R24-238 RESOLUTION NO. R24-238
2
3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF BOYNTON
4 BEACH, FLORIDA, ACCEPTING A RESILIENT FLORIDA PROGRAM
5 FISCAL YEAR 2024-2025 STATEWIDE RESILIENCE PLAN GRANT
6 AWARD FOR THE SHORELINE RESILIENCE PROJECT IN THE AMOUNT
7 OF $536,952 FROM THE STATE OF FLORIDA DEPARTMENT OF
8 ENVIRONMENTAL PROTECTION; APPROVING GRANT AGREEMENT
9 NO. 25SRP19 WITH THE STATE OF FLORIDA DEPARTMENT OF
10 ENVIRONMENTAL PROTECTION AND AUTHORIZING THE MAYOR TO
11 EXECUTE ALL DOCUMENTS NECESSARY TO IMPLEMENT THE INTENT
12 OF THIS RESOLUTION SUBJECT TO THE REVIEW AND APPROVAL OF
13 THE CITY ATTORNEY'S OFFICE; AND FOR ALL OTHER PURPOSES.
14
15 WHEREAS, on May 12, 2021, the Senate Bill 1954 became law, which included the creation
16 of the Resilient Florida Program. This comprehensive legislation ensures a coordinated approach
17 to Florida's coastal and inland resilience. The Resilient Florida Program enhances the efforts to
18 protect Florida inland waterways,coastlines and shores,which serve as invaluable natural defenses
19 against sea level rise.The legislation will yield the largest investment in Florida's history to prepare
20 communities for the impacts of sea level rise, intensified storms, and flooding; and
21 WHEREAS, the Resilient Florida Program includes a selection of grants that are available
22 to municipalities to effectively address the impacts of flooding and sea level rise that Florida faces.
23 Under this program, the City has completed a statutorily compliant flooding vulnerability
24 assessment and was awarded a grant to develop an adaptation plan; and
25 WHEREAS, on August 20, 2024, the City was awarded funding in the amount of $536,952
26 under the Resilient Florida Implementation Grant Program for the City of Boynton Beach Park
27 Shoreline Resilience Project. The project will integrate the natural environment and engineered
28 structures fostering biodiversity and ecological equilibrium; and
29 WHEREAS, the grant has a 50% match of $536,952; and
30 WHEREAS, the City Commission, upon the recommendation of staff, has deemed it in the
31 best interests of the city's citizens and residents to accept a Resilient Florida Program Fiscal Year
32 2024-2025 Statewide Resilience Plan Grant Award for the Shoreline Resilience Project in the
33 amount of $536,952 from the State of Florida Department of Environmental Protection and
34 approve Grant Agreement No. 25SRP19 with the State of Florida Department of Environmental
35 Protection.
36
37 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF BOYNTON
38 BEACH, FLORIDA, THAT:
39 SECTION 1. The foregoing "Whereas" clauses are hereby ratified and confirmed as
40 being true and correct and are hereby made a specific part of this Resolution upon adoption.
41 SECTION 2. The City Commission of the City of Boynton Beach, Florida, does hereby
42 accept a Resilient Florida Program Fiscal Year 2024-2025 Statewide Resilience Plan Grant Award
43 for the Shoreline Resilience Project in the amount of $536,952 from the State of Florida
44 Department of Environmental Protection.
45 SECTION 3. The City Commission of the City of Boynton Beach, Florida, does hereby
46 approve Grant Agreement No. 25SRP19 between the State of Florida Department of
47 Environmental Protection and the City for the Shoreline Resilience Project in the amount of
48 $536,952 (the "Agreement").
49 SECTION 4. The City Commission of the City of Boynton Beach, Florida, hereby
50 authorizes the Mayor to execute the Agreement and any ancillary documents required under the
51 Agreement or necessary to accomplish the purposes of the Agreement or this Resolution, subject
52 to the review and approval of the City Attorney's Office.
53 SECTION 5. Alannah Irwin and Mirna Crompton shall be responsible for ensuring that
54 one fully executed Agreement is returned to the City, to be provided to the Office of the City
55 Attorney for forwarding to the City Clerk for retention as a public record.
56 SECTION 6. This Resolution shall take effect in accordance with law.
57
58 [signatures on the following page]
