumenUContract Attached for Execution by City Clerk o Original DocumenUContract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Oept Reviewed by ( ) 1-""2..1-0'5: I -z.j-l>~ D N/A D N/A D N/A City Manager Robert Frank Commissioners Danny Howell. District 1 Scott Anderson. District 2 Rusty Johnson. District 3 Nancy J. Parker. District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Bob Zaitooni, Director of Public Works DATE: January 20, 2005 RE: Execute Agreement with State Department of Environmental Protection (DEP) ISSUE Should the Honorable Mayor and City Commission approve Agreement with State DEP for $850,000 and authorize Mayor and City Clerk to execute the Agreement? BACKGROUNDIDISCUSSION Staff presented a drainage master plan to the City Commission on September 28, 2004, which will address the current drainage problems at Pioneer Key 1 & 2 and other developments, and address future needs within the drainage basin. City Commission authorized submission of grant application for a grant assistance from the Florida Department of Environmental Protection (FDEP), which has now approved a grant totaling $850,000. This Agreement will enable the City to use these funds in conjunction with other grants to fund a multi-year project to design, permit, and construct the necessary drainage facilities. The total project cost was estimated at 2.6 million dollars with source of funding from CBDG, City, and other sources. This will be a 5-year project from design to final completion. RECOMMENDATION Staff respectfully requests the City Commission to approve the Agreement and Authorize the Mayor and City Clerk to execute the Agreement with DEP. STATE FINANCIAL ASSISTANCE AGREEMENT DEP AGREEMENT NO. S0192 STATE OF FLORIDA GRANT ASSISTANCE PURSUANT TO LINE ITEM 1637C OF THE 2003-2004 GENERAL APPROPRIATIONS ACT TIllS AGREEMENT is entered into between the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION, whose address is 3900 Commonwealth Boulevard, Tallahassee, Florida 32399-3000 (hereinafter referred to as the "Department") and the CITY OF OCOEE, whose address is 301 Maguire Road, Qcoee, Florida 34761 (hereinafter referred to as "Grantee" or "Recipient"), a local government, to engineer, design and construct the Pioneer Key Stormwater Retrofitting Project. In consideration of the mntual benefits to be derived herefrom, the Department and the Grantee do hereby agree as follows: 1. The Grantee does bereby agree to perform in accordance with the terms and conditions set forth in this Agreement, Attacbment A. Grant Work Plan, and all attachments and exhibits named herein which are attached hereto and incorporated by reference. For purposes of this Agreement, the terms "Contract" and "Agreement" and the terms "Grantee", "Recipient" and "Contractor", are used interchangeably. 2. This Agreement shall begin upon execution by both parties and end no later than 24 months from the date of execution. inclusive. The Grantee shall not be eligible for reimbursement for work performed prior to the execution date of this Agreement. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. 3. A. As consideiation for the services rendered by the Grantee under the terms of this Agreement, the Department shall pay the Grantee on a cost reimbursement basis in an amount not to exceed $850,000.00 toward the total project cost estimate of $2,600,000.00. The parties hereto agree that the Grantee is responsible for providing a minimum match of $1,750,000 (or 67.3% of the total project cost, whichever is less) toward the project described in Attaelunent ~ Grant Work Plan. If the Grantee finds, after receipt of competitive bids, that the work descn1Jed in Attaebment A cannot be accomplished for the current estimated project cost, the parties hereto agree to modifY the Project Work Plan described in Attachment A to provide for the work that can be accomplished for the funding identified above. B. The Grantee shall be reiInbursed on a cost reimbursement basis for all eligible project costs upon receipt and acceptance of a properly completed Attachment B. Payment Request Summary Form. In addition to the summary form, the Grantee must provide from its accounting system, a listing of expenditures charged against this Agreement. The listing shall include, at a minimum. a description of the goods or services purchased, date of the transaction. voucher number, amount paid, and vendor name. All requests for reimbursement of travel expenses shall be in accordance with the travel requirements established in Section 112.061, Florida Statutes. C. In addition to the invoicing requirements contained in paragraph 3.B. above, the Department will periodically request proof of a transaction (invoice, payroll register, etc.) to evaluate the appropriateness of costs to the Agreement pmsuant to State and Federal guidelines (including cost allocation guidelines), as appropriate. This information. when requested. must be provided within 30 calendar days of such request. The Grantee may also be required to submit a cost allocation plan to the Department in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). All bills for amounts due under this Agreement shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. State guidelines for allowable costs can be found in the Department of Financial Services' Reference Guide for State Expenditures at www.dbf.state.f1.us/aadir/reference guide. DEP Agreement No. S0192, Page 10fS 4. The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. The parties hereto understand that this Agreement is not a commitment of future appropriations. 5. The Grantee shall submit quarterly invoices in conjunction with quarterly progress reports describing the work performed, problems encountered, problem resolution, schedule updates and proposed work for the next reporting period. Quarterly reports shall be submitted to the Department's Grant Manager no later than twenty (20) days following the completion of the quarterly reporting period. It is hereby understood and agreed by the parties that the term "quarterly" shall reflect the calendar quarters ending March 31, June 30, September 30 and December 31. The Department's Grant Manager shall have ten (10) calendar days to review deliverables submitted by the Grantee. 6. Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However. nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28, Florida Statutes. 7. A The Department may terminate this Agreement at any time in the event of the failure of the Grantee to fulfill any of its obligations under this Agreement. Prior to termination, the Department shall provide thirty (30) calendar days written notice of its intent to terminate and shall provide the Grantee an opportunity to consult with the Department regarding the reason(s) for termination. B. The Department may terminate this Agreement for convenience by providing the Grantee with thirty (30) calendar days written notice. 8. This Agreement may be unilaterally canceled by the Department for refusal by the Grantee to allow public access to all documents. papers, letters, or other material made or received by the Grantee in conjunction with this Agreement, unless the records are exempt from Section 24(a) of Article I of the State Constitution and Section 119.07(1), Florida Statutes. 9. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with generally accepted acconnting principles consistently applied. The Department, the State. or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five years following Agreement completion. In the event any work is subcontracted, the Grantee shall similarly require each sobcontractor to maintain and allow access to such records for audit purposes. 10. In addition to the provisions contained in paragraph 9 above. the Grantee shall comply with the applicable provisions contained in Attachment C. Special Audit Requirements. A revised copy of Attachment C, Exhibit-I, must be provided to the Grantee with each amendment which authorizes a funding increase or decrease. The revised Exhibit-I shall summarize the funding sources supporting the Agreement for purposes of assisting the Grantee in complying with the requirements of Attachment C. Special Audit Requirements. If the Grantee fails to receive a revised copy of Attachment C. Exhibit-I, the Grantee shall notify the Department's Grants Development and Review Manager at 8501245-2361 to request a copy of the updated information. II. A The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager. The Grantee agrees to be respoDSlble for the fulfillment of all work elements included in any subcontract and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the Grantee that the Department shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under the subcontract. B. The Department of Environmental Protection supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. The Department will be glad to furnish a list of minority owned businesses for consideration in subcontracting opportunities. DEP Agreement No. SO 192, Page 2 of 5 12. In accordance with Section 216.347, Florida Statutes, the Grantee is hereby prohibited from using funds provided by this Agreement for the purpose of lobbying the Legislature, the judicial branch or a state agency. 13. The Grantee shall comply with all applicable federal, state and local rules and regulations in providing services to the Department under this Agreement The Grantee acknowledges that this requirement includes compliance with all applicable federal, state and local health and safety rules and regulations. The Grantee further agrees to include this provision in all subcontracts issued as a result of this Agreement. 