HomeMy WebLinkAbout2024-016Contract #38600
COST -SHARE AGREEMENT A TRUE COPY
BETWEEN THE CERTIFICATION ON LAST PAGE
ST. JOHNS RIVER WATER MANAGEMENT DISTRI&YAN L. BUTLER, CLERK
AND INDIAN RIVER COUNTY
THIS AGREEMENT ("Agreement") is entered into by and between the GOVERNING BOARD of
the ST. JOHNS RIVER WATER MANAGEMENT DISTRICT (the "District"), whose address is 4049 Reid
Street, Palatka, Florida 32177, and INDIAN RIVER COUNTY ("Recipient"), whose address is 1801 27th
Street, Vero Beach, Florida 32860. All references to the parties hereto include the parties, their officers,
employees, agents, successors, and assigns.
RECITALS
The waters of the state of Florida are among its basic resources, and it has been declared to
be the policy of the Legislature to promote the conservation, development, and proper
utilization of surface and ground water. Pursuant to chapter 373, Fla. Stat., the District is
responsible for the management of the water resources within its geographical area.
The District has determined that providing cost -share funding to Recipient for the purposes
provided for herein will benefit the water resources and one or more of the District's
missions and initiatives.
At its April 11, 2023, meeting, the Governing Board selected Recipient's proposal for cost -
share funding. The parties have agreed to jointly fund the following project in accordance
with the Statement of Work, Attachment A (hereafter the "Project"):
Indian River County South Oslo Riverfront Conservation Area Floodplain Restoration
In consideration of the above recitals, and the funding assistance described below,
Recipient agrees to perform and complete the activities provided for in the Statement of Work,
Attachment A. Recipient shall complete the Project in conformity with the contract documents and
all attachments and other items incorporated by reference herein. This Agreement consists of all of
the following documents: (1) Agreement, (2) Attachment A — Statement of Work; and (3) all other
attachments, if any. The parties hereby agree to the following terms and conditions.
-1-
A TRUE COPY
CERTIFICATION ON LAST PAGE Contract #38600
RYAN L. BUTLER, CLERK
1. TERM; WITHDRAWAL OF OFFER
The term of this Agreement is from the date upon which the last party has dated and executed the
Agreement or April 11, 2023, whichever is later ("Effective Date") until March 31, 2025 ("Completion
Date"). Recipient shall not commence the Project until any required submittals are received and
approved. Time is of the essence for every aspect of this Agreement, including any time extensions. Any
request for an extension of time beyond the Completion Date must be made before December 31, 2024.
Notwithstanding specific mention that certain provisions survive termination or expiration of this
Agreement, all provisions of this Agreement that by their nature extend beyond the Completion Date
survive termination or expiration hereof (e.g., delivery of a final report, will remain in full force and
effect after the Completion Date as necessary to effect performance).
(a) This Agreement constitutes an offer until authorized, signed and returned to the District by
Recipient. This offer terminates 90 days after receipt by Recipient; provided, however, that Recipient
may submit a written request for extension of this time limit to the District's Project Manager, stating
the reason(s) therefor. Request for extension of time after the 90 days will be denied. The Project
Manager shall notify Recipient in writing if an extension is granted or denied. If granted, this
Agreement shall be deemed modified accordingly without any further action by the parties.
(b) If the project, which is eligible for District reimbursement, does not begin before June 30, 2024, the
cost -share agreement will be subject to termination and the funds subject to reallocation.
DELIVERABLES. Recipient shall fully implement the Project, as described in the Statement of Work,
Attachment A. Recipient is responsible for the professional quality, technical accuracy, and timely
completion of the Project. Both workmanship and materials shall be of good quality. Unless otherwise
specifically provided for herein, Recipient shall provide and pay for all materials, labor, and other
facilities and equipment necessary to complete the Project. The District's Project Manager shall make a
final acceptance inspection of the Project when completed and finished in all respects. Upon satisfactory
completion of the Project, the District will provide Recipient a written statement indicating that the
Project has been completed in accordance with this Agreement. Acceptance of the final payment by
Recipient shall constitute a release in full of all claims against the District arising from or by reason of
this Agreement.
3. OWNERSHIP OF DELIVERABLES. Unless otherwise provided herein, the District does not assert an
ownership interest in any of the deliverables under this Agreement.
4. AMOUNT AND SOURCE OF COST -SHARE FUNDING
(a) Cost -share Funding Amount. For satisfactory completion of the Project, the District shall
reimburse Recipient in an amount not to exceed approximately 75% of total Project Cost ($200,000)
or $150,000, whichever is less.
(b) The Cost -share Funding Amount is not subject to modification based upon price escalation in
implementing the Project during the term of this Agreement. Recipient shall be responsible for
payment of all costs necessary to ensure completion of the Project. Recipient shall notify the
District's Project Manager in writing upon receipt of any additional external funding for the Project
not disclosed prior to execution of this Agreement.
(c) "Construction Cost" is defined to include actual costs of constructing Project facilities, including
construction management. Land acquisition, engineering design, permitting, and solicitation costs
are excluded. Construction cost does not include any costs incurred prior to the Effective Date,
unless expressly authorized by the Statement of Work. Costs that are excluded will not be credited
toward Recipient's cost -share.
(d) "Project Cost" is defined to include Construction Cost as well as actual costs of design and
permitting. Project cost does not include any costs incurred prior to the Effective Date, unless
-2-
A TRUE COPY
CERTIFICATION ON LAST PAGE Contract #38600
RYAN L. BUTLER, CLERK
expressly authorized by the Statement of Work. Costs that are excluded will not be credited toward
Recipient's cost -share.
(e) Work performed or expenses incurred after the Completion Date are not eligible for Cost -share
reimbursement.
(f) The anticipated source of the project Cost -share Funding Amount is:
25% $50,000 District sources
50% $100,000 State sources
0% $0.00 Federal sources
5. PAYMENT OF INVOICES
(a) Recipient shall submit itemized invoices as per the Statement of Work, Attachment A, for
reimbursable expenses by one of the following two methods: (1) by email to acctpayasjrwmd.com
(preferred) or (2) by mail to the St. Johns River Water Management District, Finance Director, 4049
Reid Street, Palatka, Florida 32177-2571. The invoices shall be submitted in detail sufficient for
proper pre -audit and post -audit review. Invoices shall include a copy of contractor and supplier
invoices to Recipient and proof of payment. Recipient shall be reimbursed for the amount of Cost -
share funding specified in paragraph 4 (a). The District shall not withhold any retainage from this
reimbursement. District reimbursement is subject to annual budgetary limitation, if applicable, as
provided in subsection (g). If necessary for audit purposes, Recipient shall provide additional
supporting information as required to document invoices.
(b) End of District Fiscal Year Reporting. The District's fiscal year ends on September 30.
Irrespective of the invoicing frequency, the District is required to account for all encumbered funds
at that time. When authorized under the Agreement, submittal of an invoice for Work completed as
of September 30 satisfies this requirement. The invoice shall be submitted no later than October 30.
If the Agreement does not authorize submittal of an invoice for Work completed as of September 30,
Recipient shall submit, prior to October 30, a description of the additional work on the Project
completed between the last invoice and September 30, and an estimate of the additional amount due
as of September 30 for such Work. If there have been no prior invoices, Recipient shall submit a
description of the work completed on the Project through September 30 and a statement estimating
the dollar value of that work as of September 30.
(c) Final Invoice. The final invoice must be submitted no later than 45 days after the Completion Date;
provided, however, that when the Completion Date corresponds with the end of the District's fiscal
year (September 30), the final invoice must be submitted no later than 30 days after the Completion
Date. Final invoices that are submitted after the requisite date shall be subject to a penalty of
ten percent of the invoice. This penalty may be waived by the District, in its sole judgment and
discretion, upon a showing of special circumstances that prevent the timely submittal of the
final invoice. Recipient must request approval for delayed submittal of the final invoice not
later than ten days prior to the due date and state the basis for the delay.
(d) All invoices shall include the following information: (1) District contract number; (2) Recipient's
name, address, and authorization to directly deposit payment into Recipient's account (if Recipient
has not yet provided the District with a completed Direct Deposit Authorization form);
(3) Recipient's invoice number and date of invoice; (4) District Project Manager; (5) Recipient's
Project Manager; (6) supporting documentation as to cost and/or Project completion (as per the cost
-3-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
schedule and other requirements of the Statement of Work), in addition, see Attachment D, "FDEP
Revenue Agreement,'; (7) Progress Report (if required). Invoices that do not correspond with this
paragraph shall be returned without action within 20 business days of receipt, stating the basis for
rejection. Payments shall be made within 45 days of receipt of an approved invoice.
(e) Travel expenses. If the cost schedule for this Agreement includes a line item for travel expenses,
travel expenses shall be drawn from the project budget and are not otherwise compensable. If travel
expenses are not included in the cost schedule, they are a cost of providing the service that is borne
by Recipient and are only compensable when specifically approved by the District as an authorized
District traveler. In such instance, travel expenses must be submitted on District or State of Florida
travel forms and shall be paid pursuant to District Administrative Directive 391.
(f) Payments withheld. The District may withhold or, on account of subsequently discovered evidence,
nullify, in whole or in part, any payment to such an extent as may be necessary to protect the District
from loss as a result of (1) defective work not remedied; (2) failure to maintain adequate progress in
the Project; (3) any other material breach of this Agreement. Amounts withheld shall not be
considered due and shall not be paid until the ground(s) for withholding payment have been
remedied.
(g) Annual budgetary limitation. For multi -fiscal year agreements, the District must budget the
amount of funds that will be expended during each fiscal year as accurately as possible. The
Statement of Work, Attachment A, includes the parties' current schedule for completion of the Work
and projection of expenditures on a fiscal year basis (October 1— September 30) ("Annual Spending
Plan"). If Recipient anticipates that expenditures will exceed the budgeted amount during any fiscal
year, Recipient shall promptly notify the District's Project Manager and provide a proposed revised
work schedule and Annual Spending Plan that provides for completion of the Work without
increasing the Total Compensation. The last date for the District to receive this request is August 1
of the then -current fiscal year. The District may in its sole discretion prepare a District Supplemental
Instruction Form incorporating the revised work schedule and Annual Spending Plan during the
then -current fiscal year or subsequent fiscal year(s).
