Loading...
Backup Documents 02/09/2021 Item #16A20 ORIGINAL DOCUMENTS CHECKLIST & ROUTING SLIP TO ACCOMPANY ALL ORIGINAL DOCUMENTS SENT TO i 6 A 2 0 THE BOARD OF COUNTY COMMISSIONERS OFFICE FOR SIGNATURE 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 UY►E7 4. BCC Office Board of County ` 1 Commissioners J l 1)7)' 5. Minutes and Records Clerk of Courts Office t PRIMARY CONTACT INFORMATION 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 Jessica Arencibia/GMD 239-252-8345 Contact/ Department Agenda Date Item was 02/09/2021 Agenda Item Number 16A20 Approved by the BCC Type of Document FDEP Grant 200O3 Number of Original Attached Documents Attached 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) 1. Does the document require the chairman's original signature STAMP OK JA 2. Does the document need to be sent to another agency for additional signatures? If yes, JA 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 JA 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 JA 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 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 gnature and initials are required. 7. In most cases(some contracts are an exception),the original document and this routing slip JA 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 02/09/2021 and all changes made during JA N/A is not the meeting have been incorporated in the attached document. The County an option for Attorney's Office has reviewed the changes,if applicable. \ this line. 9. Initials of attorney verifying that the attached document is the version approved by the N/A is not BCC,all changes directed by the BCC have been made,and the document is ready for th \ an option for Chairman's signature. this line. I:Forms/County Forms/BCC Forms/Original Documents Routing Slip WWS Original 9.03.04,Revised 1.26.05,Revised 2.24.05;Revised 11/30/12 16A2Q Ann P. Jennejohn From: Ann P.Jennejohn Sent: Tuesday, February 16, 2021 10:56 AM To: 'ArencibiaJessica' Subject: FDEP Grant 200O3 (2-9-21 BCC Meeting Item #16A20) Attachments: FDEP Grant 200O3 2-9-21 Item #16A20).pdf Hi Jessica, A signed copy of the document referenced above is attached for further processing. After obtaining the necessary signatures, please return a fully executed copy to me, so we have a complete document in the Hoards records. Thank you! Ann Jenne,jotin 13MR Senior Deputy Clerk II ` ,.iT�Yk:k Clerk to the Value Adjustment Board F•, Office: 23q-252-840(0 Fax: 23q-252-8408 (if applicable) Ann.Jennejohn@CollierClerk.cow rite, mac,: Office of the Clerk of the Circuit Court & Comptroller of Collier County 32qq Tav iavni Trail, Suite *401 Naples, FL 34112-5324 www.CollierClerk.com i 16A20 AMENDMENT NO. 1 TO AGREEMENT NO.200O3 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND COLLIER COUNTY This Amendment to Agreement No. 200O3 is made by and between the Department of Environmental Protection (Department),an agency of the State of Florida,and Collier County,2685 S. Horseshoe Drive, Unit 103 Naples, FL 34104 (Local Sponsor), on the date last signed below. WHEREAS,the Department entered into the Agreement with the Local Sponsor for Wiggins Pass Inlet Management Plan Implementation effective October 11,2019; and WHEREAS,the parties wish to amend the Agreement as set forth herein as the Grantee has requested updates to the Grant Work Plan, and the Department has agreed. WHEREAS, the Department is increasing the total amount of funding of the Agreement pursuant to Chapter 161.101(20.0)(1),Florida Statutes. NOW THEREFORE, the parties agree as follows: 1) Attachment 5,Special Audit Requirements,Exhibit l is hereby deleted in its entirety and replaced with Exhibit 1-A, attached hereto and made a part of the Agreement.All references in the Agreement to Attachment 5, Special Audit Requirements,Exhibit 1 shall hereinafter refer to Exhibit 1-A. 2) The total amount of funding of the Agreement is increased to $923,570.50. 3) The Agreement is extended for a 6-month period to begin July I,2023,and remain in effect until December 31,2023. The Department and the Grantee shall continue to perform their respective duties during this extension period pursuant to the same terms and conditions provided in the Agreement. 4) Attachment 2,Special Terms and Conditions,is hereby deleted itt its entirety and replaced with Attachment 2-A, Revised Special Terms and Conditions,as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3 shall hereinafter refer to Attachment 2-A,Revised Special Terms and Conditions. 5) Attachment 3,Grant Work Plan,is hereby deleted in its entirety and replaced with Attachment 3-A, Revised Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3 shall hereinafter refer to Attachment 3-A,Revised Grant Work Plan. 6) All other terms and conditions of the Agreement remain in effect, If and to the extent that any inconsistency may appear between the Agreement and this Amendment,the provisions of this Amendment shall control. -REMAINDER OF PAGE INTENTIONALLY LEFT BLANK- Agreement No, 200O3 Amendment No.: 1 1 of 2 Rev.l O+B+4 16A20 The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. Collier Cou ty Florida Department of Environmental Protection By: By: Title:Chairman Secretary or Designee Date: -9- k. Date: LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: I Specify Type Letter/Number Description Attachment 2-A Revised Special Terms and Conditions(2 pages) Attachment 3-A Revised Grant Work Plan(4 pages) Attachment 5,Exhibit I-A Special Audit Requirements(2 pages) ATTEST CRYSTAL K.KINZEL,CLERK ��1 BY: ` _ . �.►„woe__ Attest a4 fo , rigitatute9j(4. . .)r; Approval as to farm an legality I A:Aistunt Count Attomcy - p Agreement No.200O3 Amendment No.: 1 2 of 2 Rev. 10/8/18 16A20 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Revised Special Terms and Conditions AGREEMENT NO,200O3 ATTACHMENT 2-A These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions,Attachment 1. Where in conflict,these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is Wiggins Pass Inlet Management Plan Implementation.The Project is defined in more detail in Attachment 3,Grant Work Plan. 2. Duration. a. Reimbursement Period.The reimbursement period for this Agreement begins on January 1,2019 and ends at the expiration of the Agreement. b. Extensions.There are extensions available for this Project. c. Service Periods. Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation.This is a cost reimbursement Agreement.The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing.Invoicing will occur as indicated in Attachment 3. c. Advance Pay.Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories,as defined in the Reference Guide for State Expenditures,as indicated: Reimbursement Match Category ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ❑ a. Fringe Benefits,for actual costs not to exceed the budget amount identified in Attachment 3. ❑ ❑ b. Indirect Costs,N/A. El ❑ Contractual(Subcontractors) ❑ ❑ Travel,in accordance with Section 112,FS, p ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses ❑ ❑ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements There is no match required on the part of the Grantee under this Agreement. 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee,at its sole expense,shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy Attachment 2 I of2 Rev.51t012020 16A20 maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida,or alternatively,Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida.Additional insurance requirements for this Agreement may be required elsewhere in this Agreement,however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department,its employees,and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be$250,000 for each occurrence and$500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle,the Grantee shall maintain automobile liability,bodily injury,and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis.The Department, its employees,and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company-Owned Vehicles,if applicable $200,000/300,000 Hired and Non-owned Automobile Liability Coverage c. Workers'Compensation and Employer's Liability Coverage. The Grantee shall provide workers' compensation,in accordance with Chapter 440,F.S.and employer liability coverage with minimum limits of$100,000 per accident,$100,000 per person, and$500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. d. Other Insurance,None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10%of the total amount of the Agreement. IL Subcontracting. 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 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. 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and,if the Grantee is a non-governmental entity,indemnified by the Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Additional Terms. !titi�ll:. .liis.'wins u.Jdc r//;e; must be:/11t7PrYved by the(1JfIce of GenLJYUl Attachment 2 2 of 2 Rev.8/10/2020 16A20 ATTACHMENT 3-A REVISED GRANT WORK PLAN PROJECT TITLE: Wiggins Pass Inlet Management Plan Implementation PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R16 and R17 along the Gulf or Mexico in Collier County, Florida. PROJECT BACKGROUND: The initial phase of the latest Wiggins Pass Inlet Management Study was implemented in 2013 by dredging approximately 107,000 cy of sand for maintenance dredging and initial realignment of the channel. In 2015, an interim maintenance dredging event excavated 13,000 cy to clear the shoal across the main inlet entrance channel.The Department approved the Inlet Management Plan in 2018, and soon after adoption, a 2018 maintenance dredging event of approximately 100,000 cy was completed. Dredging of Wiggins Pass is planned to be concurrent with the dredging of Doctors Pass as a means for cost sharing.An interim dredging event is planned for FY 2020/2021. PROJECT DESCRIPTION: This project consists of construction and monitoring in Collier County. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore, the Department's financial obligation shall not exceed the sum of$923,570.50 for this Project or up to 50 percent of the non-federal Project cost,if applicable,for the specific eligible Project items listed, whichever is less.Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of'the non-federal share.The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 62B-36, Florida Administrative Code (F.A.C.). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061,Florida Statute(F.S.). Pursuant to Sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B-36.005(2)(d),F.A.C.,the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment,and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below.All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item.The monitoring standards may be found at: https:/ floridadep.govlsites/default/files/PhysicalMonitoringStandards.odf One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department, unless otherwise specified. DEP Agreement No. 200O3,Amendment 1,Attachment 3-A, Page 1 of 4 I. 6A20 Acronyms: DEP—Florida Department of Environmental Protection F.A.C.—Florida Administrative Code F.S.—Florida Statutes FWC—Florida Fish and Wildlife Conservation Commission TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables. Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with Section 287.057(17)(a)(1), F.S.,all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan,consistent with Section 287.057(17)(a)(t),F.S., including a description of organizational, physical,and electronic barriers to be used by the Local Sponsor's engineering consultant,that addresses conflicts of interest when contracting multi-disciplinary firms for Project engineering and post-construction environmental monitoring services, or when the Project engineering consultant firm subcontracts for post- ' construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit-required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies.All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task, unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report signed by Local Sponsor containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data,surveys and final reports for permit-required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. DEP Agreement No.20003,Amendment 1,Attachment 3-A,Page 2 of 4 I _ 16A20 Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Construction Task