Loading...
HomeMy WebLinkAbout2001 Water Quality-Quantity Monitoringrnra ERAS 'F �', J �a HOME OF FF11CM ISLUD Office of Genera! Services Administrator (A DIVISION OF THE OFFICE OF THE CITY MANAGER) 1225 Main Street - Sebastian, Florida 32958 Telephone (56 1) 388-8241 Fax (561) 581-0149 NOTICE TO PROCEED WATER QUALITY -QUANTITY MONITORING & ANALYTICAL SERVICES DATE: September 5. 2001 TO: Mr. Harvey Harper, phD.. P.E. Environmental Research & Design. Inc. 3419 Trentwood Blvd., Suite 102 Orlando, Florida 32812 You are hereby notified to commence work in accordance with the fully executed Agreement dated, August 3200 st. 1, on immediately (as agreed per our phone conversation today), to be completed when the project is complete. The Project Manager is Mr. Ralph Brescia, P.E., City Engineer, with Ms. Ginny Sieferd as Project Liaison Officer. Ms Sieferd can be reached at 561-388-8222 We look forward to starting this project, and a continued good business relationship with you. Paul Wagner, Ge0eral Services Administrator/ Assistant to City Manager cc: Terrence Moore Ralph Brescia Ginny Sieferd Whit Green, SJRWMD ES AGREEMENT FOR WATER Q PROFESSIONALMONITORING ANALYTICAL SERVICE-Qpy THIS AGREEMENT made this .50�day of August, 2001, by and between the CITY OF SEBASTIAN, a municipal corporation of the State of Florida, 1225 Main Street, Sebastian, Florida, 32958, ("City") and Environmental Research & Design. 3419 Trentwood Blvd., Suite 102, Orlando, FL 32812 ("Consultant"), provides that WHEREAS, the City desires to engage a consultant who has special and unique competence and experience in water quality -related monitoring and analytical services; and WHEREAS, the Consultant represents that it has such competence and experience in providing these services; and, WHEREAS, the City in reliance on such representation has selected the Consultant in accordance with the requirements of law; and, WHEREAS, the City and the Consultant desire to reduce to writing their understanding and agreements on such professional services. IT IS, THEREFORE, AGREED as follows: 1. Recitals. The above recitals are incorporated herein as if set forth in their entirety. 2. Employment of Consultant: The City hereby agrees that it does engage the Consultant and the Consultant hereby agrees to perform professional services for the City in formulating and performing a water quality -related monitoring and analytical services program in accordance with the attached hereto as Exhibits 1, 2, including Attachments 2A — 2D thereto, and 3, as outlined in the Proposal of Consultant (all jointly referred to herein as the "Work"). 3. Project Schedules: The Consultant shall perform the Work under this Agreement in a timely manner consistent with the assignment schedules as mutually agreed upon by the City and the Consultant so as to fully comply with all grants and participation agreements with state regulatory agencies. 4. Joint Cooperation: Close collaboration and cooperation shall be maintained by the Consultant with representatives of the City and the City will be entitled at all times to be advised, at its request, of the status of Work and of the details thereof. The City shall furnish to the Consultant all pertinent existing information deemed necessary by the Consultant to be relevant to the execution of the Work. 1 5. Termination: The provisions of this Agreement may be terminated by the City with or without cause. If terminated without cause by the City, at least five (5) days written notice of such termination shall be given to the Consultant. (1) In the event the City without cause abandons, terminates or suspends this Agreement, the Consultant shall be compensated for services rendered up to the time of such termination on a pro -rata basis based upon the bid submitted herein, and documents generated by the Consultant shall remain the property of the City. (2) In the event the Consultant terminates this Agreement without cause, all work product and data prepared by the Consultant under this Agreement shall be considered property of the City. The City may enter into an agreement with others for the completion of the work under this Agreement and seek such remedies as provided by law, however, Consultant will be held harmless for the work of others. 