LIABILITY AND INSURANCE. Each party is responsible for all personal injury and property damage
attributable to the negligent acts or omissions of that party, its officers, employees, and agents. Recipient
accepts all risks arising from construction or operation of the Project. Nothing contained herein shall be
construed or interpreted as denying to any party any remedy or defense available under the laws of the
state of Florida, nor as a waiver of sovereign immunity of the state of Florida beyond the waiver
provided for in §768.28, Fla. Stat., as amended. Each party shall acquire and maintain throughout the
term of this Agreement such liability, workers' compensation, and automobile insurance as required by
their current rules and regulations. If Florida Department of Environmental Protection ("FDEP") funds
will be used to fund all of a portion of the Agreement, additional FDEP insurance requirements
applicable to the Recipient are included in the insurance attachment, Attachment F, to the Agreement.
7. FUNDING CONTINGENCY. This Agreement is at all times contingent upon funding availability,
which may include a single source or multiple sources, including, but not limited to: (1) ad valorem tax
revenues appropriated by the District's Governing Board; (2) annual appropriations by the Florida
Legislature, or (3) appropriations from other agencies or funding sources. Agreements that extend for a
period of more than one Fiscal Year are subject to annual appropriation of funds in the sole discretion
and judgment of the District's Governing Board for each succeeding Fiscal Year. Should the Project not
be funded, in whole or in part, in the current Fiscal Year or succeeding Fiscal Years, the District shall so
notify Recipient and this Agreement shall be deemed terminated for convenience five days after receipt
of such notice, or within such additional time as the District may allow. For the purpose of this
Agreement, "Fiscal Year" is defined as the period beginning on October 1 and ending on September 30.
-4-
A TRUE COPY
CERTIFICATION ON LAST PAGE Contract #38600
RYAN L. BUTLER, CLERK
8. PROJECT MANAGEMENT
(a) The Project Managers listed below shall be responsible for overall coordination and management of
the Project. Either party may change its Project Manager upon three business days' prior written
notice to the other party. Written notice of change of address shall be provided within five business
days. All notices shall be in writing to the Project Managers at the addresses below and shall be sent
by one of the following methods: (1) hand delivery; (2) U.S. certified mail; (3) national overnight
courier; or (4) email. Notices via certified mail are deemed delivered upon receipt. Notices via
overnight courier are deemed delivered one business day after having been deposited with the
courier. Notices via e-mail are deemed delivered on the date transmitted and received.
DISTRICT
Ron Brockmeyer, Project Manager
St. Johns River Water Management District
4049 Reid Street
Palatka, Florida 32177
Phone: 386-329-4495
Email: rbrockmeyer@sjrwmd.com
RECIPIENT
Wendy Swindell, Project Manager
Indian River County
1801 27th Street
Vero Beach, Florida 32860
Phone: 772-226-1781
Email: wswindell@indianriver.gov
(b) The District's Project Manager shall have sole responsibility for transmitting instructions, receiving
information, and communicating District policies and decisions regarding all matters pertinent to
performance of the Project. The District's Project Manager may issue a District Supplemental
Instruction (DSI) form, Attachment C, to authorize minor adjustments to the Project that are
consistent with the purpose of the Project. Both parties must sign the DSI. A DSI may not be used to
change the District cost -share or percentage, quantity, quality, or the Completion Date of the Project,
or to change or modify the Agreement.
9. PROGRESS REPORTS AND PERFORMANCE MONITORING.
(a) Progress Reports. Recipient shall provide to the District quarterly Project update/status reports as
provided in the Statement of Work. Reports will provide detail on progress of the Project and outline
any potential issues affecting completion or the overall schedule. Recipient shall use the District's
Project Progress Report form, Attachment B. Recipient shall submit the Project Progress Reports to
the District's Project Manager and District's Budget Director within 15 days after the closing date of
each calendar quarter (March 31, June 30, September 30, and December 31).
(b) Performance Monitoring. For as long as the Project is operational, the District shall have the right
to inspect the operation of the Project during normal business hours upon reasonable prior notice.
Recipient shall make available to the District any data that is requested pertaining to performance of
the Project.
10. WAIVER. The delay or failure by the District to exercise or enforce any of its rights under this Contract
shall not constitute or be deemed a waiver of the District'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.
11. FAILURE TO COMPLETE PROJECT
(a) Should Recipient fail to complete the Project, Recipient shall refund to the District all of the funds
provided to Recipient pursuant to this Agreement. However, the District, in its sole judgment and
discretion, may determine that Recipient has failed to complete the Project due to circumstances that
are beyond Recipient's control, or due to a good faith determination that the Project is no longer
environmentally or economically feasible. In such event, the District may excuse Recipient from the
obligation to return funds provided hereunder. If the Project has not been completed within 30 days
after the Completion Date, Recipient shall provide the District with notice regarding its intention as
-5-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
to completion of the Project. The parties shall discuss the status of the Project and may mutually
agree to revise the time for Project completion or the scope of the Project. Failure to complete the
Project within 90 days after the Completion Date shall be deemed to constitute failure to complete
the Project for the purposes of this provision.
(b) In the event the Project constitutes a portion of the total functional project, this paragraph shall apply
in the event the total functional project is not completed. In such event, the 90 -day timeframe
provided herein shall commence upon the date scheduled for completion of the total functional
project at the time of execution of this Agreement, unless extended by mutual agreement of the
parties. Paragraphs (a) above and this paragraph shall survive the termination or expiration of this
Agreement.
12. TERMINATION. If Recipient materially fails to fulfill its obligations under this Agreement, including
any specific milestones established herein, the District may provide Recipient written notice of the
deficiency by forwarding a Notice to Cure, citing the specific nature of the breach. Recipient shall have
30 days following receipt of the notice to cure the breach. If Recipient fails to cure the breach within the
30 -day period, the District shall issue a Termination for Default Notice terminating this Agreement
without further notice. In such event, Recipient shall refund to the District all funds provided to
Recipient pursuant to this Agreement within 30 days of such termination. The District may also
terminate this Agreement upon ten days' written notice in the event of any material misrepresentations in
the Project Proposal.
Delay or failure by the District to enforce any right, remedy or deadline hereunder shall not impair, or be
deemed a waiver of, any such right, remedy or deadline, or impair the District's rights or remedies for
any subsequent breach or continued breach of this Agreement.
ADDITIONAL PROVISIONS
13. ASSIGNMENT. Recipient shall not assign this Agreement, or any monies due hereunder, without the
District's prior written consent. Recipient is solely responsible for fulfilling all work elements in any
contracts awarded by Recipient and payment of all monies due. No provision of this Agreement shall
create a contractual relationship between the District and any of Recipient's contractors or
subcontractors.
14. AUDIT; ACCESS TO RECORDS; REPAYMENT OF FUNDS
(a) Maintenance of Records. Recipient shall maintain its books and records such that receipt and
expenditure of the funds provided hereunder are shown separately from other expenditures in a
format that can be easily reviewed. Recipient shall keep the records of receipts and expenditures,
copies of all reports submitted to the District, and copies of all invoices and supporting
documentation for at least five years after expiration of this Agreement. In accordance with generally
accepted governmental auditing standards, the District shall have access to and the right to examine
any directly pertinent books and other records involving transactions related to this Agreement. In
the event of an audit, Recipient shall maintain all required records until the audit is completed and all
questions are resolved. Recipient will provide proper facilities for access to and inspection of all
required records.
(b) Repayment of Funds. District funding shall be subject to repayment after expiration of this
Agreement if, upon audit examination, the District finds any of the following: (1) Recipient has spent
funds for purposes other than as provided for herein, including but not limited to construction
materials not used in the Project; (2) Recipient has failed to perform a continuing obligation of this
Agreement; (3) Recipient has received duplicate funds from the District for the same purpose;
(4) Recipient has been advanced or paid unobligated funds; (5) Recipient has been paid funds in
-6-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
excess of the amount Recipient is entitled to receive under the Agreement; and/or (6) Recipient has
received more than 100% contributions through cumulative public agency cost -share funding.
15. CIVIL RIGHTS. Pursuant to chapter 760, Fla. Stat., Recipient shall not discriminate against any
employee or applicant for employment because of race, color, religion, sex, or national origin, age,
handicap, or marital status.
16. COOPERATION WITH THE INSPECTOR GENERAL, PURSUANT TO §20.055(5) FLA. STAT.
Recipient and any subcontractors understand and will comply with their duty, pursuant to §20.055(5),
Fla. Stat., to cooperate with the inspector general in any investigation, audit, inspection, review, or
hearing.
17. DISPUTE RESOLUTION. Recipient is under a duty to seek clarification and resolution of any issue,
discrepancy, or dispute involving performance of this Agreement by submitting a written statement to
the District's Project Manager no later than ten business days after the precipitating event. If not resolved
by the Project Manager, the Project Manager shall forward the request to the District's Office of General
Counsel, which shall issue a written decision within ten business days of receipt. This determination
shall constitute final action of the District and shall then be subject to judicial review upon completion of
the Project.
18. DIVERSITY OPPORTUNITIES. The District is committed to the opportunity for diversity in the
performance of all cost-sharing agreements and encourages Recipient to make a good faith effort to
ensure that women and minority-owned business enterprises (W/MBE) are given the opportunity for
maximum participation as contractors. The District will assist Recipient by sharing information on
W/MBEs.
19. FLORIDA SINGLE AUDIT ACT
(a) Applicability. The Florida Single Audit Act (FSAA), §215.97, Fla. Stat., applies to all sub -recipients
of state financial assistance, as defined in §215.97(1)(q), Fla. Stat., awarded by the District through a
project or program that is funded, in whole or in part, through state financial assistance to the
District. In the event Recipient expends a total amount of state financial assistance equal to or in
excess of $750,000 in any fiscal year of such Recipient, Recipient must have a state single or project -
specific audit for such fiscal year in accordance with §215.97, Fla. Stat.; applicable rules of the
Department of Financial Services; and chapters 10.550 (local governmental entities) or 10.650
(nonprofit and for-profit organizations), Rules of the Auditor General. In determining the state
financial assistance expended in its fiscal year, Recipient shall consider all sources of state financial
assistance, including state financial assistance received from the District, other state agencies, and
other non -state entities. State financial assistance does not include Federal direct or pass-through
awards and resources received by a non -state entity for Federal program matching requirements.
Recipient is solely responsible for complying with the FSAA.
If Recipient expends less than $750,000 in state financial assistance in its fiscal year, an audit
conducted in accordance with the provisions of §215.97, Fla. Stat., is not required. In such event,
should Recipient elect to have an audit conducted in accordance with §215.97, Fla. Stat., the cost of
the audit must be paid from the non -state entity's resources (i.e., Recipient's resources obtained from
other than State entities).