59
60 PASSED AND ADOPTED this f7°1 day of gibe r 2024.
61 CITY OF BOYNTON BEACH, FLORIDA
62 YES NO
63 Mayor-Ty Penserga ✓
64
65 Vice Mayor-Aimee Kelley
66
67 Commissioner-Angela Cruz
68
69 Commissioner-Woodrow L. Hay
70
71 Commissioner-Thomas Turkin +.rte '61701 Cl-r"
72
73 VOTE q-0
74 ATTE
75
76 I�. , l l41147202.11Amy,-L��
77 Maylee De J- s, MPA, M T •r;:
78 City Clerk .� M a •r
79
=Oy'c1TON BF,�►
80 �Q?o�QORATe• .'Q•� AP'ROVED AS TO FORM:
:
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:
City of Boynton Beach Park Shoreline Resilience 25SRP19
2. Parties State of Florida Department of Environmental Protection,
3900 Commonwealth Boulevard
Tallahassee,Florida 32399-3000 (Department)
Grantee Name: City of Boynton Beach Entity Type:Local Government
Grantee Address: FEED: 59-6000282
100 East Ocean Avenue, Boynton Beach,Florida 33453
(Grantee)
3. Agreement Begin Date: Date of Expiration:
7/1/2024 6/30/2027
4. Project Number: Project Location(s): Palm Beach County,Florida
(If dierou from Agreement Number)
Project Description:The Project will construct 1708 linear feet of living shorelines at Mangrove Park,Intracoastal Park,and Jaycee Park to fortify
coastal resilience
5. Total Amount of Funding: Funding Source? Award#s or Line-Item Appropriations: Amount per Source(s):
▪ State OFederal FY 2024-2025 GAA Line Item 1853 $ 536,952.00
O State OFederal $
$536,952.00 0 State OFederal $
O Grantee Match _ $ 536,952.00
Total Amount of Funding+Grantee Match,if any: $ 1.073,904.00
6. Department's Grant Manager Grantee's Grant Manager
Name: Matthew Behnke Name: Mirna Crompton
or successor or successor
Address: Resilient Florida Program Address: City of Boynton Beach
3900 Commonwealth Boulevard,MS230 P.O Box 310
Tallahassee,Florida 32399 Boynton Beach,Florida 33425
Phone: 850-245-8305 Phone: 561-742-6087
Email: Matthew.Behnke(a),FloridaDEP.gov Email: CromptonM(a,bbfl.us
7. The Parties agree to comply with the terms and conditions of the following attachments and exhibits which are hereby
incorporated by reference:
O Attachment I:Standard Terms and Conditions Applicable to All Grants Agreements
0 Attachment 2:Special Terms and Conditions
O Attachment 3:Grant Work Plan
O Attachment 4:Public Records Requirements
O Attachment 5:Special Audit Requirements
It7 Attachment 6:Program-Specific Requirements
0 Attachment 7:Grant Award Terms(Federal)"Copy available at blips//facts fldfs.com,in accordance with section 215.985,F.S.
0 Attachment 8:Federal Regulations and Terms(Federal)
0 Additional Attachments(if necessary):
O Exhibit A:Progress Report Form
0 Exhibit B:Property Reporting Form
0 Exhibit C:Payment Request Summary Form
0 Exhibit D:Quality Assurance Requirements
0 Exhibit E:Advance Payment Terms and Interest Earned Memo
0 Exhibit J:Common Carrier or Contracted Carrier Attestation Form PUR1808
DEP Agreement No. 25SRP 19
Rev. 1/3124
ORCP Additional Signatures
DEP Grant Manager,Matt iew Behnke
DEP QC Reviewer,Katharine Hoover
Grantee may add additional signatures below,if needed.
4. Deliverables.
The Grantee agrees to render the services or other units of deliverables as set forth in Attachment 3,Grant Work Plan.
The services or other units of deliverables shall be delivered in accordance with the schedule and at the pricing outlined
in the Grant Work Plan. Deliverables may be comprised of activities that must be completed prior to Department
making payment on that deliverable.The Grantee agrees to perform in accordance with the terms and conditions set
forth in this Agreement and all attachments and exhibits incorporated by the Standard Grant Agreement.
5. Performance Measures.
The Grantee warrants that: (1)the services will be performed by qualified personnel;(2)the services will be of the
kind and quality described in the Grant Work Plan; (3) the services will be performed in a professional and
workmanlike manner in accordance with industry standards and practices; (4) the services shall not and do not
knowingly infringe upon the intellectual property rights,or any other proprietary rights,of any third party;and(5)its
employees,subcontractors,and/or subgrantees shall comply with any security and safety requirements and processes,
if provided by Department,for work done at the Project Location(s).The Department reserves the right to investigate
or inspect at any time to determine whether the services or qualifications offered by Grantee meet the Agreement
requirements. Notwithstanding any provisions herein to the contrary, written acceptance of a particular deliverable
does not foreclose Department's remedies in the event deficiencies in the deliverable cannot be readily measured at
the time of delivery.
6. Acceptance of Deliverables.
a. Acceptance Process. All deliverables must be received and accepted in writing by Department's Grant Manager
before payment.The Grantee shall work diligently to correct all deficiencies in the deliverable that remain
outstanding,within a reasonable time at Grantee's expense.If Department's Grant Manager does not accept the
deliverables within 30 days of receipt,they will be deemed rejected.
b. Rejection of Deliverables. The Department reserves the right to reject deliverables,as outlined in the Grant
Work Plan,as incomplete,inadequate,or unacceptable due,in whole or in part,to Grantee's lack of satisfactory
performance under the terms of this Agreement.The Grantee's efforts to correct the rejected deliverables will
be at Grantee's sole expense.Failure to fulfill the applicable technical requirements or complete all tasks or
activities in accordance with the Grant Work Plan will result in rejection of the deliverable and the associated
invoice. Payment for the rejected deliverable will not be issued unless the rejected deliverable is made
acceptable to Department in accordance with the Agreement requirements. The Department,at its option,may
allow additional time within which Grantee may remedy the objections noted by Department.The Grantee's
failure to make adequate or acceptable deliverables after a reasonable opportunity to do so shall constitute an
event of default.
