Loading...
HomeMy WebLinkAbout02.17.26 - Erosion Packet EROSION DISTRICT AGENDA ST. LUCIE COUNTY Regular Meeting Tuesday, February 17, 2026 6:01 PM St. Lucie County Commission Chambers 2300 Virginia Avenue 3rd Floor of Roger Poitras Building Fort Pierce, FL 34982 BOARD MEMBERS District No. 1, Chair JAMES CLASBY District No. 2, Vice-Chair LARRY LEET District No. 3 ERIN LOWRY District No. 4 JAMIE FOWLER District No. 5 CATHY TOWNSEND Mission Statement Committed To Service, Focused On Our Future, Grounded By Tradition *Final on 2/11 Page 1 of 68 Regular Meeting Tuesday, February 17, 2026 6:01 PM 2 | P a g e WELCOME All meetings are televised. All meetings provided with wireless internet access for public convenience. Please turn off all cell phones and pagers prior to entering the commission chambers. Please mute the volume on all laptops and PDAs while in use in the commission chambers. GENERAL RULES AND PROCEDURES – Attached is the agenda, which will determine the order of business conducted at today’s Board meeting. INVOCATION-PLEDGE – To bring order and decorum to its meeting, the Board begins its meetings with an invocation followed by the Pledge of Allegiance. Participation is voluntary. CONSENT AGENDA – These items are considered routine and are enacted by one motion. There will be no separate discussion of these items unless a Commissioner so requests. REGULAR AGENDA – Proclamations, Presentations, Public Hearings, and Department requests are items, which the Commission will discuss individually, usually in the order listed on the agenda. PUBLIC HEARINGS – These items are usually heard on the first Tuesdays at 6 p.m. or as soon thereafter as possible. However, if a public hearing is scheduled for a meeting on the third Tuesday, which begins at 9 a.m., then public hearings will be heard at 9 a.m. or as soon thereafter as possible. These time designations are intended to indicate that an item will not be addressed prior to the listed time. The Chair will open each public hearing and asks anyone wishing to speak to come forward, one at a time. Comments will be limited to five minutes, and must be pertinent to the agenda item being considered by the Board. As a general rule, when issues are scheduled before the Commission under department request or public hearing, the order of presentation is: (1) County staff presents the details of the Board item (2) Commissioners comment (3) if a public hearing, the Chair will ask for public comment, (4) further discussion and action by the Board. ADDRESSING THE COMMISSION – Please state your name and address, speaking clearly into the microphone. If you have backup material, please have eight copies ready for distribution. NON-AGENDA ITEMS – These items are presented by an individual Commissioner or staff as necessary at the conclusion of the printed agenda. PUBLIC COMMENT – Time is allotted at the beginning of each meeting for general public comment. Please limit comments to three minutes. Comments may pertain to any matter related to the Board’s duties as the County’s governing body. Comments in support or opposition to candidates for public office are not pertinent to the Board’s duties. This includes any speaker identifying himself or herself as a candidate for public office. DECORUM – Please be respectful of others’ opinions. MEETINGS – All Board meetings are open to the public and are held on the first Tuesdays of each month at 6 p.m. and on the third Tuesdays at 9 a.m., unless otherwise advertised. Meetings are held in the County Commission Chambers in the Roger Poitras Administration Annex at 2300 Virginia Ave., Fort Pierce, Fla. 34982. The Board schedules additional workshops throughout the year necessary to accomplish their goals and commitments. Notice is provided of these workshops. Anyone with a disability requiring accommodation to attend this meeting should contact the St. Lucie County Human Resources Department at 772-462-1456, HumanResources@stlucieco.gov or TDD 772-462-1428 at least 48 hours prior to the meeting. Page 2 of 68 Regular Meeting Tuesday, February 17, 2026 6:01 PM 3 | P a g e 1. CALL TO ORDER 2. GENERAL PUBLIC COMMENT 3. APPROVAL OF MINUTES A. Board of County Commissioners minutes for the Erosion District Meeting of January 27, 2026. 4. CONSENT AGENDA A. WARRANTS 1. Warrant Lists 17 - 19 B. PORT, INLET & BEACHES 1. Ratification/Approval of Emergency Truck Haul Project at Fort Pierce Beach Staff recommends Board ratification of Work Authorization No. 03 (Dickerson Infrastructure) signed by the County Administrator on February 6, 2026, for the emergency truck haul, beach fill project at Fort Pierce Beach totaling $429,880.00 (up to 10,000 cubic yards) and the approval of Work Authorization No. 04 (Taylor Engineering) for Construction Administrative Services for the emergency project totaling $33,168.00. 5. REGULAR AGENDA A. PORT, INLET & BEACHES 1. Work Authorization No. 03 (Taylor Engineering) - Ft. Pierce Shore Protection Project – 2026 Physical and Biological Monitoring Staff recommends Board approval of Work Authorization No. 03 with Taylor Engineering ($343,071.00) for Immediate Post-Construction Physical and Biological Monitoring efforts at Fort Pierce Beach required by permit, and authorization for the Erosion District Chair to sign documents as approved by the county attorney. This item is in accordance with the Strategic Initiatives EP 4.1.4. 6. MOTION TO ADJOURN Page 3 of 68 Regular Meeting Tuesday, February 17, 2026 6:01 PM 4 | P a g e Page 4 of 68 BOARD OF COUNTY COMMISSIONERS ST. LUCIE COUNTY, FLORIDA Erosion District Meeting January 27, 2026 Convened: 6:09 PM Adjourned: 6:11 PM 1. CALL TO ORDER The meeting was called to order at 6:09 PM by Chair James Clasby, District No. 1. Present Commissioner Jamie Fowler, District 4; Commissioner Larry Leet, District 2; Commissioner James Clasby, District 1; Commissioner Erin Lowry, District 3; Commissioner Cathy Townsend, District 5 Also Present Katherine Barbieri, County Attorney George Landry, County Administrator Erick Gill, Communications Director Jennifer Hill, Office of Management & Budget Director Jennifer Garrity, Budget Manager Benjamin Balcer, Planning & Development Services Director Daniel Zrallack, County Engineer Chris Lestrange, Public Works Department Assistant Director Ken Kroll, Chairman of the Infrastructure Surtax Committee Katrina Slay, Executive Aide to County Administration/Agenda Coordinator Vera Smith, Deputy Clerk Recording Secretary 2. GENERAL PUBLIC COMMENT Chair Clasby opened the meeting for public comment at this time. With no one wishing to address the Board, Chair Clasby closed public comment. 3. APPROVAL OF MINUTES A motion was made to approve all minute sets, and it passed unanimously. RESULT: APPROVE MOVER: Commissioner District 2 Larry Leet SECONDER: Commissioner District 3 Erin Lowry AYES: Jamie Fowler, Larry Leet, James Clasby, Erin Lowry, Cathy Townsend NAYS: None EXCUSED: None A. Board of County Commissioners minutes for the Erosion District Meeting of December 9, 2025. Page 5 of 68 Erosion District Meeting Tuesday, January 27, 2026 6:01 PM 2 | Page 4. CONSENT AGENDA A motion was made to adopt the consent agenda, and it passed unanimously. RESULT: APPROVE MOVER: Commissioner District 2 Larry Leet SECONDER: Commissioner District 3 Erin Lowry AYES: Jamie Fowler, Larry Leet, James Clasby, Erin Lowry, Cathy Townsend NAYS: None EXCUSED: None A. WARRANTS 1. Warrant Lists 10 - 14, 16 Adopted by Consent Vote 5. REGULAR AGENDA There were no items scheduled. DISCUSSION Chair Clasby provided a brief update on the current sand projects, starting with the CSRM project on South Hutchinson Island. The CSRM project faced a slight delay due to mechanical issues with the contractor's equipment. The contractor anticipates resuming work on January 28, 2026, and expects the project to be completed by March 1, 2026, or soon thereafter. The same contractor will also handle the Fort Pierce Jetty project, also known as the Fort Pierce Shores project. The Fort Pierce Jetty project is expected to start on March 1, 2026, following the completion of the CSRM project. The Board did not have any further questions or comments on the matter. 6. MOTION TO ADJOURN With no other information to be brought for consideration before the Board, the meeting was adjourned at 6:11 PM. Please note: Final minutes are recorded in the official minute books filed with the Clerk of the Circuit Court and Comptroller, which are available for inspection upon request. Page 6 of 68 Page 7 of 68 Page 8 of 68 Page 9 of 68 4.B.1. 2026-294 DATE: 2/17/2026 AGENDA REQUEST TO: Erosion District PRESENTED BY: Joshua Revord, Port, Inlet & Beaches Director SUBMITTED BY: Port, Inlet & Beaches SUBJECT: Ratification/Approval of Emergency Truck Haul Project at Fort Pierce Beach BACKGROUND: After multiple failed attempts to bid the federal Fort Pierce Shore Protection project during the 2024/2025 dredge season, St. Lucie County was forced to perform an emergency truck haul project at Fort Pierce Beach in the spring of 2025. The emergency project placed +/- 95,000 cubic yards of material at Fort Pierce Beach and was performed to prepare the most vulnerable sections of shoreline for the 2025 hurricane season (while USACE prepared for rebidding the project the following year). Since completion of the emergency project, the USACE has successfully rebid the federal project and issued a contract with Manson construction for the placement of 400K cubic yards of sand. Mobilization of the project is currently scheduled for the first half of March (2026). In the interim, fall/winter king tides, coupled with aggressive Nor’easters, have fully diminished the emergency sand placed at the beach in 2025 and additional emergency efforts have been contemplated/initiated to help protect adjacent infrastructure until the federal project begins. On February 3, 2026, the St. Lucie County Board of County Commissioners directed the County Administrator (at a regularly scheduled board meeting) to expeditiously move forward with emergency sand placement (up to 10,000 cubic yards) at Fort Pierce Beach to provide additional protection to upland infrastructure until the federal project begins. Construction administrative services are also required as part of the proposed emergency efforts to ensure construction is performed in compliance with the County’s active permits for the project area. PREVIOUS ACTION: February 18, 2025 – Board approval of the 2025 Ft. Pierce Beach Emergency Truck Haul project, including the placement of +/- 95,000 cubic yards of sand south of Fort Pierce Inlet. Funded with Erosion District Reserves. (Agenda Item 2025-311) July 7, 2025 – FDEP grant application submitted by the County for Hurricane Restoration Reimbursement Grant Program (HRRGP) funding to offset the cost of the recently completed emergency effort. October 21, 2025 – FDEP Grant Agreement 26SL1 approved by the Erosion District Board, including the Page 10 of 68 reimbursement of 100% of the previously executed 2025 emergency truck haul project ($4,057,758.00). (Agenda Item 2025-5740) FINANCIAL IMPACT: Work Authorization No. 03 with Dickerson Infrastructure (Contract C24-07-669) requires $429,880.00 to place up to 10,000 cubic yards of sand at Fort Pierce Beach. Project funding has been proposed from the Erosion District (184-3710-546340-3630). Work Authorization No. 04 with Taylor Engineering (Contract C25-07-799) requires $33,168.00 for construction administrative services associated with proposed emergency efforts and funding is also proposed from the Erosion District (184-3710-531000-3630). RECOMMENDATION: Staff recommends Board ratification of Work Authorization No. 03 (Dickerson Infrastructure) signed by the County Administrator on February 6, 2026, for the emergency truck haul, beach fill project at Fort Pierce Beach totaling $429,880.00 (up to 10,000 cubic yards) and the approval of Work Authorization No. 04 (Taylor Engineering) for Construction Administrative Services for the emergency project totaling $33,168.00. COMMISSION ACTION: RESULT: MOVER: None SECONDER: None AYES: None NAYS: None EXCUSED: None Coordination/Signatures Date: February 11, 2026 Jennifer Hill, Office of Management & Budget Director Date: February 11, 2026 Katherine Barbieri, County Attorney Date: February 11, 2026 Mayte Santamaria, Deputy County Administrator Page 11 of 68 Page 1 of 3 WORK AUTHORIZATION NO. 03 CONTRACT C24-07-669 EMERGENCY BEACH AND DUNE RESTORATION AND MISCELLANEOUS BEACH SERVICES THIS WORK AUTHORIZATION is made as of the day of , 2026, by and between the ST. LUCIE COUNTY EROSION DISTRICT, a political subdivision of the State of Florida, hereinafter referred to as the “County” and DICKERSON INFRASTRUCTURE, INC. D/B/A DICKERSON FLORIDA, INC., hereinafter referred to as the “Contractor”. W I T N E S S E T H: WHEREAS, on July 16, 2024, the County entered into a Contract (Contract No. C24-07-669) hereinafter referred to as “Contract” with the Contractor to provide continuing emergency beach and dune restoration and miscellaneous beach services; and, WHEREAS, pursuant to the Contract, the Contractor is to provide the professional services as outlined in this individual work authorization; and, NOW, THEREFORE, in consideration of their mutual promises made herein, and for other good and valuable consideration, receipt of which is hereby acknowledged by each party, the parties who are legally bound, hereby agree as follows: 1. PROJECT: The County has determined that it would like to complete a project described below: St. Lucie County Erosion District Emergency Beach & Dune Restoration Ft. Pierce Beach – Jetty Park (hereinafter referred to as "the Project".) 2. SERVICES: The County has determined that it would like to utilize the services of the Contractor in the completion of the Project, to provide professional services for the Project under the pricing, terms and conditions of the continuing contract (C27-07-669). The services to be provided by Contractor on the Project shall be for those as outlined above and according to the schedule contained herein. 3. COMPENSATION: The cost to perform all services as described in the attached Scope of Services shall be paid at the unit rates and will not exceed a total amount of $429,880.00 (four hundred twenty-nine thousand eight hundred eighty and 00/100 dollars), as further detailed in Exhibit “A”. Docusign Envelope ID: 55B7FA32-240E-42F1-9006-C0426147A802 6th February Page 12 of 68 Page 2 of 3 4. CONTRACT DOCUMENT: Except as amended hereby, all the original terms and conditions in the Continuing Contract shall remain in full force and effect. 