HomeMy WebLinkAbout24245AGREEMENT INFORMATION
AGREEMENT NUMBER
24245
NAME/TYPE OF AGREEMENT
FLORIDA INLAND NAVIGATION DISTRICT
DESCRIPTION
PROJECT AGREEMENT AMENDMENT/FIRST PRESBYTERIAN
CHUCH BAYWALK, PHASE II/FILE ID: 7133/R-20-0075
EFFECTIVE DATE
ATTESTED BY
TODD B. HANNON
ATTESTED DATE
12/20/2022
DATE RECEIVED FROM ISSUING
DEPT.
1 /31 /2023
NOTE
DOCUSIGN AGREEMENT BY EMAIL
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
CITY OF MIAMI
DOCUMENT ROUTING FORM
* ixcoRv9 HMO *
1896 Q'
L 0
1O
File No: OCI 21128
ORIGINATING DEPARTMENT: Office of Capital Improvements
DEPT. CONTACT PERSON: EXT:
Charles McKinnon/Hector Badia 1289/1236
NAME OF OTHER CONTRACTUAL PARTY/ENTITY: Florida Inland Navigation District (FIND)
IS THIS AGREEMENT A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ® NO
TOTAL CONTRACT INVOLVED AMOUNT: $ 725,484 FUNDING INVOLVED $ ® YES ❑ NO
TYPE OF AGREEMENT:
❑ MANAGEMENT AGREEMENT
❑ PROFESSIONAL SERVICES AGREEMENT
® GRANT AGREEMENT
❑ EXPERT CONSULTANT AGREEMENT
❑ LICENSE AGREEMENT
OTHER: (PLEASE SPECIFY)
PURPOSE OF ITEM (BRIEF
SUMMARY)
❑ PUBLIC WORKS AGREEMENT
❑ MAINTENANCE AGREEMENT
❑ INTER -LOCAL AGREEMENT
❑ LEASE AGREEMENT
❑ PURCHASE OR SALE AGREEMENT
To execute grant agreement amendment for a one-year extension to FIND
contract number DA-MI-20-253 First Presbyterian Church Baywalk Phase II, OCI
project number B-183401
COMMISSION APPROVAL
DATE:
03/12/2020 FILE ID: 7133 ENACTMENT NO.: R-20-0075
IF THIS DOES NOT REQUIRE COMMISSION APPROVAL,
PLEASE EXPLAIN:
ROUTING INFORMATION
Date
PLEASE PRINT AND SIGN
APPROVAL BY DEPARTMENTAL DIRECTOR
December 16,
PRINT: Hector
2022 1 10: 2t`°t
SIGNATURE:
Badia, Interim Director
g ne
I d by:
w/
`�--�9
SUBMITTED TO RISK MANAGEMENT
December 16,
PRINT: ANN-MARIE
2022 I 10:
SIGNATURE
38AC4AAB6`3GBa42B_.
SHARPS
34T22cutSld by:
FratAk t at/7
SUBMITTED TO CITY ATTORNEYr
DS
December 19,
2022 1 17: 56:
PRINT: VIC TOTIGWINZ
56 EST
�DocuSigned
by:
r -" ��
APPROVAL BY DEPUTY CITY MANAGER
December 20,
PRINT: NZERIBE
Ph.D.
2022 1 07:2;
SIGNATURE:
I�'I M., P.E.,
,—DocuSigned by:
: 57� S ((' I
�Wia
s-45F9436AFE4044558•...
RECEIVED BY CITY MANAGER
December 20,
PRINT: ART NORIEGA,
M 4TU 02:34r(E49orieS..
V
c—DocuSigned by:
a�eD4'n
20,
T. Ilanrkrt
2 I 7.18
NA_EU RE:
EST
' DocuSigned by:
1)
ONE ORIGINAL TO CITY CLERK,
December
2)
ONE COPY TO CITY ATTORNEY'S OFFICE,
PRINT:
SIGNATURE:
PRINT:
E46D7560DCF1459...
3) REMAINING ORIGINAL(S) TO ORIGINATING
DEPARTMENT
Docu
Sign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
SIGNATURE:
PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE
EXECUTION BY THE CITY MANAGER
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
ARTHUR NORIEGA, V
City Manager
July 22, 2022
Janet Zimmerman, Assistant Executive Director
Florida Inland Navigation District (FIND)
1314 Marcinski Rd
Jupiter, Florida 33477
RE: First Presbyterian Church Baywalk Phase II, DA-MI-20-253
Project No. 40-B183401
Dear Ms. Zimmerman:
The City of Miami ("City") respectfully requests a one-year extension of time for the above
referenced agreement. The agreement is part of a project to create a continuous baywalk
throughout the City which includes demolition of portions of the existing seawall, reinforcement,
and new construction of portions of the seaward bulkhead, earthwork removal, earthwork
replacement, drainage construction, planter construction, trash receptacles, benches, and lighting.
The First Presbyterian Church threatened to terminate their covenant with the City that would
allow construction of this project on their property. The Church was in negotiations with a
developer for a sale of a portion of their property. The Church's equivocation caused them to delay
in consenting to the plans until May of 2022. The Church's indecision also led to delays and
increased cost due to recent supply chain disruptions. We now have consent. The extension is
necessary to complete the construction work which has just begun.
Should you have any questions, do not hesitate to contact me at (305) 416-1225 or via email at
hbadia@miamigov.com,
Sincerely,
Digitally signed by Badia, Hector
Date: 2022.07.28 16:40:53 -04'00'
Hector Badia, Interim Director
City of Miami Office of Capital Improvements
cc:
Lillian Blondet, Director, Office of Grants Administration
Jorge Mora, Assistant Director, OCI
Giraldo Marquez, Chief Construction Manager OCI
Lai -Wan McGinnis, Budget & Financial Reporting Administrator, OMB
Keith Ng, Project Manager, OCI
Diego Clavijo, Program Manager, OCI
Charles McKinnon External Coordinator, OCI
OFFICE OF CAPITAL IMPROVEMENTS
444 S.W. 2NDAvenue, 8th Floor / Miami, FL 33130 / Office: (305) 416-1213 / Fax: (305) 416-2153
Mailing Address: P.O. Box 330708, Miami, FL 33233-0708
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
PROJECT AGREEMENT AMENDMENT
In consideration of the continuing mutual promises and covenants contained in PROJECT
AGREEMENT #DA-MI-20-253, First Presbyterian Church Baywalk, Phase U. between the
FLORIDA INLAND NAVIGATION DISTRICT (F.I.N.D.) and City of Miami hereafter known
as the PROJECT SPONSOR. The parties hereby agree that Paragraph 2 of said certain PROJECT
AGREEMENT be deleted and the following be substituted therefore:
2. TERM - The PROJECT SPONSOR shall not commence work on the PROJECT prior to
the execution of this Agreement unless specifically authorized by the DISTRICT Board and shall
complete the PROJECT on or before September 30, 2023 and submit all required payment
reimbursement information by November 15, 2023. Pursuant to Chapter 374.976(2) F. S., the
PROJECT period cannot extend beyond three (3) years from October 1, 2020 and therefore this
PROJECT must be completed by September 30, 2023, unless the completion of the PROJECT has
been delayed by a declared State of Emergency and the F.I.N.D. Board authorizes an extension of
the completion date based upon this delay.
