HomeMy WebLinkAboutItem N5 N5
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
August 20, 2025
Agenda Item Number: N5
2023-3493
BULK ITEM: Yes DEPARTMENT: Sustainability
TIME APPROXIMATE: STAFF CONTACT: Rhonda Haag
N/A
AGENDA ITEM WORDING: Approval to enter into a $393,888 Task Order#2 to the contract with
WSP USA Inc. under the Category A on-call canal master planning contract for a canal water quality
monitoring program and ranking shoreline management practices, funded by EPA Grant 05D37325.
ITEM BACKGROUND:
This Task Order provides services in the amount of$393,888 to Monroe County, Florida. The purpose
of this project is to implement quarterly water quality sampling and monitoring in 152 canals in Monroe
and Marathon. Activities to be performed include monitoring poor and fair canals on the restoration list,
create criteria to evaluate and rank shoreline management practices and materials,produce a database
with criteria and ranking for shoreline stabilization measures including type, cost,permit concerns, and
ecosystem benefits for the Florida Keys Resiliency Program. Anticipated deliverables include annual
reports and improved water quality. Expected outcome is to further the initiatives of the County and
municipalities to successfully restore the water quality of the canals and ultimately the nearshore waters
of the Florida Keys National Marine Sanctuary. Direct beneficiaries are citizens in the State of Florida
and Monroe County.
PREVIOUS RELEVANT BOCC ACTION:
08-18-21: Approval to advertise on call professional engineering services for the resilience and canal
restoration programs, including Category A - Canal Master Plan Program Planning Services, Category
B -Canal Infrastructure Engineering Services for Projects and Category C - Resilience/Environmental
Engineering Services. RFQ was issued in August 2021.
01/21/22: BOCC approval to contract with Wood for Category A, Canal Master Plan Program Planning
Services.
11/15/22: Approval to enter into a $0 Amendment No. 1 to the contract with Wood Environment &
Infrastructure Solutions, Inc. for on-call professional engineering services for the Category A - Canal
3723
Master Planning Services for a name change to WSP USA Environment & Infrastructure Inc.;
retroactive to September 26, 2022.
07/17/24: Ratification of a $410,498 Grant Agreement No. SF-03DO9924-0 from the United States
Environmental Protection Agency "EPA" for five water quality projects including 1) water quality
sampling and monitoring, 2) technology effectiveness evaluation and nearshore connection study
evaluation, 3) gravity injection wells monitoring, 4) public outreach, and 5) seagrass restoration within
canals in the Keys; retroactive to April 1, 2024 with $0 local match required; and to ratify the
Certificate Regarding Lobbying by Monroe County.
07/17/24:Approval to enter into a $410,498 Task Order#1 to the contract with WSP USA Environment
& Infrastructure Solutions, Inc. (formerly Wood) under the Category A on-call contract for five water
quality projects including 1) water quality sampling and monitoring, 2) technology effectiveness
evaluation and nearshore connection study evaluation, 3) gravity injection wells monitoring, 4) public
outreach, and 5) seagrass mitigation evaluation to help streamline the permitting process, funded by
EPA Grant SF-03D09924-0; retroactive to May 4, 2024.
01/15/25: Approval to enter into Amendment #2 to the contract with WSP USA Environment &
Infrastructure Solutions, Inc. (formerly Wood) under the Category A on-call canal master planning
contract for a name change to WSP USA Inc.; retroactive to January 1, 2025.
INSURANCE REQUIRED:
Yes
CONTRACT/AGREEMENT CHANGES:
Task Order#2 for EPA grant 05D37325 work implementation.
STAFF RECOMMENDATION: Approval.
DOCUMENTATION:
WSP USA Task Order#2 Category A(8-20-25)Attorney Stamped- JXD (2).pdf
FINANCIAL IMPACT:
Effective Date: Upon Execution Expiration Date: 08/30/2027
$ Value of Task Order#2: 393,888
Total Dollar Value of Contract: $804,386.
Total Cost to County: $0 Current Year Portion: $25,000 estimated
Budgeted: Grant Funded
Source of Funds: EPA Grant 05D37325
CPI: Yes Indirect Costs:
Estimated Ongoing Costs Not Included in above dollar amounts: None
Revenue Producing: No If yes, amount:
Grant: No County Match:
Insurance Required: Yes.
