Loading...
Resolution 302-1986 RESOLUTION NO. 302-1986 A RESOLUTION AUTHORIZING THE MAYOR TO EXECUTE ON BEHALF OF MONROE COUNTY A CONTRACT WITH INTERNATIONAL MARINE RESEARCH, INC., FOR A NEARSHORE WATER QUALITY STUDY. WHEREAS, it is desired to conduct a nearshore water quality study in order to determine the possible effect of effluent on the County's tropical marine systems; and WHEREAS. the Florida Department of Environmental Regulation has made a grant available for such a study and the County has accepted the same; and WHEREAS, International Marine Research, Inc., of Big Pine Key is professionally qualified to conduct such a study and the County and International Marine Research, Inc. have negotiated a mutually acceptable agreement contracting International Marine Research, Inc. for the study; now, therefore, BE IT RESOLVED BY THE BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA, as follows: The Mayor of Monroe County, Florida, is hereby authorized to sign and execute, on behalf of Monroe County, a contract with International Marine Research, Inc., Brian LaPointe, President, for certain nearshore water quality studies. PASSED AND ADOPTED by the Board of County Commissioners of Monroe County, Florida, at a regular meeting of said Board on the 3rd day of October, A.D. 1986. BOARD OF COUNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By ~'.t\~~ ........:""'-'-,,~ Mayor/Chairman (SEAL) Attest:DANNY L. KOLHAGE, Clerk APPROVED AS TO FORM ANDLEGA SUFRC~NC~ 1/ ?~ CONTRACT THIS CONTRACT, made and entered into this 3rd day of Octo- ber, 1986, by and between MONROE COUNTY,FLORIDA, a political subdivision of the State of Florida, hereinafter referred to as the "COUNTY", and INTERNATIONAL MARINE RESEARCH, INC., hereinaf- ter referred to as the "CONTRACTOR". WIT N E SSE T H WHEREAS, MONROE COUNTY contains tropical marine systems which are nutrient limited and may become endangered if nutrient rich effluent is emitted into ground and nearshore water; WHEREAS, Chapters 163 and 380, Laws of Florida, impose a continuing duty upon MONROE COUNTY to update its development regulations and land use plan in order to adequately deal with problems such as the one described in the preceding paragraph; and WHEREAS, the problem of nutrient rich effluent in a tropical marine environment cannot be addressed without adequate empirical data; and WHEREAS, the Contractor represents itself as professionally competent and capable of performing the empirical studies de- scribed briefly above; NOW, THEREFORE, in consideration of the mutual covenants and conditions hereinafter contained, the COUNTY does hereby employ the CONTRACTOR and the CONTRACTOR does hereby accept said employ- ment with the covenants and conditions which follow. ARTICLE I - FINANCING Funding for this Contract shall be provided to the COUNTY for payment to the CONTRACTOR in the amount of $40,000.00 by the Florida Department of Environmental Regulation. Such funds shall be the sole source of remuneration to the CONTRACTOR for ser- vices performed under this Contract, and the COUNTY shall not be obligated to compensate the CONTRACTOR from any other source. All payment schedules described in Article XII of this Contract are hereby specifically made contingent upon the funding , described above. Additionally, the COUNTY shall provide in kind services in an amount up to $10,000.00. The in kind services shall include the staff time of County employees, the drilling of all well holes required by Article XI of this Contract and the installation of PVC pipe within those well holes. ARTICLE II - TIME OF PERFORMANCE This agreement shall cover the period from date first written above until September 29, 1987. ARTICLE III - APPROVALS AND NOTICES The COUNTY's project manager is Andy Hooten, Public Service Building, Stock Island, Key West, Florida 33040 (305)294-5487, Chief County Biologist, or his successor in that office. The CONTRACTOR's project manager is Brian E. LaPointe, Route 3, P. O. Box 297A, Big Pine Key, Florid~ 33040 (305)872-2247. All matters shall be coordinated with or directed to the project managers for proper disposition. Any notice or other written communications between the COUNTY and CONTRACTOR shall be considered delivered when posted by certified mail or delivered in person to the respective project manager. Either party may, from time to time, request changes in the scope of the services to be performed hereunder, with concomitant adjustments in the consideration to be paid. Such changes which are mutually agreed upon by the parties shall be reduced to writing and incorporated as amendments to this Contract and executed with the same formality as the original Contract. Regardless of the foregoing, no amendment shall be effective until approval of the change, in writing, is received from the Florida Department of Environmental Regulation. This Contract may be extended or renewed should additional or time or both become available to continue the project de- scribed in Article XI. Any extension or renewal shall be contin- gent on approval of an extension or renewal of the availability of funding by the