7. Financial Consequences for Nonperformance.
a. Withholding Payment. In addition to the specific consequences explained in the Grant Work Plan and/or
Special Terms and Conditions,the State of Florida(State)reserves the right to withhold payment when the
Grantee has failed to perform/comply with provisions of this Agreement.None of the financial consequences
for nonperformance in this Agreement as more fully described in the Grant Work Plan shall be considered
penalties.
b. Invoice reduction
If Grantee does not meet a deadline for any deliverable,the Department will reduce the invoice by 1%for each
day the deadline is missed,unless an extension is approved in writing by the Department.
c. Corrective Action Plan. If Grantee fails to correct all the deficiencies in a rejected deliverable within the specified
timeframe, Department may, in its sole discretion, request that a proposed Corrective Action Plan (CAP) be
submitted by Grantee to Department. The Department requests that Grantee specify the outstanding deficiencies
in the CAP. All CAPs must be able to be implemented and performed in no more than sixty(60)calendar days.
i. The Grantee shall submit a CAP within ten (10) days of the date of the written request from
Department.The CAP shall be sent to the Department's Grant Manager for review and approval.
Within ten(10)days of receipt of a CAP,Department shall notify Grantee in writing whether the
CAP proposed has been accepted. If the CAP is not accepted,Grantee shall have ten(10)days from
receipt of Department letter rejecting the proposal to submit a revised proposed CAP. Failure to
obtain Department approval of a CAP as specified above may result in Department's termination of
this Agreement for cause as authorized in this Agreement.
ii. Upon Department's notice of acceptance of a proposed CAP,Grantee shall have ten(10)days to
commence implementation of the accepted plan. Acceptance of the proposed CAP by Department
Attachment 1
2 of 14
Rev. 11/13/2024
ii. Allocated under each payment by the public agency to be used for remuneration of any member of
the board of directors or an officer of the Contractor.
The documentation must indicate the amounts and recipients of the remuneration. Such information must be
posted on the State's the contract tracking system and maintained pursuant to section 215.985,F.S.,and must be
posted on the Contractor's website,if Contractor maintains a website.
h. Interim Payments. Interim payments may be made by Department, at its discretion, if the completion of
deliverables to date have first been accepted in writing by Department's Grant Manager.
i. Final Pad ment Request.A final payment request should be submitted to Department no later than sixty(60)days
following the expiration date of the Agreement to ensure the availability of funds for payment. However, all
work performed pursuant to the Grant Work Plan must be performed on or before the expiration date of the
Agreement.
j. Annual Appropriation Contingency. The State's performance and obligation to pay under this Agreement is
contingent upon an annual appropriation by the Legislature. This Agreement is not a commitment of future
appropriations. Authorization for continuation and completion of work and any associated payments may be
rescinded, with proper notice, at the discretion of Department if the Legislature reduces or eliminates
appropriations.
k. Interest Rates.All interest rates charged under the Agreement shall be calculated on the prevailing rate used by
the State Board of Administration. To obtain the applicable interest rate, please refer to:
ht.ps:/./www.mylluri:iision/aa/local-governments.'tud gement-interest-rates.
I. 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 Aureement is funded with federal funds
and the Department is required to refund the federal government, the Grantee shall refund the Department its
share of those funds.
9. Documentation Required for Cost Reimbursement Grant Agreements and Match.
If Cost Reimbursement or Match is authorized in Attachment 2,Special Terms and Conditions,the following
conditions apply.Supporting documentation must be provided to substantiate cost reimbursement or match
requirements for the following budget categories:
a. Salary/Wages. Grantee shall list personnel involved, position classification,direct salary rates, and hours spent
on the Project in accordance with Attachment 3,Grant Work Plan in their documentation for reimbursement or
match requirements.
b. Overhead/Indirect/General and Administrative Costs. If Grantee is being reimbursed for or claiming match for
multipliers,all multipliers used(i.e.,fringe benefits,overhead,indirect,and/or general and administrative rates)
shall be supported by audit. If Department determines that multipliers charged by Grantee exceeded the rates
supported by audit,Grantee shall be required to reimburse such funds to Department within thirty (30)days of
written notification.Interest shall be charged on the excessive rate.
c. Contractual Costs (Subcontractors). Match or reimbursement requests for payments to subcontractors must be
substantiated by copies of invoices with backup documentation identical to that required from Grantee.
Subcontracts which involve payments for direct salaries shall clearly identify the personnel involved,salary rate
per hour, and hours spent on the Project. All eligible multipliers used (i.e., fringe benefits, overhead, indirect,
and/or general and administrative rates)shall be supported by audit. If Department determines that multipliers
charged by any subcontractor exceeded the rates supported by audit,Grantee shall be required to reimburse such
funds to Department within thirty (30)days of written notification. Interest shall be charged on the excessive
rate. Nonconsumable and/or nonexpendable personal property or equipment costing$5,000 or more purchased
for the Project under a subcontract is subject to the requirements set forth in chapters 273 and/or 274,F.S.,and
Chapter 691-72, Florida Administrative Code (F.A.C.) and/or Chapter 691-73,F.A.C., as applicable.For grants
funded with federal funds,nonconsumable and/or nonexpendable personal property or equipment costing$10,000
or more purchased for the Project under a subcontract is subject to the requirements set forth in 2 CFR 200.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-
Attachment 1
4 of 14
Rev. 11/13/2024
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. puts•to Maintain Coverage. In the event that any applicable coverage is cancelled by the insurer for any
reason,or if Grantee cannot get adequate coverage,Grantee shall immediately notify Department of such
cancellation and shall obtain adequate replacement coverage conforming to the requirements herein and provide
proof of such replacement coverage within ten(10)days after the cancellation of coverage.
e. Insurance Trust.If the Grantee's insurance is provided through an insurance trust,the Grantee shall instead add
the Department of Environmental Protection,its employees,and officers as an additional covered party
everywhere the Agreement requires them to be added as an additional insured.