5. TIME OF COMPLETION: a. It is hereby understood and mutually agreed by and between parties hereto that the time of completion is an essential condition of this Contract, time being of the essence. b. Contractor shall commence work per the written Notice to Proceed and shall complete all work prior to June 30, 2026. c. If the work is not fully completed according to the terms of the Contract and within the time limits stipulated herein, it is hereby acknowledged that the County will suffer damages which are not capable of ascertainment or calculation, and therefore the Contractor shall pay the County, as liquidated damages, a sum of $100.00 (one hundred and 00/100 dollars) per day for each day following the required completion date, until the date upon which actual completion occurs. d. The period herein above specified for project completion may be extended by such time as shall be approved by the County Administrator or designee, or the Contract may be cancelled by the County Administrator with the County invoking all rights and remedies thereof. e. Where any deductions from or forfeitures of payment in connection with the work of this Contract are duly and properly imposed against the Contractor, in accordance with the terms of the Contract, State Laws, governing ordinances or regulations, the total amount thereof may be withheld from any monies due or to become due the Contractor under the Contract; and when deducted, shall be deemed and taken as payment in such amount. f. SCRUTINIZED COMPANIES TERMINATION: The County may immediately terminate the Contract without cause at any time upon ascertaining that pursuant to § 287.135, Florida Statutes, a company is ineligible to, and may not, bid on, submit a proposal for, or enter into or renew a contract with an ag ency or local government entity for goods or services if at the time of bidding or submitting a proposal for a new contract or renewal of an existing contract, or at any time thereafter, the company: (1) is on the Scrutinized Companies that Boycott Israel List, created pursuant to § 215.4725, Florida Statutes, or is engaged in a boycott of Israel; (2) is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to § 215.473, Florida Statutes; or (3) is engaged in business operations in Cuba or Syria. Furthermore, the County may immediately terminate the Contract if it is determined that the company submitted a false certification stating that it was not (1) on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; (2) was not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; (3) or was not engaged in business operations in Cuba or Syria when in fact the company was engaged in such activities at the time of the bid or proposal, or at the time of entering into or renewing the Contract. Docusign Envelope ID: 55B7FA32-240E-42F1-9006-C0426147A802 Page 13 of 68 Page 3 of 3 IN WITNESS WHEREOF, the parties hereto have executed this Work Authorization effective the date first written above. ST. LUCIE COUNTY EROSION DISTRICT ST. LUCIE COUNTY, FLORIDA BY: COUNTY ADMINISTRATOR APPROVED AS TO FORM AND CORRECTNESS: COUNTY ATTORNEY DICKERSON INFRASTRUCTURE, INC. D/B/A DICKERSON FLORIDA, INC. BY: PRINT NAME: PRINT TITLE: DATE: Docusign Envelope ID: 55B7FA32-240E-42F1-9006-C0426147A802 2/5/2026 Michael Bryant President 2/5/2026 2/6/2026 Page 14 of 68 Proposal DICKERSON FLORIDA, INC. Job Code:T-7776 SLC Emergency Beach And Dune Retoration Description:Fort Pierce Beach - Jetty Park 10,000 CY WO #3 Job Code T-7776 SLC Emergency Beach And Dune Retoration Job Description Fort Pierce Beach - Jetty Park 10,000 CY WO #3 Proposal Line No.Pay Item No.Description Quantity Unit of Measure Unit Price Total Price Subtotal Description 3 1C PROVIDE SAND 5,000 to 50,000 TN 14,000.00 TN 16.15 226,100.00 22 2C TRANSPORT & DELIVER SAND >5000 TN 14,000.00 TN 6.37 89,180.00 23 3IC MOBILIZATION & DEMOBILIZATION >5000 TN 1.00 LS 5,500.00 5,500.00 24 3IIC PLACE & GRADE SAND >5000 TN 14,000.00 TN 6.65 93,100.00 25 4A SITE RESTORATION: JETTY PARK PER WORK ORDER 1.00 LS 16,000.00 16,000.00 Subtotal:429,880.00 Running Total:429,880.00 429,880.00GRAND TOTAL: Proposal Certification Submitted By:Dickerson Florida, Inc. 1 of 1Copyright©1989-2017 InEight Inc. All Rights Reserved.12/2/2025 11:24 AM Docusign Envelope ID: A89549AA-D764-4699-BEB9-46ED205FD2ECDocusign Envelope ID: 55B7FA32-240E-42F1-9006-C0426147A802 Page 15 of 68 A-1 10199 SOUTHSIDE BLVD STE 310 JACKSONVILLE FL 32256 TEL 904.731.7040 WWW.TAYLORENGINEERING.COM EXHIBIT A Fort Pierce Beach Emergency Truck Haul Construction Administration Services Scope of Work The U.S. Army Corps of Engineers (USACE) last nourished the Fort Pierce Shore Protection Project (SPP) during spring 2023. With bids coming in well above the proposed budget to construct the next nourishment in 2025 per the authorized 2-year nourishment interval, St. Lucie County sponsored an emergency truck haul project to protect upland infrastructure within the severely eroded section of beach immediately south of the inlet. Although the County placed approximately 95,000 cubic yards of material within the erosional hotspot between R-34 and R-35.5, that material was around 25% of the planned USACE project and has largely eroded. The 2026 federal nourishment is scheduled to begin in late March; however, erosion in the northern part of the project area has become very severe again, receding the dune further landward than we have seen in over 20 years. Erosion now threatens infrastructure, particularly at Seaway Drive. As such, St. Lucie County has contracted Dickerson Infrastructure (Dickerson) to place approximately 10,000 cubic yards of material within the dune immediately east of Seaway Drive, approximately 200 feet southeast of R-34, prior to the commencement of the 2026 federal nourishment. To assist the County with implementation of this emergency truck haul project in compliance with Florida Department of Environmental Protection (FDEP) Permit No. 0327791-001-JC, Department of the Army Permit No. SAJ-1993-00026 (SP-KDS), and Executive Order 26-16 (Hurricane Milton) and in coordination with the federal nourishment, Taylor Engineering, Inc. will provide St. Lucie County with construction services as detailed below. Task 1: Pre-Construction Services Pre-Construction Coordination Taylor Engineering will coordinate with the County, Dickerson, and regulatory agencies in meetings to support the County’s emergency truck haul project. Taylor Engineering will set up a meeting with FDEP to discuss the possible emergency truck haul project and current beach conditions to determine the best regulatory path forward. We do not anticipate FDEP requiring a permit modification; however, if a modification is required, additional scope may be negotiated. Taylor Engineering will also coordinate with Dickerson and attend up to two pre-construction meetings to discuss implementation of the emergency truck haul project. We will also review all submittals provided by Dickerson and coordinate with the County as needed. Page 16 of 68 EXHIBIT A TAYLOR ENGINEERING, INC. P2024-181 FORT PIERCE BEACH EMERGENCY TRUCK HAUL A-2 10199 SOUTHSIDE BLVD STE 310 JACKSONVILLE FL 32256 TEL 904.731.7040 WWW.TAYLORENGINEERING.COM Pre-Construction Submittals Taylor Engineering will notify FDEP about the upcoming emergency truck haul project prior to commencement. FDEP Permit No. 0327791-001-JC and the subsequent permit modifications specify several information submittals and actions required by the Permittee prior to construction commencement; however, many of these submittals may be unavailable due to the emergency nature of this project. Taylor Engineering will prepare a letter to notify FDEP of commencement of the emergency truck haul project and will coordinate with FDEP to satisfy the County’s pre-construction responsibilities as Permittee. Following submittal of the letter, we will coordinate as necessary to address any action items. Task 2: Construction Administration Services Construction Observation Taylor Engineering will remain available throughout construction to provide advice and consultation to the County through site visits and teleconferences. In that role, we will address questions pertaining to engineering and permitting issues. We will notify the County of any observed permit violations and provide recommendations as to how to proceed with the project. We will participate in contractor progress meetings, provide on-site observation services, and review contractor construction submittals for permit compliance. We will attend the contractor’s progress meetings onsite or virtually (up to four meetings). These meetings will discuss the project progress and address questions pertaining to engineering, permitting issues, scheduling, and any conflicts. We will conduct site visits as requested by St. Lucie County (up to six visits) to document erosion and to monitor truck haul operations prior to the commencement of the federal nourishment project. During the on-site observations, our engineers will ascertain whether work is occurring in general conformance with permit conditions. Our visits will include detailed observation of the work and monitoring of the contractor’s means, methods, and sequences. As a part of each site visit, we will photograph the work area and newly constructed beach and prepare a construction report to log construction progress, delays, and/or issues. Our observations will include, but not be limited to, the following: Protection of existing work; Protection of new work from damage; Protection of private property; Provision of submittals on time and in proper format; Page 17 of 68 EXHIBIT A TAYLOR ENGINEERING, INC. P2024-181 FORT PIERCE BEACH EMERGENCY TRUCK HAUL A-3 10199 SOUTHSIDE BLVD STE 310 JACKSONVILLE FL 32256 TEL 904.731.7040 WWW.TAYLORENGINEERING.COM •Protection of land resources (fuel and oil, work areas, etc.); •Protection of water resources (pollution prevention, turbidity, etc.); •Control of noise pollution; •Turbidity monitoring (turbidity monitoring data review, sand dike observation, etc.); •Maintenance of onsite bulletin board, project sign, and project safety sign; •Maintenance of project site security; •Cleanup of waste and debris; •Adherence to the Sediment QA/QC Plan for maintenance of fill material quality (through visual analysis); and •Protection and maintenance of pedestrian beach access During our site visits, we will also collect and store representative samples of the newly constructed beach observed during site visits and document any material of questionable quality. Should concerns arise, we will test up to four samples. If testing is necessary, we will perform the following tests at the Taylor Engineering Geology Lab to ensure compliance with the permitted Sediment Quality Assurance and Quality Control Plan: gradation by sieving (ASTM D6913/ASTM D1140), carbonate content, and Munsell color. Of note, the FDEP permit provides specifications for daily shorebird, marine turtle, and water quality monitoring and reporting. Due to the emergency nature and short duration of the project, this contract does not include any environmental monitoring during construction. Should FDEP require environmental monitoring, additional scope may be negotiated. Task 3: Post-Construction Project Close-out Post-Construction Site Inspection We will accompany the County and Contractor during the substantial completion inspection or the final inspection and assist the County with identification of items requiring attention. Post-Construction Submittals Within 30 days after completion of construction, we will electronically submit to FDEP a written statement of completion of the emergency truck haul project with a description of work completed. Note, since the federal nourishment project will commence shortly following the anticipated emergency truck haul effort, this scope of work does not include a post-construction survey. Page 18 of 68 EXHIBIT A TAYLOR ENGINEERING, INC. P2024-181 FORT PIERCE BEACH EMERGENCY TRUCK HAUL A-4 10199 SOUTHSIDE BLVD STE 310 JACKSONVILLE FL 32256 TEL 904.731.7040 WWW.TAYLORENGINEERING.COM Deliverables Upon completion of the project, we will prepare a summary report of our construction administration activities and compile all available project related reports, meeting minutes, and submittals. Deliverable A — Construction administration summary report; Deadline: May 31, 2026. We will perform these services on a time and expenses basis not to exceed $33,168.00. Exhibit B provides an estimated breakdown of this cost. Our budget assumes that project construction will require 30 days from the commencement of fill placement. Note that we may require additional fees if additional onsite visits are required to solve unanticipated problems, or if construction lasts longer than the assumed 30- day period. END OF SCOPE OF SERVICES Page 19 of 68 EXHIBIT B B-1 10199 SOUTHSIDE BLVD STE 310 JACKSONVILLE FL 32256 TEL 904.731.7040 WWW.TAYLORENGINEERING.COM TAYLOR ENGINEERING, INC. COST SUMMARY BY TASK P2026-024: FORT PIERCE BEACH EMERGENCY TRUCK HAUL 2026 TASK 1: Pre-Construction Services Labor Hourly Rate Hours Burdened Cost Task Totals Principal $300.00 8.0 2,400.00 Program Manager $250.00 4.0 1,000.00 Project Scientist $176.00 2.0 352.00 Project Engineer $192.00 10.0 1,920.00 Total Labor Hours 24.0 Total Labor Cost 5,672.00 Total Task 1 $5,672.00 TASK 2: Construction Administration Services Labor Hourly Rate Hours Burdened Cost Task Totals Principal $300.00 24.0 7,200.00 Program Manager $250.00 4.0 1,000.00 Project Scientist $176.00 4.0 704.00 Project Engineer $192.00 32.0 6,144.00 Staff Engineer $149.00 24.0 3,576.00 Total Labor Hours 88.0 Total Labor Cost 18,624.00 Total Task 2 $18,624.00 TASK 3: Project Close-out Labor Hourly Rate Hours Burdened Cost Task Totals Principal $300.00 16.0 4,800.00 Program Manager $250.00 4.0 1,000.00 Project Engineer $192.00 16.0 3,072.00 Total Labor Hours 36.0 Total Labor Cost 8,872.00 Total Task 3 $8,872.00 Project Total $33,168.00 Page 20 of 68 5.A.1. 