Florida Department of Environmental Regulation. ARTICLE IV - 2 ~ > The CONTRACTOR shall not subcontract, assign, or transfer any work under this Contract without the written consent of the COUNTY and the Florida Department of Environmental Regulation. When applicable the CONTRACTOR shall cause the names of the firm(s) responsible for such portions of ~he work to appear on such work. The CONTRACTOR agrees to notify the COUNTY of all subcon- tracts no less than fifteen (15) days prior to Jhe effective date of the subcontract for the purpose of approval by the COUNTY and the coordination of approval with the Florida Department of Environmental Regulation. ARTICLE V - NON-EXPENDABLE EQUIPME~T AND PERSONAL PROPERTY Purchase of nonexpendable equipment or personal property costing over $100.00 must be authorized in writing by the COUNTY and the Florida Department of Environmental Regulation. The COUNTY shall retain title to equipment or personal property approved under this section upon completion of this Contract, upon written request by the COUNTY and approval by the Florida Department of Environmental Regulation and OCRM/NOAA, if applica- ble. ARTICLE VI - NON-SUPPLANTING Notwithstanding the terms of Article I, the COUNTY reserves the right to remunerate the CONTRACTOR from any other state funds designated for coastal zone management activities if the failure to so utilize such state funds would violate the Coastal Zone Management Act of 1972, as amended. ARTICLE VII - PERSONNEL To the extent required by law, the CONTRAC~OR will secure and maintain such insurance as will protect it from claims by employees under the Workers' Compensation Act and from claims by employees for bodily injury, death or property damage which may arise from the performance of its services under this Contract. The CONTRACTOR assures that the project supported by the funds described in Article I will be conducted in compliance with 3 , ~ Title VI of the Civil Rights Act of 1964 (P.L. 88-352) as amend- ed, (42 USC 2000d) and the requirements imposed by the regu- lations of the Department of Commerce (15 CFR Part 8) issued pursuant to that Title. In accordance therewith no person in the United States shall, on the ground of rac~, color, or national origin, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under the project for which the CONTRACTOR received the above described financial assistance and the CONTRACTOR will immediately take any measures necessary to effectuate this article. ARTICLE VIII - UNITED STATES GOVERNMENT INVOLVEMENT This Contract is funded in part by a grant from the OCRM/NOAA. In exchange for Coastal Zone Management funding, the CONTRACTOR agrees to abide by and comply with OMB Circular A-I02 and A-87. The CONTRACTOR agrees that the Florida Department of En- vironmental Regulation, the Comptroller General of the United States or any of his duly authorized representatives and the United States Secretary of Commerce or any of his duly authorized representatives shall, until the expiration of three years after expenditure of funds under this agreement, have access to and the right to examine any directly pertinent books, documents, papers, and records of the CONTRACTOR involving transactions related to this agreement. The CONTRACTOR agrees that payment(s) made under this agreement shall be subject to reduction for amounts charged thereto which are found on the basis of audit examination not to constitute allowable costs under this agreement. The CONTRACTOR shall refund by check payable to the Florida Department of Environmental Regulation the amount of such reduction of pay- ments. All required records shall be maintained until an audit is completed and all questions arising therefrom are resolved, or three years after completion of the project and submission of a final invoice, whichever is sooner. ARTICLE IX - PUBLIC RECORDS 4 ~ , The COUNTY reserves the right to unilaterally cancel this Contract for refusal by the CONTRACTOR to allow public access to all documents, papers, letters or other materials subject to the provisions of Chapter 119, Laws of Florida, and made or received by the CONTRACTOR in conjunction with this Contract. ARTICLE X No member or delegate to Congress, or resident Commissioner, shall be admitted to any share or part of this Contract or to any benefit that may arise therefrom. ARTICLE XI - SCOPE OF SERVICES The CONTRACTOR agrees to provide professional services in accord with the following requirements: Description and Project ~sks The CONTRACTOR shall conduct a long term monitoring of septic tanks and recent HRS-approved alternatives (i.e. "Mul- ti-flo") on effluent movement through the different geological facies of the Keys and the potential impacts of these systems on groundwater and nearshore water quality. This project entails the use of Rhodamine WT dye placed in existing on-site sewage disposal systems (OSDS) and tracking the movement of this dye through the strata. It also involves intensive nutrient analyses of OSDS, groundwater, canal waters and nearshore waters. Specific Project Description and Methods Water quality sampling will