13. Termination.
a. Termination for Convenience.When it is in the State's best interest,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.
b. Termination for Cause.The Department may terminate this Agreement if any of the events of default described
in the Events of Default provisions below occur or in the event that Grantee fails to fulfill any of its other
obligations under this Agreement.If,after termination,it is determined that Grantee was not in default,or that
the default was excusable,the rights and obligations of the parties shall be the same as if the termination had
been issued for the convenience of Department.The rights and remedies of Department in this clause are in
addition to any other rights and remedies provided by law or under this Agreement.
c. Grantee Obligations upon Notice of Termination.After receipt of a notice of termination or partial termination
unless as otherwise directed by Department,Grantee shall not furnish any service or deliverable on the date,and
to the extent specified,in the notice. However,Grantee shall continue work on any portion of the Agreement
not terminated. If the Agreement is terminated before performance is completed,Grantee shall be paid only for
that work satisfactorily performed for which costs can be substantiated. The Grantee shall not be entitled to
recover any cancellation charges or lost profits.
d. Continuation of Prepaid Services.If Department has paid for any services prior to the expiration,cancellation,
or termination of the Agreement,Grantee shall continue to provide Department with those services for which it
has already been paid or,at Department's discretion,Grantee shall provide a refund for services that have been
paid for but not rendered.
e. Transition of Services Upon Termination.Expiration.or Cancellation of the Agreement.If services provided
under the Agreement are being transitioned to another provider(s),Grantee shall assist in the smooth transition
of Agreement services to the subsequent provider(s). This requirement is at a minimum an affirmative
obligation to cooperate with the new provider(s),however additional requirements may be outlined in the Grant
Attachment 1
6 of 14
Rev.11/13/2024
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 arc 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 arc governmental entities: Each party hereto agrees that it shall be solely responsible for the
negligent or wrongful acts of its employees and agents. However, nothing contained herein shall constitute a
waiver by either party of its sovereign immunity or the provisions of section 768.28,F.S.Further,nothing herein
shall be construed as consent by a state agency or subdivision of the State to be sued by third parties in any matter
arising out of any contract or this Agreement.
d. No provision in this Agreement shall require Department to hold harmless or indemnify Grantee,insure or assume
liability for Grantee'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 majeurc 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.
Attachment 1
8 of 14
Rev. 11/13/2024
there is a valid waiver in place. However,the provision may apply to funds expended before the waiver
or after expiration of the waiver.
If applicable,Recipients or Subrecipients of an award of Federal financial assistance from a program for
infrastructure are required to comply with the Build America,Buy America Act(BABA),including the
following provisions:
a. All iron and steel used in the project are produced in the United States--this means all manufacturing processes,
from the initial melting stage through the application of coatings,occurred in the United States;
b. All manufactured products used in the project are produced in the United States-this means the manufactured
product was manufactured in the United States;and the cost of the components of the manufactured product
that are mined,produced,or manufactured in the United States is greater than 55 percent of the total cost of all
components of the manufactured product,unless another standard for determining the minimum amount of
domestic content of the manufactured product has been established under applicable law or regulation;and
c. All construction materials are manufactured in the United States-this means that all manufacturing processes for
the construction material occurred in the United States.
The Buy America preference only applies to articles,materials,and supplies that are consumed in,incorporated
into,or affixed to an infrastructure project.As such,it does not apply to tools,equipment,and supplies,such as
temporary scaffolding,brought to the construction site and removed at or before the completion of the
infrastructure project.Nor does a Buy America preference apply to equipment and furnishings,such as movable
chairs,desks,and portable computer equipment,that are used at or within the finished infrastructure project but
are not an integral part of the structure or permanently affixed to the infrastructure project.
25. Investing in America
Grantees of an award for construction projects in whole or in part by the Bipartisan Infrastructure Law or the
Inflation Reduction Act,including the following provision:
a. Signage Requirements
a.Investing in America Emblem:The recipient will ensure that a sign is placed at construction
sites supported in whole or in part by this award displaying the official Investing in America
emblem and must identify the project as a"project funded by President Biden's Bipartisan
Infrastructure Law"or"project funded by President Biden's Inflation Reduction Act"as
applicable.The sign must be placed at construction sites in an easily visible location that can be
directly linked to the work taking place and must be maintained in good condition throughout the
construction period.
The recipient will ensure compliance with the guidelines and design specifications provided by
EPA for using the official Investing in America emblem available at:
https://www.epa.gov/invest!investing-america-signage.
b.Procuring Signs:Consistent with section 6002 of RCRA,42 U.S.C.6962,and 2 CFR 200.323,
recipients are encouraged to use recycled or recovered materials when procuring signs.Signage
costs are considered an allowable cost under this assistance agreement provided that the costs
associated with signage are reasonable.Additionally,to increase public awareness of projects
serving communities where English is not the predominant language,recipients are encouraged to
translate the language on signs(excluding the official Investing in America emblem or EPA logo
or seal)into the appropriate non-English language(s).The costs of such translation are allowable,
provided the costs are reasonable.