3. All other terms and conditions of the original PROJECT AGREEMENT shall remain in
effect and unmodified
4. COUNTERPARTS / ELECTRONIC SIGNATURES. This Amendment to the
PROJECT AGREEMENT may be executed in any number of counterparts, each of which so
executed shall be deemed to be an original, and such counterparts shall together constitute but
one and the same PROJECT AGREEMENT Amendment. The parties shall be entitled to sign
and transmit an electronic signature of this Amendment (whether by facsimile, PDF, or other
email transmission), which signature shall be binding on the party whose name is contained
therein. Any party providing an electronic signature agrees to promptly execute and deliver to the
other parties an original signed Amendment upon request.
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
In WITNESS WHEREOF, the parties have hereunto set
this rz• of
Attest:
Attest:
their hands and seals
20_,13.
cJ
F.I.N.D.
DIRECTOR
City of Miami
If1I1I11/1!/Iflf/1I//11111//1////1I1I1I1//11II See Attached Signature Page
/1/11////I1/1/f//I// //////rM%NN/1//I
CONTRACT ADMINISTRATOR
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
FIND FIRST PRESBYERIAN CHURCII BAYWALK. PHASE II PROJECT
AGREEMENT DA-MI-20-253 AMENDMENT
DocuSigned by:
ATTES
r—Do
becember 20,
BY:
8 DCFII
Tod��. non, City Clerk
(Affix City Seal)
Approved by City Attorney
as to legal form and correctness:
BYD"'`.c °-`a
V ietorta
riEraynr
DocuSivied by:
Signature Page
CITY OF MIAMI, a municipal
corporation of the State of Florida
--Docuswicarq;
2022 IB :2148I r
I L� SUL,t OL.i/ZUJ4LA...
Arthur Noriega V, City Manager
December 20, 2022 1 09:02:30 EST
Approved as to
Insurance Requirements:
Doc uSignad by:
,
ber 19, 2022 hY72 5 PAn, se.bwi�j December 16, 2022 1 10:34:22 EST
r u4ei. a. ssxas+az i.e7.
endez, City Attorney Ann -Marie Sharpe
Director, Risk Management
December 19, 2022 1 17:56:56 EST
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
FLORIDA INLAND NAVIGATION DISTRICT
PROJECT AGREEMENT
PROJECT NO. DA-MI-20-253
This PROJECT AGREEMENT ("AGREEMENT") made and entered into this 4th
day of March , 20 21 by and between the Florida Inland Navigation District
(hereinafter the "DISTRICT"), and the City of Miami, (hereinafter the "PROJECT SPONSOR").
In consideration of the mutual promises and covenants contained herein, the parties agree as
follows:
1. PROJECT - Subject to the provisions of this AGREEMENT and Rule 66B-2 of the
Florida Administrative Code (a current copy of which is attached as Exhibit "B"), the DISTRICT has
approved assistance funding to the PROJECT SPONSOR in furtherance of an approved project
("PROJECT") consisting of the First Presbyterian Church Baywalk, Phase II. Said PROJECT is more
specifically described in the PROJECT SPONSOR'S Waterways Assistance Application, which is on
file at the DISTRICT's headquarters.
Any modifications to the PROJECT'S scope of work shall require written advance notice and
justification from the PROJECT SPONSOR and the prior written approval of the DISTRICT.
2. TERM - The PROJECT SPONSOR shall not commence work on the PROJECT prior
to the execution of this AGREEMENT unless specifically authorized by the DISTRICT Board and
shall complete the PROJECT and submit all required payment reimbursement information on
or before September 30, 2022 ("PROJECT PERIOD"), unless the PROJECT PERIOD has been
extended with the prior written approval of the DISTRICT. Any request for an extension of the
PROJECT PERIOD shall require submittal by the PROJECT SPONSOR of a request for extension
to the DISTRICT no later than 60 days prior to the original expiration date of the PROJECT PERIOD.
This request will then be considered by the DISTRICT Board, whose decision shall be final. In no
event other than a declared state of emergency that affects the project completion shall the PROJECT
be extended beyond September 30, 2023. The PROJECT SPONSOR acknowledges this is the only
provision to carry over the DISTRICT assistance funding under this AGREEMENT beyond
September 30, 2022, and that any extension of funding beyond this date shall be at the sole discretion
of the DISTRICT.
1
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
3. ASSISTANCE AMOUNT - The DISTRICT shall contribute ("ASSISTANCE
AMOUNT") no more than Fifty percent (50%) ("MATCHING PERCENTAGE") of the PROJECT
SPONSOR'S eligible out-of-pocket costs for completion of this PROJECT ("PROJECT AMOUNT").
Payment of funds by the DISTRICT to the PROJECT SPONSOR (the "ASSISTANCE AMOUNT")
will be on a reimbursement basis only, and only for those authorized out of pocket costs as shown in
Exhibit A, Project Cost Estimate ("PROJECT COSTS") and meeting the requirements of Section 5
below and shall not, in any event, exceed $725,484.00.
Any modifications to the PROJECT's Cost Estimate (Exhibit A) shall require written advance
notice and justification from the PROJECT SPONSOR and the prior written approval of the
DISTRICT.