2026-201 DATE: 2/17/2026 AGENDA REQUEST TO: Erosion District PRESENTED BY: Joshua Revord, Port, Inlet & Beaches Director SUBMITTED BY: Port, Inlet & Beaches SUBJECT: Work Authorization No. 03 (Taylor Engineering) - Ft. Pierce Shore Protection Project – 2026 Physical and Biological Monitoring BACKGROUND: The Florida Department of Environmental Protection (FDEP) administers the Beach Management Funding Assistance (BMFA) Program, which provides funding opportunities to assist eligible local governments with their beach erosion control projects. In 2024, the Florida Legislature appropriated a total of $1,740,737.00 in grant funding for post-construction monitoring efforts and future construction associated with the Fort Pierce Shore Protection Project (FDEP Grant 25SL1- Fund #184241). In summer 2025, Port, Inlet, & Beaches secured an additional $150,000.00 from the Florida Department of Environmental Protection (FDEP) for permit required monitoring associated with the Ft. Pierce Shore Protection Project (FPSPP). The new funding requires a county match share of $150,000.00, totaling $300,000.00. Work Authorization No. 03 (Taylor Engineering, $343,071.00) is provided to address immediate post- construction physical and biological monitoring efforts required by permit. This effort will take place immediately after the 2026 federal beach project is complete and was pre-approved by FDEP on January 21, 2026, for cost-sharing. It should be noted that Work Authorization No. 03 also includes additional sea turtle/shore bird monitoring tasks that may or may not be needed depending on the timing of federal project mobilization. PREVIOUS ACTION: September 15, 2020 – Board proffers a contract to Taylor Engineering, Inc. (C20-09-772) for Coastal Engineering with Environmental Support Services. (in response to RFQ 20-042) July 18, 2023 — Board approval to submit a Beach Management Funding Assistance (BMFA) Program funding application request to the State of Florida (FDEP) for FY-2024/25 (Agenda Item 2023-61206). August 6, 2024 – Board approval of FDEP Grant 25SL1 (Fund # 184241), including $1,740,737.00 in new grant funding for efforts associated with the Ft. Pierce Shore Protection Project, requiring a $1,740,737.00 local match share contribution. – Total grant value $3,481,474.00 (Agenda Item 2024-2431). January 30, 2025 – FDEP pre-approval of Work Authorization No. 13 with Taylor Engineering for the proposed 2025 physical and biological monitoring effort at Fort Pierce Beach. July 22, 2025 – Board proffers a contract to Taylor Engineering, Inc. (C25-07-799) for Coastal Engineering with Page 21 of 68 Environmental Support Services. (in response to RFQ 25-048) August 19, 2025 – Board approval of FDEP Grant 25SL1 Amendment No. 01 (Fund # 184241), including $150,000.00 in additional grant funding for efforts associated with the Ft. Pierce Shore Protection Project (Aghenda Item 2025-5423). January 21, 2026 – FDEP pre-approval of Work Authorization No. 03 with Taylor Engineering for the proposed 2026 physical and biological monitoring effort at Fort Pierce Beach. FINANCIAL IMPACT: The total cost of Work Authorization No. 03 (Taylor Engineering, Inc.) is $343,071.00. PIB staff propose partially funding ($314,352.26) this effort with grant funds previously secured in FDEP Grant 25SL1 (Fund No. 184241). The remaining balance of funding (up to $43,071.00) is proposed from the Erosion District Reserves (184-9910-599300-910000). RECOMMENDATION: Staff recommends Board approval of Work Authorization No. 03 with Taylor Engineering ($343,071.00) for Immediate Post-Construction Physical and Biological Monitoring efforts at Fort Pierce Beach required by permit, and authorization for the Erosion District Chair to sign documents as approved by the county attorney. This item is in accordance with the Strategic Initiatives EP 4.1.4. COMMISSION ACTION: RESULT: MOVER: None SECONDER: None AYES: None NAYS: None EXCUSED: None Coordination/Signatures Date: February 09, 2026 Joshua Revord, Port, Inlet & Beaches Director Date: February 09, 2026 Jennifer Hill, Office of Management & Budget Director Date: February 09, 2026 Katherine Barbieri, County Attorney Page 22 of 68 Date: February 10, 2026 Mayte Santamaria, Deputy County Administrator Page 23 of 68 Page 1 of 3 WORK AUTHORIZATION NO. 03 CONTRACT C25-07-799 PROJECT 1 – FORT PIERCE SHORE PROTECTION PROJECT (FORT PIERCE BEACH) COASTAL ENGINEERING SERVICES WITH ENVIRONMENTAL SUPPORT SERVICES THIS WORK AUTHORIZATION is made as of the day of , 2026, by and between the ST. LUCIE COUNTY EROSION DISTRICT, a dependent taxing district of the State of Florida, hereinafter referred to as the “County” and TAYLOR ENGINEERING, INC., hereinafter referred to as the “Consultant”. W I T N E S S E T H: WHEREAS, on July 22, 2025, the County entered into a Consulting Agreement (Contract No. C25-07- 799) hereinafter referred to as “Contract” with the Consultant to provide continuing professional coastal engineering services for Project 1 – Fort Pierce Shore Protection Project (Fort Pierce Beach) Coastal Engineering Services with Environmental Support Services; and, WHEREAS, pursuant to the Contract, the Consultant is to provide the professional services as outlined in this individual work authorization; and, NOW, THEREFORE, in consideration of their mutual promises made herein, and for other good and valuable consideration, receipt of which is hereby acknowledged by each party, the parties who are legally bound, hereby agree as follows: 1. PROJECT: The County has determined that it would like to complete a project described below: Fort Pierce Shore Protection Project 2026 Physical and Biological Monitoring (hereinafter referred to as "the Project".) 2. SERVICES: The County has determined that it would like to utilize the services of the Consultant in the completion of the Project, to provide professional engineering services for the Project under the pricing, terms and conditions of the continuing contract (C25-07-799). The services to be provided by Consultant on the Project shall be for those as outlined in the Scope of Work attached hereto as Exhibit "A" and according to the schedule which are attached hereto and made a part of this work authorization and incorporated herein. 3. COMPENSATION: The cost to perform all services as described in the attached Scope of Services shall be paid pursuant to the approved hourly rates will not exceed a total amount of $343,071.00 (three hundred forty-three Page 24 of 68 Page 2 of 3 thousand seventy-one and 00/100 dollars), as further detailed in Exhibit “B”. No reimbursable expenses will be paid pursuant to this work authorization. Any sub-consultant fees associated with this work authorization will be paid as a direct pass through without any additional mark-up or administrative fee. This work authorization shall meet the definition of “Construction Services” as defined in F.S. §218.72. Payment to the Consultant shall be made within 20 business days of the County's receipt of the application. 4. CONTRACT DOCUMENT: Except as amended hereby, all the original terms and conditions in the Continuing Contract shall remain in full force and effect. Any conflict between the terms and conditions of the Exhibit “A” and the terms and conditions of the Continuing Contract, shall be interpreted in favor of the Continuing Contract. 5. TIME OF COMPLETION: a. It is hereby understood and mutually agreed by and between parties hereto that the time of completion is an essential condition of this Contract, time being of the essence. b. Consultant shall commence work per the written Notice to Proceed and shall complete all work as further described in the Exhibit “C”. c. The period herein above specified for project completion may be extended by such time as shall be approved by the County Administrator or designee, or the Contract may be cancelled by the County Administrator with the County invoking all rights and remedies thereof. d. Where any deductions from or forfeitures of payment in connection with the work of this Contract are duly and properly imposed against the Consultant, in accordance with the terms of the Contract, State Laws, governing ordinances or regulations, the total amount thereof may be withheld from any monies due or to become due the Consultant under the Contract; and when deducted, shall be deemed and taken as payment in such amount. IN WITNESS WHEREOF, the parties hereto have executed this Work Authorization effective on the date first written above. ST. LUCIE COUNTY EROSION DISTRICT ATTEST: ST. LUCIE COUNTY, FLORIDA BY: BY: DEPUTY CLERK CHAIR APPROVED AS TO FORM AND CORRECTNESS: COUNTY ATTORNEY Page 25 of 68 Page 3 of 3 TAYLOR ENGINEERING, INC. BY: PRINT NAME: PRINT TITLE: Page 26 of 68 EXHIBIT A A - 1 Scope of Work Fort Pierce Shore Protection Project 2026 Physical and Biological Monitoring The U.S. Army Corps of Engineers (USACE) plans to nourish the entire Fort Pierce Shore Protection Project beach during winter/spring 2026 using beach quality material from Capron Shoal. Physical and biological project monitoring requirements for 2026 (post-construction), addressed in this scope of work, are based on Florida Department of Environmental Protection (FDEP) Permit No. 0327791- 001-JC and associated monitoring plans. The Physical Monitoring Plan, Ft. Pierce Shore Protection Project (revised March 2017) covers collection of topographic and bathymetric data. The Ft. Pierce Inlet Sediment Impoundment Basin Biological Monitoring Plan (revised April 2017) covers hardbottom data collection. Specific conditions in FDEP Permit No. 0327791-001-JC detail sea turtle monitoring requirements. The Fort Pierce Beach Shore Protection Project area extends from the Fort Pierce Inlet south jetty (200 ft north of FDEP Reference Monument R-34) to T-41. The physical monitoring control area extends 5,000 ft south of the project area, from T-41 to R-46. As such, all physical monitoring analyses address the beach reach from the inlet south jetty to R-46. Tasks 1 – 4 address physical monitoring. Tasks 5 – 9 address biological monitoring. Task 1 Beach and Borrow Area Survey Data Acquisition and Quality Control Within 60 days of construction completion, Morgan & Eklund, Inc., as a subcontractor to Taylor Engineering, will collect post-construction topographic and bathymetric profile surveys of the project and control areas. These surveys will include profiles at FDEP reference monuments R-34 through R-60 and intermediate profiles at R-34.5 and R-35.5 (29 profiles total) in St. Lucie County. Morgan & Eklund will perform all work activities and produce deliverables in accordance with the October 2014 (or later) FDEP Division of Water Resource Management’s Monitoring Standards for Beach Erosion Control Projects; Section 01000, Beach Profile Topographic Surveying; Section 01100, Offshore Profile Surveying; and Section 01200, Borrow Site, Shoal, and Other Bathymetric Surveying. (Document available on the web at https://floridadep.gov/sites/default/files/PhysicalMonitoringStandards.pdf). Upon receipt, we will perform a quality control check of the data. Page 27 of 68 EXHIBIT A A - 2 Prior to the survey, we will coordinate with M&E to execute a subcontract agreement and to specify the details of the survey scope. Upon receipt of the survey data files, we will perform quality control review and coordinate with M&E as necessary to address any issues with the survey data. Upon receiving the final survey deliverables, including all FDEP-required supporting documentation and FDEP-specific file formats, we will submit the deliverables to both the FDEP JCP Compliance Officer and FDEP Grants Manager. At approximately the same time as the survey, a senior engineer from our Jacksonville office will visit the beach to observe and photograph beach and dune geometry and general beach conditions. The physical monitoring report will include photographs from the site visit. We assume USACE will conduct the pre-construction beach profile survey and will provide pre- and post-construction bathymetry survey of the borrow area. We will provide the USACE survey data files to the FDEP. If the above assumption proves incorrect, we will submit a proposal for Morgan & Eklund, as subcontractor to Taylor Engineering, to conduct any additional beach profile or borrow area surveys. Task 2 Beach and Borrow Area Survey Data Analysis Taylor Engineering will perform beach profile-based analyses for each reference monument from R-34 through R-46 and intermediate profiles at R-34.5 and R-35.5 — a total of 15 lines — to determine project performance. We will make the following comparisons at each reference monument. • 1999 pre-construction data versus 2026 post-construction data • 2023 post-fill data versus 2026 pre-construction data • 2025 Year 2 (2023 nourishment) data versus 2026 pre-construction data • 2026 pre-construction data versus 2026 post-construction data We will convert the data to range/elevation profiles and develop profile plots. We will calculate volume changes and mean high water (MHW) position changes for the above comparison periods. We will prepare profile plots and tabulate shoreline positions and shoreline and volume changes. We will calculate beach volumes over three vertical compartments: dune to MHW, MHW to 700 ft seaward of the survey monument (1000 ft at R-34.5–R-36), and from 700 ft to -32.5 ft-NAVD88. We will integrate beach volume changes alongshore to develop sediment pathways and to identify areas of accretion and erosion. Of note, prior analysis of the landward edge of hardbottom and convergence of the beach profiles identified 700 ft from the monument as a suitable location for a volume compartment boundary, except at R-34.5–R-36 where 1,000 ft is more appropriate; the rapidly varying elevation characteristics seaward of this boundary may limit the utility of this portion of analysis. We will analyze the pre- and post-dredge borrow area data Page 28 of 68 EXHIBIT A A - 3 provided by USACE to determine the excavation quantity and locations and verify that dredging activities remained within the authorized dredging template. Task 3 Aerial Photography GPI Geospatial, Inc. (GPI), as a subcontractor to Taylor Engineering, will collect aerial photography concurrently or as close as possible to the post-fill beach profile survey. The aerial photography will cover FDEP reference monument R-34 through R-46 in St. Lucie County. GPI will conduct work activities and deliverables in accordance with the October 2014 (or later) FDEP Division of Water Resource Management’s Monitoring Standards for Beach Erosion Control Projects, Section 02100, Environmental Aerial Photography. (Document available on the web at https://floridadep.gov/sites/default/files/PhysicalMonitoringStandards.pdf). Task 4 Physical Monitoring Report Taylor Engineering will prepare a report documenting the results of the above analyses. The report will present and discuss the data (including any potential sources for errors in the dataset) and identify erosion and accretion patterns within the entire area monitored. Appendices will include plots of survey profiles and graphical presentations of volumetric and shoreline position changes for both the construction and control areas. The report will satisfy requirements contained in FDEP Permit No. 0327791-001-JC. We will submit an electronic copy of the report for St. Lucie County staff review and comment. To the maximum extent possible, we will modify the report to incorporate county comments and will submit one electronic copy of the final report and survey data to St. Lucie County and one electronic copy to FDEP. Task 5 Post-Construction Sea Turtle Monitoring Our