Additional Details:
3724
TASK ORDER #2 FOR CATEGORY A
ON-CALL PROFESSIONAL ENGINEERING SERVICES
FOR CANAL MANAGEMENT PROGRAM AND MASTER
PLANNING SERVICES
BETWEEN MONROE COUNTY AND
WSP USA INC.
FOR
THE U.S. ENVIRONMENTAL PROTECTION AGENCY SOUTH FLORIDA
GEOGRAPHIC INITIATIVES PROGRAM CANAL WATER QUALITY GRANT
IN MONROE COUNTY, FLORIDA
This Task Order No. 2 is entered into on August 20, 2025, in accordance with the Continuing
Contract for On-Call Professional Engineering Services made and entered on the 21 st day
of January 2021 and as amended under Amendment No.2 dated January 15, 2025, between
Monroe County, hereinafter referred to as the "County" and WSP USA Inc. hereinafter
referred to as "Consultant" where design services are allowed if construction costs do not
exceed $7,500,000.00, or for study activity if the fee for professional services for each
individual study under the contract does not exceed $500,000.00("Agreement"), as provided
in Subsection 287.055(2)(g), Florida Statutes, as amended by Section 2, Chapter 2024-204,
Laws of Florida, pursuant to which Recital No. 2 of the Contract is hereby modified, the
parties enter into this Task Order ("Task Order").
All terms and conditions of the referenced Contract for On-Call Professional Engineering
Services apply to the Task Order unless the Task Order modifies an Article of the
Agreement which will be specifically referenced in this Task Order, and the modification
shall be precisely described.
WITNESSETH
WHEREAS, the Water Quality Protection Program (WQPP) Action Plan of the Florida Keys
National Marine Sanctuary(FKNMS) identifies Impaired Water Quality in Residential Canals
as a component of the overall South Florida aquatic ecosystem restoration, an Area of
Critical State Concern; and
WHEREAS, in 2020, a Work Program for the Florida Keys canals was adopted by the Florida
Administration Commission, requiring tasks the County and municipalities must complete.
The County subsequently created a Canal Restoration List containing 96 canal projects
to restore for $538 Million, ranging from $200,000 to $50 million per project.; and
WHEREAS, The County has expended more than $20 Million to date to restore 15 canals.
However, no formal process exists to evaluate the effectiveness of the canal projects other
than one sample taken every 2 years under previous EPA grant funding.
WHEREAS, the purpose of this task order is to implement a quarterly monitoring program
to understand the seasonal and environmental variabilities within the canal systems and
provide the effectiveness reporting that is required for meeting Rule 28- 20.140 (5)(d)12.,
Florida Administrative Code, which states: Beginning July 1, 2024, and annually thereafter
until 2030, Monroe County shall assess the effectiveness of canal restoration in accordance
with the plan identified in Subparagraph (5)(d)11. The Florida Department of Environmental
Protection (DEP) will make monitoring information available to Monroe County to inform the
assessment.
i
3725
WHEREAS, the project will further the initiatives of the County to improve the water quality
of the canals and ultimately the nearshore waters of the FKNMS; and
WHEREAS the budget is $393,888 with 100% of the funds being provided by the U.S.
Environmental Protection Agency(EPA) South Florida Geographic Initiatives Program Grant
#SF-03D09924-) to improve and maintain the overall water quality of the canals, nearshore
and coastal waters of the FKNMS.
NOW, THEREFORE, in consideration of the mutual promises, covenants, and agreements
stated herein, and for other good and valuable consideration, the sufficiency of which is
hereby acknowledged, the County and Consultant agree as follows:
ARTICLE 1.1 TERMS OF AGREEMENT:
This Task Order is effective September 1, 2025, and shall expire on September 30, 2027.
ARTICLE II SCOPE OF BASIC SERVICES, PARAGRAPH 2.1.1 IS AMENDED AS
FOLLOWS:
The Consultant shall comply in all respects with the terms and conditions contained in the
EPA Grant Agreement #40-05D37325-0, attached as Exhibit A hereto and incorporated by
reference.