14. The Department's Grant Manager for this Agreement is identified below. Eric Livinw;ton Florida Deoartment of Environmental Protection Bureau of Watershed Manal!ement 2600 Blair Stone Road Tallahassee. Florida 32399-2....00 Telephone No.: 850-245-8....30 SunCom No.: 205-8....30 Fax No.: 850-2....5-8....34 SunCom Fax No.: 205-8....3.... E-mail Address: eric.LivilllJston@den.state.fl.us 15. The Grantee's Grant Manager for this Agreement is identified below. Robert Zaitooni City of Ocoee Deoartment of Public Works) 30 I Mal!Uire Road Ocoee. Florida 3....7621 Telephone No.: ....07-905-3170 Fax No.: ....07-905-3176 E-mail Address: rzaitooni@ci.ocoee.fl.us 16. To the extent required by law, the Grantee will be self-insured ag3in~~ or will secure and maintain during the life of this Agreement, Workers' Compensation Insurance for all of his employees connected with the work of this project and, in case any work is subcontracted, the Grantee shall require the subcontractor similarly to provide Worlcers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Grantee. Such self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this Agreement is not protected under Workers' Compensation statutes, the Grantee shall provide. and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of his employees not otherwise protected. 17. The Grantee. as an independent contractor and not an agent, representative. or employee of the Department, agrees to carry adequate liability and other appropriate forms of insurance. The Department shall have no liability except as specifically provided in this Agreement. 18. The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 19. Upon satisfactory completion of this Agreement, the Grantee may retain ownership of the equipment purchased under this Agreement. However, the Grantee shall complete and sign a Property Reporting Form, provided as Attachment D, and forward it along with the appropriate invoice to the Department's Grant Manager. The following terms shall apply: A. The Grantee shall have use of the equipment for the authorized purposes of the contractual arrangement as long as the required worlc is being performed. DEP Agreement No. 80192, Page 3 of5 B. The Grantee is responsible for the implementation of adequate maintenance procedures to keep the equipment in good operating condition. C. The Grantee is responsible for any loss. damage, or theft of, and any loss, damage or injury caused by the use of: non~xpendable personal property or equipment purchased with state funds and held in his possession for use in a contractual arrangement with the Department 20. The Department may at any time, by written order designated to be a change order, make any change in the work within the general scope of this Agreement (e.g., specifications, task timeline within current authorized Agreement period, method or manner of performance, requirements, etc.). All change orders are subject to the mutual agreement of both parties as evidenced in writing. Any change, which causes an increase or decrease in the Grantee's cost or time, shall require formal amendment to this Agreement. 21. If the Grantee's project involves environmentally related measurements or data generation. the Grantee shall develop and implement quality assurance practices consisting of policies, procedures, specifications, standards, and documentation sufficient to produce data of quality adequate to meet project objectives and to minimize loss of data due to out-of-control conditions or malfunctions. All sampling and analyses perfonned under this Agreement must confonn with the requirements set forth in Chapter 62-160, Florida Administrative Code, and the Quality Assurance Requirements for Department Agreements, attached hereto and made a part hereof as Attachment E. 22. A. No person. on the grounds of race, creed, color, national origin. age, sex, or disability, shall be excluded from participation in; be denied the proceeds or benefits of, or be otherwise subjected to discrimination in performance of this Agreement. B. An entity or affiliate who has been placed on the discriminatory vendor list may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perfonn work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and intends to post the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Dep3mnent of Management Services, Office of Supplier Diversity, at 850/487-0915. 23. Land acquisition is not authorized under this Agreement. 24. This Agreement represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this Agreement shall only be valid when they have been reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Agreement, unless otherwise provided herein. REMAINDER OF PAGE INIENTIONAlL Y LEFr BLANK DEP Agreement No. 80192, Page 4 of 5 IN WITNESS WHEREOF, the parties have caused this Agreement to be duly executed, the day and year last written below. CITY OF OCOEE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION By: Title: By: SecretaIy or designee Date: Date: Eric Livingston, DEP Grant Manager DEP Contracts Administrator Approved as to form and legality: DEP Attorney FEID No.:59-6019764 *For Agreements with governmental boards/commissions: If someone other than the Chairman signs this Agreement, a resolution, statement or other document authorizing that person to sign the Agreement on behalf of the Grantee must accompany the Agreement List of attachments/exhibits included as part of this Agreement: Specify Type Letter/ Number Description (include number of pages) Grant Work Plan (4 Pages) Payment Request Summarv Form (2 Pa2es) Soecial Audit Reauirements (5 Pa~) Prooertv Reoorting Form (1 Page) Quality Assurance Reqpirements (9 Palles) Attachment Attachment Attachment Attachment Attachment A !! ~ :Q ~ DEP Agreement No. SOI92, Page 5 of5 STATE FINANCIAL ASSISTANCE STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AGREEMENT NO. S0192 ATTEST: CITY OF OCOEE, FLORIDA By: Beth Eikenberry, City Clerk S. Scott Vandergrift, Mayor (SEAL) FOR USE AND RELIANCE ONLY BY THE CITY OF OCOEE, FLORIDA; APPROVED AS TO FORM AND LEGALITY This day of , 2005 APPROVED BY THE OCOEE CITY COMMISSION AT A MEETING HELD ON , 2005 UNDER AGENDA ITEM NO. FOLEY & LARDNER LLP By: City Attorney ATTACHMENT A GRANT WORK PLAN LEAD ORGANIZATION: City ofOcoee - Department of Public Works COOPERATING ORGANIZATION: Orange County PROJECT ABSTRACT: The Grantee will construct an eigbt-acre regional stormwater pond to serve approximately 124 acres of urban land use consisting of two mobile home paIks as well as various commercial sites and roadways. This regional stormwater pond will intercept flows previously discharged directly into Lake Apopka with little or no treatment via the Northwest Ditch. These flows contribute a total pollutant load of over 16,000 kglyear to Lake Apopka. The construction of the proposed regional stormwater pond will reduce the total pollutant loading to less than 3.soo kWYear and also serve as a passive park with a walking trail, benches and educational signage. PROJECT LOCATION AND WATERSHED CHARACI'ERISTICS: The project is located within Section 18 of Township 22 South and Range 28 East within west Orange County, Florida More specifically, the contributing basin area is located around the intersection of Ocoee-Apopka Road (CR 437), Palm Drive and Silver Star Road (SR 438). Watershed Name: OckJawaha Latitude: 28.57 Longitude: 81.55 Hydrologic Unit Code (HUC): 3080102 Land Uses within the Watersbed (acres and percentage of the total) ACRES residential commercial 9.21 7.49 42.45 27.55 35.49 1.71 123 PERCENTAGES 7.4 6.0 34.4 22.2 28.6 1.4 100.0 POLLUTION REDUCTION STRATEGY: This project is not specifically identified as a needed project in any TMDL Implementation, SWIM, NEP or Stonnwater Master Plan. PROJECT OBJECI1VES: As shown in the table on page 3, the total pollutmt loading from this basin into Lake Apopka is approximately 16,000 kglyear. The pollutant load consists of Total Suspended Solids (TSS), Total Phosphorus (TP), Total Nitrogen (TN), Biochemical Oxygen Demand (BOD), Total Zinc (TZn) and Total Lead (TPb). The objective of this project is to construct a regional stormwater pond that will capture untreated runoff from this basin, treat it within the permanent pool volume, and discharge it to Lake Apopka via the Northwest Ditch. PROJECT DESCRIPTION: The primary stonnwater retrofit element of the project is the construction of the eight-acre regional stonnwater pond. The secondary elements of the project include the capture and redirection of stonnwater runoff from both the Pioneer Key I and IT mobile home parks and the shopping center south of the proposed regional stormwater pond, as well as the repaving of both Pioneer Key mobile home parks. All of the proposed improvements are geared to one key objective-to reduce the pollutant loading into Lake Apopka to the maximum extent practicable. In addition to funding a portion of the regional pond construction costs., the City of Ocoee is also donating the land on which the pond will be constructed. DEP Agreement No. 80192, Attachment A. Page 1 of 4 Task 1. Final Design and Pennitting. Upon execution of the Agreement, the City of Ocoee will authorize the consultant to begin the final design and to prepare construction plans and pennit applications. The plans and permit applications will be prepared in phases to allow constuction to begin as soon as possible. This task also includes public meetings to be held prior to construction of each phase. Delivemble(s): Copy of permits, plans. calculations and meeting mimItes. Task 2: Construction of