subcontractor, Ecological Associates, Inc. (EAI), will provide all sea turtle related monitoring services as required by the FDEP permit. The contractor will be responsible for construction-phase sea turtle nest monitoring and protection. Once the construction-phase monitoring and nest protection program has ceased, EAI will leave all nests in the project area in place and marked to evaluate nest fate and reproductive success. EAI will resume early morning sea turtle nesting surveys upon completion of construction and will continue uninterrupted Page 29 of 68 EXHIBIT A A - 4 through November 11, 2026. Monitoring will include daily nest monitoring, marking and evaluating a representative sample of nests (not to exceed 350 total marked nests), and determining reproductive success. The turtle monitor will also determine and record false crawls and nests by species. Monitoring will occur within the re-nourished beach and an adjacent control area, of equal length, immediately south of the re- nourished beach. Task 6 Nesting Season Weekly Escarpment Monitoring Upon completion of construction, EAI will conduct weekly escarpment surveys through October 31, 2026. As necessary during the monitoring period, Taylor Engineering will notify the FDEP and Florida Fish and Wildlife Conservation Commission (FWC) of the presence of persistent escarpments to determine if escarpment leveling or other action is required. Task 7 Post-Construction Shorebird Monitoring Upon completion of construction, EAI will conduct weekly shorebird surveys until all breeding activity has concluded, or July 15, 2026 if no breeding has taken place. During each survey, a qualified shorebird nesting biologist will inspect all potential nesting habitat within the project area in accordance with FWC protocols. Task 8 Lighting Surveys In compliance with the FDEP permit, EAI will monitor beachfront lighting within the project area. The monitoring area will extend from the jetty south to the end of the 2026 nourishment area. Following the completion of construction, EAI will conduct two nighttime surveys. The first will occur immediately following construction between May 1 and June 7 and the second will occur between July 15 and August 1. EAI will identify lights visible from the beach and complete standard lighting report forms noting light characteristics with respect to the local lighting regulation. We will provide the lighting survey reports to St. Lucie County, City of Fort Pierce, and FWC. We will prepare a summary report of the surveys including any corrective actions taken for submittal to FWC by December 15. Following submittal of the summary report, we will coordinate a meeting with FWC, FDEP, EAI, City of Fort Pierce, and the county to discuss the results of lighting surveys. Page 30 of 68 EXHIBIT A A - 5 Task 9 Hardbottom Monitoring Our subcontractor, CSA Ocean Sciences, Inc., will conduct hardbottom monitoring as required by FDEP Permit No. 0327791-001-JC and the April 2017 Ft. Pierce Inlet Sediment Impoundment Basin Biological Monitoring Plan. Hardbottom monitoring shall consist of video transects, still photographic transects, sediment measurements, and quadrat sampling along specifically identified and marked transect lines. Hardbottom biological monitoring transects occur directly offshore FDEP Reference Monuments R- 35, R-37, R-39, R-41, and R-43. Sediment measurement only transects occur offshore FDEP Monuments R-36, R-38, and R-40. In addition, CSA will monitor the nearshore edge of hardbottom from FDEP Monuments R-34 to R-43. CSA will follow hardbottom monitoring and data analyses protocols required by the above-referenced FDEP permit and biological monitoring plan. We will submit digital copies of the final hardbottom monitoring report to the county and FDEP. – END OF SCOPE OF WORK – We will complete the above scope of work for a fixed lump sum fee of $343,071. Exhibit B details the proposed costs and Exhibit C contains the proposed schedule. Page 31 of 68 EXHIBIT B TAYLOR ENGINEERING, INC. COST SUMMARY BY TASK P2025-193: 2026 FORT PIERCE SPP PHYSICAL & BIOLOGICAL MONITORING Labor Hourly Rate Hours Burdened Cost Task Totals Senior Engineer $247.00 4.0 988.00 Project Engineer $192.00 12.0 2,304.00 Total Labor Hours 16.0 Total Labor Cost 3,292.00 Subconsultants Cost Morgan & Eklund, Inc. 19,343.00 Total Subconsultant Cost 19,343.00 Total Task 1 $22,635.00 Labor Hourly Rate Hours Burdened Cost Task Totals Principal $300.00 4.0 1,200.00 Senior CAD/GIS $216.00 16.0 3,456.00 Staff CAD/GIS $122.00 8.0 976.00 Administrative Support $90.00 12.0 1,080.00 Senior Engineer $247.00 40.0 9,880.00 Project Engineer $192.00 110.0 21,120.00 Total Labor Hours 190.0 Total Labor Cost 37,712.00 Total Task 2 37,712.00 Labor Hourly Rate Hours Burdened Cost Task Totals Senior Engineer $247.00 2.0 494.00 Total Labor Hours 2.0 Total Labor Cost 494.00 Subconsultants Cost GPI Geospatial, Inc. 10,025.00 Total Subconsultant Cost 10,025.00 Total Task 3 10,519.00 TASK 1: Beach and Borrow Area Survey Data Acquisition TASK 2: Beach and Borrow Area Survey Data Analysis TASK 3: Aerial Photography Page 1 Page 32 of 68 EXHIBIT B P2025-193: 2026 FORT PIERCE SPP PHYSICAL & BIOLOGICAL MONITORING Labor Hourly Rate Hours Burdened Cost Task Totals Principal $300.00 2.0 600.00 Senior CAD/GIS $216.00 8.0 1,728.00 Staff CAD/GIS $122.00 20.0 2,440.00 Administrative Support $90.00 16.0 1,440.00 Senior Engineer $247.00 32.0 7,904.00 Project Engineer $192.00 64.0 12,288.00 Staff Engineer $149.00 14.0 2,086.00 Total Labor Hours 156.0 Total Labor Cost 28,486.00 Total Task 4 28,486.00 Labor Hourly Rate Hours Burdened Cost Task Totals Principal $300.00 2.0 600.00 Senior Scientist $250.00 16.0 4,000.00 Project Scientist $176.00 10.0 1,760.00 Total Labor Hours 28.0 Total Labor Cost 6,360.00 Subconsultants Cost Ecological Associates, Inc. 127,192.00 Total Subconsultant Cost 127,192.00 Total Task 5 133,552.00 Labor Hourly Rate Hours Burdened Cost Task Totals Senior Scientist $250.00 1.0 250.00 Total Labor Hours 1.0 Total Labor Cost 250.00 Subconsultants Cost Ecological Associates, Inc. 3,920.00 Total Subconsultant Cost 3,920.00 Total Task 6 $4,170.00 TASK 4: Physical Monitoring Report TASK 5: Post-Construction Sea Turtle Monitoring TASK 6: Nesting Season Weekly Escarpment Monitoring Page 2 Page 33 of 68 EXHIBIT B P2025-193: 2026 FORT PIERCE SPP PHYSICAL & BIOLOGICAL MONITORING Labor Hourly Rate Hours Burdened Cost Task Totals Senior Scientist $250.00 1.0 250.00 Total Labor Hours 1.0 Total Labor Cost 250.00 Subconsultants Cost Ecological Associates, Inc. 4,239.00 Total Subconsultant Cost 4,239.00 Total Task 7 4,489.00 Labor Hourly Rate Hours Burdened Cost Task Totals Senior Scientist $250.00 1.0 250.00 Total Labor Hours 1.0 Total Labor Cost 250.00 Subconsultants Cost Ecological Associates, Inc. 5,598.00 Total Subconsultant Cost 5,598.00 Total Task 8 5,848.00 Labor Hourly Rate Hours Burdened Cost Task Totals Senior Scientist $250.00 12.0 3,000.00 Project Scientist $176.00 8.0 1,408.00 Staff Scientist $121.00 1.0 121.00 Total Labor Hours 21.0 Total Labor Cost 4,529.00 Subconsultants Cost CSA Ocean Sciences, Inc. 91,131.00 Total Subconsultant Cost 91,131.00 Total Task 9 95,660.00 Project Total $343,071.00 TASK 7: Post-Construction Shorebird Surveys TASK 8: Lighting Surveys TASK 9: Hardbottom Monitoring Page 3 Page 34 of 68 EXHIBIT C Deliverable/Invoicing Schedule Fort Pierce Shore Protection Project 2026 Physical and Biological Monitoring Deliverable Description Due Date Total Fee Taylor Eng. Portion Subconsultant Portion FDEP Cost Share Physical Monitoring A One electronic copy of beach and borrow area survey profiles in FDEP format 10/30/2026 $22,635.00 $3,292.00 $19,343.00 $11,317.50 B One electronic copy of the physical monitoring report and geo-referenced aerial photographs. 12/30/2026 $76,717.00 $66,692.00 $10,025.00 $38,358.50 Sea Turtle and Shorebird Monitoring A One electronic copy of the first 2026 quarterly report, including turtle monitoring data and nesting season escarpment monitoring data 7/30/2026 $15,141.00 $1,777.00 $13,364.00 $7,570.50 B One electronic copy of the second 2026 quarterly report, including turtle monitoring data, nesting season escarpment monitoring data, shorebird monitoring data, and lighting survey report 9/31/2026 $55,297.00 $1,777.00 $53,520.00 $27,648.50 C One electronic copy of the third 2026 quarterly report, including turtle monitoring data, nesting season escarpment monitoring data, shorebird monitoring data, and lighting survey report 12/30/2026 $52,832.00 $1,778.00 $51,054.00 $26,416.00 D One electronic copy of the fourth 2026 quarterly report, including turtle monitoring data and nesting season escarpment monitoring data. One electronic copy of the final sea turtle monitoring data spreadsheet (FWC format). 3/28/2027 $24,789.00 $1,778.00 $23,011.00 $12,394.50 Hardbottom Monitoring A One electronic copy of field survey data 12/31/2026 $70,591.00 $2,265.00 $68,326.00 $35,295.50 B Two electronic copies of the final hardbottom monitoring report 2/28/2027 $25,069.00 $2,264.00 $22,805.00 $12,534.50 Total $343,071.00 $81,623.00 $261,448.00 $171,535.50 Page 35 of 68 September 25, 2025 Taylor Engineering, Inc. Attn: Nicole Filipow, PE 10199 Southside Boulevard, Suite 310 Jacksonville, FL 32256 RE: 2026 Ft. Pierce Shore Protection Project, Pre- and Post-Construction Surveys, St. Lucie County, Florida Dear Nicole: Morgan & Eklund, Inc. is pleased to provide you with the following proposal to furnish professional land and hydrographic survey services for the above-referenced project. Beach surveys will include performing onshore and offshore pre- and post-construction profile lines measured to FDEP specifications. Deliverables will include plan view and cross-sections in .pdf and .dwg formats along with FDEP submittal. Optional pricing will be as follows: I. Pre-Construction Beach Survey (R-34 to R-46 including R-34.5 and R-35.5) 15 profile lines @ $667/line .................................$ 10,005.00; or Pre-Construction Beach Survey (R-34 to R-60 including R-34.5 and R-35.5) 29 profile lines @ $667/line .................................$ 19,343.00 II. Post-Construction Beach Survey (R-34 to R-46 including R-34.5 and R-35.5) 15 profile lines @ $667/line .................................$ 10,005.00; or Post-Construction Beach Survey (R-34 to R-60 including R-34.5 and R-35.5) 29 profile lines @ $667/line .................................$ 19,343.00 Page 36 of 68 Eastman Aggregate Enterprises, LLC 2 9/25/2025 Borrow area surveys will include performing pre- and post-construction bathymetric surveys of Capron Shoal borrow area to FDEP specifications. Deliverables will include contour map and data plot in .pdf and .dwg formats along with an XYZ file. Optional pricing will be as follows: III. Pre-Construction Single Beam Survey on 250’ line spacing Lump Sum Fee ...................................................$ 16,456.00; or Pre-Construction Multibeam Survey Lump Sum Fee ...................................................$ 33,388.00 IV. Post-Construction Single Beam Survey on 250’ line spacing Lump Sum Fee ...................................................$ 16,456.00; or Post-Construction Multibeam Survey Lump Sum Fee ...................................................$ 33,388.00 As always, Morgan & Eklund, Inc. is looking forward to working with you and Taylor Engineering, Inc. on this project. Sincerely, David W. Coggin Vice President DWC:dmc Billing: will be invoiced upon completion of each task assigned Terms: Net 30 days Price is good through 2026 Page 37 of 68 Ft. Pierce Coastal 2026 Mr. Chris Ellis 12/1/2025 Submitted by: GPI Geospatial, Inc. Kurt Griffel kgriffel@gpinet.com 3051 E. Livingston Street, Suite 300 Orlando, FL 32803 407.851.7880 www.gpinet.com/geospatial Page 38 of 68 Proposal # 2500614.00 1 Chris Ellis | Vice President, Environmental Services Taylor Engineering, Inc. Main: 904-731-7040 | Direct: 904-256-1375 | Cell: 904-252-4918 Subject: Fort Pierce Coastal GPI Geospatial, Inc. Proposal No. 2500614.00 GPI Geospatial, Inc. (GPI Geospatial) greatly appreciates this opportunity to provide Taylor Engineering hereafter referred to as the Client, with our proposal to perform professional geospatial services as requested. The following proposal is based on our understanding of the scope of work. PROJECT DESCRIPTION GPI GEOSPATIAL will collect aerial imagery and prepare raster image files of your area of interest in St Lucie County, Florida. We understand the area is approximately 3 miles in length from Reference Monument 33 to Reference Monument 46. GPI GEOSPATIAL will acquire the 2023 color aerial flight utilizing a precision aerial camera to obtain imagery suitable for the preparation of raster imagery conforming to the FDEP Environmental Beach Erosion Specifications (Section 02100) of the FDEP Monitoring Standards for Beach Erosion Control Projects (March 2004). The photography is to be secured in the summer of 2023 at a minimum of 15° degrees and no more than 30°. Flight Plan coverage shown below. All geospatial tasks will be performed in accordance with the current Standards of Practice for Surveying and Mapping in the State(s) where the project is located. Page 39 of 68 Proposal # 2500614.00 2 PROJECT LIMITS Imagery Acquisition Sensor UltraCAM Eagle Flight Altitude 9,500’ AGL Sidelap NA Forward Lap 60% Ground Sample Distance (GSD) 11.6cm (4.5”) Mobilization Time 2 hrs. Number of Flight Lines 1 Number of Exposures 10 Page 40 of 68 Proposal # 2500614.00 3 AERIAL DATA ACQUISITION Aerial Data Collection Mission GPI Geospatial proposes to collect the aerial digital imagery for this project utilizing our Vexcel UltraCam Mark 3 large format camera. This imaging system is mounted in a gyro-stabilized mount and can capture 4-band RGB and NIR imagery to support photogrammetric mapping and orthophotography production. [And/Or for PH1 Imagery Acquisition] GPI Geospatial proposes to collect the aerial digital imagery for this project utilizing our PhaseOne 150MP medium format 3-band camera. This imaging system is mounted in a gyro-stabilized mount and can capture 3- band RGB imagery to support photogrammetric mapping and orthophotography production. Image quality capture will be a critical indicator of the project’s success. All flight plans shall be designed and approved by a Certified Photogrammetrist before acquisition.  The imagery shall be substantially free of haze, snow, clouds, and smoke.  The photography shall not contain excessive tip, tilt, or crab.  Flight plans shall be designed by a Certified Photogrammetrist and approved before acquisition.  Weather conditions and access to airspace can affect acquisition schedules.  