Loading...
Backup Documents 05/24/2016 Item #16A15 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIPy 10 TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURI1 6 A 1 5 Print on pink paper. Attach to original document. The completed routing slip and original documents are to be forwarded to the County Attorney Office at the time the item is placed on the agenda. All completed routing slips and original documents must be received in the County Attorney Office no later than Monday preceding the Board meeting. **NEW** ROUTING SLIP Complete routing lines#1 through#2 as appropriate for additional signatures,dates,and/or information needed. If the document is already complete with the exception of the Chairman's signature,draw a line through routing lines#1 through#2,complete the checklist,and forward to the County Attorney Office. Route to Addressee(s) (List in routing order) Office Initials Date 1. 2. 3. County Attorney Office County Attorney Office SRT 5-24-16 4. BCC Office Board of County 6 Commissioners i 512-q1 5. Minutes and Records Clerk of Court's Office la-10 tip 3;ti p PRIMARY CONTACT INFORMATION 1 l� Normally the primary contact is the person who created/prepared the Executive Summary. Primary contact information is needed in the event one of the addressees above,may need to contact staff for additional or missing information. Name of Primary Staff Liz Gosselin Contact Information 239-252-5867 Contact/ Department Agenda Date Item was May 24,2016‘,./7‘ Agenda Item Number 16A15\,/ Approved by the BCC Type of Document Department of Environmental Protection(DEP) Number of Original Three Attached Agreement No. S0859 to recognize grant Documents Attached funding in the amount of up to$750,000 for the construction of the Naples Park Area/Basin Infrastructure Optimization for Stormwater, Water and Sewer(Phase I) PO number or account n/a number if document is to be recorded INSTRUCTIONS & CHECKLIST Initial the Yes column or mark"N/A" in the Not Applicable column,whichever is Yes N/A(Not appropriate. (Initial) Applicable) I. Does the document require the chairman's original signature SIRmP SRT 2. Does the document need to be sent to another agency for additional signatures? If yes, SRT provide the Contact Information(Name;Agency;Address; Phone)on an attached sheet. 3. Original document has been signed/initialed for legal sufficiency. (All documents to be SRT signed by the Chairman,with the exception of most letters,must be reviewed and signed by the Office of the County Attorney. 4. All handwritten strike-through and revisions have been initialed by the County Attorney's SRT Office and all other parties except the BCC Chairman and the Clerk to the Board 5. The Chairman's signature line date has been entered as the date of BCC approval of the SRT document or the final negotiated contract date whichever is applicable. 6. "Sign here"tabs are placed on the appropriate pages indicating where the Chairman's SRT signature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip SRT should be provided to the County Attorney Office at the time the item is input into SIRE. Some documents are time sensitive and require forwarding to Tallahassee within a certain time frame or the BCC's actions are nullified. Be aware of your deadlines! 8. The document was approved by the BCC on May 24,2016 and all changes made SRT during the meeting have been incorporated in the attached document. The County Attorney's Office has reviewed the changes,if applicable. 9. Initials of attorney verifying that the attached document is the version approved by the Zie 6 BCC,all changes directed by the BCC have been made, and the document is ready for the Chairman's signature. -1/1714/ I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revisec' I ; '-vised 11/30/12 CoitWO Collier1 6 A 1 5 CLERK OF THE CRC IT COURT COLLIER COUNTX,COUR OUSE 3315 TAMIAMI TRL E STE 102 Dwight E.Brock-dIFrk of circuit Court P.O.BOX 413044 NAPLES,FL 34112-5324NAPLES,FL 34101-3044 Clerk of Courts • Comptroller • Auditor ust ian of County Funds May 25, 2016 Angela Knecht, Program Administrator State Revolving Fund Management Division of Water Restoration Assistance Re: DEP Agreement No. S0859 Ms. Knecht, Enclosed please find three (3) original agreements approved by the Board of County Commissioners of Collier County on Tuesday, May 24, 2016. Please process and return a fully executed original back to my office at the address below. If you have any questions, please contact me at 239-252-8411. Thank you, CcLv\mASc__ Teresa Cannon, Deputy Clerk Board's Minutes & Records Department 3299 Tamiami Trail East, Suite #401 Naples, FL 34112 Phone- (239) 252-2646 Fax- (239) 252-2755 Website- www.CollierClerk.com Email- CollierClerk@collierclerk.com 16 A15 DEP AGREEMENT NO.S0859 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF WATER RESTORATION ASSISTANCE GRANT AGREEMENT PURSUANT TO LINE ITEM 1662A OF THE FY15-16 GENERAL APPROPRIATIONS ACT THIS AGREEMENT is entered into between the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION, whose address is 3900 Commonwealth Boulevard, Tallahassee, Florida 32399-3000 (hereinafter referred to as the "Department") and COLLIER COUNTY, whose address is 3299 Tamiami Trail East, Suite 303,Naples,FL 34112(hereinafter referred to as"Grantee"),a local government,to provide financial assistance for the Collier County Naples Park Area/Basin Infrastructure project. Collectively, the Department and the Grantee shall be referred to as"Parties"or individually as a"Party". En consideration of the mutual benefits to be derived herefrom, the Department and the Grantee do hereby agree as follows: 1. TERMS OF AGREEMENT: The Grantee does hereby agree to perform in accordance with the terms and conditions set forth in this Agreement, Attachment A, Grant Work Plan, and all attachments and exhibits named herein which are attached hereto and incorporated by reference. For purposes of this Agreement, the terms "Grantee" and "Recipient" are used interchangeably. 2. PERIOD OF AGREEMENT: This Agreement shall begin upon execution by both parties and shall remain in effect until June 30, 2018, inclusive. The Grantee shall be eligible for reimbursement for work performed on or after January 1, 2016 through the expiration date of this Agreement. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. 3. FUNDING/CONSIDERATION/INVOICING: A. As consideration for the satisfactory completion of services rendered by the Grantee under the terms of this Agreement,the Department shall pay the Grantee on a cost reimbursement basis up to a maximum of$750,000. It is understood that any additional funds necessary for the completion of this project are the responsibility of the Grantee. The parties hereto understand and agree that this Agreement does not require a match on the part of the Grantee. B. Prior written approval from the Department's Grant Manager shall be required for changes to this Agreement. Changes to approved budget categories within a single deliverable that are less than 10% of the total approved deliverable budget amount will require a formal Change Order to the Agreement. Changes that are 10%or greater of the total approved deliverable budget amount, or changes that transfer funds from one deliverable to another deliverable,or changes that increase or decrease the project's total funding amount will require a formal Amendment to the Agreement. • C. The Grantee shall be reimbursed on a cost reimbursement basis for all eligible project costs upon the completion, submittal and approval of each deliverable identified in Attachment A, in accordance with the schedule therein. Reimbursement shall be requested utilizing Attachment B, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: ,,<<,-) o.ti avti .1_1t1,1 All invoices for DEP Agreement No.S0859,Page 1 of 11 Osia. 1 6 A 1 5 amounts due under this Agreement shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. A final payment request should be submitted to the Department no tater than sixty (60)calendar days following the completion date of the Agreement,to assure the availability of funds for payment. All work performed pursuant to Attachment A must be performed on or before the completion date of the Agreement, and the subsequent sixty-day period merely allows the Grantee to finalize invoices and backup documentation to support the final payment request. D. The State Chief Financial Officer requires detailed supporting documentation of all costs under a cost reimbursement agreement. The Grantee shall comply with the minimum requirements set forth in Attachment C, Contract Payment Requirements. The Payment Request Summary Form shall be accompanied by supporting documentation and other requirements as follows for each deliverable: i. Contractual (Subcontractors) — Reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from the Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the project. All multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If the Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, the Grantee shall be required to reimburse such funds to the Department within thirty (30) calendar days of written notification. Interest on the excessive charges shall be calculated based on the prevailing rate used by the State Board of Administration. For fixed-price (vendor)subcontracts,the following provisions shall apply: a. The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment A. Invoices submitted to the Department for fixed-price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (i.e., Invitation to Bid or Request for Proposals)resulting in the fixed-price subcontract. b. The Grantee may request approval from the Department to award a fixed-price subcontract resulting from procurement methods other than those identified in the paragraph above. In this instance, the Grantee shall request the advance written approval from the Department's Grant Manager of the fixed price negotiated by the Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of the Department Grant Manager's approval of the fixed-price amount, the Grantee may proceed in finalizing the fixed-price subcontract. c. All subcontracts are subject to the provisions of paragraph 12 and any other appropriate provisions of this Agreement which affect subcontracting activities. E. In addition to the invoicing requirements contained in paragraphs 3.C. and D. above, the Department will periodically request proof of a transaction (invoice, payroll register, etc.) to evaluate the appropriateness of costs to the Agreement pursuant to State and Federal guidelines (including cost allocation guidelines), as appropriate. This information, when requested, must be provided within thirty (30) calendar days of such request. The Grantee may also be required to submit a cost allocation plan to the Department in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). State guidelines for allowable costs can be found in the Department of Financial Services' Reference Guide for State Expenditures at http://www.myforidacfo.com/aadir/reference ouidei. DEP Agreement No. S0859, Page 2 of 11 (12 16A15 6 F. i. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program-by- program or a project-by-project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, the Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. ii. If the Department finds that these funds have been commingled, the Department shall have the right to demand a refund, either in whole or in part, of the funds provided to the Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from the Department shall refund, and shall forthwith pay to the Department, the amount of money demanded by the Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from the Department by the Grantee to the date repayment is made by the Grantee to the Department. iii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by the Department, from another source(s), the Grantee shall reimburse the Department for all recovered funds originally provided under this Agreement. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s)the payment(s)are recovered by the Grantee to the date repayment is made to the Department by the Grantee. 4. ANNUAL APPROPRIATION: The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. The parties hereto understand that this Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and payment associated therewith may be rescinded with proper notice at the discretion of the Department if Legislative appropriations are reduced or eliminated. 5. REPORTS: A. The Grantee shall utilize Attachment D, Progress Report Form,to describe the work performed during the reporting period, problems encountered, problem resolution, schedule updates and proposed work for the next reporting period. Quarterly reports shall be submitted to the Department's Grant Manager no later than twenty (20) calendar days following the completion of the quarterly reporting period. It is hereby understood and agreed by the parties that the term "quarterly" shall reflect the calendar quarters ending March 31, June 30, September 30 and December 31. The Department's Grant Manager shall have thirty(30)calendar days to review the required reports and deliverables submitted by the Grantee. B. As stated in the letter dated July 17, 2015 from the Office of the Governor, the Grantee will identify the return on investment for this project and provide quarterly updates to the Governor's Office of Policy and Budget. 6. RETAINAGE Retainage is not required under this Agreement. DEP Agreement No. S0859, Page 3 of 11 • 16A15 6 7. INDEMNIFICATION: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28, Florida Statutes. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract or this Agreement. 8. DEFAULT/TERMINATION/FORCE MAJEURE: A. The Department may terminate this Agreement at any time if any warranty or representation made by Grantee in this Agreement or in its application for funding shall at any time be false or misleading in any respect, or in the event of the failure of the Grantee to fulfill any of its obligations under this Agreement. Prior to termination, the Department shall provide thirty (30) calendar days written notice of its intent to terminate and shall provide the Grantee an opportunity to consult with the Department regarding the reason(s)for termination. B. The Department may terminate this Agreement for convenience by providing the Grantee with thirty (30) calendar day's written notice. If the Department terminates the Agreement for convenience, the Department shall notify the Grantee of such termination, with instructions as to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. If the Agreement is terminated before performance is completed, the Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. C. Records made or received in conjunction with this Agreement are public records. This Agreement may be unilaterally canceled by the Department for unlawful refusal by the Grantee to allow public access to all documents, papers, letters, or other material made or received by the Grantee in conjunction with this Agreement and subject to disclosure under Chapter 119, Florida Statutes (F.S.),and Section 24(a),Article I, Florida Constitution. D. If a force majeure occurs that causes delays or the reasonable likelihood of delay in the fulfillment of the requirements of this Agreement, the Grantee shall promptly notify the Department orally. Within seven (7) calendar days, the Grantee shall notify the Department in writing of the anticipated length and cause of the delay, the measures taken or to be taken to minimize the delay and the Grantee's intended timetable for implementation of such measures. If the parties agree that the delay or anticipated delay was caused, or will be caused by a force majeure, the Department may, at its discretion, extend the time for performance under this Agreement for a period of time equal to the delay resulting from the force majeure upon execution of an amendment to this Agreement. Such agreement shall be confirmed by letter from the Department accepting, or if necessary, modifying the extension. A force majeure shall be an act of God, strike, lockout, or other industrial disturbance, act of the public enemy, war, blockade, public riot, lightning, fire, flood, explosion, failure to receive timely necessary third party approvals through no fault of the Grantee, and any other cause, whether of the kind specifically enumerated herein or otherwise,that is not reasonably within the control of the Grantee and/or the Department. The Grantee is responsible for the performance of all services issued under this Agreement. Failure to perform by the Grantee's consultant(s)or subcontractor(s)shall not constitute a force majeure event. 