Phase 1. The regional stormwater pond will be constructed along with all diversion and control structures as well as parle features. Phase 1 should establish the full functionality of the regional treatment pond. Delivemble(s): +/- 8-acre Regional Stormwater Treabnent Pond As-Built SurveylInspection Forms for all conslIUction associated with Phase 1. Task 3: Construction of Phase 2. The Grantee will construct facilities to capture runoff from the Pioneer Key I mobile home park and convey it to the regional stormwater treatment pond constructed in Phase 1. Deliverable(s): As-Built SurveylInspection Forms for all constroction associated with Phase 2. Task 4. Construction of Phase 3. The repaving of Pioneer Key I and Pioneer Key II is intended to enhance the overall image of the area as well as directing the stonnwater runoff toward the facilities. Cmrently, both mobile home parks have pavement in very poor condition with potholes and exposed base material throughout. The repaving will eliminate the exposed base and therefore reduce the sediment contained within the stormwater runoff geneI3ted by the roadway. Please note that no FDEP :funds will be used for Task 4. Deliverable(s): As-Built SurveylInspection Forms for all constroction associated with Phase 3. Task 5. Construction of Phase 4. The shopping center involved in this phase currently discharges from an undersized pond into the roadside ditch along Palm Drive. The stormwater then flows into the Northwest Ditch and is conveyed into Lake Apopka with no fonnal treatment. In this phase the Grantee will construct an improved conveyance system to more effectively capture runoff generated by the parking lot and convey it to the roadside swale along Palm Drive. This runoff will then be routed into the regional treatment pond constructed in Phase 1 for treatment. Deliverable(s): As-Built SurveylInspection Forms for all consttoction associated with Phase 4. Please note that FDEP:funds will not be used for Task 5. Task 6. BMP Effectiveness monitoring plan. The monitoring plan will be designed to capture grab samples during storm events in order to determine the pollutant concentrations entering and exiting the regional storm water treatment pond (the primary BMP). Deliverable(s): Monitoring plan for DEP approval. Task 7. BMP Effectiveness monitoring. The monitoring will take place according to the plan approved by FDEP in Task 6. The Grantee will subcontract with qualified staff to perform sample capture and analysis. The results of the effectiveness monitoring will be presented in the final project report. Deliverable(s): Monitoring report within final project report Task 8. Prepare and submit draft Final Report. The draft Final Report will be submitted to FDEP for a completeness review. Delivemble(s): Complete draft Final Project Report. Task 9: Prepare and submit Final Report Once comments on the draft Final Report are received, the Grantee will finalize the document and submit it to FDEP. Delivemble(s): Final Project Report with slides. Task 10: Quarterly Progress Reports. Project progress reports will be submitted on a quarterly basis and will contain information such as descriptions of completed tasks, descriptions of delays if encountered, project progress photogIaphs and a project chronology depicting the percent of the cmrent phase and the entire project. Deliverable(s): Quarterly Progress Reports. DEP Agreement No. 80192, Attacbment A. Page 2 of 4 Task II: Public Education Educational signage will be installed in kiosks constructed at regular intervals on the proposed walking path around the perimeter of the regional stormwater pond The educational signage will most likely be the series of signs developed by FDEP describing stormwater processes and treatment, as well as the benefits of implementing stormwater treatment These kiosks, in addition to containing the educational signage, will provide citizens with website addresses where they can learn more about stonnwater treatment projects. Deliverable(s): Educational Kiosks. ESTIMATED POLLUTANT LOAD REDUCTION: BMPs Wet Detention TSS TP TN BOD Pre- ro. ct Post- ro.ect Load reduction % reduction MODEL USED: The estimated pollutant loadings and removal efficiencies were calculated using these two documents authored by Harvey H. Harper, Ph.D., P.E.: "Stormwater Loading Rate Parnmeters for Central and South Florida", October 1994. "Pollutant Removal Efficiencies for Typical Stormwater Management Systems in Florida", October 1995. OUTPUTSIDELIVERABLES: The deliverables with respect to construction are facilities themselves as well as the as-built surveys/forms associated with all proposed construction Please refer to pages 2 and 3 for a more detailed description of the deliverables associated with each task. PROJECT MILESTONES: TASK ACTIVITY START COMPLETE 1 Final Design and Permitting Month 1 Month 9 2 Construction of Phase I (Stormwater Pond) Month 9 Month18 3 Construction of Phase II Month 18 Month 24 4 Construction of Phase ill Month 24 Month 36 5 Construction of Phase N Month 36 Month 42 6 Prepare and submit monitorin~ plan Month 36 Month 42 7 Conduct BMP effectiveness monitoring Month 42 Month 54 8 and Submit Draft Final Reoort Month 55 Month 57 9 and Submit Final Reoort Month 58 Month 59 10 Pro~!: 'RPnnrts Month 3 Month 54 11 Public Education Month 9 Month 24 REMAlNDER OF PAGE lNTENTIONALL Y LEn BLANK DEP Agreement No. S0192, Attachment A. Page 3 of 4 PROJECT BUDGET: PROJECT ACTIVITY GRANT AMOUNT MATCHING FUNDS MATCH SOURCE Staff Travel EQuipment $15,000 SUDDlies Contractual $835,000 City of Ocoee BMP implementation $750,000 $854,736 City of Ocoee Monitoring $ 70,000 $ 15,000 City of Ocoee Public Education $ 15,000 City of Ocoee Repaving program $880,264 City of Ocoee Orange County CDBG Private Owner TOTAL $850,000 $1,750,000 TOTAL PROJECT $2,600,000 COST PERCENT MATCH 67.3% BUDGET BY TASK: TASK GRANT FUNDS MATCHING FUNDS MATCH SOURCE Design, Permitting, Public $15,000 $275,000 City of Ocoee InvolvementlEducation BMP construction $750,000 $1,340,000 City of Ocoee Orange County CDBG Private Prooertv Owner BMP .effectiveness $85,000 $15,000 City of Ocoee monitorin2 Project Administration and $120,000 City of Ocoee RePortin,g Total $850,000 $1,750,000 DEP Agreement No. SO 192, Attachment A, Page 4 of 4 INSTRUcnONS FOR COMPLETING A'ITACHMENTB PAYMENT REQUEST SUMMARY FORM GRANTEE: Enter the name of the grantee's agency. DEP AGREEMENT NO.: This is the number on your grant agreement. DATE OF REQUEST: This is the date you are submitting the request. AMOUNT REQUESTED: This should match the amount on the "TOTAL AMOUNT " line for the "AMOUNT OF TIllS REQUEST' column. GRANTEE'S GRANT MANAGER: This should be the person identified as grant manager in the grant agreement. PAYMENT REQUEST NO.: This is the number of your pa)lnent request, not the quarter number. PERFORMANCE PERIOD: This is the beginning and ending date of the invoice period. PERCENT MATCHING REQUIRED: Enter your match requirement here. GRANT EXPENDITURES SUMMARY SECTION: .'AMOUNT OF TIllS REOUEST. COLUMN: Enter the amount that was paid out during the invoice period. This must be by budget category as in the currently approved budget in the current Grant Work Plan of your grant Agreement. Do not claim expenses in a budget category that does not have an approved budget. Do not claim items that are not specifically identified in the current Budget Narrative section of the current Grant Work Plan. Enter the column total on the "TOTALS" line. Enter the budget amount on the "AGREEMENT AMOUNT" line. Enter the total cumulative amount of this request and all previous payments on the "LESS TOTAL CUMULATIVE PAYMENTS OF"line. Deduct the "LESS TOTAL CUMULATIVE PAYMENTS OF" from the .'AGREEMENT AMOUNT" for the amount to enter on the "TOTAL REMAINING IN GRANT" line. ''TOTAL CUMULATIVE PAYMENTS" COLUMN: Enter the cumulative amounts that have been paid to date for expenses by budget category. The final report should shO\v the total of all payments, first through the final payment, etc. Enter the column total on the ''TOTALS''line. Do not enter anything in the shaded areas. "MATClDNG FUNDS" COLUMN: Enter the amount to be claimed as match for the invoice period. This needs to be shO\vn under specific budget categories according to the currently approved Grant Work Plan. Enter the total on the ''TOTALS'' line for this column. Enter the match budget amount on the "AGREEMENT AMOUNT" line for this column. Enter the total cumulative amount of this and any previous match claimed on the "LESS TOTAL CUMULATIVE PAYMENTS OF" line for this column. Deduct the "LESS TOTAL CUMULATIVE PAYMENTS OF" from the "AGREEMENT AMOUNT' for the amount to enter on the ''TOTAL REMAINING IN GRANT'. line. ''TOTAL CUMULATIVE MA TClllNG FUNDS.' COLUMN: Enter the cumulative amount you have claimed to date for match by budget category. Put the total of all on the line titled "TOTALS.'