4. MATCHING FUNDS - The PROJECT SPONSOR warrants and represents that it has
the PROJECT SPONSOR Match Amount (the PROJECT AMOUNT less the ASSISTANCE
AMOUNT) available for the completion of the PROJECT and shall, prior to the execution of this
AGREEMENT, have provided the DISTRICT with suitable evidence of the availability of such funds
using the DISTRICT's Form #95-01 (Exhibit C, Matching Funds Certification) and, upon request,
providing the DISTRICT with access to applicable books and records, financial statements, and bank
statements.
5. PROJECT COSTS - To be eligible for reimbursement under this AGREEMENT,
PROJECT COSTS must be necessary and reasonable for the effective and efficient accomplishment
of the PROJECT and must be directly allocable thereto. PROJECT COSTS are generally described
in Exhibit B, Chapter 66B-2, F.A.C.. PROJECT COSTS must be incurred, and work performed
within the PROJECT PERIOD, with the exception of pre -AGREEMENT costs, if any, consistent
with Section 6 below, which are also eligible for reimbursement by the DISTRICT.
If the PROJECT SPONSOR receives additional funding for the PROJECT COSTS from
another source that was not identified in the original application and that changes the AGREEMENT
MATCHING PERCENTAGE, the PROJECT SPONSOR shall proportionately reimburse the
DISTRICT's program funds equal to the MATCHING PERCENTAGE in this AGREEMENT. The
PROJECT SPONSOR shall promptly notify the DISTRICT of any project payments it receives from
a source other than the DISTRICT.
6. PRE -AGREEMENT COSTS - The DISTRICT and the PROJECT SPONSOR fully
understand and agree that there shall be no reimbursement of funds by the DISTRICT for any
obligation or expenditure made prior to the execution of this AGREEMENT unless previously
2
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
delineated in Exhibit A, consistent with Exhibit B, and previously approved by the DISTRICT Board
during the grant review process.
7. REIMBURSEMENT PROCEDURES - PROJECT COSTS shall be reported to the
DISTRICT and summarized on the Payment Reimbursement Request Form (Form #90-14) attached
as Exhibit D. Supporting documentation including bills and canceled payment vouchers for
expenditures shall be provided to the DISTRICT by the PROJECT SPONSOR or LIAISON AGENT
with any payment request. All records in support of the PROJECT COSTS included in payment
requests shall be subject to review and approval by the DISTRICT or by an auditor selected by the
DISTRICT. Audit expenses shall be borne by the PROJECT SPONSOR.
Project funds may be released in installments, at the discretion of the DISTRICT, upon
submittal of a payment request by the PROJECT SPONSOR or LIAISON AGENT. The DISTRICT
shall retain ten percent (10%) of each installment payment until the completion of the PROJECT.
The following costs, if authorized in the attached Exhibit B, shall be reimbursed only upon
completion of the PROJECT to the reasonable satisfaction of the DISTRICT and in accordance with
Exhibit B: personnel, equipment, project management, administration, inspection, and design,
permitting, planning, engineering, and/or surveying costs. Assuming the PROJECT SPONSOR has
otherwise fully complied with the requirements of this AGREEMENT, reimbursement for a
PROJECT approved as Phase I project will be made only upon commencement of construction of the
PROJECT for which the Phase I planning, designing, engineering and/or permitting were directed,
which may or may not involve further DISTRICT funding. Procedures set forth below with respect
to reimbursement by the DISTRICT are subject to this requirement of commencement of
construction.
The DISTRICT shall have the right to withhold any payment hereunder, either in whole or
part, for non-compliance with the terms of this AGREEMENT.
8. FINAL REIMBURSEMENT - The PROJECT SPONSOR, upon completion of the
PROJECT, shall submit to the DISTRICT a request for final reimbursement of the ASSISTANCE
AMOUNT less any prior installment payments. The payment amounts previously retained by the
DISTRICT shall be paid upon (1) receipt of the Final Audit report of expenses incurred on the
PROJECT by the DISTRICT, (2) full completion of the PROJECT to the reasonable satisfaction of
the DISTRICT, (3) submission of Project Completion Certification Form No. 90-13 (Exhibit E), (4)
submission of a photograph of the PROJECT showing the sign required by Section 18, and (5) a Final
Project Report as described in Exhibit G, Assistance Project Schedule. As part of the documentation
3
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
accompanying the request for final reimbursement, PROJECT SPONSOR shall provide proof of
payment of all contractors, material suppliers, engineers, architects and surveyors with whom
PROJECT SPONSOR has directly contracted (each a "DIRECT PROVIDER") to provide services
or materials for the PROJECT. The final reimbursement amount shall be adjusted as necessary such
that neither the total ASSISTANCE AMOUNT nor the MATCHING PERCENTAGE is exceeded.
Unless otherwise determined by the DISTRICT, the final reimbursement check shall be presented by
a DISTRICT representative to the PROJECT SPONSOR during a public commission meeting or
public dedication ceremony for the PROJECT.
9. RECORDS RETENTION - The PROJECT SPONSOR shall retain all records
supporting the PROJECT COSTS for three (3) years after the end of the fiscal year in which the Final
Payment is released by the DISTRICT, except that such records shall be retained by the PROJECT
SPONSOR until final resolution of matters resulting from any litigation, claim, or special audit that
starts prior to the expiration of the three-year retention period.
10. DEFAULT AND REMEDIES — In the event of a breach of any of the terms of this
AGREEMENT by the PROJECT SPONSOR, the DISTRICT shall provide written notice to the
PROJECT SPONSOR, which shall have sixty (60) days in which to cure the breach. If the PROJECT
SPONSOR fails to cure the breach within the cure period, the DISTRICT shall have the right, but not
the obligation, to demand that the PROJECT SPONSOR immediately refund the ASSISTANCE
AMOUNT to the extent paid. PROJECT SPONSOR shall refund to the DISTRICT the full amount
of the ASSISTANCE AMOUNT paid to PROJECT SPONSOR, whereupon this AGREEMENT, and
all further rights thereunder, shall be terminated. If the DISTRICT does not demand reimbursement
as aforesaid, the DISTRICT may exercise any and all other remedies available at law or in equity.
