Loading...
HomeMy WebLinkAboutItem #01 Starke Lake Water Quality Improvement Grant center of GOOd Li ~~e .... ... . .... .. .~~ ... AGENDA ITEM COVER SHEET Meeting Date: January 30, 2007 Item # \ Contact Name: Contact Number: Stephen C. Krug 6002 Reviewed By: Department Director: City Manager: Subject: Mayor To Execute DEP Agreement No. 50319, Starke lake Water Quality Improvement Project Grant Assistance. Background Summary: Through the Department of Environmental Protection (DEP) and the Florida Watershed Restoration Act, the City of Ocoee wishes to enter into a Grant Assistance Agreement for the Stark Lake Water Quality Improvement Project. This project includes the construction of a regional stormwater pond to be located on the north side of the City Hall Complex, improvements to the Lakeshore Drive drainage system and shoreline plants on the west bank of Starke Lake. It is requested that the Grant Assistance Agreement be executed before January 31, 2007 in order to allow DEP to encumber the fixed capital outlay funding for this project. Issue: Mayor to execute DEP Agreement No, S0319, Starke Lake Water Quality Improvement Project Grant Assistance. Recommendations Recommend approval for Mayor to execute DEP Agreement No, S0319, Starke Lake Water Quality Improvement Project Grant Assistance. Attachments: . DEP Agreement No. S0319, Starke Lake Water Quality Improvement Project Grant Assistance. . Attachment A, Grant Work Plan. . Attachment B, Payment Request Summary Form. . Attachment C, Special Audit Requirements. . Attachment 0, Quality Assurance Rqmts For State Funded NPS BMP Monitoring Agreements. Financial Impact: Execution of Agreement No, S0319 will provide $1,400,000.00 in matching funds from the DEP for the Starke Lake Water Quality Improvement project. Type of Item: (please mark with an "x'J Public Hearing _ Ordinance First Reading Ordinance Second Reading Resolution Commission Approval Discussion & Direction For Clerk's Deat Use: Consent Agenda Public Hearing Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk _ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) N/A N/A N/A 2 Citv Manager Robert Frank Commissioners Garv Hood. District 1 Scott Anderson, District 2 Rustv Johnson. District 3 Joel Keller, District 4 Mavor S. Scott Vandergrift STAFF REPORT ocoee Public Works Te~ FROM: Stephen C. Krug, Public Works Director TO: The Honorable Mayor and City Commissioners DATE: January 30, 2007 Improving a great community RE: DEP Agreement No, S03l9, Starke Lake Water Quality Improvement Project Grant Assistance ISSUE Mayor to execute DEP Agreement No, S0319, Starke Lake Water Quality Improvement Project Grant Assistance. BACKGROUNDIDISCUSSION Through the Department of Environmental Protection (DEP) and the Florida Watershed Restoration Act, the City of Ocoee wishes to enter into a Grant Assistance Agreement for the Stark Lake Water Quality Improvement Project. This project includes the construction of a regional stormwater pond to be located on the north side of the City Hall Complex, improvements to the Lakeshore Drive drainage system and shoreline plants on the west bank of Starke Lake. It is requested that the Grant Assistance Agreement be executed before January 31, 2007 in order to allow DEP to encumber the fixed capital outlay funding for this project. 1 DEP AGREEMENT NO. S0319 STATE OF FLORIDA GRANT ASSISTANCE PURSUANT TO LINE ITEM 1718 OF THE 2005-2006 GENERAL APPROPRIATIONS ACT THIS 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 150 North Lakeshore Drive, Ocoee, Florida 34761 (hereinafter referred to as "Grantee" or "Recipient"), a local government, to provide financial assistance for the Starke Lake Stormwater Retrofitting Project. In consideration of the mutual benefits to be derived herefrom, the Department and the Grantee do hereby agree as follows: 1. The Grantee does hereby agree to perform in accordance with the terms and conditions set forth in this Agreement, Attachment 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 forty (40) months, 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 consideration 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 $1,400,000. The parties hereto agree that the Grantee is responsible for providing a minimum match of $1,400,000 (or 50% of the total project cost, whichever is less) toward the project described in Attachment A. If the Grantee finds, after receipt of competitive bids, that the work described in Attachment A cannot be accomplished for the current estimated project cost, the parties hereto agree to modifY the Grant 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 reimbursed 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 made under 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 pursuant 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 http://www.tldfs.comlaadir/reference%5Fguide. DEP Agreement No. S0319, Page I of5 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 Attachment B, Payment Request Summary Form, 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 1 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 accounting 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. ln the event any work is subcontracted, the Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. 10. A. In addition to the requirements of the preceding paragraph, the Grantee shall comply with the applicable provisions contained in Attachment C, Special Audit Requirements, attached hereto and incorporated herein by reference. Exhibit 1 to Attachment C summarizes the funding sources supporting the Agreement for purposes of assisting the Grantee in complying with the requirements of Attachment C. A revised copy of Exhibit 1 must be provided to the Grantee for each amendment which authorizes a funding increase or decrease. If the Grantee fails to receive a revised copy of Exhibit 1, the Grantee shall notify the Department's Grants Development and Review Manager at 850/245-2361 to request a copy of the updated information. B. The Grantee is hereby advised that the Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. The Grantee shall consider the type of financial assistance (federal and/or st~te) identified in Attachment C, Exhibit 1 when making its determination. For federal financial assistance, the Grantee shall utilize the guidance provided under OMB Circular A-133, Subpart B, Section _.210 for determining whether the relationship represents that of a subrecipient or vendor. For state financial assistance, the Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form number DFS-A2-NS) that can be found under the "Links/Forms" section appearing at the following website: https://apps.fldfs.com/fsaa The Grantee should confer with its chief financial officer, audit director or contact the Department for assistance with questions pertaining to the applicability of these requirements. DEP Agreement No. S0319, Page 2 of 5 11. 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 responsible 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. A list of Minority Owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915. 