6. Compensation: The City will pay the Consultant the total amount submitted in the Consultant's bid hereto upon monthly invoicing for Work performed in accordance with the forecasted budget agreed to between the parties. 7. Payments: The Consultant shall submit monthly statements for services rendered. Upon approval and verification by the City's Project Manager, payment shall be made in accordance with the provisions of law. S. Reimbursement of Costs: The Consultant's general operational expenses are included within the agreed compensation. 9. Term: This Agreement shall commence on the day it is executed by both parties and the term of the Agreement shall extend until the Project is complete. 10. Right to Work Products: The City or its assigns shall have the unrestricted authority to use, in whole or in part, any reports, data, programs or other material prepared under this Agreement, and said work product shall be the property of the City. Any use of any plans and specifications by the City, except the use reasonably contemplated by the City at the time the City entered this Agreement, will be at the City s risk and Consultant, its officers, directors and employees will be held harmless from such use. Notwithstanding any of the provisions set forth above, pre-existing proprietary programs or materials owned by Consultant shall remain the exclusive property thereof, however, City is granted a perpetual license for use of the same to the extent necessary to utilize the Work 2 11. Personnel: Except for those tasks delineated as the responsibility of City or some other entity, Consultant represents that it will secure at its own expense all personnel and sub - consultants required for rendering services for the Work. All such services shall be performed by the Consultant or sub -consultant, and all persons engaged in work under the Agreement shall be qualified to perform such services and authorized under federal, state and local laws to perform such services. Personnel who perform such services under this Agreement shall not be employees of the City. 12. Responsibility of the Consultant: (a) The Consultant shall be responsible for the professional quality, technical accuracy, timely completion, and the coordination of materials, work product and other services furnished by the Consultant under this Agreement. The Consultant shall, without additional compensation, correct or revise any errors or deficiencies in his drawings, specifications, reports and other services. (b) Approval by the City of work materials furnished hereunder shall not in any way relieve the Consultant of responsibility for the technical adequacy of the Work unless work product was based upon errant information provided by the City or its representatives. The City's review, approval or acceptance of, or payment for, any of the services shall not be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement, and the Consultant shall be and remain liable in accordance with applicable law for damages to the City caused by the Consultant's negligent performance of any of the services furnished under this Agreement. (c) The rights and remedies of the City provided for under this Agreement are in addition to any other rights and remedies provided by law. 13. Subcontracts and Assi ang bility: This is a personal services contract based upon the unique qualifications of Consultant, and Consultant shall not assign any interest in the work orders or this Agreement and shall not transfer any interest in the same without the prior written consent of the City. Any sub -contracts or other work which is performed by persons or firms other than the Consultant under this Agreement or any work orders shall have prior written approval of the City Attorney. 14. Compliance With the Law: The Consultant expressly agrees to comply with all known laws and regulations relating to providing services under this Agreement, as well all 3 provisions existing in grant or joint participation agreements between the City and regulatory agencies relating to the Project. The failure of the Consultant to adhere to any known law or regulation pertaining to furnishing services under this Agreement shall constitute a material breach of this Agreement. 15. Waiver: The waiver by the City of any of the Consultant's obligations or duties under this Agreement shall not constitute a waiver of any other obligation or duty of the Consultant under this Agreement. 