Description:This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction-phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization,construction observation or inspection services, physical and environmental surveys,beach fill,tilling and scarp removal,erosion control structures,mitigation reefs,dune stabilization measures and native beach-dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits.The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida-registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by Local Sponsor must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost State Federal Task 4 Eligible Project Tasks Cost Estimated DEP Local Total Share(%) Project Costs I Monitoring 50.00% $204,530.00 $204.530.00 $409,060.00 2 Construction 50.00% $719,040.50 $719,040.50 $1,438,081.00 TOTAL PROJECT COSTS $923,570.50 $923,570,50 $1,847,141.00 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by,the corresponding task end date. Task Budget Task Start Deliverable No. Task Title Budget Category Amount Date Due Date Monitoring Contractual Services $204,530,00 01/01/19 6/30/23 2 Construction Contractual Services $711,540.50 01/01/19 6/30/23 2 Construction Salary/Fringe $7,500.00 01/01/19 6/30/23 Total: $923,570.50 DEP Agreement No.200O3, Amendment I, Attachment 3-A,Page 3 of 4 16 A 20 SALARY AND FRINGE BENEFITS BY TASK: Cost reimbursable hourly and fringe rate(s)by position may not exceed those indicated below. 'i` kl� iyerabte I1i! E II Pos►twn'Title',t Iiouc 1y;ate, _....: ...u. ..... it '. ..,i =:::._... .. its...._�...i ...,..,J..._.s Project Manager $39.54 17.20% 2 Senior Field Inspector $3 3.23 30.00% Senior Environmental Specialist S24.47 17.33% Environmental Specialist $22.50 17.75% DEP Agreement No.20003,Amendment 1,Attachment 3-A,Page 4 of 4 16A20 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Special Audit Requirements (State and Federal Financial Assistance) Attachment 5 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 agreement)to the recipient(which may be referred to as the"Recipient", "Grantee"or other name in the 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 2 CFR Part 200, Subpart F-Audit Requirements, and Section 215.97, F.S., as revised (see"AUDITS"below),monitoring procedures may include, but not be limited to, on-site visits by DEP Department staff, limited scope audits as defined by 2 CFR 200.425, 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(CFO)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 2 CFR §200.3 30 1. A recipient that expends$750,000 or more in Federal awards in its fiscal year,must have a single or program- specific audit conducted in accordance with the provisions of 2 CFR Part 200,Subpart F.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 in 2 CFR 200.502-503.An audit of the recipient conducted by the Auditor General in accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part. 2. For the audit requirements addressed in Part I,paragraph 1,the recipient shall fulfill the requirements relative to auditee responsibilities as provided in 2 CFR 200.508-512. 3. A recipient that expends less than$750,00 in federal awards in its fiscal year is not required to have an audit conducted in accordance with the provisions of 2 CFR Part 200, Subpart F-Audit Requirements. If the recipient expends less than$750,000 in federal awards in its fiscal year and elects to have an audit conducted in accordance with the provisions of 2 CFR 200,Subpart F-Audit Requirements, the cost of the audit must be paid from non-federal resources (i.e., the cost of such an audit mist be paid from recipient resources obtained from other federal entities. 4. The recipient may access information regarding the Catalog of Federal Domestic Assistance(CFDA)via the internet at www.cfda.2ov Attachment 5 I of7 BGS-DEP 55-215 revised 7/2019 6AZ0 PART 11:STATE FUNDED This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2),Florida Statutes, In the event that the recipient expends a total amount of state financial assistance equal to or in excess of $750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the recipient must have a State single or project-specific audit for such fiscal year in accordance with Section 215.97, F.S.; Rule Chapter 69I-5, F,A.C., State Financial Assistance; and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General, EXHIBIT 1 to this form lists the 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(8), 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$750,000 in state financial assistance in its fiscal year(for fiscal year ending June 30, 2017, and thereafter), 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$750,000 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 httos://apps.fldfs,com/fsaa for assistance. In addition to the above websites, the following websites may be accessed for information: Legislature's Website at htta://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 httn://www.myflorida.comfaudueni, PART III:OTHER AUDIT REQUIREMENTS (NOTE; This part would be used to sped 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 2 CFR Part 200, Subpart F-Audit Requirements,and required by PART I of this form shall be submitted,when required by 2 CFR 200.512,by or on behalf of the recipient directly to the Federal Audit Clearinghouse(FAC)as provided in 2 CFR 200.36 and 200.512 A. The Federal Audit Clearinghouse designated in 2 CFR§200.501(a)(the number of copies required by 2 CFR§200.501(a)should be submitted to the Federal Audit Clearinghouse),at the following address: Attachment 5 2 of 7 BOS-DEP 55-215 revised 7/2019 16A20 By Mail: Federal Audit Clearinghouse Bureau of the Census 1201 East I Oth 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/facweb/ 2. Copies of financial reporting packages required by PART 11 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 Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399-3000 Electronically: FDEPSinitleAudiadep.state.fl.us B. The Auditor General's Office at the following address: Auditor General Local Government Audits/342 Claude Pepper Building,Room 401 111 West Madison Street Tallahassee,Florida 32399-1450 The Auditor General's website(http://flauditor,govL)provides instructions for filing an electronic copy of a financial reporting package. 3. 