The Consultant shall perform the following tasks:
Task 1: Quarterly Water Quality Sampling and Monitoring in 152 Canals in Monroe
County and Marathon
This task consists of a two year, quarterly dissolved oxygen (DO) data collection for 152
canals, including all restored canals, within the County and City of Marathon to evaluate the
success of restored canals, provide seasonal results on the conditions of the canal(s),
provide the County and City with data to make informed decisions on which canal to select
for restoration, restoration technology to use, to determine impairment under Chapter 62-
303, Florida Administrative Code and to provide outreach to residents.
Sampling from a boat, the Consultant will collect a rotating series of Dissolved Oxygen (DO)
readings in the 152 canals, across the vertical profile using a Yellow Springs Instrument
Water Quality Meter (YSI). Pursuant to the Florida Department of Environmental Protection
(FDEP), readings will be collected from one foot below the water surface, and two feet above
the canal bottom and averaged to characterize the dissolved oxygen of the water column.
Each measurement will be corrected for the time of day that the sample was collected
pursuant to the methodology developed for the 2017 water quality monitoring effort that was
completed for Monroe County. The measurements will be collected from a central location
within each canal. Quarterly grab samples will be collected from each canal to evaluate the
seasonal variation in dissolved oxygen levels.
The results of the analysis will be presented as an average DO reading with a time-of-day
correction. Based on recommendations from the FDEP, the one-time DO readings will be
collected from the approximate canal center. If a canal is exceptionally long (greater than 0.5
miles in length with multiple 90 degree turns), readings will be collected from multiple locations
and averaged so that the canal is represented and ranked by one DO reading.
2
3726
The water quality samples will be taken quarterly for two years; totaling 8 readings per canal in
order to make planning determinations in accordance with Rule 62-303.420, Florida
Administrative Code Aquatic Life-Based Water Quality Criteria Assessment (Table 3: Verified
List) for determining whether a canal meets the State water quality standards for DO and
whether restoration technologies are effective.
Deliverables:An executive summary along with updated CMM P database will be submitted
to the County and City detailing the results of the proposed activities for the collection of DO
data from the 152 canals and an evaluation of Rule 62-303.420, Aquatic Life-Based Water
Quality Criteria Assessment (Table 3: Verified List) for determining whether a canal meets
the State water quality standards for DO.A separate list will be provided detailing the results
for the restored canals. The County will provide outreach through presentations at semi-
annual Florida Keys National Marine Sanctuary ( FKNMS) Water
Quality Protection Program (WQPP) Steering Committee meetings during the grant.
Schedule: Within 24 months of Notice-to-Proceed (NTP).
Task 2: Criteria to Evaluate and Rank Shoreline Management Practices and Materials
Monroe County is among the most vulnerable communities in the nation to rising sea levels,
with a 120-mile archipelago of islands, most of which are at or near sea level, as well as
ranking among the highest areas in the country for impacts of tidal flooding. Being a coastal
community exposes the population to the long-term Sea Level Rise (SLR) risks, including
public infrastructure and natural habitats within these highly vulnerable zones.
Tidal shorelines in the Florida Keys have seen much erosion from a) increased storm surge,
b) sea level rise and c) loss of habitat. A basic challenge of shoreline management is how
to balance maintaining natural shoreline processes and habitats fundamental to the
character and health of the Florida Keys with the legal right of shoreline property
owners to protect their properties from erosion. The development of shoreline management
practices will be integral for the Keys, consisting of a) structural or hard practices, b)
vegetated practices, or c) a mix of hardened and vegetative practices often called a hybrid
approach. An abundance of new practices and materials have emerged, with little
information available to compare them.
The proposed task will create criteria and rank methods and materials that will help prioritize
projects for habitat restoration and water quality improvement for the nearshore waters and
ecosystem of the FKNMS.
Deliverables:A technical report with a database with ranking for the shoreline management
practices and materials submitted to County and municipalities.
Schedule: within 24 months of Notice-to-Proceed (NTP).
Article VII. Paragraph 7.1.1 is amended to include the following:
The Consultant shall be paid Three Hundred, Ninety-Three Thousand, Eight Hundred,
Eighty-Eight Dollars and Zero cents ($393,888.00) on a lump sum basis for the services
described above.