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 Livin ston Florida De artment of Environmental Protection Bureau of Watershed Mana ement 2600 Blair Stone Road Tallahassee, Florida 32399-2400 Tele hone No.: 850-245-8430 SunCom No.: 205-8430 Fax No.: 850-245-8434 E-mail Address: eric.livin ston 15. The Grantee's Grant Manager for this Agreement is identified below. Stephen C. Krug, P .E. Public Works Director 301 Maguire Road Ocoee, Florida 34761 Telephone No.: 407-905-3170 Fax No.: 407-905-3176 E-mail Address: skrug@}ci.ocoee.fl.us 16. To the extent required by law, the Grantee will be self-insured against, 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 Workers' 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. DEP Agreement No. S03l9, Page 3 of 5 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. ] 9. The purchase of non-expendable personal property or equipment costing $] ,000 or more is not authorized under the terms of this Agreement. 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 time line 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 performed under this Agreement must conform with the requirements set forth in Chapter 62-160, Florida Administrative Code, and the Quality Assurance Requirements for Department Agreements, attached hereto and made part hereof as Attachment D, Quality Assurance Requirements. 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 perform 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 Department of Management Services, Office of Supplier Diversity, at 850/487-0915. 23. Land acquisition is not authorized under the terms of 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 INTENTIONALLY LEFT BLANK DEP Agreement No. S0319, 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: Secretary or designee Date: Date: Eric Livingston, DEP Grant Manager DEP Contracts Administrator Approved as to form and legality: DEP Attorney FEID No.:59-60 19764 *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) Attachment Attachment Attachment Attachment ~ ~ ~ --12- Grant Work Plan ( 6 Pages) Payment Request Summary Form (2 Pages) Special Audit Requirements (5 Pages) Quality Assurance Requirements (8 Pages) DEP Agreement No. S0319, Page 5 of 5 ATTACHMENT A GRANT WORK PLAN PROJECT: Starke Lake Water Quality Improvement Project PROJECT FUNDING: $1,400,000 TMDL Grant $1,400,000 Match LEAD ORGANIZATION: City ofOcoee - Department of Public Works CONTACT PERSON: Stephen C. Krug, P.E. Public Works Director 301 Maguire Road Ocoee, FL 34761 Phone: 407-905-3170 Fax: 407-905-3176 Email: skrug@ci.ocoee.fl.us COOPERA TING ORGANIZATIONS: Not Applicable PROJECT ABSTRACT: In an effort to improve the overall drainage of their City Hall municipal complex and surrounding downtown area, the City of Ocoee plans to implement the Starke Lake Water Quality Improvement Project. This project will be executed in two (2) distinct phases and will both improve the drainage of the surrounding area and enhance the water quality of Starke Lake, which is currently identified as an impaired waterbody. In an effort to better describe the water quality net benefit that this project will provide to Starke Lake, it was deemed necessary to divide the 23 I-acre total drainage basin to be served by the proposed regional wet detention pond into two (2) sub-basins. Sub-basin A, consisting of approximately I 55.7-acres, includes a large wetland system that runs from the south to the north and separates the westem side of the basin from the eastern portion. In Sub-basin A, the western portion is comprised of mostly urban residential land use, which flows toward the wetland system. PEC believes that the majority of stormwater runoff from this area receives adequate pre-treatment by the wetland system before entering the ditch and flowing east to Starke Lake. Sub-basin B, consisting of approximately 74.9-acres, is located east ofthe wetland system, and primarily consists of urban residential and commercial land uses that receive no pre-treatment before entering Starke Lake through the existing City Hall Ditch. Sub-basin B, consisting of 74.9-acres of mostly developed land, is considered the "Treatment Area" for this project, as it will receive a direct water quality benefit from the expansion of the City Hall ditch into the Starke Lake Regional Stormwater Pond. In order to maximize the treatment volume for this project, PEC elected to design the regional stormwater pond based on 2 feet of treatment storage instead of the standard eighteen (18) inches recommended when littoral zones are provided. It is PEC's intention to select plant species that can tolerate the additional six (6) inches of inundation in the pond design. Per approval granted by Ms. Cammie Dewey from the St. Johns River Water Management District during a meeting on August 4,2006, PEC proposes to construct two stormwater ponds, namely Stormwater Pond "A" and Stormwater Pond "B", which will be hydraulically connected by an overflow weir. In an effort to maximize the permanent pool volume and the residence time in the proposed ponds, note that the proposed permanent pool depths associated with Stormwater Ponds A and B consist of 19 feet and 17 feet, respectively. Specifically, Stormwater Pond A will consist of a wet detention pond with a littoral zone, and a fountain for aeration and aesthetic purposes. An overflow weir to be located under a pedestrian bridge will allow for stormwater from Pond A to stage up and discharge into Pond B. Regarding Stormwater Pond B, it will consist of a wet detention pond with a littoral planting shelf and a retaining wall to surround the entire perimeter of the pond, designed to maximize the permanent pool volume to be provided within the pond. DEP Agreement No. S03l9, Attachment A, Page 1 of 6 As part of Phase I, the City will convert the existing City Hall Drainage Ditch into the previously described two-pond regional wet detention facility to serve a 75-acre urban drainage basin. The existing contributing basin area consists of the City Hall building, Police and Fire Stations, Community Center, parking for the facilities, and various commercial and industrial sites and roadways. The regional stormwater pond has been designed to intercept flows previously discharged directly into Starke Lake with little or no treatment via the existing City Hall Drainage Ditch. The City of Ocoee has purchased an adjacent residence in the amount of $130,000 in order to expand the size of the stormwater pond. The City is currently purchasing a second adjacent property for $50,000 for additional expansion of the pond. This project also includes improvements such as realignment of the City Hall driveway, curb and gutter, inlets, and storm sewer pipes in order to more effectively capture stormwater runoff from the parking lot around the City Hall municipal complex. 