With respect to the PROJECT SPONSOR's obligations under Sections 15, 17, and 20, PROJECT
SPONSOR acknowledges that breach by the PROJECT SPONSOR of one or more of its obligations
under said sections might cause the DISTRICT to suffer irreparable harm, namely harm for which
damages would be an inadequate remedy. PROJECT SPONSOR further acknowledges that the
DISTRICT might suffer irreparable harm due to delay if, as a condition to obtaining an injunction,
restraining order, or other equitable remedy with respect to such a breach, the DISTRICT were
required to demonstrate that it would suffer irreparable harm. The parties therefore intend that if the
PROJECT SPONSOR breaches one or more of its obligations under Sections 15, 17, or 20, the
DISTRICT, in addition to such other remedies which may be available, shall have the right to seek
specific performance and injunctive relief, and for purposes of determining whether to grant an
4
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
equitable remedy any court will assume that the breach would cause the DISTRICT irreparable harm.
The provisions of this section shall survive completion of the PROJECT.
11. DISTRICT PROJECT MANAGER - The Executive Director, or his designee, is
hereby designated as the DISTRICT's Project Manager for the purpose of this AGREEMENT and
shall be responsible for monitoring performance of its terms and conditions and for approving all
reimbursement requests prior to payment.
12. PROJECT SPONSOR'S LIAISON AGENT - The PROJECT SPONSOR shall
appoint a LIAISON AGENT, whose name and title shall be submitted to the DISTRICT upon
execution of this AGREEMENT, to act on behalf of the PROJECT SPONSOR relative to the
provisions of this AGREEMENT.
13. STATUS REPORTS - The PROJECT SPONSOR or LIAISON AGENT shall submit
to the DISTRICT project status reports during the PROJECT term. These Quarterly Reports are to be
on Form #95-02 (Exhibit F, Assistance Program Project Quarterly Status Report). Project design
drawings, engineering drawings, and a copy of the Project bid award construction item cost list will
be submitted as available. Photographs shall be submitted when appropriate to reflect the work
accomplished. NON-COMPLIANCE by the PROJECT SPONSOR with the reporting schedule in
Exhibit G, Assistance Project Schedule, may result in revocation of this AGREEMENT.
14. LAWS - The PROJECT SPONSOR agrees to obtain and to abide by all federal, state,
and local permits and proprietary authorizations, and all applicable laws and regulations in the
development of the PROJECT. The PROJECT SPONSOR agrees that all PROJECT facilities shall
be designed and constructed in compliance with applicable state and federal statutory requirements
for accessibility by handicapped persons, as well as all other federal, state and local laws, rules, and
requirements.
15. NON-DISCRIMINATION - The PROJECT SPONSOR agrees that when completed,
the PROJECT shall be readily accessible, on a non-exclusive basis, to the general public without
regard to age, sex, race, physical handicap, or other condition, and without regard to residency of the
user in another political subdivision.
16. PARKING FACILITIES -Adequate parking shall be made available by the
PROJECT SPONSOR to accommodate vehicles for the number of persons for which the PROJECT
is being developed.
17. SITE DEDICATION - The PROJECT SPONSOR also agrees that the PROJECT site
shall be dedicated for the public use for a minimum period of twenty-five (25) years from the
5
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
completion of the PROJECT, such dedication to be in the form of a deed, lease, management
AGREEMENT or other legally binding document. Any change in such dedication shall require the
prior approval of the DISTRICT. The PROJECT SPONSOR shall record evidence of such dedication
within the Public Records of the County in which the PROJECT is located.
18. ACKNOWLEDGMENT — For construction projects, the PROJECT SPONSOR shall
erect a permanent sign, approved by the DISTRICT, in a prominent location such as the PROJECT
entrance of the completed PROJECT, which shall indicate that the DISTRICT contributed funds for
the PROJECT. The wording of the sign required by this section shall be approved by the DISTRICT's
staff before construction and installation of said sign. This sign shall contain the DISTRICT logo
(Exhibit H) unless otherwise stipulated by the DISTRICT. In the event that the PROJECT SPONSOR
erects a temporary construction sign, it shall also indicate the DISTRICT's participation. For all other
types of projects, the PROJECT SPONSOR shall acknowledge the DISTRICT where feasible, in
concurrence with the DISTRICT staff' s recommendations.
19. PROJECT MAINTENANCE - When and as applicable, the PROJECT SPONSOR
agrees to operate, maintain, and manage the PROJECT for the life of the PROJECT improvements
and will pay all expenses required for such purposes. The PROJECT improvements shall be
maintained in accordance with the standards of maintenance for other local facilities owned and
operated by the PROJECT SPONSOR, and in accordance with applicable health standards. PROJECT
facilities and improvements shall be kept reasonably safe and in reasonable repair to prevent undue
deterioration and to encourage public use. The PROJECT SPONSOR warrants and represents that it
has full legal authority and financial ability to operate and maintain said PROJECT facilities and
improvements.
20. FEES — Any fees charged for this PROJECT shall be reasonable and the same for the
general public of all member counties. The PROJECT SPONSOR must demonstrate that a minimum
of fifty percent (50%) of the PROJECT fees will be utilized for project maintenance and
improvements throughout the anticipated 25-year life of a development project or the design life of
other project types, as applicable.
21. SOVEREIGN IMMUNITY - Each party hereto agrees that it shall be solely
responsible for the wrongful acts of its employees, contractors, and agents. However, nothing
contained herein shall constitute a waiver by either party of its sovereign immunity under Section
768.28, Florida Statutes. The PROJECT SPONSOR acknowledges that the DISTRICT, its
6
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
employees, commissioners, and agents are solely providing funding assistance for the PROJECT and
are not involved in the design, construction, operation or maintenance of the PROJECT.
22. INSPECTIONS - The DISTRICT reserves the right, upon reasonable request, to
inspect said PROJECT and any and all records related thereto at any time.
23. RIGHTS AND DUTIES - The rights and duties arising under this AGREEMENT
shall inure to the benefit of and be binding upon the parties hereto and their respective successors and
assigns, and shall, unless the context clearly requires otherwise, survive completion of the PROJECT.
The PROJECT SPONSOR may not assign this AGREEMENT nor any interest hereunder without the
express prior written consent of the DISTRICT.
24. WAIVERS - Waiver of a breach of any provisions of this AGREEMENT shall not be
deemed a waiver of any other breach of the same or different provision.
25. NOTICE - Any notice required to be given pursuant to the terms and provisions of
this AGREEMENT shall be in writing, postage paid, and shall be sent by certified mail, return receipt
requested, to the DISTRICT or PROJECT SPONSOR at the addresses below. The notice shall be
effective on the date indicated on the return receipt.