3
3727
TASK DESCRIPTION DELIVERABL COST DUE DATE
E DUE DATE
Water Quality Sampling and
Task 1 Monitoring in 300 Canals in Monroe 07/30/2027 $312,444.00 08/30/2027
County and Municipalities
Canal Technology Effectiveness
Task 2 Evaluation and Nearshore 07/30/2027 $81,444.0008/30/2027
Connection Study Evaluation
TOTAL (LUMP SUM) $393,888.00
IN WITNESS WHEREOF, each party caused this Task Order#2 to be executed by its duly
authorized representative.
CONSULTANT: WITNESS:
WSP USA. nc.
- % 08/11/2025z 08/11/2025
Signature f Date Signature Date
Assistant Vice President,
Florida Civil Design Team Lead
Title
(SEAL)
ATTEST: KEVIN MADOK, CLERK BOARD OF COUNTY
COMMISSIONERS OF
MONROE COUNTY, FLORIDA
By: By:
Deputy Clerk Mayor/Chairman
MONROE COUNTY ATTOMNlE'Y"S OFFICE
APPROVED AS TO FORM
Date:
,.,,,bmSTMT COUNTY ArrORNEY
4 DATE: 08-11-2025
3728
EXHIBIT A-EPA GRANT 051D37325
5
3729
40-05D37325-0 Page 1
GRANT NUMBER(FAIN): 05D37325
MODIFICATION NUMBER: 0 DATE OF AWARD
U.S. ENVIRONMENTAL PROGRAM CODE: 40 08/02/2025
PROTECTION AGENCY TYPE OF ACTION MAILING DATE
New 08/06/2025
Cooperative Agreement PAYMENT METHOD: ACH#
"1t PROI ASAP 40959
RECIPIENT TYPE: Send Payment Request to:
County Contact EPA RTPFC at:rtpfc-grants@epa.gov
RECIPIENT: PAYEE:
COUNTY OF MONROE COUNTY OF MONROE
1100 SIMONTON ST 5100 College Road
KEY WEST, FL 33040-3110 Key West, FL 33040
EIN: 59-6000749
PROJECT MANAGER EPA PROJECT OFFICER EPA GRANT SPECIALIST
Rhonda Haag Devon Jenrette Jessica Hamrick
102050 Overseas Highway Suite 246 61 Forsyth Street SW Grants Management Section
Key Largo, FL 33037 Atlanta,GA 30303-8960 61 Forsyth Street, S.W.
Email: haag-rhonda@monroecounty-fl.gov Email: jenrette.devon@epa.gov Atlanta,GA 30303-8960
Phone: 305-453-8774 Phone:404-562-8681 Email: hamrick.jessica@epa.gov
Phone:404-562-8889
PROJECT TITLE AND DESCRIPTION
South Florida Geographic Initiatives Program
This agreement provides funding in the amount of$393,888 to County of Monroe, Florida.The purpose of this project is to implement quarterly water quality
sampling and monitoring in 152 canals in Monroe and Marathon.Activities to be performed include monitoring poor and fair canals on the restoration list,
create criteria to evaluate and rank shoreline management practices and materials, produce a database with criteria and ranking for shoreline stabilization
measures including type,cost,permit concerns,and ecosystem benefits for the Florida Keys Resiliency Program.Anticipated deliverables include annual
reports and improved water quality. Expected outcome is to further the initiatives of the County and municipalities to successfully restore the water quality of
the canals and ultimately the nearshore waters of the Florida Keys National Marine Sanctuary. Direct beneficiaries are citizens in the state of Florida.--No
subawards are included in this assistance agreement.
BUDGET PERIOD PROJECT PERIOD TOTAL BUDGET PERIOD COST TOTAL PROJECT PERIOD COST
09/01/2025-08/30/2027 09/01/2025-08/30/2027 $393,888.00 $393,888.00
NOTICE OF AWARD
Based on your Application dated 07/26/2024 including all modifications and amendments,the United States acting by and through the US Environmental
Protection Agency(EPA)hereby awards$393,888.00. EPA agrees to cost-share 100.00%of all approved budget period costs incurred, up to and not
exceeding total federal funding of$393,888.00. Recipient's signature is not required on this agreement.The recipient demonstrates its commitment to carry
out this award by either: 1)drawing down funds within 21 days after the EPA award or amendment mailing date;or 2)not filing a notice of disagreement with
the award terms and conditions within 21 days after the EPA award or amendment mailing date. If the recipient disagrees with the terms and conditions
specified in this award,the authorized representative of the recipient must furnish a notice of disagreement to the EPA Award Official within 21 days after the
EPA award or amendment mailing date. In case of disagreement,and until the disagreement is resolved,the recipient should not draw down on the funds
provided by this award/amendment,and any costs incurred by the recipient are at its own risk.This agreement is subject to applicable EPA regulatory and
statutory provisions,all terms and conditions of this agreement and any attachments.
