HomeMy WebLinkAbout2006-239 DEP CONTRACT NO . WM836
AMENDMENT NO. 1
THIS AGREEMENT as entered into on the 6" day of August, 2002, between the FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION (hereinafter referred to as the "DEP") and the INDIAN
RIVER COUNTY BOARD OF COUNTY COMMISSIONERS (hereinafter referred to as the "GRANTEE or
CONTRACTOR") is hereby amended.
WHEREAS, due to dry weather conditions the project schedule of the Agreement has been delayed; and,
WHEREAS, due to the aforementioned circumstances, the Grantee has requested and the DEP has
approved, a no-cost time extension of the Agreement; and,
WHEREAS, the completion date of the Agreement needs to be changed to August 7, 2007; and,
WHEREAS, additional changes to the Agreement are necessary.
NOW, THEREFORE, the parties hereto agree as follows :
SECTION II - SCHEDULE OF WORK is hereby revised to change the completion date of the Agreement
to August 7, 2007 .
SECTION IV — COMPENSATION is hereby revised to include a third paragraph which reads as follows:
Grantee matching funds have been used for the acquisition of land for this project. The Grantee
agrees that the funds used to purchase the land shall not be used as match to any other Agreement
supported by State or Federal funds .
-- SECTION VI — MANAGEMENT is hereby revised to change Richard Hicks telephone number to
850/245 -8229.
SECTION XI — SUBCONTRACTING is modified through the addition of the following language as
Paragraph E.
E . 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 .
SECTION XXIII—AUDIT: ACCESS TO RECORDS, Item A is deleted in its entirety and replaced with
the following:
A. 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 DEP, 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 subgranted or subcontracted, the contracted shall similarly require each
subgrantee and subcontractor to maintain and allow access to such records for audit purposes.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
DEP Contract No. WM836, Amendment No . 1 , Page 1 of 3
SECTION XXIII - AUDIT : ACCESS TO RECORDS Item H is hereby deleted in its entirety and replaced
with the following language:
H. 1 . In addition to the requirements of the preceding paragraphs, the Grantee shall comply
with the applicable provisions contained in Attachment E-1 (Revised Special Audit
Requirements), attached hereto and incorporated herein by reference. Exhibit 1 to
Attachment E-1 summarizes the funding sources supporting the Agreement for purposes
of assisting the Grantee in complying with the requirements of Attachment E-1 . 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 .
2 . 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 state) identified in Attachment E-1 , 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/Subreeipient vs Vendor Determination" (form number DFS-A2-NS) that can
be found under the "Links/Forms" section appearing at the following website:
https://aRps. 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.
-- Attachment A, Scope of Services, is hereby deleted in its entirety and replaced with Attachment A-1 ,
Revised Scope of Services, attached hereto and made a part of this Agreement . All references in the
Agreement to Attachment A shall hereinafter refer to Attachment A-1 , Revised Scope of Services.
-- Attachment C. Contract Payment Requirements, is hereby deleted in its entirety and replaced with
Attachment C-1 , Revised Contract Payment Requirements, attached hereto and made part of this
Agreement. All references in the Agreement to Attachment C shall hereinafter refer to Attachment C-1 ,
Revised Contract Payment Requirements.
Attachment E, Special Audit Requirements, is hereby deleted in its entirety and replaced with Attachment
E-1 , Revised Special Audit Requirements, attached hereto and made a part of this Agreement. All
references in the Agreement to Attachment E, shall hereinafter refer to Attachment E-1 , Revised Special
Audit Requirements.
In all other respects, the Agreement of which this is an Amendment and attachments relative thereto shall
remain in full force and effect.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
DEP Contract No . WM836, Amendment No. 1 , Page 2 of 3
0'.
IN WITNESS WHEREOF, the parties have caused this Amendment to be duly executed the day and year
last written below.
i
SEi � dINDIPN`RIVER COUNTY BOARD OF FLORIDA DEPARTMENT OF
A COUNTY COMMISSIONERS ENVIRONMENTAL PROTECTION
- `C o
Ta.r
By:
Chairman, Direc , Wate esource Management
C
� BC ,Appi�oved : July 11 , or designee
Date . Date : "� Z 06
b{YYRVIVED : —
(�
^ t+ nty Ad inistrator
DEP Contracts Administrator
APPROM5 Ad to #QFjM
AND L GAL SUFFICIENCY Approved as to form and legality:
BY
MARIAN E . FELc=---?� b
A I STANT COUNTY ATTORNEY
DEP Attorney
*For Agreements with governmental boards/commissions : If someone other than the Chairman signs this
Amendment, a resolution, statement or other document authorizing that person to sign the Amendment on behalf of
the governmental board/commission must accompany the Amendment.