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 Inspector General,MS 40 3900 Commonwealth Boulevard Tallahassee,Florida 32399.3000 Electronically: FDEPSinuleAuditndep.state.l,us 4. 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 2 CFR 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and for-profit organizations),Rules of the Auditor General,as applicable. Attachment 5 3 of 7 BGS-DEP 55-215 revised 7/2019 16A20 5, Recipients,when submitting financial reporting packages to the Department of Environmental Protection for audits done in accordance with 2 CFR 200, Subpart F-Audit Requirements, or Chapters 10.550 (local governmental entities)and 10.650(non and for-profit organizations), Rules of the Auditor General,should indicate the date and the reporting package was delivered to the recipient correspondence accompanying the reporting package. PART V:RECORD RETENTION The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this Agreement for a period of five(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 three(3)years from the date the audit report is issued,unless extended in writing by the Department of Environmental Protection. Attachment 5 4 of 7 BGS-DEP 55.215 revised 7/2019 16A20 EXHIBIT—1-A FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING: Note:if the resources awarded to the recipient represent more than one federal program,provide the same information shown below for each federal program and show total federal resources awarded Federal Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following: Federal State Program CFDA Appropriation A Federal Agency Number CFDA Title Funding Amount Category $ Federal State Program CFDA Appropriation B Federal Agency Number CFDA Title Funding Amount Category Note:Of the resources awarded to(he recipient represent more than one federal program,list applicable compliance requirements for each federal program in the same manner as shown below: Federal Program First Compliance requirement:i.e.:(what services of purposes resources must be used for) A Second Compliance requirement:i.e.:(eligibility requirement for recipients of the resources) Etc. Etc. Federal Program First Compliance requitement:i.e.:(what services of purposes resources must be used for) B Second Compliance requirement:i.e.:(eligibility requirement for recipients of the resources) Etc. Etc. Attachment 5,Exhibit I 5 of 7 sat-Del 55.215 Rerined 1/1019 16A20 Note:Ifthe resources awarded to the recipientfor matching represent more than one ederal program,provide the same information shown below for each p x I ederal program and show total state resources awarded for matching. State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Matching Resources for Federal Programs: Federal State Program Appropriation A Federal Agency CFDA CFDA Title Funding Amount Category Federal State Program Appropriation B Federal Agency CFDA CFDA Title Funding Amount Category Note:If the resources awarded to the recipient represent more than one state project,provide the same information shown below for each state project and show total state financial assistance awarded that is subject to section 215.97,F.S. State Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following Resources Subject to Section 215.97,F.S.: State CSFA Title State Program State CSFA or Appropriation A State Awarding Agency _ Fiscal Year Number Funding Source Description Funding Amount Category Original FDEP,GR,GAA Line FY 19-20 37.003 Beaches Management Funding $76,500.00 140126 • #1695 Assistance Program Amendment FDEP,LATF,GAA Line# Beaches Management Funding 1 1676 FY 20-21 37.003 Assistance Program $50,000.00 140126 Amendment FDEP,GR,GAA Line# FY 10-I 1 37.003 Beaches Management Funding $43.42.00 140126 I 1769A Assistance Program Amendment FDEP,OR,GAA Line# FY 12-13 37.003 Beaches Management Funding $283,387.90 140126 1 1669 Assistance Program Amendment FDEP,GR,GAA Line# Beaches Management Funding 1 1626 FY 13-14 37.003 Assistance Program $34,400.39 140126 Amendment FDEP,GR,GAA Line# Beaches Management Funding 1 1609 FY 17-IS 37.003 Assistance Program $48,421.34 140126 Amendment FDEP,EMRTF,GAA Line Beaches Management Funding 1 #1695 FY 09-I0 37.003 Assistance Program S48,382.13 140126 Amendment FDEP,LATF,GAA Line# FY 15-16 37.003 Beaches Management Funding $248,243.00 140126 I 1647 Assistance Program Amendment FDEP,LATF,GAA Line# FY 16-17 37.003 Beaches Management Funding $134,192.32 140126 1 Assistance Program Attachment 5,Exhibit 1 6 of 7 BGS-DEP 55.215 Ra imd 7/2019 16A20 State CSFA Title State Program State CSFA or Appropriation B State Awarding Agency Fiscal Year Number Funding Source Description Funding Amount Category Total Award $923,570.50 `Fllrf,2' r Note:List applicable compliance requirement in the same manner as illustrated above for federal resources.For matching resources provided by the Department for DEP for federal programs,the requirements might be similar to the requirements for the applicable federal programs.Also,to the extent that different requirements pertain to different amount for the non-federal resources,there may be more than one grouping(i.e.1,2,3,etc)listed under this category. For each program identified above,the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance(CFDA) [www.cfda_gov]and/or the Florida Catalog of State Financial Assistance(CSFA)[https://aops.fldfs.com/fsaa/searchCatalog.asox],and State Projects Compliance Supplement(Part Four:State Projects Compliance Supplement[https://apps.fldfs.com/fsaa/stale Project compliance.aspxJ.The services/purposes for which the funds are to be used are included in the Agreement's Grant Work Plan. Any match required by the Recipient is clearly indicated in the Agreement. Attachment 5,Exhibit 1 7of7 5GS-DEP 55.215 Reined 1n019 16A2u Ann P. Jennejohn From: ArencibiaJessica <Jessica.Arencibia@colliercountyfl.gov> Sent: Friday, March 5, 2021 10:38 AM To: FlemingValerie Cc: MeyerHeather;AbatemarcoLisa; Ann P.Jennejohn Subject: FW: 200O3_A1 WIGGINS PASS INLET MANAGEMENT PLAN IMPLEMENTATION - EXECUTED Attachments: 200O3 Al WIGGINS PASS INLET MANAGEMENT PLAN IMPLEMENTATION - EXECUTED.pdf; Billing workbook Part 1 II III IV updated 1.25.2021.xlsx FYI , Thanks Jessica Arencibia Operations Analyst Co er