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 to be posted will most likely encompass a series of signs developed by FDEP describing stormwater processes and treatment, as well as the benefits of implementing stormwater treatment. In Phase II of this project, the City will construct three (3) second generation baffle boxes to serve approximately 31-acres of residential area just south of the City Hall municipal complex, west of Lakeshore Drive. Oakland Street, McKey Street, Magnolia Street, and Lafayette Street are older brick streets with undersized storm sewer systems that provide no treatment before discharging directly into Starke Lake. Therefore, in order to provide some level of treatment, second generation baffle boxes will be installed in-line with the neighborhood drainage system. Furthermore, since this is a highly urban sub-basin, the main pollutant contributed to Starke Lake is sediment. Second generation baffle boxes are able to intercept this sediment and allow it to settle out, thereby discharging cleaner water into the lake. This phase of the project will provide a direct and significant water quality net benefit to Starke Lake. In addition, the road base on Lakeshore Drive will be lifted and the brick reconstructed with new curbing to improve the drainage flow to the second generation baffle boxes and to minimize sediment transport to Starke Lake. The urban flows for this area contribute a total pollutant load of over 19,000 kg/year to Starke Lake. The construction of the proposed regional stormwater pond and three (3) second generation baffle boxes is predicted to reduce the total pollutant loading to less than 6,000 kg/year and the landscaped stormwater pond area with park features will integrate with the City of Ocoee downtown revitalization project. The City will also reconstruct the brick roadway and plant the shoreline with vegetation along the west bank of the lake to further enhance the overall project. These improvements will beautify the downtown area and along the same lines, attract more people to the area surrounding Starke Lake. Therefore, it makes sense to concurrently retrofit the storm sewer system in this area in order to improve the water quality of Starke Lake, arguably the areas most attractive feature. PROJECT LOCATION AND WATERSHED CHARACTERISTICS: This project is located within Sections 17 and 18 of Township 22 South and Range 28 East within Orange County, Florida. More specifically, the contributing basin area is located near the intersection of Franklin Street and Bluford Avenue and Lakeshore Drive (between Oakland and Lafayette Streets), along the west shore of Starke Lake. Watershed Name: Latitude: Longitude: Hydrologic Unit Code(HUC): Upper St. Johns (Middle St. Johns Basin) 28.57 81.54 03080101 Land Uses within the Watershed (acres and percentages of total): Land Use Acres % Agricultural 0.5 0.7 Highway 12.6 16.8 Single Family Residential 32.8 43.8 Low Intensity Commercial 1.9 2.5 High Intensity Commercial 18.5 24.7 Industrial 1.1 1.5 Recreation/Open Space 7.5 10.0 Wetlands 0.0 0.0 Open water/Lakes 0.0 0.0 Land Use Totals (Acrea2e and %) 74.9 100.0 DEP Agreement No. S03l9, Attachment A, Page 2 of 6 POLLUTION REDUCTION STRATEGY: This project is specifically identified by the Florida Department of Environmental Protection (FDEP) Total Maximum Daily Load (TMDL) Program as a needed project for TMDL Implementation projects in Group 2 (Middle St. Johns Basin). Starke Lake has been classified as impaired for nutrients (due to TSI). The project will directly benefit this effort to improve the water quality of Starke Lake by decreasing nutrient loads for 75-acres by 85% for Total Suspended Solids, 51% for Total Phosphorus and 41% for Total Nitrogen using a regional wet detention pond (Phase I - Primary BMP). The project will also decrease nutrient loads for 31-acres by 70% for Total Suspended Solids, 30% for Total Nitrogen and 25% for Total Phosphorus using three (3) second generation baffle boxes (Phase II - Secondary BMPs). PROJECT OBJECTIVE(S): As shown on page 5, the total pollutant loading from this basin into Starke Lake is approximately 19,000 kg/year. 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, and treat it within the permanent pool volume prior to discharging to Starke Lake. In addition to the proposed pond, three (3) second generation baffle boxes will treat runoff associated with Lakeshore Drive. PROJECT DESCRIPTION (PLEASE LIST ALL TASKS AND DELIVERABLES): The Starke Lake Water Quality Improvement Project will consist of two (2) phases. Phase I includes converting the City Hall Drainage Ditch into a two-pond regional wet detention facility controlled by a control structure located in the eastern portion of the ponds. With these improvements in place, the stormwater runoff generated by approximately 75-acres of urban drainage basin will be routed through the proposed City Hall regional storm water pond and treated by allowing suspended sediments to settle out prior to discharging into Starke Lake. Landscape planting around the regional pond and educational signage is also part of Phase I. Phase II includes the construction of three (3) second generation baffle boxes for the drainage system associated with Oakland Street, McKey Street, Magnolia Street, and Lafayette Street. The second generation baffle boxes will capture and treat the runoff generated by the four (4) brick streets and approximately 3 I-acres of the downtown residential area. The storm water will be treated and sediments will be allowed to settle out prior to being discharged into Starke Lake from the area. Phase II also includes brick roadway reconstruction of Lakeshore Drive and shoreline planting on the west bank of Starke Lake. Task 1: Final Design and Permitting. Upon execution of the Agreement, the City of Ocoee will authorize the consultant to begin the final design, prepare construction plans and submit permit applications. The plans and permit applications will be prepared in phases to allow construction to begin as soon as possible. This task will also include public meetings to be held prior to construction of each phase. Deliverable(s): Copies of construction plans, drainage calculations, SJRWMD and FDEP permits, and meeting minutes. Task 2: Construction of the two-pond regional wet detention facility. Stormwater ponds "A" and "B" will be constructed along with the control structure as well as the landscape features. Construction will establish the full functionality of the two stormwater ponds. Deliverable(s): Construction of an approximately I-acre Regional Stormwater Treatment Ponds, As-built surveys and drawings, and As-built certifications. Task 3: Construction of the three (3) second generation baffle boxes, reconstruction of the brick roadway, and shoreline planting on the west bank of Starke Lake. Construction will establish the full functionality of the second generation baffle boxes and roads. Deliverable(s): Installation of three (3) second generation baffle boxes, brick reconstruction, shoreline plants, As-built surveys and drawings, and As-built certifications. DEP Agreement No. S03l9, Attachment A, Page 3 of 6 Task 4: BMP Effectiveness monitoring plan. The monitoring plan will be based on DEP's generic stormwater BMP monitoring guidance. A final monitoring plan will be developed and submitted to DEP for approval at least six months before BMP construction is completed. Monitoring will focus on the wet detention pond, not the baffle boxes. Deliverable(s): Monitoring plan for FDEP approval. Task 5: Conduct BMP effectiveness monitoring. The monitoring will take place according to the plan approved by FDEP in Task 4. 