HomeMy WebLinkAboutItem C29 C29
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
August 20, 2025
Agenda Item Number: C29
2023-4388
BULK ITEM: Yes DEPARTMENT: Purchasing
TIME APPROXIMATE: STAFF CONTACT: Julie Cuneo
N/A
AGENDA ITEM WORDING: Approval to award a 5-year contract to IEM, the second highest
ranked respondent, as secondary contractor for Comprehensive Disaster Recovery and Grant
Management Consulting Services, effective August 20, 2025.
ITEM BACKGROUND:
An RFP was advertised for Comprehensive Disaster Recovery and Grant Management Consulting
Services on the County's bidding platform, Bonfire, beginning 5/30/2025. The RFP indicated that one
or more contracts would be awarded. Bid opening took place on June 30, 2025 at 3 pm. Ten proposals
were received from Berquist Recovery Consulting, CRS-V LLC, GrantWorks, IEM, Kimley-Horn and
Associates, Inc., Ocelot AG LLC, Tetra Tech, Inc., The Write Direction, Tidal Basin Government
Consulting, LLC, and Witt O'Brien's LLC.
On July 14, 2025, the selection committee met and scored the proposals, with Tetra Tech, Inc. being
ranked highest and IEM second highest. Staff decided to award two contracts, with Tetra Tech, Inc as
primary contractor and IEM as secondary contractor. The secondary contractor is recommended by
staff as an additional resource in the event of large or multiple disasters, services the primary contractor
may not be able to provide, and unforeseen situations that would require the need for another
contractor.
PREVIOUS RELEVANT BOCC ACTION:
The BOCC approved the advertisement of this RFP on June 15, 2022.
INSURANCE REQUIRED:
Yes
CONTRACT/AGREEMENT CHANGES:
N/A New Contract
STAFF RECOMMENDATION: Approval to award contract.
1646
DOCUMENTATION:
Notice of Intent to Award Contract.pdf
R-FP-594 - Rank-ing.pdf
2025 08 COI IEM FL AL WC CL PL exp 10.1.25 signed Redacted.pdf
IEM International Inc Agreement Comprehensive Disaster Recovery and Grant Management
Consulting Services 2025.pdf
FINANCIAL IMPACT:
This is an on-call contract that may be utilized by any County Department. The not-to-exceed amount is
$5 million. Task Orders will be issued for specific projects with a Scope of Work and a not-to-exceed
amount for that Task Order. The primary use is for Disaster Recovery Consulting, which is subject to
reimbursement from disaster-related grants. Task Orders for other grant-related consulting
will be subject to the budget of the department utilizing the services provided through this contract.
1647
�� BOARD OF COUNTY COMMISSIONERS
County of Monroe �, °l Mayor James K.Scholl,District 3
The Florida Keys � Mayor Pro Tem Michelle Lincoln,District 2
�f Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Monroe County Purchasing Office
Budget and Finance Department
1100 Simonton St. Ste 2-213
Key West, FL 33040
August 1, 2025
Notice of Intent to Award Contract
Comprehensive Disaster Recovery and Grant Management Consulting Services RFP-594
To All Respondents:
This letter will serve as notice of Monroe County's intent to award a contract at the August 20, 2025
Board of County Commissioners Meeting to Tetra Tech, Inc, the highest ranked respondent, as primary
contractor; and with IEM International, Inc., the second highest ranked respondent, as secondary
contractor. The secondary contractor is recommended by staff as an additional resource in the event of
large or multiple disasters, services the primary contractor may not be able to provide, and unforeseen
situations that would require the need for another contractor.
Proposal responses for Comprehensive Disaster Recovery and Grant Management Consulting Services
contract were received by the Monroe County Purchasing Department on June 30, 2025.
Sincerely,
Julie Cuneo
Director--Purchasing and Contracts
1648
d�
cfl
Lw
Lw
Lw
Lw
..........................
!w;
uu
N 1.0
N N
..........................
...............
Lw
N N N N N N
Cl) �I ..........................
LLJ
N N N
LW ............................... ..............................
W m -----------------
CL
N N N N N N
C 8tv W W W W b N
.® ,,,,,,,,, ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,,, ....,.,.,.,. ,,,,,,,,,,,,,,,,,,,,,,,,,,,,
y C
1-1
Om
ININIOE MBE-01 LHAMLET
WIk1LLlLlLYY'CYi
IU
CERTIFICATECERTIFICATEOF LIABILITY II�IS�IIIi ANCE DATE Q;M 025.........
THIS CERTIFICATE IS IISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO(RIGHTS UPON THE CERTIFICATE HOLDER.THIS
CERTIFICATE (DOES NOT AFFIRMATIVELY OR NEGATIVELY AMIEINID, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING IIN:SUIRER(S),AUTHORIZED
REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER,.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must(have ADDITIONAL IINSURED provisions or be endorsed_
If SUBROGATION IS WAIVED, subject to the terms and conditions of the(policy,certain policies may require an endorsement. A statement on
this certificate does not confer r:!.OVhts to the certificate holder to IieD of swclT endorsements)
......................................................................................................
PRODUCER CT Lori F. Hamllet
Allera Group PHONE F IFAx
4131 Parda a Avenue,Suite 226 19 46927 NnI 919 47-49tU7
5.... .......................................................................
Raleigh,NIIC 27612 Ih mnlb t�rA lure mrl
.........................................................................................................................................................:...............................
.
INsUs�IrLfwa•A I? anu Ilru �ira �a eaitam ..�1'I��.�.....................22
INSLLRED INSURER LG Travellers Pro(Ielrt L Casualty Colmlpany of America 25674
IEM International,Inc, INSURE U Landmark Ar'm ri fain Insurance 331 0
..................
28011 Slater Rd,Ste 200 INsUI Fwa n �k l .Su�Irpl!u In ul ane c m n 2Fr 2.0
Morrisville,NC 27660
INstI�R�ER E
IN�SNJRER F
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
..............................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
THIis IS TO CERTIFY THAT THE IPCIL„IICDES OF INSURANCE LUSTED BELOW IHAVE BEEN(ISSUED TO TIHIF IINSURED NAMED ABOVE FOR THE POLICY PERIOD
IINIDIICATED NOTWITHSTANDING ANY REQ!U IIREII SNIT, TERM OR CONDITION OF ANY CONTRACT ORCOHIEIRDOCIUIMENl 'KITHRESPECT To,WHICHTHIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED DiEREON IS SUBJECT TO ALL'THE TERMS,
EXCLUSIONS AND CONDITiONS OF SUCHI POLICIES,LTMJIITS SHOWN 1Nmfi�AY HAVE SEEIMY REDUCED BY PAID CLAIMS,
...........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................
IWSR ADDL SUI.IEIA POLICY EFIF POLICY EXP
i TIC....... TYPE OF INSURANCE ...................INAi7L1(Y WW1rWLIN F$3............... .iI .IIM��IPI�.IFIYY"Y"Y'L.................................... LIMITS
A X COMMERCIAL GENERAL L IABIILIITY EACH OCCURRENCE: S 1„000"000
CLAIINriS-MADE ,� OCCUR i DAMAGE n�RENTED' 6303R329314 1101112024 10111202'S S:..............
1 000 000
T...............................................................10,,�000
PERSONA &ADV IINLLLRY S 1 000 000
GENO L AGGREGATE LIMIT APPLIES PER GENERAI AG"a iREGr,ATE S 2"0100' 00
POLICY 7C r ..... D CC.. EIIAPLOYEE BE. ...... ..S:.............. 3 000 000
J 2 �4 000
GT1 HFR S
COMBINED SIINGLE ILIIhiIIIT 1 000 U100
AUTGIM08JLE LIABILITY IFd•G,TgGpgMm i S
ANY AUTO X BA 3R329191 1I01112024 101112025 R LFiI•Y•I;N nILIIR I L��rTra�G�aw�l.. .�:.....................................
OWNED SCHEDULED
AUTOS,GIMY AUTOS � �DII•�IN:.nIJIR.?....�PDF,. Fmla;av%�.. :
. .., qqyy ,N IEEp pf�a�I'ERT"M DAMAGE
(ONLY JM.... I�TL1^ F�LFLM' (Par alf EGII ......... :.................................
S
B X UMBREILLAL.IAB X OCCUR EACH OCCURRENCE S 1I0„000,000
EXCESS(LIAR CLAIPAS MADE CUIP R'3fI905$' 1101112024 101112026 AG GRECATE S 110„000„00tI
....................................................................................................................................................................................
ECJ RETEN Tr .....................................................................................................................................................................................................................................
X r
10 000
IEG TONS
WOt Ri4ERS COMPENSATION �E'EI2 � I TIT
AND EMPLOYEf6*FI E' ENE LIAE11IT'Y' STATMITF f EF4
an a PIE Y l IW UB3R326606 110/112024 101112026 1 000 000
ANY PR4�uPRIETkJOT!&'ARTNFRBE�"E4""�L��TII'�IE I L EACH A2"CIV'�I�IMT. ..............
u MUIEpq(EXCLUDED? � N @ A
lL� NH
IE L V�II�E�A�nE-EA ENNVF'p 4GYIE�„ S 1"0 1 10 1 0'1 0 1 0 1 0
II yes,describe under ..... .... ...... ...... ................. .... 0
TESCRIF TOCN CF CPIERATiCNS Fa@aw E L.V II'FE,ASE POI ICY LIMIT S 1" � �
Professiolnal/C ber LCYE(61481 1I0/112024 1101112025'
D Excess ProflCyber P001100124667302 110/112024 101112026
DE:SCRIPTLCFN OF OPERATIONS I L,( ES iACCYRTG 101,Additional Remarks Schedu$e,ma be attached of more space is required)
Monroe County,Florida Bowcrf Casunty CGrrnrnissirLlners are included l as additional rInsulreds with respects to General(Liability and Auta[nobille Liability if
required by written contract. A 30 day notice of cancellation applies.
APPROVED BY RI SN MANAGEMENT
f
BY
DATE,_______________...............................
ON
,CERTIFICATE HOLDER......... wWANVER NAA,.: ..YES.............. CANSLILATy .........................................................................................................
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
Florida THE EXPIRATION (DATE THEREOF, NOTICE WILL BE DELIVERED IN:
Monroe County ACCORDANCE WITH THE POLICY PROVISIONS.
Attn: Julie Culneo„(Director of IPurchasing S Contracts
1100 Simonton'Street,Sulte 2-213
Key West,FL 33040 AUTH1ORVED REPRESENTATIVE
ACORD 26(2016103) Cc 1965-201 a ACOIRD CORPORATION, All Irights res-1650
The ACORD name and logo are reglistered marks of ACORD
AGREEMENT FOR
COMPREHENSIVE DISASTER RECOVERY AND GRANT
MANAGEMENT CONSULTING SERVICES
This Agreement ("Agreement") made and entered into this 20th day of August, 2025 by and
between Monroe County, a political subdivision of the State of Florida, whose address is 1100
Simonton Street, Key West, Florida, 33040, its successors and assigns, hereinafter referred to as
"COUNTY," through the Monroe County Board of County Commissioners ("BOCC"),
AND
IEM International, Inc. whose address is 5420 Wade Park Blvd., Suite 140 Raleigh, North Carolina
27607, its successors and assigns, hereinafter referred to as "CONTRACTOR" or
"CONSULTANT", and designated as the secondary contract for these services.
WITNESSETH:
WHEREAS, COUNTY desires to employ the professional services of CONTRACTOR for
Comprehensive Disaster Recovery and Grant Management Consulting Services
WHEREAS, CONSULTANT has agreed to provide professional services which shall include but
not be limited to providing Comprehensive Disaster Recovery and Grant Management Consulting
Services which services shall collectively be referred to as the "Project";
NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated
herein, and for other good and valuable consideration, the sufficiency of which is hereby
acknowledged, COUNTY and CONSULTANT agree as follows:
1
1651
ARTICLE 1
1.1 REPRESENTATIONS
By executing this Agreement, CONSULTANT makes the following express
representations and warranties to the COUNTY:
1.1.1 The CONSULTANT shall maintain all necessary licenses, permits or other authorizations
necessary to act as CONSULTANT for the Project until the CONSULTANT'S duties
hereunder have been fully satisfied;
1.1.2 The CONSULTANT shall prepare all documentation required by this Agreement in such a
manner that they shall be accurate, coordinated and adequate for use in verifying work
completed by CONSULTANTs and associated costs and shall be in conformity and
comply with all applicable law, codes and regulations. The CONTRACTOR warrants that
the documents prepared as a part of this Agreement will be adequate and sufficient to
document costs in a manner that is acceptable for reimbursement by government
agencies, therefore eliminating any additional cost due to missing or incorrect information;
1.1.3 The CONSULTANT assumes full responsibility to the extent allowed by law with regards
to their performance and those directly under their employ;
The CONSULTANT'S services shall be performed as expeditiously as is consistent with
professional skill and care and the orderly progress of the Project. In providing all services
pursuant to this agreement, the CONSULTANT shall abide by all statutes, ordinances,
rules and regulations pertaining to, or regulating the provisions of such services, including
those now in effect and hereinafter adopted. Any violation of said statutes, ordinances,
rules and regulations shall constitute a material breach of this agreement and shall entitle
the Board to terminate this contract immediately upon delivery of written notice of
termination to the CONSULTANT;
At all times and for all purposes under this agreement the CONSULTANT is an
independent contractor and not an employee of the Board of County Commissioners for
Monroe County. No statement contained in this agreement shall be construed so as to find
the CONSULTANT or any of his/her employees, contractors, servants, or agents to be
employees of the Board of County Commissioners for Monroe County.
1.1.4 The CONSULTANT shall not discriminate against any person on the basis of race, creed,
color, national origin, sex, age, or any other characteristic or aspect which is not job
related, in its recruiting, hiring, promoting, terminating, or any other area affecting
employment under this agreement or with the provision of services or goods under this
agreement.
2
1652
ARTICLE II
SCOPE OF BASIC SERVICES
2.1 DEFINITION
CONSULTANT'S Scope of Basic Services consists of those described in Attachment A.
The CONSULTANT shall commence work on the services provided for in this Agreement
promptly upon receipt of a written notice to proceed from the COUNTY. If the Task
Order cannot be completed in advance of the Notice to Proceed the
Consultant may, as approved by the County Administrator, perform work as
directed and specified in an amount not to exceed $100,000. Task Orders
may not exceed $100,000 without the approval or ratification of the BOCC.
The Task order must contain a description of the services to be performed, the time period
within which services must be performed, the estimated cost for the services to be
performed under the task order and deliverables.
2.2 CORRECTION OF ERRORS, OMISSIONS, DEFICIENCIES
The CONSULTANT shall, without additional compensation, promptly correct any errors,
omissions, deficiencies, or conflicts in the work product of the CONSULTANT or its
subcontractors, or both.
2.3 NOTICE REQUIREMENT
All written correspondence to the COUNTY shall be dated and signed by an authorized
representative of the CONSULTANT. Any notice required or permitted under this
agreement shall be in writing and hand delivered or mailed, postage pre-paid, to the
COUNTY by certified mail, return receipt requested, to the following:
Julie Cuneo
Director Purchasing and Contracts
1100 Simonton Street, Suite 2-213
Key West, Florida 33040
And:
Christine Hurley
Monroe County Administrator
1100 Simonton Street, Room 2-205
Key West, Florida 33040
For the CONSULTANT:
Allison Veillette
Senior Contract Administrator
I EM International, Inc.
5420 Wade Park Blvd., Suite 140
Raleigh, North Carolina 27607
3
1653
ARTICLE III
ADDITIONAL SERVICES
3.1 The services described in Article III that may be provided by the CONSULTANT (provided
for example purposes only) and are not included in Basic Services. If requested by the
COUNTY they shall be paid for as an addition to the compensation paid for the Basic
Services but only if approved by the COUNTY before commencement.
A. Providing services of CONSULTANT for other than the previously listed scope of the
Project provided as a part of Basic Services.
B. Providing any other services not otherwise included in this Agreement.
C. Providing representation before public bodies in connection with the Project, upon
approval by COUNTY.
3.2 If Additional Services are required, such as those listed above, the COUNTY shall issue a
letter requesting and describing the requested services to the CONSULTANT. The
CONSULTANT shall respond with a fee proposal to perform the requested services. Only
after receiving an amendment to the Agreement and a notice to proceed from the COUNTY,
shall the CONSULTANT proceed with the Additional Services.
ARTICLE IV
COUNTY RESPONSIBILITIES
4.1 The COUNTY shall provide full information regarding requirements for the Project.
4.2 The COUNTY shall designate a representative to act on the COUNTY's behalf with
respect to the Project. The COUNTY or its representative shall render decisions in a timely
manner pertaining to documents submitted by the CONSULTANT in order to avoid
unreasonable delay in the orderly and sequential progress of the CONSULTANT'S
services.
4.3 Prompt written notice shall be given by the COUNTY and its representative to the
CONSULTANT if they become aware of any fault or defect in the Project or non-
conformance with the Agreement Documents. Written notice shall be deemed to have
been duly served if sent pursuant to paragraph 2.3.
4.4 The COUNTY shall furnish the required information and services and shall render
approvals and decisions as expeditiously as necessary for the orderly progress of the
CONSULTANT'S services and work of the contractors.
4
1654
4.5 The COUNTY's review of any documents prepared by the CONSULTANT or its
subcontractors shall be solely for the purpose of determining whether such documents are
generally consistent with the COUNTY's criteria, as, and if, modified. No review of such
documents shall relieve the CONSULTANT of responsibility for the accuracy, adequacy,
fitness, suitability or coordination of its work product.
4.6 The COUNTY shall provide copies of necessary documents required to complete the
work.
4.7 Any information that may be of assistance to the CONSULTANT that the COUNTY has
immediate access to will be provided as requested.