To the DISTRICT at:
Florida Inland Navigation District
1314 Marcinski Road
Jupiter, Florida 33477-9498
To the PROJECT SPONSOR at:
City of Miami
Attention: Director, Grants Administrtion, Office of Capital Improvements
444 SW 2nd Avenue, 5th Floor
Miami, FL 33130
26. NO JOINT VENTURE - The DISTRICT's role with respect to the PROJECT is that
of a funding assistance authority only and the DISTRICT is not, and shall not be considered to be, an
agent, partner, or joint venturer with the PROJECT SPONSOR.
27. GOVERNING LAW - The validity, interpretation, and performance of this
AGREEMENT shall be controlled and construed according to the laws of the State of Florida.
28. TRANSFERENCE - It is the intent of the DISTRICT to issue this funding assistance
to the PROJECT SPONSOR who has made application for this assistance. In the event the PROJECT
7
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
SPONSOR transfers ownership or management of the PROJECT to a party or parties not now a part
of this AGREEMENT, other than another governmental entity that agrees to assume, in writing,
PROJECT SPONSOR'S obligation hereunder, the DISTRICT retains the right to full reimbursement
from the PROJECT SPONSOR to the full extent of the funding assistance provided by the DISTRICT
including, but not limited to, any costs and reasonable attorney's fees (regardless of whether litigation
ensues) incurred by the DISTRICT in collecting said reimbursement.
29. ENTIRE UNDERSTANDING - This AGREEMENT, including any exhibits made a
part hereof, embodies the entire AGREEMENT and understanding of the parties and supersedes all
prior oral and written communications between them. The terms hereof may be modified only by a
written amendment signed by both parties hereto.
30. Counterparts and Electronic Signatures - This AGREEMENT may be executed in any
number of counterparts, each of which so executed shall be deemed to be an original, and such
counterparts shall together constitute but one and the same AGREEMENT. The parties shall be
entitled to sign and transmit an electronic signature of this AGREEMENT (whether by facsimile,
PDF or other email transmission), which signature shall be binding on the party whose name is
contained therein. Any party providing an electronic signature agrees to promptly execute and
deliver to the other parties an original signed AGREEMENT upon request.
IN WITNESS WHEREOF, the parties hereto have caused these presents to be executed the day,
month and year aforesaid.
WITNESSES:
WITNESSES:
FLORIDA INLAND I I GATI(?N DISTRICT
By:
Date:
By:
Executive Director
CityfM'
a iami
Title:
Date:
8
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
ATTEST:
Todd Hanno
(Affix City Seal)
Signature Page
CITY OF MIAMI, a municipal
corporation of e State of Florida
BY:
erk • - hur riega V, City Manager
Approved by City Attorney
as to legal form and correctness:
BY:
Min, Ba rn a y DDiatiet:a2ly02s1ig.0n2e.d16 b4Mi20B3a-r0by0'
BY:
Approved as to
Insurance Requirements:
Digitally signed by Terry
M. Quevedo
Date: 2021.02.16
10:12:36 -05'00'
Victoria Mendez, City Attorney Ann -Marie Sharpe
Director, Risk Management
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
EXHIBIT A
ATTACHMENT E-5
FLORIDA INLAND NAVIGATION DISTRICT
ASSISTANCE PROGRAM 2020
PROJECT COST ESTIMATE
(See Rule Section 66B-2.005 & 2.008 for eligibility and funding ratios)
Project Title:
First Presbyterian Church at 609 Brickell Ave— Phase 2 — Baywalk and Seawall
Applicant:
City of Miami
Project Elements
(Please list the MAJOR project elements and
provide general costs for each one. For
Phase I Projects, please list the major
elements and products expected)
Quantity or Total
Estimated Cost
(Number and/or Footage
etc.)
Applicant's Cost
(To the nearest $50)
FIND Cost
(To the nearest $50)
Demolition Stage at Seaward Face
$9,000.00
$4,500.00
$4,500
Bulkhead Reinforcement and Marine
Construction at Seaward Face
$458,201.00
$229 100.50
$229 100.50
Upland Improvements —Earthwork,
Drainage and Planter Construction
$571,919.00
$285 959.50
$285 959.50
*includes earthwork removal, earthwork
replacement and drainage components.
Upland Improvements —Finishes,
$237,251.00
$118,625.50
$118,625.50.
*includes receptacles, benches and
lighting.
$16,389.00
$16,389.00
JOC (Contractor services)
$32,778.00
$42,273.00
$42,273.00
Mobilization (10%)
$94,546.00
$23,636.50
$23,636.50
Bond and Insurance (5%)
$47,273.00
$204,748.00
$0.00
Ineligible Costs
$204,748.00
**TOTALS =
$1,655,716.00
$930,232.00
$725,484.00
Form No. 90-25 (New 10/14/92, Revised 04-24-06)
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
AGENDA ITEM SUMMARY FORM
File ID: #7133
Date: 01 /31 /2020
Commission Meeting Date: 03/12/2020
Requesting Department: Office of Grants
Administration
Sponsored By:
District Impacted: District 2
Type: Resolution
Subject: Reimbursement Grant - First Presbyterian Church
Purpose of Item:
A Resolution of the Miami City Commission, with attachments, authorizing the City
Manager to submit an application for reimbursement grant funding to the Florida Inland
Navigation District ("FIND") Waterways Assistance Program, in an amount not to
exceed $848,130.75, for the construction of a baywalk behind the First Presbyterian
Church located at 609 Brickell Ave — Phase 2 ("Project"); in the event of the award,
authorizing the allocation of the required matching funds for fifty percent (50%) of the
project eligible costs, in an amount not to exceed $848,130.75 plus $180,279.00 in City
non -reimbursable administrative costs, to be provided by the Office of Capital
Improvement (OCI) Project B-183401 for a total project cost of $1,876,540.50; further
authorizing the City Manager to execute any other necessary documents for the
submission of said grant application, the execution of grant or deed agreements and
amendments, modifications, renewals, and extensions, and the acceptance of grant
funds in the event of the award of the grant for fiscal year 2020-2021.
Background of Item:
The Office of Grants Administration is seeking City Commission authorization to apply
for $848,130.75 in grant funding from the Florida Inland Navigation District (FIND) for
the construction of a baywalk behind the First Presbyterian Church at 609 Brickell Ave —
Phase 2. The item includes language by Rule 66B-2, Florida Administrative Code, for
grant submittal to the Waterways Assistance Program as well as eligible project costs
and city non -reimbursable administrative costs.