Certain restricted airspace may require the presence of an appropriate law enforcement official. Page 41 of 68 Proposal # 2500614.00 4 MAPPING CONTROL Targeting and Ground Control for Aerial Data Acquisition All horizontal control shall be referenced to the appropriate Coordinate System in NAD 83 (2011), and all vertical control shall be referenced to NAVD88, Geoid##, or as specified by the client. Aerial Triangulation Aerial triangulation (AT) is identified as the procedure of establishing geometric relationships among forward and side-lapping imagery to extend and densify supplemental horizontal and vertical control points. Using the Horizontal and Vertical control survey data and the Exterior Orientation Parameters of all frames (ABGNSS & IMU), GPI shall precisely perform digital aerial triangulation using our Trimble Inpho Match-AT or ISAT software. Appropriate XY&Z weight factors to the control points will be established based on project accuracy requirements. The aerial imagery shall be controlled with POS AV Airborne GPS and ground control panels. The inertial position and orientation system will provide accurate photo center positions to triangulate the entire block of imagery in one bundle adjustment. Automatic and manual tie point matching shall be performed on the entire set of imagery to best contribute to the strength and quality of the block. Before the commencement of photogrammetric map compilation, a Certified Photogrammetrist will review and approve the aero-triangulation results. These results will be included in the final report. Orthophotography Using the Exterior Orientations from the triangulation and the lidar surface model, GPI Geospatial shall perform a rigorous ortho rectification of all imagery. The high-quality orthophotos shall have a constant scale. All orthos shall be processed to produce the client’s specified pixel resolution, file format, and tiling scheme. GPI Geospatial will combine the rectified imagery into a seamless full-area and/or tiled orthomosaic. GPI Geospatial will generate the tiling scheme unless provided by the client. Accuracy The accuracy analysis of the data shall conform to the 2024 ASPRS Positional Accuracy Standards for Digital Geospatial Data. Horizontal accuracy of orthoimagery products shall be produced to meet 2.5 feet RMSE at the 95% confidence level. GPI Geospatial shall use a “compiled to meet” accuracy statement when testing against an independent source of higher accuracy cannot be performed. Page 42 of 68 Proposal # 2500614.00 5 DELIVERABLES Acquisition:  One (1) set of 1”=100’ Scale RGB, 3 band TIFF/TFW Images  Metadata  Flight/Tide Reports  Camera Calibration Report Aerial Triangulation:  AT Report Orthophotography:  Resolution [ 0.5’]  [3 ] band  8-bit  File Format: [TIFF] Reports:  Signed and Sealed Project Report  Remote Sensing Data Acquisition Report SCHEDULE Survey Survey Control Acquisition: 2023 PID points to be used. Imagery Aerial Data Acquisition: Two week(s) from target placement and NTP (weather permitting). Orthos: Three week(s) from receipt of ground control and completion of remote sensing data acquisition. LUMP SUM FEES Based upon the above services and the following Terms and Conditions, our fee for these Services shall be as follows: Lump Sum Fee: $10,025.00 OR use the table below: Task Item Subtotal Ground Control Surveying Aerial Imagery Acquisition/ Aerial Triangulation/Orthophotography Lump Sum (Total Fee) $10,025.00 Page 43 of 68 Proposal # 2500614.00 6 Notes: 1. GPI Geospatial, Inc. requires a retainer of 50% for all first-time clients. 2. Items not included in the fees such as permitting, site access costs, etc. shall be billed separately. This proposal can be individually modified to meet your requirements, upon request. Page 44 of 68 Proposal # 2500614.00 7 CONTRACT TERMS AND CONDITIONS Time for Acceptance This agreement is void if not signed and returned to GPI Geospatial, Inc. within 90 days of the date of the agreement. Time for Rendering Services GPI Geospatial, Inc. will perform the services described in these documents (“the Services”) following a mutually agreeable schedule consistent with usual and customary practices. GPI Geospatial, Inc. agrees to use reasonable efforts to commence the Services on the date specific in the Agreement or contained in the agreed upon schedule and shall proceed with reasonable diligence to complete the Services. Should GPI be delayed in the completion of the Services due to causes beyond GPI Geospatial, Inc.’s control or other excused delays, then GPI Geospatial, Inc. shall be awarded additional time to perform such Services and the price stated in the Agreement shall be equitably adjusted for any additional costs incurred by GPI Geospatial, Inc. due to such delay. Information Provided Before GPI Geospatial, Inc. commences the Services, the Client shall provide GPI Geospatial, Inc., in writing all necessary information to permit its proper performance of the Services. GPI Geospatial, Inc. shall be under no duty or obligation to verify the completeness or accuracy of the information provided by the Client and shall be entitled to fully rely thereon. GPI Geospatial, Inc. shall have no obligation to perform any Services until all necessary information has been provided in writing by the Client. GPI Geospatial, Inc. shall not be responsible for any locations, dimensions, depths, elevations, or a similar metric which are provided by the Client in error. Additional Services Services not expressly included in these documents are defined as additional services and will not be performed until approved and authorized in writing by the Client. If the fee set forth in the proposal is for a Lump Sum, then Additional Services shall be provided on an hourly basis, invoiced at GPI Geospatial, Inc.’s prevailing hourly rates, which are set forth in Exhibit B to the Proposal, “GPI Geospatial, Inc. Prevailing Hourly Rates” which is incorporated here and will be invoiced separately. Change Orders If Client wishes to change the scope of performance of the Services, Client must submit written details of the requested change to GPI Geospatial, Inc. GPI Geospatial, Inc. shall, within a reasonable amount of time after such request, provide a written estimate to Client of (a) the likely time required to implement the change; (b) any necessary variations to the fees and other charges for the Services arising from the change; and (c) any other impact the change might have on the Agreement. Promptly after receipt of the written estimate, the parties shall negotiate and agree in writing on the terms of such change (a “Change Order”). Neither party shall be bound by any Change Order unless mutually agreed upon in writing. Hourly Rate Schedule (Not applicable to Lump Sum Fees) Services provided on an hourly basis will be invoiced at GPI Geospatial, Inc.’s prevailing hourly rates. Prevailing hourly rate changes occurring during the contract period will be applicable as of the effective date of rate change. Hourly rates are subject to change the first of January and July. Payment for Services Services will be invoiced monthly based on work accomplished. Payment for Services rendered is due upon receipt of GPI Geospatial, Inc.’s invoice. Invoice payments not received within 30 days from the date of the invoice are past due and subject to a service charge equal to 1.5% per month (18% per annum). If payment is not received within 60 days of invoice, GPI Geospatial, Inc. has the unilateral right to discontinue work on the project and terminate this Agreement with no legal recourse by the Client. The Client will be liable for all costs of collection, including, but not limited to, court costs, filing fees, service fees, reasonable attorneys’ fees, and staff time at our prevailing hourly rates should a default in payment occur. Reimbursable Expenses Reimbursable expenses will be billed to the Client, in addition to the fee, at the rate of 1.1 times actual expenditures. Reimbursable expenses include the cost of travel, reproductions, deliveries, postage, photographs, and handling of drawings, specifications, reports, or other project related material. Permits and Licenses Client shall timely, so as to not delay the Services, secure and pay for all easements, permits and licenses required by law, and shall give all notices required thereunder. Standard of Practice and Care Services performed by GPI Geospatial, Inc. will be consistent with the level of care and skill ordinarily exercised by members of this profession currently practicing in the same locality and under similar conditions. No other representation, expressed or implied, and no warranty or guarantee is included or intended in this Agreement or any report, opinion, document or otherwise. Site Access Client will provide the necessary access and right of entry for GPI Geospatial, Inc. to enter and inspect all locations of the Project Site and to all offsite locations as necessary in order to allow GPI Geospatial, Inc. to perform its Services. GPI Geospatial, Inc. is not obligated to provide scaffolding or personnel hoists in order to perform the Services. Limitation of Liability NEITHER PARTY WILL BE LIABLE TO EACH OTHER FOR ANY SPECIAL, INDIRECT, PUNITIVE, INCIDENTAL, LIQUIDATED, OR CONSEQUENTIAL DAMAGES ARISING OUT OF THIS AGREEMENT OR THE SERVICES PERFORMED HEREUNDER. IN NO Page 45 of 68 Proposal # 2500614.00 8 EVENT SHALL GPI GEOSPATIAL, INC.’S AGGREGATE LIABILITY TO CLIENT EXCEED THE AMOUNT OF AVAILABLE INSURANCE OR GPI GEOSPATIAL, INC.’S FEES TO THE SERVICES PERFORMED HEREUNDER, WHICHEVER IS LESS. Field Observation Services Field observation services performed by GPI Geospatial, Inc. pursuant to this contract, whether performed prior to, during, or after completion of construction, are performed solely for the purpose of determining general conformity of work with the contract plans and specifications. Nothing contained herein shall create or be deemed to create any duty or authority upon GPI Geospatial, Inc. or its employees to direct, supervise, or control the work (including safety procedures), of other contractors, subcontractors, consultants or their respective employees or by any other person at the project site (collectively “Client’s Contractors”). The Services do not include any form of guarantee or insurance with respect to the performance of Client’s Contractors. GPI Geospatial, Inc. does not assume responsibility for the means, methods, sequences, and techniques employed by the Client’s Contractors in their work. GPI Geospatial, Inc. is only responsible for the health and safety of its own employees. Ownership of Documents All documents created, prepared, or furnished by GPI Geospatial, Inc. pursuant to the Agreement, including plans, drawings, specifications, construction documents, displays, graphic art, photographs, and other images and devices of any medium, including electronic data (including but not limited to LiDAR) or files (collectively “Design Materials”), are instruments of GPI Geospatial, Inc., and GPI Geospatial, Inc. shall retain an ownership and property interest therein, including copyrights. Upon payment in accordance with the Agreement, GPI Geospatial, Inc. grants Client a perpetual, non-exclusive, royalty-free license to use the Design Materials for the sole purpose of use at the Project. Reuse or modification of any such documents by Owner, without GPI Geospatial, Inc.’s express written consent, shall be at Client’s own risk, and Client agrees to defend, indemnify, and hold GPI Geospatial, Inc. harmless from all claims, damages and expenses, including attorneys’ fees, arising out of such reuse or modification by Client or by others acting through Client. Client agrees that it shall not use the Design Materials or the name of GPI Geospatial, Inc. or its insignia or seal in any manner without GPI Geospatial, Inc.’s express written consent. Project Suspension or Termination If the project is suspended for more than 90 days, abandoned in part or terminated, the Client will pay GPI Geospatial, Inc. for services performed and reimbursable expenses incurred up to and including the effective date of such suspension, abandonment or termination, and all termination expenses. The contract fee will require renegotiations should the project be restarted. Severability If any of the provisions herein shall be invalid or unenforceable under applicable law, such invalidity or unenforceability shall not invalidate or render these Terms and Conditions unenforceable, which shall be construed as if not containing the particular invalid or unenforceable provision, provided that the intent of the parties can be achieved in all material respects. Governing Law This Agreement shall be construed and governed in accordance with the laws in the state in which the Project is located. Merger and Counterparts This Agreement may be executed in counterparts and exchanged by facsimile, email, or pdf, each of which shall be deemed an original and all of which, when taken together, constitute one and the same documents. This Agreement contains the complete, full and exclusive understanding of the parties and shall supersede any prior agreement between the parties. Claims and Disputes Owner and Consultant shall endeavor to resolve claims, disputes and other matters in question between them in good faith and an efficient business-like manner. The Consultant shall continue providing Services during such time as the dispute exists, provided that Owner continues to pay all amounts that are not in dispute and such dispute does not continue in excess of ninety (90) consecutive days. If the parties do not resolve a dispute through good faith negotiations, the Parties shall first endeavor to resolve the dispute by mediation, which shall be administered by the American Arbitration Association in accordance with its Construction Industry Mediation Procedures in effect on the date of this Agreement. The Parties shall share the mediator’s fee and any filing fees equally. The mediation shall be held in the place where the Project is located. Agreements reached in mediation shall be enforceable as settlement agreements in any court having jurisdiction. If the Parties are unable to resolve the matter following mediation, then the method of binding dispute resolution shall be as follows: (Check the appropriate box.) Page 46 of 68 Proposal # 2500614.00 9 [ X ] ARBITRATION – EITHER PARTY MAY SUBMIT ANY UNRESOLVED CLAIM OR DISPUTE TO BINDING ARBITRATION IN ACCORDANCE WITH THE CONSTRUCTION INDUSTRY ARBITRATION RULES OF AAA, AND SHALL BE CONDUCTED BY A SINGLE ARBITRATOR MUTUALLY ACCEPTABLE TO BOTH PARTIES. IF THE PARTIES CANNOT AGREE ON THE ARBITRATOR, THEN THE ARBITRATOR SHALL BE SELECTED BY THE PRESIDENT OF THE AMERICAN ARBITRATION ASSOCIATION. ARBITRATION SHALL BE HELD AND CONDUCTED IN THE STATE WHERE THE PROJECT IS LOCATED, UNLESS THE PARTIES AGREE OTHERWISE. THE FILING FEE AND ARBITRATOR’S FEES SHALL BE SHARED EQUALLY BY THE PARTIES. [ « » ] LITIGATION – ANY CLAIM OR DISPUTE ARISING HEREUNDER SHALL BE COMMENCED IN A COURT OF COMPETENT JURISDICTION LOCATED IN STATE WHERE THE PROJECT IS LOCATED. THIS AGREEMENT SHALL BE INTERPRETED IN ACCORDANCE WITH THE LAWS OF THE STATE WHERE THE PROJECT IS LOCATED. [ « » ] OTHER: (SPECIFY) Insurance GPI Geospatial, Inc. will maintain the following insurance for the duration of the project: 22.1 Commercial General Liability – Bodily Injury/Property Damage - $2,000,000 each occurrence and $4,000,000 in the aggregate. 