List of attachments/exhibits included as part of this Amendment:
Specify Letter
Type Number Description (include number of pages)
Attachment A- I Revised Scope of Services ( 11 pages)
Attachment C- 1 Revised Contract Payment Requirements ( 1 page)
Attachment E- 1 Revised Special Audit Requirements (5 pages)
DEP Contract No . WM836, Amendment No . 1 , Page 3 of 3
ATTACHMENT A-1
REVISED SCOPE OF SERVICES
PROJECT UWA3 : EAST GIFFORD AREA STORMWATER IMPROVEMENT PROJECT
LEAD ORGANIZATION :
Indian River County
CONTACT PERSON :
James Davis, Director
Public Works Department, Stormwater Management Program
Indian River County Administration Center
1840 25th Street
Vero Beach, FL 32960
Phone : (561 ) 567-8000, ext. 245
COOPERATING ORGANIZATIONS : (see some provided in Appendix 1 )
1 . Indian River County (Public Works Department)
2 . Gifford Progressive League
3 . University of Florida 's Institute of Food and Agricultural Sciences
4 . St. Johns River Water Management District Cost-Share Program
5 . Indian River Lagoon Program
6. Department of Transportation
PROJECT LOCATION :
The East Gifford Area Stormwater Improvement Project proposes the construction of a 4+/- acre wet
stormwater detention pond and swales at the northwest comer of FEC Railroad R/W and 41st Street just north
of Vero Beach to improve a natural drainage slough west of the FECRR to route stormwater into the pond and
construct a control structure to regulate discharge into 41st Street canal. Currently, untreated stormwater from
this low-income area discharges into the Indian River Lagoon, via an outlet just north of 45th Street. The
projects limits are in the East Gifford area 46. 8-acre watershed, north of 41st Street, east of the one mile ridge
(approximately 26th and 28th Avenue) south of 43rd Street, and west of US Hwy 1 , including connecting
tributaries . The project currently drains to the Indian River Lagoon, a state priority waterbody designated under
the Surface Water Improvement & Management Program (SWIM) and part of the state ' s Unified Watershed
Assessment.
The East Gifford Area Stormwater Project also includes a 25 acre watershed which lies west of US Hwy 1 , east
of Old Dixie Highway and extends approximately 2 ,000 ft north from 41st Street. This is a low lying area that
accumulates water during rainfall events due to the lack of adequate stormwater conveyance and is need of
improvement. Some of the low income residential buildings are impacted and the pockets of stagnant water
currently create a public health concern. Local citizens have requested the county take action.
The longitude of the project site is 80°E 24 ' 30" and the latitude is 270N 40 ' 0" . The site is located within
Section 26, Township 32S, Range 39E, in east central Indian River County.
WATERSHED RESTORATION ACTION STRATEGY:
This project is listed as a project for completion in the Indian River County Comprehensive Plan' s Capital
Improvement Program Element (Appendix 5 , Capital Improvement Plan Project List) . This project is
specifically listed in the Indian River Lagoon National Estuary Program' s Comprehensive Conservation and
Management Plan, revised in 1998 under the Freshwater and Stormwater Discharge Section. Indian River
County' s contribution in Action FSD-13 to be completed during the next two years (Appendix 5 , IRLCCMP,
revised 1998) dedicates $250,000 to Indian River County projects. It' s goals to reduce stormwater runoff and
restore water quality is also listed as a priority objective in the 1994 Indian River Lagoon Surface Water
Improvement and Management Plan (SWIM) (Appendix 5, SWIM, revised 1994) . Finally, it is listed in the St.
DEP Agreement No . WM836, Attachment A- 1 , Page I of 11
Johns River Water Management District Comprehensive 5 -Year Plan (spreadsheet) as a priority project for
funding during year 3 (FY2000) (Appendix 5, IRLCCMP, revised 1998).
ESTIMATED POLLUTANT LOAD REDUCTION :
The project is estimated to be consistent with the Indian River Lagoon Program goals of an 80% reduction in
pollutant loads and no increase in peak discharge rates for either the mean annual or 25 -year/24-hour storm
events for the East Gifford area.
PROTECT OBJECTIVES :
In 1994 , Woodward-Clyde, consultants under contract to the Indian River Lagoon National Estuary Program
(IRLNEP), published eight volumes of technical reports describing the historical data reviewed, their
assessment of the data and its reliability. The three reports considered pertinent for Indian River County are the
following Status and Trends Summary of the Lagoon, The Preliminary Water and Sediment Quality
Assessment of the Indian River Lagoon, and Loadings Assessment of the Indian River Lagoon . In these
volumes of literature, the Indian River County area of the Lagoon (from Sebastian Inlet to the St. Lucie County)
is designated by Woodward Clyde as Segment-3 (Appendix 4) . Segment 3 , known as the South Central Indian
River Lagoon basin, is further divided into 23 sub-basins within the basin. The largest pollutant loadings in this
segment are contributed by the large basins that have been extended by ditching and major canal systems, as has
occurred in the East Gifford project area. When compared to other segments throughout the Indian River
Lagoon region, it was calculated by Woodward-Clyde that Segment 4 (St. Lucie County area) accounts for the
highest segment-wide pollutant loads, followed by Segment 3 the Indian River County area. Woodward-Clyde
noted that the project vicinity has among the highest area loading rates far the entire water body. Woodward-
Clyde attributes these high loadings to the intense agricultural uses or the combinations of urban and
agricultural development.
Woodward-Clyde listed priority issues for the Lagoon as follows : ( 1 ) reduction of stormwater runoff loads from
the urban areas; (2) the initiation of studies to determine if septic tanks are impacting the Lagoon by
contributing fecal coliform and excess nutrients; (3) the retrofitting of stormwater systems in developed urban
areas including US Highway 1 ; and (4) the use of best management practices (BMPs) in stormwater treatment.