(b) Program Information. This Agreement involves the disbursement of state funding by the Florida
Department of Environmental Protection (FDEP). Funding is provided under the State of Florida,
Resilient Florida Programs, in the amount of $100,000. The Florida Catalog of State Financial
Assistance (CSFA) number for this program is CSFA No. 37.098. The District is providing funding
in the amount of $50,000.
-7-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
(c) Additional Information. For information regarding the state program under the above CSFA
number, Recipient should access the Florida Single Audit Act website located at
https://apps.fldfs.com/fsaa/catalog.aspx for assistance. The following websites may be accessed for
additional information: Legislature's Website at http://www.leg.state.fl.us/, State of Florida's website
at http://myflorida.com, District of Financial Services' website at http://www.fldfs.com/ and the
Auditor General's Website at http://www.myflorida.com/audgen/.
(d) Allowable Costs. Recipient may only charge allowable costs to this Agreement, as otherwise
provided herein. Any balance of unobligated cash that have been advanced or paid that is not
authorized to be retained for direct program costs in a subsequent period must be returned to the
District.
(e) Audit Requirements. Recipient shall ensure that the audit complies with the requirements of
§215.97(7), Fla. Stat. This includes submission of a financial reporting package as defined by
§215.97(2), Fla. Stat., and chapters 10.550 (local governmental entities) or 10.650 (nonprofit and
for-profit organizations), Rules of the Auditor General. Recipient shall comply with the program
requirements described in the Florida Catalog of State Financial Assistance (CSFA)
[https://apps.fldfs.com/fsaa/catalog.aspx]. The services/purposes for which the funds are to be used
are included in the Statement of Work.
(f) Financial Reporting. Recipient shall provide the District with a copy of any reports, management
letters, or other information required to be submitted in accordance with chapters 10.550 (local
governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor
General, as applicable, no more than 20 days after its preparation. Recipient shall indicate the date
the reporting package was delivered to Recipient in correspondence accompanying the reporting
package. This information shall be directed to: St. Johns River Water Management District, Finance
Director, Office of Financial Services, 4049 Reid Street, Palatka, FL 32177. A copy of the report
shall also be provided to the Auditor General's Office at the following address: State of Florida
Auditor General, Room 401, Claude Pepper Building, 111 West Madison Street, Tallahassee, Florida
32399-1450.
(g) Monitoring. In addition to reviews of audits conducted in accordance with §215.97, Fla. Stat., as
revised, monitoring procedures may include, but not be limited to, on-site visits by District staff,
limited scope audits, and/or other procedures. Recipient agrees to comply and cooperate with any
monitoring procedures/processes deemed appropriate by the District. In the event the District
determines that a limited scope audit of Recipient is appropriate, Recipient agrees to comply with
any additional instructions provided by the District to Recipient regarding such audit. Recipient
agrees to comply and cooperate with any inspections, reviews, investigations, or audits deemed
necessary by the District's Inspector General or the state Chief Financial Officer or Auditor General.
(h) Examination of Records. In addition to the District's audit rights otherwise provided for herein,
Recipient shall permit the District or its designated agent, the state awarding agency, the Department
of Financial Services, the state's Chief Financial Officer and the state's Auditor General to examine
Recipient's financial and non-financial records to the extent necessary to monitor Recipient's use of
state financial assistance and to determine whether timely and appropriate corrective actions have
been taken with respect to audit findings and recommendations, which may include onsite visits and
limited scope audits.
(i) Records Retention. Notwithstanding any other provision of this Agreement to the contrary,
Recipient shall retain sufficient records demonstrating its compliance with the terms of this
Agreement for a period of five years from the date the audit report is issued, and shall allow the
District, or its designee, state Chief Financial Officer, or Auditor General access to such records
upon request. Recipient shall ensure that audit working papers are made available for such access for
a period of three years from the date the audit report is issued, unless extended in writing by the
District.
-8-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
Contract #38600
20. GOVERNING LAW, VENUE, ATTORNEY'S FEES, WAIVER OF RIGHT TO JURY TRIAL.
This Agreement shall be construed according to the laws of Florida and shall not be construed more
strictly against one party than against the other because it may have been drafted by one of the parties.
As used herein, "shall" is always mandatory. In the event of any legal proceedings arising from or related
to this Agreement: (1) venue for any state legal proceeding is Putnam County and federal legal
proceedings shall be in Orange County; (2) each party shall bear its own attorney's fees, including
appeals; (3) for civil proceedings, the parties hereby consent to trial by the court and waive the right to
jury trial.
21. INDEPENDENCE OF PARTIES. The parties are independent entities and do not serve as agents or
representatives of one another. This Agreement does not create a joint venture relationship between the
parties. Recipient is not a contractor of the District. The District is providing cost -share funding as a
cooperating governmental entity to assist Recipient in accomplishing the Project. Recipient is solely
responsible for accomplishing the Project and directs the means and methods by which the Project is
accomplished. Recipient is solely responsible for compliance with all labor, health care, and tax laws
pertaining to Recipient, its officers, agents, and employees.
22. CONFLICTING INTEREST IN RECIPIENT. Recipient certifies that no officer, agent, or employee
of the District has any material interest, as defined in §112.312, Fla. Stat., either directly or indirectly, in
the business of Recipient to be conducted hereby, and that no such person shall have any such interest at
any time during the term of this Agreement.
23. NON -LOBBYING. Pursuant to §216.347, Fla. Stat., as amended, Recipient agrees that funds received
from the District under this Agreement shall not be used for the purpose of lobbying the Legislature or
any other state agency.
24. PERMITS. Recipient shall comply with all applicable federal, state, and local laws and regulations in
implementing the Project and shall include this requirement in all subcontracts pertaining to the Project.
Recipient shall obtain any and all governmental permits necessary to implement the Project. Any activity
not properly permitted prior to implementation or completed without proper permits does not comply
with this Agreement and shall not be approved for cost -share funding.
25. 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 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 in excess of the threshold amount provided in §287.017,
Fla. Stat., for CATEGORY TWO ($35,000) for a period of 36 months following the date of being placed
on the convicted vendor list.
26. SCRUTINIZED COMPANIES.
(a) Recipient certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a
boycott of Israel. Pursuant to §287.135, Fla. Stat., the District may terminate this Agreement at its
sole option if the Contractor is found to have submitted a false certification; or if the Recipient 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 Recipient certifies that it is also not on the
Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran
Petroleum Energy Sectol List, or engaged with business operations in Cuba or Syria as identified in
-9-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
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 Recipient is found to have submitted a false certification; or if
the Recipient is placed on the Scrutinized Companies with Activities in Sudan List, or Scrutinized
Companies with Activities in the Iran Petroleum Energy Sector List, 01 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. PUBLIC RECORDS. Records of Recipient that are made or received in the course of performance of
the Project may be public records that are subject to the requirements of chapter 119, Fla. Stat. If
Recipient receives a public records request, Recipient shall promptly notify the District's Project
Manager. Each party reserves the right to cancel this Agreement for refusal by the other party to allow
public access to all documents, papers, letters, or other materials related hereto and subject to the
provisions of chapter 119, Fla. Stat., as amended.
28. ROYALTIES AND PATENTS. Recipient certifies that the Project does not, to the best of its
information and belief, infringe on any patent rights. Recipient shall pay all royalties and patent and
license fees necessary for performance of the Project and shall defend all suits or claims for infringement
of any patent rights and save and hold the District harmless from loss to the extent allowed by Florida
law.
-10-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
IN WITNESS WHEREOF, the St. Johns River Water Management District has caused this
Agreement to be executed on the day and year written below in its name by its Executive Director, or duly
authorized designee, and Recipient has caused this Agreement to be executed on the day and year written below
in its name by its duly authorized representatives, and, if appropriate, has caused the seal of the corporation to
be attached. This Agreement may be executed in separate counterparts, which shall not affect its validity.
Upon execution, this Agreement constitutes the entire agreement of the parties, notwithstanding any
stipulations, representations, agreements, or promises, oral or otherwise, not printed or inserted herein. This
Agreement cannot be changed by any means other than written amendments referencing this Agreement and
signed by all parties.
ST. JOHNS RIVER WATER
MANAGEMENT DISTRICT
am
Mary Ellen Winkler, J.D_, Assistant Executive Director
Date:
Enter Reviewer's Name, SJRWMD QC Reviewer
INDIAN RIVER COUNTY
.0
Adams, Chairman
Typed Name and Title
Date: January 9, 2024
C�ti1MfSS/
. o O✓9`t;;
Attest: 7 (�I/ — l.Ay-
Ler
Typed Name and Title
APPROVED AS TO FORM
AND E UFF P
BY AJ)
Attachments: WILLIAM K. DEBRAAL
Attachment A — Statement of Work COUNTY ATTORNEY
Attachment B
— Project Progress Report Form
Attachment C
— District Supplemental Instructions Form
Attachment D
— Contract Payment Requirements for State -Funded Cost Reimbursement Contracts
Attachment E —
FDEP Revenue Agreement
Attachment F —
Insurance Requirements
-11-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
ATTACHMENT A —STATEMENT OF WORK
INDIAN RIVER COUNTY SOUTH OSLO RIVERFRONT CONSERVATION AREA
FLOODPLAIN RESTORATION
I. INTRODUCTION/BACKGROUND
The Fiscal Year (FY) 2021-22 Resilience Plan is to develop and implement resource and water supply
development projects and promote conservation. On April 11, 2023, the District's Governing Board
approved funding for cooperative cost -share projects. Each project selected for funding will have a positive
benefit to one or more of the District's core missions; including water supply, water quality, natural systems,
or flood mitigation.
Indian River County (Recipient) has been awarded funding for their Indian River County South Oslo
Riverfront Conservation Area Floodplain Restoration (Project) for the not to exceed amount as set forth in
paragraph 4(a) of the Agreement. The Recipient is located in Indian River County.
II. OBJECTIVES
The objective of this contract is to provide cost -share dollars that will enable the Recipient to remove
approximately 1,100 feet of perimeter dike and improve exchange between impounded mangroves and the
Indian River Lagoon (IRL). Restoration of a more natural hydroperiod in the impoundment will be a
significant benefit to wildlife species using the mangroves, and the reconnection is anticipated to provide
additional fisheries habitat.
III. SCOPE OF WORK
The Project is located within the 143 -acre South Oslo Riverfront Conservation Area (SORCA) abuts the 298 -
acre Oslo Riverfront Conservation Area. SORCA's eastern impoundment is no longer part of a Rotational
Impoundment Management network. Removal of approximately 1,100 feet of perimeter dike to improve
exchange between impounded mangroves and the IRL.