County Capital Project Planning, Impact Fees & Program Management Division 2685 South Horseshoe Drive, Suite 103, Naples Florida 34104 Phone: 239.252.8345 Jessica.Arencibia@CollierCountyFL.gov From: Koerner,Jacob X. <Jacob.X.Koerner@dep.state.fl.us> Sent: Friday, March 5, 2021 8:33 AM To: Gary.McAlpin@colliercountyfl.gov Cc: Lehmann,Avery<Avery.Lehmann@FloridaDEP.gov>; George, Vincent<Vincent.George@FloridaDEP.gov>; ArencibiaJessica <Jessica.Arencibia@colliercountyfl.gov> Subject: 200O3_A1 WIGGINS PASS INLET MANAGEMENT PLAN IMPLEMENTATION - EXECUTED EXTERNAL EMAIL: This email is from an external source. Confirm this is a trusted sender and use extreme caution when opening attachments or clicking links. Mr. McAlpin, RE: Executed Project Agreement 200O3_A1 Executed: Attached is a scanned, PDF copy of the executed grant agreement for the referenced project. The original is being returned to you by FedEx. Should you have any questions regarding this Agreement, please contact Avery Lehmann, Grant Administrator, at 850.245.7534/Avery. Lehmann@dep.state.fl.us. In order to expedite the preparation of reimbursement request also attached are the Request for Payment forms (Attachment D). These electronic excel version mimic the forms in the grant agreement. If you have any questions or concerns regarding this attachment or reimbursement request processing, please contact Janice Simmons, Fiscal Administrator, at 850.245.7620 /Janice.L.Simmons@dep.state.fl.us. 1 16A2v Mailing address: Department of Environmental Protection Division Water Resource Management Beach Management Funding Assistance Program 2600 Blair Stone Road, M.S. # 3601 Tallahassee, Florida 32399-2400 Under Florida Law, e-mail addresses are public records. If you do not want your e-mail address released in response to a public records request, do not send electronic mail to this entity. Instead, contact this office by telephone or in writing. 2 16A20 AMENDMENT NO. 1 TO AGREEMENT NO.200O3 BETWEEN FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION AND COLLIER COUNTY This Amendment to Agreement No.200O3 is made by and between the Department of Environmental Protection (Department), an agency of the State of Florida, and Collier County,2685 S.Horseshoe Drive,Unit 103 Naples,FL 34104(Local Sponsor),on the date last signed below. WHEREAS,the Department entered into the Agreement with the Local Sponsor for Wiggins Pass Inlet Management Plan Implementation effective October 11,2019; and WHEREAS,the parties wish to amend the Agreement as set forth herein as the Grantee has requested updates to the Grant Work Plan, and the Department has agreed. WHEREAS,the Department is increasing the total amount of funding of the Agreement pursuant to Chapter 161.101(20)(a)(1),Florida Statutes. NOW THEREFORE,the parties agree as follows: 1) Attachment 5, Special Audit Requirements,Exhibit 1 is hereby deleted in its entirety and replaced with Exhibit 1-A, attached hereto and made a part of the Agreement.All references in the Agreement to Attachment 5, Special Audit Requirements,Exhibit 1 shall hereinafter refer to Exhibit 1-A. 2) The total amount of funding of the Agreement is increased to$923,570.50. 3) The Agreement is extended for a 6-month period to begin July 1,2023,and remain in effect until December 31,2023. The Department and the Grantee shall continue to perform their respective duties during this extension period pursuant to the same terms and conditions provided in the Agreement. 4) Attachment 2, Special Terms and Conditions,is hereby deleted in its entirety and replaced with Attachment 2-A, Revised Special Terms and Conditions, as attached to this Amendment and hereby incorporated into the Agreement. All references in the Agreement to Attachment 3 shall hereinafter refer to Attachment 2-A,Revised Special Terms and Conditions. 5) Attachment 3, Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-A,Revised Grant Work Plan,as attached to this Amendment and hereby incorporated into the Agreement.All references in the Agreement to Attachment 3 shall hereinafter refer to Attachment 3-A,Revised Grant Work Plan. 6) All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistency may appear between the Agreement and this Amendment,the provisions of this Amendment shall control. -REMAINDER OF PAGE INTENTIONALLY LEFT BLANK- Agreement No.200O3 Amendment No.: 1 1 of 2 Rev. 10/8/18 •_ • - �— — - - 16A20 The parties agree to the terms and conditions of this Amendment and have duly authorized their respective representatives to sign it on the dates indicated below. Collier Cou ty Florida Department of Environmental Protection By: By: ('LA, Title:Chairman Secretary or Designee Alex Reed,Director c� Office of Resilience and Coastal Construction Date: �' -1— Date: 03/03/2021 LIST OF ATTACHMENTS/EXHIBITS INCLUDED AS PART OF THIS AMENDMENT: Specify Type Letter/Num ber Description Attachment 2-A Revised Special Terms and Conditions(2 pages) Attachment 3-A Revised Grant Work Plan(4 pages) Attachment 5,Exhibit I-A Special Audit Requirements(2 pages) ATTEST CRYSTAL K.KINZEL,CLERK BY: A _ ,✓ s . Attestas10 • ;1 signature ° �' :r , tVaSLOitY proed form legal Mnistunt Count Atturmy Agreement No.20CS3 Amendment No.: I 2 of 2 Rev. III/8/1R ! 6A20 ORCP Additional Signatures Vincent George Digitally signed by Vincent George Date:2021.03.03 13:08:50-05'00' DEP Grant Manager Digitally signed by Avery Avery Lehmann Lehmann J Date:2021.03.03 14:08:18-05'00' DEP QC Reviewer Local Sponsor may add additional signatures if needed below. 16A20 STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Revised Special Terms and Conditions AGREEMENT NO.200O3 ATTACHMENT 2-A These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and Conditions,Attachment 1.Where in conflict,these more specific terms shall apply. 1. Scope of Work. The Project funded under this Agreement is Wiggins Pass Inlet Management Plan Implementation.The Project is defined in more detail in Attachment 3,Grant Work Plan. 2. Duration. a. Reimbursement Period.The reimbursement period for this Agreement begins on January 1,2019 and ends at the expiration of the Agreement. b. Extensions.There are extensions available for this Project. c. Service Periods.Additional service periods are not authorized under this Agreement. 