26. Scrutinized Companies.
a. Grantee certifies that it is not on the Scrutinized Companies that Boycott Israel List or engaged in a
boycott of Israel. Pursuant to section 287.135,F.S.,the Department may immediately terminate this
Agreement at its sole option if the Grantee is found to have submitted a false certification;or if the
Grantee is placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott
of Israel during the term of the Agreement.
b. If this Agreement is for more than one million dollars,the Grantee certifies that it is also not on the
Scrutinized Companies with Activities in Sudan,Scrutinized Companies with Activities in the Iran
Petroleum Energy Sector List,or engaged with business operations in Cuba or Syria as identified in
section 287.135,F.S.Pursuant to section 287.135,F.S.,the Department may immediately terminate
this Agreement at its sole option if the Grantee is found to have submitted a false certification;or if
the Grantee is placed on the Scrutinized Companies with Activities in Sudan List,or Scrutinized
Attachment 1
10 of 14
Rev.11/13/2024
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
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.
30. Conflict of Interest.
The Grantee covenants that it presently has no interest and shall not acquire any interest which would conflict in any
manner or degree with the performance of services required.
31. Independent Contractor.
The Grantee is an independent contractor and is not an employee or agent of Department.
32. Subcontracting.
a. Unless otherwise specified in the Special Terms and Conditions,all services contracted for are to be performed
solely by Grantee.
b. The Department may,for cause,require the replacement of any Grantee employee,subcontractor,or agent. For
cause,includes,but is not limited to,technical or training qualifications,quality of work,change in security status,
or non-compliance with an applicable Department policy or other requirement.
c. The Department may,for cause,deny access to Department's secure information or any facility by any Grantee
employee,subcontractor,or agent.
d. The Department's actions under paragraphs b.or c.shall not relieve Grantee of its obligation to perform all work
in compliance with the Agreement.The Grantee shall be responsible for the payment of all monies due under any
subcontract.The Department shall not be liable to any subcontractor for any expenses or liabilities incurred under
any subcontract and Grantee shall be solely liable to the subcontractor for all expenses and liabilities incurred
under any subcontract.
e. The Department will not deny Grantee's employees, subcontractors, or agents access to meetings within the
Department's facilities,unless the basis of Department's denial is safety or security considerations.
f. The Department supports diversity in its procurement program and requests that all subcontracting opportunities
afforded by this Agreement embrace diversity enthusiastically. The award of subcontracts should reflect the full
diversity of the citizens of the State. A list of minority-owned firms that could be offered subcontracting
opportunities may be obtained by contacting the Office of Supplier Development at(850)487-0915.
g. The Grantee shall not be liable for any excess costs for a failure to perform,if the failure to perform is caused by
the default of a subcontractor at any tier,and if the cause of the default is completely beyond the control of both
Grantee and the subcontractor(s),and without the fault or negligence of either,unless the subcontracted products
or services were obtainable from other sources in sufficient time for Grantee to meet the required delivery
schedule.
33. Guarantee of Parent Company.
If Grantee is a subsidiary of another corporation or other business entity,Grantee asserts that its parent company will
guarantee all of the obligations of Grantee for purposes of fulfilling the obligations of Agreement. In the event Grantee
Attachment 1
12 of 14
Rev. 11/13/2024
If the Grantee is a nongovernmental entity,the Grantee must provide the Department with an affidavit signed by an
officer or a representative of the Grantee under penalty of perjury attesting that the Grantee does not use coercion for
labor or services as defined in section 787.06,F.S.
43. Iron and Steel for Public Works Projects.
If this Agreement funds a"public works project"as defined in section 255.0993,F.S.,or the purchase of materials to
be used in a public works project,any iron or steel permanently incorporated in the Project must be"produced in the
United States,"as defined in section 255.0993,F.S.This requirement does not apply if the Department determines
that any of the following circumstances apply to the Project:
(1)iron or steel products produced in the United States are not produced in sufficient quantities,reasonably
available,or of satisfactory quality;
(2)the use of iron or steel products produced in the United States will increase the total cost of the project by more
than twenty percent(20%);or
(3)complying with this requirement is inconsistent with the public interest.
Further,this requirement does not prevent the Contractor's minimal use of foreign steel and iron materials if:
(1)such materials are incidental or ancillary to the primary product and are not separately identified in the project
specifications;and
(2)the"cost"of such materials,as defined in section 255.0993,F.S.,does not exceed one-tenth of one percent(1%)
of the total Project Cost under this Agreement or$2,500,whichever is greater.
Electrical components,equipment,systems,and appurtenances,including supports,covers,shielding,and other
appurtenances related to an electrical system that are necessary for operation or concealment(excepting
transmission and distribution poles)are not considered to be iron or steel products and are,therefore,exempt from
the requirements of this paragraph.
This provision shall be applied in a manner consistent with and may not be construed to impair the state's
obligations under any international agreement.
44. Complete and Accurate information.
Grantee represents and warrants that all statements and information provided to DEP are current,complete,and
accurate.This includes all statements and information in this Grant,as well as its Attachments and Exhibits.