IV. PROJECT ADMINISTRATION AND DELIVERABLES
The Recipient shall be responsible for the following:
• Complete and obtain final project design, construction plans, and specifications;
• Obtain all required permits, including right of access to the project sites, related to project
construction and subsequent operation and maintenance of the completed work;
• Assure compliance with all permits and permit conditions;
• Provide procurement for project construction;
• Perform supervision and inspection of construction;
• Perform construction contract administration;
• Assure compliance with cost accounting practices and procedures required for reimbursement of
cost -share funds expended.
The Recipient shall provide the following to the District's Project Manager:
• Timely invoices for actual project costs in accordance with this cost -share agreement to enable
proper review by the District's Project Manager prior to payment authorization. Deliverables to be
submitted with invoices include (as applicable):
o Interim progress status summaries including inspections, meeting minutes and field notes
and dated color photographs of the construction completed to include on-going work that
represents the time -period being invoiced;
-12-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
o Final invoice submittals for completed construction including inspections and dated color
photographs of the construction site prior to, during and immediately following completion
of the construction task;
o Construction plans, specifications, and contract documents for the site work must be made
available upon request;
o Written verification that the record drawings and any required final inspection reports for the
project are received;
Quarterly progress reports identifying project progress to date, key milestones reached, overall
project schedule versus time for project completion, an updated spend -down plan, key issues to be
resolved, project construction photos with dates. Quarterly reports shall also be emailed to the
District's Budget Director at hnbarber@sjrwmd.com.
The Recipient shall submit a final project report within 15 days of final completion and acceptance
detailing the Project's accomplishments and any issues resolved during the course of the work.
Certification of construction completion by a Professional Engineer registered in the state of Florida.
The Recipient shall ensure the tasks in the Task Identification section below are completed.
IV. TASK IDENTIFICATION AND TIME FRAMES
The expiration date of this cost -share agreement is March 31, 2025. The pro'ected schedule is as follows:
Anticipated
Anticipated
Task Description Start Date
Completion Date
Design and Permitting October 31, 2023
Aril 30, 2024
Construction 3 -months after
March 31, 2025
contractor is selected
VI. BUDGET/COST SCHEDULE
For satisfactory completion of the Project, the District shall reimburse the Cost -share Funding Amount as set
forth in paragraph 4(a) of the Agreement.
Recipient shall invoice the District quarterly with appropriate documentation. The District's Project Manager
shall provide an invoice template that will be used. Invoices shall include a copy of the contractor's invoices
submitted to the Recipient, proof of payment by Recipient, and other required supporting documentation for
reimbursement up to match amount. For in-house expenses, Recipient shall provide copies of all receipts for
materials and a system report showing documentation of staff time or other proof of staff time expenses for
the Project. The final invoice shall be submitted with the final project report. If the total actual cost of this
project is less than originally estimated, the District's cost -share amount shall be reduced accordingly.
Recipient may invoice more frequently submitting all required documentation and include general status
information. Recipient may invoice the District for construction -related costs after April 11, 2023, costs
incurred prior to April 11, 2023, will not be eligible for reimbursement.
-13-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
ATTACHMENT B
PROJECT PROGRESS REPORT
Contract #: 38600
St. Johns River Water Management
District Date:
Project Progress Report
Report Number:
Project Name: Indian River County South Oslo Riverfront Conservation Area Floodplain Restoration
Reci ient: Indian River Coun
SJRWMD Contract Number: 1 38600 SJRWMD Proiect Manaeer: I Ron Brockmever
Construction Schedule
Re ortin Period
Construction Start Date:
1
Completion
Date Shown in
Application
Beinnin Date:
Construction Completion Date:
Notes: Explain anticipated
deviations from schedule
Planning
Ending Date:
Contract Expiration Date:
4
Cost -share Budget
Total Cost -share Budget:
Desijzn
Cost share Amount Ex ended This Period:
Cost -share Amount Expended To -date:
Percent Cost -share Budge Expended:
Spend -Down Plan
Fiscal Year 1
Fiaral Venr 2
Reimbursement
#
Anticipated
Amount
Anticipated Date
1
Completion
Date Shown in
Application
Current
Start
Date
2
Notes: Explain anticipated
deviations from schedule
Planning
3
4
Praiert Resdiness and Ghadnle Trorlrina
Reimbursement #
Anticipated
Amount
Anticipated Date
1
Completion
Date Shown in
Application
Current
Start
Date
2
Notes: Explain anticipated
deviations from schedule
Planning
3
4
Project Phase
Complete
Shown in
Application
%
Complete
Currently
Start Date
Shown in
Application
Completion
Date Shown in
Application
Current
Start
Date
Current
Completion
Date
Notes: Explain anticipated
deviations from schedule
Planning
Desijzn
Permitting
Biddin & Award
qnw Cnnstrnrtinn Tne4c/Mileetnnaa/Tnlivnro6lo�
Task Number
Tasks/Milestones/Deliverables
Total
Construction
% Complete
Start Date
Shown in
SOW
Completion
Date Shown
in SOW
Current Start Date
Current
Completion Date
1
Project update including problems, issues, and solutions. Explain in detail.
Include digital photographs of work accomplished during reporting period. Attach an additional page of notes if necessary to explain reasons
for lateness or unusual events or circumstances.
-14-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
Contract #38600
ATTACHMENT C — DISTRICT'S SUPPLEMENTAL INSTRUCTIONS (sample)
DISTRICT SUPPLEMENTAL INSTRUCTIONS #
DATE:
TO: Wendy Swindell, Project Manager
Indian River County
1801 27th Street
Vero Beach, Florida 32860
FROM: Ron Brockmeyer Frick, Project Manager
CONTRACT NUMBER: 38600
CONTRACT TITLE: Indian River County South Oslo Rhe.
Floodplain Restoration
The Work shall be carried out in accordance with the following
with the Contract Documents without change in the Contract Sum or
accordance with these instructions, indicate your acceptance of these
work as consistent with the Contract Documents and return t e
1. RECIPIENT'S SUPPLEMENTAL INSTRUC
2. DESCRIPTION OF WORK TO B
3. DESCR11FION OF S
Conservation Area
issued in accordance
r to proceeding in
x adjustments to the
Approved: `11� Date:
VP
(It is agreed that thes troch sh resul ' the Total Compensati the Completion Date.)
Approved: Date:
(Recipient agrees to im ent the lernental Instructions as requested but reserves the right to seek a Change Order in
accordance with the requ ents of Agreement.)
Approved: Date:
Ron Brockmeyer, District Project Manager
Acknowledged: Date:
Breanna Pierce, District Procurement Specialist
c: Contract file
Financial Services
-15-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
ATTACHMENT D — CONTRACT PAYMENT REQUIREMENTS
FOR STATE -FUNDED COST REIMBURSEMENT CONTRACTS
Invoices for state -funded cost reimbursement contracts must be supported by an itemized listing of
expenditures by category (salary, travel, expenses, etc.). Supporting documentation must be provided for
each amount for which reimbursement is being claimed, indicating that the item has been paid. Check
numbers may be provided in lieu of copies of actual checks. Each piece of documentation shall clearly reflect
the dates of service. Only expenditures for categories in the approved contract budget will be reimbursed.
Listed below are examples of the types of documentation representing the minimum requirements by cost
category:
Salaries: Submit a payroll register or similar documentation showing gross salary charges, fringe benefits,
other deductions, and net pay. If an individual is paid by the hour, a document reflecting the hours worked
times the rate of pay is acceptable.
Fringe Benefits: Fringe benefits should be supported by invoices showing the amount paid on behalf of the
employee (e.g., insurance premiums paid). If the contract specifically states that fringe benefits will be based
on a specified percentage, rather than the actual cost of fringe benefits, then the calculation for the fringe
benefits amount must be shown.
Exception: Governmental entities are not required to provide check numbers or copies of checks for fringe
benefits.
Travel: Reimbursement for travel must be in accordance with § 112.061, Fla. Stat., which includes
submission of the claim on the approved State of Florida (State) or District travel voucher.
Other direct costs: Reimbursement is based upon paid invoices/receipts. If nonexpendable property is
purchased using State funds, the contract should include a provision for the transfer of the property to the
State when services are terminated. Documentation must be provided to show compliance with Department
of Management Services Rule 60A-1.017, F.A.C., regarding the requirements for contracts which include
services and that provide for the contractor to purchase tangible personal property as defined in §273.02, Fla.
Stat., for subsequent transfer to the State.
In-house charges: Charges which may be of an internal nature (e.g., postage, copies, etc.) may be
reimbursed on a usage log which shows the units, times the rate being charged. The rates must be
reasonable.
Indirect costs: If the contract specifies that indirect costs will be paid based on a specified rate, then the
calculation should be shown.
The "Reference Guide for State Expenditures" prepared by the Florida Department of Financial Services can be
found at this web address: httns://www.myfloridacfo.com/docs-sf/accounting-and-auditing-libraries/state-
agencies/reference-guide-for-state-expenditures pdf
-16-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
Contract #38600
ATTACHMENT E — FDEP REVENUE AGREEMENT
(Starts on the following page.)
-17-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
Standard Grant Agreement
This Agreement is entered into between the Parties named below, pursuant to Section 215.971, Florida Statutes:
1. Project Title (Project): Agreement Number:
South Oslo Riverfront Conservation Area Floodplain Restoration 22SRP09
2. Parties State of Florida Department of Environmental Protection,
3900 Commonwealth Boulevard
Tallahassee, Florida 32399-3000 (Department)
Grantee Name: St. Johns River Water Management District Entity Type: Water Management District
Grantee Address: 4049 Reid Street, Palatka, Florida 32177 FEID: 59-1519123
(Grantee)
3. Agreement Begin Date: Date of Expiration:
7/1/2022 6/30/2025
4. Project Number: Project Location(s):
(Irdii ferent from Agreement Number) Indian River County
Project Description: The project will remove a 1,100' perimeter dike and restore the land to improve exchange between impounded mangroves and
Indian River Lagoon.