3. Payment Provisions. a. Compensation.This is a cost reimbursement Agreement. The Grantee shall be compensated under this Agreement as described in Attachment 3. b. Invoicing. Invoicing will occur as indicated in Attachment 3. c. Advance Pay.Advance Pay is not authorized under this Agreement. 4. Cost Eligible for Reimbursement or Matching Requirements. Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following budget categories,as defined in the Reference Guide for State Expenditures,as indicated: Reimbursement Match Category • ❑ Salaries/Wages Overhead/Indirect/General and Administrative Costs: ® ❑ a. Fringe Benefits,for actual costs not to exceed the budget amount identified in Attachment 3. ❑ ❑ b. Indirect Costs,N/A. ® ❑ Contractual(Subcontractors) ❑ ❑ Travel, in accordance with Section 112,F.S. ❑ ❑ Equipment ❑ ❑ Rental/Lease of Equipment ❑ ❑ Miscellaneous/Other Expenses O ❑ Land Acquisition 5. Equipment Purchase. No Equipment purchases shall be funded under this Agreement. 6. Land Acquisition. There will be no Land Acquisitions funded under this Agreement. 7. Match Requirements There is no match required on the part of the Grantee under this Agreement. 8. Insurance Requirements Required Coverage. At all times during the Agreement the Grantee,at its sole expense,shall maintain insurance coverage of such types and with such terms and limits described below. The limits of coverage under each policy Attachment 2 1 of 2 Rev.8/10/2020 1 6 A 2 0 maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the Agreement. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida,or alternatively,Grantee may provide coverage through a self-insurance program established and operating under the laws of Florida.Additional insurance requirements for this Agreement may be required elsewhere in this Agreement,however the minimum insurance requirements applicable to this Agreement are: a. Commercial General Liability Insurance. The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability insurance at all times during the Agreement. The Department, its employees,and officers shall be named as an additional insured on any general liability policies. The minimum limits shall be$250,000 for each occurrence and$500,000 policy aggregate. b. Commercial Automobile Insurance. If the Grantee's duties include the use of a commercial vehicle,the Grantee shall maintain automobile liability,bodily injury,and property damage coverage. Insuring clauses for both bodily injury and property damage shall provide coverage on an occurrence basis.The Department,its employees,and officers shall be named as an additional insured on any automobile insurance policy. The minimum limits shall be as follows: $200,000/300,000 Automobile Liability for Company-Owned Vehicles, if applicable $200,000/300,000 Hired and Non-owned Automobile Liability Coverage c. Workers' Compensation and Employer's Liability Coverage. The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S.and employer liability coverage with minimum limits of$100,000 per accident,$100,000 per person,and$500,000 policy aggregate. Such policies shall cover all employees engaged in any work under the Grant. d. Other Insurance.None. 9. Quality Assurance Requirements. There are no special Quality Assurance requirements under this Agreement. 10. Retainage. Retainage is permitted under this Agreement. Retainage may be up to a maximum of 10%of the total amount of the Agreement. 11. Subcontracting. 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 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. 12. State-owned Land. The Board of Trustees of the Internal Improvement Trust Fund must be listed as additional insured to general liability insurance required by the Agreement and,if the Grantee is a non-governmental entity,indemnified by the Grantee. 13. Office of Policy and Budget Reporting. There are no special Office of Policy and Budget reporting requirements for this Agreement. 14. Additional Terms. None. Any terms added here must be approved by the Office of General Counsel. Attachment 2 2 of 2 Rev.8/10/2020 1 6 A 2 0 ATTACHMENT 3-A REVISED GRANT WORK PLAN PROJECT TITLE: Wiggins Pass Inlet Management Plan Implementation PROJECT LOCATION: The Project is located between Department of Environmental Protection (Department or DEP) reference monuments R16 and R17 along the Gulf or Mexico in Collier County, Florida. PROJECT BACKGROUND: The initial phase of the latest Wiggins Pass Inlet Management Study was implemented in 2013 by dredging approximately 107,000 cy of sand for maintenance dredging and initial realignment of the channel. In 2015, an interim maintenance dredging event excavated 13,000 cy to clear the shoal across the main inlet entrance channel. The Department approved the Inlet Management Plan in 2018, and soon after adoption, a 2018 maintenance dredging event of approximately 100,000 cy was completed. Dredging of Wiggins Pass is planned to be concurrent with the dredging of Doctors Pass as a means for cost sharing.An interim dredging event is planned for FY 2020/2021. PROJECT DESCRIPTION: This project consists of construction and monitoring in Collier County. PROJECT ELIGIBILITY: The Department has determined that 100 percent of the non-federal Project cost is eligible for state cost sharing. Therefore,the Departments financial obligation shall not exceed the sum of$923,570.50 for this Project or up to 50 percent of the non-federal Project cost,if applicable,for the specific eligible Project items listed,whichever is less.Any indicated federal cost sharing percentage is an estimate and shall not affect the cost sharing percentages of the non-federal share. The parties agree that eligibility for cost sharing purposes will be maintained pursuant to 62B-36, Florida Administrative Code (F.A.C.). The Local Sponsor will be responsible for auditing all travel reimbursement expenses based on the travel limits established in Section 112.061,Florida Statute(F.S.). Pursuant to Sections 161.091 - 161.161, F.S., the Department provides financial assistance to eligible governmental entities for beach erosion control and inlet management activities under the Florida Beach Management Funding Assistance Program. Pursuant