9. REMEDIES/FINANCIAL CONSEQUENCES: No payment will be made for deliverables deemed unsatisfactory by the Department. In the event that a deliverable is deemed unsatisfactory by the Department, the Grantee shall re-perform the services needed for submittal of a satisfactory deliverable, at no additional cost to the Department, within ten (10)calendar days of being notified of the unsatisfactory deliverable. If a satisfactory deliverable is not submitted within the specified timeframe, the Department may, in its sole discretion, either: 1)terminate this Agreement for DEP Agreement No. S0859,Page 4 of 11 failure to perform,or 2)the Department Grant Manager may,by letter specifying the failure of performance under this Agreement, request that a proposed Corrective Action Plan(CAP)be submitted by the Grantee to the Department. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days. A. A CAP shall be submitted within ten (10) calendar days of the date of the letter request from the Department. The CAP shall be sent to the Department Grant Manager for review and approval. Within ten (10) calendar days of receipt of a CAP, the Department shall notify the Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, the Grantee shall have ten (10) calendar days from receipt of the Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain the Department approval of a CAP as specified above shall result in the Department's termination of this Agreement for cause as authorized in this Agreement. B. Upon the Department's notice of acceptance of a proposed CAP, the Grantee shall have ten (10) calendar days to commence implementation of the accepted plan. Acceptance of the proposed CAP by the Department does not relieve the Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, the Department shall retain the right to require additional or further remedial steps,or to terminate this Agreement for failure to perform. No actions approved by the Department or steps taken by the Grantee shall preclude the Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to the Department as requested by the Department Grant Manager. C. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by the Department may result in termination of the Agreement. The remedies set forth above are not exclusive and the Department reserves the right to exercise other remedies in addition to or in lieu of those set forth above,as permitted by the Agreement. 10. RECORD KEEPING/AUDIT: A. The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles(US GAAP)consistently applied. The Department,the State,or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five(5) years following the completion date or termination of the Agreement. In the event any work is subcontracted,the Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. B. The Grantee understands its duty,pursuant to Section 20.055(5), F.S.,to cooperate with the Department's Inspector General in any investigation,audit, inspection,review,or hearing. The Grantee will comply with this duty and ensure that its subcontracts issued under this Grant, if any, impose this requirement, in writing,on its subcontractors. 11. SPECIAL AUDIT REQUIREMENTS: A. In addition to the requirements of the preceding paragraph, the Grantee shall comply with the applicable provisions contained in Attachment E, Special Audit Requirements, attached hereto and made a part hereof. Exhibit 1 to Attachment E summarizes the funding sources supporting the Agreement for purposes of assisting the Grantee in complying with the requirements of Attachment E. 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 DEP Agreement No. S0859,Page 5 of 11 0 16A15 6 A Exhibit 1, the Grantee shall notify the Department's Grant Manager to request a copy of the updated information. B. The Grantee is hereby advised that the Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. The Grantee shall consider the type of financial assistance(federal and/or state) identified in Attachment E, Exhibit when making its determination. For federal financial assistance, the Grantee shall utilize the guidance provided under OMB Circular A-133, Subpart B, Section .210 for determining whether the relationship represents that of a subrecipient or vendor. For state financial assistance, the Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs. Vendor Determination" (form number DFS-A2-NS) that can be found under the"Links/Forms"section appearing at the following website: https://apps.fldfs.com/fsaa The Grantee should confer with its chief financial officer, audit director or contact the Department for assistance with questions pertaining to the applicability of these requirements. 12. SUBCONTRACTS: A. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to paragraph 3.D. of this Agreement, which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. The Grantee agrees to be responsible for the fulfillment of all work elements included in any subcontract and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the Grantee that the Department shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under the subcontract. B. The Department of Environmental Protection supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. A list of minority owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at(850)487-0915. 13. PROHIBITED LOCAL GOVERNMENT CONSTRUCTION PREFERENCES: A. Pursuant to Section 255.0991,F.S., for a competitive solicitation for construction services in which 50 percent or more of the cost will be paid from state-appropriated funds which have been appropriated at the time of the competitive solicitation,a state,college,county,municipality, school district,or other political subdivision of the state may not use a local ordinance or regulation that provides a preference based upon: The contractor's maintaining an office or place of business within a particular local jurisdiction; or ii. The contractor's hiring employees or subcontractors from within a particular local jurisdiction;or iii. The contractor's prior payment of local taxes,assessments,or duties within a particular local jurisdiction. B. For any competitive solicitation that meets the criteria in Paragraph A., a state college,county, municipality, school district,or other political subdivision of the state shall disclose in the DEP Agreement No. S0859, Page 6 of I I 16A15 solicitation document that any applicable local ordinance or regulation does not include any preference that is prohibited by Paragraph A. 14. LOBBYING PROHIBITION: In accordance with Section 216.347, F.S., the Grantee is hereby prohibited from using funds provided by this Agreement for the purpose of lobbying the Legislature,the judicial branch or a state agency. Further, in accordance with Section 11.062, F.S., no state funds, exclusive of salaries, travel expenses, and per diem, appropriated to,or otherwise available for use by,any executive,judicial,or quasi-judicial department shall be used by any state employee or other person for lobbying purposes. 15. COMPLIANCE WITH LAW: The Grantee shall comply with all applicable federal, state and local rules and regulations in providing services to the Department under this Agreement. The Grantee acknowledges that this requirement includes, but is not limited to,compliance with all applicable federal,state and local health and safety rules and regulations. The Grantee further agrees to include this provision in all subcontracts issued as a result of this Agreement. 16. NOTICE: All notices and written communication between the parties shall be sent by electronic mail, U.S. Mail, a courier delivery service,or delivered in person. Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt,other mail service delivery receipt,or when receipt is acknowledged by recipient. 17. CONTACTS: The Department's Grant Manager(which may also be referred to as the Department's Project Manager)for this Agreement is identified below: Pankaj Shah Florida Department of Environmental Protection Division of Water Restoration Assistance 3900 Commonwealth Blvd., MS#3505 Tallahassee,Florida 32399 Telephone No.: 850-245-2962 E-mail Address: Pankaj.Shah@dep.state.fl.us The Grantee's Grant Manager for this Agreement is identified below: Liz Gosselin Collier County 2800 North Horseshoe Drive Naples,FL 34104 Telephone No.: 239-252-5867 E-mail Address: LizGosselin@colliergov.net 18. INSURANCE: To the extent required by law, the Grantee will secure and maintain insurance coverages in the amounts and categories specified below, during the life of this Agreement. The Grantee shall provide documentation of any private insurance or self-insurance, as may be applicable to governmental entities, to the Department's Grant Manager prior to performance of any work pursuant to this Agreement. DEP Agreement No. S0859, Page 7 of 11 A. The Grantee shall secure and maintain Workers' Compensation Insurance for all of its employees connected with the work of this project and, in case any work is subcontracted, the Grantee shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of its employees unless such employees are covered by the protection afforded by the Grantee. Any self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this Agreement is not protected under Workers' Compensation statutes, the Grantee shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of its employees not otherwise protected. B. The Grantee shall secure and maintain, and ensure that any of its subcontractors similarly secure and maintain, Commercial General Liability insurance including bodily injury and property damage. The minimum limits of liability shall be$200,000 each individual's claim and$300,000 each occurrence. This insurance will provide coverage for all claims that may arise from the services and/or operations completed under this Agreement, whether such services and/or operations are by the Grantee or any of its subcontractors. Such insurance shall include the State of Florida,the Department,and the State of Florida Board of Trustees of the Internal Improvement Trust Fund,as Additional Insureds for the entire length of the Agreement. C. The Grantee shall secure and maintain, and ensure that any of its subcontractors similarly secure and maintain, Commercial Automobile Liability insurance for all claims which may arise from the services and/or operations under this Agreement, whether such services and/or operations are by the Grantee or any of its subcontractors. Such insurance shall include the State of Florida, the Department,and the State of Florida Board of Trustees of the Internal Improvement Trust Fund,as Additional Insureds for the entire length of the Agreement. The minimum limits of liability shall be as follows: $300,000 Automobile Liability Combined Single Limit for Company-Owned Vehicles, if applicable $300,000 Hired and Non-owned Automobile Liability Coverage D. If any work proceeds over or adjacent to water, the Grantee shall secure and maintain, as applicable, any other type of required insurance, including but not limited to Jones Act, Longshoreman's and Harbormaster's, or the inclusion of any applicable rider to worker's compensation insurance, and any necessary watercraft insurance, with limits of not less than $300,000 each. In addition, the Grantee shall include these requirements in any sub grant or subcontract issued for the performance of the work specified in Attachment A, Grant Work Plan. Questions concerning required coverage should be directed to the U.S. Department of Labor (http:/!www.dol.gov/owcp/dlhwc/Iscontac.htm)or to the parties' insurance carriers. E. All insurance policies shall be with insurers licensed or eligible to do business in the State of Florida. The Grantee's current certificate of insurance shall contain a provision that the insurance will not be canceled for any reason except after thirty (30) calendar days' written notice (with the exception of non-payment of premium which requires a 10-calendar-day notice) to the Department's Procurement Administrator. In addition, the Grantee shall include these requirements in any sub grant or subcontract issued for the performance of the work specified in Attachment A,Grant Work Plan. F. If the Grantee is a Florida governmental entity that is self-funded for liability insurance, this paragraph 18.F. supersedes I 8.A. through E.,above. Grantee warrants and represents that it is self-funded for liability insurance, appropriate and allowable under Florida law, and that such self-insurance offers protection applicable to the DEP Agreement No. S0859, Page 8 of II 16A15 6 5 Grantee's officers, employees, servants and agents while acting within the scope of their employment with the Grantee. Grantee warrants and represents that it is self-funded for liability insurance, appropriate and allowable under Florida law, and that such self-insurance offers protection applicable to the Grantee's officers, employees, servants and agents while acting within the scope of their employment with the Grantee. 19. CONFLICT OF INTEREST: The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 20. EQUIPMENT: Reimbursement for equipment purchases costing $1,000 or more is not authorized under the terms and conditions of this Agreement. 21. CHANGE ORDERS: The Department may at any time, by written Change Order, make any change in the Grant Manager information, task timelines within the current authorized Agreement period, or make changes that are less than 10%of the total approved deliverable budget(per Paragraph 3). All Change Orders are subject to the mutual agreement of both parties as evidenced in writing. Any change which causes an increase or decrease in the Agreement amount,expiration date of the Agreement,or deliverable costs that are equal to or greater than 10% of the total approved deliverable budget (per Paragraph 3), shall require formal Amendment to this Agreement. 22. UNAUTHORIZED EMPLOYMENT: The employment of unauthorized aliens by any Grantee/subcontractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. 23. DISCRIMINATION: A. No person,on the grounds of race,creed,color, religion,national origin,age,gender,or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. B. An entity or affiliate who has been placed on the discriminatory vendor list pursuant to section 287.134, F.S., may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity,and may not transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and posts the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services,Office of Supplier Diversity,at(850)487-0915. 24. LAND ACQUISITION: Land acquisition is not authorized under the terms of this Agreement. DEP Agreement No. S0859,Page 9 of 11 16A15 25. PHYSICAL ACCESS AND INSPECTION: As applicable, Department personnel shall be given access to and may observe and inspect work being performed under this Agreement, including by any of the following methods: A. Grantee shall provide access to any location or facility on which Grantee is performing work,or storing or staging equipment, materials or documents;and B. Grantee shall permit inspection of any facility,equipment,practices,or operations required in performance of any work pursuant to this Agreement;and C. Grantee shall allow and facilitate sampling and monitoring of any substances,soils,materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. 26. EXECUTION IN COUNTERPARTS. This Agreement may be executed in two or more counterparts,each of which together shall be deemed an original,but all of which together shall constitute one and the same instrument. In the event that any signature is delivered by facsimile transmission or by e-mail delivery of a".pdf' format data file,such signature shall create a valid and binding obligation of the party executing(or on whose behalf such signature is executed)with the same force and effect as if such facsimile or".pdf'signature page were an original thereof. 