. The final report should show the total of all claims, first claim through the final claim, etc. Do not enter an)thing in the shaded areas. GRANTEE CERTIFICATION: Must be signed by both the Grantee's Grant Manager as identified in the grant agreement and the Grantee's Fiscal Agent. NOTE: If claiming reimbursement for travel. you must include copies of receipts and a copy of the travel reimbursement form approved by the Department of Financial Services. Chief Financial Officer. ATIACHMENT B PAYMENT REQUEST SUMMARY FORM GRANTEE: City of Ocoee DEP AGREEMENT NO.: S0192 GRANTEE'S GRANT MANAGER.: PAYMENT REQUEST NO.: DATE OF REQUEST: PERFORMANCE PERIOD: AMOUNT REQUESTED:$ PERCENT MATCIllNG REQUIRED: GRANT EXPENDITURES SUMMARY SECTION ffective Date of Grant throu End...of-Grant Period AMOUNT OF TOTAL MATCHING TOTAL CATEGORY OF EXPENDITURE THIS REQUEST CUMULATIVE FUNDS CUMULATIVE PAYMENTS MATCHING FUNDS Salaries $ $ $ $ Fringe Benefits $ $ $ $ Travel (if authorized) $ $ $ $ Subcontrclcting: Planning $ $ $ $ Design $ $ $ $ Construction $ $ $ $ Construction Related Costs $ $ $ $ Equipment Purchases $ $ $ $ Supplies/Other Expenses $ $ $ $ Land NA NA NA NA Indirect $ $ $ $ TOTALS $ $ $ $ AGREEMENT AMOUNT $ $ Less Total CumulatiYe Pa)-ments of: $ $ TOTAL REMAINING IN GRANT $ $ GRANTEECERTDnCATlON The undersigned certifies that the amount being requested for reimbursement above was for items that were charged to and utilized only for the above cited grant activities. Grantee's GmntManager's Si Gmntee's Fiscal Agent Signature Print Name Print Name Telephone Number Telephone Number ATfACHMENT C SPECIAL AUDIT REQUIREMENTS The administtation of resources awarded by the Department of Enviromnental Protection (which may be referred to as the "Department", "DEP", "FDEP" or "Grantor", or other nome in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantee" or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection, as descnOed in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMB Circular A.l33 and Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to, on-site visits by Department staff, limited scope audits as defined by OMB Circular A.133, as revised, and/or other procedures. By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate. the recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such audit. The recipient further agrees to comply and cooperate with any inspections, reviews. investigations, or audits deemed necessary by the CbiefFinanciaI Officer or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local government or a non..profit organization as defined in OMB Circular A-133, as revised. 1. In the event that the recipient expends $500,000 or more in Federal awards in its fiscal year, the recipient must have a single or program-specific audit conducted in accordance with the provisions of OMB Circular A-133, as revised. EXHIBIT 1 to this Agreement indicates Federal funds awarded through the Department of Environmental Protection by this Agreement In determining the Federal awards expended in its fiscal year, the recipient shall amsid.er all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amomrts of Federal awards expended should be in accordance with the guidelines established by OMB Circular A-133, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions ofOMB Circular A-B3, as revised, will meet the requirements of this part. 2. In connection with the audit requirements addressed in Part I. paragraph I., the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart. C of OMB Circular A-l33, as revised. 3. If the recipient expends less than $500,000 in Federal awards in its fiscal year, an audit conducted in accordance with the provisions of OMB Circular A.133, as revised. is not required. In the event that the recipient expends less than $500,000 in Federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of OMB Circular A.133, as revised, the cost of the audit must be paid from non-Federal resources (i.e., the cost of such an audit must be paid from recipient resources obtained from other than Federal entities). 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the internet at htto://12.46.245.173/cfdalcfda.html. DEP 55-215 (09/04) DEP Agreement No. S0192, Attachment C, Page 1 of 5 PART n: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(1). Florida Statutes. I. In the event that the recipient expends a total amount of State financial assistance equal to or in excess of $300.000 in any fiscal year of such recipient ($500,000 for fiscal years ending on or after September 30, 2004). the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 2IS.97. Florida Statutes: applicable rules of the Executive Office of the Governor and the Chief Financial Officer: and Chapters 10.5S0 (local governmental entities) or 10.6S0 (nonprofit and for- profit organizations). Rules of the Auditor General. EXHIBIT 1 to this Agreement indicates State financial assistance a,varded through the Department of Environmental Protection by this Agreement. In determining the State financial assistance expended in its fiscal year. the recipient shall consider all sources of State financial assistance. including State fmancial assistance received from the Department of Environmental Protection. other state agencies. and other nonstate entities. State financial assistance does not include Federal direct or pass-through awards and resources received by a nonstate entity for Federal program matching requirements. 2. In connection with the audit requirements addressed in Part II, parngraph I, the recipient shall ensure that the audit complies with the requirements of Section 215.97(7), Florida Statutes. This includes submission of a financial reporting package as defined by Section 215.97(2)(d), Florida Statutes, and Chapters 10.550 (local govemmenta1 entities) or 10.650 (nonprofit and for-profit or~i7mions), Rules of the Auditor General. 3. If the recipient expends less than $300,000 in State financial assistance in its fiscal year ($SOO,OOO for fiscal years ending on or after September 30,2(04), an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, is not required. In the event that the recipient expends less than $300,000 in State financial assistance in its fiscal year ($500,000 for fisQU years ending on or after September 30, 2(04), and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit most be paid from the non-S1ate entity's resources (i.e., the cost of such an audit must be paid from the recipient's resources obtained from other than State entities). 4. For information regarding the Florida Catalog of State Financial Assistance (CSF A). a recipient should access the Florida Single Audit Act ,,'ebsite located at http://state.fl.uslfsaa/catalog or the Governor's Office of Policy and Budget website located at http://,,,,vw.mvtlorida.comlmvfloridalgovemment/contacts/oDbOffice.html for assistance. In addition to the above websites. the following websites may be accessed for information: Legislature's Website htto://,vww.leg.state.fl.us/. Governor's Website htto://www.myflorida.coml. Department of Financial Services' Website htto://w,vw.dbf.state.fl.us/ and the Auditor General's Website htto:/ Iln"",. state. fl. us/audgen. PARTm: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specifY any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(7)(mJ, Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State ffil'Ording agency must arrange for fimding the filII cost of such additional audits. J PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133. as revised. and required by PART I of this Attachment shall be submitted. when required by Section .320 (d). OMB Circular A-133. as reyised. by or on behalf of the recipient directly to each of the following: DEP SS-21S (09104) DEP Agreement No. S0192, Attachment C, Page 2 of 5 A The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General. MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 B. The Federal Andit Clearinghouse designated in OMB Circular A-l33. as revised (the number of copies required by Sections .320 (d)(I) and (2), OMB Circular A-B3, as revised. shonld be submitted to the Fedeml Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 1201 East 10th Street Jeffersonville, IN 47132 C. Other FedemJ agencies and pass-tbrough entities in accordance with Sections .320 (e) and (f), OMB Circular A-B3, as revised. 2. Pursuant to Section .320(f), OMB Circular A-l33, as revised, the recipient sball submit a copy of the reporting package descnDed in Section .320(c), OMB Circular A-B3, as revised, and any management letters issued by the auditor, to the Department ofEnvironmeotal Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 3. Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on behalf of the recipient directly to each of the following: A The Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General. MS 40 2600 Blair Stone Road TaJ1l1MCsee, Florida 32399-2400 B. The Auditor General's Office at the following address: State of Florida Auditor General Room 40 I, Claude Pepper Building III West Madison Sueet Tallahassee, Florida 32399-1450 REMAINDER OF PAGE IN1'ENTIONALLY LEFT BLANK DEP SS-21S (09/04) DEP Agreement No. 80192, Attachment C, Page 3 of 5 4. Copies of reports or management letters required by PART ill of this Attachment sball be submitted by or on behalf of the recipient directlv to the Department of Environmental Protection at the following address: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 2600 Blair Stone Road Tallahassee, Florida 32399-2400 5. Any reports, management letters, or other infonnation required to be submitted to the Department of Environmental Protection pursuant to this Agreement sball be submitted timely in accordance with OMB Circular A-I33, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit org,mi7Jlhons), Rules of the Auditor General, as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-B3, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit org;mi-rnfions), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and sball allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor GeneI3l upon request for a period of 3 years from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY un BI....ANK DEP 55-21S (09/04) DEP Agreement No. S0192, Attachment C, Page 4 of 5 EXHmIT -1 FUNDS AWARDED TO TIIE RECIPIENT PURSUANT TO