ARTICLE V
INDEMNIFICATION & HOLD HARMLESS
The CONSULTANT covenants and agrees to indemnify, hold harmless and defend COUNTY, its
commissioners, officers, employees, agents and servants from any and all claims for bodily injury,
including death, personal injury, and property damage, including damage to property owned by
Monroe County, and any other losses, damages, and expenses of any kind, including attorney's
fees, court costs and expenses, which arise out of, in connection with, or by reason of services
provided by CONSULTANT or its Subcontractor(s) in any tier, occasioned by the negligence,
errors, or otherwrongful act or omission of the CONSULTANT, its Subcontractor(s) in any tier, their
officers, employees, servants and agents.
In the event that the completion of the project(to include the work of others)is delayed or suspended
as a result of the CONSULTANT's failure to purchase or maintain the required insurance, the
CONSULTANT shall indemnify COUNTY from any and all increased expenses resulting from such
delay. Should any claims be asserted against COUNTY by virtue of any deficiency or ambiguity
in the plans and specifications provided by the CONSULTANT, the CONSULTANT agrees and
warrants that CONSULTANT hold the County harmless and shall indemnify it from all losses
occurring thereby and shall further defend any claim or action on the COUNTY's behalf.
The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements
contained elsewhere within this agreement.
This indemnification shall survive the expiration or earlier termination of the Agreement.
5
1655
ARTICLE VI
PERSONNEL
6.1 PERSONNEL
The CONSULTANT shall assign only qualified personnel to perform any service
concerning the project. At the time of execution of this Agreement, the parties anticipate
that the following named individuals will perform those functions as indicated:
NAME FUNCTION
Molly Evancho Program Manager
Alicia Boyette Project Manager
Sam Cockrell Disaster Recovery Specialist II
Jessica Gardner Grant Management Specialist Lead
Zachariah Rodriguez Data Reporting Specialist
Megan Bond Subject Matter Expert— Individual Assistance
Pamela Patenaude Subject Matter Expert—HUD
Mara Perez Torres Subject Matter Expert—FTA and EPA
Jared Jakubowski Subject Matter Expert—CDBG DR
So long as the individuals named above remain actively employed or retained by the
CONSULTANT, they shall perform the functions indicated next to their names. If they are
replaced the CONSULTANT shall notify the COUNTY of the change immediately.
ARTICLE VII
COMPENSATION AND TERM
7.1 PAYMENT SUM
7.1.1 The COUNTY shall pay the CONSULTANT in current funds for the CONSULTANT'S
performance of this Agreement as specified in individual Task Orders based on rates
negotiated and agreed upon and shown in Attachment A.
7.1.2 This contract has an estimated not-to-exceed amount of $5 million. Each Task Order will
specify the lump sum or not-to-exceed amount for performance of services under each
Task Order.
7.2 PAYMENTS
7.2.1 For its assumption and performances of the duties, obligations and responsibilities set
forth herein, the CONSULTANT shall be paid monthly.
A. If the CONSULTANT'S duties, obligations and responsibilities are materially changed
by amendment to this Agreement after execution of this Agreement, compensation
due to the CONSULTANT shall be equitably adjusted, either upward or downward;
B. As a condition precedent for any payment due under this Agreement, the
CONSULTANT shall submit monthly, unless otherwise agreed in writing by the
COUNTY, a proper invoice to COUNTY requesting payment for services properly
6
1656
rendered and reimbursable expenses due hereunder. The CONSULTANT'S invoice
shall describe with reasonable particularity the service rendered. The
CONSULTANT'S invoice shall be accompanied by such documentation or data in
support of expenses for which payment is sought at the COUNTY may require,
including but not limited to back up documentation sufficient for reimbursement of
expenses by FEMA or other governmental agencies.
C. Payment shall be made pursuant to the Local Government Prompt Payment Act,
218.70, Florida Statute.
7.3 REIMBURSABLE EXPENSES
Rates shall be inclusive of all reimbursable expenses when working on site.
7.4 BUDGET
7.4.1 The CONSULTANT may not be entitled to receive, and the COUNTY is not obligated to pay,
any fees or expenses in excess of the amount budgeted for this contract in each fiscal year
(October 1 -September 30) by COUNTY's Board of County Commissioners. The budgeted
amount may only be modified by an affirmative act of the COUNTY's Board of County
Commissioners.
7.4.2 The COUNTY's performance and obligation to pay under this Agreement is contingent
upon an annual appropriation by the Board of County Commissioners and the approval of
the Board members at the time of contract initiation and its duration.
7.5 TERM OF AGREEMENT
7.5.1 The effective date of this AGREEMENT shall be August 20th 2025. The term of the
AGREEMENT shall be for a five-year period, unless otherwise terminated as provided
herein. The COUNTY shall have the option of extending the AGREEMENT in one- year
increments for up to five years at the same terms and conditions with approval of the
COUNTY'S governing board. Such extension(s) shall be in the form of a written
Amendment to the AGREEMENT and shall be executed by both parties.
ARTICLE VIII
INSURANCE AND BONDS
8.1 The CONSULTANT shall obtain insurance as specified and maintain the required
insurance at all times that this Agreement is in effect. In the event the completion of the
project (to include the work of others) is delayed or suspended as a result of the
CONSULTANT'S failure to purchase or maintain the required insurance, the
CONSULTANT shall indemnify the COUNTY from any and all increased expenses
resulting from such delay.
8.2 The coverage provided herein shall be provided by an insurer with an A.M. Best rating of
VI or better, that is licensed to business in the State of Florida and that has an agent for
7
1657
service of process within the State of Florida. The coverage shall contain an endorsement
providing sixty (60) days' notice to the COUNTY prior to any cancellation of said coverage.
Said coverage shall be written by an insurer acceptable to the COUNTY and shall be in a
form acceptable to the COUNTY.
8.3 CONSULTANT shall obtain and maintain the following policies:
A. Workers' Compensation insurance as required by the State of Florida, sufficient to
respond to Florida Statute 440.
B. Employers Liability Insurance with limits of $1,000,000 per Accident, $1,000,000
Disease, policy limits, $1,000,000 Disease each employee.
C. Comprehensive business automobile and vehicle liability insurance covering
claims for injuries to members of the public and/or damages to property of others
arising from use of motor vehicles, including onsite and offsite operations, and
owned, hired or non- owned vehicles, with $500,000.00 combined single limit or if
split limits, $250,000 per person, $500,000 per accident, and $50,000 property
damage..
D. Commercial general liability, including Personal Injury Liability, covering claims for
injuries to members of the public or damage to property of others arising out of any
covered act or omission of the CONSULTANT or any of its employees, agents or
subcontractors or subcontractors, including Premises and/or Operations, Products
and Completed Operations, Independent Contractors; Broad Form Property
Damage and a Blanket Contractual Liability Endorsement with $1,000,000) per
occurrence and annual aggregate. An Occurrence Form policy is preferred. If
coverage is changed to or provided on a Claims Made policy, its provisions should
include coverage for claims filed on or after the effective date of this contract. In
addition, the period for which claims may be reported must extend for a minimum
of 48 months following the termination or expiration of this contract.
E. COUNTY shall be named as an additional insured and Certificate Holder with
respect to CONSULTANT'S liabilities hereunder in insurance coverages
identified in Paragraphs C and D.
F. CONSULTANT shall require its subcontractors to be adequately insured at least
to the limits prescribed above, and to any increased limits of CONSULTANT if so
required by COUNTY during the term of this Agreement. COUNTY will not pay for
increased limits of insurance for subcontractors.
G. CONSULTANT shall provide to the COUNTY certificates of insurance or a copy of
all insurance policies including those naming the COUNTY as an additional
insured. The COUNTY reserves the right to require a certified copy of such policies
upon request.
H. If the CONSULTANT participates in a self-insurance fund, a Certificate of
Insurance will be required. In addition, the CONSULTANT may be required to
submit updated financial statements from the fund upon request from the
COUNTY.
8
1658
ARTICLE IX
MISCELLANEOUS
9.1 SECTION HEADINGS
Section headings have been inserted in this Agreement as a matter of convenience of
reference only, and it is agreed that such section headings are not a part of this Agreement
and will not be used in the interpretation of any provision of this Agreement.
9.2 OWNERSHIP OF THE PROJECT DOCUMENTS
The documents prepared by the CONSULTANT for this Project belong to the COUNTY
and may be reproduced and copied without acknowledgement or permission of the
CONSULTANT.
9.3 SUCCESSORS AND ASSIGNS
The CONSULTANT shall not assign or subcontract its obligations under this agreement,
except in writing and with the prior written approval of the Board of County Commissioners
for Monroe County and the CONSULTANT, which approval shall be subject to such
conditions and provisions as the Board may deem necessary. This paragraph shall be
incorporated by reference into any assignment or subcontract and any assignee or
subcontractor shall comply with all of the provisions of this agreement. Subject to the
provisions of the immediately preceding sentence, each party hereto binds itself, its
successors, assigns and legal representatives to the other and to the successors, assigns
and legal representatives of such other party.
9.4 NO THIRD-PARTY BENEFICIARIES
Nothing contained herein shall create any relationship, contractual or otherwise, with or
any rights in favor of, any third party.
9.5 TERMINATION
A. In the event that the CONTRACTOR shall be found to be negligent in any aspect
of service, the COUNTY shall have the right to terminate this agreement after five
(5) calendar days' written notification to the CONTRACTOR.
B. Either of the parties hereto may cancel this Agreement without cause by giving the
other party thirty (30) calendar days written notice of its intention to do so.
C. Termination for Cause and Remedies: In the event of breach of any contract terms,
the COUNTY retains the right to terminate this Agreement. The COUNTY may also
terminate this agreement for cause with CONTRACTOR should CONTRACTOR
fail to perform the covenants herein contained at the time and in the manner herein
provided. In the event of such termination, prior to termination, the COUNTY shall
provide CONTRACTOR with five (5) calendar days' notice and provide the
CONTRACTOR with an opportunity to cure the breach that has occurred. If the
breach is not cured, the Agreement will be terminated for cause. If the COUNTY
9
1659
terminates this agreement with the CONTRACTOR, COUNTY shall pay
CONTRACTOR the sum due the CONTRACTOR under this agreement prior to
termination, unless the cost of completion to the COUNTY exceeds the funds
remaining in the contract; however, the COUNTY reserves the right to assert and
seek an offset for damages caused by the breach. The maximum amount due to
CONTRACTOR shall not in any event exceed the spending cap in this Agreement,
which is$5 million. In addition, the COUNTY reserves all rights available to recoup
monies paid under this Agreement, including the right to sue for breach of contract
and including the right to pursue a claim for violation of the COUNTY's False
Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code.
D. Termination for Convenience: The COUNTY may terminate this Agreement for
convenience, at any time, upon (30) calendar days' notice to CONTRACTOR. If the
COUNTY terminates this agreement with the CONTRACTOR, COUNTY shall pay
CONTRACTOR the sum due the CONTRACTOR under this agreement prior to
termination, unless the cost of completion to the COUNTY exceeds the funds
remaining in the contract. The maximum amount due to CONTRACTOR shall not
exceed the spending cap in this Agreement, which is $5 million.
E. For Contracts of any amount, if the County determines that the
Contractor/Consultant has submitted a false certification under Section
287.135(5), Florida Statutes or has been placed on the Scrutinized Companies
that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have
the option of (1) terminating the Agreement after it has given the
Contractor/Consultant written notice and an opportunity to demonstrate the
agency's determination of false certification was in error pursuant to Section
287.135(5)(a), Florida Statutes, or(2) maintaining the Agreement if the conditions
of Section 287.135(4), Florida Statutes, are met.
F. For Contracts of $1,000,000 or more, if the County determines that the
Contractor/Consultant submitted a false certification under Section 287.135(5),
Florida Statutes, or if the Contractor/Consultant has been placed on the Scrutinized
Companies with Activities in the Sudan List, the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List, or been engaged in business
operations in Cuba or Syria, the County shall have the option of(1) terminating the
Agreement after it has given the Contractor/Consultant written notice and an
opportunity to demonstrate the agency's determination of false certification was in
error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the
Agreement if the conditions of Section 287.135(4), Florida Statutes, are met.
9.6 CONTRACT DOCUMENTS
This contract consists of the Request for Proposals (RFP) , any addenda, the Form of
Agreement (Articles I-IX), the CONSULTANT'S response to the RFP, the documents
referred to in the Form of Agreement as a part of this Agreement, and attachments
,and modifications made after execution by written amendment. In the event of any conflict
between any of the Contract documents, the one imposing the greater burden on the
CONSULTANT will control.
10
1660
9.7 PUBLIC ENTITIES CRIMES
A person or affiliate who has been placed on the convicted vendor list following a
conviction for public entity crime may not submit a bid on contracts to provide any goods
or services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit bids on leases of
real property to public entity, may not be awarded or perform work as a contractor,
supplier, subcontractor, or CONSULTANT under a contractwith any public entity, and may
not transact business with any public entity in excess of the threshold amount provided in
Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list.
By signing this Agreement, CONSULTANT represents that the execution of this
Agreement will not violate the Public Entity Crimes Act(Section 287.133, Florida Statutes).
Violation of this section shall result in termination of this Agreement and recovery of all
monies paid hereto and may result in debarment from COUNTY's competitive
procurement activities.
In addition to the foregoing, CONSULTANT further represents that there has been no
determination, based on an audit, that it or any subcontractor has committed an act
defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not
been formally charged with committing an act defined as a "public entity crime" regardless
of the amount of money involved or whether CONUSULTANT has been placed on the
convicted vendor list.
CONSULTANT will promptly notify the COUNTY if it or any subcontractor or
CONSULTANT is formally charged with an act defined as a "public entity crime" or
has been placed on the convicted vendor list.
9.8 MAINTENANCE OF RECORDS AND RIGHT TO AUDIT
CONTRACTOR shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting
principles consistently applied. Records shall be retained for a period of ten (10) years from
the termination of this agreement or for a period of five (5) years from the submission of
the final expenditure report as per 2 CFR §200.333, whichever is greater. Each party to
this Agreement or its authorized representatives shall have reasonable and timely access
to such records of each other party to this Agreement for public records purposes during
the term of the Agreement and for ten (10) years following the termination of this
Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid
to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by
this Agreement, or were wrongfully retained by the CONTRACTOR, the CONTRACTOR
shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the
Florida Statutes, running from the date the monies were paid by the COUNTY.
9.9 Right to Audit
Availability of Records. The records of the parties to this Agreement relating to the Project,
which shall include but not be limited to accounting records (hard copy, as well as
computer readable data if it can be made available; subcontract files (including proposals
of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc.);
11
1661
original estimates; estimating work sheets; correspondence; change order files (including
documentation covering negotiated settlements); backcharge logs and supporting
documentation; general ledger entries detailing cash and trade discounts earned,
insurance rebates and dividends; any other supporting evidence deemed necessary by
County or the Monroe County Office of the Clerk of Court and Comptroller (hereinafter
referred to as "County Clerk") to substantiate charges related to this agreement, and all
other agreements, sources of information and matters that may in County's or the County
Clerk's reasonable judgment have any bearing on or pertain to any matters, rights, duties
or obligations under or covered by any contract document(all foregoing hereinafter referred
to as "Records") shall be open to inspection and subject to audit and/or reproduction by
County's representative and/or agents or the County Clerk. County or County Clerk may
also conduct verifications such as, but not limited to, counting employees at the job site,
witnessing the distribution of payroll, verifying payroll computations, overhead
computations, observing vendor and supplier payments, miscellaneous allocations,
special charges, verifying information and amounts through interviews and written
confirmations with employees, Subcontractors, suppliers, and contractors'
representatives. All records shall be kept for ten (10) years after Final Completion of the
Project. The County Clerk possesses the independent authority to conduct an audit of
Records, assets, and activities relating to this Project. If any auditor employed by the
Monroe County or County Clerk determines that monies paid to Contractor pursuant to
this Agreement were spent for purposes not authorized by this Agreement, the Contractor
shall repay the monies together with interest calculated pursuant to Section 55.03, F.S.,
running form the date the monies were paid to Contractor. The right to audit provisions
survives the termination of expiration of this Agreement.
9.10 GOVERNING LAW,VENUE, INTERPRETATION, COSTS, AND FEES
This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida applicable to contracts made and to be performed entirely in the State. In
the event that any cause of action or administrative proceeding is instituted for
the enforcement or interpretation of this Agreement, COUNTY and CONSULTANT agree
that venue shall lie in the 16th Judicial Circuit, Monroe County, Florida, in the appropriate
court or before the appropriate administrative body. This agreement shall not be subject
to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement
shall be in accordance with the Florida Rules of Civil Procedure and usual and customary
procedures required by the circuit court of Monroe County.
9.11 SEVERABILITY
If any term, covenant, condition or provision of this Agreement (or the application thereof
to any circumstance or person) shall be declared invalid or unenforceable to any extent
by a court of competent jurisdiction, the remaining terms, covenants, conditions and
provisions of this Agreement, shall not be affected thereby; and each remaining term,
covenant, condition and provision of this Agreement shall be valid and shall be
enforceable to the fullest extent permitted by law unless the enforcement of the remaining
terms, covenants, conditions and provisions of this Agreement would prevent the
accomplishment of the original intent of this Agreement.The COUNTY and CONSULTANT
agree to reform the Agreement to replace any stricken provision with a valid provision that
comes as close as possible to the intent of the stricken provision.
12
1662
9.12 ATTORNEY'S FEES AND COSTS
The COUNTY and CONSULTANT agree that in the event any cause of action or
administrative proceeding is initiated or defended by any party relative to the enforcement
or interpretation of the Agreement, the prevailing party shall be entitled to reasonable
attorney's fees and court costs, as an award against the non-prevailing party, and shall
include attorney's fees and courts costs in appellate proceedings.
