HomeMy WebLinkAbout25112AGREEMENT INFORMATION
AGREEMENT NUMBER
25112
NAME/TYPE OF AGREEMENT
DEPARTMENT OF ENVIRONMENTAL PROTECTION
DESCRIPTION
AMENDMENT NO. 1 TO GRANT AGREEMENT/CITY OF MIAMI
ALLAPATTAH FLOOD IMPROVEMENTS PROGRAM NO.
22SRP32/FILE ID: 12338/R-23-0327/MATTER ID: 24-662/#21
EFFECTIVE DATE
ATTESTED BY
TODD B. HANNON
ATTESTED DATE
5/16/2024
DATE RECEIVED FROM ISSUING
DEPT.
8/1/2024
NOTE
AMENDMENT NO. 1
TO AGREEMENT NO. 22SRP32
BETWEEN
FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION
AND
CITY OF MIAMI
This Amendment to Agreement No. 22SRP32 (Agreement) is made by and between the Department of Environmental
Protection (Department), an agency of the State of Florida, and City of Miami (Grantee), on the date last signed below.
WHEREAS, the Department entered into the Agreement with the Grantee for Design and Construction of Allapattah
Flood Improvements (AFI) NW 7 Ave to 14 Ave, NW 23 St to 31 St (Project), effective October 25, 2023; and,
WHEREAS, the Department has requested an update to the Project Title shall hereinafter change from, "Design and
Construction of Allapattah Flood Improvements (AFI) NW 7 Ave to 14 Ave, NW 23 St to 31 St" to "City of Miami
Allapattah Flood Improvements Project" with regards to any and all past, current, and future Project documents and
communications directly concerning Agreement Number 22SRP32; and,
WHEREAS, the Department has requested an update to Attachment 1, Attachment 2, Attachment 3, and Exhibit F
following updates from the Office of the General Counsel; and,
WHEREAS, the Department has requested updates in Attachment 2, Special Terms and Conditions, to update the
reimbursement period to begin on July 1, 2022 and end at the expiration of the Agreement, update and add Match
Requirements language, and update and permit Retainage; and,
WHEREAS, the Department has requested updates in Attachment 3, Grant Work Plan, to revise the task start dates to
begin on July 1, 2022, update the Performance Measures and Payment Request Schedule language, and reduce DEP,
Match, and Total amounts to match the correct funding amounts as shown on the Standard Grant Agreement; and,
WHEREAS, the. Department has requested to add Exhibit J to the Agreement as set forth herein; and,
WHEREAS, the Grantee has requested a revision to the scope of work and a reallocation of the budget for the Project;
and,
NOW THEREFORE, the Department and Grantee hereby agree as follows:
1. Section 6. of the Standard Grant Agreement is hereby revised to the following:
Department's Grant Manager
Name: Matthew Hermele
Address: Resilient Florida Program
2600 Blair Stone Road, MS235
Tallahassee, Florida 32399
Phone: 850-245-8360
Email: Matthew.Hermele@FloridaDEP.gov
2. Section 7. of the Standard Grant Agreement is hereby revised to the following:
N Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements
N Attachment 2: Special Terms and Conditions
N Attachment 3: Grant Work Plan
N Attachment 4: Public Records Requirements
DEP Agreement No. 22SRP32, Amendment No. 1, Page 1 of 3
N Attachment 5: Special Audit Requirements
N Attachment 6: Program -Specific Requirements
❑ Attachment 7: Grant Award Terms (Federal) *Copy available at https://facts.fldfs.com, in accordance with §215.985, F.S.
❑ Attachment 8: Federal Regulations and Terms (Federal)
❑ Additional Attachments (if necessary):
N Exhibit A: Progress Report Form
❑ Exhibit B: Property Reporting Form
N Exhibit C: Payment Request Summary Form
❑ Exhibit D: Quality Assurance Requirements
❑ Exhibit E: Advance Payment Terms and Interest Earned Memo
N Exhibit J: Common Carrier or Contracted Carrier Attestation Form PUR 1808
N Additional Exhibits (if necessary): Exhibit F: Final Report Form, Exhibit G: Photographer Release Form, and Exhibit
H: Contractual Services Certification
3. Attachment 1, Standard Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment
1-A, Revised Standard Terms and Conditions, attached hereto and made a part of the Agreement. All
references in the Agreement to Attachment 1 shall hereinafter refer to Attachment 1-A, Revised Standard
Terms and Conditions.
4. Attachment 2, Special Terms and Conditions, is hereby deleted in its entirety and replaced with Attachment
2-A, Revised Special Terms and Conditions, attached hereto and made a part of the Agreement. All
references in the Agreement to Attachment 2 shall hereinafter refer to Attachment 2-A, Revised Special
Terms and Conditions.
5. Attachment 3, Grant Work Plan, is hereby deleted in its entirety and replaced with Attachment 3-A, Revised
Grant Work Plan, as attached to this Amendment and hereby incorporated into the Agreement. All references
in the Agreement to Attachment 3 shall hereinafter refer to Attachment 3-A, Revised Grant Work Plan.
6. Exhibit F, Final Project Report, is hereby deleted in its entirety and replaced with Exhibit F-1, Revised Final
Project Report, attached hereto and made a part of the Agreement. All references in the Agreement to Exhibit
F, shall hereinafter refer to Exhibit F-1, Revised Final Project Report.
7. All other terms and conditions of the Agreement remain in effect. If and to the extent that any inconsistency
may appear between the Agreement and this Amendment, the provisions of this Amendment shall control.
REMAINDER OF PAGE INTENTIONALLY LEFT BLANK
DEP Agreement No. 22SRP32, Amendment No. 1, Page 2 of 3
The parties agree to the terms and conditions of this Amendment and have duly authorized their respective
representatives to sign it on the dates indicated below.
CITY OF MIAMI FLORIDA DEPARTMENT OF
ENVIRONMENTAL PROTECTION
By: //PLEASE SEE SIGNATURE PAGE BELOW// By:
Authorized Representative or Designee Secretary or Designee
Arthur Noriega, City Manager Alex Reed, Director
Print Name and Title Print Name and Title
Date: 5/16/2024 Date: 05/21/2024
List of attachments/exhibits included as part of this Amendment:
Specify Type.
Letter/ Number
Attachment 1-A
Attachment 2-A
Attachment 3-A
Exhibit F-1
Exhibit
Description
Revised Standard Terms and Conditions (13 pages)
Revised Special Terms and Conditions (3 pages)
Revised Grant Work Plan (4 pages)
Revised Final Project Report (2 pages)
J Common Carrier. or Contracted Carrier Attestation Form (1
page)
DEP Agreement No. 22SRP32, Amendment No. 1, Page 3 of 3
ATTEST:
CITY OF MIAMI, a municipal
corporation of the State of Florida
By:
0‘°/4924-
-...
odd B. Ha Da e: Arthur oriega CityManager Date:
5/1`6 ).Da'` g g
APPROVED AS TO FORM AND
CORRECTNESS:
ff
4//2 624
L�org Ge K. W ong I Date:NN
City Attorney
#24-662
APPROVED AS TO INSURANCE
REQUIREMENTS:
Ann -Marie Sharpe, Director Date:
Risk Management
DEP Agreement No. 22SRP32, Amendment No. 1
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
REVISED STANDARD TERMS AND CONDITIONS
APPLICABLE TO GRANT AGREEMENTS
ATTACHMENT 1-A
1. Entire Agreement.
This Grant Agreement, including any Attachments and Exhibits referred to herein and/or attached hereto (Agreement),
constitutes the entire agreement between the parties with respect to the subject matter hereof and supersedes all prior
agreements, whether written or oral, with respect to such subject matter. Any terms and conditions included on
Grantee's forms or invoices shall be null and void.
2. Grant Administration.
a. Order of Precedence. If there are conflicting provisions among the documents that make up the Agreement, the
order of precedence for interpretation of the Agreement is as follows:
i. Standard Grant Agreement
ii. Attachments other than Attachment 1, in numerical order as designated in the Standard Grant
Agreement
iii. Attachment 1, Standard Terms and Conditions
iv. The Exhibits in the order designated in the Standard Grant Agreement
b. All approvals, written or verbal, and other written communication among the parties, including all notices, shall
be obtained by or sent to the parties' Grant Managers. All written communication shall be by electronic mail,
U.S. Mail, a courier delivery service, or delivered in person. Notices shall be considered delivered when reflected
by an electronic mail read receipt, a courier service delivery receipt, other mail service delivery receipt, or when
receipt is acknowledged by recipient. If the notice is delivered in multiple ways, the notice will be considered
delivered at the earliest delivery time.
c. If a different Grant Manager is designated by either party after execution of this Agreement, notice of the name
and contact information of the new Grant Manager will be submitted in writing to the other party and maintained
in the respective parties' records. A change of Grant Manager does not require a formal amendment or change
order to the Agreement.
d. This Agreement may be amended, through a formal amendment or a change order, only by a written agreement
between both parties. A formal amendment to this Agreement is required for changes which cause any of the
following:
(1) an increase or decrease in the Agreement funding amount;
(2) a change in Grantee's match requirements;
(3) a change in the expiration date of the Agreement; and/or
(4) changes to the cumulative amount of funding transfers between approved budget categories, as defined in
Attachment 3, Grant Work Plan, that exceeds or is expected to exceed twenty percent (20%) of the total budget
as last approved by Department.
A change order to this Agreement may be used when:
(1) task timelines within the current authorized Agreement period change;
(2) the cumulative transfer of funds between approved budget categories, as defined in Attachment 3, Grant Work
Plan, are less than twenty percent (20%) of the total budget as last approved by Department;
(3) changing the current funding source as stated in the Standard Grant Agreement; and/or
(4) fund transfers between budget categories for the purposes of meeting match requirements.
This Agreement may be amended to provide for additional services if additional funding is made available by the
Legislature.
e. All days in this Agreement are calendar days unless otherwise specified.
3. Agreement Duration.
The term of the Agreement shall begin and end on the dates indicated in the Standard Grant Agreement, unless
extended or terminated earlier in accordance with the applicable terms and conditions. The Grantee shall be eligible
for reimbursement for work performed on or after the date of execution through the expiration date of this Agreement,
unless otherwise specified in Attachment 2, Special Terms and Conditions. However, work performed prior to the
execution of this Agreement may be reimbursable or used for match purposes if permitted by the Special Terms and
Conditions.
Attachment 1-A
1 of 13
Rev. 9/15/2023
4. Deliverables.
The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3, Grant Work Plan.
The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined
in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department
making payment on that deliverable. The Grantee agrees to perform in accordance with the terms and conditions set
forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement.
5. Performance Measures.
The Grantee warrants that: (1) the services will be performed by qualified personnel; (2) the services will be of the
kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and
workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not
knowingly infringe upon the intellectual property rights, or any other proprietary rights, of any third party; and (5) its
employees, subcontractors, and/or subgrantees shall comply with any security and safety requirements and processes,
if provided by Department, for work done at the Project Location(s). The Department reserves the right to investigate
or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement
requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable
does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at
the time of delivery.
6. Acceptance of Deliverables.
a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager
before payment. The Grantee shall work diligently to correct all deficiencies in the deliverable that remain
outstanding, within a reasonable time at Grantee's expense. If Department's Grant Manager does not accept the
deliverables within 30 days of receipt, they will be deemed rejected.
b. Rejection of Deliverables. The Department reserves the right to reject deliverables, as outlined in the Grant
Work Plan, as incomplete, inadequate, or unacceptable due, in whole or in part, to Grantee's lack of satisfactory
performance under the terms of this Agreement. The Grantee's efforts to correct the rejected deliverables will
be at Grantee's sole expense. Failure to fulfill the applicable technical requirements or complete all tasks or
activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated
invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made
acceptable to Department in accordance with the Agreement requirements. The Department, at its option, may
allow additional time within which Grantee may remedy the objections noted by Department. The Grantee's
failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an
event of default.
7. Financial Consequences for Nonperformance.
a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or
Special Terms and Conditions, the State of Florida (State) reserves the right to withhold payment when the
Grantee has failed to perform/comply with provisions of this Agreement. None of the financial consequences
for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered
penalties.
b. Invoice reduction
If Grantee does not meet a deadline for any deliverable, the Department will reduce the invoice by 1% for each
day the deadline is missed, unless an extension is approved in writing by the Department.
c. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified
timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be
submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies
in the CAP. All CAPs must be able to be implemented and performed in no more than sixty (60) calendar days.
i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from
Department. The CAP shall be sent to the Department's Grant Manager for review and approval.