27. SEVERABILITY CLAUSE: This Agreement has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Agreement shall be interpreted in such manner as to be effective and valid under applicable law, but if any provision of this Agreement shall be prohibited or invalid under applicable law, such provision shall be ineffective to the extent of such prohibition or invalidity, without invalidating the remainder of such provision or the remaining provisions of this Agreement. Any action hereon or in connection herewith shall be brought in Leon County, Florida. 28. ENTIRE AGREEMENT: This Agreement represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this Agreement shall only be valid when they have been reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Agreement, unless otherwise provided herein. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. S0859, Page 10 of 111E) 1 6 A 1 5 IN WITNESS WHEREOF,the parties have caused this Agreement to be duly executed,the day and year last written below. COLLIER COUNTY STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION By: V ♦_ .. I )Q 1 By: Donna :la,C.•irman* Secretary or Designee Date: Date: FEID No.:59-6000558 Pankaj Shah,DEP Grant Manager DEP QC Reviewer *For Agreements with governmental boards/commissions: If someone other than the Chairman signs this Agreement,a resolution, statement or other document authorizing that person to sign the Agreement on behalf of the Grantee must accompany the Agreement. List of attachments/exhibits included as part of this Agreement: Specify Letter/ Type Number Description(include number of pages) Attachment A Grant Work Plan(5 Pages) Attachment B Payment Request Summary Form(2 Pages) Attachment C Contract Payment Requirements(1 Page) Attachment D Progress Report Form(I Page) Attachment E Special Audit Requirements(5 Pages) ATTEST .., Approv as and legality 0 DWIGHT E. BROCK,CLERK Le �� ,�• R.Teach, Deputy County Attorney Attest•as:to Chairman's, srgnattire oily. DEP Agreement No. S0859,Page 11 of 11 41 5 16A15 ATTACHMENT A GRANT WORK PLAN PROJECT TITLE: Collier County Naples Park Area/Basin Infrastructure Optimization for Stormwater,Water and Sewer PROJECT AUTHORITY: Collier County (Grantee)received funding from the Florida Legislature in the amount of $750,000 through Specific Appropriation Line Item No. I662A, Fiscal Year (FY) 2015 — 2016, General Appropriations Act.The Grantee received this funding for the purpose of addressing stormwater management,water and wastewater distribution issues. Monitoring and auditing guidelines,as related to the Florida Single Audit Act,are specified in the Florida Catalog of State Financial Assistance(CSFA),No. 37.039. PROJECT LOCATION: The Project will be located in Naples Park, which is located within the unincorporated area of North Naples in Collier County,Florida.See Figure 1 for a location map. PROJECT BACKGROUND: The Project integrates stormwater,water and wastewater elements to achieve capital improvement efficiencies, maximize community convenience and to protect impaired water bodies in a financially disadvantaged community (Low Income Census Block Group), Naples Park Community. The Naples Park Community, which began developing in the 1950s, encompasses twenty-one (21) streets. The goal of the overall program is to target one(1)to two(2)streets per phase to address stormwater,water and wastewater issues.The FY 2015-2016 phase will include improvements along 110th Ave.N and 107th Ave.N within the community. The stormwater collection system historically consisted of roadside ditches and driveways with a culvert pipe to allow storm water to flow under and through the driveway. Most of these culverts and piping are too small,are installed at improper elevation,have reached the end of their typical life span,and are in need of replacement.Significant sections of the streets within this community experience chronic flooding during normal or slightly above normal rainfall conditions due to poor conditions of the internal street side collection and conveyance system. The potable water system was installed over 40 years ago and is made out of asbestos cement pipe that has reached the end of its useful life. Due to the pipe's age and environment, there is an ever increasing number of water main leaks and breaks,which directly affects the Collier County Water and Sewer District's ability to supply uninterrupted service to its customers. There are a limited number of isolation valves in this area,limiting operational control during maintenance of the distribution system. The system also lacks a sufficient number of fire hydrants, limiting the fire protection in the area. The sewer system was also installed over 40 years ago and due to its age,the vitrified clay pipe gravity sewer system needs to be replaced. Related infrastructure is aged. Replacement is needed to minimize the likelihood of sanitary system overflows in environmentally sensitive areas and ensure continued effectiveness of the wastewater collection infrastructure. PROJECT DESCRIPTION: The Grantee intends to address stormwater management, water and wastewater distribution issues along 110'h Ave.N and 107th Ave.N. The proposed project is for basin infrastructure optimization for stormwater, water, and sewer. Stormwater improvements will provide stormwater runoff collection and conveyance improvement. As well as a reduction of potential flooding for private property by replacing deteriorated culverts, installing perforated pipes, and reconstructing the roadside stormwater management system. Water quality improvements, prior to discharge into Vanderbilt Lagoon, will be made by installing perforated pipes and reconstructing the swale system, which promotes water infiltration into the ground, and the installation of sedimentation traps.Water improvements will provide minimization of potable water service interruptions to residents and businesses in Naples Park by removing old asbestos-concrete pipes and installing new PVC pipes; better distribution system by upgrading the diameter of pipes; fire protection system by replacing old hydrants and installing additional hydrants in the area; and protection of the water distribution system by installing back flow preventers for each service connection. Sewer/wastewater improvements will provide assurance and effectiveness of the wastewater collection; minimization of the likelihood of sanitary system overflows in environmentally sensitive areas; replacement of old clay pipes with PVC pipes,replacement of old force mains;and rehabilitation and replacement of pump stations. DEP Agreement No. S0859, Attachment A, Page 1 of 5 0 1 6 A 1 5 TASKS and DELIVERABLES: Task 1: Construction(Stormwater) Task Description: The Grantee will construct stormwater improvements in accordance with the final design(s)and required permits. These improvements will provide collection,treatment,and conveyance of stormwater by replacing culverts and reconstructing roadside swales. This component will eliminate undersized and aged culverts, address elevation issues and improve water quality treatment. Payment Request Schedule: Grantee may submit a payment request for cost reimbursement no more frequently than once per month. The outlined Interim Deliverable(s) must have been submitted and accepted in writing by the Department's Grant Manager prior to payment request submittal. Deliverables la: I) signed acceptance of the completed work by the Grantee , 2)Contractor's Application and Certification for Payment,3)Dated color photographs of on-going work representing time period covered in payment request.These interim deliverables must be submitted 5 days prior to each payment request and may be submitted no more frequently than monthly. Performance Standard: The Department's Grant Manager will review each submitted interim deliverable to verify that it meets the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written acceptance of each interim deliverables submittal by the Department's Grant Manager,the Grantee may proceed with payment request submittal for costs associated with that submittal period under this task. Contractor's Certification of Payment Request should include the following supporting documentation: I. An itemized summary of the materials, labor, and/or services utilized during the period for which payment is being requested. 2. The summary should identify the nature of the work performed;the amount expended for such work; the name of the person/entity providing the service or performing the work;proof of payment of the invoices;and evidence of all work conducted for which a request for payment is being made. 3. Evidence may include references to any drafts or partially-complete designs,surveys,environmental documents and/or permit applications,drawings,and specifications(which must be made available upon request);and documentation demonstrating partial completion of construction activities. Deliverable lb: Stormwater improvements constructed as described in this task, as evidenced by these final deliverables: I) Dated color photographs of the construction site(s) prior to, during, and immediately following completion of the construction task; 2) written verification that the Grantee has received record drawings and any required final inspection report(s)for the project;3)signed acceptance of the completed work by the Grantee;and 4) signed statement from a Florida Licensed Professional Engineer indicating construction has been completed in accordance with the design. Performance Standard: The Department's Grant Manager will review the final deliverables to verify that they meet the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written approval by the Department's Grant Manager of all final deliverables under this task,the Grantee may proceed with payment request submittal. Task 2: Construction(Water) Task Description: The Grantee will construct water improvements in accordance with the final design(s) and required permits. The installation of new water mains seeks to replace asbestos-concrete pipes. The mains will be replaced with 6-inch and 8-inch PVC pipe along with additional fire hydrants meeting current Insurance Services Office standards for urban firefighting and to assure delivery of potable water to residents. Payment Request Schedule: Grantee may submit a payment request for cost reimbursement no more frequently than once per month. The outlined Interim Deliverable(s) must have been submitted and accepted in writing by the Department's Grant Manager prior to payment request submittal. Deliverables 2a: 1) signed acceptance of the completed work by the Grantee , 2)Contractor's Application and Certification for Payment,3)Dated color photographs of on-going work representing time period covered in payment request.These interim deliverables must be submitted 5 days prior to each payment request and may be submitted no more frequently than monthly. Performance Standard: The Department's Grant Manager will review each submitted interim deliverable to verify that it meets the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written DEP Agreement No. 50859, Attachment A, Page 2 of 5 1 () A 1 5 acceptance of each interim deliverables submittal by the Department's Grant Manager,the Grantee may proceed with payment request submittal for costs associated with that submittal period under this task. Contractor's Certification of Payment Request should include the following supporting documentation: 1. An itemized summary of the materials, labor, and/or services utilized during the period for which payment is being requested. 2. The summary should identify the nature of the work performed;the amount expended for such work; the name of the person/entity providing the service or performing the work;proof of payment of the invoices;and evidence of all work conducted for which a request for payment is being made. 3. Evidence may include references to any drafts or partially-complete designs,surveys,environmental documents and/or permit applications,drawings,and specifications(which must be made available upon request);and documentation demonstrating partial completion of construction activities. Deliverable 2b: Water improvements constructed as described in this task,as evidenced by these final deliverables: I) Dated color photographs of the construction site(s)prior to,during, and immediately following completion of the construction task; 2) written verification that the Grantee has received record drawings and any required final inspection report(s) for the project; 3) signed acceptance of the completed work by the Grantee; and 4) signed statement from a Florida Licensed Professional Engineer indicating construction has been completed in accordance with the design. Performance Standard:The Department's Grant Manager will review the final deliverables to verify that they meet the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written approval by the Department's Grant Manager of all final deliverables under this task,the Grantee may proceed with payment request submittal. Task 3: Construction(Wastewater) Task Description: The Grantee will construct wastewater improvements in accordance with the final design(s)and required permits. This task will include the replacement of wastewater gravity mains,force mains and pump stations. The installation of new wastewater mains seeks to replace all PVC and clay pipes. Payment Request Schedule: Grantee may submit a payment request for cost reimbursement no more frequently than once per month. The outlined Interim Deliverable(s) must have been submitted and accepted in writing by the Department's Grant Manager prior to payment request submittal. Deliverables 3a: 1) signed acceptance of the completed work by the Grantee , 2)Contractor's Application and Certification for Payment,3)Dated color photographs of on-going work representing time period covered in payment request.These interim deliverables must be submitted 5 days prior to each payment request and may be submitted no more frequently than monthly Performance Standard: The Department's Grant Manager will review each submitted interim deliverable to verify that it meets the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written acceptance of each interim deliverables submittal by the Department's Grant Manager,the Grantee may proceed with payment request submittal for costs associated with that submittal period under this task. Contractor's Certification of Payment Request should include the following supporting documentation: 1. An itemized summary of the materials, labor, and/or services utilized during the period for which payment is being requested. 2. The summary should identify the nature of the work performed;the amount expended for such work; the name of the person/entity providing the service or performing the work;proof of payment of the invoices;and evidence of all work conducted for which a request for payment is being made. 3. Evidence may include references to any drafts or partially-complete designs,surveys,environmental documents and/or permit applications,drawings,and specifications(which must be made available upon request); and documentation demonstrating partial completion of construction activities. Deliverable 3b: Wastewater improvements constructed as described in this task, as evidenced by these final deliverables: 1) Dated color photographs of the construction site(s) prior to, during, and immediately following completion of the construction task; 2) written verification that the Grantee has received record drawings and any required final inspection report(s)for the project;3)signed acceptance of the completed work by the Grantee; and 4) signed statement from a Florida Licensed Professional Engineer indicating construction has been completed in accordance with the design. DEP Agreement No. S0859, Attachment A, Page 3 of 5 5 16 A1 PROJECT TIM ELINE: The tasks must be completed by the end of each task timeline and all deliverables must be received by the designated due date. Task/ Deliverable Due Date/ Deliverable No. Task or Deliverable Title Task Start Date Task End Date Frequency 1 Construction(Stormwater) 4/1/2016 6/30/2018 As needed,no more Ia Interim deliverables frequently than monthly Ib Final deliverables 6/30/2018 2 Construction(Water) 4/1/2016 6/30/2018 As needed,no more 2a Interim deliverables frequently than monthly 2b Final deliverables 6/30/2018 3 Construction(Wastewater) 4/1/2016 6/30/2018 As needed,no more 3a Interim deliverables frequently than monthly 3b Final deliverables 6/30/2018 BUDGET DETAIL BY TASK: Task No. Budget Category Budget Amount l Contractual Services $375,000 2 Contractual Services $187,500 3 Contractual Services $187,500 PROJECT BUDGET SUMMARY: Cost reimbursable grant funding must not exceed the category totals for the project as indicated below. Category Totals Grant Funding,Not to Exceed,$750,000 Contractual Services Total $750,000 Total: $750,000 DEP Agreement No. S0859,Attachment A, Page 4 of 5 I 16A15 6 A 5 Figure 1 1,.. s. / "F '„,,,__..14.1,; -�l„..00,,,„, a' .1�j xm i� ,„0.,1 "'� [g"' 5 •F i �' "PTA r R 'N ' g �d n�ru1. �a, , YYY �I i e y «�fix. 2 r ° y 1 r � - g#gE wa � l �BluebillAVE "t :; 111th AVE N'''''‘f.