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 6: Prepare and submit "draft" Final Report. The "draft" Final Report will be submitted to FDEP for a completeness review. Deliverable(s): Complete "draft" Final Project Report. Task 7: 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. Deliverable(s): "Final" Project Report with slides. Task 8: 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 photographs and a project chronology depicting the percent of the current phase and the entire project. Deliverable(s): Quarterly Progress Reports. Task 9: Public Education. Educational signage will be installed in kiosks constructed at regular intervals on the proposed walking path around the perimeter of the regional wet detention facility. The educational signage will most likely consist ofa series of signs developed by FDEP describing stormwater processes and treatment, as well as the benefits of implementing storm water treatment. These kiosks, in addition to containing the educational signage, will provide citizens with website addresses where they can learn more about stormwater treatment projects. Deliverable(s): Educational Kiosks. ESTIMATED POLLUTANT LOAD REDUCTION: TWO-POND REGIONAL WET DETENTION FACILITY BMP's Other Other Installed TSS TP TN BOD k2/vr k2lvr Two (2) kg/yr kg/yr kg/yr kg/yr Wet Detention TZn TPb Ponds '" Pre-Project 13,322 75 506 2,333 27 32 "0 ~ Post- 0 1,998 37 298 1,400 9 16 ...:l Proj ect ..... = Load ~ 11,323 39 207 933 18 16 ..... .E Reduction '0 % Q. 85 51 41 40 68 50 Reduction Note: Refer to as Table 1 DEP Agreement No. 50319, Attachment A, Page 4 of 6 THREE (3) SECOND GENERATION BAFFLE BOXES BMP's Other Other Installed k2/yr k2/vr Three (3) TSS TP TN BOD Second kg/yr kglyr kg/yr kg/yr TZn TPb Generation Baffle Boxes '" Pre-Project 2,520 21 159 571 5 5 "0 ~ Post- 0 756 16 111 456 3 3 ...;l Proiect - = Load ~ 1,764 5 48 114 2 2 - -= Reduction '0 % Q.. 70 25 30 20 33 38 Reduction Note: Refer to as Table 2 PROJECT MILESTONES: Task Activity Start Complete 1 Final Design and Permitting Month 1 Month 12 2 Construction of Phase I (Stormwater Pond) Month 12 Month 21 3 Construction of Phase II (Three Second generation baffle Month 21 Month 30 boxes) 4 Prepare and submit monitoring plan Month 15 Month 21 5 Conduct BMP effectiveness monitoring Month 21 Month 36 6 Prepare and submit "draft" Final Report Month 36 Month 38 7 Prepare and submit "Final" Report Month 38 Month 40 8 Quarterly Progress Reports Month I Month 40 9 Public Education Month 15 Month 40 PROJECT BUDGET: $0 Matching Contribution $180,000 Ci Match Source * Project Funding Activity Land Ac uisition Staff Travel E ui ment Su lies Contractual BMP 1m lementation Monitorin Public Education Grant Amount Total: Total Project Cost: Percentage Match: Note: Refer to as Table 3 $400,000 $400,000 Ci of Ocoee $925,000 $670,000 Ci of Ocoee $50,000 $100,000 Ci of Ocoee $25,000 $50,000 Ci of Ocoee $1,400,0 $1,400,000 $2,8 DEP Agreement No. S03l9, Attachment A, Page 5 of 6 *If a stormwater utility or other dedicated recurring fee is contributing, put that information in the following table. MATCH SOURCE INFORMATION: Match Source Name Ci of Ocoee BUDGET BY TASK: Project Funding Activity Grant Amount Matching Match Source Contribution Land Acquisition (2 parcels) $0 $180,000 City of Ocoee Design, Permitting, Public $25,000 $250,000 City of Ocoee Involvement/Education BMP Construction $1,275,000 $820,000 City of Ocoee BMP Effectiveness Monitoring $50,000 $100,000 City of Ocoee Project Administration and $50,000 $50,000 City of Ocoee Reporting Total: I $1,400,000 II $1,400,000 I Total Project Cost: I $2,800,000 II I Percentage Match: I 50% II I OTHER FUNDING (Not Match - such as land acquisition or other federal grants): Activit Amount Total: I REFERENCES CITED: 1) "Stormwater Loading Rate Parameters for Central and South Florida," October 1994. 2) "Pollutant Removal Efficiencies for Typical Stormwater Management Systems in Florida," October 1995. 3) "Removal of Gross Pollutants from Stormwater Runoff Using Liquid/Solid Separation Structures," Herr and Harper, 1999. DEP Agreement No. S03l9, Attachment A, Page 6 of 6 ATTACHMENTB PAYMENT REQUEST SUMMARY FORM GRANTEE: GRANTEE'S GRANT MANAGER: DEP AGREEMENT NO.: S0319 DATE OF REQUEST: PAYMENT REQUEST NO.: PERFORMANCE PERIOD: PERCENT MATCHING REQUIRED: AMOUNT REQUESTED:$ GRANT EXPENDITURES SUMMARY SECTION [Effective Date of Grant through End-of-Grant Period] AMOUNT OF TOTAL MATCHING CATEGORY OF EXPENDITURE THIS REQUEST CUMULATIVE FUNDS PAYMENTS TOTAL CUMULA TIVE MATCHING FUNDS $N/A $N/A $N/A Salaries $N/A $N/A $N/A Fringe Benefits $N/A $N/A $N/A Travel (if authorized) $N/A $N/A $N/A Subcontracting: Contractual $ $ $ BMP Implementation $ $ $ Monitoring $ $ $ Public Education $ $ $ Equipment Purchases $N/A $N/A $N/A Supplies/Other Expenses $N/A $N/A $N/A Land $N/A $N/A $ Indirect $N/A $N/A $N/A TOTALS $ $ $ AGREEMENT AMOUNT $ $ Less Total Cumulative Payments of: $ $ TOTAL REMAINING IN GRANT $ $ GRANTEE CERTIFICATION $ $ $ $ $N/A $N/A $ $N/A $ 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 Grant Manager's Signature Grantee's Fiscal Agent Print Name Print Name Telephone Number Telephone Number DEP 55-223 (02/04) DEP Agreement No. S0319, Attachment B, Page 1 of 2 INSTRUCTIONS FOR COMPLETING PAYMENT REQUEST SUMMARY FORM GRANTEE: Enter the name of the grantee's agency. DEP AGREEMENT NO.: This is the number on your grant agreement. DA TE 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 THIS 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 payment 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 THIS 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 show 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. "MATCHING FUNDS" COLUMN: Enter the amount to be claimed as match for the invoice period. This needs to be shown 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 MATCHING 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 anything 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. DEP 55-223 (02/04) DEP Agreement No. S0319, Attachment B, Page 2 of 2 A TT ACHMENT C SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", "DEP", "FDEP" or "Grantor", or other name 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 described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with OMS Circular A-133 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 OMS Circular A-I33, as revised, and/or other procedures. Sy 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 Chief Financial Officer or Auditor General. AUDITS PART I: FEDERALLY FUNDED This part is applicable if the recipient is a State or local govemment or a non-profit organization as defined in OMS Circular A-I33, 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 OMS Circular A-l33, 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 consider all sources of Federal awards, including Federal resources received from the Department of Environmental Protection. The determination of amounts of Federal awards expended should be in accordance with the guidelines established by OMS Circular A-I33, as revised. An audit of the recipient conducted by the Auditor General in accordance with the provisions of OMS Circular A-l33, as revised, will meet the requirements of this part. . 