Within ten (10) days of receipt of a CAP, Department shall notify Grantee in writing whether the
CAP proposed has been accepted. If the CAP is not accepted, Grantee shall have ten (10) days from
receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to
obtain Department approval of a CAP as specified above may result in Department's termination of
this Agreement for cause as authorized in this Agreement.
ii. Upon Department's notice of acceptance of a proposed CAP, Grantee shall have ten (10) days to
commence implementation of the accepted plan. Acceptance of the proposed CAP by Department
does not relieve Grantee of any of its obligations under the Agreement. In the event the CAP fails
to correct or eliminate performance deficiencies by Grantee, Department shall retain the right to
Attachment 1-A
2of13
Rev. 9/15/2023
require additional or further remedial steps, or to terminate this Agreement for failure to perform.
No actions approved by Department or steps taken by Grantee shall preclude Department from
subsequently asserting any deficiencies in performance. The Grantee shall continue to implement
the CAP until all deficiencies are corrected. Reports on the progress of the CAP will be made to
Department as requested by Department's Grant Manager.
iii. Failure to respond to a Department request for a CAP or failure to correct a deficiency in the
performance of the Agreement as specified by Department may result in termination of the
Agreement.
8. Payment.
a. Payment Process. Subject to the terms and conditions established by the Agreement, the pricing per deliverable
established by the Grant Work Plan, and the billing procedures established by Department, Department agrees
to pay Grantee for services rendered in accordance with section 215.422, Florida Statutes (F.S.).
b. Taxes. The Department is exempted from payment of State sales, use taxes and Federal excise taxes. The Grantee,
however, shall not be exempted from paying any taxes that it is subject to, including State sales and use taxes, or
for payment by Grantee to suppliers for taxes on materials used to fulfill its contractual obligations with
Department. The Grantee shall not use Department's exemption number in securing such materials. The Grantee
shall be responsible and liable for the payment of all its FICA/Social Security and other taxes resulting from this
Agreement.
c. Maximum Amount of Agreement. The maximum amount of compensation under this Agreement, without an
amendment, is described in the Standard Grant Agreement. Any additional funds necessary for the completion of
this Project are the responsibility of Grantee.
d.. Reimbursement for Costs. The Grantee shall be paid on a cost reimbursement basis for all eligible Project costs
upon the completion, submittal, and approval of each deliverable identified in the Grant Work Plan.
Reimbursement shall be requested on Exhibit C, Payment Request Summary Form. To be eligible for
reimbursement, costs must be in compliance with laws, rules, and regulations applicable to expenditures of State
funds, including, but not limited to, the Reference Guide for State Expenditures, which can be accessed at the
following web address: https://www.myfloridacfo.com/docs-sf/accounting-and-auditing-libraries/state-
agenci es/referenc e-guide-for-state-expenditures.pdf.
e. Rural Communities and Rural Areas of Opportunity. If Grantee is a county or municipality that qualifies as a
"rural community" or "rural area of opportunity" (RAO) as defined in subsection 288.0656(2), F.S., such Grantee
may request from the Department that all invoice payments (i.e., cost reimbursement) under this Agreement be
directed to the relevant county or municipality or to the RAO itself. The Department will agree to Grantee's
request if:
i. Grantee demonstrates that it is a county or municipality that qualifies as a "rural community" or
"rural area of opportunity" under subsection 288.0656(2), F.S.;
ii. Grantee demonstrates current financial hardship using one (1) or more of the "economic distress"
factors defined in subsection 288.0656(2)(c), F.S.;
iii. Grantee's performance has been verified by the Department, which has determined that Grantee is
eligible for cost reimbursement and that Grantee's performance has been completed in accordance
with this Agreement's terms and conditions; and
iv. Applicable federal and state law(s), rule(s) and regulation(s) allow for such payments.
This subsection may not be construed to alter or limit any other applicable provisions of federal or state law, rule,
or regulation. A current list of Florida's designated RAOs can be accessed at the following web address:
https://floridajobs. org/community-planning-and-development/rural-community-programs/rural-areas-of-
opportunity.
f. Invoice Detail. All charges for services rendered or for reimbursement of expenses authorized by Department
pursuant to -the Grant Work Plan shall be submitted to Department in sufficient detail for a proper pre -audit and
post -audit to be performed. The Grantee shall only invoice Department for deliverables that are completed in
accordance with the Grant Work Plan.
g. State Funds Documentation. Pursuant to section 216.1366, F.S., if Contractor meets the definition of a non-profit
organization under section 215.97(2)(m), F.S., Contractor must provide the Department with documentation that
indicates the amount of state funds:
i. Allocated to be used during the full term of the contract or agreement for remuneration to any
member of the board of directors or an officer of Contractor.
ii. Allocated under each payment by the public agency to be used for remuneration of any member of
the board of directors or an officer of the Contractor.
Attachment 1-A
3 of 13
Rev. 9/15/2023
The documentation must indicate the amounts and recipients of the remuneration. Such information must be
posted on the State's the contract tracking system and maintained pursuant to section 215.985, F.S., and must be
posted on the Contractor's website, if Contractor maintains a website.
h. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of
deliverables to date have first been accepted in writing by Department's Grant Manager.
i. Final Payment Request. A final payment request should be submitted to Department no later than sixty (60) days
following the expiration date of the Agreement to ensure the availability of funds for payment. However, all
work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the
Agreement.
j. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is
contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future
appropriations. Authorization for continuation and completion of work and any associated payments may be
rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates
appropriations.
k. Interest Rates. All interest rates charged under the Agreement shall be calculated on the prevailing rate used by
the State Board of Administration. To obtain the applicable interest rate, please refer to:
https://www.myfloridacfo. com/division/aa/local-governments/j udgement-interest-rates.
1. Refund of Payments to the Department. Any balance of unobligated funds that have been advanced or paid must
be refunded to Department. Any funds paid in excess of the amount to which Grantee or subgrantee is entitled
under the terms of the Agreement must be refunded to Department. If this Agreement is funded with federal funds
and the Department is required to refund the federal government, the Grantee shall refund the Department its
share of those funds.
9. Documentation Required for Cost Reimbursement Grant Agreements and Match.
If Cost Reimbursement or Match is authorized in Attachment 2, Special Terms and Conditions, the following
conditions apply. Supporting documentation must be provided to substantiate cost reimbursement or match
requirements for the following budget categories:
a. Salary/Wages. Grantee shall list personnel involved, position classification, direct salary rates, and hours spent
on the Project in accordance with Attachment 3, Grant Work Plan in their documentation for reimbursement or
match requirements.
b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for
multipliers, all multipliers used (i.e., fringe benefits, overhead, indirect, and/or general and administrative rates)
shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates
supported by audit, Grantee shall be required to reimburse such funds to Department within thirty (30) days of
written notification. Interest shall be charged on the excessive rate.
c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be
substantiated by copies of invoices with backup documentation identical to that required from Grantee.
Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved, salary rate
per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect,
and/or general and administrative rates) shall be supported by audit. If Department determines that multipliers
charged by any subcontractor exceeded the rates supported by audit, Grantee shall be required to reimburse such
funds to Department within thirty (30) days of written notification. Interest shall be charged on the excessive
rate. Nonconsumable and/or nonexpendable personal property or equipment costing $5,000 or more purchased
for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274, F.S., and
Chapter 69I-72, Florida Administrative Code (F.A.C.) and/or Chapter 691-73, F.A.C., as applicable. The Grantee
shall be responsible for maintaining appropriate property records for any subcontracts that include the purchase
of equipment as part of the delivery of services. The Grantee shall comply with this requirement and ensure its
subcontracts issued under this Agreement, if any, impose this requirement, in writing, on its subcontractors.
i. For fixed -price (vendor) subcontracts, the following provisions shall apply: The Grantee may
award, on a competitive basis, fixed -price subcontracts to consultants/contractors in performing the
work described in Attachment 3, Grant Work Plan. Invoices submitted to Department for fixed -
price subcontracted activities shall be supported with a copy of the subcontractor's invoice and a
copy of the tabulation form for the competitive procurement process (e.g., Invitation to Bid, Request
for Proposals, or other similar competitive procurement document) resulting in the fixed -price
subcontract. The Grantee may request approval from Department to award a fixed -price subcontract
resulting from procurement methods other than those identified above. In this instance, Grantee shall
request the advance written approval from Department's Grant Manager of the fixed price
Attachment 1-A
4 of 13
Rev. 9/15/2023
negotiated by Grantee. The letter of request shall be supported by a detailed budget and Scope of
Services to be performed by the subcontractor. Upon receipt of Department Grant Manager's
approval of the fixed -price amount, Grantee may proceed in finalizing the fixed -price subcontract.
ii. If the procurement is subject to the Consultant's Competitive Negotiation Act under section
287.055, F.S. or the Brooks Act, Grantee must provide documentation clearly evidencing it has
complied with the statutory or federal requirements.
d. Travel. All requests for match or reimbursement of travel expenses shall be in accordance with section 112.061,
F.S.
e. Direct Purchase Equipment. For the purposes of this Agreement, Equipment is defined as capital outlay costing
$5,000 or more. Match or reimbursement for Grantee's direct purchase of equipment is subject to specific
approval of Department, and does not include any equipment purchased under the delivery of services to be
completed by a subcontractor. Include copies of invoices or receipts to document purchases, and a properly
completed Exhibit B, Property Reporting Form.
f. Rental/Lease of Equipment. Match or reimbursement requests for rental/lease of equipment must include copies
of invoices or receipts to document charges.
g. Miscellaneous/Other Expenses. If miscellaneous or other expenses, such as materials, supplies, non -excluded
phone expenses, reproduction, or mailing, are reimbursable or available for match or reimbursement under the
terms of this Agreement, the documentation supporting these expenses must be itemized and include copies of
receipts or invoices. Additionally, independent of Grantee's contract obligations to its subcontractor, Department
shall not reimburse any of the following types of charges: cell phone usage; attorney's fees or court costs; civil
or administrative penalties; or handling fees, such as set percent overages associated with purchasing supplies or
equipment.
h. Land Acquisition. Reimbursement for the costs associated with acquiring interest and/or rights to real property
(including access rights through ingress/egress easements, leases, license agreements, or other site access
agreements; and/or obtaining record title ownership of real property through purchase) must be supported by the
following, as applicable: Copies of Property Appraisals, Environmental Site Assessments, Surveys and Legal
Descriptions, Boundary Maps, Acreage Certification, Title Search Reports, Title Insurance, Closing Statements/
Documents, Deeds, Leases, Easements, License Agreements, or other legal instrument documenting acquired
property interest and/or rights. If land acquisition costs are used to meet match requirements, Grantee agrees
that those funds shall not be used as match for any other Agreement supported by State or Federal funds.
10. Status Reports.
The Grantee shall submit status reports quarterly, unless otherwise specified in the Attachments, on Exhibit A,
Progress Report Form, to Department's Grant Manager describing the work performed during the reporting period,
problems encountered, problem resolutions, scheduled updates, and proposed work for the next reporting period.
Quarterly status reports are due no later than twenty (20) days following the completion of the quarterly reporting
period. For the purposes of this reporting requirement, the quarterly reporting periods end on March 31, June 30,
September 30 and December 31. The Department will review the required reports submitted by Grantee within thirty
(30) days.
11. Retainage.
The following provisions apply if Department withholds retainage under this Agreement:
a. The Department reserves the right to establish the amount and application of retainage on the work performed
under this Agreement up to the maximum percentage described in Attachment 2, Special Terms and Conditions.
Retainage may be withheld from each payment to Grantee pending satisfactory completion of work and approval
of all deliverables.
b. If Grantee fails to perform the requested work or fails to perform the work in a satisfactory manner, Grantee shall
forfeit its right to payment of the retainage associated with the work. Failure to perform includes, but is not
limited to, failure to submit the required deliverables or failure to provide adequate documentation that the work
was actually performed. The Department shall provide written notification to Grantee of the failure to perform
that shall result in retainage forfeiture. If the Grantee does not correct the failure to perform within the timeframe
stated in Department's notice, the retainage will be forfeited to Department.
c. No retainage shall be released or paid for incomplete work while this Agreement is suspended.
d. Except as otherwise provided above, Grantee shall be paid the retainage associated with the work, provided
Grantee has completed the work and submits an invoice for retainage held in accordance with the invoicing
procedures under this Agreement.