to 62B-36.005(2)(d),F.A.C.,the Local Sponsor has resolved to support and serve as local sponsor, has demonstrated a financial commitment,and has demonstrated the ability to perform the tasks associated with the beach erosion control project as described herein. The Project shall be conducted in accordance with the terms and conditions set forth under this Agreement, all applicable Department permits and the eligible Project task items established below.All data collection and processing, and the resulting product deliverables, shall comply with the standards and technical specifications contained in the Department's Monitoring Standards for Beach Erosion Control Projects (2014) and all associated state and federal permits, unless otherwise specified in the approved scope of work for an eligible Project item. The monitoring standards may be found at: https://floridadep.gov/sites/default/files/PhysicalMonitoringStandards.pdf One (1) electronic copy of all written reports developed under this Agreement shall be forwarded to the Department,unless otherwise specified. DEP Agreement No. 200O3, Amendment 1,Attachment 3-A, Page 1 of 4 1 6 A 2 0 Acronyms: DEP—Florida Department of Environmental Protection F.A.C.—Florida Administrative Code F.S.—Florida Statutes FWC—Florida Fish and Wildlife Conservation Commission TASKS and DELIVERABLES: The Local Sponsor will provide detailed scopes of work or a letter requesting advance payment if authorized by Attachment 2, for all tasks identified below, which shall include a narrative description of work to be completed, a corresponding cost estimate and a proposed schedule of completion for the proposed work and associated deliverables.Each scope of work shall be approved in writing by the DEP Project Manager to be included into this work plan for reimbursement. Task 1: Monitoring State and federal monitoring required by permit is eligible for reimbursement pursuant to program statute and rule. In order to comply with Florida Auditor General report 2014-064 regarding conflicts of interest and to be consistent with Section 287.057(17)(a)(1), F.S., all monitoring data and statistical analysis must be provided directly and concurrently from the monitoring contractor to the Department/Local Sponsor permittee/engineering consultant. The Local Sponsor's engineering consultant must provide an adequate mitigation plan, consistent with Section 287.057(17)(a)(1), F.S., including a description of organizational, physical, and electronic barriers to be used by the Local Sponsor's engineering consultant, that addresses conflicts of interest when contracting multi-disciplinary firms for Project engineering and post-construction environmental monitoring services,or when the Project engineering consultant firm subcontracts for post- construction environmental monitoring. Environmental monitoring includes hardbottom, seagrass, and mangrove resources. Department approval of the consultant's mitigation plan will be required prior to execution of this Agreement. If at any time the Local Sponsor and/or its engineering consultant fails to comply with this provision, the Local Sponsor agrees to reimburse the Department all funds provided by the Department associated with environmental monitoring for the Project listed. Task Description: This task includes activities associated with permit-required monitoring conducted in accordance with the conditions specified by state or federal regulatory agencies.All monitoring tasks must be located within or adjacent to the Project area and follow the Department's Regional Coastal Monitoring Program and FWC's marine turtle and shorebird monitoring programs. Guidance for monitoring of nearshore resources is available in the Department's Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects. The Local Sponsor must submit work products directly to the appropriate state or federal regulatory agencies in accordance with permit conditions to be eligible for reimbursement under this task,unless otherwise directed. Deliverable: For each interim or final payment, the Local Sponsor will provide a Task Summary Report signed by Local Sponsor containing; 1) An itemized listing of all monitoring activities completed or in progress during the payment request period and, 2) Documentation of submittal to state and federal regulatory agencies of completed monitoring data,surveys and final reports for permit-required work under this task description. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. DEP Agreement No. 200O3, Amendment 1,Attachment 3-A, Page 2 of 4 I 6 A 2 0 Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Task 2: Construction Task Description: This task includes work performed and costs incurred associated with the placement of fill material and/or the construction of erosion control structures within the Project area. Project costs associated with eligible beach and inlet construction activities include work approved through construction bids and/or construction-phase engineering and monitoring services contracts. Eligible costs may include mobilization, demobilization, construction observation or inspection services, physical and environmental surveys,beach fill,tilling and scarp removal,erosion control structures,mitigation reefs,dune stabilization measures and native beach-dune vegetation. Construction shall be conducted in accordance with any and all State or Federal permits.The Local Sponsor will submit work products to the appropriate State or Federal regulatory agencies as requested by the DEP Project Manager in order to be eligible for reimbursement under this task. Deliverable: Certification of Completion by a Florida-registered Professional Engineer with documentation of submittal to the Department affirming the construction task was completed in accordance with construction contract documents. For interim payment requests, a Task Summary Report signed by Local Sponsor must be submitted detailing activities completed during the payment request period. The Task Summary Report must include the dates and descriptions of all activities, surveys and reports completed or in progress during the time period of the interim payment request. Performance Standard: The DEP Project Manager will review the