-z.,,,,.., '��% - .Immokale.W z B.nod AV t1 in ._ _ . .ar - imrtd • '�$ e" w T � 4ti MI. '^ ^ .e� 111 .AyE.i; a.�"`.n.. l��r s., '. E�-, f : '7::-• "�, ::;,,,.,•'', i7kk �4, 3{,. i A r., .. 'L UBS 1°3'"1,fi E i �9 i .�''r i`i` {„, ? r d .1f 4 yw j�•{',/ �,W,,�*,�� ` -.1..7,7:,'-/444, AVE'; +ii , $ er ' x f.t.14 ,� A.".*}s T i'7 1544 s � ,14"•1. 6,r 5 ' il ' `161'. r° y SAVE i OAS' k,�i", ,E�4.2v • :. S^GA.' 4 LV.' }r� -1 iviitfibt. i .., 'AVE' SS` 79Tth.A,...;-:::,'..,,,,,4' iv x '6„` �.!'�" 6{ ,. .,,,,,,. .„,,,,,, ,c„.. ° e r7i�` # y 4 H erg#hX' �`�: 4M"!°, .". a y E „ . t)6':r.t" P g � -. 3'. u*�,m a, A. 7 A E +ei.. �['t*!'9. r .z�.v- a t. ' V 3'ti � r� � 9 � o Sar O.n C < a , . , � : FY15 16 Phase: 107th Ave-and 110th Ave v� etc+ si`> Yir; a �A4 E y '''' '6' M i, b E .•,.i'; s °a " p,g,.. .w: . + '"' tel,. '' �},4 t� �•, rr" i.t',.,:.,* r t t ..',5,4',1! R 5�t ",#f -,...,,,,,,,;;=9' at 3 ', -4th A q', ,a ,goy +*4 `' D Y N'?a rctysW E..� r ��It' tt" .+E . ki�,� ,+ ,�• �r� taypo AV 71� !^ t'" !'1.;;„-,,,,,1 ��" i '���ttlt5 ��� 'rv' �1 i ' .-, ......1� •s;' .yAt.J 'I. 1lhAV a a' a41 1� a c ''''' - �' '. ''ft .., �,>„ Aye _ �� w., . nn s vt k l•L. iu. H ;PmtsA E .A:olgwi7��i�Pt �5i* *7' is?i;;� "'i. ''s'+ �` , ,,,. 3 � lioilii x�',e�,�� .II,�a iih� ,,. ��H"1� }�: 3,112 � � ��� ., t * .... `4..�"r{..4 ''•.,- V `n GU ,*.40,"'11,-:-; X P•' 4` i a r 'o � � 6. Multi-year Project Area .� , . 4 , 1 7 Bei h "" ,J�IW r i • '1 ` 4 4 ,. 4 ,. , F 4.i.,,,„.,...,,,,,,,,,,, 1 a '`2!„tnca ��. � ����� � " �' � '' 'aY�',�r �'� � r ,t,,,:.?:`,4':\.:„44- :-,1z,-.... ,I-0,,,,: ‘,, ,,,,. ,-.4.c: ,..„. . s �.„1.w a. �@ f! -,„,,,,,7„,,,-,....,........„ 1 � b 1' �, S,�' d 'r �` `1 ` i .,��.� c� ��zc„� „�, �i1!�9p�Ch/j � � ��'t' �: . �r; � r i�`�rsq# 01,110. A it Q 0.2 Q. t :t,''''',-1,,,, v' Y''k,';•;',"..,,Aitr'.**sit'17-,,z-- 4'1' fts,,.' w• r. . .''.,. ' " 4 m.L • . s, ''''`.:„...'",,-,11,164• , ,r ire{ar it County S1o1 T .%,,40,-,:440A‘, f ",. 4\14:11115 14•,',„4L#,$� :4' >p d i m " ' # O 11+23115 ' > 4ks°�+• ?x .Lr WkY �o;t r :lr c:. r ' x• 1/4 a.: DEP Agreement No. S0859, Attachment A, Page 5 of 5 1 6 A 1 5 ATTACHMENT B PAYMENT REQUEST SUMMARY FORM DEP Agreement No.: Agreement Effective Dates: Grantee: Grantee's Grant Manager: Mailing Address: Payment Request No. Date of Payment Request: Performance Period (Start date—End date): Task/Deliverable No(s). Task/Deliverable Amount Requested: $ GRANT EXPENDITURES SUMMARY SECTION [Effective Date of Grant through End-of-Grant Period] AMOUNT OF TOTAL MATCHING TOTAL CATEGORY OF EXPENDITURE THIS REQUEST CUMULATIVE FUNDS FOR CUMULATIVE PAYMENT THIS REQUEST MATCHING REQUESTS FUNDS Salaries/Wages $N/A $N/A $N/A $N/A Overhead/Indirect/G&A Costs $N/A $N/A $N/A $N/A Fringe Benefits $N/A SN/A $N/A $N/A Indirect Cost $N/A $N/A $N/A $N/A Contractual(Subcontractors) $ $ $ $ Travel(if authorized) $N/A $N/A SN/A $N/A Equipment Purchases(if authorized) $N/A $N/A $N/A $N/A Rental/Lease of Equipment $N/A $N/A $N/A $N/A Other Expenses $N/A $N/A $N/A SN/A Land(if authorized) $N/A $N/A $N/A $N/A TOTAL AMOUNT $ $ $ $ TOTAL TASK/DELIVERABLE $ $ BUDGET AMOUNT Less Total Cumulative Payment $ $ Requests of: TOTAL REMAINING IN TASK $ $ GRANTEE CERTIFICATION Complete Grantee's Certification of Payment Request on Page 2 to certify that the amount being requested for reimbursement above was for items that were charged to and utilized only for the above cited grant activities. Attachment B,Page 1 of 3 1 6 A 1 5 Grantee's Certification of Payment Request 1, (Print name of Grantee's Grant Manager designated in the Agreement) on behalf of , do hereby certify that: (Print name of Grantee/Recipient) ll The disbursement amount requested is for allowable costs for the project described in Attachment A of the Agreement. El All costs included in the amount requested have been satisfactorily purchased, performed, received, and applied toward completing the project; such costs are documented by invoices or other appropriate documentation as required in the Agreement. 2 The Grantee has paid such costs under the terms and provisions of contracts relating directly to the project; and the Grantee is not in default of any terms or provisions of the contracts. Check all that apply: ❑ All permits and approvals required for the construction, which is underway, have been obtained. ❑ Construction up to the point of this disbursement is in compliance with the construction plans and permits. ❑ The Grantee's Grant Manager relied on certifications from the following professionals that provided services for this project during the time period covered by this Certification of Payment Request,and such certifications are included: Professional Service Provider(Name/License No.) Period of Service(mm/dd/yy—mm/dd/yy) Grantee's Grant Manager's Signature Grantee's Fiscal Agent Print Name Print Name Telephone Number Telephone Number Attachment B, Page 2 of 3 • 1 6 A m INSTRUCTIONS FOR COMPLETING PAYMENT REQUEST SUMMARY FORM DEP AGREEMENT NO.: This is the number on your grant agreement. AGREEMENT EFFECTIVE DATES: Enter agreement execution date through end date. GRANTEE: Enter the name of the grantee's agency. GRANTEE'S GRANT MANAGER: This should be the person identified as grant manager in the grant Agreement. MAILING ADDRESS: Enter the address that you want the state warrant sent. PAYMENT REQUEST NO.: This is the number of your payment request,not the quarter number. DATE OF PAYMENT REQUEST: This is the date you are submitting the request. PERFORMANCE PERIOD: This is the beginning and ending date of the performance period for the task/deliverable that the request is for(this must be within the timeline shown for the task/deliverable in the Agreement). TASK/DELIVERABLE NO.: This is the number of the task/deliverable that you are requesting payment for and/or claiming match for(must agree with the current Grant Work Plan). TASK/DELIVERABLE AMOUNT REQUESTED: This should match the amount on the "TOTAL TASK/DELIVERABLE BUDGET AMOUNT"line for the"AMOUNT OF THIS REQUEST"column. GRANT EXPENDITURES SUMMARY SECTION: "AMOUNT OF THIS REQUEST"COLUMN: Enter the amount that was expended for this task during the period for which you are requesting reimbursement for this task. This must agree with the currently approved budget in the current Grant Work Plan of your grant Agreement. Do not claim expenses in a budget category that does not have an approved budget. Do not claim items that are not specifically identified in the current Grant Work Plan. Enter the column total on the"TOTAL AMOUNT'line. Enter the amount of the task on the"TOTAL TASK BUDGET AMOUNT' line. Enter the total cumulative amount of this request and all previous payments on the"LESS TOTAL CUMULATIVE PAYMENT REQUESTS OF' line. Deduct the "LESS TOTAL CUMULATIVE PAYMENT REQUESTS OF' from the "TOTAL TASK BUDGET AMOUNT" for the amount to enter on the"TOTAL REMAINING IN TASK' line. "TOTAL CUMULATIVE PAYMENT REQUESTS" COLUMN: Enter the cumulative amounts that have been requested to date for reimbursement by budget category. The final request should show the total of all requests; first through the final request(this amount cannot exceed the approved budget amount for that budget category for the task you are reporting on). Enter the column total on the"TOTALS"line. Do not enter anything in the shaded areas. "MATCHING FUNDS" COLUMN: Enter the amount to be claimed as match for the performance period for the task you are reporting on. This needs to be shown under specific budget categories according to the currently approved Grant Work Plan. Enter the total on the"TOTAL AMOUNT' line for this column. Enter the match budget amount on the "TOTAL TASK BUDGET AMOUNT' line for this column. Enter the total cumulative amount of this and any previous match claimed on the"LESS TOTAL CUMULATIVE PAYMENTS OF"line for this column. Deduct the"LESS TOTAL CUMULATIVE PAYMENTS OF'from the"TOTAL TASK BUDGET AMOUNT'for the amount to enter on the "TOTAL REMAINING IN TASK" line. "TOTAL CUMULATIVE MATCHING FUNDS" COLUMN: Enter the cumulative amount you have claimed to date for match by budget category for the task. Put the total of all on the line titled"TOTALS." The final report should show the total of all claims, first claim through the final claim,etc. Do not enter anything in the shaded areas. GRANTEE'S CERTIFICATION: Check all boxes that apply. Identify any licensed professional service providers that certified work or services completed during the period included in the request for payment. Must be signed by both the Grantee's Grant Manager as identified in the grant agreement and the Grantee's Fiscal Agent. NOTES: If claiming reimbursement for travel,you must include copies of receipts and a copy of the travel reimbursement form approved by the Department of Financial Services,Chief Financial Officer. Documentation for match claims must meet the same requirements as those expenditures for reimbursement. Attachment B,Page 3 of 3 ATTACHMENT C Contract Payment Requirements Florida Department of Financial Services, Reference Guide for State Expenditures 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. Listed below are examples of the 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. 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. The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address: http:i/www.fldfs.com/aadir/reference_guide.htm Attachment C,Page I of I 020 1 6 A 1 5 ATTACHMENT D PROGRESS REPORT FORM DEP Agreement No.: Grantee Name: Grantee Address: Grantee's Grant Manager: Telephone No.: Reporting Period: Project Number and Title: Provide the following information for all tasks and deliverables identified in the Grant Work Plan: a summary of project accomplishments for the reporting period; a comparison of actual accomplishments to goals for the period; if goals were not met, provide reasons why; provide an update on the estimated time for completion of the task and an explanation for any anticipated delays and identify by task. NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan. The following format should be followed: Task 1: Progress for this reporting period: Identify any delays or problems encountered: III This report is submitted in accordance with the reporting requirements of DEP Agreement No. and accurately reflects the activities associated with the project. Signature of Grantee's Grant Manager Date Attachment D,Page 1 of 1 16A15 6 1. ATTACHMENT E SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", "DEP", "FDEP" or "Grantor", or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantee"or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection,as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 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 Attachment 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 I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, 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 internet at http://12.46.245.173/cfda/cfda.html. Attachment E,Page I of 5 16A15 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(m), Florida Statutes. 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 Attachment 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 11, 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 https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfm, State of Florida's website at http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/ and the Auditor General's Website at http://www.state.fl.us/audgen. PART Ill: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy(i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for finding the full cost of such additional audits.) PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133,as revised,and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-I33,as revised, by or on behalf of the recipient directly to each of the following: Attachment E, Page 2 of 5 16A A, IT A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General, MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSingleAudit n,dep.state.t1 us B. The Federal Audit Clearinghouse designated in OMB Circular A-133, as revised (the number of copies required by Sections .320 (d)(I) 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 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008,must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.census.gov/fac/ 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(0, 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 one the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee, Florida 32399-3000 Electronically: FDEPSingleAudit(a?dep.state.fl.us 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 one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSingleAudit,c.dep.state.fl.us Attachment E, Page 3 of 5 0 mtA 1 5 B. The Auditor General's Office at the following address: State of Florida Auditor General Room 401,Claude Pepper Building 11 l West Madison Street Tallahassee,Florida 32399-1450 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSingleAudit`dep.state.fl.us 5. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133, Florida Statutes,or Chapters 10.550(local governmental entities)or 10.650(nonprofit and for-profit organizations),Rules of the Auditor General,as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued,unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Attachment E,Page 4 of 5 O o o 0 E•� Q .- o � .' `0 a) .-. o U s s O. N O. u) `n. N 00 .. x C aU aU n.U c d a a c1 elk, c`a 4 ? Q = o °: y U S f �-1 N c0 .VI C Z a 'y 4� •a F E �^ E O O E y U 4-4 ¢ O0 c0 O 81 0) -., 0) OA O C y C C C O O V+v N 'O 1. Cn ^ D N U . 0 ° • i 4) u . f t U 'b tu W y Lw., 10 CA . .1) c.i 3 ° aa) SO 0o qo 5 O � c0 aA v o o b . 4. -a ° y 4p o o •C., y U H c U C w �g o V G N c z = F y_ 0 ' 4 . v c E-• 0 . V] O y -Qo2a ( U3 _ 1) w _O z -- ° � U � w � b v fiC _ C , � C c y.n s QD � .a a) wy � v 3b y O O U 0 U .. A O I 0 y w 3 5 a . F F •y o cr. 8 co V0 o o Q y .w Ato oG c c ¢ a' °` ° a� o y c, u. c a s U C7 E E (AE I) cn a) N . L L Z .3 O 0 ., A Z,S 1... o s 'o a j L Z R Q Q aw — Q c Nn U '0 0 U :C — C n yO cd C y 'O oC 0. L A Ly N w y 0 Lc e 0 ., a.F U a `' o z a u o «. ua 0. g U, z U - U O ,u2.5 B yQ ao •� E �;Q ¢ Os `' = , A ° b 2 C e° w F E °' v w a� a - Is cl, s no ab ¢ p u. = w w 4wt o L4 w s 3 °' v ;o m i' O V .... U N H V C4 �� �i C7 `a vi y �! vs c. 3 0 0 L L N g j3 �S�i 0 0 0 Q Or+ `° a 0 `L" Y o v c ° N -!--1' O (� U OAE �+ C 64 «� bDE .OAy U �� .