12. Insurance.
Attachment 1-A
5 of 13
Rev. 9/15/2023
a. Insurance Requirements for Sub -Grantees and/or Subcontractors. The Grantee shall require its sub -grantees
and/or subcontractors, if any, to maintain insurance coverage of such types and with such terms and limits as
described in this Agreement. The Grantee shall require all its sub -grantees and/or subcontractors, if any, to
make compliance with the insurance requirements of this Agreement a condition of all contracts that are related
to this Agreement. Sub -grantees and/or subcontractors must provide proof of insurance upon request.
b. Deductibles. The Department shall be exempt from, and in no way liable for, any sums of money representing a
deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the
Grantee providing such insurance.
c. Proof of Insurance. Upon execution of this Agreement, Grantee shall provide Department documentation
demonstrating the existence and amount for each type of applicable insurance coverage prior to performance of
any work under this Agreement. Upon receipt of written request from Department, Grantee shall furnish
Department with proof of applicable insurance coverage by standard form certificates of insurance, a self -
insured authorization, or other certification of self-insurance.
d. Duty to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any
reason, or if Grantee cannot get adequate coverage, Grantee shall immediately notify Department of such
cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide
proof of such replacement coverage within ten (10) days after the cancellation of coverage.
e. Insurance Trust. If the Grantee's insurance is provided through an insurance trust, the Grantee shall instead add
the Department of Environmental Protection, its employees, and officers as an additional covered party
everywhere the Agreement requires them to be added as an additional insured.
13. Termination.
a. Termination for Convenience. When it is in the State's best interest, Depattinent may, at its sole discretion,
terminate the Agreement in whole or in part by giving 30 days' written notice to Grantee. The Department shall
notify Grantee of the termination for convenience with instructions as to the effective date of termination or the
specific stage of work at which the Agreement is to be terminated. The Grantee must submit all invoices for
work to be paid under this Agreement within thirty (30) days of the effective date of termination. The
Department shall not pay any invoices received after thirty (30) days of the effective date of termination.
b. Termination for Cause. The Department may terminate this Agreement if any of the events of default described
in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other
obligations under this Agreement. If, after termination, it is determined that Grantee was not in default, or that
the default was excusable, the rights and obligations of the parties shall be the same as if the termination had
been issued for the convenience of Department. The rights and remedies of Department in this clause are in
addition to any other rights and remedies provided by law or under this Agreement.
c. Grantee Obligations upon Notice of Termination. After receipt of a notice of termination or partial termination
unless as otherwise directed by Department, Grantee shall not furnish any service or deliverable on the date, and
to the extent specified, in the notice. However, Grantee shall continue work on any portion of the Agreement
not terminated. If the Agreement is terminated before performance is completed, Grantee shall be paid only for
that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to
recover any cancellation charges or lost profits.
d. Continuation of Prepaid Services. If Department has paid for any services prior to the expiration, cancellation,
or termination of the Agreement, Grantee shall continue to provide Department with those services for which it
has already been paid or, at Department's discretion, Grantee shall provide a refund for services that have been
paid for but not rendered.
e. Transition of Services Upon Termination, Expiration, or Cancellation of the Agreement. If services provided
under the Agreement are being transitioned to another provider(s), Grantee shall assist in the smooth transition
of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative
obligation to cooperate with the new provider(s), however additional requirements may be outlined in the Grant
Work Plan. The Grantee shall not perform any services after Agreement expiration or termination, except as
necessary to complete the transition or continued portion of the Agreement, if any.
14. Notice of Default.
If Grantee defaults in the performance of any covenant or obligation contained in the Agreement, including, any of
the events of default, Department shall provide notice to Grantee and an opportunity to cure that is reasonable under
the circumstances. This notice shall state the nature of the failure to perform and provide a time certain for correcting
the failure. The notice will also provide that, should the Grantee fail to perform within the time provided, Grantee will
be found in default, and Department may terminate the Agreement effective as of the date of receipt of the default
notice.
Attachment 1-A
6 of 13
Rev. 9/15/2023
15. Events of Default.
Provided such failure is not the fault of Department or outside the reasonable control of Grantee, the following non-
exclusive list of events, acts, or omissions, shall constitute events of default:
a. The commitment of any material breach of this Agreement by Grantee, including failure to timely deliver a
material deliverable, failure to perform the minimal level of services required for a deliverable, discontinuance of
the performance of the work, failure to resume work that has been discontinued within a reasonable time after
notice to do so, or abandonment of the Agreement;
b. The commitment of any material misrepresentation or omission in any materials, or discovery by the Department
of such, made by the Grantee in this Agreement or in its application for funding;
c. Failure to submit any of the reports required by this Agreement or having submitted any report with incorrect,
incomplete, or insufficient information;
d. Failure to honor any term of the Agreement;
e. Failure to abide by any statutory, regulatory, or licensing requirement, including an entry of an order revoking
the certificate of authority granted to the Grantee by a state or other licensing authority;
f. Failure to pay any and all entities, individuals, and furnishing labor or materials, or failure to make payment to
any other entities as required by this Agreement;
g. Employment of an unauthorized alien in the performance of the work, in violation of Section 274 (A) of the
Immigration and Nationality Act;
h. Failure to maintain the insurance required by this Agreement;
i. One or more of the following circumstances, uncorrected for more than thirty (30) days unless, within the
specified 30-day period, Grantee (including its receiver or trustee in bankruptcy) provides to Department adequate
assurances, reasonably acceptable to Department, of its continuing ability and willingness to fulfill its obligations
under the Agreement:
i. Entry of an order for relief under Title 11 of the United States Code;
ii. The making by Grantee of a general assignment for the benefit of creditors;
iii. The appointment of a general receiver or trustee in bankruptcy of Grantee's business or property;
and/or
iv. An action by Grantee under any state insolvency or similar law for the purpose of its bankruptcy,
reorganization, or liquidation.
16. Suspension of Work.
The Department may, in its sole discretion, suspend any or all activities under the Agreement, at any time, when it is
in the best interest of the State to do so. The Department shall provide Grantee written notice outlining the particulars
of suspension. Examples of reasons for suspension include, but are not limited to, budgetary constraints, declaration
of emergency, or other such circumstances. After receiving a suspension notice, Grantee shall comply with the notice.
Within 90 days, or any longer period agreed to by the parties, Department shall either: (1) issue a notice authorizing
resumption of work, at which time activity shall resume; or (2) terminate the Agreement. If the Agreement is
terminated after 30 days of suspension, the notice of suspension shall be deemed to satisfy the thirty (30) days' notice
required for a notice of termination for convenience. Suspension of work shall not entitle Grantee to any additional
compensation.
17. Force Majeure.
The Grantee shall not be responsible for delay resulting from its failure to perform if neither the fault nor the negligence
of Grantee or its employees or agents contributed to the delay and the delay is due directly to acts of God, wars, acts
of public enemies, strikes, fires, floods, or other similar cause wholly beyond Grantee's control, or for any of the
foregoing that affect subcontractors or suppliers if no alternate source of supply is available to Grantee. In case of
any delay Grantee believes is excusable, Grantee shall notify Department in writing of the delay or potential delay
and describe the cause of the delay either (1) within ten days after the cause that creates or will create the delay first
arose, if Grantee could reasonably foresee that a delay could occur as a result; or (2) if delay is not reasonably
foreseeable, within five days after the date Grantee first had reason to believe that a delay could result. THE
FOREGOING SHALL CONSTITUTE THE GRANTEE'S SOLE REMEDY OR EXCUSE WITH RESPECT
TO DELAY. Providing notice in strict accordance with this paragraph is a condition precedent to such remedy. No
claim for damages, other than for an extension of time, shall be asserted against Department. The Grantee shall not be
entitled to an increase in the Agreement price or payment of any kind from Department for direct, indirect,
consequential, impact or other costs, expenses or damages, including but not limited to costs of acceleration or
inefficiency, arising because of delay, disruption, interference, or hindrance from any cause whatsoever. If
performance is suspended or delayed, in whole or in part, due to any of the causes described in this paragraph, after
the causes have ceased to exist Grantee shall perform at no increased cost, unless Department determines, in its sole
Attachment 1-A
7of13
Rev. 9/15/2023
discretion, that the delay will significantly impair the value of the Agreement to Department, in which case Department
may: (1) accept allocated performance or deliveries from Grantee, provided that Grantee grants preferential treatment
to Department with respect to products subjected to allocation; (2) contract with other sources (without recourse to
and by Grantee for the related costs and expenses) to replace all or part of the products or services that are the subject
of the delay, which purchases may be deducted from the Agreement quantity; or (3) terminate Agreement in whole or
in part.
18. Indemnification.
a. The Grantee shall be fully liable for the actions of its agents, employees, partners, or subcontractors and shall
fully indemnify, defend, and hold harmless Department and its officers, agents, and employees, from suits,
actions, damages, and costs of every name and description arising from or relating to:
i. personal injury and damage to real or personal tangible property alleged to be caused in whole or in
part by Grantee, its agents, employees, partners, or subcontractors; provided, however, that Grantee
shall not indemnify for that portion of any loss or damages proximately caused by the negligent act
or omission of Department;
ii. the Grantee's breach of this Agreement or the negligent acts or omissions of Grantee.
b. The Grantee's obligations under the preceding paragraph with respect to any legal action are contingent upon
Department giving Grantee: (1) written notice of any action or threatened action; (2) the opportunity to take over
and settle or defend any such action at Grantee's sole expense; and (3) assistance in defending the action at
Grantee's sole expense. The Grantee shall not be liable for any cost, expense, or compromise incurred or made
by Department in any legal action without Grantee's prior written consent, which shall not be unreasonably
withheld.
c. Notwithstanding sections a. and b. above, the following is the sole indemnification provision that applies to
Grantees that are governmental entities: Each party hereto agrees that it shall be solely responsible for the
negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a
waiver by either party of its sovereign immunity or the provisions of section 768.28, F.S. Further, nothing herein
shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter
arising out of any contract or this Agreement.
d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume
liability for Grantee negligence, waive Department sovereign immunity under the laws of Florida, or
otherwise impose liability on Department for which it would not otherwise be responsible. Any provision,
implication or suggestion to the contrary is null and void.
19. Limitation of Liability.
The Department's liability for any claim arising from this Agreement is limited to compensatory damages in an amount
no greater than the sum of the unpaid balance of compensation due for goods or services rendered pursuant to and in
compliance with the terms of the Agreement. Such liability is further limited to a cap of $100,000.
20. Remedies.
Nothing in this Agreement shall be construed to make Grantee liable for force majeure events. Nothing in this
Agreement, including financial consequences for nonperformance, shall limit Departmenth right to pursue its
remedies for other types of damages under the Agreement, at law or in equity. The Department may, in addition to
other remedies available to it, at law or in equity and upon notice to Grantee, retain such monies from amounts due
Grantee as may be necessary to satisfy any claim for damages, penalties, costs and the like asserted by or against it.
21. Waiver.
The delay or failure by Department to exercise or enforce any of its rights under this Agreement shall not constitute
or be deemed a waiver of Depaituient's right thereafter to enforce those rights, nor shall any single or partial exercise
of any such right preclude any other or further exercise thereof or the exercise of any other right.