ISSUING OFFICE(GRANTS MANAGEMENT OFFICE) AWARD APPROVAL OFFICE
ORGANIZATION/ADDRESS ORGANIZATION/ADDRESS
U.S. EPA, Region 4 U.S. EPA, Region 4,Water Division
61 Forsyth Street R4-Region 4
Atlanta,GA 30303-8960 61 Forsyth Street SW
Atlanta,GA 30303-8960
THE UNITED STATES OF AMERICA BY THE U.S.ENVIRONMENTAL PROTECTION AGENCY
Digital signature applied by EPA AWard Official Shantel Shelmon-Grants Management Officer DATE
08/02/2025
3730
40-05D37325-0 Page 2
EPA Funding Information
FUNDS FORMERAWARD THIS ACTION AMENDED TOTAL
EPA Amount This Action $0 $393,888 $393,888
EPA In-!Kind Amount $0 $0 $0
Unexpended Prior Year Balance $0 $0 $0
Other Federal Funds $0 $0 $0
Recipient Contribution $0 $0 $0
State Contribution $0 $0 $0
Local Contribution $0 $0 $0
Other Contribution $0 $0 $0
Allowable Project Cost $0 $393,888 $393,888
Assistance Program Statutory Authority Regulatory Authority
66.484-Geographic Programs-South Florida Clean Water Act: Sec. 104(b)(3)&Infrastructure 2 CFR 200,2 CFR 1500 and 40 CFR 33
Geographic Initiatives Program Investment and Jobs Act(IIJA)(PL 117-58)&2021
Consolidated Appropriations Act(PL 116-260)
Fiscal
Site Name Req No FY Approp. Budget PRC Object Site/Project Cost Obligation
Code Organization Class Organization Deobligation
2504TC5028 24 1 BSD 04TOORR OOOBK2XI7 4183 $393,888
$393,888
3731
40-05D37325-0 Page 3
Budget Summary Page
Table A-Object Class Category Total Approved Allowable
(Non-Construction) Budget Period Cost
1.Personnel $0
2.Fringe Benefits $0
3.Travel $0
4.Equipment $0
5.Supplies $0
6.Contractual $393,888
7.Construction $0
8.Other $0
9.Total Direct Charges $393,888
10.Indirect Costs:0.00%Base $0
11.Total(Share:Recipient 0.00%Federal 100.00%) $393,888
12.Total Approved Assistance Amount $393,888
13.Program Income $0
14.Total EPA Amount Awarded This Action $393,888
15.Total EPA Amount Awarded To Date $393,888
3732
wz 05o37325 u Page 4
Administrative
Conditions
General Terms and Con0onm
The recipient agrees to comply with the current EPA general terms and conditions available at:
These terms and conditions are in addition Vo the assurances and certifications
made as a part of the award and the terms, conditions,or restrictions cited throughout the award.
The EPA repository for the general terms and conditions by year can bo found at:
A Correspondence Condition
The terms and conditions of this agreement require the submittal of reports, specific requests for approval,or notifications to EPA. Un|000
otherwise noted,all such correspondence should bosent to the following email addresses:
^ Federal Financial Reports(SF-425): andJ000ioaHamhok. 404-562-8889
^All other fonno/cortifioaUons/aooumn000. Indirect Cost Rate Agreements, Requests for Extensions of the Budget and Project Period,
Amendment Requests, Requests for other Prior Approvals, updates to recipient information (including email addresses, changes in contact
information orchanges in authorized representatives)and other notifications: Devon Jenrette, 404-562-8681
^ Payment requests(if app|ioab|o): Devon Jenrette, 404-562-8681
^Quality Assurance documents,mmrkp|an revisions,equipment lists, programmatic reports and deliverables: Devon Jenrette, anrette^
404-562-8681
3733
40-05D37325-0 Page 5
Programmatic Conditions
South Florida Geographic Initiatives Program IIJA FY24
Grant Specific Programmatic Terms and Conditions
A. Performance Reporting and Final Performance Report
Performance Reports—Content
In accordance with 2 CFR 200.329, the recipient must relate financial data and project or program
accomplishments to the performance goals and objectives of the EPA award and must provide cost
information to demonstrate cost-effective practices (for example, through unit cost data) when
reporting program performance. The recipient agrees to submit performance reports that include
information on each of the following areas: 1) A comparison of accomplishments to the
outputs/outcomes established in the assistance agreement work plan for the reporting period (for
example, comparing costs to units of accomplishment); 2) explanations on why established
outputs/outcomes were not met; and 3) Additional information, analysis, and explanation of cost
overruns or higher-than-expected-unit costs.