� O = L a) O O eJ A7 0 7 1 2 U LI. a z « wa`. Z ° a` ZOQ oBE6 Lt. r� cn n w o .5 0 A t., 16 . Rick Stt `°� Depart., Florida Department of Governor ,Z* Environmental Protection Carlos Lopez-Cantera Marjory Stoneman Douglas Building Lt. Governor 3900 Commonwealth Boulevard :.O �otim` Tallahassee, Florida 32399-3000 Jonathan P SSecretary ental p ry FED EX DELIVERY - SIGNATURE REQUIRED ►v O r _ Teresa Cannon, Deputy Clerk z Collier County 3299 Tamiami Trail East, Suite#401 c , Naples, Florida 34112 c :� ; — 's w Re: S0859–Collier County =j Naples Park Area/Basin Infrastructure Optimization project Dear Ms. Cannon: We are pleased to provide financial assistance for your stormwater, water and sewer improvement project. One fully executed grant agreement is enclosed. To draw money under the agreement, please call Pankaj Shah at(850) 245-2962 for assistance in completing a disbursement request. We congratulate you and your staff on your efforts and are pleased that we can work with you on this project. Sincerely, Angela Knecht, Program Administrator State Revolving Fund Management AK/ Enclosure cc: Tim Nance–Collier County Board of County Commissioners Liz Gosselin–Collier County Lisa Taylor–Collier County www.dep.state.fl.us 1 6 A 1 DEP AGREEMENT NO.S0859 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION DIVISION OF WATER RESTORATION ASSISTANCE GRANT AGREEMENT PURSUANT TO LINE ITEM 1662A OF THE FY15-16 GENERAL APPROPRIATIONS ACT THIS AGREEMENT is entered into between the STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION, whose address is 3900 Commonwealth Boulevard, Tallahassee, Florida 32399-3000 (hereinafter referred to as the "Department") and COLLIER COUNTY, whose address is 3299 Tamiami Trail East, Suite 303,Naples,FL 34112(hereinafter referred to as"Grantee"),a local government,to provide financial assistance for the Collier County Naples Park Area/Basin Infrastructure project. Collectively,the Department and the Grantee shall be referred to as"Parties"or individually as a"Party". In consideration of the mutual benefits to be derived herefrom,the Department and the Grantee do hereby agree as follows: 1. TERMS OF AGREEMENT: The Grantee does hereby agree to perforin in accordance with the terms and conditions set forth in this Agreement, Attachment A, Grant Work Plan, and all attachments and exhibits named herein which are attached hereto and incorporated by reference. For purposes of this Agreement, the terms "Grantee" and "Recipient"are used interchangeably. 2. PERIOD OF AGREEMENT: This Agreement shall begin upon execution by both parties and shall remain in effect until June 30, 2018, inclusive. The Grantee shall be eligible for reimbursement for work performed on or after January 1, 2016 through the expiration date of this Agreement. This Agreement may be amended to provide for additional services if additional funding is made available by the Legislature. 3. FUNDING/CONSIDERATION/INVOICING: A. As consideration for the satisfactory completion of services rendered by the Grantee under the terms of this Agreement,the Department shall pay the Grantee on a cost reimbursement basis up to a maximum of$750,000. It is understood that any additional funds necessary for the completion of this project are the responsibility of the Grantee. The parties hereto understand and agree that this Agreement does not require a match on the part of the Grantee. B. Prior written approval from the Department's Grant Manager shall be required for changes to this Agreement. Changes to approved budget categories within a single deliverable that are less than 10% of the total approved deliverable budget amount will require a formal Change Order to the Agreement. Changes that are 10%or greater of the total approved deliverable budget amount, or changes that transfer funds from one deliverable to another deliverable,or changes that increase or decrease the project's total funding amount will require a formal Amendment to the Agreement. • C. The Grantee shall be reimbursed on a cost reimbursement basis for all eligible project costs upon the completion, submittal and approval of each deliverable identified in Attachment A, in accordance with the schedule therein. Reimbursement shall be requested utilizing Attachment B, Payment Request Summary Form. To be eligible for reimbursement, costs must be in compliance with laws, rules and regulations applicable to expenditures of State funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the following web address: http://wv-vw.mOloridacfb.com/aadir/reference wide/. All invoices for DEP Agreement No. S0859,Page 1 of 11 amounts due under this Agreement shall be submitted in detail sufficient for a proper pre-audit and post-audit thereof. A final payment request should be submitted to the Department no later than sixty (60)calendar days following the completion date of the Agreement,to assure the availability of funds for payment. All work performed pursuant to Attachment A must be performed on or before the completion date of the Agreement, and the subsequent sixty-day period merely allows the Grantee to finalize invoices and backup documentation to support the final payment request. D. The State Chief Financial Officer requires detailed supporting documentation of all costs under a cost reimbursement agreement. The Grantee shall comply with the minimum requirements set forth in Attachment C, Contract Payment Requirements. The Payment Request Summary Form shall be accompanied by supporting documentation and other requirements as follows for each deliverable: i. Contractual (Subcontractors) — Reimbursement requests for payments to subcontractors must be substantiated by copies of invoices with backup documentation identical to that required from the Grantee. Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate per hour, and hours spent on the project. All multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates) shall be supported by audit. If the Department determines that multipliers charged by any subcontractor exceeded the rates supported by audit, the Grantee shall be required to reimburse such funds to the Department within thirty (30) calendar days of written notification. Interest on the excessive charges shall be calculated based on the prevailing rate used by the State Board of Administration. For fixed-price (vendor)subcontracts,the following provisions shall apply: a. The Grantee may award, on a competitive basis, fixed-price subcontracts to consultants/contractors in performing the work described in Attachment A. Invoices submitted to the Department for fixed-price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a copy of the tabulation form for the competitive procurement process (i.e., Invitation to Bid or Request for Proposals)resulting in the fixed-price subcontract. b. The Grantee may request approval from the Department to award a fixed-price subcontract resulting from procurement methods other than those identified in the paragraph above. In this instance, the Grantee shall request the advance written approval from the Department's Grant Manager of the fixed price negotiated by the Grantee. The letter of request shall be supported by a detailed budget and Scope of Services to be performed by the subcontractor. Upon receipt of the Department Grant Manager's approval of the fixed-price amount, the Grantee may proceed in finalizing the fixed-price subcontract. c. All subcontracts are subject to the provisions of paragraph 12 and any other appropriate provisions of this Agreement which affect subcontracting activities. E. In addition to the invoicing requirements contained in paragraphs 3.C. and D. above, the Department will periodically request proof of a transaction (invoice, payroll register, etc.) to evaluate the appropriateness of costs to the Agreement pursuant to State and Federal guidelines (including cost allocation guidelines), as appropriate. This information, when requested, must be provided within thirty (30) calendar days of such request. The Grantee may also be required to submit a cost allocation plan to the Department in support of its multipliers (overhead, indirect, general administrative costs, and fringe benefits). State guidelines for allowable costs can be found in the Department of Financial Services' Reference Guide for State Expenditures at http://www.myfloridacfo.com/aadir/reference guide/. DEP Agreement No. S0859,Page 2 of 1141) 1 6 A 1 5 F. i. The accounting systems for all Grantees must ensure that these funds are not commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees are prohibited from commingling funds on either a program-by- program or a project-by-project basis. Funds specifically budgeted and/or received for one project may not be used to support another project. Where a Grantee's, or subrecipient's, accounting system cannot comply with this requirement, the Grantee, or subrecipient, shall establish a system to provide adequate fund accountability for each project it has been awarded. ii. If the Department finds that these funds have been commingled, the Department shall have the right to demand a refund, either in whole or in part,of the funds provided to the Grantee under this Agreement for non-compliance with the material terms of this Agreement. The Grantee, upon such written notification from the Department shall refund,and shall forthwith pay to the Department,the amount of money demanded by the Department. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s) the original payment(s) are received from the Department by the Grantee to the date repayment is made by the Grantee to the Department. iii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by the Department, from another source(s), the Grantee shall reimburse the Department for all recovered funds originally provided under this Agreement. Interest on any refund shall be calculated based on the prevailing rate used by the State Board of Administration. Interest shall be calculated from the date(s)the payment(s)are recovered by the Grantee to the date repayment is made to the Department by the Grantee. 4. ANNUAL APPROPRIATION: The State of Florida's performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the Legislature. The parties hereto understand that this Agreement is not a commitment of future appropriations. Authorization for continuation and completion of work and payment associated therewith may be rescinded with proper notice at the discretion of the Department if Legislative appropriations are reduced or eliminated. 5. REPORTS: A. The Grantee shall utilize Attachment D, Progress Report Form,to describe the work performed during the reporting period, problems encountered, problem resolution, schedule updates and proposed work for the next reporting period. Quarterly reports shall be submitted to the Department's Grant Manager no later than twenty (20) calendar days following the completion of the quarterly reporting period. It is hereby understood and agreed by the parties that the term "quarterly" shall reflect the calendar quarters ending March 31, June 30, September 30 and December 31. The Department's Grant Manager shall have thirty(30) calendar days to review the required reports and deliverables submitted by the Grantee. B. As stated in the letter dated July 17, 2015 from the Office of the Governor, the Grantee will identify the return on investment for this project and provide quarterly updates to the Governor's Office of Policy and Budget. 6. RETAINAGE Retainage is not required under this Agreement. DEP Agreement No. S0859,Page 3 of 11 16A1 5 7. INDEMNIFICATION: Each party hereto agrees that it shall be solely responsible for the negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a waiver by either party of its sovereign immunity or the provisions of Section 768.28,Florida Statutes. Further, nothing herein shall be construed as consent by a state agency or subdivision of the State of Florida to be sued by third parties in any matter arising out of any contract or this Agreement. 8. DEFAULT/TERMINATION/FORCE MAJEURE: A. The Department may terminate this Agreement at any time if any warranty or representation made by Grantee in this Agreement or in its application for funding shall at any time be false or misleading in any respect, or in the event of the failure of the Grantee to fulfill any of its obligations under this Agreement. Prior to termination, the Department shall provide thirty (30) calendar days written notice of its intent to terminate and shall provide the Grantee an opportunity to consult with the Department regarding the reason(s)for termination. B. The Department may terminate this Agreement for convenience by providing the Grantee with thirty (30) calendar day's written notice. If the Department terminates the Agreement for convenience, the Department shall notify the Grantee of such termination, with instructions as to the effective date of termination or specify the stage of work at which the Agreement is to be terminated. If the Agreement is terminated before performance is completed,the Grantee shall be paid only for that work satisfactorily performed for which costs can be substantiated. C. Records made or received in conjunction with this Agreement are public records.This Agreement may be unilaterally canceled by the Department for unlawful refusal by the Grantee to allow public access to all documents, papers, letters, or other material made or received by the Grantee in conjunction with this Agreement and subject to disclosure under Chapter 119, Florida Statutes (F.S.),and Section 24(a),Article I,Florida Constitution. D. If a force majeure occurs that causes delays or the reasonable likelihood of delay in the fulfillment of the requirements of this Agreement, the Grantee shall promptly notify the Department orally. Within seven (7) calendar days, the Grantee shall notify the Department in writing of the anticipated length and cause of the delay,the measures taken or to be taken to minimize the delay and the Grantee's intended timetable for implementation of such measures. If the parties agree that the delay or anticipated delay was caused, or will be caused by a force majeure, the Department may, at its discretion, extend the time for performance under this Agreement for a period of time equal to the delay resulting from the force majeure upon execution of an amendment to this Agreement. Such agreement shall be confirmed by letter from the Department accepting, or if necessary, modifying the extension. A force majeure shall be an act of God, strike, lockout, or other industrial disturbance, act of the public enemy, war, blockade, public riot, lightning, fire, flood, explosion, failure to receive timely necessary third party approvals through no fault of the Grantee,and any other cause,whether of the kind specifically enumerated herein or otherwise,that is not reasonably within the control of the Grantee and/or the Department. The Grantee is responsible for the performance of all services issued under this Agreement.Failure to perform by the Grantee's consultant(s)or subcontractor(s)shall not constitute a force majeure event. 9. REMEDIES/FINANCIAL CONSEQUENCES: No payment will be made for deliverables deemed unsatisfactory by the Department. In the event that a deliverable is deemed unsatisfactory by the Department, the Grantee shall re-perform the services needed for submittal of a satisfactory deliverable, at no additional cost to the Department, within ten(10)calendar days of being notified of the unsatisfactory deliverable. If a satisfactory deliverable is not submitted within the specified timeframe, the Department may, in its sole discretion, either: 1)terminate this Agreement for DEP Agreement No. S0859,Page 4 of 11 1 6 A15 failure to perform,or 2)the Department Grant Manager may,by letter specifying the failure of performance under this Agreement,request that a proposed Corrective Action Plan(CAP)be submitted by the Grantee to the Department. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days. A. A CAP shall be submitted within ten (10) calendar days of the date of the letter request from the Department. The CAP shall be sent to the Department Grant Manager for review and approval. Within ten (10) calendar days of receipt of a CAP, the Department shall notify the Grantee in writing whether the CAP proposed has been accepted. If the CAP is not accepted, the Grantee shall have ten (10) calendar days from receipt of the Department letter rejecting the proposal to submit a revised proposed CAP. Failure to obtain the Department approval of a CAP as specified above shall result in the Department's termination of this Agreement for cause as authorized in this Agreement. B. Upon the Department's notice of acceptance of a proposed CAP, the Grantee shall have ten (10) calendar days to commence implementation of the accepted plan. Acceptance of the proposed CAP by the Department does not relieve the Grantee of any of its obligations under the Agreement. In the event the CAP fails to correct or eliminate performance deficiencies by Grantee, the Department shall retain the right to require additional or further remedial steps,or to terminate this Agreement for failure to perform. No actions approved by the Department or steps taken by the Grantee shall preclude the Department from subsequently asserting any deficiencies in performance. The Grantee shall continue to implement the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to the Department as requested by the Department Grant Manager. C. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the performance of the Agreement as specified by the Department may result in termination of the Agreement. The remedies set forth above are not exclusive and the Department reserves the right to exercise other remedies in addition to or in lieu of those set forth above,as permitted by the Agreement. 10. RECORD KEEPING/AUDIT: A. The Grantee shall maintain books,records and documents directly pertinent to performance under this Agreement in accordance with United States generally accepted accounting principles(US GAAP)consistently applied. The Department,the State,or their authorized representatives shall have access to such records for audit purposes during the term of this Agreement and for five(5) years following the completion date or termination of the Agreement. In the event any work is subcontracted,the Grantee shall similarly require each subcontractor to maintain and allow access to such records for audit purposes. B. The Grantee understands its duty,pursuant to Section 20.055(5),F.S.,to cooperate with the Department's Inspector General in any investigation,audit,inspection,review,or hearing. The Grantee will comply with this duty and ensure that its subcontracts issued under this Grant,if any, impose this requirement,in writing,on its subcontractors. 11. SPECIAL AUDIT REQUIREMENTS: A. In addition to the requirements of the preceding paragraph, the Grantee shall comply with the applicable provisions contained in Attachment E, Special Audit Requirements, attached hereto and made a part hereof. Exhibit 1 to Attachment E summarizes the funding sources supporting the Agreement for purposes of assisting the Grantee in complying with the requirements of Attachment E. 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 DEP Agreement No. S0859,Page 5 of 11 0 16A15 Exhibit 1, the Grantee shall notify the Department's Grant Manager to request a copy of the updated information. B. The Grantee is hereby advised that the Federal and/or Florida Single Audit Act Requirements may further apply to lower tier transactions that may be a result of this Agreement. The Grantee shall consider the type of financial assistance(federal and/or state)identified in Attachment E,Exhibit 1 when making its determination. For federal financial assistance, the Grantee shall utilize the guidance provided under OMB Circular A-133, Subpart B, Section .210 for determining whether the relationship represents that of a subrecipient or vendor. For state financial assistance, the Grantee shall utilize the form entitled "Checklist for Nonstate Organizations Recipient/Subrecipient vs. Vendor Determination" (form number DFS-A2-NS) that can be found under the"Links/Forms"section appearing at the following website: haps://apps.fldfs.com/fsaa The Grantee should confer with its chief financial officer, audit director or contact the Department for assistance with questions pertaining to the applicability of these requirements. 12. SUBCONTRACTS: A. The Grantee may subcontract work under this Agreement without the prior written consent of the Department's Grant Manager except for certain fixed-price subcontracts pursuant to paragraph 3.D. of this Agreement,which require prior approval. The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for subcontracted work.Regardless of any subcontract, the Grantee is ultimately responsible for all work to be performed under this Agreement. The Grantee agrees to be responsible for the fulfillment of all work elements included in any subcontract and agrees to be responsible for the payment of all monies due under any subcontract. It is understood and agreed by the Grantee that the Department shall not be liable to any subcontractor for any expenses or liabilities incurred under the subcontract and that the Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred under the subcontract. B. The Department of Environmental Protection supports diversity in its procurement program and requests that all subcontracting opportunities afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full diversity of the citizens of the State of Florida. A list of minority owned firms that could be offered subcontracting opportunities may be obtained by contacting the Office of Supplier Diversity at(850)487-0915. 13. PROHIBITED LOCAL GOVERNMENT CONSTRUCTION PREFERENCES: A. Pursuant to Section 255.0991,F.S.,for a competitive solicitation for construction services in which 50 percent or more of the cost will be paid from state-appropriated funds which have been appropriated at the time of the competitive solicitation,a state,college,county,municipality, school district,or other political subdivision of the state may not use a local ordinance or regulation that provides a preference based upon: i. The contractor's maintaining an office or place of business within a particular local jurisdiction;or ii. The contractor's hiring employees or subcontractors from within a particular local jurisdiction;or iii. The contractor's prior payment of local taxes,assessments,or duties within a particular local jurisdiction. B. For any competitive solicitation that meets the criteria in Paragraph A.,a state college,county, municipality,school district,or other political subdivision of the state shall disclose in the DEP Agreement No. S0859,Page 6 of 11 0 s 16A A 5 solicitation document that any applicable local ordinance or regulation does not include any preference that is prohibited by Paragraph A. 14. LOBBYING PROHIBITION: In accordance with Section 216.347, F.S., the Grantee is hereby prohibited from using funds provided by this Agreement for the purpose of lobbying the Legislature,the judicial branch or a state agency.Further,in accordance with Section 11.062, F.S., no state funds, exclusive of salaries, travel expenses, and per diem, appropriated to,or otherwise available for use by,any executive,judicial,or quasi-judicial department shall be used by any state employee or other person for lobbying purposes. 15. COMPLIANCE WITH LAW: The Grantee shall comply with all applicable federal, state and local rules and regulations in providing services to the Department under this Agreement. The Grantee acknowledges that this requirement includes,but is not limited to, compliance with all applicable federal,state and local health and safety rules and regulations. The Grantee further agrees to include this provision in all subcontracts issued as a result of this Agreement. 16. NOTICE: All notices and written communication between the parties shall be sent by electronic mail, U.S. Mail, a courier delivery service,or delivered in person.Notices shall be considered delivered when reflected by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when receipt is acknowledged by recipient. 17. CONTACTS: The Department's Grant Manager(which may also be referred to as the Department's Project Manager)for this Agreement is identified below: Pankaj Shah Florida Department of Environmental Protection Division of Water Restoration Assistance 3900 Commonwealth Blvd.,MS#3505 Tallahassee,Florida 32399 Telephone No.: 850-245-2962 E-mail Address: Pankaj.Shah@dep.state.fl.us The Grantee's Grant Manager for this Agreement is identified below: Liz Gosselin Collier County 2800 North Horseshoe Drive Naples,FL 34104 Telephone No.: 239-252-5867 E-mail Address: LizGosselin@colliergov.net 18. INSURANCE: To the extent required by law,the Grantee will secure and maintain insurance coverages in the amounts and categories specified below, during the life of this Agreement. The Grantee shall provide documentation of any private insurance or self-insurance, as may be applicable to governmental entities,to the Department's Grant Manager prior to performance of any work pursuant to this Agreement. DEP Agreement No. S0859,Page 7 of 11 16A15 A 1 5 A. The Grantee shall secure and maintain Workers' Compensation Insurance for all of its employees connected with the work of this project and, in case any work is subcontracted, the Grantee shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of its employees unless such employees are covered by the protection afforded by the Grantee. Any self-insurance program or insurance coverage shall comply fully with the Florida Workers' Compensation law. In case any class of employees engaged in hazardous work under this Agreement is not protected under Workers' Compensation statutes,the Grantee shall provide, and cause each subcontractor to provide, adequate insurance satisfactory to the Department, for the protection of its employees not otherwise protected. B. The Grantee shall secure and maintain, and ensure that any of its subcontractors similarly secure and maintain, Commercial General Liability insurance including bodily injury and property damage. The minimum limits of liability shall be $200,000 each individual's claim and$300,000 each occurrence. This insurance will provide coverage for all claims that may arise from the services and/or operations completed under this Agreement, whether such services and/or operations are by the Grantee or any of its subcontractors. Such insurance shall include the State of Florida,the Department,and the State of Florida Board of Trustees of the Internal Improvement Trust Fund,as Additional Insureds for the entire length of the Agreement. C. The Grantee shall secure and maintain, and ensure that any of its subcontractors similarly secure and maintain, Commercial Automobile Liability insurance for all claims which may arise from the services and/or operations under this Agreement, whether such services and/or operations are by the Grantee or any of its subcontractors. Such insurance shall include the State of Florida, the Department,and the State of Florida Board of Trustees of the Internal Improvement Trust Fund,as Additional Insureds for the entire length of the Agreement. The minimum limits of liability shall be as follows: $300,000 Automobile Liability Combined Single Limit for Company-Owned Vehicles, if applicable $300,000 Hired and Non-owned Automobile Liability Coverage D. If any work proceeds over or adjacent to water, the Grantee shall secure and maintain, as applicable, any other type of required insurance, including but not limited to Jones Act, Longshoreman's and Harbormaster's, or the inclusion of any applicable rider to worker's compensation insurance, and any necessary watercraft insurance, with limits of not less than $300,000 each. In addition, the Grantee shall include these requirements in any sub grant or subcontract issued for the performance of the work specified in Attachment A, Grant Work Plan. Questions concerning required coverage should be directed to the U.S.Department of Labor (http://www.dol.gov/owcp/dlhwc/Iscontac.htm)or to the parties' insurance carriers. E. All insurance policies shall be with insurers licensed or eligible to do business in the State of Florida. The Grantee's current certificate of insurance shall contain a provision that the insurance will not be canceled for any reason except after thirty(30) calendar days' written notice(with the exception of non-payment of premium which requires a 10-calendar-day notice) to the Department's Procurement Administrator. In addition, the Grantee shall include these requirements in any sub grant or subcontract issued for the performance of the work specified in Attachment A,Grant Work Plan. F. If the Grantee is a Florida governmental entity that is self-funded for liability insurance, this paragraph 18.F. supersedes 18.A.through E.,above. Grantee warrants and represents that it is self-funded for liability insurance, appropriate and allowable under Florida law, and that such self-insurance offers protection applicable to the DEP Agreement No. S0859,Page 8 of 11 1 641 5 Grantee's officers, employees, servants and agents while acting within the scope of their employment with the Grantee. Grantee warrants and represents that it is self-funded for liability insurance, appropriate and allowable under Florida law, and that such self-insurance offers protection applicable to the Grantee's officers, employees, servants and agents while acting within the scope of their employment with the Grantee. 19. CONFLICT OF INTEREST: The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any manner or degree with the performance of services required. 20. EQUIPMENT: Reimbursement for equipment purchases costing $1,000 or more is not authorized under the terms and conditions of this Agreement. 21. CHANGE ORDERS: The Department may at any time, by written Change Order, make any change in the Grant Manager information, task timelines within the current authorized Agreement period, or make changes that are less than 10%of the total approved deliverable budget(per Paragraph 3). All Change Orders are subject to the mutual agreement of both parties as evidenced in writing. Any change which causes an increase or decrease in the Agreement amount,expiration date of the Agreement,or deliverable costs that are equal to or greater than 10% of the total approved deliverable budget (per Paragraph 3), shall require formal Amendment to this Agreement. 22. UNAUTHORIZED EMPLOYMENT: The employment of unauthorized aliens by any Grantee/subcontractor is considered a violation of Section 274A(e) of the Immigration and Nationality Act. If the Grantee/subcontractor knowingly employs unauthorized aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible for including this provision in all subcontracts with private organizations issued as a result of this Agreement. 23. DISCRIMINATION: A. No person,on the grounds of race,creed,color,religion,national origin,age,gender,or disability, shall be excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination in performance of this Agreement. B. An entity or affiliate who has been placed on the discriminatory vendor list pursuant to section 287.134, F.S., may not submit a bid on a contract to provide goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work,may not submit bids on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity,and may not transact business with any public entity. The Florida Department of Management Services is responsible for maintaining the discriminatory vendor list and posts the list on its website. Questions regarding the discriminatory vendor list may be directed to the Florida Department of Management Services,Office of Supplier Diversity,at(850)487-0915. 24. LAND ACQUISITION: Land acquisition is not authorized under the terms of this Agreement. DEP Agreement No. S0859,Page 9 of 11 25. PHYSICAL ACCESS AND INSPECTION: As applicable,Department personnel shall be given access to and may observe and inspect work being performed under this Agreement,including by any of the following methods: A. Grantee shall provide access to any location or facility on which Grantee is performing work,or storing or staging equipment,materials or documents;and B. Grantee shall permit inspection of any facility,equipment,practices,or operations required in performance of any work pursuant to this Agreement;and C. Grantee shall allow and facilitate sampling and monitoring of any substances,soils,materials or parameters at any location reasonable or necessary to assure compliance with any work or legal requirements pursuant to this Agreement. 26. EXECUTION IN COUNTERPARTS. This Agreement may be executed in two or more counterparts,each of which together shall be deemed an original,but all of which together shall constitute one and the same instrument. In the event that any signature is delivered by facsimile transmission or by e-mail delivery of a".pdf'format data file,such signature shall create a valid and binding obligation of the party executing(or on whose behalf such signature is executed)with the same force and effect as if such facsimile or".pdf'signature page were an original thereof. 27. SEVERABILITY CLAUSE: This Agreement has been delivered in the State of Florida and shall be construed in accordance with the laws of Florida. Wherever possible, each provision of this Agreement shall be interpreted in such manner as to be effective and valid under applicable law,but if any provision of this Agreement shall be prohibited or invalid under applicable law, such provision shall be ineffective to the extent of such prohibition or invalidity, without invalidating the remainder of such provision or the remaining provisions of this Agreement. Any action hereon or in connection herewith shall be brought in Leon County,Florida. 