22.2 Worker’s Compensation – as per Statute. Premiums for additional insurance coverage required for work on or over the water will be charged to the project and are subject to reimbursement. 22.3 Automobile Liability – in the amount of $1,000,000 each accident covering owned, non-owned, and hired vehicles. 22.4 Excess/Umbrella – in the amount of $5,000,000. 22.5 Professional Liability – in the amount of $1,000,000 each claim/ $2,000,000 in the aggregate. 22.6 GPI Geospatial, Inc. will furnish to Client Certificates of Insurance upon request naming Client as an additional insured on the General Liability policy. 22.7 Aircraft Liability – in the amount of $10,000,000. If Client requires limits greater than provided herein above, such additional limits may be offered, if commercially available, at Client’s sole cost and expense. Contractor’s Responsibilities GPI Geospatial, Inc. has no control over, charge of, or responsibility for construction. Client shall retain a qualified contractor, licensed in the jurisdiction of the project (“Contractor”), to implement the construction of the project (“Work”). The Contractor shall coordinate, supervise, and direct all aspects of the Work and shall be solely responsible for, and have control over, construction means, methods, techniques, sequences and procedures, safety, and security. To the fullest extent permitted by law, the Contractor shall defend, indemnify and hold harmless Client, GPI Geospatial, Inc., GPI Geospatial, Inc.’s subconsultants, and their respective directors, officers, employees and agents or any of them from and against all claims, damages, losses and expenses, including attorney’s fees, arising out of or in connection with the Contractor’s Work. Contractor shall provide insurance and shall name Client, GPI Geospatial, Inc. and GPI Geospatial, Inc.’s subconsultants as additional insured on Contractor’s Commercial General Liability Insurance policies. Indemnification 24.1 GPI Geospatial, Inc., subject to the limitation in Section 12 herein, agrees to hold the Client harmless from and against all claims arising out of the negligent professional acts, errors, and omissions of GPI Geospatial, Inc. in connection with the performance of the Services described in this Agreement. 24.2 GPI Geospatial, Inc. shall not be responsible for the acts or omissions of the Client, Contractor or any third parties in connection with or arising out of the project. Client hereby holds harmless and indemnifies GPI Geospatial, Inc. against all claims, damages, costs, suits, expenses, and attorney’s fees which may be incurred by GPI Geospatial, Inc. which arise out of the foregoing. Expenses shall include, but not be limited to time charges by GPI Geospatial, Inc.’s employees at GPI Geospatial, Inc.’s then standard hourly fees. 24.3 Client shall make no claim for professional negligent acts, errors, omissions and/or alleged breach of contract either directly or in a third party claim, against GPI Geospatial, Inc. unless the Client has first provided GPI Geospatial, Inc. with a written certification executed by an independent design professional practicing in the same discipline as GPI Geospatial, Inc. and licensed in the state in which the project for which GPI Geospatial, Inc.’s services were rendered is located. This certification shall: a) identify the name and license of the certifier; b) specify each and every act or omission that the certifier contends is a violation of the standard of care expected of a design professional performing professional services under similar circumstances; and c) state in complete detail the basis for certifier’s opinion that each such act or omission constitutes a violation. This certificate shall be provided to GPI Geospatial, Inc. not less than thirty (30) calendar days prior to the presentation of any claim or the institution of any legal proceeding. Force Majeure If the performance of Services by Consultant is affected by causes beyond its reasonable control, force majeure shall result. Force Majeure includes acts of God, acts of a legislative, administrative, or judicial entity, governmental order, war, fires, floods, labor disputes, pandemic, COVID-19 and unusually severe or unanticipated weather which prevent Consultant from performing the Services hereunder (“Force Majeure”). Should a Force Majeure event occur, Consultant shall receive day-for-day Schedule relief based on the number of days the Force Majeure prevents Consultant from performing the Services. Consultant shall not be liable for failure to comply with any Force Majeure event. Page 47 of 68 Proposal # 2500614.00 10 We trust this agreement meets with your approval. This offer shall remain valid for 90 days. Please indicate your acceptance by signing below and returning a copy of this Agreement. GPI Geospatial will return a fully executed copy for your records. Work will proceed only after the receipt of the signed agreement. Through its signature, the Client declares that it understands and agrees to the enclosed Terms and Conditions and has had an opportunity to discuss with GPI Geospatial any unclear details. For purposes of this Agreement only, electronic signatures shall be considered an original signature and shall have the same force and effect as an original signature. Very truly yours, GPI Geospatial, Inc. Kurt Griffel 12/1/2025 For Client: By: Date: _______________________ (Authorized Signature) Title: _______________________ (Typed or printed name) Client Purchase Order No./Project Number:_______________ For GPI Geospatial, Inc.: By: Date: _______________________ (Authorized Signature) Title: _______________________ (Typed or printed name) Page 48 of 68 Mr. Christopher B. Ellis January 9, 2026 Taylor Engineering, Inc. 10199 Southside Blvd. Suite 310 Jacksonville, Florida 32256 Dear Mr. Ellis: Ecological Associates, Inc. (EAI) is pleased to submit its Revised Scope of Work and Cost Proposal for professional environmental services in support of St. Lucie County’s 2026 Ft. Pierce Shore Protection Project on Hutchinson Island, Ft. Pierce, Florida (FDEP Permit #0327791-001-JC). This proposal addresses pre-construction and post-construction sea turtle permit-compliance monitoring along approximately 1.0 miles (1.6 kilometers) of beach immediately south of the Ft. Pierce Inlet (R 34.0 – R 39.0). EAI’s sea turtle program will include the following components, as detailed in the accompanying Scope of Work (Exhibit A): ➢ Mobilization; ➢ Project management; ➢ Pre-construction and post-construction daytime sea turtle monitoring; ➢ Marking and monitoring of a representative sample of sea turtle nests to determine nest fate and reproductive success; ➢ Post-construction lighting evaluations and consultation with code enforcement personnel to address non-compliance issues; ➢ Post-construction weekly nesting shorebird monitoring, reporting, and nest protection; ➢ Post-construction weekly escarpment monitoring; and ➢ Preparation of year-end Excel spreadsheet to summarize nesting and reproductive success data for the 2026 nesting season. EAI will submit its quarterly billings for services to Taylor Engineering in accordance with the fees set forth in Exhibit B (Costs). No deposit or retainers are required. Implementation of EAI’s services is contingent upon receipt of a Notice to Proceed. Records of daily monitoring activities will be maintained for the duration of monitoring. Quarterly data reports and year-end summary reports will be provided to Taylor Engineering in accordance with Exhibit C (Project Schedule). Page 49 of 68 Ft. Pierce Nourishment Project - 2026 Page 2 Proposal Cover Letter – January 9, 2026 Ecological Associates, Inc. appreciates the opportunity to be of continued service to Taylor Engineering and St. Lucie County. Please feel free to give me a call should you have any questions regarding EAI’s proposed services or associated costs. Sincerely, Grace Botson Senior Project Manager c: Niki Desjardin/Co-President and Director of Operations Joseph Scarola/Senior Scientist Page 50 of 68 EXHIBIT A ECOLOGICAL ASSOCIATES, INC. 3552 NE CANDICE AVE. JENSEN BEACH, FLORIDA 34957 SCOPE OF WORK Task 1: Mobilization. The 2026 Project Area is anticipated to extend south from the south jetty at the Ft. Pierce Inlet approximately 1.0 miles (1.6 kilometers; R 34.0 – R 39.0). An equivalent length of adjacent beach immediately south of the project area will be monitored as a reference area for assessing project effects on sea turtles. Pre-existing survey zone boundaries will be verified and re-marked. Project-specific data sheets and a database will be created. All equipment and supplies necessary to successfully implement this Scope of Work are available. Task 2: Project Management. An EAI project manager will oversee all fieldwork and data management operations and consult with Taylor Engineering on permit requirements, as necessary. A project schedule, as well as field survey schedules, will be created and maintained throughout the life of the project. All equipment and supplies necessary to successfully implement this Scope of Work are available. Task 3: Pre-construction and post-construction Daytime Sea Turtle Monitoring (USFWS BO Specific Condition A11, Table 18). Daily early morning nesting surveys of the Survey Area will be conducted beginning February 25, 2026, if construction has not begun, and will continue uninterrupted through start of construction. Once construction is complete, daily early morning nesting surveys will continue through November 11, 2026, or until 15 days without a nest in the Project Area, whichever is earlier. If there is a 15-day period where no nests are laid in the Project Area, EAI will request a waiver from the USFWS and FWC to discontinue daily monitoring. If permission is granted, EAI will then perform surveys three days per week to monitor marked nests. Surveys will commence within 30 minutes of sunrise and be performed by EAI staff using ATVs. All emergences (turtle crawls) apparent from the previous night will be interpreted to determine which species of turtle came ashore and whether it nested. Crawls will be denoted as being either above or below the previous high tide line. Nests and false crawls will be enumerated by pre-established survey zones and their approximate geographic locations determined by GPS (sub-meter accuracy). This data will be incorporated into EAI’s GIS database and reported in the permit-required spreadsheets. Each false crawl will be categorized as to the stage at which the nesting attempt was abandoned in conformance with FWC requirements for beach restoration projects. Additionally, all obstacles (e.g., scarps, seawalls, etc.) encountered by turtles during their emergences onto the beach will be documented. All data collected during the project will be incorporated into an Access database maintained by EAI. Appropriate Quality Assurance measures will be implemented to ensure that data Page 51 of 68 are completely and accurately transferred from GPS field computers to the electronic database. Daytime monitoring will be charged at a daily rate and will not be charged when construction monitoring is ongoing. Twenty one (21) additional survey days are included in the budget for late season nest monitoring. Task 4: Nest Marking and Monitoring (FDEP Specific Condition 21). A representative sample of sea turtle nests in the Project Area will be marked in place for the purpose of determining nest fate and reproductive success. An equivalent number of nests will be marked and monitored in the reference area (not to exceed 350 total marked nests). The clutch of each marked nest will be located and surrounded by a series of small stakes connected by brightly colored surveyor’s tape. Marked nests will be monitored throughout their incubation period to determine nest fate (e.g., hatched, washed out, depredated, vandalized, etc.). After an appropriate incubation period, and in accordance with FWC guidelines, nests will be excavated to determine reproductive success. Nest contents will be assigned to standard categories (e.g., unhatched eggs, dead hatchlings, etc.) developed by FWC. Two measures of reproductive success will then be calculated: hatching success (the percentage of eggs in the nest that hatch) and emerging success (the percentage of eggs in the nest that produce hatchlings which successfully escape from the nest). Nest marking will be charged on a per nest basis. Task 5: Weekly Scarp Monitoring (FDEP Specific Condition 20). EAI will perform escarpment (scarp) monitoring on a weekly basis commencing March 1, 2026, if construction has not begun, and continue following completion of construction through October 31, 2026. In accordance with FWC protocol, scarps will be functionally defined as an abrupt change in beach slope (greater than 45) that is at least 18 inches in height and persists for a distance of 100 feet or more. The location of both the northern and southern terminus of each scarp will be recorded by GPS and average scarp height assigned to one of three categories (0 to 2 feet, 2 to 4 feet, and 4 feet or higher). Additionally, the maximum height of each scarp will be measured. The location, approximate length, height category, and maximum height will be presented in tabular and/or graphic format for reporting purposes. EAI will notify Taylor Engineering of any persistent scarps that may interfere with sea turtle nesting. Taylor Engineering shall be responsible for notifying FDEP of the presence of those scarps and for coordinating any mechanical knockdowns if required. Scarp monitoring will be charged at a per survey rate. Tasks 6-7: Lighting Surveys (FDEP Specific Condition 21). EAI will perform two nighttime beachfront lighting surveys of the 2026 Project Area (one between May 1 and June 7, and one between July 15 and August 1), along with the entire City of Ft. Pierce. During each survey, all lights visible from the beach will be identified. All facilities with visible lights will be evaluated for compliance with local lighting regulations. Each noncompliant light will be listed in tabular format (with associated metadata such as property address, latitude