9.13 BINDING EFFECT
The terms, covenants, conditions, and provisions of this Agreement shall bind and inure
to the benefit of the COUNTY and CONSULTANT and their respective legal
representatives, successors, and assigns.
9.14 AUTHORITY
Each party represents and warrants to the other that the execution, delivery and
performance of this Agreement have been duly authorized by all necessary County and
corporate action, as required by law.
9.15 CLAIMS FOR FEDERAL OR STATE AID
CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for,
seek, and obtain federal and state funds to further the purpose of this Agreement. Any
conditions imposed as a result of funding that effect the Project will be provided to each
party.
9.16 ADJUDICATION OF DISPUTES OR DISAGREEMENTS
COUNTY and CONTRACTOR agree that all disputes and disagreements shall be
attempted to be resolved by meet and confer sessions between representatives of each
of the parties. The CONTRACTOR and COUNTY representative shall try to resolve the
claim or dispute with meet and confer sessions. If the issue or issues are still not resolved
to the satisfaction of the parties, then any party shall have the right to seek such relief or
remedy as may be provided by this Agreement or by Florida law. This Agreement is not
subject to arbitration. This provision does not negate or waive the provisions of paragraph
9.5 concerning termination or cancellation.
9.17 COOPERATION
In the event any administrative or legal proceeding is instituted against either party relating
to the formation, execution, performance, or breach of this Agreement, COUNTY and
CONSULTANT agree to participate, to the extent required by the other party, in all
proceedings, hearings, processes, meetings, and other activities related to the substance
of this Agreement or provision of the services under this Agreement. COUNTY and
CONSULTANT specifically agree that no party to this Agreement shall be required to enter
into any arbitration proceedings related to this Agreement.
13
1663
9.18 NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY
Nondiscrimination: CONTRACTOR and COUNTY agree that there will be no
discrimination against any person, and it is expressly understood that upon a
determination by a court of competent jurisdiction that discrimination has occurred, this
Agreement automatically terminates without any further action on the part of any party,
effective the date of the court order. CONTRACTOR and COUNTY agrees to comply with
all Federal and Florida statutes, and all local ordinances, as applicable, relating to
nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act
of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national
origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-
1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504
of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits
discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as
amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5)
The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to
nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and
Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as
amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7)
The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-
3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8)
Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to
nondiscrimination in the sale, rental or financing of housing; 9) The Americans with
Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time,
relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter
14, Article II, which prohibits discrimination on the basis of race, color, sex, religion,
national origin, ancestry, sexual orientation, gender identity or expression, familial status
or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which
may apply to the parties to, or the subject matter of, this Agreement.
Equal Employment Opportunity: The regulation at 41 C.F.R. § 60.1.4(b) requires, except
as otherwise provided or exempted in 41 C.F.R Part 60, that all contracts that meet the
definition of"federally assisted construction contract" in 1 C R 60-1.3 must include the
equal opportunity clause as set forth below.
During the performance of this contract, the Contractor agrees as follows:
(1) The Contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation, gender
identity, or national origin. The Contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated during employment
without regard to their race, color, religion, sex, sexual orientation, gender identity,
or national origin. Such action shall include, but not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor agrees to post in
conspicuous places, available to employees and applicants for employment,
notices to be provided setting forth the provisions of this nondiscrimination clause.
(2) The Contractor will, in all solicitations or advertisements for employees placed by
14
1664
or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to race, color, religion, sex, sexual
orientation, gender identity, or national origin.
(3) The Contractor will not discharge or in any other manner discriminate against
any employee or applicant for employment because such employee or
applicant has inquired about, discussed, or disclosed the compensation of
the employee or applicant or another employee or applicant. This provision
shall not apply to instances in which an employee who has access to the
compensation information of other employees or applicants as a part of such
employee's essential job functions discloses the compensation of such other
employees or applicants to individuals who do not otherwise have access to
such information, unless such disclosure is in response to a formal complaint
or charge, in furtherance of an investigation, proceeding, hearing, or action,
including an investigation conducted by the employer, or is consistent with
the contractor's legal duty to furnish information.
(4) The Contractor will send to each labor union or representative of workers with
which he has a collective bargaining agreement or other contract or
understanding, a notice to be provided advising the said labor union or
workers' representatives of the Contractor's commitments under this section
and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
(5) The Contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
(6) The Contractor will furnish all information and reports required by Executive
Order 11246 of September 24, 1965, and by rules, regulations, and orders
of the Secretary of Labor, or pursuant thereto, and will permit access to his
books, records, and accounts by the administering agency and the Secretary
of Labor for purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
(7) In the event of the Contractor's noncompliance with the nondiscrimination
clauses of this contract or with any of the said rules, regulations, or orders,
this contract may be canceled, terminated, or suspended in whole or in part
and the contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965, and
such other sanctions may be imposed and remedies invoked as provided in
Executive Order 11246 of September 24, 1965, or by rule, regulation, or
order of the Secretary of Labor, or as otherwise provided by law.
(8) The Contractor will include the portion of the sentence immediately preceding
paragraph (1) and the provisions of paragraphs (1) through (8) in every
subcontract or purchase order unless exempted by rules, regulations, or
orders of the Secretary of Labor issued pursuant to section 204 of Executive
Order 11246 of September 24, 1965, so that such provisions will be binding
upon each subcontractor or vendor. The Contractor will take such action with
15
1665
respect to any subcontract or purchase order as the administering agency
may direct as a means of enforcing such provisions, including sanctions for
noncompliance:
Provided, however, that in the event a contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such
direction by the administering agency, the Contractor may request the United
States to enter such litigation to protect the interests of the United States.
The Applicant further agrees that it will be bound by the above equal
opportunity clause with respect to its own employment practices when it
participates in federally assisted construction work: Provided, that if the
applicant so participating is a State or local government, the above equal
opportunity clause is not applicable to any agency, instrumentality or
subdivision of such government which does not participate in work on or
under the contract.
The Applicant agrees that it will assist and cooperate actively with the
administering agency and the Secretary of Labor in obtaining the compliance
of contractors and subcontractors with the equal opportunity clause and the
rules, regulations, and relevant orders of the Secretary of Labor, that it will
furnish the administering agency and the Secretary of Labor such information
as they may require for the supervision of such compliance, and that it will
otherwise assist the administering agency in the discharge of the agency's
primary responsibility for securing compliance.
The Applicant further agrees that it will refrain from entering into any contract
or contract modification subject to Executive Order 11246 of September 24,
1965, with a contractor debarred from, or who has not demonstrated eligibility
for, Government contracts and federally assisted construction contracts
pursuant to the Executive Order and will carry out such sanctions and
penalties for violation of the equal opportunity clause as may be imposed
upon contractors and subcontractors by the administering agency or the
Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In
addition, the Applicant agrees that if it fails or refuses to comply with these
undertakings, the administering agency may take any or all of the following
actions: Cancel, terminate, or suspend in whole or in part this grant(contract,
loan, insurance, guarantee); refrain from extending any further assistance to
the applicant under the program with respect to which the failure or refund
occurred until satisfactory assurance of future compliance has been received
from such applicant; and refer the case to the Department of Justice for
appropriate legal proceedings.
9.19 COVENANT OF NO INTEREST
CONSULTANT and COUNTY covenant that neither presently has any interest, and shall
not acquire any interest,which would conflict in any manner or degree with its performance
under this Agreement, and that only interest of each is to perform and receive benefits as
recited in this Agreement.
16
1666
9.20 CODE OF ETHICS
COUNTY agrees that officers and employees of the COUNTY recognize and will be
required to comply with the standards of conduct for public officers and employees as
delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation
or acceptance of gifts; doing business with one's agency; unauthorized compensation;
misuse of public position, conflicting employment or contractual relationship; and
disclosure or use of certain information.
9.21 NO SOLICITATION/PAYMENT
The CONSULTANT and COUNTY warrant that, in respect to itself, it has neither employed
nor retained any company or person, other than a bona fide employee working solely for
it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person,
company, corporation, individual, or firm, other than a bona fide employee working solely
for it, any fee, commission, percentage, gift, or other consideration contingent upon or
resulting from the award or making of this Agreement. For the breach or violation of the
provision, the CONSULTANT agrees that the COUNTY shall have the right to terminate
this Agreement without liability and, at its discretion, to offset from monies owed, or
otherwise recover, the full amount of such fee, commission, percentage, gift, or
consideration.
9.22 PUBLIC ACCESS.
Public Records Compliance. CONSULTANT must comply with Florida public records
laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I
of the Constitution of Florida. The County and CONSULTANT shall allow and permit
reasonable access to, and inspection of, all documents, records, papers, letters or other
"public record" materials in its possession or under its control subject to the provisions of
Chapter 119, Florida Statutes, and made or received by the County and CONSULTANT in
conjunction with this contract and related to contract performance. The County shall have
the right to unilaterally cancel this contract upon violation of this provision by the
CONSULTANT. Failure of the CONSULTANT to abide by the terms of this provision shall
be deemed a material breach of this contract and the County may enforce the terms of
this provision in the form of a court proceeding and shall, as a prevailing party, be entitled
to reimbursement of all attorney's fees and costs associated with that proceeding. This
provision shall survive any termination or expiration of the contract.
The CONSULTANT is encouraged to consult with its advisors about Florida Public
Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the
terms and conditions of this contract, the CONSULTANT is required to:
1) Keep and maintain public records that would be required by the County to perform the
service.
2) Upon receipt from the County's custodian of records, provide the County with a copy
of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in this chapter or as
otherwise provided by law.
17
1667
3) 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
CONSULTANT does not transfer the records to the County.
Upon completion of the contract, transfer, at no cost, to the County all public records
in possession of the CONSULTANT or keep and maintain public records that would
be required by the County to perform the service. If the CONSULTANT transfers
all public records to the County upon completion of the contract, the CONSULTANT
shall destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the CONSULTANT keeps and maintains
public records upon completion of the contract, the CONSULTANT shall meet all
applicable requirements for retaining public records. All records stored electronically
must be provided to the County, upon request from the County's custodian of records,
in a format that is compatible with the information technology systems of the County.
4) A request to inspect or copy public records relating to a County contract must be made
directly to the County, but if the County does not possess the requested records, the
County shall immediately notify the CONSULTANT of the request, and the
CONSULTANT must provide the records to the County or allow the records to be
inspected or copied within a reasonable time.
If the CONSULTANT does not comply with the County's request for records,the County
shall enforce the public records contract provisions in accordance with the contract,
notwithstanding the County's option and right to unilaterally cancel this contract upon
violation of this provision by the CONSULTANT. A CONSULTANT who fails to provide
the public records to the County or pursuant to a valid public records request within a
reasonable time may be subject to penalties under section119.10, Florida Statutes.
The CONSULTANT shall not transfer custody, release, alter, destroy or otherwise
dispose of any public records unless or otherwise provided in this provision or as
otherwise provided by law.
IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT
, (305)292-3470
MONROE COUNTY ATTORNEY'S OFFICE 1111 12TH Street,
SUITE 408, KEY WEST, FL 33040.
9.23 NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the
CONSULTANT and the COUNTY in this Agreement and the acquisition of any commercial
liability insurance coverage, self-insurance coverage, or local government liability
insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability
coverage, nor shall any contract entered into by the COUNTY be required to contain any
provision for waiver.
18
1668
9.24 PRIVILEGES AND IMMUNITIES
All of the privileges and immunities from liability, exemptions from laws, ordinances, and
rules and pensions and relief, disability, workers' compensation, and other benefits which
apply to the activity of officers, agents, or employees of any public agents or employees
of the COUNTY, when performing their respective functions under this Agreement within
the territorial limits of the COUNTY shall apply to the same degree and extent to the
performance of such functions and duties of such officers, agents, volunteers, or
employees outside the territorial limits of the COUNTY.
9.25 LEGAL OBLIGATIONS AND RESPONSIBILITIES
Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to,
nor shall it be construed as, relieving any participating entity from any obligation or
responsibility imposed upon the entity by law except to the extent of actual and timely
performance thereof by any participating entity, in which case the performance may be
offered in satisfaction of the obligation or responsibility. Further, this Agreement is not
intended to, nor shall it be construed as, authorizing the delegation of the constitutional or
statutory duties of the COUNTY, except to the extent permitted by the Florida constitution,
state statute, and case law.
9.26 NON-RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this
Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit
of any service or program contemplated hereunder, and the CONSULTANT and the
COUNTY agree that neither the CONSULTANT nor the COUNTY or any agent, officer, or
employee of either shall have the authority to inform, counsel, or otherwise indicate that
any particular individual or group of individuals, entity or entities, have entitlements or
benefits under this Agreement separate and apart, inferior to, or superior to the community
in general or for the purposes contemplated in this Agreement.
9.27 E-VERIFY
In accordance with F.S. 448.095, the Contractor and any subcontractor shall register with
and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the
work authorization status of all new employees hired by the Contractor during the term of
the Contract and shall expressly require any subcontractors performing work or providing
services pursuant to the Contract to likewise utilize the U.S. Department of Homeland
Security's E-Verify system to verify the work authorization status of all new employees
hired by the subcontractor during the Contract term. Any subcontractor shall provide an
affidavit stating that the subcontractor does not employ, contract with, or subcontract with
an unauthorized alien. The Contractor shall comply with and be subject to the provisions
of F.S. 448.095
9.28 ATTESTATIONS AND TRUTH IN NEGOTIATION
CONSULTANT agrees to execute such documents as COUNTY may reasonably require,
including a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free
Workplace Statement. Signature of this Agreement by CONSULTANT shall act as the
execution of a truth in negotiation certificate stating that wage rates and other factual unit
costs supporting the compensation pursuant to the Agreement are accurate, complete, and
19
1669
current at the time of contracting. The original contract price and any additions thereto
shall be adjusted to exclude any significant sums by which the agency determines the
contract price was increased due to inaccurate, incomplete, or concurrent wage rates and
other factual unit costs. All such adjustments must be made within one year following the
end of the Agreement.
9.29 NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or
agreement of any member, officer, agent or employee of Monroe County in his or her
individual capacity, and no member, officer, agent or employee of Monroe County shall be
liable personally on this Agreement or be subject to any personal liability or accountability
by reason of the execution of this Agreement.
9.30 EXECUTION IN COUNTERPARTS
This Agreement may be executed in any number of counterparts, each of which shall be
regarded as an original, all of which taken together shall constitute one and the same
instrument and any of the parties hereto may execute this Agreement by signing any such
counterpart.
9.31 FEDERAL CONTRACT REQUIREMENTS
The CONTRACTOR and its subcontractors must follow the provisions, as applicable, as
set forth in 2 C.F.R. §200.326 Contract provisions and Appendix I I to 2 C.F.R. Part 200,
as amended, including but not limited to:
Clean Air Act and the Federal Water Pollution Control Act .
Clean Air Act
The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
The contractor agrees to report each violation to the COUNTY and understands and agrees that
the COUNTY will, in turn, report each violation as required to assure notification to the Federal
Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office.
The contractor agrees to include these requirements in each subcontract exceeding $150,000
financed in whole or in part with federal assistance provided by FEMA.
Federal Water Pollution Control Act
The contractor agrees to comply with all applicable standards, orders, or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251 et seq.
The contractor agrees to report each violation to the COUNTY and understands and agrees that
the COUNTY will, in turn, report each violation as required to assure
notification to the (FDEM or other pass-through entity, if applicable), Federal Emergency
Management Agency, and the appropriate Environmental Protection Agency Regional Office.
The contractor agrees to include these requirements in each subcontract exceeding $150,000
financed in whole or in part with federal assistance provided by FEMA.
20
1670
Suspension and Debarment
This contract is a covered transaction for purposes of 2 C.F.R. Part 180 and 2 C.F.R. Part 3000.
As such, the contractor is required to verify that none of the contractor's principals (defined at 2
C.F.R. § 180.995) or its affiliates (defined at C.F.R. § 180.905) are excluded (defined at C.F.R.
§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
The contractor must comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart
C, and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters.
This certification is a material representation of fact relied upon by COUNTY. If it is later
determined that the contractor did not comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part
3000, subpart C, in addition to remedies available to COUNTY, the Federal Government may
pursue available remedies, including but not limited to suspension and/or debarment.
The bidder or proposer agrees to comply with the requirements of 2 C.F.R. Part 180, subpart C
and 2 C.F.R. Part 3000, subpart C while this offer is valid and throughout the period of any contract
that may arise from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
Byrd Anti-Lobbying Amendment, as amended, 31 U.S.C. & 1352.
Contractors who apply or bid for an award of more than $100,000 shall file the required
certification. Each tier certifies to the tier above that it will not and has not used federal
appropriated funds to pay any person or organization for influencing or attempting to influence an
officer or employee of any agency, a Member of Congress, officer or employee of Congress, or
an employee of a Member of Congress in connection with obtaining any federal contract, grant,
or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with
non-federal funds that takes place in connection with obtaining any federal award. Such
disclosures are forwarded from tier to tier up to the recipient who in turn will forward the
certification(s) to the federal agency.
Procurement of Recovered Materials
In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA-designated items unless the product cannot be
acquired—
a) Competitively within a timeframe providing for compliance with the contract
performance schedule;
b) Meeting contract performance requirements; or
c) At a reasonable price.
Information about this requirement, along with the list of EPA-designated items, is available at
Comprehensive Procurement Guideline (CPG) Program I US EPA. The Contractor also agrees
to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.
The Contactor should, to the greatest extent practicable and consistent with the law, purchase,
acquire, or use products and services that can be reused, refurbished, or recycled; contain
21
1671
recycled content, are biobased, or are energy and water efficient; and are sustainable.