Budget Impact Analysis
Item is Related to Revenue
Item is an Expenditure
Item is NOT funded by Bonds
Total Fiscal Impact:
$1,876,540.50 ($848,130.75 FIND Match & $1,028,409.75 City Cost)
OCI Project No: B-183401
Reviewed B
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
Office of Grants Administration
Office of Management and Budget
Office of Management and Budget
City Manager's Office
City Manager's Office
City Manager's Office
Legislative Division
Office of the City Attorney
Office of the City Attorney
Office of the City Attorney
City Commission
Office of the Mayor
Office of the City Clerk
Office of the City Clerk
Lillian P Blondet
Yvette Smith
Christopher M Rose
Sandra Bridgeman
Denise Lee
Arthur Noriega V
Valentin J Alvarez
Xavier Alban
Barnaby L. Min
Victoria Mendez
Maricarmen Lopez
Mayor's Office
City Clerk's Office
City Clerk's Office
Department Head Review Completed 01/31/2020 3:08 PM
Budget Analyst Review Completed 02/24/2020 12:31 PM
Budget Review Completed 02/26/2020 3:48 PM
Assistant City Manager Review Completed 02/27/2020 5:05 PM
City Manager Review Skipped 02/26/2020 2:37 PM
City Manager Review Completed 03/02/2020 11:58 AM
Legislative Division Review Completed 03/02/2020 12:46 PM
ACA Review Completed 03/02/2020 2:53 PM
Deputy City Attorney Review Completed 03/02/2020 3:05 PM
Approved Form and Correctness Completed 03/03/2020 3:15 PM
Meeting Completed 03/12/2020 9:00 AM
Signed by the Mayor Completed 03/23/2020 2:16 PM
Signed and Attested by the City Clerk Completed 03/23/2020 2:30 PM
Rendered Completed 03/23/2020 2:30 PM
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
City of Miami
Legislation
Resolution
Enactment Number: R-20-0075
City Hall
3500 Pan American Drive
Miami, FL 33133
www.miamigov.com
File Number: 7133 Final Action Date:3/12/2020
A RESOLUTION OF THE MIAMI CITY COMMISSION, WITH ATTACHMENT(S),
AUTHORIZING THE CITY MANAGER TO SUBMIT AN APPLICATION FOR
REIMBURSEMENT GRANT FUNDING TO THE FLORIDA INLAND NAVIGATION
DISTRICT ("FIND") WATERWAYS ASSISTANCE PROGRAM IN AN AMOUNT NOT
TO EXCEED EIGHT HUNDRED FORTY-EIGHT THOUSAND, ONE HUNDRED
THIRTY DOLLARS AND SEVENTY-FIVE CENTS ($848,130.75) FOR THE FIRST
PRESBYTERIAN CHURCH AT 609 BRICKELL AVE - PHASE 2 - BAYWALK
("PROJECT"); FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE ANY
AND ALL NECESSARY DOCUMENTS, ALL IN A FORM ACCEPTABLE TO THE CITY
ATTORNEY, FOR THE SUBMISSION OF SAID GRANT APPLICATION; FURTHER
AUTHORIZING THE CITY MANAGER TO ACCEPT GRANT FUNDS IN THE EVENT
OF AN AWARD OF THE GRANT FOR FISCAL YEAR 2020-2021 WITHOUT THE
NEED FOR FURTHER CITY COMMISSION APPROVAL AND TO EXECUTE, IN A
FORM ACCEPTABLE TO THE CITY ATTORNEY, GRANT OR DEED AGREEMENTS,
AMENDMENTS, MODIFICATIONS, RENEWALS, AND EXTENSIONS THERETO;
FURTHER AUTHORIZING THE CITY MANAGER TO ALLOCATE MATCHING FUNDS
AND OTHER PROJECT FUNDS IN A TOTAL AMOUNT NOT TO EXCEED ONE
MILLION, TWENTY-EIGHT THOUSAND, FOUR HUNDRED NINE DOLLARS AND
SEVENTY-FIVE CENTS ($1,028,409.75) TO BE BUDGETED AND APPROPRIATED
BY SEPARATE, FUTURE RESOLUTION AT THE TIME OF NEED FROM THE
OFFICE OF CAPITAL IMPROVEMENTS PROJECT NO. B-183401 OR OTHER
LEGALLY AVAILABLE FUNDING SOURCES.
WHEREAS, the City of Miami ("City") wishes to build a baywalk behind the First
Presbyterian Church at 609 Brickell Avenue, Miami, Florida; and
WHEREAS, the total cost of the First Presbyterian Church at 609 Brickell Ave — Phase 2
— Baywalk ("Project") is estimated not to exceed One Million, Eight Hundred Seventy -Six
Thousand, Five Hundred Forty Dollars and Fifty Cents ($1,876,540.50); and
WHEREAS, grant funding is potentially available from the Florida Inland Navigation
District ("FIND") for this Project pursuant to FIND Rule 66B-2, Florida Administration Code
("F.A.C."); and
WHEREAS, the City wishes to apply for reimbursement grant funding from FIND in an
amount not to exceed Eight Hundred Forty -Eight Thousand, One Hundred Thirty Dollars and
Seventy -Five Cents ($848,130.75) or fifty percent (50%) of the total eligible Project cost; and
WHEREAS, in the event of an award, the City wishes to allocate required matching
funds in an amount not to exceed Eight Hundred Forty -Eight Thousand, One Hundred Thirty
Dollars and Seventy -Five Cents ($848,130.75), or fifty percent (50%) of the total eligible Project
cost, plus an additional amount not to exceed One Hundred Eighty Thousand, Two Hundred
Seventy Nine Dollars ($180,279.00) towards non -reimbursable administrative costs as defined
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
in FIND Rule 66B-2.008, F.A.C. for a total amount not to exceed One Million, Twenty -Eight
Thousand, Four Hundred Nine Dollars and Seventy Five Cents ($1,028,409.75); and
WHEREAS, in the event of an award, the budgeting, allocating, and appropriating of
funds for both eligible and non -reimbursable administrative costs shall be by separate, future
Resolution from funds available under the Office of Capital Improvements ("OCI") Project No. B-
183401 or other legally available funding sources; and
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 authorized to submit an application for reimbursement
grant funding, in a form acceptable to the City Attorney, to FIND Waterways Assistance
Program for an amount not to exceed Eight Hundred Forty -Eight Thousand, One Hundred Thirty
Dollars and Seventy -Five Cents ($848,130.75) for the Project and to execute any and all
necessary documents, all in a form acceptable to the City Attorney, in connection with the
submission of said grant application.