5. Total Amount of Funding: Funding Source? Award #s or Line Item Appropriations: Amount
$ 100,000.00 19 State ❑Federal FY 2022/2023 GAA Line Item #1775A $
❑ State ❑Federal $
19 Grantee Match $
Total Amount of Funding + Grantee Match, if any: $ 200,000.00
6. Department's Grant Manager Grantee's Grant Manager
Name: Lisa Widener Name: Christopher Williams
or successor or successor
Address: Resilient Florida Program
2600 Blair Stone Road, MS235
Tallahassee, Florida 32399
Phone: 850-245-8323
Address: St. Johns River Water Management District
P.O. Box 1429
Palatka, Florida 32178
Phone: 386-643-1195
Email: Lisa.Widener@FloridaDEP.gov Email: cwilliam s'rwmd.com
7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby
incorporated by reference:
J?f Attachment 1: Standard Terms and Conditions Applicable to All Grants Agreements
Attachment 2: Special Terms and Conditions
fz( Attachment 3: Grant Work Plan
J� Attachment 4: Public Records Requirements
JZ Attachment 5: Special Audit Requirements
;9 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):
0 Exhibit A: Progress Report Form
❑ Exhibit B: Property Reporting Form
0 Exhibit C: Payment Request Summary Form
❑ Exhibit D: Quality Assurance Requirements
❑ Exhibit E: Advance Payment Terms and Interest Earned Memo
❑ Exhibit J: Common Carrier or Contracted Carrier Attestation Form PUR1808
J�7 Additional Exhibits (if necessary):
Exhibit F: Final Report Form, Exhibit G: Photographer Release Form, and Exhibit H: Contractual Services Certification
DEP Agreement No. 22SRP09
Rev. 10/18/22
H Imur- l.Vr1
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
8. 1 The following information applies to Federal Grants only and is identified in accordance with 2 CFR 200.331 (a) (1):
Federal Award Identification Numbers A
Federal Award Date to Department:
Total Federal Funds Obligated by this Agreement:
Federal Awarding Agency:
Award R&D? ❑ Yes HN/A
IN WITNESS WHEREOF, this Agreement shall be effective on the date indicated by the Agreement Begin Date above or the
last date signed below, whichever is later.
St. Johns River Water Management District GRANTEE
By
1/18/23
Signature) Date Signed
Michael A. Register, P.E., Executive Director or designee
Print Name and Title of Person Signing
State of Florida Department of Environmental Protection
By ,4 l
DEPARTMENT
1/21/2023
Secretary or Designee Date Signed
Alex Reed, Director of the Office of Resilience and Coastal Protection
Print Name and Title of Person Signing
El Additional signatures attached on separate page.
DEP Agreement No. 22SRP09
Rev. 10/18/22
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
ORCP Additional Signatures
cyl�6 ( D(,A AV'A�� -
DE Grant Manager, Lisa Widener
_..
.�•' SE}3�C eviewer, Jeremy�nez
Local Sponsor may add additional signatures if needed below.
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
STANDARD TERMS AND CONDITIONS
APPLICABLE TO GRANT AGREEMENTS
ATTACHMENT 1
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
I of 12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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. Reiection 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 with 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 Convective 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
2of12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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:
httns://www.mvfloridacfo.com/Division/AA/Manuals/documents/ReferenceGuideforStateExpenditures.pdf.
e. 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.
f. 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.
g. 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.
h. 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.
i. 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:
www.mvfloridacfo.com/Division/AA/Vendors/default.htm.
j. 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:
Attachment 1
3of12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
a. Salarv/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 691-72, 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
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 Eouipment. 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
Attachment 1
4of12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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.
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 Coveraee. 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, Department 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.
Attachment 1
5of12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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 Obli ations 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 tenninated 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.
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
Attachment 1
6of12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. SUTLER, CLERK
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
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.
Attachment 1
7of12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee, insure or assume
liability for Grantee's negligence, waive Department's 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 Department's 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 Department'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
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.
Attachment 1
8of12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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).
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
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. 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.
26. 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.
27. Record Keeping.
Attachment 1
9 of 12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
The Grantee shall maintain books, records and documents directly pertinent to performance under this Agreement in
accordance with United States generally accepted accounting principles (US GAAP) consistently applied. The
Department, the State, or their authorized representatives shall have access to such records for audit purposes during
the term of this Agreement and for five (5) years following the completion date or termination of the Agreement. In
the event 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:
htty:Hdos.myflorida. com/library-archives/records-management/general-records-schedules.
28. 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.
b. 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, or operations required in
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.
c. 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 I 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.
d. 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.
e. 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
Attachment 1
10 of 12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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
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.
29. 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.
30. Independent Contractor.
The Grantee is an independent contractor and is not an employee or agent of Department.
31. 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.
32. 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.
33. 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.
34. 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.
35. Severability.
Attachment 1
I1 of 12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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.
36. 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.
37. 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.
38. 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.
39. 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
12 of 12
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
Special Terms and Conditions
AGREEMENT NO.22SRP09
ATTACHMENT 2
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 South Oslo Riverfront Conservation Area Floodplain Restoration. The
Project is defined in more detail in Attachment 3, Grant Work Plan.
2. Duration.
a. Reimbursement Period. The reimbursement period for this Agreement is the same as the term 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:
❑
❑
a. Fringe Benefits, N/A.
❑
❑
b. Indirect Costs, N/A.
®
®
Contractual (Subcontractors)
❑
❑
Travel, in accordance with Section 112, F. S.
❑
❑
Equipment
❑
❑
Rental/Lease of Equipment
❑
❑
Miscellaneous/Other Expenses
❑ ❑ Land Acquisition
5. Equipment Purchase.
No Equipment purchases shall be funded under this Agreement.
6. Land Acquisition.
There will be no Land Acquisitions funded under this Agreement.
7. Match Requirements
The Agreement requires at least a 50% match on the part of the Grantee. Therefore, the Grantee is responsible for
providing $100,000.00 through cash or third party in-kind towards the project funded under this Agreement.
The Grantee may claim allowable project expenditures made on July 1, 2021 or after for purposes of meeting its
match requirement as identified above.
Attachment 2
1 of 3
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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.
8. Insurance Requirements
Required Covera¢e. 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. All insurance policies shall be through insurers licensed and authorized to issue policies in Florida, or
alternatively, Grantee may provide coverage through a self-insurance program established and operating under the
laws of Florida. Additional insurance requirements for this Agreement may be required elsewhere in this
Agreement, however the minimum insurance requirements applicable to this Agreement are:
a. Commercial General Liability Insurance.
The Grantee shall provide adequate commercial general liability insurance coverage and hold such liability
insurance at all times during the Agreement. The Department, its employees, and officers shall be named
as an additional insured on any general liability policies. The minimum limits shall be $250,000 for each
occurrence and $500,000 policy aggregate.
b. Commercial Automobile Insurance.
If the Grantee's duties include the use of a commercial vehicle, the Grantee shall maintain automobile
liability, bodily injury, and property damage coverage. Insuring clauses for both bodily injury and property
damage shall provide coverage on an occurrence basis. The Department, its employees, and officers shall
be named as an additional insured on any automobile insurance policy. The minimum limits shall be as
follows:
$200,000/300,000 Automobile Liability for Company -Owned Vehicles, if applicable
$200,000/300,000 Hired and Non -owned Automobile Liability Coverage
c. Workers' Compensation and Employer's Liability Coverage.
The Grantee shall provide workers' compensation, in accordance with Chapter 440, F.S. and employer
liability coverage with minimum limits of $100,000 per accident, $100,000 per person, and $500,000
policy aggregate. Such policies shall cover all employees engaged in any work under the Grant.
d. Other Insurance. None.
9. Quality Assurance Requirements.
There are no special Quality Assurance requirements under this Agreement.
10. Retainage.
Retainage is permitted under this Agreement. Retainage may be up to a maximum of 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 of 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
2 of 3
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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 PUR 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).
Sea Level Impact Projection Study Requirement. If the project is within the designated area, pursuant to Section
161.551, F.S. and Chapter 62S-7, Florida Administrative Code, the Grantee is responsible for performing a Sea
Level Impact Projection (SLIP) study and submitting the resulting report to the Department. The SLIP study report
must be received by the Department, approved by the Department, and be published on the Department's website for
at least thirty (30) days before construction can commence. This rule went into effect July 1, 2021, and applies to
certain state -funded construction projects located in the coastal building zone as defined in the rule.
Attachment 2
3 of 3
Rev. 10/3/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
GRANT WORK PLAN
AGREEMENT NO.22SRP09
ATTACHMENT 3
PROJECT TITLE: South Oslo Riverfront Conservation Area Floodplain Restoration
PROJECT LOCATION: The Project is located within Indian River County, Florida; Lat/Long (27.58298,
-80.36500).
PROJECT DESCRIPTION:
The St. Johns River Water Management District (Grantee) will conduct the South Oslo Riverfront
Conservation Area Floodplain Restoration Project (Project) to remove an existing 1,100' perimeter dike to
improve exchange between impounded mangroves and the Indian River Lagoon (IRL). The Project will
restore the area to a more natural hydroperiod in the impoundment that will benefit wildlife that use the
mangroves, coastal hammock, and surrounding fisheries habitat. The Project includes design, permitting,
and construction.
TASKS AND DELIVERABLES:
Task 1: Design and Permittin
Description: The Grantee will acquire professional services for the engineering and design of the removal
of an existing 1,100' perimeter dike and the restoration of the land similar to adjacent habitat and shoreline
vegetation. The Grantee will obtain all necessary permits for construction of the Project. Design and
permitting activities may 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.
Deliverables: The Grantee's will submit all final design documents as signed by a Florida -registered
Professional Engineer. The Grantee will also submit final permit documents from all appropriate state and
federal regulatory agencies.
Task 2: Construction
Description: The Grantee will remove an existing 1,100' perimeter dike and restore the land similar to the
adjacent habitat and shoreline vegetation. The Grantee will complete all Construction activities 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 state or federal permits.
Deliverables: The Grantee will submit: 1) a copy of the final design and record (as -built) drawings; 2) a
signed acceptance of the completed work to date, as provided in the Grantee's Certification of Payment
Request; 3) a signed Engineer's Certification of Payment Request; and 4) when construction is complete, a
Certificate of Occupancy (if applicable) and a Certificate of Completion signed by a Florida -registered
Professional Engineer.
DEP Agreement No.: 22SRP09
Page 1 of 2
Rev. 2.11.22
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
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 Grantee
must also submit Exhibit A, Progress Report Form, to the Department's Grant Manager, with every
deliverable and payment request. For interim payment requests, Exhibit A may serve as the deliverable for
a task. 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). Upon review and written acceptance by the Department's Grant Manager of deliverables
under the task, the Grantee may proceed with payment request submittal.
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.