To conclude, in Segment 3 , the effects of salinity values on the Lagoon are significant. In the project area
salinity drops to about 26.0 ppt near Vero North, Main and South Canal outfalls . This part of the Lagoon has a
small surface area so evaporation is reduced as well. Another example of the effect of the freshwater discharge
into this segment is color. According to Woodward-Clyde, wet season color values are higher than dry season
values by a factor of 3, indicating discharge of colored, tannin-laden waters during wet season stormwater and
groundwater flow. Total phosphorus values around the three Vero canal discharge points (South, main and
North canals, as well as at the Sebastian River, the Felismere Canal and C-54, are substantially higher than
elsewhere in the Lagoon. Total Kjeldahl nitrogen is also elevated in this portion of the Lagoon between
Wabasso and Vero Beach.
Activities proposed in Indian River County' s Surface Water Management Plan are expected to reduce solids,
sediments, organic matter, fresh water and nutrients discharged from Indian River County' s stormwater
systems. These actions will influence Lagoon trends in a positive direction. To date, Pollutant Load Reduction
Goals (PLRGs) have not been established for the Indian River County area or for other waters in the vicinity.
The St. Johns River Water Management District (SJRWMD) has initiated the PLRG development process and
is refining the model to develop goals for this area.
In June 1999, Indian River County completed its conceptual plan, preliminary environmental site assessment
and draft mitigation plan for the project. The problem at East Gifford is relatively easy to define. The frequent
flooding of the Gifford area lying east of the one mile coastal ridge can be reasonably attributed to the
construction of the Florida East Coast Railroad and to the U. S . Highway 1 roadway. Both transportation
corridors were constructed on raised grades which has blocked the historical sheetflow of stormwater runoff
from west to east.
DEP Agreement No. WM836, Attachment A- 1 , Page 2 of 11
Several technical objectives relating to the improvement of water quality for the East Gifford area include: 1 )
limit average discharge rates; (2) limit post-development peak discharge rates to pre-development peak levels ,
(3 ) provide one inch detention for the watershed; (4) reduce flood elevations by constructing stormwater runoff
storage.
PROJECT DESCRIPTION :
The East Gifford Stormwater Improvement Project will incorporate best management practices to provide water
quality treatment, reduce peak flows and flooding, and reduce the amount of pollutant loadings to the Indian
River Lagoon. The construction of a 4+/- acre detention lake on the west side of the railroad track and a
conveyance swale on the west side of U .S . 1 will provide flood protection, erosion control and promote health
benefits by reducing the amount of stagnant surface water in the area . The frequent flooding of Gifford lying
east of the one-mile ridge, can be reasonably attributed to the construction of the Florida East Coast Railroad
and to the U. S . Highway 1 roadway. Both transportation corridors were constructed on raised grades which has
blocked historical sheetflows of runoff from west to east. The project will reduce flooding in a low income area
where some of the homes have finished floors elevations below flood levels . Also, the low lying local roads of
the area are often flooded with pockets of stagnant water creating a public health concern with insects and
decaying vegetation.
The East Gifford Stormwater Improvement Project will provide a wet detention treatment system with a
controlled discharge rate . The resulting flows to the Lagoon, a Class ID , Outstanding Florida Water Body, will
be improved through reduced sedimentation and nutrient uptake in the treatment lake . The project is currently
in the final conceptual design phase. Funding from the Department of Transportation ($ 100,000) and St. Johns
River Water Management District ($50,000) will assist with the final design and some construction elements .
This project has been approved as part of Indian River County' s 2020 Comprehensive Plan and the matching
funds provided by the county are being supplied from revenue generated by the one cent local option sales tax
program and the Gifford Transportation and Drainage Program.
SCOPE OF WORK (A complete list of all tasks and their outputs) :
Task 1 : Survey and Engineering Preparation
Description: The County' s engineering consultant will prepare a conceptual plan and final engineering plan for
the project.
Expected Results: A conceptual plan and final engineering plan.
Estimated Cost: The conceptual plan cost $ 13, 190 and final engineering plan $30,315, of which SJRWMD
provided S 10,000 in cash and Indian River County paid the balance.
This money has been spent on the project but is not reflected as project match.
Estimated Schedule: Finish Month 1 (Note : Month 0 = May 1999)
Deliverables : A conceptual plan and final engineering plan for the project_
Task 2 : Permit Preparation and Responses to Permitting Agencies ' Questions
Description: The County ' s engineering consultant will prepare permit documents for submittal and shall
respond to permitting agencies ' questions, until all permits are issued.
Expected Results: Final permits to construct the project.
Estimated Cost: Permit preparation and responses to agencies ' questions are estimated to cost S13, 155 and will
be provided by the MSTU .
Estimated Schedule: Finish Month 1 .
Deliverables : Final permits from regulatory agencies.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
DEP Agreement No . WMS36, Attachment A- 1 , Page 3 of 11
Task 3 : Land Acquisition
Description: The County will acquire the land necessary for project completion.
Expected Results : Acquired land.
Estimated Cost: Land acquisition cost is $ 194, 110 (this includes $40, 110 in-kind services by the County to clear
abutting property, as part of the negotiated sale) .
Estimated Schedule : Finish Month 1 .
Deliverables : Acquired land.
Task 4 : Prepare, Send, Receive, Evaluate and Award Construction Bid
Description: The County will prepare, advertise for, send, receive, and evaluate bids for construction of the
project. An award will be made, contracts signed and notice to proceed given. If needed, a separate notice to
proceed for construction of the stormwater retention facility will be postponed until any required grant funding
is received.