Prohibition on Contracting for Covered Telecommunications Equipment or Services
(a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered
telecommunications equipment or services; interconnection arrangements; roaming; substantial
or essential component; and telecommunications equipment or services have the meaning as
defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered
Telecommunications Equipment or Services, as used in this clause—
(b) Prohibitions.
1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year
2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency
on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or
loan guarantee funds on certain telecommunications products or from certain entities for
national security reasons.
2) Unless an exception in paragraph (c) of this clause applies, the contractor and its
subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from
the Federal Emergency Management Agency to:
i. Procure or obtain any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology of any system;
ii. Enter, extend, or renew a contract to procure or obtain any equipment, system, or
service that uses covered telecommunications equipment or services as a substantial
or essential component of any system, or as critical technology of any system;
ii. Enter, extend, or renew contracts with entities that use covered telecommunications
equipment or services as a substantial or essential component of any system, or as
critical technology as part of any system; or
iv. Provide, as part of its performance of this contract, subcontract, or other contractual
instrument, any equipment, system, or service that uses covered telecommunications
equipment or services as a substantial or essential component of any system, or as
critical technology as part of any system.
(c) Exceptions.
1) This clause does not prohibit contractors from providing—
i. A service that connects to the facilities of a third-party, such as backhaul, roaming, or
interconnection arrangements; or
ii. Telecommunications equipment that cannot route or redirect user data traffic or permit
visibility into any user data or packets that such equipment transmits or otherwise
handles.
22
1672
2) By necessary implication and regulation, the prohibitions also do not apply to:
i. Covered telecommunications equipment or services that:
a. Are not used as a substantial or essential component of any system; and
b. Are not used as critical technology of any system.
ii. Other telecommunications equipment or services that are not considered covered
telecommunications equipment or services.
3) Reporting requirement.
i. In the event the contractor identifies covered telecommunications equipment or
services used as a substantial or essential component of any system, or as critical
technology as part of any system, during contract performance, or the contractor is
notified of such by a subcontractor at any tier or by any other source, the contractor
shall report the information in paragraph (d)(2) of this clause to the recipient or
subrecipient, unless elsewhere in this contract are established procedures for
reporting the information.
ii. The Contractor shall report the following information pursuant to paragraph (d)(1) of
this clause:
a. Within one business day from the date of such identification or notification: The
contract number; the order number(s), if applicable; supplier name; supplier unique
entity identifier (if known); supplier Commercial and Government Entity (CAGE)
code (if known); brand; model number (original equipment manufacturer number,
manufacturer part number, or wholesaler number); item description; and any
readily available information about mitigation actions undertaken or
recommended.
b. Within 10 business days of submitting the information in paragraph (d)(2)(i) of this
clause: Any further available information about mitigation actions undertaken or
recommended. In addition, the contractor shall describe the efforts it undertook to
prevent use or submission of covered telecommunications equipment or services,
and any additional efforts that will be incorporated to prevent future use or
submission of covered telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph
(e), in all subcontracts and other contractual instruments.
Domestic Preference for Procurements
The CONTRACTOR should, to the great extent practicable and consistent with the law, provide
a preference for the purchase, acquisition, or use of goods, products, or materials produced in
the United States. This includes but is not limited to iron, aluminum, steel, cement, and other
manufactured products.
For purposes of this clause:
Produced in the United States means, for iron and steel products, that all manufacturing
processes, from the initial melting stage through the application of coatings, occurred in the United
States.
23
1673
FEMA Recommended Contract Provisions.
Upon the recommendation of FEMA, the Contract Provisions apply when any funding is awarded
by FEMA for services under this Agreement.
Access to Records
The Contractor agrees to provide COUNTY, Florida Department of Emergency Management or
other pass-through entity, if applicable, the FEMA Administrator, the Comptroller General of the
United States, or any of their authorized representatives access to any books, documents, papers,
and records of the Contractor which are directly pertinent to this contract for the purposes of
making audits, examinations, excerpts, and transcriptions.
The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
The Contractor agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the
contract.
For Contracts Entered into After August 1, 2017, Under a Maior Disaster or Emergency
Declaration
In compliance with section 1225 of the Disaster Recovery Reform Act of 2018, the COUNTY and
the Contractor acknowledge and agree that no language in this contract is intended to prohibit
audits or internal reviews by the FEMA Administrator or the Comptroller General of the United
States.
Changes
To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract
change, modification, amendment, addendum, change order, or constructive change must be
necessary, allocable, within the scope of the grant or cooperative agreement, reasonable for the
scope of work, and otherwise allowable.
Any changes to this Agreement must be approved in writing by written Amendment signed by
both parties.
DHS Seal, Logo, and Flags
COUNTY must obtain written permission from DHS prior to using the DHS seals, logos, crests,
or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS
component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses
of component officials
Compliance with Federal Law, Regulations, and Executive Orders and Acknowledgement
of Federal Funding
This is an acknowledgment that FEMA financial assistance will be used to fund all or a portion of
the contract. The Contractor will comply with all applicable federal law, regulations, executive
orders, FEMA policies, procedures and directive.
No Obligation by Federal Government
The Federal Government is not a party to this contract and is not subject to any obligations or
liabilities to the COUNTY, contractor, or any other party pertaining to any matter resulting from
the contract.
24
1674
Program Fraud and False or Fraudulent Statements or Related Acts
The Contractor acknowledges that 31 U.S.C. Chap. 38(Administrative Remedies for False Claims
and Statements) applies to the contractor's actions pertaining to this contract.
Socioeconomic Contracting
The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. §200.321(b)(1)(5)
to ensure small businesses, minority businesses, women's business enterprises, veteran owned
businesses, and labor surplus area firms are considered when possible.
Copyright-License and Delivery of Works Subject to Copyright.
The Contractor grants to the COUNTY, a paid-up, royalty-free, nonexclusive, irrevocable,
worldwide license in data first produced in the performance of this contract to reproduce, publish,
or otherwise use, including prepare derivative works, distribute copies to the public, and perform
publicly and display publicly such data. For data required by the contract but not first produced in
the performance of this contract, the Contractor will identify such data and grant to the COUNTY
or acquires on its behalf a license of the same scope as for data first produced in the performance
of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C.
§ 102, for example, any written reports or literary works, software and/or source code, music,
choreography, pictures or images, graphics, sculptures, videos, motion pictures or other
audiovisual works, sound and/or video recordings, and architectural works. Upon or before the
completion of this contract, the Contractor will deliver to the (insert name of the recipient or
subrecipient) data first produced in the performance of this contract and data required by the
contract but not first produced in the performance of this contract in formats acceptable by the
COUNTY.
Build America, Buy America Act (BABAA) for Architectural and/or Engineering Contracts
Build America, Buy America Act Preference.
Contractors and subcontractors agree to incorporate the Buy America Preference into planning
and design when providing architectural and/or engineering professional services for
infrastructure projects. Consistent with the Build America, Buy America Act (BABAA) Pub. L.
11758 §§70901-52, no federal financial assistance funding for infrastructure projects will be used
unless all the iron, steel, manufactured projects, and construction materials used in the project
are produced in the United States
Providing Good, Safe Jobs to Workers
Creating Good Jobs.
Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable
federal labor and employment laws. To maximize cost efficiency and quality of work, the
contractor commits to strong labor standards and protections for the project workforce by creating
an effective plan for ensuring high-quality jobs and complying with federal labor and employment
laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and
health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate
and to the greatest extent practicable.
Buy Clean
COUNTY encourages the use of environmentally friendly construction practices in the
performance of this Agreement. In particular, COUNTY encourages that the performance of this
agreement include considering the use of low-carbon materials which have substantially lower
levels of embodied greenhouse-gas emissions associated with all relevant stages of production,
use, and disposal, as compared to estimated industry averages of similar materials or products
as demonstrated by their environmental product declaration
25
1675
FDEM Funded Projects
If this contract is funded by FDEM the following provisions shall apply.
The CONTRACTOR is bound by the terms and conditions of the Federally-Funded Subaward
and Grant Agreement between COUNTY and the Florida Division of Emergency
Management (Division) .
The CONTRACTOR shall hold the Division and COUNTY harmless against all claims of whatever
nature arising out of the CONTRACTOR's performance of work under this Agreement, to
the extent allowed and required by law.
The Remainder of this Page Intentionally Left Blank
26
1676
ICJ WITNESS WHEREOF,OF, each party has caused this Agreement to be executed by its duly authorized
representative on the day and year first above written.
COUNTY-
(SEAL.) BOARD OF COUNTY COMMISSIONERS
Attest: KEVIN MADOK, Clerk OF MONROE COUNTY, FLORIDA
y: y:
Deputy Clerk Mayor/Chairman
Date:
Witness for the Contractor:
r,
(Seal) CONTRACTOR:
Att t:
Signature Signatur rson authorized to legally bind
Corporation
Allison Veillette August 8, 2025 Date:August 8, 2025
Print dame Date
Title:Senior Contract Administrator Keith Reynolds
.. Print game
� w
� e ,,r,, Director Contract C) erations
Signature Title
Stephen Geist August 8, 2025
Print dame Date
Title: Subcontract Administrator
FND OF AGREEMENT"
27
1677
ATTACHMENT A
SCOPE OF WORK AND PRICING
FEMA Program Assistance
Provide comprehensive support to the County in managing FEMA grant programs, including but not limited to the
Public Assistance (PA) Program, Sheltering and Temporary Essential Power (STEP), and the Hazard Mitigation
Grant Program (HMGP). Specific tasks include:
• Program Guidance & Compliance
o Provide expert guidance on FEMA programs, including policy interpretation and eligibility requirements.
o Assist in developing and maintaining County policies to ensure compliance with FEMA and State of
Florida regulations.
• Grant Management & Documentation
o Assist in the formation and coordination of a County team to manage FEMA Public Assistance and other
eligible FEMA programs.
o Provide support in preparing and submitting required correspondence to FEMA and the State of Florida.
o Ensure accurate and timely documentation of eligible expenses and compliance with reporting
requirements.
• Funding & Project Management
o Assist with preparing project worksheets (large and small) to ensure accurate scope of work, cost
estimates, eligibility, and proper project categorization.
o Support the development of hazard mitigation proposals, alternate projects, and improved projects that
align with the County's long-term interests.
o Assist with dispute resolution and appeals related to FEMA funding.
o Monitor and help the County meet deadlines for documentation, appeals, project completion, and
closeout.
• Reporting &Audits
o Provide periodic status reports to County management on FEMA Public Assistance progress and other
relevant FEMA programs.
o Support the County during final inspections and audits, ensuring all requirements are met.
o Advise on risk management strategies to minimize de-obligation of FEMA funds.
• Additional Support
o Provide any other FEMA-related assistance as requested by the County.
Federal and State Programs & Funding
The consultant shall also provide comprehensive support for federal and state grant programs, ensuring
compliance with relevant laws, identifying funding opportunities, and optimizing the County's grant management
process. Specific tasks include:
• Regulatory Compliance & Training
o Ensure compliance with federal and state regulations, including 2 CFR Part 200, the Stafford Act, and
other applicable guidelines.
o Monitor and inform the County of regulatory updates that could impact grant funding.
o Conduct training sessions for County staff on regulatory changes and grant management best practices.
• Grant Identification &Application Support
o Research and notify the County of new federal and state funding opportunities.
o Assist with the preparation and submission of grant applications, proposals, and letters of intent.
o Develop and refine grant narratives, budgets, and required supporting documentation.
28
1678
o Review and revise proposals for accuracy, compliance, and completeness before submission.
• Grant Administration & Oversight
o Conduct compliance reviews to ensure adherence to grant terms and conditions.
o Assist with audit preparation and response to audit findings.
o Develop tools, templates, and systems for grant reporting, tracking, and financial management.
o Provide technical assistance for grant administration systems and software.
• Additional Support
o Offer strategic recommendations to enhance the County's grant acquisition and management
capabilities.
o Provide on-demand technical assistance for grant-related matters.
Disaster-Related Services
In addition to FEMA and grant-related consulting, the consultant may provide additional disaster recovery,
preparedness, and resilience services upon request. These services may include but are not limited to:
• Disaster Response & Recovery Planning
o Assist with the development and implementation of disaster response and recovery plans.
o Provide technical assistance for emergency response coordination and resource allocation.
o Support the County in identifying and implementing best practices for disaster resilience.
• Damage Assessments & Documentation
o Assist in conducting post-disaster damage assessments to support funding requests.
o Provide guidance on proper documentation of damages to ensure compliance with federal and state
requirements.
• Community Resilience & Mitigation Strategies
o Assist in the development of long-term mitigation and resilience strategies to reduce the impact of future
disasters.
o Support the County in pursuing mitigation grants and funding opportunities to enhance community
resilience.
• Training & Capacity Building
o Conduct training sessions for County staff on disaster preparedness, response, and recovery best
practices.
o Provide guidance on continuity of operations planning (COOP) to ensure essential government functions
during and after disasters.
• Provision of Human and Material Resources
o Provide skilled personnel, such as project management teams and technical experts, to support disaster
response and recovery efforts.
o Deploy specialized resources, including drone technology for pre- and post-disaster assessments, data
collection, and damage documentation.
o Support the County with logistical planning, equipment coordination, and operational staffing as needed
for emergency management activities.
• Additional Support
o Provide other disaster-related services as needed to support the County's emergency management and
recovery efforts.
DELIVERABLES
The Task Order for each project will define the deliverables, which include, but are not limited to:
• Monthly Progress Reports —Status updates on grant applications and compliance reviews.
• Grant Application Packages —Completed and submitted proposals for targeted funding opportunities.
29
1679
• Compliance Reports- Documentation of compliance efforts and results of internal audits.
• Training Materials -Guides and presentations for staff capacity-building.
• Financial Reports- Reimbursement requests and expenditure tracking.
PRICING
Position Hourly Rate without Hourly Rate with Travel
Travel
Program Manager $190.00 $220.00
Project Manager $155.00 $185.00
Subject Matter Expert $220.00 $250.00
Data Reporting Specialist $100.00 $130.00
Data Reporting Lead $125.00 $155.00
Disaster Recovery Specialist 1 $95.00 $125.00
Disaster Recovery Specialist 11 $110.00 $140.00
Disaster Recovery Specialist 111 $135.00 $165.00
Disaster Recovery Specialist Lead $145.00 $175.00
Individual Assistance Specialist, 1 $95.00 $125.00
Individual Assistance Specialist, 11 $110.00 $140.00
Individual Assistance Specialist, 111 $135.00 $165.00
Individual Assistance Specialist, Lead $145.00 $175.00
Grant Management Specialist 1 $95.00 $125.00
Grant Management Specialist 11 $110.00 $140.00
Grant Management Specialist 111 $135.00 $165.00
Grant Management Specialist Lead $145.00 $175.00
Compliance Specialist 1 $75.00 $105.00
Compliance Specialist 11 $100.00 $130.00
Compliance Specialist 111 $115.00 $145.00
Compliance Specialist Lead $125.00 $155.00
Administrative Assistance $70.00 $100.00
Hazard Mitigation Specialist 1 $90.00 $120.00
Hazard Mitigation Specialist 11 $120.00 $150.00
Hazard Mitigation Specialist 111 $135.00 $165.00
Hazard Mitigation Lead $145.00 $175.00
Planner $120.00 $150.00
Lead Planner $135.00 $165.00
Environmental and Historical Preservation $115.00 $145.00
Specialist
Environmental and Historical Preservation $145.00 $175.00
Lead
*Hourly rate without travel does not include 'but-of-pocket" travel-related costs, such as travel, lodging, meals,
etc.
** Hourly rate with travel includes lodging, per diem, and other travel-related costs.
30
1680
ETHICS CLAUSE
SWORN STATEMENT UNDER ORDINANCE NO.010-1990
MONROE COUNTY, FLORIDA
s= IEM International, Inc.
(Company)
-warrants that he/it has not employed, retained or otherwise had act on his/her behalf any former County officer
or employee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation o
Section of Ordinance No. 010-1990, For breach or violation oft is provision the County , in its discretion,
terminate t is Agreement wi out liability and may also, in its discretion, deduct from Agreement r purchase
rice® or otherwise recover, full amount of any fee, commission, ec to e, gift, or consideration pai to the
former County officer or employee."
w 6 @J(1r✓ � �,. .err°'"" a,^�
/ (Signa
30� �
Date: June 25, 2025
STATE OF: L 0 U I S I A N A
PARISH OF:
EAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means ofXphysical presence or❑ online
notarization, on June 25, 2025
(date) by Keith Reynolds (name of affiant). He/She i personally
=to me or has produced (type of
identification) as identification.
OT R,. IC
V .¢t."� a ti t �o r4 c My Commission Expires: death
i'1 tl
stir 1�ii �iUp1I� a � rd4"."pP7sl .rflJV'�`"�4r s {I"1�,
50
1681
Nnm-COLLUSION AFFIDAVIT
Keith enol s of the city of B ton Rougeaccording o law on my
oath, and underpenalty of perjury, depose say that
I am Director, Contract Operations and Compliance oft e firm o
IEM International,Inc. the bidder making the
Proposal for the project described in the Request for Proposals for
Comprehensive Disaster Recovery and Grant Management Consulting Services and that I executed the said
proposal with full authority to do sod
. the prices in this bid have e n arrived at independently wi o collusion,
consultation, communication or agreement fort e purpose of restricting competition,
as to any matter relating such ricer with any other bidder or with any competitor;
. unless otherwise required by law, the prices which have been quoted in this bid have
of been knowingly disclosed by the bidder and will not knowingly be disclosed by the
bidder prior to bid opening, it y or indirectly, to any other bidder or to any
competitor; and
4. o attempt has been made or will be made by the bidder to induce any other erson,
partnership r corporation to submit, or not to submit, a bidforte purpose of
restricting competition',
. the statements contained in thisaffidavit are truecorrect, and madei I
knowledge that Monrp ty relies upon the truth of the statements contained in
this affidavit i , for said roj ct.