16. This Agreement shall not be construed against the party who drafted the same, as both parties have obtained experts of their choosing to review the legal and business adequacy of the same. 17. Indemnification: The Consultant shall indemnify and save harmless the City, its agents, servants, and employees from and against claims, liability, losses, or causes of action to the extent arising from any misconduct, negligent act, or omission of the Consultant, its agents, servants or employees in the performance of services under this contract. 18. City's Responsibilities: (a) The City shall designate a representative authorized to act on the City's behalf with respect to the Project. The City shall render decisions in a timely manner pertaining to documents submitted by the Consultant in order to avoid unreasonable delay in the orderly and sequential progress of the Consultant's services. (b) Prompt written notice shall be given by the City to the Consultant if the City becomes aware of any fault or defect in the Project or nonconformance with the Contract Documents. (c) If the Project is suspended by the City for more than thirty (30) consecutive days, the Consultant shall be compensated for services performed prior to notice of such suspension. When the Project is resumed, the Consultant's compensation shall be equitably adjusted to provide for expenses incurred in the interruption and resumption of the Consultant's services. (d) Failure of the City to make payments to the Consultant in accordance with this Agreement shall be considered substantial nonperformance and cause for termination. (e) In the event of termination not the fault of the Consultant, the Consultant shall be compensated for services performed prior to termination, together with Reimbursable Expenses then due. 4 19. This Agreement shall be governed by the laws of the State of Florida. IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed, the day and year first above written. ATTEST (SEAL): Sally A M pio, CMC City Clerk Approved as to form and legality for reliance by the City of Sebastian only: T": L a %!:F= Tichl Stringer, CitkAttorneW Signed, sealed and delivered in the presence of: David M. Baker, P.E. 0 AMM e _ ._ M : M Q CONSULTANT: RESEARCH & DESIGN, INC. By: Name: Harvey q. Harper, III, Ph.D., P.E. Title: President 5 TUU ., U1 Lug JU•Yt AM Lily, ALaLHLUn a ilraitril PM KU. 4U/ Rb+IAIy PROPOSAL OF CONSULTANT CITY OF SEBASTIAN WATER QUALITY -QUANTITY MONITORING AND ANALYTICAL SERVICES Prepared By Environmental Research & Design, Inc. August 3, 2001 EXHIBIT A: SCOPE OF SERVICES Environmental Research & Design, Inc. (ERD) will perform, at a minimum, the following services for the City of Sebastian (City): Task 1: Attend Project Kick -Off Meeting: The ERD Project Director will attend a project kick-off meeting with the City of Sebastian and the SJRWMD to review the overall project objectives, scope of services, primary contacts for each organization, project schedule, and meeting schedule. Task 2: Prepare/Submit Project 0 -AM ERA will develop a QAPP for all proposed field and laboratory activities. The plan will be based on existing ERD field collection and laboratory analysis procedures outlined in ERD's CompQAP. Field monitoring and laboratory activities will be performed over a six-month period which includes both wet and dry season conditions. Task 3- Install Automatic Samplers and Cpllect Samples fStonecrop Basin): ERD will install automatic sequential samplers with integrated flow meters at the two m4jor inflow points and at the outfall from the pond (3 locations total). The flow meters will continuously measure flow rate, including stormwater runoff and dry weather baseflow, for a six-month period, including three wet months and three dry months. At least one flow composite sample will be collected from each of the three samplers once each week for the six-month monitoring period (3 samples/week x 26 weeks = 78 samples total). All collected samples will be analyzed for the following parameters: a. Total Phosphorus b, Orthophosphorus C. Total Suspended Solids (TSS) d. Volatile Suspended Solids (VSS) e. N% f. TKN g. Ammonia as N SEBASTIANUDMIBR3.9M PACE 1 AUG- y -U1 '1'liU 10:41 AM ENV, RESEARCH is DESIGN FAX 110. 