Expected Results: A number of received competitive bids will be evaluated, a responsible low bid that is within
budget will be selected.
Estimated Cost: Administration of the bid process for the project is estimated to cost $3 ,000 and will be
provided by the County as in-kind services to the project.
Estimated Schedule: Start Month 2 , finish Month 5 .
Deliverables : A construction contract with a notice to proceed given to the responsible low bidder.
Task 5: Construction of Stormwater Retention Lake Facilities (Clearing and Excavation)
Description: The County ' s selected contractor will clear and excavate the land for constmction of the
stormwater treatment lake that is currently being designed and will be permitted by SJRWMD, FOOT, and. the
Federal Aviation Administration.
Expected Results : Clearing and excavation of the land.
Estimated Cost : Clearing is estimated to cost $25,000 and excavation is estimated to cost $ 141 ,600 of which
$ 111 ,600 is being requested from 319(h) for funding .
Estimated Schedule : Clearing and excavation will begin in Month 8 and end in Month 15 .
Deliverables : Clearing and excavation of the land.
Task 6: Construction of Lake Control Structures for Water Quality Treatment & Outfall Pipe
Description: The County ' s selected contractor will construct a lake control structure and outfall pipe system.
The control structure will consist of a concrete inlet structure with a bleed-down orphie, and attenuation weir,
and an emergency overflow. The bleed-down orifice will limit the discharge to improve water quality. The
outfall pipe will route the discharge east along 41st Street and eventually discharge into the IRL via the existing
41 st Street ditch.
Expected Results : Installation of lake control structures and outfall pipe at the stormwater treatment lake .
Estimated Cost: Construction of the stormwater facility structures and outfall pipe are estimated to cost
$ 57,400 which is entirely being requested from 319(h) for funding.
Estimated Schedule: Start Month 18, finish Month 22 .
Deliverables: Final lake structures and outfall pipe.
Task 7 : Construction of Lake Inflow and Conveyance System
Description: Simultaneous to the construction of the lake control structures and outfall pipe, the County' s
selected contractor will construct a lake inflow and conveyance system for the project. The stormwater runoff
will be routed to the lake using a combination of swale and pipe improvements.
Expected Results : Final lake inflow and conveyance system.
Estimated Cost: The lake inflow and conveyance system is estimated to cost $25,400, which is entirely being
requested from 319(h) for funding.
Estimated Schedule: Start Month 18, finish Month 22 .
Deliverables : Final lake inflow and conveyance system.
DEP Agreement No . WM836, Attachment A- 1 , Page 4 of I1
i S
Task 8 : Wetland Mitigation
Description: Prior to construction of a stormwater treatment take the County will mitigate the wetlands
impacted by the project at a remote site in southern Indian River County, across from Round Island in the Vero
Shores vicinity.
Expected Results : Mitigated wetlands .
Estimated Cost: Wetland mitigation is estimated to cost $ 37,000.
Estimated Schedule : Start Month 9, finish Month 15 .
Deliverables : Mitigated wetlands .
Task 9 : U.S. No. 1 Drainage Improvements
Description: A swale/pipe conveyance system will be installed in the western limits of the U. S . Hwy 1 right-of-
way. This system will restore drainage to this area.
Expected Results : Drainage improvements.
Estimated Cost: U. S . No . 1 drainage improvements are estimated to cost $ 175,000.
Estimated Schedule: Start Month 9, finish Month 15 .
Deliverables : Drainage improvements .
Task 10 : Implementation of Water Quality Monitoring Program
Description: Prior to construction of any stormwater treatment lake, the County will implement water quality
monitoring program of stormwater at the project site . Future operation of these stormwater retention facilities
shall be optimized by reviewing the monitoring results and fine tuning the system operation as needed.
Expected Results : A regular surface water monitoring program will be implemented at the project site Regular
review of results will guide operation of the stormwater treatment lake as needed.
Estimated Cost: The start up, operation and completion shall be completed by a selected environmental firm.
The monitoring effort has been estimated to cost $40,000 .
Estimated Schedule : Start Month 1 , finish Month 34 .
Deliverables : Pre-construction baseline water sample tests (3 tests) and post-construction water sample tests (6
tests) and a final report will be completed .
Task 11 : Implementation of Education Component -
Description: A Florida Yards and Neighborhoods Educational program will be implemented over a 16-month
time frame to educate the homeowners and landscape professionals living in the East Gifford area .
Expected Results : FYN workshops and FYN Yard Certification.
Estimated Cost: Education for this project has been estimated to cost $35 ,000, of which OF/IFAS County
Extension program is dedicating $35,000 from in-kind services .
Estimated Schedule : Start Month 9, finish Month 25 .
Deliverables : Deliverables will include the total number of persons attending FYN workshops, the total number
of certified yards, number of landscape professionals attending FYN/CLIP schools, and percentage of FYN
BMPs adoption among program participants. Yard BMP adoptions will be measured by IFAS evaluation
instruments already developed. A final education report conveying the IFAS evaluation results and deliverables
will be provided to the county for incorporation into the final 319 project report.