PAYMENT REQUEST SCHEDULE: Following the Grantee's completion of a task, the Grantee may
submit a payment request for cost reimbursement using both Exhibit A, Progress Report Form, and Exhibit
C, Payment Request Summary Form. Interim payment requests cannot be made more frequently than
monthly and must be made using Exhibit A, detailing all work progress made during that payment request
period, and Exhibit C. Upon the Department's receipt of Exhibit A and C, along with all supporting fiscal
documentation and deliverables, the Department's Grant Manager will have ten (10) working days to
review and approve or deny the payment request.
PROJECT TIMELINE AND BUDGET DETAIL: 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
Task Title
Budget
DEP
Match
Total
Task Start
Task Due
No
Category
Amount
Amount
Amount
Date
Date
1
Design and
Contractual
$30,000
$30,000
$60,000
7/1/2022
3/31/2025
Permitting
Services
2
Construction
ContractualServices$70,000
$70,000
$140,000
7/1/2022
3/31/2025
Total:
$100,000 1
$100,000 1
$200,000
DEP Agreement No.: 22SRP09
Page 2 of 2
Rev. 2.11.22
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
Public Records Requirements
Attachment 4
1. Public Records.
a. If the Agreement exceeds $35,000.00, and if Grantee is acting on behalf of Department in its performance of services
under the Agreement, Grantee must allow public access to all documents, papers, letters, or other material, regardless
of the physical form, characteristics, or means of transmission, made or received by Grantee in conjunction with the
Agreement (Public Records), unless the Public Records are exempt from section 24(a) of Article I of the Florida
Constitution or section 11 9.07(l), F.S.
b. The Department may unilaterally terminate the Agreement if Grantee refuses to allow public access to Public Records
as required by law.
2. Additional Public Records Duties of Section 119.0701, F.S., If Applicable.
For the purposes of this paragraph, the term "contract" means the "Agreement." If Grantee is a "contractor" as
defined in section 119.0701(1)(a), F.S., the following provisions apply and the contractor shall:
a. Keep and maintain Public Records required by Department to perform the service.
b. Upon request, provide Department with a copy of requested Public Records or allow the Public Records to be
inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or
as otherwise provided by law.
c. A contractor who fails to provide the Public Records to Department within a reasonable time may be subject to
penalties under section 119. 10, F.S.
d. Ensure that Public Records that are exempt or confidential and exempt from Public Records disclosure requirements
are not disclosed except as authorized by law for the duration of the contract term and following completion of the
contract if the contractor does not transfer the Public Records to Department.
e. Upon completion of the contract, transfer, at no cost, to Department all Public Records in possession of the contractor
or keep and maintain Public Records required by Department to perform the service. If the contractor transfers all
Public Records to Department upon completion of the contract, the contractor shall destroy any duplicate Public
Records that are exempt or confidential and exempt from Public Records disclosure requirements. If the contractor
keeps and maintains Public Records upon completion of the contract, the contractor shall meet all applicable
requirements for retaining Public Records. All Public Records stored electronically must be provided to Department,
upon request from Department's custodian of Public Records, in a format specified by Department as compatible with
the information technology systems of Department. These formatting requirements are satisfied by using the data
formats as authorized in the contract or Microsoft Word, Outlook, Adobe, or Excel, and any software formats the
contractor is authorized to access.
f IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF
CHAPTER 119, F.S., TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THE CONTRACT, CONTACT THE DEPARTMENT'S
CUSTODIAN OF PUBLIC RECORDS AT:
Telephone: (850) 245-2118
Email: public. servicesna,floridadep.gov
Mailing Address: Department of Environmental Protection
ATTN: Office of Ombudsman and Public Services
Public Records Request
3900 Commonwealth Boulevard, MS 49
Tallahassee, Florida 32399
Attachment 4
1 of I
Rev. 4/27/2018
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
Special Audit Requirements
(State and Federal Financial Assistance)
Attachment 5
The administration of resources awarded by the Department of Environmental Protection (which may be referred to
as the 'Department", 'DEP", "FDEP" or "Grantor", or other name in the agreement) to the recipient (which may be
referred to as the "Recipient", "Grantee" or other name in the agreement) may be subject to audits and/or monitoring
by the Department of Environmental Protection, as described in this attachment.
MONITORING
In addition to reviews of audits conducted in accordance with 2 C.F.R. Part 200, Subpart F -Audit Requirements, and
Section 215.97, F.S., as revised (see "AUDITS" below), monitoring procedures may include, but not be limited to,
on-site visits by DEP Department staff, limited scope audits as defined by 2 C.F.R. § 200.425, or other procedures.
By entering into this Agreement, the recipient agrees to comply and cooperate with any monitoring
procedures/processes deemed appropriate by the Department of Environmental Protection. In the event the
Department of Environmental Protection determines that a limited scope audit of the recipient is appropriate, the
recipient agrees to comply with any additional instructions provided by the Department to the recipient regarding such
audit. The recipient further agrees to comply and cooperate with any inspections, reviews, investigations, or audits
deemed necessary by the Chief Financial Officer (CFO) or Auditor General.
AUDITS
PART I: FEDERALLY FUNDED
This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 C.F.R.
§ 200.330
A recipient that expends $750,000 or more in federal awards in its fiscal year, must have a single or program -
specific audit conducted in accordance with the provisions of 2 C.F.R. Part 200, Subpart F. EXHIBIT 1 to
this Attachment indicates federal funds awarded through the Department of Environmental Protection by this
Agreement. In determining the federal awards expended in its fiscal year, the recipient shall consider all
sources of federal awards, including federal resources received from the Department of Environmental
Protection. The determination of amounts of federal awards expended should be in accordance with the
guidelines established in 2 C.F.R. §§ 200.502-503. An audit of the recipient conducted by the Auditor General
in accordance with the provisions of 2 C.F.R. Part 200.514 will meet the requirements of this part.
2. For the audit requirements addressed in Part I, paragraph 1, the recipient shall fulfill the requirements relative
to auditee responsibilities as provided in 2 C.F.R. §§ 200.508-512.
A recipient that expends less than $750,000 in federal awards in its fiscal year is not required to have an audit
conducted in accordance with the provisions of 2 C.F.R. Part 200, Subpart F -Audit Requirements. If the
recipient expends less than $750,000 in federal awards in its fiscal year and elects to have an audit conducted
in accordance with the provisions of 2 C.F.R. Part 200, Subpart F -Audit Requirements, the cost of the audit
must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient resources
obtained from other federal entities).
4. The recipient may access information regarding the Catalog of Federal Domestic Assistance (CFDA) via the
internet at www.cfda.aov
Attachment 5
1 of 6
BGS -DEP 55-215 revised 12/14/2020
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
PART II: STATE FUNDED
This part is applicable if the recipient is a nonstate entity as defined by Section 215.97(2), Florida Statutes.
In the event that the recipient expends a total amount of state financial assistance equal to or in excess of
$750,000 in any fiscal year of such recipient (for fiscal years ending June 30, 2017, and thereafter), the
recipient must have a State single or project -specific audit for such fiscal year in accordance with Section
215.97, F.S.; Rule Chapter 691-5, F.A.C., State Financial Assistance; and Chapters 10.550 (local
governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General.
EXHIBIT 1 to this form lists the state financial assistance awarded through the Department of Environmental
Protection by this agreement. In determining the state financial assistance expended in its fiscal year, the
recipient shall consider all sources of state financial assistance, including state financial assistance received
from the Department of Environmental Protection, other state agencies, and other nonstate entities. State
financial assistance does not include federal direct or pass-through awards and resources received by a
nonstate entity for Federal program matching requirements.
2. In connection with the audit requirements addressed in Part II, paragraph 1; the recipient shall ensure that the
audit complies with'the requirements of Section 215.97(8), Florida Statutes. This includes submission of a
financial reporting package as defined by Section 215.97(2), Florida Statutes, and Chapters 10.550 (local
governmental entities) or 10.650 (nonprofit and for-profit organizations), Rules of the Auditor General.
3. If the recipient expends less than $750,000 in state financial assistance in its fiscal year (for fiscal year ending
June 30, 2017, and thereafter), an audit conducted in accordance with the provisions of Section 215.97,
Florida Statutes, is not required. In the event that the recipient expends less than $750,000 in state financial
assistance in its fiscal year, and elects to have an audit conducted in accordance with the provisions of Section
215.97, Florida Statutes, the cost of the audit must be paid from the non -state entity's resources (i.e., the cost
of such an audit must be paid from the recipient's resources obtained from other than State entities).
4. For information regarding the Florida Catalog of State Financial Assistance (CSFA), a recipient should access
the Florida Single Audit Act website located at https://apps.fldfs.com/fsaa for assistance. In addition to the
above websites, the following websites may be accessed for information: Legislature's Website at
httv://www.leiz.state.fl.us/Welcome/index.cfm, State of Florida's website at http://www.myflorida.com/.
Department of Financial Services' Website at hgp://www.fldfs.com/and the Auditor General's Website at
hM://www.myflorida.com/audgen/.
PART III: OTHER AUDIT REQUIREMENTS
(NOTE: This part would be used to specify any additional audit requirements imposed by the State awarding entity
that are solely a matter of that State awarding entity's policy (i.e., the audit is not required by Federal or State laws
and is not in conflict with other Federal or State audit requirements). Pursuant to Section 215.9 7(8), Florida Statutes,
State agencies may conduct or arrange for audits of State financial assistance that are in addition to audits conducted
in accordance with Section 215.97, Florida Statutes. In such an event, the State awarding agency must arrange for
funding the full cost of such additional audits.)
PART IV: REPORT SUBMISSION
Copies of reporting packages for audits conducted in accordance with 2 C.F.R. Part 200, Subpart F -Audit
Requirements, and required by PART I of this form shall be submitted, when required by 2 C.F.R. § 200.512,
by or on behalf of the recipient directly to the Federal Audit Clearinghouse (FAC) as provided in 2 C.F.R.