TIllS AGREEMENT CONSIST OF TIIE FOLLOWING: Federal Resources Awarded to the Redoient Pursuant to this A2I"eement Consist of the Followin2: Federal State Program CFDA Appropriation Number Federal A2encv Number CFDA Title Fundin2 Amount Cate20rv State Resources Awarded to tbe Recipient Pursuant to this AEreement Consist of the FollowinE Matcbin2 Resources for Federal Pro2r8Dls: Federal State Program Appropriation Number Federal Agency CFDA CFDA Title Funding Amount Category State Resources Awarded to the Recioient Pursuant to this Aereement Consist of tbe Followine Resources Subject to Section 215.97. F.S.: State CSF A Title State Program State CSFA or Appropriation Number Funding Source Fiscal Year Number Funding Source DescriDtion Funding Amount Category Original Water Quality Assurance 2003-2004 37.039 Statewide Surface Water Restoration $850,000.00 140076 Agreement Trost Fund--Line Item and Wastewater Projects 1637C Total Award I $850.000.00 - '" ",' ~; For each program identified above. the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA) [hup://12.46.245.173/cfda/cfda.html] and/or the Florida Catalog of State Financial Assistance (CSFA) [http://state.fl.uslfsaa/catalog]. The sen'ices/purposes for which the flUIds are to be used are included in the Contract scope of sen"ices/work. Any match required by the recipient is clearly ind icated in the Contract. DEP 55-215 (09/04) DEP Agreement No. S0192, Attacbment C, Page 5 of 5 Attachment D PROPERTY REPORTING FORM FOR DEP AGREEMENT NO. S0192 (For Property With Grantee/Contractor Assigned Property Control Numbers) GRANTEE/CONTRACTOR: Ust non-expendable equipment/personal property* costing $1,000 or more purchased under the above Contract. Also list all upgrades* under this contract, costing $1,000 or more, of property previously purchased under a DEP contract (identify the property upgraded and the applicable DEP contract on a separate sheet). Complete the serial no./cost, location/address and property control number columns of this form. The Grantee/Contractor shall establish a unique identifier for tracking all personal property/equipment purchased under this Contract and shall report the inventory of said property, on an annual basis, to the Department's Project Manager, by DEP Contract number, no tater than January 31st for each year this Contract is in effect. GRANTEE/CONTRACTOR DESCRIPTION SERIAL NO./COST** LOCATION/ADDRESS ASSIGNED PROPERlY CONTROL NUMBER *Not Including software. **Attach copy of invoice, bill of sale, or other documentation to support purchase. I GRANTEE/CONTRACTOR: I Date: I Grantee's/Contractor's Project Manager: BELOW FOR DEP USE ONLY DEP CONTRACT MANAGER: MAINTAIN THIS DOCUMENT WITH A COPY OF THE INVOICES SUPPORTING THE COST OF EACH nEM IDENTIFIED ABOVE IN YOUR CONTRACT FILE. IF THE CONTRACT IS A COST REIMBURSEMENT CONTRACT, MAKE SURE TO SEND INVOICES SUPPORTING THE COST OF THE mMS TO FINANCE AND ACCOUNTING FOR THE PROCESSING OF THE GRANTEE'S/CONTRACTOR'S INVOICE FOR PAYMENT. REFER TO DEP DIRECTIVE 320 FOR PROPERTY GUIDEUNES. DEP Contract Manager Slanature: Date: DEP FINANCE AND ACCOUNTING: No processing required by Finance & Accounting as the Grantee/Contractor Is responsible for retaining ownership of the equipment/property upon satisfactory completion of the Contract. DEP PROPERlY MANAGEMENT: No processing required by the Property Management section as the Grantee/Contractor will retain ownership of the equipment/property upon satisfactory completion of the Contract. DEP 55-212 (03-02) DEP Agreement No. 80191, Attachment D, Page 1 of 1 ATTACHMENTE Quality Assurance Requirements 1. All sampling and analyses performed under this Agreement must conform to the requirements set forth in Chapter 62-160, Florida Administrative Code (F.A.C.) and "Requirements for Field and Analytical Work performed for the Department of Environmental Protection under Contract" (DEP- QA-002l02), February 2002. 2. LABORATORIES a. The GRANTEE shall ensure that all laboratory testing activities are performed by laboratories certified by the Florida Department of Health Environmental Laboratory Certification Program (DoH ELCP) for all applicable matrixlmethodlanalyte combinations to be measured. b. If the laboratory is not certified for some or all of the proposed test measurements, the laboratory shall apply for certification within one month of Agreement execution. Within six months of Agreement execution, the laboratory shall be fully certified for all applicable matrixlmethodlanalyte combinations to be performed. Regardless of when the laboratory receives certification, the laboratory must implement all applicable standards of the National Environmental Laboratory Accreditation Conference (NELAC) upon Agreement execution. c. Laboratories shall Illaintain certification as specified in item 2.a above during the life of the Agreement. Should certification for an analyte or test method be lost, all affected tests shall be immediately sub-contra.cted to a laboratory with current DoH ELCP certification in the appropriate matrix/methodlanalyte combination(s). The GRANTEE shall notify the Department's Grant Manager in writing before such changes are made. d. A copy of the DoH ELCP Certificate and the associated list of specific fields of accreditation for each contracted or sub-contracted laboratory shall be provided to the Department's Grant Manager upon Agreement execution or upon receiving DoH certification (see items 2.a and 2.b above). e. The GRANTEE shall ensure that an acceptable initial demonstration of capability (IDOC), as described in Appendix C of Chapter 5 of NELAC Standards is performed. Each laboratory that performs any of the proposed matrixlmethodlanalyte combination(s) must have the requisite IDOC documentation and supporting laboratory records. IDOCs shall be performed before the test procedure is used to generate data for this Agreement. If requested by the Department, documentation that supports the IDOC shall be made available for review. f. When perfonnance test samples are not required by DoH ELCP for certification, or certification is not required (see item 2.g below), the laboratory shall obtain, analyze and evaluate performance test samples, standard reference materials (SRM) or other ex.temally assayed quality control (QC) samples, hereinafter known collectively as quality control check (QCC) samples. (i) The laboratory shall ensure that the selected QCC samples(s) represent all matrixlmethodlanalyte combinations that are not subject to certification requirements. (ii) These samples shall be analyzed at six-month intervals and the results shall be within the acceptable range established by the QCC sample provider. (iii) Before providing analytical services for this Agreement, the laboratory must provide to the Department's Grant Manager the results of the QCC sample(s) and the associated acceptable range(s) as established by the QCC sample provider. The submitted results must be from QCC samples that have been completed within six months prior to the submission date. g. For those test measurements for which the Department bas determined that certification by the DoH ELCP is not necessary, all laboratory activities associated with the test measurements shall conform to the NELAC Quality Systems (Chapter 5) Standards. h. Any non-standard laboratory procedure or methods (i.e., those not approved by DEP for standard environmental analyses) that are proposed for use shall be submitted for review and approval in 1?1f'l?nM4 accordance with DEP-QA-ool/O1, "New and Alternative Analytical Laboratory Methods," February 1, 2004. These procedures or methods shall be approved by the Depar1ment's Grant Manager before use under this Agreement and must be cited or described in the required planning document (see Section 6). i. The GRANTEE shall ensure that Practical Quantitation Limits (PQLs) and Method Detection Limits (MDLs) are established for the Agreement, and are listed in the planning document (see Section 6). j. The GRANTEE shall ensure that the selected laboratory test methods can provide results that meet the Agreement data quality objectives. k. The GRANTEE shall ensure that all laboratory testing procedures follow the analytical methods as approved in the planning document (see Section 6). I. The GRANTEE shall ensure that the essential laboratory quality control measures are consistent with Chapter 5 of the NELAC standards. In addition, the GRANTEE shall ensure that the quality control requirements specified in the attached addenda are followed. 