2. In connection with the audit requirements addressed in Part I, paragraph 1. the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMS 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 OMS 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 OMS 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 intemet at httD://12.46.245.173/cfda/cfda.htmI. DEP 55-215 (04/06) DEP Agreement No. S0319, Attachment C, Page 1 of5 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(m), Florida Statutes. I. In the event that the recipient expends a total amount of State financial assistance equal to or in excess of $500,000 in any fiscal year of such recipient, the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, Florida Statutes; applicable rules of the Department of Financial Services; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. EXHIBIT 1 to this Agreement indicates State financial assistance awarded 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 financial 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, paragraph 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), Florida Statutes, and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General. 3. If the recipient expends less than $500,000 in State financial assistance in its fiscal year, 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 $500,000 in State financial assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section 215.97, Florida Statutes, the cost of the audit must be paid from the non-State 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 website located at httos://apps.fldfs.comlfsaaJ or the Govemor's Office of Policy and Budget website located at htto://www.ebudget.state.fl.us/for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website http://www.lel!.state.fl.us/Welcome/index.cfm, Governor's Website http://www.mvflorida.coml, Department of Financial Services' Website htto://www.fldfs.comland the Auditor General's Website htto:/ /www.state.fl.us/audgenloages/flsaa.htm. PART III: 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(8), 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 awarding agency must arrange for funding the full cost of such additional audits.) 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 revised, by or on behalf of the recipient directly to each of the following: DEP 55-215 (04/06) DEP Agreement No. S0319, Attachment C, Page 2 of5 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 Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320 (d)(1) and (2), OMB Circular A-133, as revised, should be submitted to the Federal Audit Clearinghouse), at the following address: Federal Audit Clearinghouse Bureau of the Census 120 I East 10th Street Jeffersonville, IN 47132 C. Other Federal agencies and pass-through entities in accordance with Sections .320 (e) and (f), OMB Circular A-133, as revised. 2. Pursuant to Section .320(f), OMB Circular A-133, as revised, the recipient shall submit a copy of the reporting package described in Section .320(c), OMB Circular A-133, as revised, and any management letters issued by the auditor, 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 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 Tallahassee, 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 Street Tallahassee, Florida 32399-1450 REMAINDER OF PAGE INTENTION ALL Y LEFT BLANK DEP 55-215 (04/06) DEP Agreement No. 80319, Attachment C, Page 3 of5 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly 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 information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), 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-133, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), 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 shall 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 General 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 LEFT BLANK DEP 55-215 (04/06) DEP Agreement No. 80319, Attachment C, Page 4 of5 EXHIBIT - 1 FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Federal Resources Awarded to the Recipient Pursuant to this Al!reement Consist of the Following: Federal State Program CFDA Appropriation Number Federal Agency Number CFDA Title Funding Amount Category State Resources Awarded to the Recipient Pursuant to this A!!reement Consist of the Followinl! Matchin!! Resources for Federal Prol!rams: Federal State Program Appropriation Number Federal Agency CFDA CFDA Title Funding Amount Category State Resources Awarded to the Recioient Pursuant to this Al!reement Consist of the Following Resources Subiect to Section 215.97, F.S.: State CSF A Title State Program State CSFA or Appropriation Number Funding Source Fiscal Year Number Funding Source Description Funding Amount Category Original Water Quality Assurance 2005-2006 37.039 Statewide Surface Water Restoration $1,400,000.00 088964 Agreement Trust Fund Line Item No. and Wastewater Projects 1718 Total Award I $1,400,000.00 - For each program identified above, the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA) [http://12.46.245.173/cfda/cfda.html]and/ortheFloridaCatalogofStateFinanciaIAssistance(CSFA)[https://apps.tldfs.com/fsaa/searchCatalog.aspx]. The services/purposes for which the funds are to be used are included in the Contract scope of services/work. Any match required by the recipient is clearly indicated in the Contract. DEP 55-215 (04/06) DEP Agreement No. 80319, Attachment C, Page 5 of5 A TT ACHMENT D Quality Assurance Requirements For State Funded NPS BMP Monitoring Agreements 1. All sampling and analyses performed under this Contract 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-002/02), February 2002. 2. LABORATORIES a. The CONTRACTOR 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 matrix/method/analyte 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 Contract execution between the laboratory and the CONTRACTOR. Within six months of this Contract execution, the laboratory shall be fully certified for all applicable matrix/method/analyte 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 Contract execution. c. Laboratories shall maintain certification as specified in item 2.a above during the life of the Contract. Should certification for an analyte or test method be lost, all affected tests shall be immediately sub- contracted to a laboratory with current DoH ELCP certification in the appropriate matrix/method/analyte combination(s). The CONTRACTOR shall notify the DEP contract manager in writing before any change to a sub-contracted laboratory is 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 DEP contract manager upon Contract execution or upon receiving DoH certification (see items 2.a and 2.b above). e. The CONTRACTOR shall ensure that an acceptable initial demonstration of capability (IDOC), as described in Appendix C of Chapter 5 of the NELAC Standards is performed. Each laboratory that performs any of the proposed matrix/method/analyte 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 Contract. If requested by the Department, documentation that supports the lOOC shall be made available for review. f. When performance test samples are not required by DoH ELCP for certification, the laboratory shall obtain, analyze and evaluate performance test samples, standard reference materials (SRM) or other extemally 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 matrix/method/analyte 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. g. Any non-standard laboratory procedures or methods that are proposed for use (Le., those not approved by DEP for standard environmental analyses) shall be submitted for review and approval in accordance with DEP-QA-OOl/Ol, "New and Alternative Analytical Laboratory Methods," February 1, 2004. These procedures or methods shall be approved by the DEP contract manager before use under this Contract and must be cited or described in the required planning document (see Section 6). h. The CONTRACTOR shall ensure that Practical Quantitation Limits (PQLs) and Method Detection Limits (MDLs) required by the Contract are listed in the planning document (see Section 6). L The CONTRACTOR shall ensure that the selected laboratory test methods listed in the planning document can provide results that meet the Contract data quality objectives. J. The CONTRACTOR shall ensure that all laboratory testing procedures follow the analytical methods as approved in the planning document (see Section 6). k. The CONTRACTOR shall ensure that the all laboratory quality control measures are consistent with Chapter 5 of the NELAC standards. 