28. ENTIRE AGREEMENT: This Agreement represents the entire agreement of the parties. Any alterations, variations, changes, modifications or waivers of provisions of this Agreement shall only be valid when they have been reduced to writing, duly signed by each of the parties hereto, and attached to the original of this Agreement, unless otherwise provided herein. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK DEP Agreement No. 50859,Page 10 of 11 I. ,' - r O R5L IN WITNESS WHEREOF,the parties have caused this Agreement to be duly executed,the day and year last written below. COLLIER COUNTY STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION By: Donna Fiala,Chairman* Secre ary or Designee Date: Date: c i t/ I Cp FEID No.:59-6000558 y Pankaj Shah,DEP Grant Manager , ,I. )ailitaf DEP Q4 eviewer *For Agreements with governmental boards/commissions: If someone other than the Chairman signs this Agreement, a resolution, statement or other document authorizing that person to sign the Agreement on behalf of the Grantee must accompany the Agreement. List of attachments/exhibits included as part of this Agreement: Specify Letter/ Type Number Description(include number of pages) Attachment A Grant Work Plan(5 Pages) Attachment B Payment Request Summary Form(2 Pages) Attachment C Contract Payment Requirements(1 Page) Attachment D Progress Report Form(1 Page) Attachment E Special Audit Requirements(5 Pages) • 'i ▪ c• am', ATTEST , 0.. .'Troy . as t' foAndlegality DWIGHT E. BRCS K, CLERK 1 4 BY..; Sc• R.Teach, Deputy County Attorney 'Attest�as'to Ghairillarl' S signature only. DEP Agreement No. S0859,Page 11 of 11 1 6 r; ATTACHMENT A GRANT WORK PLAN PROJECT TITLE: Collier County Naples Park Area/Basin Infrastructure Optimization for Stormwater,Water and Sewer PROJECT AUTHORITY: Collier County(Grantee)received funding from the Florida Legislature in the amount of $750,000 through Specific Appropriation Line Item No. 1662A, Fiscal Year (FY) 2015 — 2016, General Appropriations Act.The Grantee received this funding for the purpose of addressing stormwater management,water and wastewater distribution issues. Monitoring and auditing guidelines,as related to the Florida Single Audit Act,are specified in the Florida Catalog of State Financial Assistance(CSFA),No.37.039. PROJECT LOCATION: The Project will be located in Naples Park, which is located within the unincorporated area of North Naples in Collier County,Florida. See Figure 1 for a location map. PROJECT BACKGROUND: The Project integrates stormwater,water and wastewater elements to achieve capital improvement efficiencies, maximize community convenience and to protect impaired water bodies in a financially disadvantaged community (Low Income Census Block Group), Naples Park Community. The Naples Park Community, which began developing in the 1950s, encompasses twenty-one (21) streets. The goal of the overall program is to target one(1)to two(2)streets per phase to address stormwater,water and wastewater issues.The FY 2015-2016 phase will include improvements along 110th Ave.N and 107th Ave.N within the community. The stormwater collection system historically consisted of roadside ditches and driveways with a culvert pipe to allow storm water to flow under and through the driveway.Most of these culverts and piping are too small,are installed at improper elevation,have reached the end of their typical life span,and are in need of replacement.Significant sections of the streets within this community experience chronic flooding during normal or slightly above normal rainfall conditions due to poor conditions of the internal street side collection and conveyance system. The potable water system was installed over 40 years ago and is made out of asbestos cement pipe that has reached the end of its useful life. Due to the pipe's age and environment,there is an ever increasing number of water main leaks and breaks,which directly affects the Collier County Water and Sewer District's ability to supply uninterrupted service to its customers. There are a limited number of isolation valves in this area,limiting operational control during maintenance of the distribution system. The system also lacks a sufficient number of fire hydrants,limiting the fire protection in the area. The sewer system was also installed over 40 years ago and due to its age,the vitrified clay pipe gravity sewer system needs to be replaced. Related infrastructure is aged. Replacement is needed to minimize the likelihood of sanitary system overflows in environmentally sensitive areas and ensure continued effectiveness of the wastewater collection infrastructure. PROJECT DESCRIPTION: The Grantee intends to address stormwater management, water and wastewater distribution issues along 110th Ave.N and 107th Ave.N. The proposed project is for basin infrastructure optimization for stormwater, water, and sewer. Stormwater improvements will provide stormwater runoff collection and conveyance improvement. As well as a reduction of potential flooding for private property by replacing deteriorated culverts, installing perforated pipes, and reconstructing the roadside stormwater management system. Water quality improvements, prior to discharge into Vanderbilt Lagoon, will be made by installing perforated pipes and reconstructing the swale system, which promotes water infiltration into the ground, and the installation of sedimentation traps.Water improvements will provide minimization of potable water service interruptions to residents and businesses in Naples Park by removing old asbestos-concrete pipes and installing new PVC pipes; better distribution system by upgrading the diameter of pipes;fire protection system by replacing old hydrants and installing additional hydrants in the area;and protection of the water distribution system by installing back flow preventers for each service connection.Sewer/wastewater improvements will provide assurance and effectiveness of the wastewater collection; minimization of the likelihood of sanitary system overflows in environmentally sensitive areas; replacement of old clay pipes with PVC pipes,replacement of old force mains;and rehabilitation and replacement of pump stations. DEP Agreement No. S0859, Attachment A,Page 1 of 5 qti TASKS and DELIVERABLES: Task 1: Construction(Stormwater) Task Description: The Grantee will construct stormwater improvements in accordance with the final design(s)and required permits. These improvements will provide collection,treatment,and conveyance of stormwater by replacing culverts and reconstructing roadside swales. This component will eliminate undersized and aged culverts, address elevation issues and improve water quality treatment. Payment Request Schedule: Grantee may submit a payment request for cost reimbursement no more frequently than once per month. The outlined Interim Deliverable(s) must have been submitted and accepted in writing by the Department's Grant Manager prior to payment request submittal. Deliverables la: 1) signed acceptance of the completed work by the Grantee , 2)Contractor's Application and Certification for Payment,3)Dated color photographs of on-going work representing time period covered in payment request.These interim deliverables must be submitted 5 days prior to each payment request and may be submitted no more frequently than monthly. Performance Standard: The Department's Grant Manager will review each submitted interim deliverable to verify that it meets the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written acceptance of each interim deliverables submittal by the Department's Grant Manager,the Grantee may proceed with payment request submittal for costs associated with that submittal period under this task. Contractor's Certification of Payment Request should include the following supporting documentation: 1. An itemized summary of the materials, labor, and/or services utilized during the period for which payment is being requested. 2. The summary should identify the nature of the work performed;the amount expended for such work; the name of the person/entity providing the service or performing the work;proof of payment of the invoices;and evidence of all work conducted for which a request for payment is being made. 3. Evidence may include references to any drafts or partially-complete designs,surveys,environmental documents and/or permit applications,drawings, and specifications(which must be made available upon request);and documentation demonstrating partial completion of construction activities. Deliverable lb: Stormwater improvements constructed as described in this task, as evidenced by these final deliverables: 1) Dated color photographs of the construction site(s) prior to, during, and immediately following completion of the construction task; 2) written verification that the Grantee has received record drawings and any required final inspection report(s)for the project;3)signed acceptance of the completed work by the Grantee;and 4) signed statement from a Florida Licensed Professional Engineer indicating construction has been completed in accordance with the design. Performance Standard:The Department's Grant Manager will review the final deliverables to verify that they meet the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written approval by the Department's Grant Manager of all final deliverables under this task,the Grantee may proceed with payment request submittal. Task 2: Construction(Water) Task Description: The Grantee will construct water improvements in accordance with the final design(s) and required permits. The installation of new water mains seeks to replace asbestos-concrete pipes. The mains will be replaced with 6-inch and 8-inch PVC pipe along with additional fire hydrants meeting current Insurance Services Office standards for urban firefighting and to assure delivery of potable water to residents. Payment Request Schedule: Grantee may submit a payment request for cost reimbursement no more frequently than once per month. The outlined Interim Deliverable(s) must have been submitted and accepted in writing by the Department's Grant Manager prior to payment request submittal. Deliverables 2a: 1) signed acceptance of the completed work by the Grantee , 2)Contractor's Application and Certification for Payment,3)Dated color photographs of on-going work representing time period covered in payment request.These interim deliverables must be submitted 5 days prior to each payment request and may be submitted no more frequently than monthly. Performance Standard: The Department's Grant Manager will review each submitted interim deliverable to verify that it meets the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written DEP Agreement No. S0859, Attachment A, Page 2 of 5 IOC . ti acceptance of each interim deliverables submittal by the Department's Grant Manager,the Grantee may proceed with payment request submittal for costs associated with that submittal period under this task. Contractor's Certification of Payment Request should include the following supporting documentation: 1. An itemized summary of the materials, labor, and/or services utilized during the period for which payment is being requested. 2. The summary should identify the nature of the work performed;the amount expended for such work; the name of the person/entity providing the service or performing the work;proof of payment of the invoices;and evidence of all work conducted for which a request for payment is being made. 3. Evidence may include references to any drafts or partially-complete designs,surveys,environmental documents and/or permit applications,drawings,and specifications(which must be made available upon request);and documentation demonstrating partial completion of construction activities. Deliverable 2b: Water improvements constructed as described in this task,as evidenced by these final deliverables: 1)Dated color photographs of the construction site(s)prior to,during,and immediately following completion of the construction task; 2) written verification that the Grantee has received record drawings and any required final inspection report(s) for the project; 3) signed acceptance of the completed work by the Grantee; and 4) signed statement from a Florida Licensed Professional Engineer indicating construction has been completed in accordance with the design. Performance Standard:The Department's Grant Manager will review the final deliverables to verify that they meet the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written approval by the Department's Grant Manager of all final deliverables under this task,the Grantee may proceed with payment request submittal. Task 3: Construction(Wastewater) Task Description: The Grantee will construct wastewater improvements in accordance with the final design(s)and required permits. This task will include the replacement of wastewater gravity mains,force mains and pump stations. The installation of new wastewater mains seeks to replace all PVC and clay pipes. Payment Request Schedule: Grantee may submit a payment request for cost reimbursement no more frequently than once per month. The outlined Interim Deliverable(s) must have been submitted and accepted in writing by the Department's Grant Manager prior to payment request submittal. Deliverables 3a: 1) signed acceptance of the completed work by the Grantee , 2)Contractor's Application and Certification for Payment,3)Dated color photographs of on-going work representing time period covered in payment request.These interim deliverables must be submitted 5 days prior to each payment request and may be submitted no more frequently than monthly Performance Standard: The Department's Grant Manager will review each submitted interim deliverable to verify that it meets the specifications in the Grant Work Plan and this task description and that work is being performed in accordance with the Grantee's construction contract documents and specifications. Upon review and written acceptance of each interim deliverables submittal by the Department's Grant Manager,the Grantee may proceed with payment request submittal for costs associated with that submittal period under this task. Contractor's Certification of Payment Request should include the following supporting documentation: 1. An itemized summary of the materials, labor, and/or services utilized during the period for which payment is being requested. 2. The summary should identify the nature of the work performed;the amount expended for such work; the name of the person/entity providing the service or performing the work;proof of payment of the invoices;and evidence of all work conducted for which a request for payment is being made. 3. Evidence may include references to any drafts or partially-complete designs,surveys,environmental documents and/or permit applications,drawings,and specifications(which must be made available upon request);and documentation demonstrating partial completion of construction activities. Deliverable 3b: Wastewater improvements constructed as described in this task, as evidenced by these final deliverables: 1) Dated color photographs of the construction site(s) prior to, during, and immediately following completion of the construction task; 2) written verification that the Grantee has received record drawings and any required final inspection report(s)for the project;3)signed acceptance of the completed work by the Grantee;and 4) signed statement from a Florida Licensed Professional Engineer indicating construction has been completed in accordance with the design. DEP Agreement No. S0859,Attachment A,Page 3 of 5 A r 16A15 PROJECT TIMELINE: The tasks must be completed by the end of each task timeline and all deliverables must be received by the designated due date. Task/ Deliverable Due Date/ Deliverable No. Task or Deliverable Title Task Start Date Task End Date Frequency 1 Construction(Stormwater) 4/1/2016 6/30/2018 As needed,no more 1 a Interim deliverables frequently than monthly lb Final deliverables 6/30/2018 2 Construction(Water) 4/1/2016 6/30/2018 As needed,no more 2a Interim deliverables frequently than monthly 2b Final deliverables 6/30/2018 3 Construction(Wastewater) 4/1/2016 6/30/2018 As needed,no more 3a Interim deliverables frequently than monthly 3b Final deliverables 6/30/2018 BUDGET DETAIL BY TASK: Task No. Budget Category ' Budget Amount 1 Contractual Services $375,000 2 Contractual Services $187,500 3 Contractual Services $187,500 PROJECT BUDGET SUMMARY: Cost reimbursable grant funding must not exceed the category totals for the project as indicated below. Category Totals Grant Funding,Not to Exceed,$750,000 Contractual Services Total $750,000 Total: $750,000 DEP Agreement No. S0859,Attachment A,Page 4 of 5 6.