Additionally, the recipient agrees to notify the EPA when a significant development occurs that could
impact the award. Significant developments include events that enable meeting milestones and
objectives sooner or at less cost than anticipated or that produce different beneficial results than
originally planned. Significant developments also include problems, delays, or adverse conditions
which will impact the ability to meet the milestones or objectives of the award, including
outputs/outcomes specified in the assistance agreement work plan. If the significant developments
negatively impact the award, the recipient must include information on their plan for corrective
action and any assistance needed to resolve the situation.
(See. ..r :n.t. .....11::3o.li. y Issuance 11 03 State Grant Workpllens and l::3rogress l:'R r�s for more
information)
Performance Reports - Frequency
The recipient agrees to submit annual performance reports electronically to the EPA Project Officer
on December 31st annually. The recipient must submit the final performance report no later than
120 calendar days after the end date of the period of performance.
1. Annual performance reports are required; they are to be submitted electronically to the EPA
Project Officer Ms. Devon Jenrette at jenrette.devon@epa.gov and Technical Officer Mr. Chris Decker
at decker.chris@epa.gov.
B. Cybersecurity Condition
(a) The recipient agrees that when collecting and managing environmental data under this
assistance agreement, it will protect the data by following all applicable State or Tribal law
cybersecurity requirements.
(b) (1) EPA must ensure that any connections between the recipient's network or information system
and EPA networks used by the recipient to transfer data under this agreement, are secure. For
purposes of this Section, a connection is defined as a dedicated persistent interface between an
Agency IT system and an for the purpose of transferring information. Transitory, user-controlled
3734
40-05D37325-0 Page 6
connections such as website browsing are excluded from this definition.
If the recipient's connections as defined above do not go through the Environmental external IT
system Information Exchange Network or EPA's Central Data Exchange, the recipient agrees to
contact the EPA Project Officer (PO) no later than 90 days after the date of this award and work with
the designated Regional/Headquarters Information Security Officer to ensure that the connections
meet EPA security requirements, including entering into Interconnection Service Agreements as
appropriate. This condition does not apply to manual entry of data by the recipient into systems
operated and used by EPA's regulatory programs for the submission of reporting and/or compliance
data.
(2) The recipient agrees that any subawards it makes under this agreement will require the
subrecipient to comply with the requirements in (b)(1) if the subrecipient's network or information
system is connected to EPA networks to transfer data to the Agency using systems other than the
Environmental Information Exchange Network or EPA's Central Data Exchange. The recipient will be
in compliance with this condition: by including this requirement in subaward agreements; and
during subrecipient monitoring deemed necessary by the recipient or subrecipient under 2 CFR
200.332(e), by inquiring whether the subrecipient has contacted the EPA Project Officer. Nothing in
this condition requires the recipient to contact the EPA Project Officer on behalf of a subrecipient or
to be involved in the negotiation of an Interconnection Service Agreement between the subrecipient
and EPA.
C. Competency Policy
Competency of Organizations Generating Environmental Measurement Data
In accordance with Agency Policy Directive Number FEM-2012-02, Policy to Assure the Competency
of Organizations Generating Environmental Measurement Data under Agency-Funded Assistance
Agreements
Recipient agrees, by entering into this agreement, that it has demonstrated competency prior to
award, or alternatively, where a pre-award demonstration of competency is not practicable,
Recipient agrees to demonstrate competency prior to carrying out any activities under the award
involving the generation or use of environmental data. Recipient shall maintain competency for the
duration of the project period of this agreement and this will be documented during the annual
reporting process. A copy of the Policy is available online at.h.�.�;p. .;//yrWn.,... pa.gov/measurements
. . .d e.11.lia /docurrnen s about rrneasurerrnen corm e enc under asslistance a reements or a copy may
also be requested by contacting the EPA Project Officer for this award.