1. In addition, the CONTRACTOR shall ensure that the quality control requirements specified in the attached addenda are followed. m. The CONTRACTOR shall ensure that all sample results are calculated according to the procedures specified in the analytical methods approved in the planning document. Revised 01/04/06 DEP Agreement No. 50319. Attachment D. Page 1 of 8 3. FIELD ACTIVITIES a. "Sample" refers to samples that have been either collected or analyzed under the terms of this Contract. b. The CONTRACTOR 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-001/01, February 1,2004). The specific standard operating procedures (SOPs) to be used for this Contract 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 DEP contract manager in accordance with section FA 2000 of DEP-SOP-OO 1/0 1. All non-standard procedures and methods must be approved by the DEP contract manager before use under this Contract 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 CONTRACTOR 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 CONTRACTOR 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) The last time samples are collected for the sample collection matrix. (ii) Field-Generated Quality Control (QC) 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 an analyte detected in the sample is also found in any field-generated QC blank that is associated with the sample, the CONTRACTOR shall investigate and attempt to determine the cause of the QC blank contamination. The outcome of this investigation shall be reported and shall include a discussion of the corrective measures taken to minimize future occurrences of QC blank contamination. (2) If an analyte detected in the sample is also found in any field-generated QC blank that is associated with the sample, the CONTRACTOR shall ensure that the analyte in the affected sample is reported as estimated ("J" with a narrative explanation) unless the analyte concentration in the affected sample is at least 10 times the reported QC blank value concentration. 4. REPORTING, DOCUMENTATION AND RECORDS RETENTION a. The CONTRACTOR 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 of five years after the project completion. b. All field and laboratory records that are associated with work performed under this Contract shall be organized so that any information can be quickly and easily retrieved for inspection, copying or distribution. c. The CONTRACTOR shall ensure that all laboratory reports are issued in accordance with NELAC requirements. These reports shall be submitted to the DEP contract manager as part of Quarterly Progress Reports and shall include the following information: ~ Laboratory sample identification (ID) and associated Field ID ~ Analytical/test method ~ Parameter/analyte name ~ Analytical result (including dilution factor) ~ Result unit ~ Applicable DEP Qualifiers per Table 1 of Chapter 62-160, F.A.C. ~ Result comment(s) to include corrective/preventive actions taken for any failed QC measure (e.g., QC sample, calibration failure, etc.) or other problem related to the analysis of the samples ~ Date and time of sample preparation (if applicable) ~ Date and time of sample analysis ~ Results oflaboratory verification of field preservation ~ Sample matrix ~ DoH ELCP certification number for each laboratory (must be associated with the test result(s) generated by the laboratory) ~ MDL ~ PQL ~ Sample type (such as blank type, duplicate type, etc.) ~ Field and laboratory QC blank results: Revised 01/04/06 DEP Agreement No. 503191 Attachment D, Page 2 of 8 · Laboratory QC blank analysis results as required by the method, NELAC Chapter 5 and the planning document (see Section 6 below); · Field quality control results including trip blanks, field blanks, equipment blanks, and field duplicates (or 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 analyses (if performed) ~ Results of laboratory control samples (LCS) ~ Link between each reported quality control measure (e.g., QC blanks, matrix spikes, LCS, duplicates, calibration failure, etc.) and the associated sample result(s) ~ Acceptance criteria used to evaluate each reported quality control measure d. The CONTRACTOR shall ensure that the following field-related information is reported to the DEP contract manager: ~ Site and/or stormwater BMP name ~ Field ID 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, if applicable ~ Sample collection method identified by the DEP SOP number, where applicable ~ If performed, indicate samples that were filtered ~ Field test measurement results, if applicable: · DEP SOP number (FT-series), where applicable · Parameter name . Result . Result unit · Applicable Data Qualifiers per Table I of Chapter 62-160, F.A.C. ~ Narrative comments discussing corrective/preventive actions taken for any failed QC measure (e.g., blank contamination, meter calibration failure, split sample results, etc.), unacceptable field measurement or other problems related to the sampling event. e. The CONTRACTOR shall submit the lab and field data above electronically in either Excel or Access format. 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 CONTRACTOR, upon request by the Department, must provide 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 reported data are not usable for the purpose(s) or do not meet the data quality objectives specified by the Contract, the DEP contract manager shall pursue remedies available to the Department, including those outlined in Section 8 below. b. PLANNING REVIEW AUDITS - (i) Initial: Within IS days of completing the first sampling and analysis event, the CONTRACTOR 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 DEP contract manager and a copy shall be maintained with the permanent project records. (ii) Ongoing: Planning reviews as described in item (i) above shall occur annually. c. QUALITY SYSTEMS AUDITS - The CONTRACTOR 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 sub-contracted entity. These audits shall be documented in the CONTRACTOR's and subcontractors' records. d. STATEMENTS OF USABILITY - As a part of the audit process and the final report, the CONTRACTOR shall provide statements about data usability relative to the Contract Data Quality Objectives and Data Quality Indicators specified in the planning document, this attachment and the addenda. (i) The CONTRACTOR shall ensure that all acceptance and usability criteria required by this Contract not specified above are listed in the planning document. Revised 01/04/06 DEP Agreement No. 50319. Attachment D, Page 3 of 8 (ii) The CONTRACTOR shall ensure that the results of all quality control measures described above are evaluated according to the acceptance criteria listed in this attachment, the addenda and the planning document. (iii) The CONTRACTOR shall ensure that all sample results are evaluated according to the additional usability criteria specified in the planning document. 