22. Statutory Notices Relating to Unauthorized Employment and Subcontracts.
a. The Department shall consider the employment by any Grantee of unauthorized aliens a violation of Section
274A(e) of the Immigration and Nationality Act. If Grantee/subcontractor knowingly employs unauthorized
aliens, such violation shall be cause for unilateral cancellation of this Agreement. The Grantee shall be responsible
for including this provision in all subcontracts with private organizations issued as a result of this Agreement.
b. Pursuant to sections 287.133, 287.134, and 287.137 F.S., the following restrictions apply to persons placed on
the convicted vendor list, discriminatory vendor list, or the antitrust violator vendor list:
i. Public Entity Crime. A person or affiliate who has been placed on the convicted vendor list
following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract
to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a
contract with a public entity for the construction or repair of a public building or public work; may
Attachment 1-A
8 of 13
Rev. 9/15/2023
not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded
or perform work as a Grantee, supplier, subcontractor, or consultant under a contract with any public
entity; and may not transact business with any public entity in excess of the threshold amount
provided in section 287.017, F.S., for CATEGORY TWO for a period of 36 months following the
date of being placed on the convicted vendor list.
ii. Discriminatory Vendors. An entity or affiliate who has been placed on the discriminatory vendor
list may not submit a bid, proposal, or reply on a contract to provide any goods or services to a
public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the
construction or repair of a public building or public work; may not submit bids, proposals, or replies
on leases of real property to a public entity; may not be awarded or perform work as a contractor,
supplier, subcontractor, or consultant under a contract with any public entity; and may not transact
business with any public entity.
iii. Antitrust Violator Vendors. A person or an affiliate who has been placed on the antitrust violator
vendor list following a conviction or being held civilly liable for an antitrust violation may not
submit a bid, proposal, or reply on any contract to provide any good or services to a public entity;
may not submit a bid, proposal, or reply on any contract with a public entity for the construction or
repair of a public building or public work; may not submit a bid, proposal, or reply on leases of real
property to a public entity; may not be awarded or perform work as a Grantee, supplier,
subcontractor, or consultant under a contract with a public entity; and may not transact new business
with a public entity.
iv. Notification. The Grantee shall notify Department if it or any of its suppliers, subcontractors, or
consultants have been placed on the convicted vendor list, the discriminatory vendor list, or antitrust
violator vendor list during the Life of the Agreement. The Florida Department of Management
Services is responsible for maintaining the discriminatory vendor list and the antitrust violator
vendor list and posts the list on its website. Questions regarding the discriminatory vendor list or
antitrust violator vendor list may be directed to the Florida Department of Management Services,
Office of Supplier Diversity, at (850) 487-0915.
23. Compliance with Federal, State and Local Laws.
a. The Grantee and all its agents shall comply with all federal, state and local regulations, including, but not limited
to, nondiscrimination, wages, social security, workers' compensation, licenses, and registration requirements.
The Grantee shall include this provision in all subcontracts issued as a result of this Agreement.
b. No person, on the grounds of race, creed, color, religion, national origin, age, gender, or disability, shall be
excluded from participation in; be denied the proceeds or benefits of; or be otherwise subjected to discrimination
in performance of this Agreement.
c. This Agreement shall be governed by and construed in accordance with the laws of the State of Florida.
d. Any dispute concerning performance of the Agreement shall be processed as described herein. Jurisdiction for
any damages arising under the terms of the Agreement will be in the courts of the State, and venue will be in the
Second Judicial Circuit, in and for Leon County. Except as otherwise provided by law, the parties agree to be
responsible for their own attorney fees incurred in connection with disputes arising under the terms of this
Agreement.
24. Build America, Buy America Act (BABA) - Infrastructure Projects with Federal Funding.
This provision does not apply to Agreements that are wholly funded by Coronavirus State and Local
Fiscal Recovery Funds under the American Rescue Plan Act. Also, this provision does not apply where
there is a valid waiver in place. However, the provision may apply to funds expended before the waiver
or after expiration of the waiver.
If applicable, Recipients or Subrecipients of an award of Federal financial assistance from a program for
infrastructure are required to comply with the Build America, Buy America Act (BABA), including the
following provisions:
a. All iron and steel used in the project are produced in the United States --this means all manufacturing processes,
from the initial melting stage through the application of coatings, occurred in the United States;
b. All manufactured products used in the project are produced in the United States -this means the manufactured
product was manufactured in the United States; and the cost of the components of the manufactured product
that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all
components of the manufactured product, unless another standard for determining the minimum amount of
domestic content of the manufactured product has been established under applicable law or regulation; and
Attachment 1-A
9 of 13
Rev. 9/15/2023
c. All construction materials are manufactured in the United States -this means that all manufacturing processes for
the construction material occurred in the United States.
The Buy America preference only applies to articles, materials, and supplies that are consumed in, incorporated
into, or affixed to an infrastructure project. As such, it does not apply to tools, equipment, and supplies, such as
temporary scaffolding, brought to the construction site and removed at or before the completion of the
infrastructure project. Nor does a Buy America preference apply to equipment and furnishings, such as movable
chairs, desks, and portable computer equipment, that are used at or within the finished infrastructure project but
are not an integral part of the structure or permanently affixed to the infrastructure project.
25. Investing in America
Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the
Inflation Reduction Act, including the following provision:
a. Signage Requirements
a. Investing in America Emblem: The recipient will ensure that a sign is placed at construction
sites supported in whole or in part by this award displaying the official Investing in America
emblem and must identify the project as a "project funded by President Biden's Bipartisan
Infrastructure Law" or "project funded by President Biden's Inflation Reduction Act" as
applicable. The sign must be placed at construction sites in an easily visible location that can be
directly linked to the work taking place and must be maintained in good condition throughout the
construction period.
The recipient will ensure compliance with the guidelines and design specifications provided by
EPA for using the official Investing in America emblem available at:
https://www.epa.gov/invest/investing-america-signage.
b. Procuring Signs: Consistent with section 6002 of RCRA, 42 U.S.C. 6962, and 2 CFR 200.323,
recipients are encouraged to use recycled or recovered materials when procuring signs. Signage
costs are considered an allowable cost under this assistance agreement provided that the costs
associated with signage are reasonable. Additionally, to increase public awareness of projects
serving communities where English is not the predominant language, recipients are encouraged to
translate the language on signs (excluding the official Investing in America emblem or EPA logo
or seal) into the appropriate non-English language(s). The costs of such translation are allowable,
provided the costs are reasonable.
26. Scrutinized Companies.
a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a
boycott of Israel. Pursuant to section 287.135, F.S., the Department may immediately terminate this
Agreement at its sole option if the Grantee is found to have submitted a false certification; or if the
Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott
of Israel during the term of the Agreement.
b. If this Agreement is for more than one million dollars, the Grantee certifies that it is also not on the
Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in
section 287.135, F.S. Pursuant to section 287.135, F.S., the Department may immediately terminate
this Agreement at its sole option if the Grantee is found to have submitted a false certification; or if
the Grantee is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business
operations in Cuba or Syria during the term of the Agreement.
c. As provided in subsection 287.135(8), F.S., if federal law ceases to authorize these contracting
prohibitions, then they shall become inoperative.
27. Lobbying and Integrity.
The Grantee agrees that no funds received by it under this Agreement will be expended for the purpose of lobbying
the Legislature or a State agency pursuant to section 216.347, F.S., except that pursuant to the requirements of section
287.058(6), F.S., during the term of any executed agreement between Grantee and the State, Grantee may lobby the
executive or legislative branch concerning the scope of services, performance, term, or compensation regarding that
agreement. The Grantee shall comply with sections 11.062 and 216.347, F.S.
28. Record Keeping.
The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in
accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The
Department, the State, or their authorized representatives shall have access to such records for audit purposes during
Attachment 1-A
10 of 13
Rev. 9/15/2023
b.
c.
d.
e.
the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In
the event that any work is subcontracted, Grantee shall similarly require each subcontractor to maintain and allow
access to such records for audit purposes. Upon request of Department's Inspector General, or other authorized
State official, Grantee shall provide any type of information the Inspector General deems relevant to Grantee's
integrity or responsibility. Such information may include, but shall not be limited to, Grantee's business or financial
records, documents, or files of any type or form that refer to or relate to Agreement. The Grantee shall retain such
records for the longer of: (1) three years after the expiration of the Agreement; or (2) the period required by the
General Records Schedules maintained by the Florida Department of State (available at: http://dos.myflorida.com/
library-archives/records-management/general-records-schedules/).
29. Audits.
a. Inspector General. The Grantee understands its duty, pursuant to section 20.055(5), F.S., to cooperate with the
inspector general in any investigation, audit, inspection, review, or hearing. The Grantee will comply with this
duty and ensure that its sub -grantees and/or subcontractors issued under this Agreement, if any, impose this
requirement, in writing, on its sub -grantees and/or subcontractors, respectively.
Physical Access and Inspection. Department personnel shall be given access to and may observe and inspect
work being performed under this Agreement, with reasonable notice and during normal business hours, including
by any of the following methods:
i. Grantee shall provide access to any location or facility on which Grantee is performing work, or
storing or staging equipment, materials or documents;
ii. Grantee shall permit inspection of any facility, equipment, practices,
performance of any work pursuant to this Agreement; and,
iii. Grantee shall allow and facilitate sampling and monitoring of any substances, soils, materials or
parameters at any location reasonable or necessary to assure compliance with any work or legal
requirements pursuant to this Agreement.
Special Audit Requirements. The Grantee shall comply with the applicable provisions contained in Attachment
5, Special Audit Requirements. Each amendment that authorizes a funding increase or decrease shall include an
updated copy of Exhibit 1, to Attachment 5. If Department fails to provide an updated copy of Exhibit 1 to include
in each amendment that authorizes a funding increase or decrease, Grantee shall request one from the
Department's Grants Manager. The Grantee shall consider the type of financial assistance (federal and/or state)
identified in Attachment 5, Exhibit 1 and determine whether the terms of Federal and/or Florida Single Audit Act
Requirements may further apply to lower tier transactions that may be a result of this Agreement. For federal
financial assistance, Grantee shall utilize the guidance provided under 2 CFR §200.331 for determining whether
the relationship represents that of a subrecipient or vendor. For State financial assistance, Grantee shall utilize the
form entitled `Checklist for Nonstate Organizations Recipient/Subrecipient vs Vendor Determination" (form
number DFS-A2-NS) that can be found under the "Links/Forms" section appearing at the following website:
https:\\apps. fldfs.com\fsaa.
Proof of Transactions. In addition to documentation provided to support cost reimbursement as described herein,
Department may periodically request additional proof of a transaction to evaluate the appropriateness of costs to
the Agreement pursuant to State guidelines (including cost allocation guidelines) and federal, if applicable.
Allowable costs and uniform administrative requirements for federal programs can be found under 2 CFR
200. The Department may also request a cost allocation plan in support of its multipliers (overhead, indirect,
general administrative costs, and fringe benefits). The Grantee must provide the additional proof within thirty
(30) days of such request.
No Commingling of Funds. The accounting systems for all Grantees must ensure that these funds are not
commingled with funds from other agencies. Funds from each agency must be accounted for separately. Grantees
are prohibited from commingling funds on either a program -by -program or a project -by -project basis. Funds
specifically budgeted and/or received for one project may not be used to support another project. Where a
Grantee's, or subrecipient's, accounting system cannot comply with this requirement, Grantee, or subrecipient,
shall establish a system to provide adequate fund accountability for each project it has been awarded.
i. If Department finds that these funds have been commingled, Department shall have the right to
demand a refund, either in whole or in part, of the funds provided to Grantee under this Agreement
for non-compliance with the material terms of this Agreement. The Grantee, upon such written
notification from Department shall refund, and shall forthwith pay to Department, the amount of
money demanded by Department. Interest on any refund shall be calculated based on the prevailing
rate used by the State Board of Administration. Interest shall be calculated from the date(s) the
Attachment 1-A
11 of 13
Rev. 9/15/2023
or operations required in
original payment(s) are received from Department by Grantee to the date repayment is made by
Grantee to Department.
ii. In the event that the Grantee recovers costs, incurred under this Agreement and reimbursed by
Department, from another source(s), Grantee shall reimburse Department for all recovered funds
originally provided under this Agreement and interest shall be charged for those recovered costs as
calculated on from the date(s) the payment(s) are recovered by Grantee to the date repayment is
made to Department.
iii. Notwithstanding the requirements of this section, the above restrictions on commingling funds do
not apply to agreements where payments are made purely on a cost reimbursement basis.
30. Conflict of Interest.
The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any
manner or degree with the performance of services required.
31. Independent Contractor.
The Grantee is an independent contractor and is not an employee or agent of Department.
32. Subcontracting.
a. Unless otherwise specified in the Special Terms and Conditions, all services contracted for are to be performed
solely by Grantee.
b. The Department may, for cause, require the replacement of any Grantee employee, subcontractor, or agent. For
cause, includes, but is not limited to, technical or training qualifications, quality of work, change in security status,
or non-compliance with an applicable Department policy or other requirement.
c. The Department may, for cause, deny access to Department's secure information or any facility by any Grantee
employee, subcontractor, or agent.
d. The Department's actions under paragraphs b. or c. shall not relieve Grantee of its obligation to perform all work
in compliance with the Agreement. The Grantee shall be responsible for the payment of all monies due under any
subcontract. The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under
any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred
under any subcontract.
e. The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the
Department's facilities, unless the basis of Department's denial is safety or security considerations.
f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities
afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full
diversity of the citizens of the State. A list of minority -owned firms that could be offered subcontracting
opportunities may be obtained by contacting the Office of Supplier Diversity at (850) 487-0915.
g. The Grantee shall not be liable for any excess costs for a failure to perform, if the failure to perform is caused by
the default of a subcontractor at any tier, and if the cause of the default is completely beyond the control of both
Grantee and the subcontractor(s), and without the fault or negligence of either, unless the subcontracted products
or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery
schedule.