45. 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
14 of 14
Rev.11/13/2024
Each payment request submitted shall document all matching funds and/or match efforts(i.e.,in-kind services)
provided during the period covered by each request. The final payment will not be processed until the match
requirement has been met.
If,upon completion of this Project,actual Project costs are less than the total estimated Project costs,and there are
no pending payment requests,the Grantee's required match may be reduced proportionately,as long as at least a
50%match of the actual total cost of the Project is provided by the Grantee and the reduced amount satisfies
statutory and program requirements.
8. Insurance Requirements
Required Coverage. At all times during the Agreement the Grantee,at its sole expense,shall maintain insurance
coverage of such types and with such terms and limits described below. The limits of coverage under each policy
maintained by the Grantee shall not be interpreted as limiting the Grantee's liability and obligations under the
Agreement. 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 arc:
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.
lithe 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 arc no special Office of Policy and Budget reporting requirements for this Agreement.
14. Common Carrier.
Attachment 2
2 of 3
Rev 6/27/24
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
GRANT WORK PLAN
AGREEMENT NO.25SRP19
ATTACHMENT 3
PROJECT TITLE:City of Boynton Beach Park Shoreline Resilience
PROJECT LOCATION:The Project is located in Boynton Beach within Palm Beach County,Florida.
PROJECT DESCRIPTION:
The City of Boynton Beach (Grantee) will conduct the City of Boynton Beach Park Shoreline Resilience
(Project)to include the construction of living shorelines covering 1708 linear feet of shoreline at Mangrove
Park,Intracoastal Park,and Jaycee Park to fortify coastal resilience.
TASKS AND DELIVERABLES:
Task 1: Design and Permitting
Description: The Grantee will acquire professional services for the engineering and design of innovative
living shoreline technologies using nature-based solutions covering 1708 linear feet of shoreline and 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.The Grantee will submit all work products to the appropriate local,state,and federal
regulatory agencies. The Grantee will perform preconstruction project administration, to include project
scope of work determination,planning and development of proposed project(s),design consultant direction
and oversight, meetings with design professionals and construction contractor(s) and overall project
coordination and supervision.
Deliverables:The Grantee will provide the following:
• LI: All final design documents as signed by a Florida-registered Professional Engineer or other
applicable Florida Licensed Professional in responsible charge of the design;
• 1.2: A copy of final permit documents from all applicable local, state, and federal regulatory
agencies for all permits required for the Project. This should include any permits listed in the
original project application;and,
• 1.3:Project administration and management report(s)signed by the Grantee's Grant Manager.The
report(s)must cover the performance period of the task and can be submitted no more frequently
than quarterly during the performance period of the task.The report(s)must include:
o A summary of project administration activities;
o Proposed project scopes of work;and
o Meeting minutes with design professionals and construction contractors,as applicable.
Task 2: Construction
Description: The Grantee will construct innovative living shoreline technologies using nature based
solutions at Mangrove Park,Intracoastal Park,and Jaycee Park in accordance with the construction contract
documents.Project costs associated with the Construction task include work approved through construction
DEP Agreement No.:25SRP19
Page 1 of 3
Rev.9.9.24
PAYMENT REQUEST SCHEDULE:Following the Grantee's full or partial completion of a task's deliverable(s)
and acceptance by the Department's Grant Manager, the Grantee may submit a payment request for cost
reimbursement using the Exhibit C,Payment Request Summary Form.All payment requests must be accompanied
by the Deliverable Acceptance Letter; the Exhibit A, Progress Report Form, detailing all progress made in the
invoice period; and supporting fiscal documentation including match, if applicable. Interim payments will not be
accepted. Payment requests will not be accepted until all required Exhibit A, Progress Report Forms, have been
submitted to the Department's Grant Manager for all reporting periods dating back to the Agreement Begin Date.
Upon the Department's receipt of the aforementioned documents and supporting fiscal documentation, the
Department's Grant Manager will have ten(10)working days to review and approve or deny the payment request.
PROJECT TIMELINE 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.
Task Budget DEP Match Total Task Start Task Due
No. Task Title Category Amount Amount Amount Date Date
Design and Contractual
1 Permitting Services $150,000 $150,000 $300,000 7/1/2024 3/31/2027
2 Construction Contractual $386,952 $386,952 $773,904 7/1/2024 3/31/2027
Services
Total: $536,952 $536,952 $1,073,904
DEP Agreement No.:25SRP19
Page 3 of 3
Rev.9.9.24
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
Special Audit Requirements
(State and Federal Financial Assistance)
Attachment 5
The administration of resources awarded by the Department of Environmental Protection(which may be referred to
as the "Department" "DEP", "FDEP"or"Grantor'; or other name in the agreement)to the recipient(which may be
referred to as the"Recipient", "Grantee"or other name in the agreement)may be subject to audits and/or monitoring
by the Department of Environmental Protection,as described in this attachment.