and longitude of the light, fixture type, and lamp intensity) and recommendations will be provided for resolving lighting problems. In support of Special Condition 21.v. of Page 52 of 68 the FDEP permit for the project, EAI will attend one meeting with the County, City of Fort Pierce, and appropriate agency personnel to discuss results of the lighting inspections and address any sea turtle disorientation events that occurred, if required. Lighting surveys will be charged at a per survey rate and the agency meeting will be charged at a fixed rate. Task 8: Nesting Shorebird Monitoring (FDEP Specific Conditions 12 and 13). Weekly surveys for nesting shorebirds will begin once construction is complete and will continue through September 1, or until all breeding activity has concluded, whichever is later. If no nesting has been initiated on site prior to July 15, nesting surveys may be concluded on or after that date. If construction is completed entirely outside of the breeding season, shorebird surveys will not be required. The surveys will be conducted on foot or by ATV at dawn and will cover all potential beach nesting bird habitats. EAI will report all breeding activity to the Florida Shorebird Database within one week of data collection. Shorebird monitoring activities will comply with all protocols outlined on the Florida Shorebird Database website. Nesting shorebird surveys will be charged at a per survey rate. Task 9: Reporting. Records of daily monitoring activities and scarp surveys will be maintained for the duration of monitoring. Standard data forms will be used to record dates and times of monitoring, names of monitoring personnel, and numbers of sea turtle emergences in the Project and Reference Areas. Quarterly data reports will be furnished to Taylor Engineering in accordance with Exhibit C. Additionally, as required by the FDEP permit for the project, EAI will prepare an Excel spreadsheet summarizing results of nesting surveys, nest monitoring, and reproductive success analyses for the 2026 nourishment project. This spreadsheet will be provided to Taylor Engineering upon conclusion of field activities. All activities described above will be performed under FWC Marine Turtle Permit #010 in accordance with current or future superseding conditions and guidelines issued by the permitting agency. The monitoring program described herein will comply with all conditions related to sea turtle compliance monitoring contained in the regulatory permit(s) issued for the shore protection projects. Page 53 of 68 EXHIBIT B ECOLOGICAL ASSOCIATES, INC. 3552 NE CANDICE AVE. JENSEN BEACH, FLORIDA 34957 REVISED COST PROPOSAL – January 9, 2026 PROJECT NAME: Fort Pierce Pre-construction and Post-construction Sea Turtle Monitoring - 2026 (EAI Project 26-055) CLIENT: Mr. Christopher B. Ellis Taylor Engineering, Inc. 10199 Southside Blvd. Suite 310 Jacksonville, Florida 32256 Phone: (904) 256-1375 Email: cellis@taylorengineering.com PROJECT DESCRIPTION: Pre-construction and post-construction sea turtle and shorebird permit-compliance monitoring along approximately 1.0 miles (1.6 kilometers) of beach immediately south of the Ft. Pierce Inlet, St. Lucie County, Florida, as described in EAI's Scope of Work dated January 9, 2026. PROJECT DURATION: February 2026 – March 2027 COSTS: Services will be provided on either a per-item or fixed-cost basis, as itemized below. TASK DESCRIPTION CHARGE 1 Mobilization (Fixed Cost) $975.00 2 Project Management (Fixed Cost) $5,264.00 3 Daytime sea turtle monitoring, including data management (Daily Rate; not to exceed 281 days at $308.00 per day) $86,548.00 4 Nest marking, monitoring, and reproductive success evaluation (Per Nest Rate; not to exceed 350 nests at $96.00 per nest) $33,600.00 5 Escarpment monitoring (Weekly Rate; not to exceed 35 weeks at $112.00 per week) $3,920.00 6 Nighttime lighting surveys and reporting (Per Survey Rate; estimate 2 surveys at $2,424.00 per survey) $4,848.00 7 Post-season lighting meeting with agencies (if required) $750.00 8 Nesting shorebird monitoring (Per Survey Rate; not to exceed 27 surveys at $157.00 per survey) $4,239.00 9 FWC Nourishment Reporting Excel Spreadsheet (Fixed Cost) $805.00 TOTAL ESTIMATED COST $140,949.00 Page 54 of 68 Ft. Pierce Nourishment Project - 2026 Page 2 Exhibit B – Revised Cost Proposal ESTIMATED COST: Given the uncertainty about the length of time nesting surveys will be required during early and late season, EAI has developed a cost estimate to cover permit-compliance sea turtle monitoring for the maximum length of time that surveys may be required. This cost, the basis of which is itemized below, will be adjusted, as appropriate, using the line-item rates provided for each task. The total estimated cost shall not exceed $140,950.00 without expressed consent of Taylor Engineering. BILLING: Charges for services will be billed at the end of each quarter during which services are provided. A description of all services rendered will accompany each billing. PRICES FIRM: The prices quoted above are offered for a period of 30 days. Once an agreement is entered into with EAI for the services described herein, costs will remain fixed through project completion. TERMS: 30 days from receipt of invoice. EARLY TERMINATION: EAI’s services may be terminated at any time by providing seven (7) days written notice. There is no penalty for early termination. Only charges accrued to the effective date of termination will be assessed. LATE PAYMENT: Invoices shall be considered PAST DUE if payment is not received by EAI within 30 calendar days of the invoice date. Any unpaid balances for other than disputed charges will draw interest at the rate of one and one-half percent (1½ %) per month commencing 30 days after the date of invoice. DISPUTED CHARGES: EAI shall be notified in writing of any disputed amount within 10 calendar days after receipt of invoice; otherwise, all invoice charges will be considered acceptable and correct. ENTITLEMENT: EAI is entitled to all reasonable costs, including attorney’s fees, associated with the collection of past due charges. Page 55 of 68 EXHIBIT C ECOLOGICAL ASSOCIATES, INC. 3552 NE CANDICE AVE. JENSEN BEACH, FLORIDA 34957 PROJECT SCHEDULE Deliverables. The following work products will be provided to Taylor Engineering in accordance with the schedules specified below: Deliverable Content Delivery Date Quarterly Data Summaries Dates and times of monitoring, names of monitoring personnel, numbers of sea turtle emergences by species, numbers of nests relocated, numbers of nests barricaded in place, numbers of nests marked and evaluated for reproductive success, and results of escarpment monitoring Within 30 days of the end of the reporting period (quarter) FWC Spreadsheet Excel spreadsheet containing nesting survey data, nest fates, and results of reproductive success analyses March 31, 2027 Page 56 of 68 Deliverables and Invoice Schedule 2026 Ft. Pierce Beach Sea Turtle Monitoring Services Deliverable Due by Cost One electronic copy of the first 2026 quarterly report including sea turtle, shorebird, and escarpment monitoring data. April 30, 2026 $13,364.00 One electronic copy of the second 2026 quarterly report including sea turtle, shorebird, escarpment, and lighting monitoring data. July 31, 2026 $53,520.00 One electronic copy of the third 2026 quarterly report including sea turtle, shorebird, escarpment, and lighting monitoring data. October 31, 2026 $51,054.00 One electronic copy of the fourth 2026 quarterly report including sea turtle and escarpment monitoring data. January 31, 2027 $22,206.00 One electronic copy of the final 2026 quarterly report including the annual FWC sea turtle monitoring summary spreadsheets in Excel format. March 31, 2027 $805.00 Total $140,949.00 Page 57 of 68 Qtr 1 (2026)Qtr 2 (2026)Qtr 3 (2026)Qtr 4 (2026)Qtr 1 (2027) Jan-Mar Apr-Jun Jul-Sep Oct-Dec Jan-Mar 1 Mobilization1 -$ 975.00$ -$ -$ -$ 975.00$ 2 Project Management1 1,316.00$ 1,316.00$ 1,316.00$ 1,316.00$ -$ 5,264.00$ 3 Daily Morning Nesting Surveys2 10,780.00$ 28,028.00$ 28,336.00$ 19,404.00$ -$ 86,548.00$ 4 Nest Marking, Monitoring, and Reproductive Success3 192.00$ 17,280.00$ 15,840.00$ 288.00$ -$ 33,600.00$ 5 Escarpment Surveys4 448.00$ 1,456.00$ 1,568.00$ 448.00$ -$ 3,920.00$ 6 Post-construction Lighting Surveys4 -$ 2,424.00$ 2,424.00$ -$ -$ 4,848.00$ 7 Lighting Meeting and Coordination1 -$ -$ -$ 750.00$ -$ 750.00$ 8 Weekly Shorebird Monitoring4 628.00$ 2,041.00$ 1,570.00$ -$ -$ 4,239.00$ 9 FWC Spreadsheet1 -$ -$ -$ -$ 805.00$ 805.00$ 13,364.00$ 53,520.00$ 51,054.00$ 22,206.00$ 805.00$ 140,949.00$ 1 Fixed rate 2 Daily rate * number of expected survey days 3 Per nest rate * number of expected nests marked per quarter 4 Per survey rate * number of expected surveys per quarter TOTAL Task Description Total Ecological Associates, Inc. Ft. Pierce Sea Turtle Quarterly Cost Breakdown - 2026 Page 58 of 68 TECHNICAL & COMMERCIAL PROPOSAL 2026 Fort Pierce Inlet Beach Placement Site Nearshore Hardbottom Monitoring Program Submitted To: Submitted By: Taylor Engineering, Inc. 10199 Southside Blvd., Suite 310 Jacksonville, Florida 32256 Office: 904-731 -7040 CSA Ocean Sciences Inc. 8502 SW Kansas Avenue Stuart, Florida 34997 Office: 772-219-3000 Page 59 of 68 i Prepared For: Prepared By: Taylor Engineering, Inc. Chris Ellis Vice President, Environmental Services Tel: 904 -256-1375 | Cell: 904-252 -4918 cellis@taylorengineering.com CSA Ocean Sciences Inc. Jeffrey Pennell Program Director, Ports & Coastal Sciences Tel: 772 -219 -3057 | Cell: 561-275-9640 jpennell@conshelf.com CSA Ref: 83003 The following version(s) of this proposal have been issued: Ver. Date Description Approved 01 18 December 2025 Nearshore Hardbottom Monitoring Ft. Pierce, FL LK FA The content of this document is the exclusive property of CSA Ocean Sciences Inc. It has been provided for the purpose for which it is supplied and is not for general release or disclosure. The recipient of this document should take all measures to ensure that the contents are only disclosed to those persons having a legitimate right to know. The recipient should also note that this document is provided on the express terms that it is not to be copied whole or in part or disclosed in any manner to third parties without the express authority in writing from CSA Ocean Sciences Inc. Page 60 of 68 ii TABLE OF CONTENTS Table of Contents .................................................................................................................................... ii 1 Introduction ..................................................................................................................................... 1 2 Scope of Work ................................................................................................................................. 1 2.1 Mobilization, Demobilization, and Field Condition Monitoring ............................................... 1 2.2 Nearshore Hardbottom Monitoring Survey .............................................................................. 1 2.2.1 Biological Monitoring Transects ......................................................................................... 2 2.2.2 Sediment-Only Transects .................................................................................................... 3 2.2.3 Nearshore Hardbottom Edge Mapping ................................................................................ 3 2.2.4 Field Contingency .............................................................................................................. 3 2.3 Data Analysis ......................................................................................................................... 3 2.4 Deliverables ............................................................................................................................ 3 2.4.1 Daily Field Conditions Summaries...................................................................................... 3 2.4.2 Electronic Data Deliverable ................................................................................................ 3 2.4.3 Monitoring Survey Report .................................................................................................. 3 3 Project Schedule and Resources ....................................................................................................... 4 4 Rates and Invoicing Schedule .......................................................................................................... 5 5 Proposal Terms ................................................................................................................................ 5 Page 61 of 68 1 1 INTRODUCTION CSA Ocean Sciences Inc. (CSA) is pleased to submit this quote to Taylor Engineering, Inc. (Taylor) to conduct the 2026 Fort Pierce Inlet Beach Placement Site Nearshore Hardbottom Monitoring Survey according to the Fort Pierce Inlet Sediment Impoundment Basin Biological Monitoring Plan (BMP), dated March 2017. CSA has conducted nearshore hardbottom monitoring surveys of this area just south of the Fort Pierce Inlet since 2003. CSA assisted Taylor and the Florida Department of Environmental Protection (FDEP) in 2017 to meet new monitoring requirements outlined in the BMP. Alteration and revision of previous transect locations and lengths and the installation of new transects was accomplished during the 2017 baseline monitoring survey. CSA performed an immediate post-construction monitoring survey in 2018 and annual biological monitoring surveys have been performed from 2019 to 2025. The proposed Scope of Work provided below for the 2026 biological monitoring survey incorporates CSA’s experience gained and lessons learned through performing this monitoring since 2003 to provide high- quality data in accordance with the Fort Pierce Beach Restoration Project Revised BMP (March, 2017) and the FDEP Permit for the Fort Pierce Inlet Sediment Impoundment Basin project (Permit No. 0327791 -001-JC). The objective of the 2026 biological monitoring survey is to document the current state of nearshore hardbottom communities located just offshore of the beach nourishment area (FDEP Range Monuments R-34 to R-43) and determine changes over time. CSA will conduct all monitoring requirements for the 2026 monitoring effort as described in the Fort Pierce Beach 2017 Hardbottom Monitoring Scope of Work. All monitoring tasks will be conducted in accordance with the Fort Pierce Inlet Sediment Impoundment Basin BMP, FDEP Permit No. 0327791-001-JC, and associated modifications. The survey will utilize quantitative and qualitative monitoring to assess the current state of the benthic community (i.e., substrate classification, benthic assemblages, sediment movement) and enable comparison of collected data to those from previous surveys to determine potential project impacts. 