3. FIELD ACTIVITIES a. "Sample" refers to samples that have been either collected or analyzed under the terms of this Agreement. b. The GRANTEE shall ensure that all sample collection and field testing activities are performed in accordance with the Department's "Standard Operating Procedures for Field Activities" (DEP- SOP-OOllOl, February 1,2004). The specific standard operating procedures (SOPs) shall be cited in the planning document (see Section 6). C. Any non-standard field procedure shall be submitted for review and approval to the Department's Grant Manager in accordance with section FA 2000 of DEP-SOP-OOllOl. All non-standard procedures and methods must be approved by the Department's Grant Manager before use under this Agreement and must be cited or described in the planning document. d. Per the quality control measures outlined in the DEP SOPs (FQ 1000 and the calibration requirements of the FT -series for field testing), the GRANTEE shall ensure that the following field quality controls (and any additional quality control measures specified in the addenda) are incorporated into the project design: (i) Matrix-Related Quality Controls - The GRANTEE shall ensure that the laboratory is provided with sufficient sample volume to analyze at least one set of matrix spikes, and either matrix spike duplicates or laboratory duplicates as follows: (1) The first time a sample from a sample collection matrix (see Table FA 1000-1) is collected; (2) One in each additional 20 samples of the sample collection matrix, after the first 20 samples; and (3) The last time samples are collected for the sample collection matrix. (ii) Field duplicates (not to be confused as laboratory duplicates) shall be collected and analyzed at a frequency of 5% of the total number of samples collected for each matrixlanalyte combination (see FQ 1220). (1) All field duplicate results greater than the PQL should agree within 20% RPD for each measured analyte. In the event that the field duplicate agreement is not observed, the GRANTEE shall investigate and attempt to determine the cause of poor precision. The outcome of these investigations shall be reported including corrective measures to minimize future problems. (iii) Field-Generated Blanks - Blanks associated with field activities as defined in FQ 1210 of the DEP SOPs, shall be collected according to the requirements ofFQ 1230. (1) If the reported analyte is reported in any field blank, equipment blank or trip blank, the GRANTEE shall investigate and attempt to determine the cause unless the affected samples are at least 10 times the reported blank value. The outcome of these 1?/n?nnn4 investigations shall be reported including corrective measures to minimize future occurrences. 4. REPORTING. DocuMENTATION AND RECORDS RETENTION a. The GRANTEE shall ensure that all laboratory and field records as outlined in Rules 62-160.240 and .340, F.A.C. are retained for a minimum offive years after the project completion. b. All field and laboratory records that are associated with work performed under this Agreement shall be organized so that any information can be quickly and easily retrieved for inspection, copying or distribution. c. The GRANTEE shall ensure that all laboratory reports are issued in accordance with NELAC requirements. These reports shall be submitted to the Department's Grant Manager and shall include the following information: . Laboratory sample identification (10) and associated Field In . Analyticalltest method . Parameter name . Analytical result (including dilution factor) . Result unit . Applicable DEP Qualifiers per Table I of Chapter 62-160, F.A.C. . Result comment(s) to include corrective/preventive actions taken fOT any failed QC, unacceptable measurement or other problem related to the analysis of the samples . Date and time of sample preparation (if applicable) . Date and time of sample analysis . Laboratory verification results of field preservation . Sample matrix . DoH ELCP certification number for each laboratory (must be associated with the test result(s) generated by the laboratory) . MOL . PQL . Sample type (such as blank, duplicate, etc.) . Field and laboratory blank results: · Laboratory blank results (results fOT any laboratory blank analysis as required by the method and the planning document) (see Section 6); · Field quality control results including trip blanks, field blanks, equipment blanks, and field replicates as specified in the planning document (see Section 6) . Results of sample matrix spikes, laboratory duplicates or matrix spike duplicates, as applicable . Results of surrogate spike analysis (if performed) . Results of laboratory control samples (LeS) . Link between each quality control sample and the related sample results . Acceptance criteria for each reported quality control measure d. The GRANTEE shaI1 ensure that the following field-related information is reported to the Department's Grant Manager: . Site and/or facility name, address and phone number . Field In for each sample container and the associated analytes (test methods) for which the container was collected . Date and time of sample collection . Sample collection depth . Sample collection method identified by the DEP SOP number . If performed, indicate samples that were tlliered . Field test measurement results: 1?/0?1?nIl4 . DEP SOP followed . Parameter name . Result . Result unit · Applicable Data Qualifiers per Table 1 of Chapter 62-160, F.A.C. ~ Narrative comments discussing corrective/preventive actions taken for any fuiled QC or unacceptable field measurement or other problems related to the sampling event. 5. AUDITS a. AUDITS BY THE DEPARTMENT - Pursuant to Rule 62-160.650, F.A.C., the Department may conduct audits of field and/or laboratory activities. In addition to allowing Department representatives to conduct onsite audits, the GRANTEE, upon request, must provide the Department with the requested information, including all field and laboratory records pertinent to the contracted field and laboratory activities. If an audit by the Department results in a determination that the data are not usable for the contracted proposed purpose, the Department's Grant Manager shall pursue remedies available to the Department including those outlined in Addendum 1. b. Pl..ANNINo REvmw AUDITS - (i) Initial: Prior to the completion of the sampling and analysis events, and as specified in the addendum, the GRANTEE and all associated subcontractors shall review the planning document (see Section 6 below) relative to the completed field and laboratory activities to determine if the data quality objectives are being met, identify any improvements to be made to the process, and refine the sampling and/or analytical design or schedule. Within one month of the review, a summary of the review, including any corrective action plans or amendments to the planning document, shall be sent to the Department's Grant Manager, and a copy shall be maintained with the permanent project records. (ii) Ongoing: Planning reviews as described in item (1) above shall occur annually. C. QUALITY SYSTEMS AUDITS - The GRANTEE and all subcontractors shall ensure that any required laboratory and field quality system and management systems audits are performed according to the respective Quality Manuals for each contracted and su~ntracted entity. These audits shall be documented in the GRANTEE's and subcontractors' records. d. STATEMENTS OF USABILITY - As a part of the audit process and the final report, the GRANTEE shall provide statements about data usability relative to the Project Data Quality Objectives and Data QuaIity Indicators specified in the planning document. 6. PLANNING~ a. The GRANTEE shall submit the planning document specified in the addendum to this attachment to the Department's Grant Manager no later than 120 days prior to the commencement of field and laboratory activities. Failure to submit the planning document by the above-mentioned time shall result in a delay of approval to begin work until the document has been submitted to the Department and approved by the Department's Grant Manager. b. The GRANTEE and subcontractors may submit a version of the pbuming document to the Department for approval no more than three times. If the GRANTEE fails to obtain approval for the planning document after the third (final) submission to the Department, the Department's Grant Manager may suspend or terminate the Agreement. c. The DEP Agreement number shall appear on the title page of the submitted planning document. Within forty-five (45) days of receipt of properly identified documents by the Department, the Department shall review and either approve the planning document or provide comments to the GRANTEE and affected subcontractors as to why the planning document is not approved. If further revisions are needed, the GRANTEE shall then have fifteen (15) days from the receipt of review comments to respond. The Department shall respond to all revisions to the planning document within thirty (30) days of receipt. 1?'ronnn4 d. If the review of the planning document by the Department is delayed, through no fuult of the GRANTEE, beyond sixty (60) days after the planning document is received by the Department, the GRANTEE shall have the option, after the planning document is approved, of requesting and receiving an extension in the term of the Agreement for a time period not to exceed the period of delayed review and approval This option must be exercised at least sixty (60) days prior to the current termination date of the Agreement. e. Work may not begin for specific Agreement tasks until approval has been received by the GRANTEE from the Department's Grant Manager. Sampling and analysis for the Agreement may not begin until the planning document has been approved. 1. Once approved, the GRANTEE shall follow the protocols specified in the approved planning document including, but not limited to: ~ Ensuring that all stated quality control measures are collected, analyzed and evaluated for acceptability; . Using only the protocols approved in the planning document; and . Using only the equipment approved in the planning document. g. If any significant changes in procedures or test methods, changes in subcontractor organizations, or changes in key personnel occur, the GRANTEE shall submit appropriate revisions to the planning document to the Department's Grant Manager for review. The proposed revisions may not be implemented until they have been approved by the Department's Grant Manager. If the GRANTEE firils to submit the required revisions, the Department's Grant Manager may suspend or terminate the Agreement. 