D. Geospatial Data Standards
All geospatial data created must be consistent with Federal Geographic Data Committee (FGDC)
endorsed standards. Information on these standards may be found at.I ::.p. .;.
E. Quality Assurance
Authority: Quality Assurance applies to all assistance agreements involving environmental
information as defined in 2 C.F.R. § 1500.12 Quality Assurance. The recipient shall ensure that
subawards involving environmental information issued under this agreement include appropriate
quality requirements for the work. The recipient shall ensure sub-award recipients develop and
implement the Quality Assurance (QA) planning documents in accordance with this term and
condition; and/or ensure sub-award recipients implement all applicable approved QA planning
3735
40-05D37325-0 Page 7
documents.
All work funded by EPA that involves the collection, generation, evaluation or use of environmental
information and/or the design, construction, operation, or application of environmental technology
shall be implemented in accordance with an approved QA Project Plan QAPP. The QAPP will be
developed using a systematic planning process based on the graded approach. No work covered by
this requirement shall be implemented without an approved QAPP available prior to the start of the
work except under circumstances requiring immediate action to protect human health and the
environment or operations conducted under police powers.
Quality Assurance Project Plan /Quality Management Plan (QAPP/QMP)
a. Prior to beginning environmental information operations, the recipient must:
i. Develop a QAPP/QMP utilizing the QAPP/QMP checklist provided by Region 4 Project Officer
(PO) or Technical Officer (TO),
ii. Prepare QAPP in accordance with the most current version of the EPA QMP Standard (CIO
2105-S-01) and the EPA QAPP Standard (CIO 2105-S-02)
iii. Submit the document to EPA Project Officer or Technical Officer for review assignment
and,
iv. Obtain EPA Quality Assurance Manager or Designated Approving official (DAO) approval.
b. The recipient must submit the QAPP/QMP no more than 90 days after grant award.
c. The recipient shall notify the PO or TO and when substantive changes are needed to the
QAPP/QMP. Substantive changes require the QAPP be revised and resubmitted to EPA for review
and approval.
d. The recipient must review their approved QAPP at least annually and document the review. The
recipient must provide written notification to the PO/TO that the annual review has been completed
and state whether or not revisions are required.
e. EPA-approved QAPPs shall be valid for no more than five years or shorter duration as may be
defined in the extramural agreement, after 5 years, the QAPP must be revised, reissued, or closed
out.
For Reference:
EPA 2023 Quality Management Plan (QMP) Standard and EPA 2023 QAPP Standard; contain quality
specifications for EPA and non-EPA organizations and definitions applicable to these terms and
conditions.
EPA QA/G-5: Guidance for Quality Assurance Project Plans, Appendix C provides a QAPP Checklist.
EPA's Quality Program website has a list of QA managers, and Quality Specifications for non-EPA
Organizations to do business with EPA.
The Office of Grants and Debarment Quality Assurance Requirements
3736
40-05D37325-0 Page 8
F. Substantial Involvement
EPA will be substantially involved in this agreement. Substantial involvement by the EPA Project
Officer may include:
1.) monthly telephone calls and other monitoring,
2.) reviewing project phases and providing approval to continue to the next phase,
3.) reviewing and commenting on any documents, web content, or other materials developed under
this agreement (the recipient will make final decisions on these matters),
4.) approving substantive terms included in contracts or subawards (EPA's Project Officer will not
suggest, recommend, or direct the recipient to select any particular contractor except to the extent
permitted in Section 10 of EPA's Subaward Policy).
5.) reviewing and commenting on the programmatic progress reports
6.) Consultation with EPA regarding the selection of key personnel (EPA's involvement is limited to
reviewing the technical qualifications of key personnel and the recipient will make the final decisions
on selection. EPA's Project Officer will not suggest, recommend or direct the recipient to select any
individual).
7.) Joint operational involvement, participation, and/or collaboration between EPA and the recipient.
G. EPA Technical Point of Contact
EPA Technical Officer is Chris Decker at decker.chris@epa.gov.
3737