407 826+0419 P. 9 Task 4: Perform Fidd Measurements and Collect Samples Routh Prong): ERD will perform field measurements of water flow rate and collect water quality samples at the S.R. 512 Bridge, the West Canal, the Radial Gate, and the Elkcam Dam (4 locations total). Field measurement of water flow rate and collection of baseflow water quality samples will be performed once every two weeks for a period of six months (3 wet season and 3 dry season). A total of 52 baseflow samples will be collected for analysis. Once every two weeks, ERD will perform field measurements of flow rate at the S.R. 512 Bridge, the West Canal, the Radial Gate, and Elkcam Dam using the velocity/cross-sectional area method at each site. Velocity measurements will be performed at known distances across the cross-section using a Marsh-McBimey electromagnetic velocity meter. The spacing between the velocity measurements will be determined in the field and will be such that not more than 10% of the total flow is represented by any one vertical cross-section. The depth at each section will also be measured using the flow meter measuring rod. If the water depth is less than 2.5 ft (0.75 m), velocity will be measured at 60% of the total water depth. If the water column depth exceeds 2.5 ft (0.75 m), velocity measurements will be performed at 20% and 80% of the total water depth, with the mean channel velocity determined by taking the average of the two measurements. A graduated tape will be stretched across each channel so that reference locations can be determined for each simultaneous measurement of velocity and water depth. The velocities will be integrated over the cross-sectional area to determine the actual flow rate. The field measurements will be used to calibrate the stage and rating curve information available from the SJRWMD and USGS so that the approximate flow rate at any point in time can be estimated based on the stage information. Discrete water samples will be collected at each monitoring site prior to performing flow measurements. The samples will be returned to the ERD laboratory and analyzed for the following parameters: a. Total Phosphorus (filtered and unfiltered) b. Orthophosphorus C. Total Suspended Solids d. Volatile Suspended Solids e. NO, f. TK13 (filtered and unfiltered) g. Ammonia In addition to the baseflow flow measurements and sample collection, ERD will utilize the existing District cellular communication system to identify storm event conditions in the watershed. During a minimum of six storm events during the six-month monitoring period, ERD will perform additional measurements of flow rates and collect stormwater samples at each of the four locations. Selection of target storm event characteristics will be performed jointly by ERD and the City. The stormwater samples will be analyzed for the same parameters as the baseflow samples. For at least 10 of the baseflow and stormwater samples, grain size distribution will be determined for the inorganic suspended solids component of the water sample, SEOFSiNM Mffsml PAGE 2 AUG- 9-01 THU 10:42 AN ENV, RESEARCH & DESiGN FAX N0. 401 826+0419 Task 5: Estimate Basefl /Runoff Volumes: The total baseflow and stormwater volumes for the three wet months and the three dry months will be estimated by ERD for each of the seven locations. Water volumes for the Stonecrop Basin will be based on continuous flow monitoring of the two inflows and outflows. For the S.R. 512 Bridge, the West Canal, the Radial Gate, and the Elkcam Dam, water volumes will, be estimated using the field measured flow rate in conjunction with curve data from the SJRWMD. The field measurements of flow rates will be used to calibrate the rating curves at each of the four locations to estimate a total baseflow volume and stormwater volume for the three wet months and three dry months. Task 6: Develop Mass Loadings: Using the estimated water volumes and measured pollutant concentrations, ERD will develop mass pollutant Ioadings for the three wet months and three dry months at each location. Overall mass pollutant load reductions will be calculated for each parameter for the Stonecrop Basin and for other locations where pre -BMP data is provided by the SJRWMD, Task 7: Prepare/Submit S3RWMD QA/QC Forms: ERD will prepare and submit appropriate SJRWMD QA/QC forms for field sampling and laboratory analysis in accordance with SJRWMD requirements. Task 8: Review Meeting - Project Results: The ERD