7. DE~RABLES a. The following lists the expected schedule for the deliverables that are associated with the Quality Assurance requirements of this Agreement: (i) Copy of DoH ELCP Certificate(s) and the associated list of specific fields of accreditation, per item 2.d above. (ii) Copies of the QCC sample results per item 2.f above. (iii) Non-standard laboratory or field procedures - The GRANTEE shall submit to the Department's Grant Manager all required information necessary for review of non-standard procedures per items 2.h. and 3.b. above. (iv) Reports of planning review audits as specified in item 5.b. above. (v) Statements of Usability as specified in item 5.d. above. (vi) Planning document per Section 6, above. b. Failure to provide any of the above items may result in the pursuit of remedies available to the Department. REMAINDER OF P AGE INTENTIONALLY LEFT BLANK 1 ?fO?I?M4 Addendum 1 Modifications to Attachment E, Quality Assurance Requirements 1. Failure to comply with any requirement of this attachment may resuh in: a. Immediate termination of the Agreement. b. Withheld payment for the affected activities. c. Agreement suspension until the requirement(s) has been met. d. A request to refund already disbursed payments. e. A request to redo work affected by the non compliance. f. Other remedies available to the Deparbnent. 2. LABORATORIES e. The following quality control addenda must be followed: 0) Addendum 2, Quality Control Requirements for Laboratories Perfonning Chemical Analysis with the following modifications: (1) 1. b. After the first 20 samples from the sample collection matrix. (2) 8. deleted (3) 9. deleted (ii) Addendum 3, Quality Control Requirements for Laboratories Performing Microbiological Testing. 3. FlELDAcTIVITlEs a. The following Section 3 requirements are amended as fullows: (i) 3.dj. (2) After the first 20 matrix samples. (ii) Field duplicates (item 3.d.ii) shall not be collected 4. REPoRTING, DocuMENTATION AND RECORDS RETENTION a. The GRANTEE shall submit the data electronically using the following format: (i) Excel 97 file or Access 2000 file. Adobe PDF file with final report. b. In addition to the infonnation in item 4.d, the GRANTEE shall ensure that the following field information is reported: (i) N/A 5. AUDITS a. The initial planning review audit will be performed in accordance with Section S.b.l within 30 days of completion of the first sampling event. 6. PLANNING DOCUMENT a. Per Section 6 requirements, the type of planning document to be submitted is a: (i) 0uaIity Assurance Project Plan (QAPP). This document shall be submitted to the DEP Project Manager for review and approval. The plan shall be consistent with the EP A Document EPA-QNR-5, EPA Requirements for Quality Assurance Project Plans, dated March 2001. b. When the approved planning document requires modification, at the discretion of the DEP Project Manager the amendments shall be: (i) Provided in a new planning document, or (ii) Provided as amended sections of the current document, or (iii) Documented through written or electronic correspondence that becomes part of the planning document. 7. DELIVERABLES a. The following deliverables are not required under the terms of this Agreement: (i) 7.a.iii deleted. 1 ?tn?I?M4 Addendum 2 Quality Control Requirements for Laboratories Performing Chemical Analysis In addition to the quality control requirements outlined in Chapter 5 of the NELAC Standards, the following quality control measures shall be implemented for this Agreement. Note: "Sample" refers to samples that have been either collected or analyzed under the tenns of this Agreement. 1. Matrix-Related Quality Control Samples - The GRANTEE shall ensure that samples associated with this Agreement are used for matrix spikes, and either laboratory duplicates or matrix. spike duplicates. The laboratory shall analyze these samples: a. The first time a sample from a sample collection matrix (see Table FA 1000-1) is collected. b. After the first 20 samples from the sample collection matrix, at least one matrix spike and either laboratory duplicates or matrix spike duplicates in each additional 20 samples of the sample collection matrix. c. The last collection event for the sample collection matrix. d. Spike levels must be at concentrations specified in item 3 below. e. The results of matrix spikes must meet the specific acceptance criteria established for the Agreement or the data must be appropriately qualified. f. Sample duplicates or matrix spike duplicates must be evaluated for precision criteria established for the Agreement. If the selected sample concentration is expected to be below the laboratory's PQL, then matrix spike duplicates must be used. 2. Per NELAC Chapter 5 requirements, as least one Laboratory Control Sample (LCS also known as Laboratory Fortified Blank) shall be prepared, analyzed and evaluated with each batch of20 samples or less. a. If the LCS is unacceptable, the samples associated with the LCS shall be reprocessed with a new LCS. If samples cannot be reprocessed, the data must be appropriately qualified. 3. SpikingIFortification Requirements - All spike fortifications must take place prior to any required sample preparation steps (e.g., sample extraction, sample digestion, etc.). The final concentration of any spike fortification shall be at the applicable level identified below. a. If any of the samples in the preparation batch are non-detect, the spiking level must not be greater than 2 times the Agreement-established practical quantitation limit (PQL). b. The concentration in a spiked sample cannot exceed 5 times the highest concentration of any contracted sample in the preparation batch. 4. Instrument Calibration - The following discussions supplement the method specified calibration procedures, which must be followed: a. Initia1 Calibration Requirements (i) Unless otherwise specified by the method, all sample results shall be based on the initial calibration curve responses. (ii) If a linear regression is used, the correlation coefficient shall be equal to or greater than 0.995. (iii) Immediately after performing an initial calibration, the accuracy of the calibration shall be verified using a second source. A second source may be a standard, a Standard Reference Material (SRM), or other sample type with a verified concentration such as a QC Check Sample. The standard must have been prepared from a different lot or vendor, and the verified SRM or QC Check sample must have been verified by an Org8Jllzation that is external to the laboratory. (iv) Sample analysis cannot proceed if an initial calibration is unacceptable. b. Continuing Calibration Requirements: 1 ?tn?l?nn4 (i) When an initial calibration is not performed on the day of analysis, a continuing calibration standard shall be analyzed, evaluated and determined to be acceptable prior to analyzing samples. (ii) A continuing calibration standard sball be analyzed and evaluated at the end of the analytical run. (iii) For each analyticalnm, the analytical sensitivity must be evaluated using a continuing calibration standard prepared at the PQL. The analyzed value of this standard must be within 70 - 130% of the expected value. If this PQL check fails, the blank and associated sample results must be reported as "estimated" per Chapter 62-160, F.A.C. unless the affected results are at least 10 times the absolute value of the observed bias. (iv) The samples sball be chronologically bracketed between acceptable continuing calibration evaluations. (v) If a continuing calibration verification fails, samples run after the failure must be reanalyzed or appropriately qualified. c. Sample results below the practical quantitation limit (PQL) and above the highest calibration standard shalI be appropriately qualified. 5. Blanks a. If the analyte is detected in any analytical blank, the sample results that are associated with the blank must be reported with the appropriate qualifier from Chapter 62-160, F.A.C., unless the affected results are at least 10 times the calculated blank value. b. Sample results must be bracketed with an acceptable beginning and ending analytical blanks. C. If the analyte is detected in the field blank, equipment blank or trip bl~ the result must be confumed by reanalyzing a new aliquot of the blank unless the sample results associated with the blank are at least 10 times the calculated blank value. The laboratory must investigate sufficiently to determine that positive blank results are not due to a laboratory error, and report results with appropriate qualifiers and/or comments. 6. If any quality control measure or calibration verification (including those specified above) fails, samples that are associated with the fuilure must be reanalyzed, if possible. Sample data that are associated with a failed quality control measure must be appropriately qualified as specified in Chapter 62-160, F.A.C. An explanatory comment must be attached to the final report for each result that has a qualifier code other than U, I, or A Any additional qualifier codes used but not explicitly provided for in Chapter 62-160, F.AC. must be identified and defined in the report. 7. The reported MDL and PQL for each sample must be adjusted for dilution factors, and any relevant preparation weights and volumes. 8. Field duplicates - The GRANTEE shall ensure that field duplicates (not to be confused as laboratory duplicates) are analyzed. All field duplicate results greater than the PQL should agree within 20% RPD for each measured analyte. In the event that field duplicate agreement is not observed, the laboratory must investigate sufficiently to determine that poor precision is not due to a laboratory error, and report the results with appropriate qualifiers and/or comments. 