33. Guarantee of Parent Company.
If Grantee is a subsidiary of another corporation or other business entity, Grantee asserts that its parent company will
guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee
is sold during the period the Agreement is in effect, Grantee agrees that it will be a requirement of sale that the new
parent company guarantee all of the obligations of Grantee.
34. Survival.
The respective obligations of the parties, which by their nature would continue beyond the termination or expiration
of this Agreement, including without limitation, the obligations regarding confidentiality, proprietary interests, and
public records, shall survive termination, cancellation, or expiration of this Agreement.
35. Third Parties.
The Department shall not be deemed to assume any liability for the acts, failures to act or negligence of Grantee, its
agents, servants, and employees, nor shall Grantee disclaim its own negligence to Department or any third party. This
Agreement does not and is not intended to confer any rights or remedies upon any person other than the parties. If
Department consents to a subcontract, Grantee will specifically disclose that this Agreement does not create any third -
party rights. Further, no third parties shall rely upon any of the rights and obligations created under this Agreement.
36. Severability.
If a court of competent jurisdiction deems any term or condition herein void or unenforceable, the other provisions
are severable to that void provision, and shall remain in full force and effect.
Attachment 1-A
12 of 13
Rev. 9/15/2023
37. Grantee's Employees, Subcontractors and Agents.
All Grantee employees, subcontractors, or agents performing work under the Agreement shall be properly trained
technicians who meet or exceed any specified training qualifications. Upon request, Grantee shall furnish a copy of
technical certification or other proof of qualification. All employees, subcontractors, or agents performing work under
Agreement must comply with all security and administrative requirements of Department and shall comply with all
controlling laws and regulations relevant to the services they are providing under the Agreement.
38. Assignment.
The Grantee shall not sell, assign, or transfer any of its rights, duties, or obligations under the Agreement, or under
any purchase order issued pursuant to the Agreement, without the prior written consent of Department. In the event
of any assignment, Grantee remains secondarily liable for performance of the Agreement, unless Department expressly
waives such secondary liability. The Department may assign the Agreement with prior written notice to Grantee of its
intent to do so.
39. Compensation Report.
If this Agreement is a sole -source, public -private agreement or if the Grantee, through this agreement with the State,
annually receive 50% or more of their budget from the State or from a combination of State and Federal funds, the
Grantee shall provide an annual report, including the most recent IRS Form 990, detailing the total compensation for
the entities' executive leadership teams. Total compensation shall include salary, bonuses, cashed -in leave, cash
equivalents, severance pay, retirement benefits, deferred compensation, real -property gifts, and any other payout.
The Grantee must also inform the Department of any changes in total executive compensation between the annual
reports. All compensation reports must indicate what percent of compensation comes directly from the State or
Federal allocations to the Grantee.
40. Execution in Counterparts and Authority to Sign.
This Agreement, any amendments, and/or change orders related to the Agreement, may be executed in counterparts,
each of which shall be an original and all of which shall constitute the same instrument. In accordance with the
Electronic Signature Act of 1996, electronic signatures, including facsimile transmissions, may be used and shall have
the same force and effect as a written signature. Each person signing this Agreement warrants that he or she is duly
authorized to do so and to bind the respective party to the Agreement.
Attachment 1-A
13 of 13
Rev. 9/15/2023
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
Revised Special Terms and Conditions
AGREEMENT NO. 22SRP32
ATTACHMENT 2-A
These Special Terms and Conditions shall be read together with general terms outlined in the Standard Terms and
Conditions, Attachment 1. Where in conflict, these more specific terms shall apply.
1. Scope of Work.
The Project funded under this Agreement is City of Miami Allapattah Flood Improvements Project. The Project is
defined in more detail in Attachment 3, Grant Work Plan.
2. Duration.
a. Reimbursement Period. The reimbursement period for this Agreement begins on July 1, 2022 and ends at the
expiration of the Agreement.
b. Extensions. There are extensions available for this Project.
c. Service Periods. Additional service periods may be added in accordance with 2.a above and are contingent upon
proper and satisfactory technical and administrative performance by the Grantee and the availability of funding.
3. Payment Provisions.
a. Compensation. This is a cost reimbursement Agreement. The Grantee shall be compensated under this
Agreement as described in Attachment 3.
b. Invoicing. Invoicing will occur as indicated in Attachment 3.
c. Advance Pay. Advance Pay is not authorized under this Agreement.
4. Cost Eligible for Reimbursement or Matching Requirements.
Reimbursement for costs or availability for costs to meet matching requirements shall be limited to the following
budget categories, as defined in the Reference Guide for State Expenditures, as indicated:
Reimbursement Match Category
❑ ® Salaries/Wages
Overhead/Indirect/General and Administrative Costs:
❑ Ela. Fringe Benefits, for actual costs not to exceed the budget amount
identified in Attachment 3.
❑ ❑ b. Indirect Costs, N/A.
❑ ® Contractual (Subcontractors)
❑ ❑ Travel, in accordance with Section 112, F.S.
❑ ❑ Equipment
❑ ❑ Rental/Lease of Equipment
❑ ❑ Miscellaneous/Other Expenses
❑ 0 Land Acquisition
5. Equipment Purchase.
No Equipment purchases shall be funded under this Agreement.
6. Land Acquisition.
There will be no Land Acquisitions funded under this Agreement.
7. Match Requirements
The Agreement requires at least a 50% match on the part of the Grantee. Therefore, the Grantee is responsible for
providing $15,688,093 through cash or third party in -kind towards the project funded under this Agreement.
Attachment 2-A
1 of 3
Rev. 8/8/2023
The Grantee may claim allowable project expenditures made on July 1, 2021 or after for purposes of meeting its
match requirement as identified above.
Each payment request submitted shall document all matching funds and/or match efforts (i.e., in -kind services)
provided during the period covered by each request. The final payment will not be processed until the match
requirement has been met.
If, upon completion of this Project, actual Project costs are less than the total estimated Project costs, and there are
no pending payment requests, the Grantee's required match may be reduced proportionately, as long as at least a
50% match of the actual total cost of the Project is provided by the Grantee and the reduced amount satisfies
statutory and program requirements.
8. Insurance Requirements
Required Coverage. At all times during the Agreement the Grantee, at its sole expense, shall maintain insurance
coverage of such types and with such terms and limits described below. The limits of coverage under each policy
maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the
Agreement. Grantee shall provide coverage through a self-insurance program established and operating under the
laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this
Agreement, however the minimum insurance requirements applicable to this Agreement are:
a. Comprehensive General Liability Insurance.
The Grantee shall provide adequate comprehensive general liability insurance coverage and hold such
liability insurance at all times during the Agreement. The minimum limits shall be $200,000 for each
person and $300,000 per occurrence.
b. Commercial Automobile Insurance.
If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile
liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property
damage shall provide coverage on an occurrence basis. The minimum limits shall be as follows:
$200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable
$200,000/300,000 Hired and Non -owned Automobile Liability Coverage
c. Workers' Compensation.
The Grantee shall comply with the workers' compensation requirements of Chapter 440, F.S.
d. Other Insurance. None.
9. Quality Assurance Requirements.
There are no special Quality Assurance requirements under this Agreement.
10. Retainage.
Retainage is permitted under this Agreement. Retainage may be up to a maximum of 5% of the total amount of the
Agreement.
11. Subcontracting.
The Grantee may subcontract work under this Agreement without the prior written consent of the Department's
Grant Manager except for certain fixed -price subcontracts pursuant to this Agreement, which require prior approval.
The Grantee shall submit a copy of the executed subcontract to the Department prior to submitting any invoices for
subcontracted work. Regardless of any subcontract, the Grantee is ultimately responsible for all work to be
performed under this Agreement.
12. State-owned Land.
The work will not be performed on State-owned land.
13. Office of Policy and Budget Reporting.
There are no special Office of Policy and Budget reporting requirements for this Agreement.
14. Common Carrier.
a. Applicable to contracts with a common carrier — firm/person/corporation that as a regular business
transports people or commodities from place to place. If applicable, Contractor must also fill out and
return PUR 1808 before contract execution. If Contractor is a common carrier pursuant to section
Attachment 2-A
2 of 3
Rev. 8/8/2023
908.111(1)(a), Florida Statutes, the Department will terminate this contract immediately if Contractor is
found to be in violation of the law or the attestation in PLTR 1808.
b. Applicable to solicitations for a common carrier — Before contract execution, the winning Contractor(s)
must fill out and return PUR 1808, and attest that it is not willfully providing any service in furtherance of
transporting a person into this state knowing that the person unlawfully present in the United States
according to the terms of the federal Immigration and Nationality Act, 8 U.S.C. ss. 1101 et seq. The
Department will terminate a contract immediately if Contractor is found to be in violation of the law or the
attestation in PUR 1808.
15. Additional Terms.
Documentary Evidence Requirement for Subcontractor(s). If any work associated with this Agreement is
completed by a subcontractor(s), the Grantee shall require that such subcontractor(s) submit documentary evidence
(e.g., workshop agendas; meeting recordings) to Grantee demonstrating that the subcontractor(s) has fully performed
its Project obligation(s). The Grantee shall forward copies of all such documentary evidence to the Department with
the Grantee's relevant deliverable(s), using the approved Project Timeline set forth in Attachment 3 to this
Agreement (Grant Work Plan).
Attachment 2-A
3 of 3
Rev. 8/8/2023
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
REVISED GRANT WORK PLAN
AGREEMENT NO. 22SRP32
ATTACHMENT 3-A
PROJECT TITLE: City of Miami Allapattah Flood Improvements Project
PROJECT LOCATION: The Project is located in the City of Miami within Miami -Dade County, Florida.
PROJECT DESCRIPTION:
The City of Miami (Grantee) will conduct the City of Miami Allapattah Flood Improvements Project
(Project). The Project will design and construct a stormwater collection system that is comprised of gravity
wells and exfiltration trenches. The Project is located at NW 7 Avenue to 14 Avenue, NW 23 Street to 31
Street. The funding for the scope the work in this Agreement will result in a fully completed Project.
TASKS AND DELIVERABLES:
Task 1: Design and Permitting
Description: The Grantee will acquire professional services for the engineering and design of a stormwater
collection system, as described above, and obtain all necessary permits for construction of the Project.
Design and permitting activities will include coastal or civil engineering analyses, preparation of plans and
specifications, physical and environmental surveys, cultural resource surveys, design -level geotechnical
services, environmental analyses, orthophotography, plan formulations and other necessary studies for
obtaining environmental permits, and other Project -related authorizations. The Grantee will submit its work
products to the appropriate local, state, and federal regulatory agencies. Once the design phase is completed,
the City will issue a competitive bid and hire a licensed contractor to build the Project. The funding for the
scope the work in this Agreement will result in a fully completed Project.
Deliverables: The Grantee will submit:
• 1.1: All final design documents as signed by a Florida -registered Professional Engineer or other
applicable Florida Licensed Professional in responsible charge of the design;
• 1.2: A copy of final permit documents from all applicable local, state, and federal regulatory
agencies; and
• 1.3: Construction contract documents for the selected contractor.
Task 2: Project Management
Description: The Grantee will perform project management, to include field engineering services,
construction observation, site meetings with construction contractor(s) and design professionals, and
overall project coordination and supervision.
Deliverables: The Grantee will submit:
• 2.1: Quarterly Project management reports signed by a Florida -registered Professional Engineer or
authorized individual in responsible charge of project, to include:
o A summary of project and site inspection(s);
o Meeting minutes to all attended meetings; and
o Field notes.
DEP Agreement No.: 22SRP32
Page 1 of 4
Rev. 6.26.23
Task 3: Construction
Description: The Grantee will construct the following: gravity wells; exfiltration trenches; road
reconstruction; grass/natural drainage; and swales and pavement markings, in accordance with the
construction contract documents. Project costs associated with the Construction task include work approved
through construction bids and/or construction -phase engineering and monitoring services contracts.
Eligible activities may include mobilization, demobilization, construction observation or inspection
services, physical and environmental surveys, and mitigation projects. Construction shall be conducted in
accordance with all local, state, and federal permits. The funding for the scope the work in this Agreement
will result in a fully completed.