MONITORING
In addition to reviews of audits conducted in accordance with 2 CFR Part 200, Subpart F-Audit Requirements,and
Section 215.97,F.S.,as revised(see"AUDITS"below),monitoring procedures may include,but not be limited to,
on-site visits by DEP Department staff, limited scope audits as defined by 2 CFR 200.425,or other procedures.By
entering into this Agreement,the recipient agrees to comply and cooperate with any monitoring procedures/processes
deemed appropriate by the Department of Environmental Protection. In the event the Department of Environmental
Protection determines that a limited scope audit of the recipient is appropriate,the recipient agrees to comply with any
additional instructions provided by the Department to the recipient regarding such audit.The recipient further agrees
to comply and cooperate with any inspections, reviews, investigations, or audits deemed necessary by the Chief
Financial Officer(CFO)or Auditor General.
AUDITS
PART I: FEDERALLY FUNDED
This part is applicable if the recipient is a State or local government or a non-profit organization as defined in 2 CFR
§200.330
1. A recipient that expends $1,000,000 or more in Federal awards in its fiscal year, must have a single or
program-specific audit conducted in accordance with the provisions of 2 CFR Part 200,Subpart F.EXHIBIT
1 to this Attachment indicates Federal funds awarded through the Department of Environmental Protection
by this Agreement.In determining the federal awards expended in its fiscal year,the recipient shall consider
all sources of federal awards,including federal resources received from the Department of Environmental
Protection. The determination of amounts of federal awards expended should be in accordance with the
guidelines established in 2 CFR 200.502-503.An audit of the recipient conducted by the Auditor General in
accordance with the provisions of 2 CFR Part 200.514 will meet the requirements of this part.
2. For the audit requirements addressed in Part I,paragraph 1,the recipient shall fulfill the requirements relative
to auditee responsibilities as provided in 2 CFR 200.508-512.
3. A recipient that expends less than $1,000,000 in federal awards in its fiscal year is not required to have an
audit conducted in accordance with the provisions of 2 CFR Part 200,Subpart F-Audit Requirements.If the
recipient expends less than $1,000,000 in federal awards in its fiscal year and elects to have an audit
conducted in accordance with the provisions of 2 CFR 200, Subpart F-Audit Requirements,the cost of the
audit must be paid from non-federal resources (i.e., the cost of such an audit must be paid from recipient
resources obtained from non-federal entities).
4. The recipient may access information regarding the Catalog of Federal Domestic Assistance(CFDA)via the
internet at}tttps://sam,gpv/con ten t/assi stan ce-I 1st i ngs.
Attachment 5
1 of 7
BGS-DEP 55-215 revised 11/19/24
By Mail:
Federal Audit Clearinghouse
Bureau of the Census
1201 East 10th Street
Jeffersonville,IN 47132
Submissions of the Single Audit reporting package for fiscal periods ending on or after January 1,
2008,must be submitted using the Federal Clearinghouse's Internet Data Entry System which can
be found at http://harvester.census.gov/facwcb/
2. 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:
FDEPSinzleAudit@dep.state.fius
B. The Auditor General's Office at the following address:
Auditor General
Local Government Audits/342
Claude Pepper Building,Room 401
1 l 1 West Madison Street
Tallahassee,Florida 32399-1450
The Auditor General's website(http://flauditor.gov/)provides instructions for filing an
electronic copy of a financial reporting package.
3. Copies of reports or management letters required by PART Ill 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:
FDEPSingleAuditgidep.state.fl.us
4. Any reports, management letters, or other information required to be submitted to the Department of
Environmental Protection pursuant to this Agreement shall be submitted timely in accordance with 2 CFR
200.512, section 215.97,F.S.,and Chapters 10.550 (local governmental entities)or 10.650(nonprofit and
for-profit organizations),Rules of the Auditor General,as applicable.
Attachment 5
3 of 7
BGS-DEP 55-215 revised 11/19/24
EXHIBIT-1
FUNDS AWARDED TO THE RECIPIENT PURSUANT TO THIS AGREEMENT CONSIST OF THE FOLLOWING:
Note:lithe resources awarded to the recipient represent more than one federal program,provide the same information shown below for each federal program
and show total federal resources awarded
Federal Resources Awarded to the Recipient Pursuant to this Agreement Consist of the Following:
Federal State
Program CFDA Appropnatton
A Federal Aeencc Number CFDA Title Funding Amount Categon
S
Federal State
Program CFDA Appropriation
B Federal Agency Number CFDA Title Funding Amount 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:1 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 usrd for)
B
Second Compliance requirement:i.e telieibilit requirement for recipients of the resourcest
Etc.
Etc.
Attachment 5,Exhibit I
5 of 7
ars.DEs 55.215
Retied 74119
services'purposes for which the funds are to be used arc included in the Agreement's Grant Work Plan. Any match required by the Recipient is clearly indicated
in the Agreement
Attachment 5,Exhibit 1
7 0I'7
BMW'MIS
Rewind 7!1019
9. Program Deliverable Acceptance and Disclaimer.The Department's acceptance of any specific project's task
deliverables required by that project's Resilient Florida Program grant agreement, does not guarantee the
Department's acceptance of the same or similar task deliverables,as required by a different Resilient Florida
Program grant agreement,notwithstanding the Grantee(s)and/or project(s)at issue being the same or similar.
The Department will review and accept all deliverables individually,pursuant to the terms and conditions of
each grant agreement for which they are submitted, including Attachment 3, Grant Work Plan. The
Department's acceptance of a specific deliverable does not constitute the Department's confirmation that the
conclusions or statements made within said deliverable are truthful or accurate,including,but not limited to,
claims of scientific validity and the certification of engineering practices. If a dispute arises between the
Department and Grantee regarding the veracity of a specific deliverable's content,the Department may request
that the Grantee provide additional documentation (e.g., a certification statement signed and sealed by a
licensed Professional Engineer),verifying that the conclusions or statements at issue are true and correct to the
best of the Grantee's knowledge,prior to the Department's acceptance of said deliverable.