involve determination of four major inorganic ions of nutrients taken during this study. The nutrients of concern are ammonia, nitrate and nitrite as the nitrogen species, and phosphate as the phosphorus species. These samples will be taken through boreholes at varying depths by an Isco sampler or another type of pumping system. (For example, in the case of the "Multi-flow" wells where drilling may have to be taken to depths of 60 feet, such samples may be taken through an acid washed PVC 1/2" in-take pipe and brought up to the surface by a pump where they will be put into plastic Nalgene one liter containers.) Regardless of the sampling technique, all samples will be filtered on-site through a 0.45 micron filter and frozen 5 , quickly for later analysis in the laboratory. Analysis of the nutrients will be performed using an Autoanalyzer-II Technicon Nutrient Determination system. Sampling Breakdown A comprehensive list of the sampling,sites are as follows: Septic TankR 1) Four sites with Miami Oolite as the substrate (at least one site being a filled lot over oolite) 2) Four sites with Key Largo Limestone as the substrate (at least one site being a filled lot over Key Largo Limestone) "Multi-flo" systems 1) One site in Key Largo Limestone 2) One site in Miami Oolite Additional sampling sites 1) Ambient nearshore waters (Key Largo Limestone and Miami Oolite) 2) Nearshore groundwater outfalls (near Big Pine Key) 3) Canal waters (Key Largo Limestone and Miami Oolite) 4) Upland groundwater borehole stations on Big Pine Key. (One control station away from development [i.e. Key Deer National Wildlife Refuge] and one upland sampling station in a developed area.) 5) Upland borehole (control) station in Key Largo Limestone Sampling process All sites will be sampled on a monthly basis for nutrient analyses. The data generated form these samples will establish the background data or "endpoints" for the entire study. For nutrients, the sampling process will involve two samples per point, the points at each site being itemized as follows: I) Septic Tank sites Point a) canal or adjacent water body Point b) intermediate hole (this hole to be bored specifically for this study) Point c) septic tank II) "Multi-flo" sites 6 I ... b) at the source of system output three varied depths (surface. middle and bottom) within an adjacent borehole drilled specifically for this study Point c) in adjacent water body (i~ applicable) III) Additional sites a) Two upland sites - one control site in an undeveloped portion of Big Pine Key. one is a developed subdivision. Six samples per borehole at varying depths (surface. middle and bottom) One upland control site in Key Largo Limestone. Six samples per borehole at varying depths (surface. middle and bottom) Point a) Point b) c) Two samples taken at the remaining sites (canal and nearshore waters) per month To summarize this section with an example. a standard septic tank site with two samples per point will generate a total of six vials to be analyzed for nutrients. The date generated from those samples will constitute one month's sampling for that particular site. Rhodamine dye sampling An intensive'time series sampling of rhodamine dye will be conducted at four of the sites. Each site will have this time series run on two separate occasions. one series during a dry period. and one during a wet period. The sites to be tested are: a) one site in Key Largo Limestone septic tank group b) one site in Miami Oolite septic tank group c) the site of Key Largo Limestone "Multi-flo" d) the site of Miami Oolite "Multi-flo" The experimental method of these analyses are as follows: 1) two interval hole borings from OSDS to adjacent water body (i.e. canal) 2) placement of Rhodamine WT dye in existing OSDS 3) sampling of water from hole borings 4) fluorometric testing for presence and concentration of dye 7 1 This time series sampling will be conducted during two of the normal monthly sampling periods for nutrient analyses at the four sites, thereby allowing for comparisons of dye migration and nutrient content. The purpose for two sampling periods at each site is to observe dye migration during one dry and one wet period. The rhodamine dye samples will be taken using Boro-silicate glass tubes for sample holding. The Boro-silicate is needed to prevent any appreciable absorption of rhodamine onto the wall of the container flask. Containers such as plastic bottles will not be used for sample holding because of this problem. The levels of rhodamine will be determined using a Turner Model 10 fluoro- meter. This fluorometer will be additionally used to determine a standard curve of rhodamine concentration vs. fluorescence using the same dye source that will be used for the rhodamine in- jections. KVA GeoFlo Groundwater Flow Meter A KVA GeoFlo Groundwater Flow Meter will be used in conjunc- tion with the dye methods to help predict dye movement and "fine-tuning" the design of the time series sampling for the dye tracer. Data generated by this "state-of-the-art" instrument will be used as a check on the more traditional'dye method, which can have problems