PROJECT WATERSHED CHARACTERISTICS :
Watershed size: 46 . 8 acres, (only includes drainage to lake, not U. S . Hwy 1 drainage)
Land Uses within the Watershed (acres/percentage) :
Agricultural Urban 30.4 / 65 %
Construction Mining
Silvicultural Other 16 .4 / 35 % (undeveloped)
SURFACE WATER MONITORING AT INDIAN RIVER COUNTY'S EAST GIFFORD AREA
STORMWATER IMPROVEMENT PROJECT :
Introduction:
The County has proposed a balanced and comprehensive approach to stormwater management in order to
minimize pollutant discharges from the East Gifford Stormwater Improvement Project area. The final Water
DEP Agreement No . WM836, Attachment A- I , Page 5 of 11
Quality Monitoring Plan will be developed in coordination with the St. Johns River Water Management District
(SJRWMD) and the Florida Department of Environmental Protection (FDEP). The final Plan will be submitted
within three months of the grant award and will be designed to measure water quality and comply with
maintenance and monitoring requirements .
Baseline Data:
Baseline data on current water quality will be derived from grab samples and monitoring efforts of the Indian
River County, SJRWMD and FDEP within the East Gifford Storrnwater Improvement Project area .
The County will use the best available data for establishing baseline water quality for the mnoff from the
project area. Data collected during pre-construction monitoring activities will be used as well as that available
from technical literature and reports .
The effectiveness of this project in reducing stormwater loadings will be quantified via water quality
monitoring. This monitoring shall include bi-monthly (6 total) monitoring of stormwater lake inflow and
discharge monitoring points during rain fall conditions . This routine monitoring will quantify the general
physicochemical properties (salinity, temperature, pH, dissolved oxygen) of the runoff water to be characterized
pre and post stormwater lake improvements . During these events, water samples shall be collected through the
use of hand-samplers or automated samplers, when available. After significant rainfall events, the County will
take upstream and downstream water samples either by automated insim instrumentation or by manual
sampling. The samples will be analyzed for appropriate constituents. It is anticipated that no less than six
storm events shall be monitored. Flow shall be monitored to enable pollutant loadings to be calculated. A full
list of analytes is presented in the table below.
Additionally, sediment grabs within the take will be sampled for analysis . One sample each at the beginning
and the end of the post-construction monitoring period. The total phosphoms and nitrogen of these sediments
will be measured. Sediments will be analyzed for trace metals (the 13 EPA priority pollutant metals) as well as
petroleum hydrocarbons . Grain size characteristics will also be quantified. Also, the total amount of sediment
retained within the sumps of the inlet and outfall structures will be measured to enable the overall effectiveness
of these structures to be characterized.
All laboratory analyses will be performed in accordance with USEPA and FDEP approved protocols. The
selected firm will maintain a FDEP approved Comprehensive Quality Assurance Plan and Florida Department
of Health certification.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
DEP Agreement No . WM836. Attachment A- 1 , Page 6 of 1 1
Lead Agency: County' s engineering consultant.
Pre-construction testing for Base Flow : Surface water, monthly (3 tests) ; Discharge, varied times over a 3-
month period
Pre-construction testing for Storm Events : Discharge (6 tests) one each every other months for 12 months via
hand-sampling or automated equipment during storm events
Number of Testing Locations : Inlet and outlet of lake structures, one each
Testing Parameters : Inlet and outlet of lake structures
Temperature, bottom of water column (bottom)
pH, bottom
Salinity, bottom
Dissolved Oxygen, bottom
Temperature, surface of water column (surface)
pH, surface
Salinity, surface
Dissolved Oxygen, surface
Discharge Velocity
Flow
Surface Water Elevation
Total Kjeldahl Nitrogen (TKN)
Nitrate and Nitrate-N
Ammonia-N
Total Phosphorus
Color
Biological Oxygen Demand (BOD)
Total Suspended Solids (TSS)
Alkalinity
Fecal Coliforms
Reporting:
A component of this project involves developing a detailed and systematic record-keeping system to monitor
maintenance activities on each BMP element. Logs will be kept detailing equipment and procedures used in
maintaining/cleaning and operating the respective BMPs/controls . A systematic evaluation will be incorporated
into the Water Quality Monitoring Plan to gauge the overall effect of the BMP improvements on quality of
water discharged through the outfall. Water samples from the outfall will be periodically collected, tested and
analyzed to develop trend curves . It is estimated that pre and post construction laboratory test results with a
final review report will be produced.
Coordination:
Copies of semiannual reports will be provided to SJRWMD, FDEP, Indian River County Public Works
Division.
Duration :
Month 1 through Month 34
Conclusion:
This Draft Performance and Water Quality Monitoring Plan is conceptual in nature and will be considerably
refined based on input received from the SJRWMD , FDEP and other concerned agencies or parties .
EDUCATION & BMP IMPLEMENTATION AT THE EAST GIFFORD PROJECT AREA:
An effective hands-on educational program will be offered to the homeowners of East Gifford Area by
employing an existing educational program, known as the Florida Yards and Neighborhood Program (FYN) ,
operated by University of Florida ' s Institute of Food and Agricultural Sciences (UF/IFAS) Indian River County
Cooperative Extension Service .
DEP Agreement No . WM836, Attachment A- 1 , Page 7 of 11
FYN Objectives
The FYN' goal for this project is to improve the water quality of the Indian River Lagoon through homeowner
participation in implementing FYN best management practices .