task deliverable and any associated work products as necessary to verify they meet the specifications in the Grant Work Plan and this task description. Payment Request Schedule: Payment requests may be submitted after the deliverable is received and accepted and may be submitted no more frequently than quarterly. Estimated Eligible Project Cost State Federal Task# Eligible Project Tasks Cost Estimated DEP Local Total Share(%) Project Costs 1 Monitoring 50.00% $204,530.00 $204,530.00 $409,060.00 2 Construction 50.00% $719,040.50 $719,040.50 $1,438,081.00 TOTAL PROJECT COSTS $923,570.50 $923,570.50 $1,847,141.00 PROJECT TIMELINE & BUDGET DETAIL: The tasks must be completed by, and all deliverables received by,the corresponding task end date. Task Task Title Budget Category Budget Task Start Deliverable No. Amount Date Due Date 1 Monitoring Contractual Services $204,530.00 01/01/19 6/30/23 2 Construction Contractual Services $711,540.50 01/01/19 6/30/23 2 Construction Salary/Fringe $7,500.00 01/01/19 6/30/23 Total: $923,570.50 DEP Agreement No. 200O3, Amendment 1,Attachment 3-A, Page 3 of 4 16A 20 SALARY AND FRINGE BENEFITS BY TASK: Cost reimbursable hourly and fringe rate(s)by position may not exceed those indicated below. Task/Deliverable Position Title Hourly Rate Fringe Rate(%) Number Project Manager $39.54 17.20% 2 Senior Field Inspector $33.23 30.00% Senior Environmental Specialist $24.47 17.33% Environmental Specialist $22.50 17.75% DEP Agreement No. 20003,Amendment 1,Attachment 3-A, Page 4 of 4 II6A20 2 2 e E . t % b « s0, , \ \ k \) � } 2 � 0.� 2 o ¢ ¢ k 2 \ o \ E z » 4 4 4. \ C \ / k k = w L.L. E \ k \ / § . \ \ f \ < / E i \ 3 / z CA ^ 1.1 cn k \ 2 ± m / § ? g p k = 2 3/ _ H. \ / \ \ \ \ \ \ - U § © U \ § § § \ 7 \ L.0 § •ƒ o. / � o 0 0 0 k w \ o) 6 z { / / E t / § / •\ E '\ q ` ` ` C k 7 f \ © t ° 2 0 ( / ( o ) g < / < / E , @ Ch ¥ \ \ co / / \ t = ) % k a © , 7 \ \, a z.\ w2 E • § cr e g k >, >, 4 '§ a '§ a u § = @ @ k / 8 Cl) © « § & & 0 8 § S § 2 § ® ƒ § k § k / \ \ % / / 2 \ E u c % 0 / 2 \ 2 ® \ % � % $ — ° o a d a 2 m § t G \ $ d / \ $ 4 $ \ � � ( � � # / 2 k 2 § ] E k § 7 § 6 § ! \ � "05� 2 «"" / 20 22� }§ & \ $ 2 a a & 2 !7 w § W`t k ]) 1 6 A 2 0 _C _C o 9 .' b o o .c .o .o .o .o .o .o 0 0 •El 0 U •- 0 Y •- O N N N N N N N Cl N bA d ¢U ¢U C ¢ U▪ ,-. r. .-. r-, y 4.O V] et o L o, CD L. N CD •O O 0 C r Y O O CD N CT cn M an •-. O en O 0. O h a\ ccD O O M O N 0N0 o i Q Q O N Q C en7 M N ,n W N `p p 69 cy 00 00 00 p C L. c 69 69 N 69 69 69 N -- LL 'O 'O +r 'O 69 69 69 O O O O C '.' W. w O W. zoC ,.o +, C z . 00 0a o wc C c 00 c Ccc 00 c -z C C ° cd Lo - C E C E C E C E Cu. E C E C E E E OO Y 7. Y L i. Y it i. Y i. Y L Y 7. Y L O CQ o a) y C ba C to C C C C C O C C C C C C C C y ct 0 0 0 O U O U O a) O y 0 0 0 a) O a) O ti c4g Ea EP. Ea Ea Ew Ea` Ea Eci Ea ok C Q U c.9 cC N U U % U U U U i i U C d 4. OSy � Q Q O C v) y VI n n A N N VI VI n VI v cn VI v (n co " •o ¢ Q ¢ Q ¢ ¢ Q ¢ Qo s � � � � �L. 67 W. L. > C U U U U U U U U U 0 4 Z c M M cC CO CO M CO M CO JS L. W. CO CO M r4 MIc c iE -� W o •i 0 �, vi 4. O C ++ O o U 4.C). 0 cv VD '-..F. o C C Q 0 02 02 0 0 02 o 6 y 4" . o O o 0 0 0 0 0 0 E E , � E, u Do E. N N N N N N N N N CO 4> zO 4) U z M M M M M M M M M Q i 4 '° fa — pa y o u + CO O o0 0 vo C N N S •� ,+ 0 -,E. O .5 ,�-, cG N O ---' N U U i v' u w w car. w w WW w w w L 0 , L r..' —C',., 54.R 'C. .�,5 'a U =, C U U U N ,-.a C C U C C C C C T T .cl) N CG G C NC) �i Q' Q < `� 1 ,- , Q —1 6� bq Q ¢ Q Q Q Q c Q < o , e Q Q o s EC7 ° � `�° C¢7 � C¢7 � � N � o w � C7N C7 O O b `o w E- a:‹o . +r E L C C '-' F- '" a4 cG r. o4 r. fx'-' 5y It F. r. F-' 4. ^C a- a- o ^o d c C7 C7 C7 C7 W < Q� s ; w w a w w w w A. a a cam) ts Q Q c Q Q Q Q P.O 0 Q Q C a •° W U Ny 7 O O C C C CCCC C pa O E a) N ) N a U N ) e �; eE c E E E E E E E E ' ao I. •- o n ' o _ - o D ^sy� .a pp Q p n a CG R UQCc • c c ' c Cc C s �, ti y O a) O " yl, O w C CC Gti C. 0. °' C ea 0. C Q E E E E E E E o Z � Z o D �a 1 6 A 2 0 / L § \ % , \ = ems ] •E } \ k / ze % a3 §cu � C.)u . / oE \ a< «/_�/ \ } : / • ) 2 m 4 e % 2 = a, o / \ \ a a / - \ z © < $ $ \\ �_ ( -o a � ® \ \ ® ^ \ § \ \ / ) \r - / \ ) - 2 ) ® m g ./\ ., % 2 § \ ° � ; N ®] @ •y § „ .- \ uG « c - E 2 \ % 8 c 8 ' » \ § = / 7 F- / $ E — n 2 Q. G = 9 3 \ t \ \ g \ k •\ < o ) ) \ a % ) •Ek P.U 7z ( \ / / / = \ 3 \ � � a � = I•..... z$ / f 'IC \ k % e e *; ® § ] o / ( \ / / 2 % as ' S ® \ fit § < / ) � s < ƒ 2 \ ( E/ } = } $ § / .[ ; &' _ < a / \ / \ \ \ k 7 § 2 = _ = E k 7 f �.- , r. \ ( ] k § '§ / I \ 7 VI § [ k / =- 4. ° / 0 \ 2 ƒ / 2 @ g ; 9 \ / / 2 { sE •- oa = [ E { E 0 k to ctu4 \ \ \ \ / / ` \� \Q •F- = o -c \ ) \ \ 5 / \ \ ' - - wR - ® \�\ _ .., = k .. \ / � \ \ \ \ \ 2a . - \ « t 2 . E §' » 2@- 0 u ii -t. \ / / §) 16A20 FLORIDA DEPARTMENT OF Ron Environmental Protection JetNun(cI \ c Lt.Governor ..4)04, 40' Marjory Stoneman Douglas Building Noah Valensteln "ENTAL v9* 3900 Commonwealth Boulevard Secretary Tallahassee,FL 32399 MEMORANDUM FROM: Noah Valenstein, Secretary SUBJECT: Delegations of Authority DATE: 2/1/2021 In accordance with DEP Directive 100,the following referenced delegation(s) are hereby delegated to the delegate(s) listed. Delegation Reference Delegate(s) DEL-1D, $1,000,000 Signature Authority • Alex Reed, Director of Resilience and Coastal Protection DEL-1E, Over $1,000,000 Signature • Alex Reed, Director of Resilience Authority and Coastal Protection • Adam Blalock, Deputy Secretary of Ecosystems Restoration Limitations to the delegation(s): Signature Authority is granted only for Grant Agreements, for all projects under the Beaches Management Funding Assistance Program. The exercise of these delegations shall be consistent with all applicable rules, statutes, administrative directives, policies and procedures. These delegations should be exercised with a high degree of judgment and caution. If there is any doubt whether exercising this delegated authority is inconsistent with any of the above limitations, the person whom the authority is delegated shall not exercise the authority without first consulting Noah Valenstein, Secretary. This delegation of authority revokes, replaces, and supersedes all previous delegations within the Office of the Secretary and Office of Resilience and Coastal Protection.