Section 3. The City Manager is further authorized1 to accept grant funds in the event of
an award of the grant for Fiscal Year 2020 — 2021 without the need for further City Commission
approval and to execute, in form acceptable to the City Attorney, grant or deed agreements,
amendments, modifications, renewals, or extensions in order to implement this Resolution.
Section 4. The City Commission further certifies to FIND the following matters:
(A) The City accepts the terms and conditions set forth in FIND Rule 66B-2 F.A.C.,
which outlines the Waterways Assistance Program and which will be a part of the Project
Agreement for any assistance under this proposal;
(B) The City is in complete accord with the proposal and agrees to carry out the
Project in the manner described in the proposal and any plan and specifications
attached thereto unless prior approval for any change has been received from FIND;
(C) The City has the ability and intention to finance its share of the cost of the Project
and that the Project will be operated and maintained at the expense of the City for public
use;
(D) The City will not unlawfully discriminate against any person on the basis of race,
color, or national origin in the use of any property or facility acquired or developed
pursuant to this proposal, shall comply with the terms and intent of the Title VI of the
Civil Rights Act of 1964, P.L. 88-352 (1964), and design and construct all facilities to
comply fully with statutes relating to accessibility by handicapped persons as well as
other federal, state, and local laws, rules, and requirements;
(E) The City agrees to maintain adequate financial records for the proposed Project
to substantiate claims for reimbursements; and
1 The herein authorization is further subject to compliance with all requirements that may be imposed by
the City Attorney, including but not limited to those prescribed by applicable City Charter and Code
provisions.
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
(F) The City will make available to FIND, if requested, a post -audit of expenses
incurred on the Project prior to, or in conjunction with, the request for the final ten
percent (10%) of the funding agreed to by FIND.
Section 5. In the event of an award, the City Manager is authorized' to (A) accept,
allocate, and appropriate reimbursement grant funding in an amount not to exceed Eight
Hundred Forty -Eight Thousand, One Hundred Thirty Dollars and Seventy -Five Cents
($848,130.75) without the need for further City Commission approval and to (B) allocate
required matching funds and other Project funds in a total amount not to exceed One Million,
Twenty -Eight Thousand, Four Hundred Nine Dollars and Seventy -Five Cents ($1,028,409.75) to
be budgeted and appropriated by separate, future Resolution at the time of need from OCI
Project No. B-183401 or other legally available funding sources.
Section 6. This Resolution shall become effective immediately upon its adoption
and signature of the Mayor.2
APPROVED AS TO FORM AND CORRECTNESS:
nder City Attor
2 If the Mayor does not sign this Resolution, it shall become effective at the end of ten 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.
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
ATTACHMENT E-7
RESOLUTION FOR ASSISTANCE 2020
UNDER THE FLORIDA INLAND NAVIGATION DISTRICT
WATERWAYS ASSISTANCE PROGRAM
WHEREAS, THE City of Miami is interested in carrying out the
(Name of Agency)
following described project for the enjoyment of the citizenry of Miami
and the State of Florida:
Project Title — First Presbyterian Church at 609 Brickell Ave — Phase 2 — Baywalk
Total Estimated Cost $1,876.540.50 (including $180,279.00 in City administration non —
reimbursable cost).
Brief Description of Project: The City of Miami ("City") is seeking funding for the construction
of a baywalk behind the First Presbyterian Church at 609 Brickell Ave.
AND, Florida Inland Navigation District financial assistance is required for the program
mentioned above,
NOW THEREFORE, be it resolved by the City of Miami
(Name of Agency)
that the project described above be authorized,
AND, be it further resolved that said City of Miami
(Name of Agency)
make application to the Florida Inland Navigation District in the amount of eligible 50% of the
actual cost of the project in behalf of said City of Miami
(Name ofAgency)
AND, be it further resolved by the City of Miami
(Name of Agency)
that it certifies to the following:
1. That it will accept the terms and conditions set forth in FIND Rule 66B-2
F.A.C. and which will be a part of the Project Agreement for any assistance awarded under
the attached proposal.
2. That it is in complete accord with the attached proposal and that it will carry out
the Program in the manner described in the proposal and any plans and specifications attached
thereto unless prior approval for any change has been received from the District.
(1)
Form No. 90-21 (Effective date 12-17-90, Rev. 10-14-92)
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
3. That it has the ability and intention to finance its share of the cost of the project
and that the project will be operated and maintained at the expense of said
City of Miami for public use.
(Name ofAgency)
4. That it will not discriminate against any person on the basis of race, color or
national origin in the use of any property or facility acquired or developed pursuant to this
proposal, and shall comply with the terms and intent of the Title VI of the Civil Rights Act of
1964, P. L. 88-352 (1964) and design and construct all facilities to comply fully with statutes
relating to accessibility by persons with disabilities as well as other federal, state and local
laws, rules and requirements.
5. That it will maintain adequate financial records on the proposed project to
substantiate claims for reimbursement.
6. That it will make available to FIND if requested, a post -audit of expenses
incurred on the project prior to, or in conjunction with, request for the final 10% of the
funding agreed to by FIND.
This is to certify that the foregoing is a true and correct copy of a resolution duly and
legally adopted by the Miami City Commission at a legal meeting
held on this 12`h day of March 2020
Attest Signature
City Manager
Title Title
(2)
Form No. 90-21 (Effective date 12-17-90, Rev. 10-14-92)
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
B- 183401 First Presbyterian Church - FIND PHASE II
PROJECT ELEMENTS Project Cost Applicant Cost FIND COST
Phase II
Construction
$ 1,638,900.00
$ 819,450.00
$ 819,450.00
OD CM Admin:
$ 81,945.00
$ 81,945.00
$ -
OCI PM Admin:
$ 49,167.00
$ 49,167.00
$ -
OCI Admin:
$ 49,167.00
$ 49,167.00
$ -
JOC
$ 32,778.00
$ 16,389.00
$ 16,389.00
AIPP
$ 24,583.50
$ 12,291.75
$ 12,291.75
Total
$ 1,876,540.50
$ 1,028,409.75
$ 848,130.75
Ineligible Costs
$ 180,279.00
Scope of Work:
The scope of work includes 250 linear feet of new seawall, addition of rip rap, shoreline
stabilization, drainage, Miami 21 compliant baywalk inclusive of pedestrian lighting, seating
benches, receptacles and landscape, providing connectivity to the existing baywalks to the
north and the south adjacent properties.