The specific objectives for this project include :
• Encourage adoption of environmental landscape maintenance (ELM) practices designed to reduce
non-point source pollution;
• Provide teelmical support to homeowners and landscapers that wish to install or retrofit landscapes
using ELM best management practices to reduce non-point source pollution;
• Enhancement of the FYN program for residents in this area that will teach ELM techniques that
can reduce the impact of stormwater runoff, implicated as a significant source of non-point source pollution
entering the Indian River Lagoon;
• Training of local landscapers living in this area who provide landscape maintenance services to all
county residents through the FYN Commercial Landscape Industry Program (FYN/CLIP) ; and
• Evaluate the adoption of ELM practices by pre/post surveys of program participants and on-site
inspection of practice adoption through a Florida Yard Certification process . Assessment of voluntary
practice adoption patterns will allow the OF/IFAS Cooperative Extension Service and other educators to
target ELM practices that have significant impacts on non-point source pollution.
FYN Program Implementation in the East Gifford Area
The local Indian River County Extension Service will provide educational seminars at the Gifford community center
and other nearby community facilities to teach residents about the principles of FYN Program and the innovative
BMP's that will reduce non-point source pollution entering the Indian River Lagoon from the East Gifford project
area. Residents will be offered the opportunity to participate in the Florida Yard Certification program. A number
of these local residents are involved as landscape maintenance professional that work throughout the county. These
professionals will be provided training through the FYN Commercial Landscape Industry Program (FYN/CLIP) to
reinforce practice adoption within and outside the East Gifford area, will be provided training to obtain or renew
licenses and certifications common to the profession, and will be invited to be included on a list of service FYN
service providers that is distributed to local property owners . Coordination with a local community gardening
project conducted by Master Gardeners will also provide opportunities to teach local residents about FYN practices.
According to the Indian River County Tax Assessor, there are currently 125 single-family homes in the East Gifford
project area. With a limited amount of new growth, the projected maximum number of single-family homes in the
area will be approximately 150 residences upon build out. Additionally, 9+ acres of commercial property will
eventually be developed. The IFAS office will supply FYN Handbooks and FYN Workbooks for use by these
residents. Additional localized fact sheets about the East Gifford project will be produced and appropriate teaching
methods will be developed and used to teach FYN Best Management Practices in manners best suited to the local
situation.
ELM practices to be targeted in this project will focus on the following subjects : ( 1 ) irrigation efficiency, (2) yard
waste minimization, (3) the appropriate application of mulch, (4) encouraging wildlife through habitat
enhancements in the landscape, (5) use of integrated pest management as the appropriate method of pest control ,
(6) proper landscape plant selection and installation, (7) management of stormwater runoff on the landscape, (8)
adoption of recommended University of Florida landscape fertilization practices, and (9) waterfront property
management techniques .
Forty ELM practices have been identified by the University of Florida ' s Environmental Horticulture Department as
Best Management Practices suitable for Florida Yards. These practices are listed in the Florida Yardstick Workbook
and FYN Handbook that will be distributed as an informational piece to program participants . Critical practices to
be encouraged through the educational program that will address non-point source pollution (NPSP) reduction in the
Indian River Lagoon include but are not limited to the following practices :
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
DEP Agreement No. WM836, Attachment A- I , Page 8 of 11
NPSP goal
ELM Best Management Practice(s)
Reduction of fertilizer runoff * Reducing in the amount of soluble fertilizers applied to landscape sites.
* Apply iron compounds instead of nitrogen to provide summer green-up
of wrfgrass .
* Apply no more than one pound of nitrogen per one thousand square feet
of landscape area, with
no more than half in soluble forms .
Reduction in yard waste production * Elimination of unnecessary pruning practices.
* Allow turfgrass clippings to remain on the lawn .
Wildlife habitat improvement * Encourage native wildlife by planting food plants in the landscape.
* Remove exotic invasive weed trees which displace native habitats
Additional IFAS personnel hired over a 16-month period will be required to deliver the FYN programming to the
residents and landscape professionals in the East Gifford project area. FYN volunteer Florida Yard Advisers will
also be utilized in presenting some of the programs to the local homeowners, and will provide support for the
follow-up communication necessary for continuity and accountability in the program.
Deliverables and Evaluation:
Deliverables will include the total number of persons attending FYN workshops, the total number of certified yards,
the number of landscape professionals trained in FYN/CLIP principles, and the identified percentage of FYN BMP
practice adoption among program participants . Yard BMP adoption will be measured by OF/IFAS evaluation
instruments already developed. A final education report conveying the evaluation results and deliverables will be
provided to the county for incorporation into the final 319 project report.