,n
(Signature),,
:.
e
,M
r
aa,� 5, 2025
Date:
04,q. wJI r
STATE OF: LOUISIANA �Nli 00aw a
PARISH OF: EAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means of Xphysical presence or❑ online
notarization, on June 25, 2025 (date) by Keith Re nolds (name of affiant).
He/She i personally mown me or has produced {type of
identification)as identification.
w
x�, �i�iti�xfi2gL aura �,�r TARY P13BLIC
.,
any .. 4 x 8 h�,Pra��4'kas 8%�
ara �a'attY��ti aa 4ari
9�ds u ka4ir
a h r do aatit� yi y�au t "w Y a„r death
My Commission Expires:
." k
51
1682
DRUG-FREE WORKPLACE FORM
The undersigned vendor in accordance with FloridaStatute 287.087 r y certifies at:
IEM International, Inc.
(Name of Business)
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace and
specifying the actions that will be taken against employees for violations of such i itio .
2. Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug-free workplace, any available drug counseling, rehabilitation,
employee assistance programs, and the penalties that mayimposed o s for
rug abuse violations.
3. Give each employee engaged in providingcommodities or contractual services that are
under i copy of the statement specified in subsection ( ).
4. n the statement specified in subsection (1), notify the employees that, as a condition o
working on the commodities or contractual services that are under bid, the employeeit
abide the terms oft the statement will notify employer of any conviction o , or plea
of guilty or nolo contenderre to, any violation of Chapter (Florida Statutes) or of any
controlled substance la of the United States or any state, for a violation occurring in the
workplace no later than five ( as after such conviction.
. Impose sanction on, or require the satisfactory pa ici atio in a drugabuse assistance o
rehabilitation program if such is available in the employee's community,or any employee who
is so convicted.
good faith effort to continue to maintain a drug-freeworkplace through implementation
oft is section.
As the person authorized to sign the statement, I certify a this firm complies fully with the above
requirements.
,
SI natBpe
u�
r I� ,f 1 ,,,N at : June 25, 2025
STATE OF: LOUISIANA
PARISH OF: EAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means ofXphysical presence or❑ online
notarization, on June 25, 2025 (date)
by Keith Reynolds (name of affiant). He/She is ersonally know to
me or has produced (type of ids 'fication)as identification.
I
TA `Y BLIC e.,w
ors a
� 'wok ....,,
10 �,��m''6 x �Aa,r
dtid 'sv lr'4.d:�l 1����tl)n VUJQ'Zj rthl i�,
ZY Commissi Expires: death
52
1683
STATEMENTPUBLIC ENTITY CRIME
"A person or affiliate who has been placed on the convicted vendor list following conviction for
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity fort e construction or repair of a public
buildingor public work, may not submit i s on leases of real property to public entity, may not be
awarded r perform workas a contractor, supplier, subcontractor, or CONTRACTORunder a
contract with any public entity, and may not transact business with any public entity in excess oft e
thresholdamount provided in Section 287.017, for CATEGORY TWO for a periodo t s fro
the date of beingplaced on the convicted vendor list
I have read the above and state that neither IEM International, Inc, (Respondent's name) nor
any Affiliate has been placed on the convicted vendor list within the last o f s.
ll,A. `..
r
(Signature),, ,'
y,,f Jane 2025
Late:
STATE OF:
LOUISIANA � �""`°
PARISH OF: EAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means ofX physical presence or❑ online
notarization, on June 25, 2025 (date) by Keith Reynolds (name of affiant).
He/She islemm=o me or has produced (type of identification) as
identification.
� Wa �� NOTARY P LIC
i
G
w„4 rra Vli ��4i�
eu Nica6
My Commission Expires: death
53
1684
VENDOR CERTIFICATION GA I G SCRUTINIZED COMPANIES LIST
Project Descri tioll Comprehensive Disaster Recovery and Grant Management Corl Services
Respondent Vendor Name: IEM International, Inc.
Vendor FEW:: 72-1045664
Vendor's Authorized Representative Name and Title: Keith Reynolds, Director Contract Operations and Compliance
Address: .5420 Wade Park Blvd. Suite 140
City: Raleigh State: North Carolina i 27607 .
Phone Number: 919-990-8191
Email Address: Contracts@iem.com
Section 287.135,Florida.Statutes prohibits a company from bidding on,submitting a proposal for,or entering into or
renewing a contract for goods or services of any amount if,at the time of contracting or renewal,the company is on the
Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725,Florida Statutes,or is engaged in
a Boycott of Israel" Section 2 7.13 ,Florida Statutes,also prohibits a company from bidding on,submitting a proposal
for,or entering into or renewing a contract for goods or services of1,000,000 or more,that are on either the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector Lists which were created pursuant to s.215.473,Florida Statutes,or is engaged in business operations in Cuba
or Syria.
As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the
Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or
engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies
with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or
engaged in business operations in Cuba.or Syria.
I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject
company to civil penalties,attorney's fees,and/or costs.I further understand that any contact with the County may be
terminated,at the option of the County,if the company is found to have submitted a false certification or has been placed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List or been engaged in business operations in Cuba.or Syria.
.ertifred By: Keith Reynolds ,who is authorized to sign on behalf
of the above referenced company,
Authorized Signatures
Keith Reynolds
Print Name: y
Title: Director, Contract Operations and Compliance
Note:The List are available at the following Department ofManagemint Ser
awS/St to nlr lu .:U) Im w 4 .......rr�aa ,k,"i mw,it!W l rii.l
.. ...
4:. wuM��ants` ,�^��dor lists
54
1685
AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT
FOR LABOR OR SERVICES
EntityNendor Name: 1EM International, Inc.
Vendor FEIN: 72-1045884
Vendor's Authorized Representative: Keith Reynolds, Director Contract Operations and Compliance
Address: 5420 Wade Park Blvd. Suite 140 (Name and'Title itl
City: Raleigh State: North Carolina Zip: 27607
Phone Number: 919-990-8191
Email Address: Contracts@iem.com
As a nongovernmental entity executing, renewing, or extending a contract with a government
entity,Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does
not use coercion for labor or services in accordance with Section 787.06,Florida Statutes.
As defined in Section 787,06(2)(a), coercion means:
14 Using or threating to use physical force against any person;
2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person
without lawful authority and against her or his will;
3. Using lending or other credit methods to establish a debt by any person when labor or services
are pledged as a security for the debt, if the value of the labor or services as reasonably
assessed is not applied toward the liquidation of the debt,the length and nature of the labor
or service are not respectively limited and defined;
4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or
purported passport, visa, or other immigration document, or any other actual or purported
government identification document, of any person;
5. Causing or threating to cause financial ha nn to any person.;
6. Enticing or luring any person by fraud or deceit; or
7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section
893.03 to any person for the purpose of exploitation of that person.
As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that
Vendor does not use coercion for labor or services in accordance with Section 787.06.
Additionally,Vendor has reviewed Section 787,06, Florida Statutes, and agrees to abide by same.
V
Certified By: Keith Reynolds
who is
authorized to sign on behalf 9fthe above referenced company 14
01'
Authorized Sig nature:---,e�
Print Name:Keith Reynolds
Title:Director, Contract Operations and ComplianceAliJ........ L.........
0,
wW
55
1686
�0.
5�
Minority a uusness Declaration
IEM International, Inc. ,,a sub-contractor engaged by Monroe County during the completion of work
associated with the below indicated project
(Check one)
is a minority business enterprise,as defined in Section 288.703,Florida.Statutes
or
—V—is not a minority business enterprise,as defined in Section 288,703,Florida Statutes.
F.S.288.703(3) `Minority business enterprise"means any small business concern defined in subsection(6)(see below)which is
organized to engage in commercial transactions,which is domiciled in Florida,and which is at least 5 I-percent-owned by minority
persons who are members of an insular group that is of a particular racial,ethnic,or gender makeup or national origin,which has
been subjected historically to disparate treatment due to identification in and with that group resulting in an underrepresentation of
commercial enterprises under the group's control,and whose management and daily operations are controlled by such persons,A
minority business enterprise may primarily involve the practice of a profession,Ownership by a minority person does not include
ownership which is the result of a transfer from a nonminority person to a minority person within a related immediate family group
if the combined total net asset value of all members of such family group exceeds 1 million.For purposes of this subsection,the
to "related immediate family group"means one or more children under 16 years of age and a parent of such children or the
spouse of such parent residing in the same house or living unit,
F.S 288.703(6)"Small business"means an independently owned and operated business concern that employs 200 or fewer
permanent full-tune employees and that,together with its affiliates,has a net worth of not more than$5 million or any firm based in
this state which has a Small Business Administration (a)certification.As applicable to sole proprietorships,the$5 million net
worth requirement shall include both personal and business investments.
Contractor mav refer to F.S.288.703 for more information.
Contractor Sub-Reci lent: Monroe County
Signature Signature _.............m........
Print Name: Keith Reynolds Printed Name: _
Title:Director,Contract Operations and Compliance "title/OMB Department:
Verified via:https:ZJos .drr�s.�t tlorc ..coo directories
Address:5420 Wade lark Blvd. Suite 140 DEM Contract:
Raleigh, North Carolina 27607
City/State/Zip
Date: June 25, 2025 FEMA Project Number:
,�W11 i�1,10 e
/ YhrJJrf 56
i
r
, �rJ
` 1687
FOREIGN ENTITIES AFFIDAVIT F.S. 287.138
1, Keith Reynolds of the city of Baton Rouge according to law
on my oath, and under penalty of perjury, depose and say that:
a. I am Director,Contract Operations and Compliance of the firm of
1EM International, Inc. ("Entity"), the bidder
making the Proposal for the project described in the Request for Proposals for
Comprehensive Disaster Bg2qygU_and_Grant Management Consulting Services and that I executed the said
proposal with full authority to do so,
b. In accordance with section 287.138, Florida Statutes, the Entity is not owned by the
government of a Foreign Country of Concern, as that term is defined in F.S. 287.138,
is not organized under the laws of nor has its Principal Place of Business in a Foreign
Country of Concern, and the government of a Foreign Country of Concern does not
have a Controlling Interest in the entity.
c. The statements contained in this affidavit are true and correct, and made with full
knowledge that Monroe County relies upon the truth of the statements contained in
this affidavit in awarding contracts for said project.
(Signature)
Date: June 27, 2025
STATE OF: LOUISIANA
PARISH OF: EAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means of N physical presence or 0
online notarization, on June 27, 2025 --- by
Keith Reynolds (name of affiant). He/Sh is personally known me or
has produced 7type of
identification) as identification.
X44
NQ�_�RY PUB-Cit"'
Nd)ry PuIfic L� My Commission Expires: death
1688
Respondent's Insurance and Indemnification Statement
Insurance Reauirement Reauired Li it
Worker's Compensation Statutory Limits
Employer's Liability $1,000,000/$1,000,000/$1,000,000
General Liability $1,000,000 Combined Single Limit
Vehicle Liability $500,000 Combined Single Limit per
Occurrence, or if split limits, $250,000
per person, $500,000 per accident,
and $50,000 property damage.
IDEMNIFICATION AND HOLD HARMLESS FOR CONTRACTORS AND SUBCONTRACTORS
The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend Monroe County,
its commissioners, officers, employees, agents and servants from any and all claims for bodily injury,
including death, personal injury, and property damage, including property owned by Monroe County,
and any other losses,damages, and expenses of any kind, including attorney's fees, court costs and
expenses, which arise out of, in connection with, or by reason of services provided by the
CONTRACTOR or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or
wrongful act or omission of the CONTRACTOR, including its Subcontractor(s) in any tier, their
officers, employees, servants or agents.
In the event that the completion of the project(to include the work of others) is delayed or suspended
as a result of the CONTRACTOR's failure to purchase or maintain the required insurance, the
CONTRACTOR shall indemnify the County from any and all increased expenses resulting from such
delay. Should any claims be asserted against the COUNTY by virtue of any deficiency or ambiguity
in the plans and specifications provided by the CONTRACTOR, the CONTRACTOR agrees and
warrants that CONTRACTOR shall hold the County harmless and shall indemnify it from all losses
occurring thereby and shall further defend any claim or action on the County's behalf.
The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements
contained elsewhere within this agreement.
This indemnification shall survive the expiration or earlier termination of the Agreement.
RESPONDENT'S STATEMENT
I understand the insurance that will be mandatory if awarded the contract and will comply in full
with all the requirements.
Keith Reynolds, '
DirectorContract Operations and Compliance
°�°°
Respondent Sign
P0eh , ,iEJ rt'li,,,,,
57 dll� iJwJ`f�
I Vol, x
1689
INSURANCE AGENT'S STATEMENT
I have reviewed the above requirements with the bidder named below. The following deductibles
apply to the corresponding policy.
POLICY DEDUCTIBLES
Commercial 630 3R329314; Auto BA 3R329191; GL, No Deductible; Umbrella- No Deductible;WC
Umbrella CUP 3R389058;Workers Comp UB3R28606 No deductible; Professional/Cyber- $50,000 deductible
Professional Gyber LGYt5bZZd4; Excess Prof/cyber Auto - No deductible
P00100124587307
MONROE COUNTY, FLORIDA
Request For Waiver
Of
Insurance Requirements
It is requested that the insurance requirements, as specified in the County's Schedule of Insurance
Requirements, be waived or modified on the following contract:
Contractor: No waiver requested
Contract for:
Address of Contractor:
Phone:
Scope of Work:
Reason for Waiver:
Policies Waiver
will apply to:
Signature of Contractor:
Approved Not Approved
Risk Management:
Date:
58
1690
County Administrator appeal:
Approved Not Approved
Date:
Board of County Commissioners appeal:
Approved Not Approved
Meeting Date:
IEM International, Inc.
RESPONDENT e--'----9IGNATURE
Keith Reynolds, Director of Contract Operations
59
1691
Liz Yongue
From: Gomez-Krystal <Gomez-Krystal@MonroeCounty-FL.Gov>
Sent: Monday, August 18, 2025 1:19 PM
To: Ballard-Lindsey; County Commissioners and Aides; Kevin Madok; Pamela Hancock;
Senior Management Team and Aides; Liz Yongue; InternalAudit
Cc: Shillinger-Bob; Williams-Jethon; Cioffari-Cheryl; Livengood-Kristen; Rubio-Suzanne;
Pam Radloff; County-Attorney; Allen-John; Danise Henriquez; Hurley-Christine; Rosch-
Mark; Gambuzza-Dina; Beyers-John; InternalAudit; Kevin Madok; Valcheva-Svilena;
Powell-Barbara; Guerra-Cynthia
Subject: Item C29 BOCC 08/20/2024 REVISED BACKUP
Attachments: c29 AIS 4388.pdf, IEM International Inc Agreement Comprehensive Disaster Recovery
and Grant Management Consulting Services 8 20 25.pdf
Good afternoon,
Please be advised that the agenda item backup has been revised for item C29.
"Approval to award a 5-year contract to IEM, the second highest ranked respondent, as secondary contractor
for Comprehensive Disaster Recovery and Grant Management Consulting Services, effective August 20, 2025. "
Sincerely,
Executive Administrator
Monroe County Administrator's Office
1100 Simonton Street, Suite 2-205
Key West, FL 33040
(305)292-4441 (Office)
(305)850-8694(Cell)
Courier Stop#1
Notary Public
w.r o n r y e c_ u�n1y:�:V_e.gpy
i».c z..- Y .�.. _rn groecou�_n�.Y..-.�..:.i» .Y.
PLEASE NOTE: FLORIDA HAS A VERY BROAD RECORDS LAW. MOST WRITTEN COMMUNICATIONS TO OR FROM THE COUNTY REGARDING COUNTY BUSINESS
ARE PUBLIC RECORDS AVAILABLE TO THE PUBLIC AND MEDIA UPON REQUEST. YOUR EMAIL COMMUNICATION MAY BE SUBJECT TO PUBLIC DISCLOSURE.
1
C29
BOARD OF COUNTY COMMISSIONERS
COUNTY of MONROE Mayor James K.Scholl,District 3
The Florida Keys Mayor Pro Tern Michelle Lincoln,District 2
Craig Cates,District 1
David Rice,District 4
Holly Merrill Raschein,District 5
Board of County Commissioners Meeting
August 20, 2025
Agenda Item Number: C29
2023-4388
BULK ITEM: Yes DEPARTMENT: Purchasing
TIME APPROXIMATE: STAFF CONTACT: Julie Cuneo
N/A
AGENDA ITEM WORDING: Approval to award a 5-year contract to IEM, the second highest
ranked respondent, as secondary contractor for Comprehensive Disaster Recovery and Grant
Management Consulting Services, effective August 20, 2025.
ITEM BACKGROUND:
An RFP was advertised for Comprehensive Disaster Recovery and Grant Management Consulting
Services on the County's bidding platform, Bonfire, beginning 5/30/2025. The RFP indicated that one
or more contracts would be awarded. Bid opening took place on June 30, 2025 at 3 pm. Ten proposals
were received from Berquist Recovery Consulting, CRS-V LLC, GrantWorks, IEM, Kimley-Horn and
Associates, Inc., Ocelot AG LLC, Tetra Tech, Inc., The Write Direction, Tidal Basin Government
Consulting, LLC, and Witt O'Brien's LLC.
On July 14, 2025, the selection committee met and scored the proposals, with Tetra Tech, Inc. being
ranked highest and IEM second highest. Staff decided to award two contracts, with Tetra Tech, Inc as
primary contractor and IEM as secondary contractor. The secondary contractor is recommended by
staff as an additional resource in the event of large or multiple disasters, services the primary contractor
may not be able to provide, and unforeseen situations that would require the need for another
contractor.
PREVIOUS RELEVANT BOCC ACTION:
The BOCC approved the advertisement of this RFP on June 15, 2022.