10. Sunshine Law Compliance.As per Paragraph 23 to Attachment 1,Standard Terms and Conditions,the Grantee
is solely responsible for ensuring that its actions(and those of its agents)under the Agreement are made in
compliance with Section 286.011, Florida Statutes—Florida's Government in the Sunshine Law—where
applicable.
Implementation Grants
11. Sea Level Impact Projection Study Requirement.If a state-funded construction project is located within an
area where a Sea Level Impact Protection (SLIP)study is required pursuant to Section 380.0937, Florida
Statutes,the Grantee is responsible for conducting such a 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
published on the Department's website for at least thirty(30)days before construction can commence.Upon
submission to the Department,SLIP study reports must meet all relevant statutory requirements,as well as
the standards and criteria indicated in Chapter 62S-7,Florida Administrative Code.
12. 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 required,acquired,
and approved permits for the project.
13. Grant funds may not be used to support ongoing efforts to comply with certain legal requirements or actions
that were unanticipated, non-existent, or unknown to the Department at the time of this Agreement's
execution,including regulatory and permit compliance requirements,non-compliance and citation fees,fees
resulting from unanticipated permit conditions, settlement agreements, and compliance with formal or
informal enforcement actions to resolve violations of applicable rules and statutes(including consent orders,
Closed Without Official Enforcement agreements, and similar enforcement actions). Grant funds may be
utilized to support ongoing efforts to comply with permit-required conditions,as approved by the Resilient
Florida Program(e.g.,pre-,during-,and post-construction monitoring and mitigation efforts).
Grants Funded with American Rescue Plan Act(ARPA)Funds
14. Match Expenditure Monitoring.For any match-funded deliverable(s)identified in Attachment 3,Grant Work
Plan, not accepted by the Department by the Date of Expiration listed in Section 3 to the Standard Grant
Agreement(as modified by any properly executed amendment(s), as applicable), the Grantee must submit
Exhibit M,Match Expenditure Monitoring Form,to the Department prior to ARPA-funded grant closeout to
identify all remaining deliverable(s)which are to be completed solely using Grantee match funding. Failure
Attachment 6
Rev.9.9.24 Page 2 of 3
STATE OF FLORIDA
DEPARTMENT OF ENVIRONMENTAL PROTECTION
RESILIENT FLORIDA GRANT PROGRAM
EXHIBIT A
PROGRESS REPORT FORM
The current Exhibit A,Progress Report Form for the Resilient Florida Program grant agreements can be
found on the Department's website at the link below.Each progress report must be submitted on the current
form. The Department will notify grantees of any substantial changes to Exhibit A that occur during the
grant agreement period.
https://floridadep.gov/Resilient-Florida-ProgramiGrants
Exhibit A,Page 1 of 1
Rev.7/1/2024
EXHIBIT F
DEP AGREEMENT NO.25SRP19
CITY OF BOYNTON BEACH PARK SHORELINE RESILIENCE
City of Boynton Beach
Final Project Report
QP
pfiPARry�
O44> A
0
41
O4MENTAIPaD
Insert Month&Year
This report is funded in part through a grant agreement from the Florida Department of Environmental Protection.
The views,statements,findings,conclusions, and recommendations expressed herein are those of the author(s)and
do not necessarily reflect the views of the State of Florida or any of its subagencies.
Exhibit F,DEP Agreement#25SRP19
Page 1
6/30/2023
'°...�r� Florida Department of Environmental Protection
• .ti
° EXHIBIT G
i =
PHOTOGRAPHER RELEASE FORM
4.44 Mt. FOR PHOTOGRAPHS,VIDEOS,AUDIO RECORDINGS AND ARTWORKS
DEP AGREEMENT NO:25SRP19
RELEASE FORM FOR PHOTOGRAPHS,VIDEOS,AUDIO RECORDINGS AND ARTWORKS
Owner/Submitter's Name:
Address:
City: State: Zip:
Phone Number: ( ) Email:
License and Indemnification
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.
1 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#:25SRP19
11/19/2021 Page 1 of 1
COMMON CARRIER OR CONTRACTED CARRIER ATTESTATION
FORM
(PUR 1808)
Exhibit J
This form must be completed by a Common Carrier or contracted carrier and submitted to the
Governmental Entity with which a Contract being is executed, amended,or renewed. Capitalized
terms used herein have the definitions ascribed in section 908.111, F.S.
City of PXoy,.-ton &LA,Cjt is not willfully providing and will not willfully provide
any service during the Contract term in furtherance of transporting a person into this state
knowing that the person is an Unauthorized Alien,except to facilitate the detention, removal,or
departure of the person from this state or the United States.
Under penalties of perjury, I declare that I have read the foregoing statement and that the facts
stated in it are true.
Printed Name: Ty ►�t�srar�a
Title: t•{a,�,r
Signature: f � '�� Date: .z/y/
Ot_r
PUR 1808 (08/22) Page 1 of 1 60A-1.020,F.A.C.