Finally, the Gifford Progressive League will contribute in-kind services to educate East Gifford homeowners about
the project with several news articles in its newsletter, distributed several times a year.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
DEP Agreement No. WM836, Attachment A- 1 , Page 9 of 11
PROJECT BUDGET: $741 ,665
GRANT FUNDING REQUESTED: $264,400
BUDGET BY ACTIVITY :
PROJECT FUNDING ACTIVITY 319 $ AMOUNT MATCHING FUNDS
(Activity)
By Source (Entity)
Staff 0 S3 ,000 (IRC in-kind)
Travel 0 0
Equipment 0 0
Supplies 0 0
Contractual (Permitting) 0 $ 13, 155 (MSTU)
Contractual (Construction) $ 1117600 $40,000 (SJRWMD)
$ 135 ,492 (IRC)
$449508 (DOT)
$5, 000 (MSTU)
Land Acquisition 0 $ 194, 110 (IRC)
BMP Implementation $82, 800 $37,000 (IRC)
(and Wetland Mitigation)
Monitoring $407000 0
Public Education $30,000 $5,000 (FYN in-kind)
TOTAL $264,400 $477,265
TOTAL PROJECTED COST: $741 ,665 % Match = 64 %
BUDGET BY TASK:
TASK 319 (h) FUNDS NON FEDERAL MATCH
Task 1 . Conceptual & Final Plan 0 0
( spent before 10/ l /00)
Task 2 . Permitting 0 $ 13, 155 (MSTU)
Task 3 . Land Acquisition 0 $ 194, 110 (IRC)
Task 4 . Award Contract 0 $3,000 (IRC in-kind)
Task 5 . Construct Lakes (Clearing & Excavating) $ 111 ,600 $40,000 (SJRWMD)
$ 5,000 (IRC)
$5 ,000 (MSTU)
Task 6 . Lake Control Structures & Outfall Pipe $57,400 0
Task 7 . Lake Inflow & Conveyance System $ 25 ,400 0
Task 8 . Wetlands Mitigation 0 $37,000 (IRC)
Task 9 . U. S . No. 1 Drainage Improvements 0 $441508 (DOT)
$ 1307492 (IRC)
Task 10. Water Quality Monitoring Program $40.000 0
Task 11 . Education & BMP Implementation $30,000 $5 ,000 (FYN in-kind)
TOTAL 5264,400 $477,265
'Yo Match = 36 % % Match = 64 %
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
DEP Agreement No. WM836, Attachment A- 1 , Page 10 of 11
Other Funding (Not Match - by Agency)
This is for other funds that do not qualify as match (i. e., federal funds) but will be used
On the project.
Aeency Activity Amount
Indian River County Conceptual Plan 5131190
Indian River County Final Plan $30,315
If this is a multi-year project, have you requested sufficient funds to complete the project (assuming funds requested
herein are provided)?
XX ves no
If no, explain:
The Lead Organization, as listed on the first page of this form agrees to comply with all requirements specified in
the guidance package and in federal grant regulations . Checking no or excepted will cause the project to have a
lower ranking that similar projects by lead organizations that agree to the requirements :
no
XX ves, with no exception .
APPENDICES
Appendix 1 , Partners ' Letter of Interest and Commitment to Project
Appendix 2, Engineering Drawings of the East Gifford Area Project Site and Mitigation
Plan
Appendix 3 , East Gifford Area Location and Vicinity Map
Appendix 4, Indian River Lagoon Sub-Basin Map & South Central Indian River Lagoon Segment 3 Map
Appendix 5, Watershed Restoration Action Strategy Documentation
DREW: I DID NOT INCLUDE THE APPENDICES. THE DRAWINGS ARE LARGE ENGINEERING
DRAWINGS AND THE OTHER INFORMATION IS NOT AVAILABLE ELECTRONICALLY.
Partners' Roles & Contributions
Each project partner plays an integral role in this project.
The Indian River County (Public Works Department) will contribute cash and in-kind services to the project, as well
as oversee the administration, reporting and record-keeping for the project. In addition, the county will dedicate
local option sales tax revenue to the project and MSTU revenue from the Gifford Transportation and Drainage
Program. Please see budget for cash and in-kind service contribution .
The Gifford Progressive League will contribute in-kind services to educate East Gifford homeowners about the
project with several news articles in its newsletter, distributed several times a year.
The University of Florida Institute of Food and Agricultural Sciences Indian River County Cooperative Extension
Service will contribute in-kind services to the project, as well as implement the majority of the project' s Education
Component through its Florida Yards and Neighborhoods Program. Please see budget for in-kind service
contribution.
The St. Johns River Water Management District Cost Share Program will contribute $40,000 in cash to the project
through the award of two cost share grants to the County. Please sec budget for cash contribution.
Department of Transportation will contribute $44,508 in cash to the project for U. S . Hwy 1 improvements . Please
see budget for cash contribution.
DEP Agreement No . WM836, Attachment A-1 , Page I 1 of 11
ATTACHMENT C-1
Revised Contract Payment Requirements
Florida Department of Financial Services, Reference Guide for State Expenditures (January 2005)
Cost Reimbursement Contracts
Invoices for cost reimbursement contracts must be supported by an itemized listing of expenditures by category (salary,
travel, expenses, etc .) Supporting documentation must be provided for each amount for which reimbursement is being
claimed indicating that the item has been paid. Check numbers may be provided in lieu of copies of actual checks. Each
piece of documentation should clearly reflect the dates of service . Only expenditures for categories in the approved contract
budget should be reimbursed.
Contracts between state agencies, and or contracts between universities may submit alternative documentation to
substantiate the reimbursement request that may be in the form of FLAIR reports or other detailed reports.
Listed below are examples of types of documentation representing the minimum requirements :
(1 ) Salaries : A payroll register or similar documentation should be submitted. The payroll register should
show gross salary charges, fringe benefits, other deductions and net pay. If an individual for
whom reimbursement is being claimed is paid by the hour, a document reflecting the hours
worked times the rate of pay will be acceptable.
(2) Fringe Benefits : Fringe Benefits should be supported by invoices showing the amount paid on behalf of the
employee (e.g., insurance premiums paid) . If the contract specifically states that fringe benefits
will be based on a specified percentage rather than the actual cost of fringe benefits, then the
calculation for the fringe benefits amount must be shown.