„ r7 1 6 n Figure 1 a ��� '3 v04 ed 3� •r� +IfF 4 ,'k**.''': a' '� kfl4AVEN uebAV � �,n a a ' rx--R«s'ge- Immo a R514 �2 FgbVE , ° Ys , - `�` P -.:w " f , :� s-, r''';' 6: " ' i c t ', 41,-„,,„_,,,„ egr ' 8 `' o[ 'r7.,,," „ � i f ve �„�” t „$ i,,,.�1. "'�x $ eco la sou -`tc�.� °nn�s,AVE; . ,. �-74A.:._ 'lae�n,�"w � � l � r u idsr� e ,�' g IF,' r„ ,. , { +'s� _ dzs'x^rS i_-�. iE.r i83 '+ ro„? .rnr� :61 r a °,i } ,'''''IV ' i FY15 16 Phase 107th Ave and 110th Ave rf,,, -, �a,Ur6'?' ixv ,, a4 E. �ur� . •r >r. y "" $ vOr t "Ita,��c �D �1� � *.;>44x,, t ��+ r � ��"�� � +c..w �,�r� '"x� r,t. �tt„u,` � � e�s^'eNA�iE� �r ��, � � as � -k � t'# t -''''','\44,1,1% � �� k f !;64,2;,, -, . «,� _.-,,,,Ali,;!:a`� 5..4 �` s�,"^R z' " :tZ p : r 1 °imlgoR k 7� S r5 '4,1°471:: n F �' Z ' g t' -s� S �4 � ,.� ,�+ �ti 8 .'V �+'i ���-r � �1 �` fi � £� �tai a. `� X70 c� 7s e amjl4 E s �� �._i� �� �t '171 4444� �"�'F� # T � f tib."'# �2 a, ��� ������ 71 z t5 � nth J r � yd�'�r; f ✓ See SOI xr i �Y "' �r �a�!{.714'-'44:1:4:1, t1::: � .ice 'Hitli �7thAJqa f� It: :T� rrJ "' t , Z~ 'Ca in sr E = .r a' �lilirRZ5vitht' rr - � i _ 'g..}%). i, z'Y3 p. 4 '' us�A°w� �a s t t >, �3ht4�E. �'111911,,,.' �� Multi-year Project Area#t4r) �''* �e� Pa.., , 93ro JE.t f t� { J 1'. 3,1„ E. t:- .-,“:4•-,,,,..T.!.._ �� 81st:J 'e y�W''SY '.fit 3b �. , ,t;44171V , 0 3+.+' >a s ,,4r, � �sr+i +.. q,�����, z ����'_ e.n a ! A�`'w° ,�e�. y+�,,'' 3� ""i ,a 3'� !17/"�i ,y ,� r"�`$ � 9f�_,40 3 ,t ai ist 'M _ "b j. ��T�n, a ,, +_ LE ' a� �y ,=a.. � r A "^e�, .*'r' Vo!kJ,,- ljiB �', 'k i o f a tF 3�`'' % y ,t" A a Ch:Rip's-„,- $D 'a � -,/,-,,;4,,,,-,_ s. „,,,,,q,,,,,,,,,„„4,4. �� � ,C, .;,,,...*.--''''''1.4°•-• tom z �. • H s �. Lp.i+ # '!s'y. htiY �2 a :..1.-7-1/'''”' q\'� ���� � tai �� � a'TL�},y�u � �`' � Barri .�' �� €� � r m 3�� � va � � s ,5y � �. DEP Agreement No. S0859,Attachment A, Page 5 of 5 0 1 6 A 1 5 ATTACHMENT B PAYMENT REQUEST SUMMARY FORM DEP Agreement No.: Agreement Effective Dates: Grantee: Grantee's Grant Manager: Mailing Address: Payment Request No. Date of Payment Request: Performance Period (Start date—End date): Task/Deliverable No(s). Task/Deliverable Amount Requested: $ GRANT EXPENDITURES SUMMARY SECTION [Effective Date of Grant through End-of-Grant Period] AMOUNT OF TOTAL MATCHING TOTAL CATEGORY OF EXPENDITURE THIS REQUEST CUMULATIVE FUNDS FOR CUMULATIVE PAYMENT THIS REQUEST MATCHING REQUESTS FUNDS Salaries/Wages $N/A $N/A $N/A $N/A Overhead/Indirect/G&A Costs $N/A $N/A $N/A $N/A Fringe Benefits $N/A $N/A $N/A $N/A Indirect Cost $N/A $N/A $N/A $N/A Contractual(Subcontractors) $ $ $ $ Travel(if authorized) $N/A $N/A $N/A $N/A Equipment Purchases(if authorized) $N/A $N/A $N/A $N/A Rental/Lease of Equipment $N/A $N/A $N/A $N/A Other Expenses $N/A $N/A $N/A $N/A Land(if authorized) $N/A $N/A $N/A $N/A TOTAL AMOUNT $ $ $ $ TOTAL TASK/DELIVERABLE $ $ BUDGET AMOUNT Less Total Cumulative Payment $ $ Requests of: TOTAL REMAINING IN TASK $ $ GRANTEE CERTIFICATION Complete Grantee's Certification of Payment Request on Page 2 to certify that the amount being requested for reimbursement above was for items that were charged to and utilized only for the above cited grant activities. Attachment B,Page 1 of 3 6 A 1 5 Grantee's Certification of Payment Request (Print name of Grantee's Grant Manager designated in the Agreement) on behalf of do hereby certify that: (Print name of Grantee/Recipient) D The disbursement amount requested is for allowable costs for the project described in Attachment A of the Agreement. 2 All costs included in the amount requested have been satisfactorily purchased, performed, received, and applied toward completing the project; such costs are documented by invoices or other appropriate documentation as required in the Agreement. 2 The Grantee has paid such costs under the terms and provisions of contracts relating directly to the project; and the Grantee is not in default of any terms or provisions of the contracts. Check all that apply: ❑ All permits and approvals required for the construction, which is underway, have been obtained. O Construction up to the point of this disbursement is in compliance with the construction plans and permits. ❑ The Grantee's Grant Manager relied on certifications from the following professionals that provided services for this project during the time period covered by this Certification of Payment Request,and such certifications are included: Professional Service Provider(Name/License No.) Period of Service(mm/dd/yy—mm/dd/yy) Grantee's Grant Manager's Signature Grantee's Fiscal Agent Print Name Print Name Telephone Number Telephone Number Attachment B,Page 2 of 3 1 5 A 1 5 INSTRUCTIONS FOR COMPLETING PAYMENT REQUEST SUMMARY FORM DEP AGREEMENT NO.: This is the number on your grant agreement. AGREEMENT EFFECTIVE DATES: Enter agreement execution date through end date. GRANTEE: Enter the name of the grantee's agency. GRANTEE'S GRANT MANAGER: This should be the person identified as grant manager in the grant Agreement. MAILING ADDRESS: Enter the address that you want the state warrant sent. PAYMENT REQUEST NO.: This is the number of your payment request,not the quarter number. DATE OF PAYMENT REQUEST: This is the date you are submitting the request. PERFORMANCE PERIOD: This is the beginning and ending date of the performance period for the task/deliverable that the request is for(this must be within the timeline shown for the task/deliverable in the Agreement). TASK/DELIVERABLE NO.: This is the number of the task/deliverable that you are requesting payment for and/or claiming match for(must agree with the current Grant Work Plan). TASK/DELIVERABLE AMOUNT REQUESTED: This should match the amount on the "TOTAL TASK/DELIVERABLE BUDGET AMOUNT"line for the"AMOUNT OF THIS REQUEST'column. GRANT EXPENDITURES SUMMARY SECTION: "AMOUNT OF THIS REQUEST"COLUMN: Enter the amount that was expended for this task during the period for which you are requesting reimbursement for this task. This must agree with the currently approved budget in the current Grant Work Plan of your grant Agreement. Do not claim expenses in a budget category that does not have an approved budget. Do not claim items that are not specifically identified in the current Grant Work Plan. Enter the column total on the"TOTAL AMOUNT'line. Enter the amount of the task on the"TOTAL TASK BUDGET AMOUNT' line. Enter the total cumulative amount of this request and all previous payments on the"LESS TOTAL CUMULATIVE PAYMENT REQUESTS OF' line. Deduct the"LESS TOTAL CUMULATIVE PAYMENT REQUESTS OF' from the "TOTAL TASK BUDGET AMOUNT'for the amount to enter on the"TOTAL REMAINING IN TASK'line. "TOTAL CUMULATIVE PAYMENT REQUESTS" COLUMN: Enter the cumulative amounts that have been requested to date for reimbursement by budget category. The final request should show the total of all requests; first through the final request(this amount cannot exceed the approved budget amount for that budget category for the task you are reporting on). Enter the column total on the"TOTALS"line. Do not enter anything in the shaded areas. "MATCHING FUNDS" COLUMN: Enter the amount to be claimed as match for the performance period for the task you are reporting on. This needs to be shown under specific budget categories according to the currently approved Grant Work Plan. Enter the total on the"TOTAL AMOUNT'line for this column. Enter the match budget amount on the "TOTAL TASK BUDGET AMOUNT' line for this column. Enter the total cumulative amount of this and any previous match claimed on the"LESS TOTAL CUMULATIVE PAYMENTS OF'line for this column. Deduct the"LESS TOTAL CUMULATIVE PAYMENTS OF'from the"TOTAL TASK BUDGET AMOUNT'for the amount to enter on the "TOTAL REMAINING IN TASK'line. "TOTAL CUMULATIVE MATCHING FUNDS"COLUMN: Enter the cumulative amount you have claimed to date for match by budget category for the task. Put the total of all on the line titled"TOTALS." The final report should show the total of all claims,first claim through the final claim,etc. Do not enter anything in the shaded areas. GRANTEE'S CERTIFICATION: Check all boxes that apply. Identify any licensed professional service providers that certified work or services completed during the period included in the request for payment. Must be signed by both the Grantee's Grant Manager as identified in the grant agreement and the Grantee's Fiscal Agent. NOTES: If claiming reimbursement for travel,you must include copies of receipts and a copy of the travel reimbursement form approved by the Department of Financial Services,Chief Financial Officer. Documentation for match claims must meet the same requirements as those expenditures for reimbursement. Attachment B,Page 3 of 3 ATTACHMENT C Contract Payment Requirements Florida Department of Financial Services,Reference Guide for State Expenditures 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. Listed below are examples of the 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. 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. The Florida Department of Financial Services, online Reference Guide for State Expenditures can be found at this web address: http://www.fldfs.com/aadir/reference_guide.htm Attachment C,Page 1 of 1 1 6 A I 5 ATTACHMENT D PROGRESS REPORT FORM DEP Agreement No.: Grantee Name: Grantee Address: Grantee's Grant Manager: Telephone No.: Reporting Period: Project Number and Title: Provide the following information for all tasks and deliverables identified in the Grant Work Plan: a summary of project accomplishments for the reporting period; a comparison of actual accomplishments to goals for the period; if goals were not met, provide reasons why; provide an update on the estimated time for completion of the task and an explanation for any anticipated delays and identify by task. NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan. The following format should be followed: Task l: Progress for this reporting period: Identify any delays or problems encountered: This report is submitted in accordance with the reporting requirements of DEP Agreement No. and accurately reflects the activities associated with the project. Signature of Grantee's Grant Manager Date Attachment D,Page 1 of 1 I 6 14 1 ATTACHMENT E SPECIAL AUDIT REQUIREMENTS The administration of resources awarded by the Department of Environmental Protection (which may be referred to as the "Department", "DEP", "FDEP" or "Grantor", or other name in the contract/agreement) to the recipient (which may be referred to as the "Contractor", Grantee"or other name in the contract/agreement) may be subject to audits and/or monitoring by the Department of Environmental Protection,as described in this attachment. MONITORING In addition to reviews of audits conducted in accordance with 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 Attachment 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 I, paragraph 1, the recipient shall fulfill the requirements relative to auditee responsibilities as provided in Subpart C of OMB Circular A-133, 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 internet at http://12.46.245.173/cfda/cfda.html. Attachment E,Page 1 of 5 1 6415 PART II: STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2)(m),Florida Statutes. 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 Attachment 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 https://apps.fldfs.com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at http://www.leg.state.fl.us/Welcome/index.cfm, State of Florida's website at http://www.myflorida.com/, Department of Financial Services' Website at http://www.fldfs.com/ and the Auditor General's Website at http://www.state.fl.us/audgen. PART III: OTHER AUDIT REQUIREMENTS (NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity that are solely a matter of that State awarding entity's policy(i.e., the audit is not required by Federal or State laws and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.97(8), Florida Statutes, State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for funding the full cost of such additional audits.) PART IV: REPORT SUBMISSION 1. Copies of reporting packages for audits conducted in accordance with OMB Circular A-133,as revised,and required by PART I of this Attachment shall be submitted, when required by Section .320 (d), OMB Circular A-133,as revised,by or on behalf of the recipient directly to each of the following: Attachment E,Page 2 of 5 CO) 6 A A. The Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSingleAudit@dep.state.fl.us 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 Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1, 2008,must be submitted using the Federal Clearinghouse's Internet Data Entry System which can be found at http://harvester.census.gov/fac/ 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 one the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSingleAudit n,dep.state.fl.us 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 one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSingleAudit(ZI dep.state.fl.us Attachment E,Page 3 of 5 0 5 16 A1 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 4. Copies of reports or management letters required by PART III of this Attachment shall be submitted by or on behalf of the recipient directly to the Department of Environmental Protection at one of the following addresses: By Mail: Audit Director Florida Department of Environmental Protection Office of the Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSinleAudit@dep.state.fl.us 5. Any reports, management letters, or other information required to be submitted to the Department of Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with OMB Circular A-133,Florida Statutes,or Chapters 10.550 (local governmental entities)or 10.650 (nonprofit and for-profit organizations),Rules of the Auditor General,as applicable. 6. Recipients, when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with OMB Circular A-133, or Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, should indicate the date that the reporting package was delivered to the recipient in correspondence accompanying the reporting package. PART V: RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of this Agreement for a period of 5 years from the date the audit report is issued, and shall allow the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon request. The recipient shall ensure that audit working papers are made available to the Department of Environmental Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of 3 years from the date the audit report is issued,unless extended in writing by the Department of Environmental Protection. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Attachment E,Page 4 of 5 0 1 6 A 1 5 r3 •r; 0 .- p 0 .i p a) .- p r-- 0 •b U 0.U U Q Q Q y o E 'ti R3 0 V1 � N CS rnQ .i w 0 `, L. = O rn 7.. ... E .moi E C co y E ti < i Q N Q O C ° �"' tz 'C to 0 bo O co A o 0 = o E O O 0- "' 471 i+ s. c 0 0 C n r-. .0°) p .G 0 o O 69 6 -0 w w w w 4 y U wtia.) 0) 4., 4, -d •7 U.' 0 y -01:4)❑ _ c o a ti0 •° Q C O vo O ti C.pO C L O u H C `� LI. U Q el c as Y v ami W xi V. O N 9 .r'ti ti)w ° 0 0 a N U 3 0 c F� o c 0 v°, w -o U w an 0 V) S ¢ `L Q w C.61 C4 y '11-3 z ..�. Q ^ Q a) ❑ a.) E ti 4• .-+ 0 0 U U o ' Q a I U � 3a vo o ) c^ E.-. •, 0'ct o 0, o 0. zvo ,-C < ti . C X U cU ❑ W C U i. O 0 WE c c Q n M a U � • 0 czM o L i. a3 b 0< Q 0 a H o ' o U EH �' Q o o ° . o Z 0E Q - Q �, Ny U 0y Q o u• O LL. 3 ' til i.1 LUz y U 0rO .0 -0 o o ' Ow J VI w 5 + L^ L yNo a c � = y y 0. s.., H c c '� o wo Z a.) cLa41 d • G C. aN 1:11: 1:4u v a ' a0 v . 0 CU Q bA O N vi 4 b o E w w ,o. d n 0 et y •o o E r, -40 .� w F, 3 w w w Y? a03 0 Q y i 3 ami 0 b w CU 01) Lu 0a � � O • P. Qo to N , • Q CG LL. et _0 a> L. .o d Y E •a = E � � � ° E 0 aoE ab bAE GC tel oaE 'an � a' U .sr 1" "6 �' O o '% N a) U a) U a) O O d a) O a> V] � waz ywaz : a` z0 , o w w., c7rn w .