INSURANCE REQUIRED:
Yes
CONTRACT/AGREEMENT CHANGES:
N/A New Contract
STAFF RECOMMENDATION: Approval to award contract.
1
DOCUMENTATION:
Notice of Intent to Award Contract.pdf
R-FP-594 - Rank-ing.pdf
2025 08 COI IEM FL AL WC CL PL exp 10.1.25 signed Redacted.pdf
IEM International Inc Agreement Comprehensive Disaster Recovery and Grant Management
Consulting Services 8 20 25.pdf
FINANCIAL IMPACT:
This is an on-call contract that may be utilized by any County Department. The not-to-exceed amount is
$5 million. Task Orders will be issued for specific projects with a Scope of Work and a not-to-exceed
amount for that Task Order. The primary use is for Disaster Recovery Consulting, which is subject to
reimbursement from disaster-related grants. Task Orders for other grant-related consulting
will be subject to the budget of the department utilizing the services provided through this contract.
2
AGREEMENT FOR
COMPREHENSIVE DISASTER RECOVERY AND GRANT
MANAGEMENT CONSULTING SERVICES
This Agreement ("Agreement") made and entered into this 201h day of August, 2025 by and
between Monroe County, a political subdivision of the State of Florida, whose address is 1100
Simonton Street, Key West, Florida, 33040, its successors and assigns, hereinafter referred to as
"COUNTY," through the Monroe County Board of County Commissioners ("BOCC),
AND
IEM International, Inc.whose address is 5420 Wade Park Blvd., Suite 140 Raleigh, North Carolina
27607, its successors and assigns, hereinafter referred to as "CONTRACTOR" or
"CONSULTANT", and designated as the secondary contract for these services.
WITNESSETH:
WHEREAS, COUNTY desires to employ the professional services of CONTRACTOR for
Comprehensive Disaster Recovery and Grant Management Consulting Services
WHEREAS, CONSULTANT has agreed to provide professional services which shall include but
not be limited to providing Comprehensive Disaster Recovery and Grant Management Consulting
Services which services shall collectively be referred to as the "Project";
NOW, THEREFORE, in consideration of the mutual promises, covenants and agreements stated
herein, and for other good and valuable consideration, the sufficiency of which is hereby
acknowledged, COUNTY and CONSULTANT agree as follows:
1
ARTICLE 1
1.1 REPRESENTATIONS
By executing this Agreement, CONSULTANT makes the following express
representations and warranties to the COUNTY:
1.1.1 The CONSULTANT shall maintain all necessary licenses, permits or other authorizations
necessary to act as CONSULTANT for the Project until the CONSULTANT'S duties
hereunder have been fully satisfied;
1.1.2 The CONSULTANT shall prepare all documentation required by this Agreement in such a
manner that they shall be accurate, coordinated and adequate for use in verifying work
completed by CONSULTANTs and associated costs and shall be in conformity and
comply with all applicable law, codes and regulations. The CONTRACTOR warrants that
the documents prepared as a part of this Agreement will be adequate and sufficient to
document costs in a manner that is acceptable for reimbursement by government
agencies, therefore eliminating any additional cost due to missing or incorrect information;
1.1.3 The CONSULTANT assumes full responsibility to the extent allowed by law with regards
to their performance and those directly under their employ;
The CONSULTANT'S services shall be performed as expeditiously as is consistent with
professional skill and care and the orderly progress of the Project. In providing all services
pursuant to this agreement, the CONSULTANT shall abide by all statutes, ordinances,
rules and regulations pertaining to, or regulating the provisions of such services, including
those now in effect and hereinafter adopted. Any violation of said statutes, ordinances,
rules and regulations shall constitute a material breach of this agreement and shall entitle
the Board to terminate this contract immediately upon delivery of written notice of
termination to the CONSULTANT;
At all times and for all purposes under this agreement the CONSULTANT is an
independent contractor and not an employee of the Board of County Commissioners for
Monroe County. No statement contained in this agreement shall be construed so as to find
the CONSULTANT or any of his/her employees, contractors, servants, or agents to be
employees of the Board of County Commissioners for Monroe County.
1.1.4 The CONSULTANT shall not discriminate against any person on the basis of race, creed,
color, national origin, sex, age, or any other characteristic or aspect which is not job
related, in its recruiting, hiring, promoting, terminating, or any other area affecting
employment under this agreement or with the provision of services or goods under this
agreement.
2
ARTICLE II
SCOPE OF BASIC SERVICES
2.1 DEFINITION
CONSULTANT'S Scope of Basic Services consists of those described in Attachment A.
The CONSULTANT shall commence work on the services provided for in this Agreement
promptly upon receipt of a written notice to proceed from the COUNTY. If the Task
Order cannot be completed in advance of the Notice to Proceed the
Consultant may, as approved by the County Administrator, perform work as
directed and specified in an amount not to exceed $100,000. Task Orders
may not exceed $100,000 without the approval or ratification of the BOCC.
The Task order must contain a description of the services to be performed, the time period
within which services must be performed, the estimated cost for the services to be
performed under the task order and deliverables.
2.2 CORRECTION OF ERRORS, OMISSIONS, DEFICIENCIES
The CONSULTANT shall, without additional compensation, promptly correct any errors,
omissions, deficiencies, or conflicts in the work product of the CONSULTANT or its
subcontractors, or both.
2.3 NOTICE REQUIREMENT
All written correspondence to the COUNTY shall be dated and signed by an authorized
representative of the CONSULTANT. Any notice required or permitted under this
agreement shall be in writing and hand delivered or mailed, postage pre-paid, to the
COUNTY by certified mail, return receipt requested, to the following:
Julie Cuneo
Director Purchasing and Contracts
1100 Simonton Street, Suite 2-213
Key West, Florida 33040
And:
Christine Hurley
Monroe County Administrator
1100 Simonton Street, Room 2-205
Key West, Florida 33040
For the CONSULTANT:
Allison Veillette
Senior Contract Administrator
IEM International, Inc.
5420 Wade Park Blvd., Suite 140
Raleigh, North Carolina 27607
3
ARTICLE III
ADDITIONAL SERVICES
3.1 The services described in Article III that maybe provided by the CONSULTANT (provided
for example purposes only) and are not included in Basic Services. If requested by the
COUNTY they shall be paid for as an addition to the compensation paid for the Basic
Services but only if approved by the COUNTY before commencement.
A. Providing services of CONSULTANT for other than the previously listed scope of the
Project provided as a part of Basic Services.
B. Providing any other services not otherwise included in this Agreement.
C. Providing representation before public bodies in connection with the Project, upon
approval by COUNTY.
3.2 If Additional Services are required, such as those listed above, the COUNTY shall issue a
letter requesting and describing the requested services to the CONSULTANT. The
CONSULTANT shall respond with a fee proposal to perform the requested services. Only
after receiving an amendment to the Agreement and a notice to proceed from the COUNTY,
shall the CONSULTANT proceed with the Additional Services.
ARTICLE IV
COUNTY RESPONSIBILITIES
4.1 The COUNTY shall provide full information regarding requirements for the Project.
4.2 The COUNTY shall designate a representative to act on the COUNTY's behalf with
respect to the Project. The COUNTY or its representative shall render decisions in a timely
manner pertaining to documents submitted by the CONSULTANT in order to avoid
unreasonable delay in the orderly and sequential progress of the CONSULTANT'S
services.
4.3 Prompt written notice shall be given by the COUNTY and its representative to the
CONSULTANT if they become aware of any fault or defect in the Project or non-
conformance with the Agreement Documents. Written notice shall be deemed to have
been duly served if sent pursuant to paragraph 2.3.
4.4 The COUNTY shall furnish the required information and services and shall render
approvals and decisions as expeditiously as necessary for the orderly progress of the
CONSULTANT'S services and work of the contractors.
4
4.5 The COUNTY's review of any documents prepared by the CONSULTANT or its
subcontractors shall be solely for the purpose of determining whether such documents are
generally consistent with the COUNTY's criteria, as, and if, modified. No review of such
documents shall relieve the CONSULTANT of responsibility for the accuracy, adequacy,
fitness, suitability or coordination of its work product.
4.6 The COUNTY shall provide copies of necessary documents required to complete the
work.
4.7 Any information that may be of assistance to the CONSULTANT that the COUNTY has
immediate access to will be provided as requested.
ARTICLE V
INDEMNIFICATION & HOLD HARMLESS
The CONSULTANT covenants and agrees to indemnify, hold harmless and defend COUNTY, its
commissioners, officers, employees, agents and servants from any and all claims for bodily injury,
including death, personal injury, and property damage, including damage to property owned by
Monroe County, and any other losses, damages, and expenses of any kind, including attorney's
fees, court costs and expenses, which arise out of, in connection with, or by reason of services
provided by CONSULTANT or its Subcontractor(s) in any tier, occasioned by the negligence,
errors, or other wrongful act or omission of the CONSULTANT, its Subcontractor(s) in any tier,their
officers, employees, servants and agents.
In the event that the completion of the project(to include the work of others)is delayed or suspended
as a result of the CONSULTANT's failure to purchase or maintain the required insurance, the
CONSULTANT shall indemnify COUNTY from any and all increased expenses resulting from such
delay. Should any claims be asserted against COUNTY by virtue of any deficiency or ambiguity
in the plans and specifications provided by the CONSULTANT, the CONSULTANT agrees and
warrants that CONSULTANT hold the County harmless and shall indemnify it from all losses
occurring thereby and shall further defend any claim or action on the COUNTY's behalf.
The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements
contained elsewhere within this agreement.
This indemnification shall survive the expiration or earlier termination of the Agreement.
5
ARTICLE VI
PERSONNEL
6.1 PERSONNEL
The CONSULTANT shall assign only qualified personnel to perform any service
concerning the project. At the time of execution of this Agreement, the parties anticipate
that the following named individuals will perform those functions as indicated:
NAME FUNCTION
Molly Evancho Program Manager
Alicia Boyette Project Manager
Sam Cockrell Disaster Recovery Specialist II
Jessica Gardner Grant Management Specialist Lead
Zachariah Rodriguez Data Reporting Specialist
Megan Bond Subject Matter Expert— Individual Assistance
Pamela Patenaude Subject Matter Expert—HUD
Mara Perez Torres Subject Matter Expert—FTA and EPA
Jared Jakubowski Subject Matter Expert—CDBG DR
So long as the individuals named above remain actively employed or retained by the
CONSULTANT, they shall perform the functions indicated next to their names. If they are
replaced the CONSULTANT shall notify the COUNTY of the change immediately.
ARTICLE VII
COMPENSATION AND TERM
7.1 PAYMENT SUM
7.1.1 The COUNTY shall pay the CONSULTANT in current funds for the CONSULTANT'S
performance of this Agreement as specified in individual Task Orders based on rates
negotiated and agreed upon and shown in Attachment A.
7.1.2 This contract has an estimated not-to-exceed amount of$5 million. Each Task Order will
specify the lump sum or not-to-exceed amount for performance of services under each
Task Order.
7.2 PAYMENTS
7.2.1 For its assumption and performances of the duties, obligations and responsibilities set
forth herein, the CONSULTANT shall be paid monthly.
A. If the CONSULTANT'S duties, obligations and responsibilities are materially changed
by amendment to this Agreement after execution of this Agreement, compensation
due to the CONSULTANT shall be equitably adjusted, either upward or downward;
B. As a condition precedent for any payment due under this Agreement, the
CONSULTANT shall submit monthly, unless otherwise agreed in writing by the
COUNTY, a proper invoice to COUNTY requesting payment for services properly
6
rendered and reimbursable expenses due hereunder. The CONSULTANT'S invoice
shall describe with reasonable particularity the service rendered. The
CONSULTANT'S invoice shall be accompanied by such documentation or data in
support of expenses for which payment is sought at the COUNTY may require,
including but not limited to back up documentation sufficient for reimbursement of
expenses by FEMA or other governmental agencies.
C. Payment shall be made pursuant to the Local Government Prompt Payment Act,
218.70, Florida Statute.
7.3 REIMBURSABLE EXPENSES
Rates shall be inclusive of all reimbursable expenses when working on site.
7.4 BUDGET
7.4.1 The CONSULTANT may not be entitled to receive,and the COU NTY is not obligated to pay,
any fees or expenses in excess of the amount budgeted for this contract in each fiscal year
(October 1 -September 30) by COUNTY's Board of County Commissioners. The budgeted
amount may only be modified by an affirmative act of the COUNTY's Board of County
Commissioners.
7.4.2 The COUNTY's performance and obligation to pay under this Agreement is contingent
upon an annual appropriation by the Board of County Commissioners and the approval of
the Board members at the time of contract initiation and its duration.
7.5 TERM OF AGREEMENT
7.5.1 The effective date of this AGREEMENT shall be August 201h 2025. The term of the
AGREEMENT shall be for a five-year period, unless otherwise terminated as provided
herein. The COUNTY shall have the option of extending the AGREEMENT in one- year
increments for up to five years at the same terms and conditions with approval of the
COUNTY'S governing board. Such extension(s) shall be in the form of a written
Amendment to the AGREEMENT and shall be executed by both parties.
ARTICLE VIII
INSURANCE AND BONDS
8.1 The CONSULTANT shall obtain insurance as specified and maintain the required
insurance at all times that this Agreement is in effect. In the event the completion of the
project (to include the work of others) is delayed or suspended as a result of the
CONSULTANT'S failure to purchase or maintain the required insurance, the
CONSULTANT shall indemnify the COUNTY from any and all increased expenses
resulting from such delay.
8.2 The coverage provided herein shall be provided by an insurer with an A.M. Best rating of
VI or better, that is licensed to business in the State of Florida and that has an agent for
7
service of process within the State of Florida. The coverage shall contain an endorsement
providing sixty(60) days' notice to the COUNTY prior to any cancellation of said coverage.
Said coverage shall be written by an insurer acceptable to the COUNTY and shall be in a
form acceptable to the COUNTY.
8.3 CONSULTANT shall obtain and maintain the following policies:
A. Workers' Compensation insurance as required by the State of Florida, sufficient to
respond to Florida Statute 440.
B. Employers Liability Insurance with limits of $1,000,000 per Accident, $1,000,000
Disease, policy limits, $1,000,000 Disease each employee.
C. Comprehensive business automobile and vehicle liability insurance covering
claims for injuries to members of the public and/or damages to property of others
arising from use of motor vehicles, including onsite and offsite operations, and
owned, hired or non-owned vehicles, with $500,000.00 combined single limit or if
split limits, $250,000 per person, $500,000 per accident, and $50,000 property
damage..
D. Commercial general liability, including Personal Injury Liability, covering claims for
injuries to members of the public or damage to property of others arising out of any
covered act or omission of the CONSULTANT or any of its employees, agents or
subcontractors or subcontractors, including Premises and/or Operations, Products
and Completed Operations, Independent Contractors; Broad Form Property
Damage and a Blanket Contractual Liability Endorsement with $1,000,000) per
occurrence and annual aggregate. An Occurrence Form policy is preferred. If
coverage is changed to or provided on a Claims Made policy, its provisions should
include coverage for claims filed on or after the effective date of this contract. In
addition, the period for which claims may be reported must extend for a minimum
of 48 months following the termination or expiration of this contract.
E. COUNTY shall be named as an additional insured and Certificate Holder with
respect to CONSULTANT'S liabilities hereunder in insurance coverages
identified in Paragraphs C and D.
F. CONSULTANT shall require its subcontractors to be adequately insured at least
to the limits prescribed above, and to any increased limits of CONSULTANT if so
required by COUNTY during the term of this Agreement. COUNTY will not pay for
increased limits of insurance for subcontractors.
G. CONSULTANT shall provide to the COUNTY certificates of insurance or a copy of
all insurance policies including those naming the COUNTY as an additional
insured. The COUNTY reserves the right to require a certified copy of such policies
upon request.
H. If the CONSULTANT participates in a self-insurance fund, a Certificate of
Insurance will be required. In addition, the CONSULTANT may be required to
submit updated financial statements from the fund upon request from the
COUNTY.
8
ARTICLE IX
MISCELLANEOUS
9.1 SECTION HEADINGS
Section headings have been inserted in this Agreement as a matter of convenience of
reference only, and it is agreed that such section headings are not a part of this Agreement
and will not be used in the interpretation of any provision of this Agreement.
9.2 OWNERSHIP OF THE PROJECT DOCUMENTS
The documents prepared by the CONSULTANT for this Project belong to the COUNTY
and may be reproduced and copied without acknowledgement or permission of the
CONSULTANT.
9.3 SUCCESSORS AND ASSIGNS
The CONSULTANT shall not assign or subcontract its obligations under this agreement,
except in writing and with the prior written approval of the Board of County Commissioners
for Monroe County and the CONSULTANT, which approval shall be subject to such
conditions and provisions as the Board may deem necessary. This paragraph shall be
incorporated by reference into any assignment or subcontract and any assignee or
subcontractor shall comply with all of the provisions of this agreement. Subject to the
provisions of the immediately preceding sentence, each party hereto binds itself, its
successors, assigns and legal representatives to the other and to the successors, assigns
and legal representatives of such other party.
9.4 NO THIRD-PARTY BENEFICIARIES
Nothing contained herein shall create any relationship, contractual or otherwise, with or
any rights in favor of, any third party.
9.5 TERMINATION
A. In the event that the CONTRACTOR shall be found to be negligent in any aspect
of service, the COUNTY shall have the right to terminate this agreement after five
(5) calendar days' written notification to the CONTRACTOR.
B. Either of the parties hereto may cancel this Agreement without cause by giving the
other party thirty (30) calendar days written notice of its intention to do so.