Exception: Governmental entities are not required to provide check numbers or copies of
checks for fringe benefits .
(3) Travel: Reimbursement for travel must be in accordance with Section 112 .061 , Florida Statutes, which
includes submission of the claim on the approved State travel voucher or electronic means.
(4) Other direct costs : Reimbursement will be made based on paid invoices/receipts . If nonexpendable property is
purchased using State funds, the contract should include a provision for the transfer of the
property to the State when services are terminated. Documentation must be provided to show
compliance with Department of Management Services Rule 60A- 1 . 017, Florida Administrative
Code, regarding the requirements for contracts which include services and that provide for the
contractor to purchase tangible personal property as defined in Section 273 .02, Florida Statutes,
for subsequent transfer to the State.
(5) In-house charges : Charges which may be of an internal nature (e.g., postage, copies, etc. ) may be reimbursed on a
usage log which shows the units times the rate being charged. The rates must be reasonable .
(6) Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the
calculation should be shown.
Pursuant to 216 .346, Florida Statutes, a contract between state agencies including any contract
involving the State University system or the State Community College system, the agency
receiving the contract or grant moneys shall charge no more than a reasonable percentage of the
total cost of the contract or grant for overhead or indirect cost or any other cost not required for
the payment of direct costs .
The Florida Department of Financial Services, Reference Guide to State Expenditures (January, 2005 ) can be found at the
following web address : h" ://x �nv. fldfs . com/aadir/reference°/ 5FLruide/.
Revised 2/2006
DEP Agreement No. WM836, Attachment C- 1 , Page 1 of 1
ATTACHMENT E-1
REVISED SPECIAL AUDIT REQUIREMENTS
The administration of resources awarded by the Department of Environmental Protection (which may he referred to
as the "Department', "DEP", "FDEP" or "Grantor", or other name in the con tract/agreement) to the recipient
(which may be referred to as the "Contractor ". Grantee " or other name in the emuract/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 OMB 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 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 Chief Financial 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 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 OMB Circular A- 133 , as revised. An audit of
the recipient conducted by the Auditor General in accordance with the provisions of OMB Circular A- 133 ,
as revised, will meet the requirements of this part.
2 . In connection with the audit requirements addressed in Part 1, paragraph 1 . the recipient shall fulfill the
requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A- 1331 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 intemet at http ://12.46.245.173/efda/efda.html.
DEP 55-215 (04/06)
DEP Agreement No. WM836, Attachment E-1 , Page I of 5
PART Il : STATE FUNDED
This part is applicable if the recipient is a nonstate entity as defined by Section 215 .97(2)(m), Florida Statutes ,
1 . 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 1 ; 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 (CSFA), a recipient should
access the Florida Single Audit Act website located at -htt )s://anps . flctfs . com/fsaa/ or the Governor's Office
of Policy and Budget website located at lam://www.ebudeet.state . fl .us/ for assistance. In addition to the
above websites, the following websites may be accessed for information: Legislature's Website
httT) ://www. les,,� .state. fl.us/Welcome/iiidex. cfm, Governor's Website lnttp://www. mvfloridi.com/,
Department of Financial Services ' Website http://www.fldfs. com/ and the Auditor General's Website
I)ttp://www. state. fl. tis/audecii/paees/flsaa.htm.
PART III : OTHER AUDIT REQUIREMENTS
(NOTE: This part would be used to sped any additional audit requirements unposed 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 at- State laws
and is not in conflict with other Federal at- State audit requirements) . Pursuant to Section 215. 97(8), Florida
Statutes, State agencies may conduct or arrange for audits ofState 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 mast
arrange for funding thefull 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. WM836, Attachment E-1 , Page 2 of 5
f '
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
1201 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 401 , Claude Pepper Building
111 West Madison Street
Tallahassee, Florida 32399- 1450
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
DEP 55-215 (04/06)
DEP Agreement No. WM836, Attachment E-1 , Page 3 of 5
4 . Copies of reports or management letters required by PART ill 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 govemmental 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. WM836, Attachment E-1 , Page 4 of 5
EXHIBIT — 1
FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:
Federal Resources Awarded to the Reci lent Pursuant to this Agreement Consist of the Following:
Federal State
Program CFDA Appropriation
Number Federal Agency
Number
CFDA Title Funding Amount Category
Original Environmental Protection 66 .460 Nonpoint Source Implementation Grants $264,400. 00 140076
Agreement Agency
State Resources Awarded to the Recipient Pursuant to this A reement Consist of the Following Matching Resources for Federal Pro rams :
Federal
State
Program
Appropriation
Number Federal Agency CFDA CFDA Title FFundu Amount Category
State Resources Aii arded to the Recipient Pursuant to this A reement Consist of the Following 12esources Suh ' ect to Section 215.97, F.S. :
State CSFA Title
State
Program Slate CSFA or Appropriation
Number Funding Source Fiscal Year Nmnber Funding Source Description Funding Amount Category
Total Award $2643400.00
.___...... t. .ti. ..4.
For each program identified above, the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA)
[littp :// 12 .46.245 . 173/cfda/cfda . litmlj and/or (tic Florida Catalog of State Financial Assistance (CSFA) [https://apps . fldfs.cotiVfsaa/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 55-2I5 (04/06)
DEP Agreement No. WM836, Attachment E-1 , Page 5 of 5