6. PLANNING DOCUMENT a. The CONTRACTOR shall submit the planning document identified below to the DEP contract manager no later than 120 days prior to the commencement of field and laboratory activities. Failure to submit the planning document in this required timeframe shall result in a delay of approval to begin work until the document has been submitted to the Department and approved by the DEP contract manager. The document shall be submitted as a Samvling and Analvsis Plan or, if desired, as the final monitoring vlan submitted to the DEP contract manager. In either case, the plan shall include/discuss the information contained in the document "Requirements for Field and Analytical Work Performed for the Department of Environmental Protection Under Contract", DEP-QA-002/02. b. The CONTRACTOR and subcontractors may submit a version of the planning document to the Department for approval no more than three times. If the CONTRACTOR fails to obtain approval for the planning document after the third (final) submission to the Department, the DEP contract manager may suspend or terminate the Contract. c. The DEP Contract number shall appear on the title page of the submitted planning document. Within forty- five (45) days of receipt of the properly identified planning document by the Department, the Department shall review and either approve the planning document or provide comments to the CONTRACTOR and affected subcontractors as to why the planning document is not approved. If further revisions are needed, the CONTRACTOR 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 of any revisions. d. If the review of the planning document by the Department is delayed, through no fault of the CONTRACTOR, beyond sixty (60) days after the planning document is received by the Department, the CONTRACTOR shall have the option, after the planning document is approved, of requesting and receiving an extension in the term of the Contract 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 Contract. e. Sampling and analysis for the Contract may not begin until the planning document has been approved. f. Once approved, the CONTRACTOR 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 equipment, changes in subcontractor organizations or changes in key personnel occur, the CONTRACTOR shall submit appropriate revisions of the planning document to the DEP contract manager for review. The proposed revisions may not be implemented until they have been approved by the DEP contract manager. If the CONTRACTOR fails to submit the required revisions, the DEP contract manager may suspend or terminate the Contract. h. When the approved planning document requires modification, the amendments shall be (i) Provided in a new planning document, or (ii) Provided as amended sections of the current planning document, or (iii) Documented through written or electronic correspondence with the DEP contract manager and incorporated into the approved planning document. 7. DELlVERABLES a. The following lists the expected schedule for the deliverables that are associated with the Quality Assurance requirements of this Contract: (i) Copy of DoH ELCP Certificate( s) and the associated list( s) of specific fields of accreditation, per item 2.d above. (ii) Non-standard laboratory or field procedures - The CONTRACTOR shall submit to the DEP contract manager all required information necessary for review of non-standard procedures per items 2.h. and 3.b. above. Revised 01/04/06 DEP Agreement No. 50319. Attachment 0, Page 4 of 8 (iii) Reports of planning review audits as specified in item 5.b. above. (iv) Statements of Usability as specified in item 5.d. above. (v) Planning document per Section 6, above. 8. CONSEQUENCES a. Failure to comply with any requirement of this attachment may result in: (i) Immediate termination of the Contract. (ii) Withheld payment for the affected activities. (iii) Contract suspension until the requirement(s) has been met. (iv) A request to refund already disbursed payments. (v) A request to redo work affected by the non-compliant activity. (vi) Other remedies available to the Department. Revised 01/04/06 DEP Agreement No. 50319. Attachment 0, Page 5 of 8 Addendum 1 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 Contract. Note: "Sample" refers to samples that have been either collected or analyzed under the terms of this Contract. 1. Matrix-Related Quality Control Samples - The CONTRACTOR shall ensure that samples associated with this Contract are used for matrix spikes, and either laboratory duplicates or matrix spike duplicates. The laboratory shall analyze these samples: a. The first time samples from a sample collection matrix (see Table FA 1000-1) are submitted to the laboratory under this Contract for analysis. The laboratory shall select one or more of the received samples for use in composition of the matrix spike and duplicates. b. The last time samples from the sample collection matrix are received and analyzed. The laboratory shall select one or more of the received samples for use in composition of the matrix spike and duplicates. c. Spike levels must be at the concentrations specified in item 3 below. d. If the selected sample concentration is expected to be below the Contract-specified practical quantitation limit (PQL) listed in the planning document, 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. The acceptance criteria for the LCS shall be specified in the planning document. b. If the LCS is unacceptable, the samples associated with the LCS shall be reprocessed with a new LCS. If the samples cannot be reprocessed, the data must be appropriately qualified. 3. For applicable analytes denoted in the planning document, a QC check sample, standard reference material (SRM) or other quality control sample, hereinafter identified collectively as quality control check samples (QCCS), shall be processed with each sample preparation batch and analyzed for evaluation according to the acceptance limits established for the QCCS. a. Analysis ofa QCCS is required for but not limited to the following analyses: (i) Chlorophyll - the assay for the QCCS or its original formulation shall have been determined by an organization external to the laboratory ; (ii) Biochemical oxygen demand (BOD) or carbonaceous BOD (CBOD) - the method-specified glucose/glutamic acid check solution shall be used; and, b. If the QCCS is unacceptable, the samples associated with the QCCS shall be reprocessed with a new QCCS. If the samples cannot be reprocessed, the data must be appropriately qualified for all contracted samples in the preparation batch. 4. Spiking/Fortification Requirements - All spike fortifications must take place prior to any required sample preparation steps (e.g., sample extraction, sample digestion, pH adjustment, 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 (i.e., below the MDL specified in the planning document), the spiking level must not be greater than 2 times the Contract-specified PQL. b. The concentration of a spiked sample cannot exceed 5 times the highest concentration of any contracted sample in the preparation batch. 