associated with adsorption to sediments and photochemical degradation. Salinity Salinity will be taken at all instance of water quality sampling, both for the rhodamine dye study test as well as the nutrient determinations. Salinity will be determined using an American Optical refractometer. ARTICLE XII - PAYMENTS The total Contract price, if available as described in Article I, due the CONTRACTOR, under the terms of this Contract, shall be $40,000.00. Payment shall be made in the manner de- scribed below. Following thirty (30) days from the date first written above, and providing the CONTRACTOR has entered into legally sufficient leases for a groundwater flow meter and accessories, 8 1 ... and an Isco sampler, the COUNTY shall pay the CONTRACTOR $10,000.00. Otherwise, invoices, in an amount not to exceed $2,181.00, shall be submitted on a monthly basis in the budget categories described infra with appropriate supporting documenta- tion. The invoices shall be in a format approved by the Florida Department of Environmental Regulation and the CONTRACTOR shall certify that the itemized expenditures have been paid, all goods and services have been received, none of the items have been previously billed, and all of the charges represent authorized expenditures under the terms of this Contract. A final invoice completing itemized expenditures shall be submitted to the COUNTY within fifteen (15) days of Contract completion and must be identified as a final invoice which satisfies all claims the CONTRACTOR has against the COUNTY under the terms of the Con- tract. The COUNTY shall withhold payment of 15% of the total Contract price pending receipt and acceptance of the final report. The authorized budget categories and supporting documenta- tion are as follows: a) Travel/per diem - copy of a State of Florida Travel Voucher with appropriate receipts. Reimbursement for all trav- el/per diem expenses shall be in accordance with F.S. 112.061, et seq. b) Compensation for services performed under this Contract by the CONTRACTOR or his employees. c) Nonexpendable equipment provided that copies of the invoice along with the documentation required by Article V of this Contract are provided. d) Rental and lease of equipment provided that copies of invoices for all items rented or leased. e) Other expenses such as materials, supplies, telephone call, xeroxing, mailing and like expenses provided that invoices are supplied for all items purchased. ARTICLE XIII - REQUIRED REPORTS A progress report shall be submitted by the CONTRACTOR to the COUNTY on December 15, 1986, and thereafter at three (3) 9 i. months intervals. These reports shall consist of a summary of the work completed on the project to date and shall be based on project tasks listed in Article XI. Progress reports shall also include any press clippings or press notices related to this project. The final report in ten copies shall be in accordance with the requirements of Article XI and shall be submitted no later than the completion date of the Contract. All reports produced and other data gathered by the CONTRAC- TOR for the purpose of this Contract shall become the mutual property of the COUNTY, OCRM/NOAA, Florida Department of Environ- mental Regulation, and the CONTRACTOR without restriction or limitation on their use and shall be made available by the CONTRACTOR at any reasonable time upon the request of any of the aforementioned parties. Books, publications, or other copyrightable materials developed under this agreement may be copyrighted provided that th COUNTY, Florida Department of Environmental Regulation and OCRM/NOAA hereby reserve a royalty-free nonexclusive and irrevo- cable right to reproduce, publish, or otherwise use, and to authorize others to use, the materials for government purposes. The cover or title page of all reports, studies, maps or other documents resulting from this Contract shall acknowledge the financial assistance provided by the Florida Department of Environmental Regulation and by the Coastal Zone Management Act of 1972, as amended, and as administered by OCRM/NOAA. ARTICLE XIV - ANTI-KICKBACK The CONTRACTOR warrants that no person has been employed or retained to solicit or secure this Contract upon an agreement or understanding for a commission, percentage, brokerage, or contin- gent fee and that no member of the COUNTY has any interest, financially or otherwise, in the CONTRACTOR or its subcontrac- tors. For breach or violation of this warranty, the COUNTY shall have the right to annul this Contract without liability or, in its discretion, to deduct from the Contract price or 10 i "" consideration, the full amount of such commission, percentage, brokerage or contingent fee. IN WITNESS WHEREOF, the parties hereto have executed this Contract on the date and year first written above. BOARD OF COuNTY COMMISSIONERS OF MONROE COUNTY, FLORIDA By Mayor/Chairman (SEAL) Attest: Clerk Witness FIRM NAME BY~Mt'4~ ~~f&t-t ~~~,^.JL ~~ T1t e \ 10 - .r-cM.- ~ ~~ \~. Witness APPROVED AS TO FORM AND LEGAL SUFFICIENCY. ~-~,;, ,; .--,? Z" .',' ;~// , / 6'1 "7g ; / - <J{-;;' - ,-' Attorney's Office / / 11