C. Termination for Cause and Remedies: In the event of breach of any contract terms,
the COUNTY retains the right to terminate this Agreement. The COUNTY may also
terminate this agreement for cause with CONTRACTOR should CONTRACTOR
fail to perform the covenants herein contained at the time and in the manner herein
provided. In the event of such termination, prior to termination, the COUNTY shall
provide CONTRACTOR with five (5) calendar days' notice and provide the
CONTRACTOR with an opportunity to cure the breach that has occurred. If the
breach is not cured, the Agreement will be terminated for cause. If the COUNTY
9
terminates this agreement with the CONTRACTOR, COUNTY shall pay
CONTRACTOR the sum due the CONTRACTOR under this agreement prior to
termination, unless the cost of completion to the COUNTY exceeds the funds
remaining in the contract; however, the COUNTY reserves the right to assert and
seek an offset for damages caused by the breach. The maximum amount due to
CONTRACTOR shall not in any event exceed the spending cap in this Agreement,
which is$5 million. In addition, the COUNTY reserves all rights available to recoup
monies paid under this Agreement, including the right to sue for breach of contract
and including the right to pursue a claim for violation of the COUNTY's False
Claims Ordinance, located at Section 2-721 et al. of the Monroe County Code.
D. Termination for Convenience: The COUNTY may terminate this Agreement for
convenience, at any time, upon (30) calendar days' notice to CONTRACTOR. If the
COUNTY terminates this agreement with the CONTRACTOR, COUNTY shall pay
CONTRACTOR the sum due the CONTRACTOR under this agreement prior to
termination, unless the cost of completion to the COUNTY exceeds the funds
remaining in the contract. The maximum amount due to CONTRACTOR shall not
exceed the spending cap in this Agreement, which is $5 million.
E. For Contracts of any amount, if the County determines that the
Contractor/Consultant has submitted a false certification under Section
287.135(5), Florida Statutes or has been placed on the Scrutinized Companies
that Boycott Israel List, or is engaged in a boycott of Israel, the County shall have
the option of (1) terminating the Agreement after it has given the
Contractor/Consultant written notice and an opportunity to demonstrate the
agency's determination of false certification was in error pursuant to Section
287.135(5)(a), Florida Statutes, or (2) maintaining the Agreement if the conditions
of Section 287.135(4), Florida Statutes, are met.
F. For Contracts of $1,000,000 or more, if the County determines that the
Contractor/Consultant submitted a false certification under Section 287.135(5),
Florida Statutes, or if the Contractor/Consultant has been placed on the Scrutinized
Companies with Activities in the Sudan List, the Scrutinized Companies with
Activities in the Iran Petroleum Energy Sector List, or been engaged in business
operations in Cuba or Syria, the County shall have the option of(1)terminating the
Agreement after it has given the Contractor/Consultant written notice and an
opportunity to demonstrate the agency's determination of false certification was in
error pursuant to Section 287.135(5)(a), Florida Statutes, or (2) maintaining the
Agreement if the conditions of Section 287.135(4), Florida Statutes, are met.
9.6 CONTRACT DOCUMENTS
This contract consists of the Request for Proposals (RFP) , any addenda, the Form of
Agreement (Articles I-IX), the CONSULTANT'S response to the RFP, the documents
referred to in the Form of Agreement as a part of this Agreement, and attachments
,and modifications made after execution by written amendment. In the event of any conflict
between any of the Contract documents, the one imposing the greater burden on the
CONSULTANT will control.
10
9.7 PUBLIC ENTITIES CRIMES
A person or affiliate who has been placed on the convicted vendor list following a
conviction for public entity crime may not submit a bid on contracts to provide any goods
or services to a public entity, may not submit a bid on a contract with a public entity for the
construction or repair of a public building or public work, may not submit bids on leases of
real property to 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
Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months
from the date of being placed on the convicted vendor list.
By signing this Agreement, CONSULTANT represents that the execution of this
Agreement will not violate the Public Entity Crimes Act(Section 287.133, Florida Statutes).
Violation of this section shall result in termination of this Agreement and recovery of all
monies paid hereto and may result in debarment from COUNTY's competitive
procurement activities.
In addition to the foregoing, CONSULTANT further represents that there has been no
determination, based on an audit, that it or any subcontractor has committed an act
defined by Section 287.133, Florida Statutes, as a "public entity crime" and that it has not
been formally charged with committing an act defined as a"public entity crime" regardless
of the amount of money involved or whether CONUSULTANT has been placed on the
convicted vendor list.
CONSULTANT will promptly notify the COUNTY if it or any subcontractor or
CONSULTANT is formally charged with an act defined as a "public entity crime" or
has been placed on the convicted vendor list.
9.8 MAINTENANCE OF RECORDS AND RIGHT TO AUDIT
CONTRACTOR shall maintain all books, records, and documents directly pertinent to
performance under this Agreement in accordance with generally accepted accounting
principles consistently applied. Records shall be retained for a period of ten (10) years from
the termination of this agreement or for a period of five (5) years from the submission of
the final expenditure report as per 2 CFR §200.333, whichever is greater. Each party to
this Agreement or its authorized representatives shall have reasonable and timely access
to such records of each other party to this Agreement for public records purposes during
the term of the Agreement and for ten (10) years following the termination of this
Agreement. If an auditor employed by the COUNTY or Clerk determines that monies paid
to CONTRACTOR pursuant to this Agreement were spent for purposes not authorized by
this Agreement, or were wrongfully retained by the CONTRACTOR, the CONTRACTOR
shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the
Florida Statutes, running from the date the monies were paid by the COUNTY.
9.9 Right to Audit
Availability of Records. The records of the parties to this Agreement relating to the Project,
which shall include but not be limited to accounting records (hard copy, as well as
computer readable data if it can be made available; subcontract files (including proposals
of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc.);
11
original estimates; estimating work sheets; correspondence; change order files (including
documentation covering negotiated settlements); backcharge logs and supporting
documentation; general ledger entries detailing cash and trade discounts earned,
insurance rebates and dividends; any other supporting evidence deemed necessary by
County or the Monroe County Office of the Clerk of Court and Comptroller (hereinafter
referred to as "County Clerk") to substantiate charges related to this agreement, and all
other agreements, sources of information and matters that may in County's or the County
Clerk's reasonable judgment have any bearing on or pertain to any matters, rights, duties
or obligations under or covered by any contract document(all foregoing hereinafter referred
to as "Records") shall be open to inspection and subject to audit and/or reproduction by
County's representative and/or agents or the County Clerk. County or County Clerk may
also conduct verifications such as, but not limited to, counting employees at the job site,
witnessing the distribution of payroll, verifying payroll computations, overhead
computations, observing vendor and supplier payments, miscellaneous allocations,
special charges, verifying information and amounts through interviews and written
confirmations with employees, Subcontractors, suppliers, and contractors'
representatives. All records shall be kept for ten (10) years after Final Completion of the
Project. The County Clerk possesses the independent authority to conduct an audit of
Records, assets, and activities relating to this Project. If any auditor employed by the
Monroe County or County Clerk determines that monies paid to Contractor pursuant to
this Agreement were spent for purposes not authorized by this Agreement, the Contractor
shall repay the monies together with interest calculated pursuant to Section 55.03, F.S.,
running form the date the monies were paid to Contractor. The right to audit provisions
survives the termination of expiration of this Agreement.
9.10 GOVERNING LAW,VENUE, INTERPRETATION, COSTS,AND FEES
This Agreement shall be governed by and construed in accordance with the laws of the
State of Florida applicable to contracts made and to be performed entirely in the State. In
the event that any cause of action or administrative proceeding is instituted for
the enforcement or interpretation of this Agreement, COUNTY and CONSULTANT agree
that venue shall lie in the 16th Judicial Circuit, Monroe County, Florida, in the appropriate
court or before the appropriate administrative body. This agreement shall not be subject
to arbitration. Mediation proceedings initiated and conducted pursuant to this Agreement
shall be in accordance with the Florida Rules of Civil Procedure and usual and customary
procedures required by the circuit court of Monroe County.
9.11 SEVERABILITY
If any term, covenant, condition or provision of this Agreement (or the application thereof
to any circumstance or person) shall be declared invalid or unenforceable to any extent
by a court of competent jurisdiction, the remaining terms, covenants, conditions and
provisions of this Agreement, shall not be affected thereby; and each remaining term,
covenant, condition and provision of this Agreement shall be valid and shall be
enforceable to the fullest extent permitted by law unless the enforcement of the remaining
terms, covenants, conditions and provisions of this Agreement would prevent the
accomplishment of the original intent of this Agreement.The COUNTY and CONSULTANT
agree to reform the Agreement to replace any stricken provision with a valid provision that
comes as close as possible to the intent of the stricken provision.
12
9.12 ATTORNEYS FEES AND COSTS
The COUNTY and CONSULTANT agree that in the event any cause of action or
administrative proceeding is initiated or defended by any party relative to the enforcement
or interpretation of the Agreement, the prevailing party shall be entitled to reasonable
attorney's fees and court costs, as an award against the non-prevailing party, and shall
include attorney's fees and courts costs in appellate proceedings.
9.13 BINDING EFFECT
The terms, covenants, conditions, and provisions of this Agreement shall bind and inure
to the benefit of the COUNTY and CONSULTANT and their respective legal
representatives, successors, and assigns.
9.14 AUTHORITY
Each party represents and warrants to the other that the execution, delivery and
performance of this Agreement have been duly authorized by all necessary County and
corporate action, as required by law.
9.15 CLAIMS FOR FEDERAL OR STATE AID
CONTRACTOR and COUNTY agree that each shall be, and is, empowered to apply for,
seek, and obtain federal and state funds to further the purpose of this Agreement. Any
conditions imposed as a result of funding that effect the Project will be provided to each
party.
9.16 ADJUDICATION OF DISPUTES OR DISAGREEMENTS
COUNTY and CONTRACTOR agree that all disputes and disagreements shall be
attempted to be resolved by meet and confer sessions between representatives of each
of the parties. The CONTRACTOR and COUNTY representative shall try to resolve the
claim or dispute with meet and confer sessions. If the issue or issues are still not resolved
to the satisfaction of the parties, then any party shall have the right to seek such relief or
remedy as may be provided by this Agreement or by Florida law. This Agreement is not
subject to arbitration. This provision does not negate or waive the provisions of paragraph
9.5 concerning termination or cancellation.
9.17 COOPERATION
In the event any administrative or legal proceeding is instituted against either party relating
to the formation, execution, performance, or breach of this Agreement, COUNTY and
CONSULTANT agree to participate, to the extent required by the other party, in all
proceedings, hearings, processes, meetings, and other activities related to the substance
of this Agreement or provision of the services under this Agreement. COUNTY and
CONSULTANT specifically agree that no party to this Agreement shall be required to enter
into any arbitration proceedings related to this Agreement.
13
9.18 NONDISCRIMINATION/EQUAL EMPLOYMENT OPPORTUNITY
Nondiscrimination: CONTRACTOR and COUNTY agree that there will be no
discrimination against any person, and it is expressly understood that upon a
determination by a court of competent jurisdiction that discrimination has occurred, this
Agreement automatically terminates without any further action on the part of any party,
effective the date of the court order. CONTRACTOR and COUNTY agrees to comply with
all Federal and Florida statutes, and all local ordinances, as applicable, relating to
nondiscrimination. These include but are not limited to: 1) Title VI of the Civil Rights Act
of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national
origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-
1683, and 1685-1686), which prohibits discrimination on the basis of sex; 3) Section 504
of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits
discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as
amended (42 USC ss. 6101-6107) which prohibits discrimination on the basis of age; 5)
The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to
nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and
Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as
amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7)
The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-
3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8)
Title VIII of the Civil Rights Act of 1968 (42 USC s. 3601 et seq.), as amended, relating to
nondiscrimination in the sale, rental or financing of housing; 9) The Americans with
Disabilities Act of 1990 (42 USC s. 12101 Note), as may be amended from time to time,
relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter
14, Article II, which prohibits discrimination on the basis of race, color, sex, religion,
national origin, ancestry, sexual orientation, gender identity or expression, familial status
or age; 11) Any other nondiscrimination provisions in any Federal or state statutes which
may apply to the parties to, or the subject matter of, this Agreement.
Equal Employment Opportunity: The regulation at 41 C.F.R. § 60.1.4(b) requires, except
as otherwise provided or exempted in 41 C.F.R Part 60, that all contracts that meet the
definition of"federally assisted construction contract" in 41 CR 60-1.3 must include the
equal opportunity clause as set forth below.
During the performance of this contract, the Contractor agrees as follows:
(1) The Contractor will not discriminate against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation, gender
identity, or national origin. The Contractor will take affirmative action to ensure that
applicants are employed, and that employees are treated during employment
without regard to their race, color, religion, sex, sexual orientation, gender identity,
or national origin. Such action shall include, but not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship. The Contractor agrees to post in
conspicuous places, available to employees and applicants for employment,
notices to be provided setting forth the provisions of this nondiscrimination clause.
(2) The Contractor will, in all solicitations or advertisements for employees placed by
14
or on behalf of the contractor, state that all qualified applicants will receive
consideration for employment without regard to race, color, religion, sex, sexual
orientation, gender identity, or national origin.
(3)The Contractor will not discharge or in any other manner discriminate against
any employee or applicant for employment because such employee or
applicant has inquired about, discussed, or disclosed the compensation of
the employee or applicant or another employee or applicant. This provision
shall not apply to instances in which an employee who has access to the
compensation information of other employees or applicants as a part of such
employee's essential job functions discloses the compensation of such other
employees or applicants to individuals who do not otherwise have access to
such information, unless such disclosure is in response to a formal complaint
or charge, in furtherance of an investigation, proceeding, hearing, or action,
including an investigation conducted by the employer, or is consistent with
the contractor's legal duty to furnish information.
(4)The Contractor will send to each labor union or representative of workers with
which he has a collective bargaining agreement or other contract or
understanding, a notice to be provided advising the said labor union or
workers' representatives of the Contractor's commitments under this section
and shall post copies of the notice in conspicuous places available to
employees and applicants for employment.
(5) The Contractor will comply with all provisions of Executive Order 11246 of
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor.
(6) The Contractor will furnish all information and reports required by Executive
Order 11246 of September 24, 1965, and by rules, regulations, and orders
of the Secretary of Labor, or pursuant thereto, and will permit access to his
books, records, and accounts by the administering agency and the Secretary
of Labor for purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
(7) In the event of the Contractor's noncompliance with the nondiscrimination
clauses of this contract or with any of the said rules, regulations, or orders,
this contract may be canceled, terminated, or suspended in whole or in part
and the contractor may be declared ineligible for further Government
contracts or federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965, and
such other sanctions may be imposed and remedies invoked as provided in
Executive Order 11246 of September 24, 1965, or by rule, regulation, or
order of the Secretary of Labor, or as otherwise provided by law.
(8)The Contractor will include the portion of the sentence immediately preceding
paragraph (1) and the provisions of paragraphs (1) through (8) in every
subcontract or purchase order unless exempted by rules, regulations, or
orders of the Secretary of Labor issued pursuant to section 204 of Executive
Order 11246 of September 24, 1965, so that such provisions will be binding
upon each subcontractor or vendor. The Contractor will take such action with
15
respect to any subcontract or purchase order as the administering agency
may direct as a means of enforcing such provisions, including sanctions for
noncompliance:
Provided, however, that in the event a contractor becomes involved in, or is
threatened with, litigation with a subcontractor or vendor as a result of such
direction by the administering agency, the Contractor may request the United
States to enter such litigation to protect the interests of the United States.
The Applicant further agrees that it will be bound by the above equal
opportunity clause with respect to its own employment practices when it
participates in federally assisted construction work: Provided, that if the
applicant so participating is a State or local government, the above equal
opportunity clause is not applicable to any agency, instrumentality or
subdivision of such government which does not participate in work on or
under the contract.
The Applicant agrees that it will assist and cooperate actively with the
administering agency and the Secretary of Labor in obtaining the compliance
of contractors and subcontractors with the equal opportunity clause and the
rules, regulations, and relevant orders of the Secretary of Labor, that it will
furnish the administering agency and the Secretary of Labor such information
as they may require for the supervision of such compliance, and that it will
otherwise assist the administering agency in the discharge of the agency's
primary responsibility for securing compliance.
The Applicant further agrees that it will refrain from entering into any contract
or contract modification subject to Executive Order 11246 of September 24,
1965,with a contractor debarred from, or who has not demonstrated eligibility
for, Government contracts and federally assisted construction contracts
pursuant to the Executive Order and will carry out such sanctions and
penalties for violation of the equal opportunity clause as may be imposed
upon contractors and subcontractors by the administering agency or the
Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In
addition, the Applicant agrees that if it fails or refuses to comply with these
undertakings, the administering agency may take any or all of the following
actions: Cancel, terminate, or suspend in whole or in part this grant(contract,
loan, insurance, guarantee); refrain from extending any further assistance to
the applicant under the program with respect to which the failure or refund
occurred until satisfactory assurance of future compliance has been received
from such applicant; and refer the case to the Department of Justice for
appropriate legal proceedings.
9.19 COVENANT OF NO INTEREST
CONSULTANT and COUNTY covenant that neither presently has any interest, and shall
not acquire any interest,which would conflict in any manner or degree with its performance
under this Agreement, and that only interest of each is to perform and receive benefits as
recited in this Agreement.
16
9.20 CODE OF ETHICS
COUNTY agrees that officers and employees of the COUNTY recognize and will be
required to comply with the standards of conduct for public officers and employees as
delineated in Section 112.313, Florida Statutes, regarding, but not limited to, solicitation
or acceptance of gifts; doing business with one's agency; unauthorized compensation;
misuse of public position, conflicting employment or contractual relationship; and
disclosure or use of certain information.