5. Evaluation of Matrix Spikes - The results of matrix spikes must meet the acceptance criteria specified by the Contract and listed in the planning document or the data must be appropriately qualified. a. If the failure is reported to be due to sample matrix interference, the laboratory shall document the process by which this conclusion is determined. 6. Evaluation of Laboratory Duplicate/Replicate Samples - All replicate samples (sample duplicates, matrix spike duplicates, LCS duplicates or other replicates) must be evaluated for a precision criterion not to exceed 20 % RPD. This criterion shall be listed in the planning document. a. In the event that laboratory replicate agreement is not observed, the laboratory must investigate the poor precision and report the results with appropriate qualifiers and/or comments. 7. Instrument Calibration - In addition to calibration procedures specified in the analytical methods listed in the planning document, the CONTRACTOR shall ensure that the following requirements are met: a. All sample results shall be chronologically bracketed between acceptable calibration verifications. b. Initial Calibration Requirements (i) The minimum number of calibration standards required to calibrate each instrument used for the contracted analyses shall conform to the analytical method approved in the planning document. If the Revised 01/04/06 DEP Agreement No. 50319. Attachment D, Page 6 of 8 minimum number of calibration standards is not specified in the method, the number must be specified in the planning document and shall be consistent with the NELAC Chapter 5 standards. (ii) Unless otherwise specified by the method, all sample results shall be based on the initial calibration curve responses. (iii) If linear regressions are used, the correlation coefficient shall be equal to or greater than 0.995 for all regressIOns. (iv) 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. Standards must have been prepared from a different lot or vendor. (v) The acceptance criteria for second-source verifications shall be specified in the planning document. (vi) Sample analysis cannot proceed if an initial calibration is unacceptable. c. Continuing Calibration Requirements: (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 shall be analyzed and evaluated at the end of the analytical run. (iii) The acceptance criteria for continuing calibration verifications shall be specified in the planning document. (iv) For each analytical run, the analytical sensitivity must be evaluated using a continuing calibration standard prepared at the Contract-specified 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 of the PQL check. (v) If a continuing calibration verification fails, samples not chronologically bracketed by acceptable calibration verifications must be reanalyzed or appropriately qualified. d. Sample results below the Contract-specified PQL and above the highest calibration standard shall be appropriately qualified. 8. Quality Control Blanks a. If a Contracted analyte is detected in any analytical QC 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 sample concentrations are at least 10 times higher than the calculated QC blank concentration. b. Sample results must be chronologically bracketed with acceptable beginning and ending analytical QC blanks. c. If a Contracted analyte is detected in the field blank, equipment blank or trip blank, the result must be confirmed by reanalyzing a new aliquot of the blank unless the sample concentration results associated with the blank are at least 10 times the calculated blank concentration. The laboratory must investigate the blank contamination to determine that positive blank results are not due to a laboratory error and report the affected samples and field-generated blank results with appropriate qualifiers and/or comments. 9. If any quality control measure or calibration verification fails (including those specified above), samples that are associated with the failure must be reanalyzed, if possible. Sample data that are associated with a failed quality control measure or calibration 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 listed in Chapter 62-160, F.A.C. must be identified and defined in the report. 10. The reported MDL and PQL for each sample must be adjusted for dilution factors and any relevant preparation weights and volumes. Revised 01/04/06 DEP Agreement No. 503191 Attachment 0, Page 7 of 8 Addendum 2 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 Contract. Note: "Sample" refers to samples that have been either collected or analyzed under the terms of this Contract. 1. All microbiological analyses must conform to the requirements for facilities, personnel qualifications, equipment specifications and quality control measures discussed in A WWA Standard Methods 20th edition, section 9020. 2. Quality Control Blanks a. If the membrane filter technique is 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/1 00 mL or the associated sample results must be reported with the appropriate qualifier from Chapter 62-160, F.A.C. 3. Laboratory Quality Control Duplicates a. At least 10% of the samples (or one per test run) shall be duplicated. b. All duplicate results shall be evaluated per method specifications using the precis on criterion. The range of the transformed duplicates shall not exceed the precision criterion established by the laboratory. In the event that laboratory duplicate agreement is not observed, the laboratory must investigate the poor precision and report the results with appropriate qualifiers and/or comments. c. Field Quality Control Duplicates or Replicates - In the event that agreement (less than or equal the laboratory established precision criterion) is not observed between results from field-generated replicate samples, the laboratory must investigate the replicate analyses to determine that poor precision is not due to a laboratory error and report the results with appropriate qualifiers and/or comments. The laboratory shall use the analytical method specifications for precision control as a guide to evaluation of the field-generated replicate results. 4. Colony Counts a. In addition to the requirements listed below, all analytical results shall be calculated by the procedures established in the microbiological methodes) approved for the Contract and listed in the planning document. b. 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 the reported value is from a 100 mL sample and the count is less than 20). c. If all counts are above 60, the result shall be calculated and reported from the highest dilution. This result must be reported as "estimated". d. The laboratory shall follow the reporting requirements specified in the method for other results that are outside the ideal range (item 5.b. above) e. If the sample result is "too numerous to count (TNTC)" the laboratory shall report the filtration volume with the data qualifier "Z". f. Colony counts from samples that have been verified shall be adjusted based on the verification results as specified in the analytical method approved for this Contract and listed in the planning document. Revised 01/04/06 DEP Agreement No. 503191 Attachment D, Page 8 of 8