Date: 01/20/20 Prepare By: Carlos Lozano - OCI PM
DocuSign Envelope ID: 807FE2B5-0D28-404C-96AB-3876F7AE9884
COMMISSIONERS
DON DONALDSON
CHAIR
ST. LUCIE COUNTY
J. CARL BLOW
VICE -CHAIR
ST. JOHNS COUNTY
JON NETTS
TREASURER
FLAGLER COUNTY
FRANK GERNERT
SECRETARY
BROWARD COUNTY
T. SPENCER CROWLEY, III
MIAMI-DADE COUNTY
DONALD J. CUOZZO
MARTIN COUNTY
CHARLES C. ISIMINGER
PALM BEACH COUNTY
SUSANNE McCABE
VOLUSIA COUNTY
MICHAEL O'STEEN
DUVAL COUNTY
JERRY H. SANSOM
BREVARD COUNTY
LYNN A. WILLIAMS
NASSAU COUNTY
VACANT
INDIAN RIVER COUNTY
MARK T. CROSLEY
EXECUTIVE DIRECTOR
JANET ZIMMERMAN
ASSISTANT EXECUTIVE
DIRECTOR
FLORIDA INLAND NAVIGATION DISTRICT
To: Local Governments
From: Janet Zimmerman, Assistant Executive Director
Subject: 2020 Waterways Assistance Program
Date: December 17, 2019
Attached is an application package for the District's 2020 Waterways Assistance
Program (WAP). The WAP application can also be downloaded from our website:
www.AICW.org Through WAP over the past 34 years, the District has provided
a total of over $245 million in funding assistance to local governments within our
District to perform waterways improvement projects.
Project types eligible for funding include public navigation, public waterway access
facilities, waterfront parks, environmental education and boating safety projects
directly related to the waterways. The District also provides grants for land acquisition
which include opportunities for waterway access. Generally, ineligible costs include
project maintenance, landscaping, in-house staff and reoccurring fees. Please see the
program rules for more details on project eligibility. The funding level of this year's
program will be determined in July based upon the availability of funding to the
District and the quality and number of applications received.
Applications are due in the District office by 4:30 PM, March 27, 2020. Your
application must be discussed with your local FIND Commissioner prior to March 6,
2020. The application must be initialed by the Commissioner prior to submission to
the District office on March 27, 2020. Please see the application package for the
complete program schedule and the name and address of your Commissioner.
An electronic copy (pdf) may be emailed to JZimmerman@aicw.org. or a completed
hardcopy of the application may be delivered to: FIND, 1314 Marcinski Rd., Jupiter,
FL 33477. Application must be received by the deadline, no exceptions. Only the
requested information should be submitted. It is VERY important that the application
forms remain in the same 8.5 x 11", paginated format, and the forms must be
presented in the order listed on the application checklist. Applications that do not
follow the program directions, rules, or the application format may be rejected.
Please review the application checklist and be sure you can provide all of the
required items. If you cannot provide ALL of the items on the application checklist,
please contact staff immediately for advice on the potential resolution of a required
item. Any application failing to include the required application items (with the
exception of environmental resource permits & exemptions) will be eliminated from
consideration on May 22, 2020. There is no waiver or exception available for this
deadline. Solving questions or problems prior to the preparation and submission of
your application will save us both time and effort and result in a more successful
application.
ADMINISTRATIVE OFFICE ON THE INTRACOASTAL WATERWAY IN PALM BEACH COUNTY
1314 MARCINSKI ROAD, JUPITER, FLORIDA 33477-9427 TELEPHONE 561-627-3386 FAX No. 561-624-6480
www.aicw.org
Olivera, Rosemary
From: Bastidas, Carolina
Sent: Tuesday, January 31, 2023 9:35 AM
To: Olivera, Rosemary; Hannon, Todd; Lee, Denise; LegalServices
Cc: McKinnon, Charles
Subject: RE: Executed FIND Grant Extension Agreement for First Presbyterian Church Baywalk
Phase II_6183401
Attachments: Executed FIND Grant Extension Agreement_ First Presbyterian Church Baywalk Phase
II_DA-MI-20-253.pdf
Good Morning,
Please see the attached per your request.
Thank you,
0
MIAMIOa
Carolina Bastidas
Administrator -Consultant
City of Miami
Office of Capital Improvements
444 SW 2nd Avenue, 8th Floor
Miami, Florida 33130
Office: (305) 416-1018
Email: cbastidas@miamigov.com
From: Olivera, Rosemary <ROlivera@miamigov.com>
Sent: Monday, January 30, 2023 3:50 PM
To: Bastidas, Carolina <CBastidas@miamigov.com>; Hannon, Todd <thannon@miamigov.com>; Lee, Denise
<DLee@miamigov.com>
Cc: McKinnon, Charles <CMcKinnon@miamigov.com>
Subject: RE: Executed FIND Grant Extension Agreement for First Presbyterian Church Baywalk Phase II_6183401
Good afternoon Carolina,
The original document attested was a total of 25 pages. This document is only 4 pages. The City Clerk's Office
will need the complete document for our records.
ROSEMARY OLIVERA
CITY CLERK'S OFFICE
MIAMI CITY HALL
3500 PAN AMERICAN DRIVE
MIAMI, FL 33133
305-250-5365
i
ROLIVERA@MIAMIGOV.COM
From: Bastidas, Carolina <CBastidas@miamigov.com>
Sent: Monday, January 30, 2023 3:39 PM
To: Hannon, Todd <thannon@miamigov.com>; Lee, Denise <DLee@miamigov.com>; Olivera, Rosemary
<ROlivera@miamigov.com>
Cc: McKinnon, Charles <CMcKinnon@miamigov.com>
Subject: Executed FIND Grant Extension Agreement for First Presbyterian Church Baywalk Phase II_B183401
Good Afternoon,
Please see the attached executed grant agreement per your request.
Thank you,
Carolina Bastidas
Administrator -Consultant
City of Miami
Office of Capital Improvements
444 SW 2nd Avenue, 8th Floor
Miami, Florida 33130
Office: (305) 416-1018
Email: cbastidas@miamigov.com