§§ 200.36 and 200.512
A. The Federal Audit Clearinghouse designated in 2 C.F.R. § 200.501(a) (the number of copies required by
2 C.F.R. § 200.501(a) should be submitted to the Federal Audit Clearinghouse), at the following address:
Attachment 5
2 of 6
BGS -DEP 55-215 revised 12/14/2020
By Mail:
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10th Street
Jeffersonville, IN 47132
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1,
2008, must be submitted using the Federal Clearinghouse's Internet Data Entry System which can
be found at htip:Hharvester.census.,eov/facweb/
Copies of financial reporting packages required by PART II of this Attachment shall be submitted by or on
behalf of the recipient directly to each of the following:
A. The Department of Environmental Protection at one of the following addresses:
By Mail:
Audit Director
Florida Department of Environmental Protection
Office of Inspector General, MS 40
3900 Commonwealth Boulevard
Tallahassee, Florida 32399-3000
Electronically:
FDEPSingleAuditna,dep. state. fl.us
B. The Auditor General's Office at the following address:
Auditor General
Local Government Audits/342
Claude Pepper Building, Room 401
111 West Madison Street
Tallahassee, Florida 32399-1450
The Auditor General's website (htto://flauditor.gov/1 provides instructions for filing an
electronic copy of a financial reporting package.
Copies of reports or management letters required by PART III of this Attachment shall be submitted by or
on behalf of the recipient directly to the Department of Environmental Protection at one of the following
addresses:
By Mail:
Audit Director
Florida Department of Environmental Protection
Office of Inspector General, MS 40
3900 Commonwealth Boulevard
Tallahassee, Florida 32399-3000
Electronically:
FDEPSineleAuditna,dgp. state. Mus
4. Any reports, management letters, or other information required to be submitted to the Department of
Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 C.F.R.
§ 200.512, section 215.97, F.S., and Chapters 10.550 (local governmental entities) or 10.650 (nonprofit and
for-profit organizations), Rules of the Auditor General, as applicable.
Attachment 5
3 of 6
BGS -DEP 55-215 revised 12/14/2020
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
Recipients, when submitting financial reporting packages to the Department of Environmental Protection for
audits done in accordance with 2 C.F.R. Part 200, Subpart F -Audit Requirements, or Chapters 10.550 (local
governmental entities) and 10.650 (non and for-profit organizations), Rules of the Auditor General, should
indicate the date and the reporting package was delivered to the recipient correspondence accompanying the
reporting package.
PART V: RECORD RETENTION
The recipient shall retain sufficient records demonstrating its compliance with the terms of the award and this
Agreement for a period of five (5) years from the date the audit report is issued, and shall allow the Department of
Environmental Protection, or its designee, Chief Financial Officer, or Auditor General access to such records upon
request. The recipient shall ensure that audit working papers are made available to the Department of Environmental
Protection, or its designee, Chief Financial Officer, or Auditor General upon request for a period of three (3) years
from the date the audit report is issued, unless extended in writing by the Department of Environmental Protection.
Attachment 5
4of6
BGS -DEP 55-215 revised 12/14/2020
EXHIBIT 1
FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:
Note: !f the resources awarded to the recipient represent more than one federal program, provide the same information shown below for each federal program
and show total federal resources awarded
Federal Resources Awarded to the Reci lent Pursuant to this
Agreement Consist of the Following:
Federal
Program
A
Federal Agency
CFDA
Number
CFDA Title
Fundin Amount
State
Appropriation
Category
Federal
Program First Compliance requirement: i.e.: (what services of purposes resources must be used for)
B
Second Compliance requirement: i.e.: (eligibility requirement for recipients of the resources)
Etc.
Etc.
Federal
Program
B
Federal Agency
CFDA
Number
CFDA Title
Fundin Amount
State
Appropriation
Category
Note: Of the resources awarded to the recipient represent more than one federal program, list applicable compliance requirements for each federal program in
the same manner as shown below:
Federal
Program First Compliance requirement: i.e.: (what services of purposes resources must be used for)
A
Second Compliance requirement: i.e.:(eligibility requirement for recipients of the resources)
Etc.
Etc.
Federal
Program First Compliance requirement: i.e.: (what services of purposes resources must be used for)
B
Second Compliance requirement: i.e.: (eligibility requirement for recipients of the resources)
Etc.
Etc.
BCS -DEP 55-215
R-ised 7/2019
Attachment 5, Exhibit 1
5 of 6
�0>
D rn -a
�zc
r - mm
cD0
r-0
M
�O
(� z
M S
rn
;0N
X�
v
D
O
m
Note: If the resources awarded to the recipient for matching represent more than one federal program, provide the same information shown below for each
ederal Projzram and show total state resources awarded for matching,
State Resources Awarded to the Recipient
Federal
Program
A Federal Agency
Pursuant to this A reement Consist of the Following Matching Resources for Federal Pro rams:
State
Appropriation
CFDA CFDA Title Fundin Amount Category
State
Appropriation
Category
140065
Federal
Program
B
Federal Agency
CFDA
CFDA Title
Funding Amount
State AwardingAgency
State
Appropriation
Category
CSFA
Number
CSFA Title
or
Funding Source Description
Funding Amount
State
Appropriation
Category
Note: If the resources awarded to the recipient represent more than one state project, provide the same information shown below for each state project and show
total state financial assistance awarded that is subject to section 215.97, F.S.
arare mesources Awarded to the Recipient
State
Program
A State Awarding Agency
Original Florida Department of
Agreement Environmental Protection
Pursuant to this A reement Consist of the Following Resources Subject to Section 215.97, F.
CSFA Title
State CSFA or
Fiscal Year' Number Funding Source Description Funding Amount
FY 22.23 37.098 Resilient Florida Programs $100,000
State
Appropriation
Category
140065
State
Program
B
State AwardingAgency
State
Fiscal Year
CSFA
Number
CSFA Title
or
Funding Source Description
Funding Amount
State
Appropriation
Category
Total Award 1 $100,000 1_
Note: List applicable compliance requirement in the same manner as illustrated above for federal resources. For matching resources provided by the Deparrmr,tt�
for DEP for federal programs, the requirements might be similar to the requirements for the applicable federal programs. Also, to the extent that different
requirements pertain to different amount for the non-federal resources, there may be more than one grouping (i.e. 1, 2, 3, etc.) listed under this category.
For each program identified above, the recipient shall comply with the program requirements described in the Catalog of Federal Domestic Assistance (CFDA)
[www.cfda.gov] and/or the Florida Catalog of State Financial Assistance (CSFA) fhttps://apps.fldfs.com/fsaa/searchCatalog.asox], and State Projects Compliance
Supplement (Part Four: State Projects Compliance Supplement rhttys:Happs.fldfs.com/fsaa/state project compliance aspxl. The services/purposes for which the
funds are to be used are included in the Agreement's Grant Work Plan. Any match required by the Recipient is clearly indicated in the Agreement.
' Subject to change by Change Order.
2 Subject to change by Change Order.
BGS -DEP 55-215
Revised 712019
Attachment 5, Exhibit 1
6of6
MmD
z � C
r- -n m
c40
m 0C
-
O
Mz
O
0z
r- r-
mD
v
D
O
M
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
PROGRAM -SPECIFIC REQUIREMENTS
RESILIENT FLORIDA PROGRAM
ATTACHMENT 6
Permits. The Grantee acknowledges that receipt of this grant does not imply nor guarantee that a federal,
state, or local permit will be issued for a particular activity. The Grantee agrees to ensure that all necessary
permits are obtained prior to implementation of any grant -funded activity that may fall under applicable
federal, state, or local laws. Further, the Grantee shall abide by all terms and conditions of each applicable
permit for any grant -funded activity. Upon request, the Grantee must provide a copy of all acquired and
approved permits for the project.
Ineliaibility. If the Grantee fails to perform in accordance with the terms and conditions set forth in this
Agreement; Attachment 3 (Grant Work Plan), and all other applicable attachments and exhibits, the Grantee
shall be ineligible to be considered for funding under the Resilient Florida Program for two (2) consecutive
funding cycles. The Department shall make its determination of ineligibility within thirty (30) days of this
Agreement's end date and notify the Grantee in writing if determined ineligible. If the failure to perform in
accordance with the terms and conditions set forth in this Agreement is due to the Grantee's contractor or
subcontractor(s), then the Grantee should submit that documentation in writing to the Department's Grant
Manager.
3. Additional Documentation for Contractual Costs. In addition to the documentation requirements in paragraph
11 of Attachment 2 (Subcontracting), and in paragraph 9.c. of Attachment 1 (Contractual Costs
(Subcontractors)), Grantee shall provide the following for all subcontractual agreements that the Grantee
executes for this project:
a. A valid link or documentation that outlines their entity's procurement processes as required in
Attachment 1, paragraph 9.c; and
b. A certification statement signed by the Grantee's designated grant manager indicating the procurement
process that was utilized per their entities' policies and procedures for all subcontractors. The
certification must include a listing of all subcontractor quotes/bids amounts, along with the company
name, address, and the details of how and why they made their determinations for those subcontractors
that were selected and utilized for this Agreement.
4. Attachment 3, Grant Work Plan, Performance Measures. All deliverables and reports submitted to the
Department should be submitted electronically and must be compliant with the Americans with Disabilities
Act, also known as "508 Compliant," in all formats provided.
5. Copyright, Patent and Trademark. The Department reserves a royalty -free, nonexclusive, and irrevocable
license to reproduce, publish or otherwise use, and to authorize others to use, for state government purposes:
a. The copyright in any work developed under this Agreement; and
b. Any rights or copyright to which the Grantee or subcontractor purchases ownership with grant support.
6. Grant funds may not be used to support ongoing efforts to comply with legal requirements, including permit
conditions, mitigation, and settlement agreements.
7. Funding Source. With the exception of audiovisuals not intended for presentation to the general public that
are produced either as research instruments or for documenting experimentation or findings (unless otherwise
required under the special terms of this Agreement), Grantee agrees to include the Department's logo (which
Rev. 2.11.22 Attachment 6
Page 1 of 2
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
can be found on the Department's website at: https://floridadep.pov or by contacting the Grant Manager for
a copy) on all publications, printed reports, maps, audiovisuals (including videos, slides, and websites), and
similar materials, as well as the following language:
"This work was funded in part through a grant agreement from the Florida Department of Environmental
Protection's Office of Resilience and Coastal Protection Resilient Florida Program. 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."
The next printed line must identify the month and year of the publication.
8. Final Project Report. The Grantee shall submit Exhibit F, Final Project Report Form, prior to requesting final
payment. The Final Project Report may be submitted in lieu of the final quarterly status report, only in
instances where the next quarterly report falls after the project's completion date.
Rev. 2.11.22 Attachment 6
Page 2 of 2
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
DEPARTMENT OF ENVIRONMENTAL PROTECTION
Resilient Florida Program
Progress Report Form
Exhibit A
DEP Agreement No.:
22SRP09
Project Title:
South Oslo Riverfront Conservation Area Floodplain
Restoration
Grantee Name:
St. Johns River Water Management District
Grantee Address:
Grantee's Grant Manager:
Telephone No.:
Reporting Period:
MM/DD/YYYY — MM/DD/YYYY
INSTRUCTIONS: Provide the following information for all tasks and deliverables identified in
Attachment 3, Grant Work Plan: Description of the work performed during the reporting period,
problems encountered, problem resolutions, scheduled updates, proposed work for the next reporting
period, and percentage of the work that has been completed to date.