Deliverables: The Grantee will submit:
• 3.1: List of permit type, number, and issuing entity for all local, state, and federal permits required
for the Project;
• 3.2: A copy of the final design and record (as -built) drawings;
• 3.3: A Certificate of Completion signed by a Florida -registered Professional Engineer; and
• 3.4: Coordinate final site visit with Department and submit the Closeout Site Visit Form received
from assigned Field Agent; and
• 3.5: Quarterly Project management reports signed by a Florida -registered Professional Engineer,
to include:
o A summary of project and site inspection(s);
o Meeting minutes to all attended meetings; and
o Field notes.
PERFORMANCE MEASURES: The Grantee will submit all deliverables for each task to the
Department's Grant Manager on or before the Task Due Date listed in the Project Timeline. The
Department's Grant Manager will review the deliverable(s) to verify that they meet the specifications in
the Grant Work Plan and the task description, to include any work being performed by any subcontractor(s),
and will provide written acceptance or denial of the deliverable(s) to the Grantee within thirty (30) calendar
days. Tasks may include multiple deliverables to be completed. The Department will accept partial and full
deliverables. Incomplete deliverables will not be accepted. A "partial deliverable" is defined as a
deliverable consisting of one (1) or more (but not all) subcomponents listed in the deliverable list for a
single task, where such subcomponent(s) are delivered to the Department at one hundred percent (100%)
completion. A "full deliverable" is defined as a deliverable comprising all subcomponents listed in the
deliverable list for a single task, all delivered to the Depattunent at one hundred percent (100%) completion.
An "incomplete deliverable" is defined as a deliverable for which one hundred percent (100%) completion
has not been achieved for any of the subcomponents listed in the deliverable list for a single task. A task is
considered one hundred percent (100%) complete upon the Department's receipt and approval of all
deliverable(s) listed within the task and the Department's approval provided by the Deliverable Acceptance
Letter.
CONSEQUENCES FOR NON-PERFORMANCE: For each task deliverable not received by the
Department at one hundred percent (100%) completion and by the specified due date listed in the
Agreement's most recent Project Timeline, the Department will reduce the relevant Task Funding
Amount(s) paid to Grantee in proportion to the percentage of the deliverable(s) not fully completed and/or
submitted to the Department in a timely manner.
DEP Agreement No.: 22SRP32
Page 2 of 4
Rev. 6.26.23
PAYMENT REQUEST SCHEDULE: Following the Grantee's full or partial completion of a task's
deliverable(s) and acceptance by the Department's Grant Manager, the Grantee may submit a payment
request for cost reimbursement using the Exhibit C, Payment Request Summary Form. All payment
requests must be accompanied by the Deliverable Acceptance Letter; the Exhibit A, Progress Report Form,
detailing all progress made in the invoice period; and supporting fiscal documentation including match, if
applicable. Interim payments will not be accepted. Upon the Department's receipt of the aforementioned
documents and supporting fiscal documentation, the Department's Grant Manager will have ten (10)
working days to review and approve or deny the payment request.
PROJECT TIMELINE: The tasks must be completed by, and all deliverables received by, the
corresponding task due date listed in the table below. Cost -reimbursable grant funding must not exceed the
budget amounts indicated below. Requests for any change(s) must be submitted prior to the current task
due date listed in the Project Timeline. Requests are to be sent via email to the Department's Grant Manager,
with the details of the request and the reason for the request made clear.
Task
No.
Task Title
Task Start Date
Task Due Date
1
Design and Permitting
7/1/2022
3/31/2025
2
Project Management
7/1/2022
3/31/2025
3
Construction
7/1/2022
3/31/2025
BUDGET DETAIL:
Task
No.
Task Title
Budget Category
DEP Amount
Local Amount
1
Design and Permitting
Contractual Services
$2,353,214
$2,353,214
Total for Task:
$2,353,214
$2,353,214
2
Project Management
Contractual Services
$1,568,809
$941,285
Salary
$0
$558,496
Fringe Benefits
$0
$69,028
Total for Task:
$1,568,809
$1,568,809
3
Construction
Contractual Services
$11,766,070
$11,766,070
Total for Task:
$11,766,070
$11,766,070
Project Total:
$15,688,093
$15,688,093
Percentage Match:
50%
50%
DEP Agreement No.: 22SRP32
Page 3 of 4
Rev. 6.26.23
SALARY AND FRINGE BENEFITS BY TASK: Cost -reimbursable funding or hourly match and fringe
rate(s) by position may not exceed those indicated below. Upon submission of each payment request, the
Grantee certifies that the hours and fringe rates submitted are accurate and allowable costs for the Grant
Agreement. Upon request by the Department's Grant Manager, additional documentation of hours worked
will be provided.
Cost -reimbursable funding or hourly match rate(s) by position may not exceed those indicated below.
Fringe benefits will be reimbursed based on actual costs, with the total not to exceed the budgeted amounts
shown in the Budget Detail by task table.
Task
No.
Position Title
Hourly Rate
Fringe Rate (%)
2
Assistant Director
$78.44
11
Senior Project Manager
$62.00
11
Project Manager
$49.61
11
Administration
$43.75
11
DEP Agreement No.: 22SRP32
Page 4 of 4
Rev. 6.26.23
EXHIBIT F-1
DEP AGREEMENT NO. 22SRP32
CITY OF MIAMI ALLAPATTAH FLOOD IMPROVEMENTS PROJECT
City of Miami
Revised Final Project Report
Insert Month & Year
This report is funded in part through a grant agreement from the Florida Department of Environmental Protection.
The views, statements, findings, conclusions, and recommendations expressed herein are those of the author(s) and
do not necessarily reflect the views of the State of Florida or any of its subagencies.
Exhibit F-1, DEP Agreement # 22SRP32
Page 1
6/30/2023
Part I. Executive Summary
Part II. Methodology
Part HI. Outcome
Include the following: 1) evaluation ofproject's ability to meet goals and expected performance measures and provide
explanation for why goals were not met, if applicable; 2) identify successfid outcomes, areas for improvement, and
quantifiable metrics (including the assigned metric in Exhibit A, if applicable) as a result of the project; and 3) final
project photos, if an implementation construction project.
Part IV. Further Recommendations
Instructions for completing Exhibit F Final Project Report Form:
DEP AGREEMENT NO.: This is the number on your grant agreement.
GRANTEE NAME: Enter the name of the grantee's agency.
PROJECT TITLE: Enter the title shown on the first page of the grant agreement.
MONTH & YEAR: Enter month and year of publication
The final Project Report must contain the following sections: Executive Summary, Methodology, Outcome, and
Further Recommendations. The Final Project Report must comply with the publication requirements in the grant
agreement. Please limit the fmal project report to no more than five (5) pages. One electronic copy shall be submitted
to the Department's Grant Manager for approval. Final payment will be held until receipt and approval of the Final
Project Report.
Questions regarding completion of the Final Project Report should be directed to the Department's Grant Manager,
identified in paragraph 18 of this agreement.
Exhibit F-1, DEP Agreement # 22SRP32
Page 2
6/30/2023
COMMON CARRIER OR CONTRACTED CARRIER ATTESTATION
FORM
(PUR 1808)
Exhibit J
This form must be completed by a Common Carrier or contracted carrier and submitted to the
Governmental Entity with which a Contract being is executed, amended, or renewed. Capitalized
terms used herein have the definitions ascribed in section 908.111, F.S.
City of Miami is not willfully providing and will not willfully provide
any service during the Contract term in furtherance of transporting a person into this state
knowing that the person is an Unauthorized Alien, except to facilitate the detention, removal, or
departure of the person from this state or the United States.
Under penalties of perjury, I declare that I have read the foregoing statement and that the facts
stated in it are true.
Printed Name: Arthur Noriega V
Title: City Manager
-DocuSigned by:
Signature: gygwr Nority,
s--115OCF6C377C[747A
Date:November 22, 2023 I 10:
PUR 1808 (08/22)
Page 1 of 1 60A-1.020, F.A.C.
04:46 EST
City of Miami
Resolution R-22-0327
Legislation
City -Hall --
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 12338
Final Action Date: 9/13/2022
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
AUTHORIZING THE CITY MANAGER TO ACCEPT, BUDGET, ALLOCATE,
AND APPROPRIATE FUNDS FROM FLORIDA DEPARTMENT OF
ENVIRONMENTAL PROTECTION ("FDEP") RESILIENT FLORIDA GRANT
PROGRAM FOR 2021 - 2022 IN AN AMOUNT NOT TO EXCEED FIFTY
MILLION FIVE HUNDRED THIRTY-NINE THOUSAND TWO HUNDRED
TWENTY-FOUR DOLLARS ($50,539,224.00) & 2022 - 2023 IN AN AMOUNT
NOT TO EXCEED NINETEEN MILLION FOUR HUNDRED THIRTY-ONE
THOUSAND FIVE HUNDRED TWO DOLLARS ($19,431,502.00) FOR A TOTAL
AMOUNT NOT TO EXCEED SIXTY-NINE MILLION NINE HUNDRED SEVENTY
THOUSAND SEVEN HUNDRED TWENTY-SIX DOLLARS ($69,970,726.00)
("GRANT FUNDS") AS SPECIFIED IN ATTACHMENT "A," ATTACHED AND
INCORPORATED HEREIN, FOR FLOODING AND RESILIENCE ACTIVITIES
("PURPOSE"); ESTABLISHING A NEW CAPITAL FUND PROJECT AND
APPROPRIATING THE GRANT FUNDS; AUTHORIZING THE CITY MANAGER
TO NEGOTIATE AND EXECUTE ANY AND ALL NECESSARY DOCUMENTS,
INCLUDING BUT NOT LIMITED TO, AMENDMENTS, EXTENSIONS,
RENEWALS, AND MODIFICATIONS, ALL IN FORMS ACCEPTABLE TO THE
CITY ATTORNEY, FOR THE ACCEPTANCE OF THE GRANT FUNDS,
ADMINISTRATION, IMPLEMENTATION AND COMPLIANCE OF ALL
APPLICABLE LAWS, RULES, AND REGULATIONS, FOR SAID PURPOSE.
WHEREAS, the City of Miami ("City") submitted grant applications to Florida Department
of Environmental Protection ("FDEP") for the Resilient Florida Grant Program and was awarded
six (6) 2021 — 2022 grant awards under the Resilient Florida Grants component and four (4)
2022 — 2023 grant awards under the Statewide Flooding and Sea level Rise Resilience Plan
component; and
WHEREAS, the 2021-2022 grant awards are for an amount not to exceed fifty million
five hundred thirty-nine thousand two hundred twenty-four dollars ($50,539,224.00) and the
2022-2023 grant awards are for an amount not to exceed nineteen million four hundred thirty-
one thousand five hundred two dollars ($19,431,502.00) for a total amount not to exceed sixty-
nine million nine hundred seventy thousand seven hundred twenty-six dollars ($69,970,726.00)
Grant Funds"); and
WHEREAS, the Grant Funds will help prepare coastal as well as inland areas for the
adverse impacts of flooding, sea -level rise, and storm surge; and
WHEREAS, the City wishes to accept, budget, allocate, and appropriate the Grant
Funds from FDEP as specified in attachment "A" attached and incorporated herein; and
City of Miami Page 1 of 2 File ID: 12338 (Revision: A) Printed On: 2/9/2023
File ID: 12338 Enactment Number: R-22-0327
WHEREAS, the Grant Funds will support improvements to the locations specified in
attachment "A" attached and incorporated herein by enhancing their resilience to future natural
disasters ("Purpose"); and
WHEREAS, it is appropriate for the City to accept the Grant Funds, establish a Capital
Fund Project, and authorize the City Manager to negotiate and execute any and all necessary
documents, including but not limited to, amendments, extensions, renewals, and modifications,
all in forms acceptable to the City Attorney, for the acceptance of the Grant Funds,
administration, implementation, and compliance with all applicable laws, rules, and regulations,
for said Purpose;
NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF
MIAMI, FLORIDA:
Section 1. The recitals and findings contained in the Preamble to this Resolution are
adopted by reference and incorporated as if fully set forth in this Section.
Section 2. The City Manager is hereby authorized' to accept the Grant Funds to be
utilized for the replacement of seawalls and flood mitigation.
Section 3. The new Capital Fund Project is established, and the Grant Funds are
appropriated as described in Attachment "A" attached and incorporated herein.