2 SCOPE OF WORK 2.1 MOBILIZATION, DEMOBILIZATION, AND FIELD CONDITION MONITORING This task includes project management and coordination with Taylor and internally, project kickoff meeting, project HSSE requirements, pre-project GIS and field datasheet preparation, daily monitoring of conditions on site, visibility checks, and vessel and equipment mobilization and demobilization. Beginning in May 2026, CSA will monitor and note field conditions in the project area daily until project completion. Field conditions of note will include wind direction and speed, wave height, wave period, and visibility, as applicable, along with any significant weather conditions. 2.2 NEARSHORE HARDBOTTOM MONITORING SURVEY CSA will provide a vessel and operator and three AAUS certified biologists experienced in monitoring nearshore hardbottom communities with extensive knowledge of marine benthic ecosystems and organisms. This task includes labor, vessel, equipment, and dockage for 6 days to conduct all monitoring tasks in accordance with the Fort Pierce Inlet Sediment Impoundment Basin BMP, FDEP Permit No. 0327791-001-JC, and associated modifications as summarized here. Page 62 of 68 2 Nine cross-shore, permanent monitoring transects located directly offshore FDEP Monuments R-35 to R- 43 and beginning at the 2017 nearshore hardbottom edge will be monitored during the 2026 survey. Six transects (R -35, R -37, R -39, R-41, R -42, and R -43) are biological monitoring transects and three (R-36, R-38, and R -40) are sediment-only monitoring transects. In addition to the monitoring activities conducted along each transect, the nearshore edge of hardbottom from FDEP Monuments R-34 to R-43 will be mapped. 2.2.1 Biological Monitoring Transects Line-intercept Survey CSA’s marine biologists will document larger areas of uninterrupted sand (physical transitions along the monitoring transects between sand and hardbottom) and track changes in sediment cover on the hardbottom by conducting line-intercept surveys along each permanent transect. The landward and seaward position of each sand patch/trough at least 0.5 m in length will be recorded along each transect by reference to transect tape meter marks. Meter mark references shall be to one decimal place (e.g., patch from 2.4 to 3.2 m). Interval Sediment Depth Measurements Changes in sediment depth associated with changes in sediment cover will be monitored by the collection of interval sediment depth measurements along each permanent transect (biological and sediment only). Sediment depth will be measured at 1-m intervals along the entire 150-m length of each transect. For each measurement, a ruler graduated in centimeters (0 to 30 cm) will be pressed through the sediment until the ruler reaches the surface of hard substrate or is totally immersed in sand. Depth measurements will be rounded to the nearest cm. Sediment thickness <0.5 cm will be recorded as 0 cm. Measurements greater than 30 cm will be recorded as >30 cm. Quadrat Sampling Benthic communities will be quantitatively characterized using quadrats. Nearshore hardbottom specialists will analyze 11 × 0.25-m2 in situ quadrats along each of the biological monitoring transects for percent cover of major benthic groups, maximum sediment depth, and substrate type for a total area of 2.75 m2 per transect. Digital photographs of each quadrat will be taken for reference at the time of monitoring and quadrats will meet prescribed FDEP Benthic Ecological Assessment for Marginal Reefs data collection criteria from the FDEP Standard Operation Procedures For Nearshore Hardbottom Monitoring Of Beach Nourishment Projects1. Video Recording Qualitative and quantitative video will be collected using digital video camera systems to document the seafloor and associated biota along each of the six biological transects. Quantitative video will be collected for archival purposes only. During the survey, a convergent laser guidance system will be employed to precisely maintain the height of the camera at 40 cm above the bottom. The transect tape measure will be clearly visible in all video so that locations may be accurately referenced. A 360° panoramic view at an angle of roughly -30° to the horizon will be recorded both at the beginning and end of each transect from an elevation of roughly 1 m above the bottom. 1Florida Department of Environmental Protection. 2016. Standard Operation Procedures for Nearshore Hardbottom Monitoring of Beach Nourishment Projects. 70 pp. https://floridadep.gov/sites/default/files/SOP-NearshoreHardbottomBioMonitoring.pdf Page 63 of 68 3 2.2.2 Sediment-Only Transects At the three sediment-only transects, marine biologists will collect sediment depth measurements at 1-m intervals along each transect and the physical transitions between sand and hardbottom following the interval sediment depth measurements and line intercept methods described above. 2.2.3 Nearshore Hardbottom Edge Mapping CSA’s AAUS divers will map the nearshore edge of hardbottom from FDEP Monuments R-34 to R-43 with a GPS buoy. The 2026 hardbottom edge will then be compared to the most recent geo -rectified aerial imagery and mapping data from previous surveys. 2.2.4 Field Contingency In the event that field survey activities cannot be conducted due to weather, sea state, or visibility after the field team has arrived on-site, a field contingency day is included to cover the labor costs. 2.3 DATA ANALYSIS Qualitative descriptions based on video and diver observations will be provided for substrate types, sediment cover, and benthic assemblages. Percent cover of substrate within quadrats and average sediment depth will also be determined. Results will be compared with previous monitoring data to determine changes among transects and between years and to provide a summary of potential impacts due to project activities. 2.4 DELIVERABLES 2.4.1 Daily Field Conditions Summaries Daily field conditions in the project area and any significant weather conditions impacting survey activities will be compiled and submitted electronically to Taylor bi-weekly. 2.4.2 Electronic Data Deliverable All raw field data, including nearshore hardbottom edge mapping data, and qualitative monitoring video and digital images of all quadrats, will be submitted within 45 days of completing the field survey. 2.4.3 Monitoring Survey Report CSA will prepare a single draft and final versions of the 2026 Nearshore Hardbottom Monitoring Report, including figures documenting the survey post-plots with the location of hardbottom and substrate types along each transect, drawing files showing transect locations and substrate type in ArcView or AutoCAD format, and daily survey conditions monitoring reports. The draft monitoring report will be submitted for review and comment within 75 days of survey completion. The final monitoring report and final electronic data deliverables including all Primer statistical analysis data (i.e., raw data tables, all Primer software files, and the Excel data tables and figures), will be submitted to FDEP within 90 days of survey completion as three electronic copies on portable external hard drives. Page 64 of 68 4 3 PROJECT SCHEDULE AND RESOURCES Once CSA receives a formal “Notice to Proceed” or a fully executed contract, a mobilization time of two weeks will be required before beginning any on -site work. The proposed project schedule is an estimate of when the proposed work will occur (Table 3-1). Because the timing of field survey work is weather dependent, exact dates may vary. The resources required to conduct the proposed work are provided in Table 3-2. Table 3-1. Project schedule. Task Description Est. Days Month Apr May Jun July Aug Sep Oct Nov Dec 0 NTP/Contract 0 1 Mobilization 5 2 Field Survey 6 1 Demobilization 1 3 Data Analysis 45 3 Draft Report 30 4 Final Report 15 Table 3-2. Proposed resources. Personnel Quantity Notes Senior Scientist 3 1 Scientific review and oversite Project Scientist 3 1 AAUS-certified nearshore hardbottom specialist Project Scientist 1 2 AAUS-certified nearshore hardbottom specialist GIS Analyst 1 Operations Specialist 1 Boat operator and Hypack specialist Document Production 2 Technical editor and document processor Equipment Quantity Notes 25 ft Parker 1 Boat with truck and trailer Diver HD Video Camera 1 Diver Digital Still Camera 1 Scuba Equipment Set 3 Equipment Quantity Notes Scuba Tank 80 cubic ft 12 Computer with Hypack 1 Navigation software DGPS System 1 Diver Navigation System 1 Shark Navigator Page 65 of 68 5 4 RATES AND INVOIC ING SCHEDULE The rates and invoicing schedule for the proposed work is provided in Table 4-1. Table 4-1. Rates and invoicing schedule. Task 1 – Mobilization, Demobilization, and Field Condition Monitoring includes all mobilization and field condition monitoring prior to, and all demobilization of equipment following, nearshore hardbottom monitoring surveys on a lump sum basis. Task 2 – Nearshore Hardbottom Monitoring Survey includes field team, vessel, equipment, and consumables on a lump sum basis. Task 3 – Analysis and Draft Report includes all labor associated with data quality assurance/quality control, data entry, data deliverable preparation, report preparation and review on a lump sum basis. Task 4 – Final Report includes all labor associated with preparation of the final version of the report following reviews on a lump sum basis. Task 5 – Field Contingency includes one 8-h day of labor for field personnel in the event of unworkable conditions on a lump sum basis. 5 PROPOSAL TERMS CSA’s commercial proposal price calculations are based on “General Terms” and “Project-specific Terms,” listed below. If Taylor Engineering, Inc. (Client ) has issues with any of these items, CSA reserves the right to modify its original proposal price in order to meet any cost increase arising from any modifications requested by the Client. General Terms • This proposal is based on the information provided to CSA by the client or client’s affiliate. If any of the basis information is incorrect, CSA will not be responsible and could result in a price adjustment . • CSA will endeavor to perform the services and accomplish the objectives within the terms of the contract price and schedule . CSA’s pricing is not a firm not -to -exceed or fixed priced unless stated in the contract . • Quoted rates are valid for 60 days after the date of the proposal. • Prices are quoted and payable in U.S. Dollars. • Any unspecified costs for third-party services will be billed at cost plus 15%. • Payment is due within 30 days of invoice unless otherwise stated in contract. • Any delay in payment according to the contractual payment terms may postpone the services and delay CSA’s contractual requirement to fulfill any timeline or schedule . • Services are subject to availability of personnel and equipment at time of the award. • Any change in the scope of work must be in writing and may result in a change in price. Any such changes must be agreed to and follow CSA’s Change Order process as per the contract. Activities Terms Total Payment Schedule Tasks 1, 2, and 5 Mobilization, Field Survey, Demobilization Lump Sum $ 68,326 Invoice and payment following completion of field work and submittal of data deliverable Tasks 3 and 4 Analysis and Reporting Lump Sum $ 22,805 Invoice and payment following submittal of final report $91,131TOTAL Page 66 of 68 6 • A mutually agreed upon contract must be executed by both parties before any commencement of work, unless CSA receives a formal “Notice to Proceed” from Client. A “Notice to Proceed” must be in writing and guarantee payment for all work performed prior to a fully executed contract. A template is available upon request. Project-specific Terms • CSA will not be held responsible for any costs or delays incurred due to Government actions, decisions, or rulings when all necessary measures to address all transparent Government concerns have been taken. • Price as submitted is based on using specific internal and external resources, should they not be available at time of award rates may need to be renegotiated. • Any presentations and meetings will be provided at additional expense. Vessel and Client Vessel • If Client employees need to board a CSA-owned vessel, the contractual terms must contain a mutual indemnification clause and the Client must provide a Certificate of Insurance evidencing their employees are covered by a USD$1,000,000 Maritime Employers Liability policy which shall include Waiver of Subrogation in favor of CSA Ocean Sciences Inc. Equipment • If any proposed equipment becomes unavailable, CSA reserves the right to substitute or replace the equipment with suitable alternatives. If substituting the equipment results in a price increase, then CSA will be required to obtain Client written approval prior to placing said equipment in service. Positioning and Geophysical • CSA will utilize WGS 84 UTM geodesy and Esri data formats in all geospatial products unless otherwise specified at project outset by the Client; subsequent conversions to other formats and geodesy are provided at an additional cost to the Client. • Vertical and horizontal resolution of all geospatial data are provided without reference of vertical data to a tidal datum and at the resolution afforded by equipment, local, and space weather conditions at the time of collection. CSA’s default system is differential GPS; tidal datum integration, where possible, is provided at additional cost to the Client and may require the installation of tide stations or additional water level measurement methods and/or advanced GPS technology (e.g., RTK). • CSA’s geospatial products are not Signed and Sealed by a Professional Land Surveyor unless specified at project outset by the Client; this certification is provided at an additional cost to the Client. Client Responsibilities • Project technical details, pertinent information necessary for the Project Description section and other requirements will be provided to CSA in sufficient time to allow assessment and effective integration into project planning, pricing and execution. Delays in providing information that results in changes to project planning and execution may result in additional costs to the Client. Reporting • Price for preparing deliverables is based on a single draft and final document addressing a single set of Client comments for each deliverable. • The Final Summary Report will be provided in English; translation is not included in the price. • All deliverables will be provided electronically, pricing for preparation of hard copies is not included. Page 67 of 68 End of submittal. Left intentionally blank. Page 68 of 68