9. For all organic analyses using either gas chromatography or HPLC, analytes with concentrations above the method detection limit shall be confirmed by at least one of the qualitative identification measures listed below. Confinnation must occur the first time an analyte is detected at a sampling point. . Second column/same detector . Second column/alternate detector . Same column/alternate detector . Mass spectrometry . Ahernate wavelength 1 ?/ll?f?flO4 Addendum 3 Quality Control Requirements for Laboratories performing Microbiological Testing In addition to the quality control requirements outlined in Chapter 5 of the NELAC Standards, the following quality control measures shall be implemented for this Agreement. Note: .'Sample" refers to samples that have been either collected or analyzed under the tenns of this Agreement. 1. Blanks 8. If the membrane filter technique was used, the sample set(s) shall be associated with a beginning and ending filtration blank. b. The results of any blank must be < 1 CFU/IOO mL or the associated sample results must be reported with the appropriate qualifier from Chapter 62-160, F .A. C. c. All duplicate results shall be evaluated per method specifications. In the event that field duplicate agreement is not observed, the laboratory must investigate sufficiently to detennine that poor precision is not due to a laboratory error, and report the results with appropriate qualifiers and/or comments. 2. All microbiological analyses must conform to requirements for facilities, personnel and equipment specifications and quality control measures discussed in A WW A Standard Methods 2d" edition, section 9020. 3. At least 10% of the samples (or one per test run) shall be duplicated. 4. Colony Counts 8. The laboratory shall make every attempt to ensure that colony counts are in the ideal range of 20 - 60 colonies per plate. Reported values from colony plate counts outside this range shall be qualified with a ..B" (unless reported value is from a 100 mL sample and the count is less than 20). b. If all counts are above 60, the result sball be calculated and reported from the highest dilution. This result must be reported as ..estimated". c. The laboratory shall foJlow the reporting requirements specified in the method for other results that are outside the ideal range (item 3.a of Addendum 3) d. If the sample result is .100 numerous to count (TNTC)" the laboratory shall report the filtration volume with the data qualifier ..Z". e. Colony counts from samples that have been verified shall be adjusted based on the verification results as specified in the method. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK 1?JO?J?n04 CITY OF OCOEE AGENDA ITEM COVER SHEET Date: September 28, 2004 Meeting Date: October 5, 2004 Subject: Discussion - Pioneer Key Drainage Master Plan Issue: Conceptual Master Plan to address regional drainage issues for Pioneer Key 1 & 2 and area south of Palm Drive Recommendation: Discuss the conceptual drainage Master Plan and feasibility of the implementation of a muhi-phased project. Background Summary: The drainage basin located northwest of Starke Lake, which includes Pioneer Key 1 and 2 and areas south of Palm Drive have historically experienced flooding due to lack of an adequate drainage outfull. This drainage Master Plan provides a multi-year project to address the drainage issues while improving the quality of water draining into the lakes in the region. Fiscal Impacts: The multi-year project cost is estimated at $2.5 million. There are opportunities for State grant up to $750,000 and Orange County CBOO up to $500,000 to invest in a stonnwater infrastructure. City must budget the remainder ($1.25 million) over several fiscal years to implement the project. Commission Action: Reviewed by City Manager Reviewed by City Attorney N/A Reviewed by Finance N/A Reviewed by N/A City Manager Robert Frank e c.entet of .Good LII>' ~ Commissioners Danny Howell. District 1 Scott Anderson. District 2 Rusty Johnson, District 3 Nancy J. Parker. District 4 Mayor S. Scott Vandergrift STAFF REPORT TO: The Honorable Mayor and City Commissioners FROM: Bob Zaitoooi, Deputy Director Public Works DATE: September 28, 2004 RE: Regional Drainage Improvements Pioneer Key 1 & 2 Drainage Master Plan ISSUE: City Commission to discuss the conceptual drainage Master Plan to address the regional drainage problems for Pioneer Key I & 2 and area south of Palm Drive and provide direction to staff. BACKGROUNDIDISCUSSION The drainage basin located northwest of Starke Lake. which includes Pioneer Key 1 and 2 and areas south of Palm Drive have historically experienced flooding due to lack of an adequate drainage outfall. The drainage master plan developed by Professional Engineering Consultants (PEC) provides a multi-year plan to address the drainage issues while improving the quality of water draining into the lakes in the regiOn. The multi-year project cost is estimated at $2.5 million. There are opportunities for State grant up to $750.000 and Orange County CaDG up to $500.000 to invest in a stonnwater infrastructure. City must budget the remainder ($1.25 million) over several fiscal years to implement the pr~ject. A conceptual plan and fiscal data are included with this report. For discussion purposes. there may be other alternatives that require an in-depth feasibility analysis of community revitalization versus or infrastructure improvements as presented in this report. However. regardless of the direction. a regional pond may be still necessary for future development in this area. RECOMMENDATION Staff respectfully requests the Mayor and City Commission to discuss the conceptual drainage Master Plan and the feasibility of the implementation of a multi-phased project. Pioneer Key Regional Drainage Improvements ProlsolsocrEa[lkenr's Este ofPr.6t1r16,W.Avos6sclloo Colds I ouantfty Unit I Unit Price I Total Price PHASE I-CONSTRUCTION OF REGIONAL STORIINATER POND Erosion and Sedimentaticn Cantd 1 LS $5000 $5.000 Excavation Subsoil(Pond) 123,568 CY $6 $741.408 Modified Type D Inlet(Cmtrd Structure) 1 EA $2500 $2500 Pipe Cmc Ctiv(Class III)(42"SSI 50 LF $85 $4250 Mitered End Section(Optional RD))42"CD) 1 EA $1,772 $1,772 Sod(Pond Side Slopes 8 Maintenance Berm) 11.044 SY $3 $33.132 Chain Lir4r Fence(Black Vinyl Coated) 2.891 LF $12 $34.692 Subtotal-PHASE I *822.754 Mcbilizalion(5%) $41,138 Contingency(15%) $123,413 Subtotal $987,30$ Engineering,Design.Survey,and Permitting(SJRHMkilD.Orange County) $85,000 Grand Total-Phase I $1,072,305 PHASE II-PIONEER KEY I CONVEYANCE IMPROVEMENtS Easement Acquisition 1 LS $21.250 $21.250 Grout and Abandon Existing Pipes 1 LS $2000 $2.000 Inlet(DT Bot)(Type Dl('10'1 2 EA $1.996 $3.992 Manhole(P-7)1'10'1 5 EA $1,928 $9,640 Pipe ConcCUv(Class III)(36'SS) 195 LF $75 $14.625 Pipe Conc Ctiv(Class 111)(48-SS) 1.220 LF $100 $122.000 Mitered End Section(Optimal RD)(48"CD 1 EA $2.000 $2.000 Pavement Removal and Replacement(Ocoee-Apopka Road) 130 SY $18 $2340 Subtotal-PHASE II $177,847 Mobilization(5%) $8,892 Contingency(15%) $26,677 Subtotal $213,418 Engineering,Design,Survey.and Permitting(SJR(MID,Orange County) $75,000 Grand Total-Phase II $288,416 PHASE IIIA-PIONEER KEY I PAVING IMPROVEMENTS Optional Base(Base Group 4)(6"Limerock LBR 100) 11,600 SY $10 $116.000 Type S Asphaltic Concrete)1"I 11.600 SY $6 $69.600 Underdrain(Along Both Sides of all New Pavement) 8,680 LF $21 5182.280 Conned Underdrain to Drainage Structures 4 EA $750 $3,000 Subtotal-PHASE MA $370,880 Optimal Base(Base Group 4)(6'Limerock LER 100) 10.140 SY $10 $101,400 Type S Asphaltic Concrete(1") 10.140 SY $6 $60,840 Underdrain(Along Both Sides of all New Pavement) 7.600 LF $21 $159.600 Connect Underdrain to Drainage Structures 10 EA $750 $7.500 $329.340 Subtotal-Phase IN $700,220 Mobilization(5%) $35,011 Contingency(15%) $105,033 Subtotal $840,284 Engineering,Design,Survey,and Permitting(SJRVVMD,Orange County) $40,000 Grand Total-Phase Ill $880,264 PHASE IV-SHOPPING CENTER IMPROVEMENTS Inlet(DT Bot)(Type DI('10) 8 EA $1.996 $15,968 manhole(P-711'10'1 3 EA $1.928 $5.784 Pipe Conc CuN(Class III)(18.SSI 410 LF $55 $22.550 Pipe ConcCW(Class III)(24"SS) 160 LF $60 $9,600 Pipe CmcCW(Class 111)130'SS) 600 LF $65 $39,000 Pipe Cone CW(Class 111)136"SS) 345 LF $75 $25.875 Pipe Conc Ctiv(Class 111)(48"SS) 100 LF $100 $10,000 Mitered End Section(Optional RD)(36"CD) 3 EA $1.437 $4,311 Mitered End Section(Optimal RD)(48"CD) 2 EA 52000 $4,000 Pavement Removal and Replacement(Franklin Sheet) 150 SY $18 $2.700 Pavement Removal and Replacement(Parking Lot) 1,500 SY $18 $27.000 Subtotal-PHASE IV $166,788 Mobilization(5%) $8,339 Contingency(15%) $25,018 Subtotal $200,146 Engineering,Design,Survey,and Permitting(SJRVYMD,Orange County) $50,000 Grand Total-Phase IV $250,146 Grand Total-ALL PHASES $2,491,131 Prepared by:PEC,Inc. Stephen C.Medeiros,P.E. 9/24/2004 Pioneer Key Regional Drainage improvements PirmisiosuL 'sEsf ete*Makable ANnfrieffse Costs Fiscal Year Sarco Objective 1 FDEP Florida Forever Grant Ccnsfruction of Regional Stormwater Pond $750.000 City of Ocoee Complefan of Phase 1 $322,305 Subtotal tor Racal Year 1 $1 2 City of Ocoee crnplerion of Phase II $288.416 Subtotal kw Fiscal Year 2 $28$,416 3 Orange County COED ontribution to Repaving Program $500.000 City of Ocoee Completion of Phase Ill $380,264 Subtotal tor Fiscal Year $880,264 4 Property Owner Contribution to Shopping Center Improvements $50.000 City of Ocoee Completion of Phase IV $200,146 Subtotal for Racal Year4 $250,146 Grand Total $2,491,131 Prepared by:PEC,Inc. Stephen C.Medeiros,P.E. 912412004