Section 4. The City Manager is authorized' to negotiate and execute any and all
necessary documents, including but not limited to, amendments, extensions, renewals, and
modifications, all in forms acceptable to the City Attorney, for the acceptance of the Grant
.Funds, administration, implementation, and compliance with all applicable laws, rules, and
regulations, for said Purpose.
Section 5. This Resolution shall become effective immediately upon its adoption and
signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
dez, ity ttor ey 11/21/2022
1 The herein authorization is further subject to compliance with all legal requirements that may be
imposed, including but not limited to those prescribed by applicable City Charter and City Code
provisions.
2 If the mayor does not sign this Resolution, it shall become effective at the end of ten (10) calendar days
from the date it was passed and adopted. If the Mayor vetoes this Resolution, it shall become effective
immediately upon override of the veto by the City Commission.
City of Miami Page 2 of 2 File ID: 12338 (Revision: A) Printed on: 2/9/2023
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE
SEEN AT THE END OF THIS DOCUMENT.
$,r
ATTACHMENT"A"
CITY OF MIAMI OFFIC _
THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION
THE RESILIENT FLORIDA GRANT PROGRAM 2021— 2022
3Cr:,-)-0 n.w
I s
Funding Source
Project Title
Funding
Amount
Florida Department of
Environment Protection
("FDEP") — Resilient
Florida Grant Program
2021- 2022
Design & Construction Brickell Bay Drive
(BBD) Seawall & Flood Improvements SE
14 St to SE 15 Rd along Biscayne Bay
$ 17,170,650
Edgewater Flood improvements (EFI)— NE
Ave to Biscayne Bay, NE 22 to NE 24 St
$ 8,555,988
Design, Permitting, Construction:
Shorecrest South Flood improvements
(SSFI) - NE 8 Ct-NE Bayshore Ct, NE Little
River Dr -NE 79 St
$ 8,033,930
Design, Permitting and Construction -East
Flagami Flood Improvements
Project(EFFI)-NW38 Ctto NW 42 Ave, NW
1 St to NW 7 St
$ 14,438,495
Replace Seawalls Morningside/Shorecrest
(MS) between NE 55th Terr/&NE 65th St.
& Biscayne Bay; NE 84th St. / &
AdemarCanal; NE Bayshore Dr. / & Davis
Canal
$ 1,510,896.42
Brickell and Coconut Grove Seawalls
Project (S-BCG) (between SE 25th Rd. to
Matheson Ave. and Biscayne Bay)
$829,264.50
Total Resilient Florida Funding
$50,539,224
19338 6iLLEi
THIS DOCUMENT IS A SUBSTITUTION TO
ORIGINAL. BACKUP ORIGINAL CAN BE
SEEN AT THE END OF THIS DOCUMENT.
ATTACH ENT "A"
CITY OF MIAMI
THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION
THE STATEWIDE FLOODING AND SEA LEVEL RISE RESILIENCE PLAN 2022 2023
Funding Source
Project Title
Funding
Amount
Florida Department of
Environment Protection
("FDEP") — THE
STATEWIDE FLOODING
AND SEA LEVEL RISE
RESILIENCE PLAN 2022 -
2023
Replacement of 8 Seawalls in Edgewater
Project (S-EW) between NE 22nd St. to NE
34th St. along Biscayne Bay
$1,555,882
Design, Permitting & Construction North
Grapeland Heights Seawall (NGHS) at NW
13th Street and NW 32nd Avenue
$145,527
Design & Construction of Allapattah Flood
Improvements (AFI) NW 7th Ave to 14th
Ave, NW 23rd to 31st Street
$15,688,093
Immediate Flood Control: install 79
Backflow Valves Citywide (BVCW)
$2,042,000
Total Resilient Florida Funding
$19,431,502
SUBSTITUTED
ATTACHMENT "A"
CITY OF MIAMI
THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECT!
THE RESILIENT FLORIDA GRANT PROGRAM 2021— 20
Funding Source
Project Title
Funding
Amount
Florida Department of
Environment Protection
("FDEP") — Resilient
Florida Grant Program
2021- 2022
Design & Constructio.n Brick .' Bay Drive
(BBD) Seawall & Flood Imr ovements SE
14 St to SE 15 Rd along B'cayne Bay
$ 27,255,000
Edgewater Flood Im.. ovements (EFI) — NE
Ave to Biscayne B.,, NE 22 to NE 24 St
$ 17,111,976
Design, P: mitting, Construction:
Shorecrest south Flood Improvements
(SSFI) - N • 8 Ct-NE Bayshore Ct, NE Little
River D - E 79 St
$ 16,067,860
Desi:r, Permitting and Construction -East
Flal.:mi Flood Improvements
p...ject(EFFI)-NW 38 Ct to NW 42 Ave, NW
St to NW 7 St
$ 28,876,990
Replace Seawalls Morningside/Shorecrest
(MS) between NE 55th Terr/&NE 65th St.
& Biscayne Bay; NE 84th St. / &
AdemarCanal; NE Bayshore Dr. / & Davis
Canal
$ 3,021,792.84
Brickell and Coconut Grove Seawalls
Project (S-BCG) (between SE 25th Rd. to
Matheson Ave. and Biscayne Bay)
$1,658,529
Total Resilient Florida Funding
$93,992,148
SUBSTITUTED
ATTACHMENT "A"
CITY OF MIAMI
THE FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION
THE STATEWIDE FLOODING AND SEA LEVEL RISE RESILIENCE PLAN 202Y— 2023
Funding Source
Project Title
Funding
Amount
Florida Department of
Environment Protection
("FDEP") — THE
STATEWIDE FLOODING
AND SEA LEVEL RISE
RESILIENCE PLAN 2022 -
2023
Replacement of 8 Seawalls in ')'gewater
Project (S-EW) between NE 2 :: d St. to NE
34th St. along Biscayne Bay
$1,555,882
Design, Permitting : onstruction North
Grapeland Heightseawall (NGHS) at NW
13th Street and 32nd Avenue
$145,527
Design & Con uction of Allapattah Flood
Improveme'`s (AFI) NW 7th Ave to 14th
Ave, NW .' rd to 31st Street
$15,688,093
lmm=:late Flood Control: Install 79
Ba ' <flow Valves Citywide (BVCW)
$2,042,000
otal Resilient Florida Funding
$19,431,502
Resilient Florida Grant Program Awards Fiscal Year 2021-22
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
Alachua County
Alachua
Alachua County Public Alachua
Works
City of Gainesville Alachua
Brevard County Brevard
Brevard County Board Brevard
of County
Commissioners
Brevard County Natural Brevard
Resources Management
Department
Brevard County Natural Brevard
Resources Management
Department
Stormwater Program
Hills of Santa Fe Drainage
Improvements
Pine Hills Drainage Improvements
Wastewater Lift Station Force Main
Resiliency SSO Reduction
West Crisafuli Road Drainage
Improvements
Max Brewer Causeway Hurricane
Storm Damage Reduction Restoration
Restoring Seagrass and Oyster Habitat
for Improved Natural Resilience
West Cocoa Stormwater Flood
Protection and Infrastructure
Upgrades
$1,015,230.13
$1,345,630.64
$11,865,000.00
$1,176,000.00
$1,000,000.00
$500,000.00
$507,615.07
$672,815.32
$7,119,000.00
$588,000.00
$500,000.00
$250,000.00
$507,615.07
$672,815.32
$4,746,000.00
$588,000.00
$500,000.00
2
2
3
4
3
$250,000.00 3
$7,020,000.00 $3,510,000.00 $3,510,000.00 5
PROTECTING
TOGETHER
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
City of Titusville Brevard
Broward County Broward
Aviation Department
Broward County Board Broward
of Commissioners
Broward County Board Broward
of County
Commissioners
Broward County Parks Broward
and Recreation
City of Dania Beach
City of Dania Beach
City of Dania Beach
City of Hollywood
City of Hollywood
City of Hollywood
Broward
Broward
Broward
Broward
Broward
Broward
City of Lauderdale Lakes Broward
City of Lauderdale Lakes Broward
Bayview Sewage Lift Station #31
FLL Ravenwood System
Interconnection
Installation of Dewatering Pumps at
SRA1A to Maintain Access to
Hollywood North Beach Park.
C-4 Canal Conveyance Improvements
Hardening Seawalls of Intracoastal at
Hollywood North Beach
SW 37th Terrace Stormwater Project
Southeast Drainage Project
SW 54th Court Stormwater Project
Tidal Flooding Mitigation and
Shoreline Protection
A1A Pump Stations
Recapture the Swale Restoration Pilot
Program
Canal Rehabilitation
Citywide Drainage Improvements
$2,000,000.00
$11,406,888.00
$9,810,566.67
$932,400.00
$18,000,000.00
$750,000.00
$14,500,000.00
$700,000.00
$28,000,000.00
$3,650,000.00
$695,000.00
$3,000,000.00
$7,000,000.00
$0.00
$5,703,444.00
$9,516,249.00
$466,200.00
$0.00
$375,000.00
$11,020,000.00
$350,000.00
$13,888,000.00
$1,825,000.00
$368,350.00
$1,500,000.00
$3,500,000.00
$2,000,000.00
$5,703,444.00 3
3
$294,317.00 3
$466,200.00 2
$18,000,000.00 4
$375,000.00
$3,480,000.00
$350,000.00
$14,112,000.00
1
2
2
4
$1,825,000.00 3
$326,650.00 3
$1,500,000.00 2
$3,500,000.00 3
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
City of Miramar
City of Sunrise
City of Weston
Peace River Manasota
Regional Water Supply
Authority
Dixie County Board of Dixie
County Commissioners
City of Jacksonville
City of Jacksonville
City of Pensacola
City of Pensacola
Escambia Board of
County Commissioners
Escambia County
Broward
Broward
Broward
DeSoto
Duval
Duval
Escambia
Escambia
Escambia
Escambia
Escambia County Board Escambia
of County
Commissioners
Escambia County BOCC Escambia
Swale Regrading
Sunset Strip Drainage Improvement
Stormwater Enhancements
Peace River Regional Reservoir No. 3
(PR3) - Preliminary Engineering
Airport and Prison Flood Abatement
Stormwater Pump Station
Wills Branch Dredge
Main Street Flooding and Adaptation
9th Avenue Flooding Retrofit
Surrey-Wishsong Pond, Outfall, and
Rehabilitation
Ellyson Industrial Park Drainage
Improvements
Oakfield Acres - Belle Meade Drainage
Improvements
Frinchez Heights (Sabra, Erwin,
Whitmire, Ernistene Area)
$75,000.00
$3,000,000.00
$3,100,000.00
$7,250,000.00
$600,000.00
$40,000,000.00
$2,738,234.00
$3,982,000.00
$1,174,977.00
$375,000.00
$289,736.00
$1,500,000.00
$700,000.00
$0.00
$1,500,000.00
$1,550,000.00
$5,249,000.00
$102,000.00
$20,000,000.00
$1,369,117.00
$1,991,000.00
$587,488.50
$337,500.00
$144,868.00
$750,000.00
$350,000.00
$75,000.00
$1,500,000.00
$1,550,000.00
$2,001,000.00
1
4
2
1
$498,000.00 1
$20,000,000.00 3
$1,369,117.00 2
$1,991,000.00 2
$587,488.50 2
$37,500.00 1
$144,868.00 1
$750,000.00 1
$350,000.00 1
PROTECTING
TOGETHER
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
Gulf County
Hillsborough County
Board of County
Commissioners
Town of Montverde
Town of Greenville
City of Anna Maria
City of Bradenton
Manatee County
Martin County
Town of Sewall's Point
Bal Harbour Village
City of Aventura
City of Doral
Gulf
Hillsborough
Lake
Madison
Manatee
Manatee
Manatee
Martin
Martin
Miami Dade
Miami Dade
Roads and Stormwater
Shimberg Park Parcel Flood Mitigation
Conceptual Design
Infrastructure Flooding Mitigation
Program
Southside Flooding Mitigation Project
City Hall Hardening Project
Eastside Drainage Improvements From
8th Ave E to 13th Ave E
Improving Resilience in Manatee
County