NOTE: Use as many pages as necessary to cover all tasks in the Grant Work Plan.
The following format should be followed:
Task 1:
Progress for this reporting period:
Identify any delays or problems encountered:
Percentage of task completed:
Task 2:
Progress for this reporting period:
Identify any delays or problems encountered:
Percentage of task completed:
Task 3:
Progress for this reporting period:
Identify any delays or problems encountered:
Percentage of task completed:
Task 4:
Progress for this reporting period:
Identify any delays or problems encountered:
Percentage of task completed:
This report is submitted in accordance with the reporting requirements of the above DEP
Agreement No. and accurately reflects the activities associated with the project.
Signature of Grantee's Grant Manager (or successor) Date
Exhibit A, DEP Agreement #: 22SRP09
1 of I
11/17/2021
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
RESILIENT FLORIDA GRANT PROGRAM
EXHIBIT C
PAYMENT REQUEST SUMMARY FORM
The current Exhibit C, Payment Request Summary Form for the Resilient Florida Program grant
agreements can be found on the Department's website at the link below. Each payment request must be
submitted on the current form. The Department will notify grantees of any substantial changes to Exhibit
C that occur during the grant agreement period.
https://floridadep.gov/Resilient-Florida-Program/Grants
Exhibit C, Page 1 of 1
Rev. 12/02/19
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
EXHIBIT F
DEP AGREEMENT NO. 22SRP09
SOUTH OSLO RIVERFRONT CONSERVATION AREA FLOODPLAIN RESTORATION
St. Johns River Water Management District
Final Project Report
r
\FNTAI p/
Insert Month & Year
2
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, DEP Agreement # 22SRP09
Page 1
5/12/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
Part I. Executive Summary
Part IL Methodology
Part 111. Outcome
Include evaluation of project's ability to meet goals and expected performance measures and provide explanation for
why goals were not met, if applicable. Identify successful outcomes, areas for improvement, and quantifiable metrics
as a result of the project.
Part IV. Further Recommendations
Instructions for completing Attachment 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 final 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, DEP Agreement # 22SRP09
Page 2
5/12/2022
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
o' a[.AR,yt Florida Department of Environmental Protection
o "-
° EXHIBIT G
PHOTOGRAPHER RELEASE FORM
*OyMEA/TAL �FOR PHOTOGRAPHS, VIDEOS, AUDIO RECORDINGS AND ARTWORKS
DEP AGREEMENT NO: 22SRP09
RELEASE FORM FOR PHOTOGRAPHS, VIDEOS, AUDIO RECORDINGS AND ARTWORKS
Owner/Submitter's Name:
Address:
City:
State:
Phone Number: ( ) Email:
License and Indemnification
Zip:
I certify that I am the owner of the photograph(s), video(s), audio recording(s) and/or artwork(s) being submitted and
am eighteen (18) years of age or older.
I hereby grant to the Florida Department of Environmental Protection the royalty -free and non-exclusive right to
distribute, publish and use the photograph(s), video(s), audio recording(s) and art work(s) submitted herewith (the
"Work") to promote the Florida Department of Environmental Protection. Uses may include, but are not limited to:
1. Promotion of FDEP (including, but limited to publications, websites, social media venues, advertisements,
etc.); and
2. Distribution to the media; and
3. Use in commercial products.
The Florida Department of Environmental Protection reserves the right to use/not use any Work as deemed appropriate
by the Florida Department of Environmental Protection. No Work will be returned once submitted.
I hereby acknowledge that the Florida Department of Environmental Protection shall bear no responsibility whatsoever
for protecting the Work against third -party infringement of my copyright interest or other intellectual property rights
or other rights I may hold in such Work, and in no way shall be responsible for any losses I may suffer as a result of
any such infringement; and I hereby represent and warrant that the Work does not infringe the rights of any other
individual or entity.
I hereby unconditionally release, hold harmless and indemnify the Florida Department of Environmental Protection,
its employees, volunteers, and representatives of and from all claims, liabilities and losses arising out of or in
connection with the Florida Department of Environmental Protection's use of the Work. This release and
indemnification shall be binding upon me, and my heirs, executors, administrators and assigns.
I have read and understand the terms of this release.
Owner signature: Date:
Photo/video/audio/artwork/recording
file name(s):
Location of photo/video/audio
recording/artwork:
Name of person accepting Work submission
Exhibit G, DEP Agreement #: 22SRP09
11/19/2021 Page I of 1
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
RESILIENT FLORIDA GRANT PROGRAM
CONTRACTUAL SERVICES CERTIFICATION
Exhibit H
Required for all grant agreements that include Contractual Services as an expenditure category.
DEP Agreement Number: 22SRP09
Project Title: South Oslo Riverfront Conservation Area Floodplain Restoration
Grantee: St. Johns River Water Management District
Prior to making a request for payment of contractual services, the Grantee must provide the
following to the Department Grant Manager then responsible for the Grantee's Resilient Florida
Grant Program grant agreement:
1. Documentation of the Grantee's procurement process, as consistent with Attachment
1, Paragraph 9(c) and Attachment 2, Paragraph 11;
2. A list of all subcontractor quote and/or bid amounts (as applicable), including the
company name and address for each subcontractor;
3. An explanation of how and why the Grantee made their determination(s) for the
subcontractor(s) selected to perform certain task(s) under the Grantee's relevant grant
agreement; and
4. This Exhibit H, signed and dated by the Grantee's own (non -Departmental) grant
manager.
By signing below, I certify that, on behalf of the Grantee, I have provided all the information
required by items 1. through 3. of this exhibit, as stated above, to the Department Grant Manager
currently responsible for the Grantee's Resilient Florida Grant Program grant agreement. I also
certify that the procurement process the Grantee utilized follows all of said Grantee's non -
Departmental policies and procedures for subcontractors.
Grantee's Grant Manager Signature
Print Name
Date
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
ATTACHMENT F — INSURANCE REQUIREMENTS
Including Florida Department of Environmental Protection Insurance Requirements
Recipient shall acquire and maintain, and ensure that any sub -recipients, contractors, and subcontractors,
similarly acquire and maintain, until completion of the Work the insurance coverage listed below, which
constitutes primary coverage. Recipient shall not commence the Work until the District receives and
approves Certificates of Insurance documenting Recipient's required coverage. Recipient's General Liability
policy shall include Endorsement CG 20101185, or equivalent, naming the St. Johns River Water
Management District ("District") as Additional Insured. All required policies shall include: (1) endorsement
that waives any right of subrogation against the District for any policy of insurance provided under this
requirement or under any state or federal worker's compensation or employer's liability act; (2) endorsement
to give the District no less than thirty (30) days written notice (with the exception of non-payment of
premium which requires a 10 -calendar -day notice) in the event of cancellation or material change.
Certificates of Insurance must be accompanied by copies of the requested endorsements. In addition,
Recipient's General Liability insurance and Automobile Liability insurance shall include the State of Florida,
the Florida Department of Environmental Protection, and the State of Florida Board of Trustees of the
Internal Improvement Trust Fund, as Additional Insureds for the entire length of the Agreement. If the
Recipient is self-funded for any category of insurance, then the Recipient shall provide documentation that
warrants and represents that it is self-funded for said insurance, appropriate and allowable under Florida law,
and that such self-insurance offers protection applicable to the Recipient's officers, employees, servants and
agents while acting within the scope of their employment with the Recipient for the entire length of the
Agreement.
Any deductibles or self-insured retentions above $100,000 must be declared to and approved by the District.
Approval will not be unreasonably withheld. Recipient is responsible for any deductible or self-insured
retention. All insurance policies shall be with insurers licensed or eligible to do business in the State of
Florida and having an A.M. Best rating of A-V or greater. If any work proceeds over or adjacent to water, the
Recipient shall secure and maintain, as applicable, any other type of required insurance, including but not
limited to, Jones Act, Longshoreman's and Harbormaster's, or the inclusion of any applicable rider to
worker's compensation insurance, and any necessary watercraft insurance, with limits not less than $300,000
each. District receipt of insurance certificates providing less than the required coverage does not waive these
insurance requirements.
(a) Workers' Compensation Insurance. Workers' compensation and employer's liability coverage,
including maritime workers compensation, if applicable, in not less than the minimum limits required by
Florida law. Such policies shall cover all employees engaged in any contract Work. If Recipient claims
an exemption from workers' compensation coverage, Recipient must provide a copy of the Certificate of
Exemption from the Florida Division of Workers' Compensation for all officers or members of an LLC
claiming exemption who will be participating in the Work. In addition, Recipient must provide a
completed District "Affidavit (Non -Construction)" for non -construction contracts. Recipient is solely
responsible for compliance with any Federal workers' compensation laws such as Jones Act and USL&H
Act _mcludine any benefits available to any workers performing work on this project In case any class of
employees engaged in hazardous work under this Agreement is not protected under Worker's
Compensation statutes, the Recipient shall provide, and cause each sub -recipient, contractor, or
subcontractor, to provide, adequate insurance satisfactory to the District and the Florida Department of
Environmental Protection, for the protection of its employees not otherwise protected.
(b) General Liability. Commercial General Liability Insurance on an "Occurrence Basis," with limits of
liability not less than $1,000,000/$2,000,000, for personal injury, bodily injury, and property damage.
Coverage shall include: (1) contractual liability, (2) products and completed operations, (3) independent
contractors, and (4) property in the care, control, or custody of the Contractor. Extensions shall be added,
or exclusions deleted to provide the necessary coverage.
-18-
A TRUE COPY
CERTIFICATION ON LAST PAGE
RYAN L. BUTLER, CLERK Contract #38600
(c) Automobile Liability. Minimum limits of liability shall be as follows:
1. $300,000 —Automobile Liability Combined Single Limit for Company -Owned Vehicles, if
applicable
2. $300,000 — Hired and Non -owned Automobile Liability Coverage
STATE OF FLORQD
INDIAN RIVER COUNTY
THIS IS TO CERTIFY THAT THIS IS ATRUE AND CORRECT
COPY OF THE ORIGINAL ON FILE IN THIS OFFICE.
e--�vj _ _ RYAN L BtJQW, CLERK