Project Director will attend a review meeting with the City of Sebastian and SJRWMD to discuss the project results. Task 9: Prepare Draft Rept: Once all project tasks have been completed, a Draft Final Report will be prepared and submitted to the City of Sebastian and the SJRWMD for review which summarizes all project work tasks, A total of 6 copies of the Draft Final Report will be submitted. Task 10: Review Meeting - Draft Report: Once all reviews have been completed, ERD will attend a review meeting to discuss comments on the Draft Final Report. Task 11: Prepare Final Report: ERD will prepare and submit 6 copies of the Final Report to the City of Sebastian and SJRWMD based on comments received on the Draft Report. SE9 IAM XRISUSWI PAGE 3 AUG- q-01 THF 10:4:; AM ENV, RESEARCH & DESIGN FAX NO. 407 826+0419 CITY OF SEBASTIAN WATER QUALITY -QUANTITY MONITORING AND ANALYTICAL SERVICES Prepared By Environmental Research & Design, Inc, August 3, 2001 EXHIBIT B: MAN-HOUR/FEE SUMMARY *LEGEND: PD: Project Director ($95/hour) PS: Field Supervisor (W/hour) PE: Frojcu Eagineer (S65/hoar) FT: Field TechAkian ($0,bour) LS: Lab Supervisor (S50/hour) CL: Clerical ($35/bour) rAOa 4 DESCRII'710h MAN HUTIRS" .. T#3K �-�. ._ COST, •� PI) I PE�- lS ?$?S FT :'%•CL .:, I ,� :. , '.::�$) . 1. Attend project kick-off meeting 4 -- •- — — -- $ 380.00 2. Prepare/submit project QAPP 8 •• — — .- 2 830.00 3. Install automatic stormwater samplers and 8 12 — 70 70 — 7,490-00 flow recorders and collect inflow and outflow samples 4. Perform field flow measurements and collect 8 12 40 146 146 — 15.950.00 samples at other locations 5. Estimate baseflow volume and stormwater 8 16 — 1,800.00 volume 6. Develop mass pollutant loadings for all 8 16 — — 1,800.00 Locations 7. Prepare/submit SIRWMD QA/QC forms 13 -- 26 26 — 26 4,615.00 8. Attend review meeting 4 -- -- .. -- .- 380.00 9. Prepare Draft Report; submit 6 copies for 40 16 — 16 5,400.00 review Ia. Attend TSVLeW meeting 4 — -- -- -. — 380.00 11. Prepare/submit 6 copies of Final Report 4 1 4 •- -- — 4 780.00 TOTAL - LABOR: 109 t 76 1 66 1 242 1 216 48 $ 39,805.00 I1. Laboratery Expenses 1. 154 Water Samples x $90/sample $ X3,960,00 TOTAL - LN13ORATORY EXPENSES: $ 13,860.00 III. Reimbursable Expenses 1. Copies: 3500 copies Q $0.10/copy $ 350.00 z Mileage; 5000 miles C $0.30/mile 1,500.00 3.Postage: Actual Cost 50.00 4. Long Distance Fax: 50 sheets 0 $1.50/sheet 73.M 5. Equipment Rental' 3 samplers x $500/month x 6 months 9,000.00 TOTAL - REWBURSABLE EXPENM.— $10,97S.00 PROJECT TOTAL: I $ 64,640.88 *LEGEND: PD: Project Director ($95/hour) PS: Field Supervisor (W/hour) PE: Frojcu Eagineer (S65/hoar) FT: Field TechAkian ($0,bour) LS: Lab Supervisor (S50/hour) CL: Clerical ($35/bour) rAOa 4 Exhibit 1 - City of Sebastian, Stonecrop Basin & Elkcam Dam BMPs BACKGROUND In 1996 the City of Sebastian entered into a cooperative agreement with FbEP (through management of a 319 EPA Grant and with the St. Johns River Water Management District (District) to develop, construct and monitor for efficiency two stormwater BMPs. Pre -BMP monitoring was performed 1998-1999 at three locations as indicated in figure 1. The data was used to perform initial calibration of an HSPF/Basins model for the South Prong of the Sebastian River. The model allows estimation of annual pollutant loads conveyed by the South Prong and two of its main tributaries: Central Canal (SRWCD) and the Elkcam- Collier-Shumann waterway system for which the Elkcam Dam is the control structure. Since this monitoring occurred prior to the new dam's construction, the results will be considered as pre -BMP loads for that reach. Pre -BMP monitoring was not conducted for the Stonecrop Basin. SJRWMD monitoring stations currently exist at the Elkcam Dam, West Canal and Radial Gate stations. These stations are equipped with staff gauges, stage recorders, tipping bucket rain gages, CRI OX dataloggers and cellular communication systems. The USGS operates a stage recorder at the S. R. 512 Bridge and receives the data through telemetry. Stage - discharge rating curves currently exist for all of the above sites except the Elkcam Dam. SJRWMD personnel are in the process of developing a rating curve for this new structure. Monitoring equipment has not been deployed at Stonecrop Basin, so no flow or loading data is available. BMP DESIGN Figure 1 shows