SW Mockingbird Lane Flood Mitigation
South Sewall's Point Road Phase 3
Stormwater Pump Station Upgrades-
Design/Construction
Seawall Hardening
Miami Dade Stormwater Improvement Project Sub
Basin NW 33 Street W
$9,433,311.54
$250,000.00
$2,000,000.00
$660,000.00
$155,465.00
$2,290,000.00
$1,375,000.00
$1,620,000.00
$4,370,000.00
$3,000,000.00
$1,200,000.00
$301,644.00
$47,167.00
$125,000.00
$200,000.00
$0.00
$77,732.50
$1,145,000.00
$649,000.00
$810,000.00
$950,475.00
$999,900.00
$600,000.00
$150,822.00
$9,386,144.98
$125,000.00 2
3
$1,800,000.00 2
$660,000.00 1
$77,732.50 1
$1,145,000.00 3
$726,000.00 2
$810,000.00 2
$3,419,525.00 2
$2,000,100.00 3
$600,000.00 1
$150,822.00 1
PROTECTING
TOGETHER
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
City of Homestead
City of Miami
City of Miami
City of Miami
City of Miami
City of Miami
City of Miami
Miami Dade 6th Avenue Drainage Improvements
Miami Dade
Miami Dade
Miami Dade
Miami Dade
Miami Dade
Miami Dade
Design/Construction Brickell Bay Drive
(BBD) Seawall & Flood Improvements
along Biscayne Bay
Edgewater Flood Improvements (EFI) -
NE 4 Ave to Biscayne Bay, NE 22 to NE
24 St
Design, Permitting, Construction:
Shorecrest South Flood Improvements
(SSFI)
Design, Permitting, Construction - East
Flagami Flood Improvements Project
(EFFI)
Replace Seawalls -
Morningside/Shorecrest
(MS)/Biscayne Bay/Ademar
Canal/Davis Canal
Brickell and Coconut Grove Seawalls
Project (S-BCG)
City of Miami Beach Miami Dade North Beach Town Center
$2,500,000.00 $1,250,000.00 $1,250,000.00
$27,255,000.00 $10,084,350.00 $17,170,650.00
$17,111,976.00 $8,555,988.00 $8,555,988.00
$16,067,860.00 $8,033,930.00 $8,033,930.00
$28,876,990.00 $14,438,495.00 $14,438,495.00
$3,021,792.84 $1,510,896.42 $1,510,896.42
$1,658,529.00
$10,000,000.00
2
4
3
3
3
2
$829,264.50 $829,264.50 3
$0.00 $10,000,000.00 4
PROTECTING
TOGETHER
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
City of Miami Beach
City of Miami Beach
City of Sunny Isles
Beach
Miami Dade County
Miami Dade County,
RER-DERM
Miami Shores Village
Miami -Dade County
Miami -Dade County
Miami -Dade County
Miami Dade
Miami Dade
Miami Dade
Miami Dade
Miami Dade
Miami Dade
Dune Enhancements
Citywide Gravity Sewer Mains
Replacement
Central Island Area Pump Stations and
Drainage Improvements
Deployable Flood Barriers for Multiple
Miami -Dade County Flood -Prone Fire
Stations
Little River Basin Phase 2 -
Improvements to Raise Canal Banks
Elevations
Bayfront Park Seawall Elevation
Miami Dade Cutler Pit Land Acquisition Project
Miami Dade
Miami Dade
Water Reset - Increasing the Resiliency
of Drinking Water Infrastructure
Little River Basin Phase 1 -
Improvements to Raise Canal Banks
Elevations
2
$12,500,000.00 $4,875,000.00 $7,625,000.00 5
$4,000,000.00 $2,000,000.00 $2,000,000.00 2
$680,000.00 $340,000.00 $340,000.00 1
$10,400,000.00 $5,200,000.00 $5,200,000.00 4
$2,000,000.00 $1,000,000.00 $1,000,000.00 3
$600,000.00 $300,000.00 $300,000.00 2
$20,250,000.0o $5,062,500.00 $15,187,500.00 4
$14,000,000.00 $7,000,000.00 $7,000,000.00 3
$1,300,000.00
$299,000.00 $1,001,000.00
Project Sponsor
County. Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
Miami -Dade County
Miami -Dade County
Miami -Dade County
Miami -Dade County
Miami -Dade County
Department of Cultural
Affairs
Miami -Dade County
Parks, Recreation and
Open Spaces
Department
Miami -Dade County
Parks, Recreation and
Open Spaces
Department
Miami Dade
Miami Dade Miami -Dade County/Fairchild Tropical
Botanic Garden
North Dade Chiller Plant - Critical
Infrastructure Hardening
Miami Dade Schenley Park Septic to Sewer
Conversion
Miami Dade County Government Center (Stephen
P. Clark Center) Stormwater Drainage
Improvements
Miami Dade Flood Resiliency for North Side of
Vizcaya Museum and Gardens
Miami Dade Black Point Park and Marina Sea Level
Rise and Flood Mitigation Shoreline
Stabilization
Miami Dade Haulover Park Western Shoreline Sea
Level Rise and Flood Mitigation
$600,000.00
$300,000.00
$25,000,000.00 $12,500,000.00
$55,000,000.00 $27,500,000.00
$800,000.00
$521,230.00
$1,530,000.00
$1,340,280.00
$400,000.00
$260,615.00
$765,000.00
$670,140.00
$300,000.00
$12,500,000.00
$27,500,000.00
$400,000.00
$260,615.00
$765,000.00
2
3
4
2
4
3
$670,140.00 3
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
Miami -Dade County,
Department of
Transportation and
Public Works
North Bay Village
Town of Bay Harbor
Islands
Town of Bay Harbor
Islands
Town of Cutler Bay
Town of Golden Beach
Town of Surfside
Village of El Portal
City of Key Colony
Beach
Miami Dade Elevation of Roadway, Infrastructure,
and Drainage Resilience Improvements
Miami Dade North Bay Village Coastal Resiliency
Miami Dade Seawall Replacement
Miami Dade West Bay Harbor Terrace Stormwater
Improvements
Miami Dade Cutler Bay Canal Bank Restoration
Project
Miami Dade Pump Station at Tweddle Park
Miami Dade Surfside's Collins Avenue Water Main
Replacement Design Phase
Miami Dade El Jardin Storm Water Improvements
Monroe Public Safety Facility Hardening
$15,000,000.00 $7,500,000.00 $7,500,000.00
3
$15,000,000.00 $12,000,000.00 $3,000,000.00 3
$225,000.00 $0.00 $225,000.00 2
$310,000.00 $0.00 $310,000.00 2
$1,500,000.00 $750,000.00 $750,000.00 3
$1,000,000.00 $500,000.00 $500,000.00 2
$340,205.00 $122,474.00 $217,731.00 1
$1,748,986.00 $822,023.42 $926,962.58 3
$6,714,292.00 $4,431,432.72 $2,282,859.28 2
PROTECTING
TOGETHER
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
Islamorada, Village of
Islands
Monroe County
Village of Islamorada
City of Fernandina
Beach
City of Belle Isle
City of Lake Worth
Beach
City of Lake Worth
Beach
City of West Palm Beach
Palm Beach County
Palm Beach County
Palm Beach County
Water Utilities
Monroe
Monroe
Monroe
Nassau
Orange
Palm Beach
Palm Beach
Palm Beach
Palm Beach
Palm Beach
Palm Beach
Founders Park Breakwater Restoration
Harry Harris Park Resilient Redesign
Islamorada Transmission Main
Adaptation
Historic Fernandina Beach Area 6
Drainage Project
Sol Avenue Rebuild
South Palm Park Sea Level Rise
Mitigation
Eden Place Sea Level Rise Mitigation
Flagler Drive Area Underground
Utilities Hardening
Australian Avenue Drainage
Improvements
M-2 Bypass
Western Region Wastewater
Treatment Facility (WRWWTF)
Operations Building Replacement
$1,903,754.00
$200,000.00
$35,000,000.00
$725,000.00
$492,155.00
$600,000.00
$600,000.00
$1,500,000.00
$31,063,067.44
$389,324.00
$7,945,590.00
$0.00
$100,000.00
$17,500,000.00
$199,375.00
$295,293.00
$300,000.00
$300,000.00
$750,000.00
$17, 705,949.00
$194,662.00
$238,367.70
$1,903,754.00
2
$100,000.00 2
$17,500,000.00 3
$525,625.00 2
$196,862.00 1
$300,000.00 3
$300,000.00 3
$750,000.00 1
$13,357,119.00 3
$194,662.00 2
$7,707,222.30 3
PROTECTING
TOGETHER
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
Palm Beach County
Water Utilities
Town of Hypoluxo
Town of Juno Beach
Town of Lake Park
Village of Wellington
City of New Port Richey
City of Gulfport
City of Treasure Island
Pinellas County
Pinellas County Utilities
Pinellas County Utilities
Palm Beach
Palm Beach
Palm Beach
Palm Beach
Palm Beach
Pasco
Pinellas
Pinellas
Pinellas
Pinellas
Pinellas
Wastewater Lift Station LS 0637
Hardening Improvements
Septic to Sewer Conversion
Universe Boulevard
Storm Water Master Plan 5% Roadway
Bioswales Program
Environmental Preserve at Marjorie
Stoneman Douglas Habitat
South Gateway Inundation Park
Gulfport Marina Living Shoreline
Project - Phase I
Living Shoreline and Resiliency Project
Philippe Park Living Shoreline Oyster
Reef Wave Attenuation
Mobile Home Park Wastewater
Collection System Improvements
Utilities Reliability Improvements
$500,000.00
$1,437,500.00
$2,100,000.00
$553,758.54
$3,403,266.00
$1,600,000.00
$350,000.00
$2,300,000.00
$323,000.00
$25,000,000.00
$10,165,237.00
$250,000.00
$733,125.00
$1,050,000.00
$0.00
$1,701,633.00
$800,000.00
$175,000.00
$805,000.00
$193,800.00
$0.00
$6,729,387.00
$250,000.00
3
$704,375.00 2
$1,050,000.00 2
$553,758.54 2
$1,701,633.00 2
$800,000.00 3
$175,000.00 2
$1,495,000.00 2
$129,200.00 1
$25,000,000.00 5
$3,435,850.00 3
PROTECTING
TOGETHER
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match Expected RFGP
Amount Funding Total
Project
Duration
(years)
Polk County Parks &
Natural Resources
Santa Rosa County
City of St. Augustine
City of St. Augustine
City of St. Augustine
City of St. Augustine
City of St. Augustine
City of St. Augustine
City of St. Augustine
Wakulla County Board
of County
Commissioners
Polk
Santa Rosa
St. Johns
St. Johns
St. Johns
St. Johns
St. Johns
St. Johns
St. Johns
Wakulla
Restoring Historic Wetlands - Minimize
Flood Risk in the Peace Creek Canal
Basin
Floridatown Park Living Shoreline
Implementation
Tidal Backflow Prevention
Improvements
Lake Maria Sanchez Flood
Mitigation/Drainage Improvements
Flood Mitigation/Drainage
Improvements for Court Theophelia
Neighborhood
South Whitney - West King Street
Flood Mitigation
Groundwater Monitoring Network for
Sea Level Rise Impacts
Inlet Drive Shoreline Resiliency
South Davis Shores Flood
Mitigation/Drainage Improvements
Coastal Evacuation Route
Improvement
$15,000,000.00 $7,950,000.00
$800,057.00
$461,282.00
$29,830,178.00
$2,581,600.00
$1,822, 600.00
$217,100.00
$711,090.00
$2,797,000.00
$459,547.00
4
$0.00 $800,057.00 1
$230,641.00
$11,037,165.86
$0.00
$7,050,000.00
$230,641.00
$18,793,012.14
$2,581,600.00
4
3
4
$619,684.00 $1,202,916.00 2
$15,197.00 $201,903.00 3
$0.00
$0.00
$0.00
$711,090.00 4
$2,797,000.00 4
$459,547.00 2
Project Sponsor
County
Project Title
Approximate Total
Project Cost
(dollars)
Local Match
Amount
Expected RFGP Project
Funding Total Duration
(years)
Wakulla County Board Wakulla
of County
Commissioners
Wakulla County Board Wakulla
of County
Commissioners
Walton County Board of Walton
County Commissioners
Coastal Lift Stations Flood Mitigation
Coastal Lift Stations Retrofit and Flood
Mitigation
Construction of Regional Stormwater
Management System -
Choctawhatchee Bay
$915,469.00
$1,270,484.00
$0.00
$915,469.00
3
$0.00 $1,270,484.00 3
$31,000,000.00 $16,120,000.00 $14,880,000.00 2
Total
$730,677,282.80 $326,641,132 $404,036,151