the locations of the structural BMPs and required monitoring stations. For Stonecrop Basin, determination of treatment efficiency must involve upstream/downstream monitoring. Basin design, showing points of inflow and outflow, is depicted in figures 2 and 3. MONITORING PLAN REQUIREMENTS The primary goal of the monitoring is twofold, calculate the annual load of TN, TP and TSS Sebastian River. Second, data collected will annual TN, TP and TSS loads that are attain Practices (BMPs). First, data will be collected and used to being discharged to the South Prong of the be used to estimate the percent reduction in ,d by recently constructed Best Management As a secondary goal, the data collected will be used by SJRWMD staff to calibrate a District HSPF/BASINS model for the South Prong of the Sebastian River. For this reason, some monitoring sites will require discrete sample collection, while composite samples may be collected at others (those associated with the Stonecrop Basin BMP). Approximately 94% of the Stonecrop drainage area enters the treatment basin through the two northern culverts. The remaining six percent drains to three small culverts located on either side of the basin at the lower end near the weir (see figure 2). Flow measurements and water quality monitoring may only be performed at the two northern inflow points. Pollutant loading rates for the ninety-four percent of the contributing drainage area will be determined from these data. Loading from the remaining six percent may then be calculated by area -weighting the aforementioned loading rate for each pollutant and applying these values to the unmonitored areas. A determination of the pollutant loads leaving the Stonecrop treatment basin may be made directly through measurements and monitoring at the outfall (weir); alternatively, loading leaving the treatment basin may be estimated by using the data collected from the other stations, i.e., loading values determined at Elkcam Dam, Radial Gate, and West Canal would be subtracted from loading values determined at the S.R. 512 bridge. The scope of work should include a detailed monitoring plan for 1) the collection and analysis of ambient and storm -event surface water samples, 2) the continuous measurement and recording of flow rates, 3) the continuous measurement and recording of rainfall within the project boundaries, 4) calculation of pollutant loads both on an event basis and normalized for annual loading, and 5) reporting of data and other information. Water quality and flow data shall be obtained at the locations shown in figure 1 . Parameters to be analyzed (at a minimum) are: Total Phosphorous (TP -filtered and unfiltered), Orthophosphate (1304), Total Suspended Solids (TSS), Volatile Suspended Solids (VSS), Nitrate plus Nitrite (NOx), Total Kjeldahl Nitrogen (TKN — filtered and unfiltered), Ammonia as N. The filtering of samples for TP and TKN analyses is necessary to provide data on the fractions of dissolved versus particulate nutrient concentrations needed for model calibration. Thus, a sufficient volume of surface water will be needed to allow the splitting of each sample into filtered and unfiltered portions. However, samples collected for the Stonecrop BMP treatment efficiency analysis need not be analyzed for the dissolved fractions of TP and TKN; therefore, those samples do not require filtering. Additional samples will be collected and analyzed over the course of the monitoring period (storm and ambient sampling events) for the purpose of determining the grain size fractions (sand, silt & clay) of the inorganic suspended solids within the water column. Applicants are encouraged, but under no obligation, to make use of existing equipment and data for the selected sites. This will require coordination with the SJRWMD and USGS to obtain access to their equipment and/or data. Applicants will need to evaluate the adequacy of monitoring stations at Elkcam Dam, Radial Gate, West Canal and S.R. 512 Bridge in terms of useable area, accessibility, safety and security. Applicants should also evaluate the adequacy of available data, including status of the ratings on structures, to achieve the goals of this project. It is anticipated that additional flow measurements as checks on existing rating curves and changes in physical controls will be required for some stations. - 19 -