9.21 NO SOLICITATION/PAYMENT
The CONSULTANT and COUNTY warrant that, in respect to itself, it has neither employed
nor retained any company or person, other than a bona fide employee working solely for
it, to solicit or secure this Agreement and that it has not paid or agreed to pay any person,
company, corporation, individual, or firm, other than a bona fide employee working solely
for it, any fee, commission, percentage, gift, or other consideration contingent upon or
resulting from the award or making of this Agreement. For the breach or violation of the
provision, the CONSULTANT agrees that the COUNTY shall have the right to terminate
this Agreement without liability and, at its discretion, to offset from monies owed, or
otherwise recover, the full amount of such fee, commission, percentage, gift, or
consideration.
9.22 PUBLIC ACCESS.
Public Records Compliance. CONSULTANT must comply with Florida public records
laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I
of the Constitution of Florida. The County and CONSULTANT shall allow and permit
reasonable access to, and inspection of, all documents, records, papers, letters or other
"public record" materials in its possession or under its control subject to the provisions of
Chapter 119, Florida Statutes, and made or received by the County and CONSULTANT in
conjunction with this contract and related to contract performance. The County shall have
the right to unilaterally cancel this contract upon violation of this provision by the
CONSULTANT. Failure of the CONSULTANT to abide by the terms of this provision shall
be deemed a material breach of this contract and the County may enforce the terms of
this provision in the form of a court proceeding and shall, as a prevailing party, be entitled
to reimbursement of all attorney's fees and costs associated with that proceeding. This
provision shall survive any termination or expiration of the contract.
The CONSULTANT is encouraged to consult with its advisors about Florida Public
Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the
terms and conditions of this contract, the CONSULTANT is required to:
1) Keep and maintain public records that would be required by the County to perform the
service.
2) Upon receipt from the County's custodian of records, provide the County with a copy
of the requested records or allow the records to be inspected or copied within a
reasonable time at a cost that does not exceed the cost provided in this chapter or as
otherwise provided by law.
17
3) 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
CONSULTANT does not transfer the records to the County.
Upon completion of the contract, transfer, at no cost, to the County all public records
in possession of the CONSULTANT or keep and maintain public records that would
be required by the County to perform the service. If the CONSULTANT transfers
all public records to the County upon completion of the contract, the CONSULTANT
shall destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements. If the CONSULTANT keeps and maintains
public records upon completion of the contract, the CONSULTANT shall meet all
applicable requirements for retaining public records. All records stored electronically
must be provided to the County, upon request from the County's custodian of records,
in a format that is compatible with the information technology systems of the County.
4) A request to inspect or copy public records relating to a County contract must be made
directly to the County, but if the County does not possess the requested records, the
County shall immediately notify the CONSULTANT of the request, and the
CONSULTANT must provide the records to the County or allow the records to be
inspected or copied within a reasonable time.
If the CONSULTANT does not comply with the County's request for records,the County
shall enforce the public records contract provisions in accordance with the contract,
notwithstanding the County's option and right to unilaterally cancel this contract upon
violation of this provision by the CONSULTANT. A CONSULTANT who fails to provide
the public records to the County or pursuant to a valid public records request within a
reasonable time may be subject to penalties under section119.10, Florida Statutes.
The CONSULTANT shall not transfer custody, release, alter, destroy or otherwise
dispose of any public records unless or otherwise provided in this provision or as
otherwise provided by law.
IF THE CONSULTANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO
THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT
PUBLICRECORDS(a-),MONROECOUNTY-FL.GOV, (305)292-3470
MONROE COUNTY ATTORNEY'S OFFICE 1111 12TH Street,
SUITE 408, KEY WEST, FL 33040.
9.23 NON-WAIVER OF IMMUNITY
Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of the
CONSULTANT and the COUNTY in this Agreement and the acquisition of any commercial
liability insurance coverage, self-insurance coverage, or local government liability
insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability
coverage, nor shall any contract entered into by the COUNTY be required to contain any
provision for waiver.
18
9.24 PRIVILEGES AND IMMUNITIES
All of the privileges and immunities from liability, exemptions from laws, ordinances, and
rules and pensions and relief, disability, workers' compensation, and other benefits which
apply to the activity of officers, agents, or employees of any public agents or employees
of the COUNTY, when performing their respective functions under this Agreement within
the territorial limits of the COUNTY shall apply to the same degree and extent to the
performance of such functions and duties of such officers, agents, volunteers, or
employees outside the territorial limits of the COUNTY.
9.25 LEGAL OBLIGATIONS AND RESPONSIBILITIES
Non-Delegation of Constitutional or Statutory Duties. This Agreement is not intended to,
nor shall it be construed as, relieving any participating entity from any obligation or
responsibility imposed upon the entity by law except to the extent of actual and timely
performance thereof by any participating entity, in which case the performance may be
offered in satisfaction of the obligation or responsibility. Further, this Agreement is not
intended to, nor shall it be construed as, authorizing the delegation of the constitutional or
statutory duties of the COUNTY, except to the extent permitted by the Florida constitution,
state statute, and case law.
9.26 NON-RELIANCE BY NON-PARTIES
No person or entity shall be entitled to rely upon the terms, or any of them, of this
Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit
of any service or program contemplated hereunder, and the CONSULTANT and the
COUNTY agree that neither the CONSULTANT nor the COUNTY or any agent, officer, or
employee of either shall have the authority to inform, counsel, or otherwise indicate that
any particular individual or group of individuals, entity or entities, have entitlements or
benefits under this Agreement separate and apart, inferior to, or superior to the community
in general or for the purposes contemplated in this Agreement.
9.27 E-VERIFY
In accordance with F.S. 448.095, the Contractor and any subcontractor shall register with
and shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the
work authorization status of all new employees hired by the Contractor during the term of
the Contract and shall expressly require any subcontractors performing work or providing
services pursuant to the Contract to likewise utilize the U.S. Department of Homeland
Security's E-Verify system to verify the work authorization status of all new employees
hired by the subcontractor during the Contract term. Any subcontractor shall provide an
affidavit stating that the subcontractor does not employ, contract with, or subcontract with
an unauthorized alien. The Contractor shall comply with and be subject to the provisions
of F.S. 448.095
9.28 ATTESTATIONS AND TRUTH IN NEGOTIATION
CONSULTANT agrees to execute such documents as COUNTY may reasonably require,
including a Public Entity Crime Statement, an Ethics Statement, and a Drug-Free
Workplace Statement. Signature of this Agreement by CONSULTANT shall act as the
execution of a truth in negotiation certificate stating that wage rates and other factual unit
costs supporting the compensation pursuant to the Agreement are accurate, complete, and
19
current at the time of contracting. The original contract price and any additions thereto
shall be adjusted to exclude any significant sums by which the agency determines the
contract price was increased due to inaccurate, incomplete, or concurrent wage rates and
other factual unit costs. All such adjustments must be made within one year following the
end of the Agreement.
9.29 NO PERSONAL LIABILITY
No covenant or agreement contained herein shall be deemed to be a covenant or
agreement of any member, officer, agent or employee of Monroe County in his or her
individual capacity, and no member, officer, agent or employee of Monroe County shall be
liable personally on this Agreement or be subject to any personal liability or accountability
by reason of the execution of this Agreement.
9.30 EXECUTION IN COUNTERPARTS
This Agreement may be executed in any number of counterparts, each of which shall be
regarded as an original, all of which taken together shall constitute one and the same
instrument and any of the parties hereto may execute this Agreement by signing any such
counterpart.
9.31 FEDERAL CONTRACT REQUIREMENTS
The CONTRACTOR and its subcontractors must follow the provisions, as applicable, as
set forth in 2 C.F.R. §200.326 Contract provisions and Appendix II to 2 C.F.R. Part 200,
as amended, including but not limited to:
Clean Air Act and the Federal Water Pollution Control Act .
Clean Air Act
The contractor agrees to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq.
The contractor agrees to report each violation to the COUNTY and understands and agrees that
the COUNTY will, in turn, report each violation as required to assure notification to the Federal
Emergency Management Agency, and the appropriate Environmental Protection Agency
Regional Office.
The contractor agrees to include these requirements in each subcontract exceeding $150,000
financed in whole or in part with federal assistance provided by FEMA.
Federal Water Pollution Control Act
The contractor agrees to comply with all applicable standards, orders, or regulations issued
pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251 et seq.
The contractor agrees to report each violation to the COUNTY and understands and agrees that
the COUNTY will, in turn, report each violation as required to assure
notification to the (FDEM or other pass-through entity, if applicable), Federal Emergency
Management Agency, and the appropriate Environmental Protection Agency Regional Office.
The contractor agrees to include these requirements in each subcontract exceeding $150,000
financed in whole or in part with federal assistance provided by FEMA.
20
Suspension and Debarment
This contract is a covered transaction for purposes of 2 C.F.R. Part 180 and 2 C.F.R. Part 3000.
As such, the contractor is required to verify that none of the contractor's principals (defined at 2
C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905)are excluded (defined at 2 C.F.R.
§ 180.940) or disqualified (defined at 2 C.F.R. § 180.935).
The contractor must comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part 3000, subpart
C, and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters.
This certification is a material representation of fact relied upon by COUNTY. If it is later
determined that the contractor did not comply with 2 C.F.R. Part 180, subpart C and 2 C.F.R. Part
3000, subpart C, in addition to remedies available to COUNTY, the Federal Government may
pursue available remedies, including but not limited to suspension and/or debarment.
The bidder or proposer agrees to comply with the requirements of 2 C.F.R. Part 180, subpart C
and 2 C.F.R. Part 3000, subpart C while this offer is valid and throughout the period of any contract
that may arise from this offer. The bidder or proposer further agrees to include a provision
requiring such compliance in its lower tier covered transactions.
Byrd Anti-Lobbying Amendment, as amended, 31 U.S.C. & 1352.
Contractors who apply or bid for an award of more than $100,000 shall file the required
certification. Each tier certifies to the tier above that it will not and has not used federal
appropriated funds to pay any person or organization for influencing or attempting to influence an
officer or employee of any agency, a Member of Congress, officer or employee of Congress, or
an employee of a Member of Congress in connection with obtaining any federal contract, grant,
or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with
non-federal funds that takes place in connection with obtaining any federal award. Such
disclosures are forwarded from tier to tier up to the recipient who in turn will forward the
certification(s) to the federal agency.
Procurement of Recovered Materials
In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA-designated items unless the product cannot be
acquired—
a) Competitively within a timeframe providing for compliance with the contract
performance schedule;
b) Meeting contract performance requirements; or
c) At a reasonable price.
Information about this requirement, along with the list of EPA-designated items, is available at
Comprehensive Procurement Guideline (CPG) Program I US EPA. The Contractor also agrees
to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act.
The Contactor should, to the greatest extent practicable and consistent with the law, purchase,
acquire, or use products and services that can be reused, refurbished, or recycled; contain
21
recycled content, are biobased, or are energy and water efficient; and are sustainable.
Prohibition on Contracting for Covered Telecommunications Equipment or Services
(a) Definitions. As used in this clause, the terms backhaul; covered foreign country; covered
telecommunications equipment or services; interconnection arrangements; roaming; substantial
or essential component; and telecommunications equipment or services have the meaning as
defined in FEMA Policy 405-143-1, Prohibitions on Expending FEMA Award Funds for Covered
Telecommunications Equipment or Services, as used in this clause—
(b) Prohibitions.
1) Section 889(b) of the John S. McCain National Defense Authorization Act for Fiscal Year
2019, Pub. L. No. 115-232, and 2 C.F.R. § 200.216 prohibit the head of an executive agency
on or after Aug.13, 2020, from obligating or expending grant, cooperative agreement, loan, or
loan guarantee funds on certain telecommunications products or from certain entities for
national security reasons.
2) Unless an exception in paragraph (c) of this clause applies, the contractor and its
subcontractors may not use grant, cooperative agreement, loan, or loan guarantee funds from
the Federal Emergency Management Agency to:
i. Procure or obtain any equipment, system, or service that uses covered
telecommunications equipment or services as a substantial or essential component of
any system, or as critical technology of any system;
ii. Enter, extend, or renew a contract to procure or obtain any equipment, system, or
service that uses covered telecommunications equipment or services as a substantial
or essential component of any system, or as critical technology of any system;
ii. Enter, extend, or renew contracts with entities that use covered telecommunications
equipment or services as a substantial or essential component of any system, or as
critical technology as part of any system; or
iv. Provide, as part of its performance of this contract, subcontract, or other contractual
instrument, any equipment, system, or service that uses covered telecommunications
equipment or services as a substantial or essential component of any system, or as
critical technology as part of any system.
(c) Exceptions.
1) This clause does not prohibit contractors from providing—
i. A service that connects to the facilities of a third-party, such as backhaul, roaming, or
interconnection arrangements; or
ii. Telecommunications equipment that cannot route or redirect user data traffic or permit
visibility into any user data or packets that such equipment transmits or otherwise
handles.
22
2) By necessary implication and regulation, the prohibitions also do not apply to:
i. Covered telecommunications equipment or services that:
a. Are not used as a substantial or essential component of any system; and
b. Are not used as critical technology of any system.
ii. Other telecommunications equipment or services that are not considered covered
telecommunications equipment or services.
3) Reporting requirement.
i. In the event the contractor identifies covered telecommunications equipment or
services used as a substantial or essential component of any system, or as critical
technology as part of any system, during contract performance, or the contractor is
notified of such by a subcontractor at any tier or by any other source, the contractor
shall report the information in paragraph (d)(2) of this clause to the recipient or
subrecipient, unless elsewhere in this contract are established procedures for
reporting the information.
ii. The Contractor shall report the following information pursuant to paragraph (d)(1) of
this clause:
a. Within one business day from the date of such identification or notification: The
contract number; the order number(s), if applicable; supplier name; supplier unique
entity identifier (if known); supplier Commercial and Government Entity (CAGE)
code (if known); brand; model number (original equipment manufacturer number,
manufacturer part number, or wholesaler number); item description; and any
readily available information about mitigation actions undertaken or
recommended.
b. Within 10 business days of submitting the information in paragraph (d)(2)(i) of this
clause: Any further available information about mitigation actions undertaken or
recommended. In addition, the contractor shall describe the efforts it undertook to
prevent use or submission of covered telecommunications equipment or services,
and any additional efforts that will be incorporated to prevent future use or
submission of covered telecommunications equipment or services.
(e) Subcontracts. The Contractor shall insert the substance of this clause, including this paragraph
(e), in all subcontracts and other contractual instruments.
Domestic Preference for Procurements
The CONTRACTOR should, to the great extent practicable and consistent with the law, provide
a preference for the purchase, acquisition, or use of goods, products, or materials produced in
the United States. This includes but is not limited to iron, aluminum, steel, cement, and other
manufactured products.
For purposes of this clause:
Produced in the United States means, for iron and steel products, that all manufacturing
processes, from the initial melting stage through the application of coatings, occurred in the United
States.
23
FEMA Recommended Contract Provisions.
Upon the recommendation of FEMA, the Contract Provisions apply when any funding is awarded
by FEMA for services under this Agreement.
Access to Records
The Contractor agrees to provide COUNTY, Florida Department of Emergency Management or
other pass-through entity, if applicable, the FEMA Administrator, the Comptroller General of the
United States, or any of their authorized representatives access to any books, documents, papers,
and records of the Contractor which are directly pertinent to this contract for the purposes of
making audits, examinations, excerpts, and transcriptions.
The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
The Contractor agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the
contract.
For Contracts Entered into After August 1, 2017, Under a Maior Disaster or Emergency
Declaration
In compliance with section 1225 of the Disaster Recovery Reform Act of 2018, the COUNTY and
the Contractor acknowledge and agree that no language in this contract is intended to prohibit
audits or internal reviews by the FEMA Administrator or the Comptroller General of the United
States.
Changes
To be allowable under a FEMA grant or cooperative agreement award, the cost of any contract
change, modification, amendment, addendum, change order, or constructive change must be
necessary, allocable, within the scope of the grant or cooperative agreement, reasonable for the
scope of work, and otherwise allowable.
Any changes to this Agreement must be approved in writing by written Amendment signed by
both parties.
DHS Seal, Logo, and Flags
COUNTY must obtain written permission from DHS prior to using the DHS seals, logos, crests,
or reproductions of flags, or likenesses of DHS agency officials. This includes use of DHS
component (e.g., FEMA, CISA, etc.) seals, logos, crests, or reproductions of flags, or likenesses
of component officials
Compliance with Federal Law, Regulations, and Executive Orders and Acknowledgement
of Federal Funding
This is an acknowledgment that FEMA financial assistance will be used to fund all or a portion of
the contract. The Contractor will comply with all applicable federal law, regulations, executive
orders, FEMA policies, procedures and directive.
No Obligation by Federal Government
The Federal Government is not a party to this contract and is not subject to any obligations or
liabilities to the COUNTY, contractor, or any other party pertaining to any matter resulting from
the contract.
24
Program Fraud and False or Fraudulent Statements or Related Acts
The Contractor acknowledges that 31 U.S.C. Chap. 38(Administrative Remedies for False Claims
and Statements) applies to the contractor's actions pertaining to this contract.
Socioeconomic Contracting
The Contractor is encouraged to take all necessary steps identified in 2 C.F.R. §200.321(b)(1)(5)
to ensure small businesses, minority businesses, women's business enterprises, veteran owned
businesses, and labor surplus area firms are considered when possible.
Copyright -License and Delivery of Works Subject to Copyright.
The Contractor grants to the COUNTY, a paid-up, royalty-free, nonexclusive, irrevocable,
worldwide license in data first produced in the performance of this contract to reproduce, publish,
or otherwise use, including prepare derivative works, distribute copies to the public, and perform
publicly and display publicly such data. For data required by the contract but not first produced in
the performance of this contract, the Contractor will identify such data and grant to the COUNTY
or acquires on its behalf a license of the same scope as for data first produced in the performance
of this contract. Data, as used herein, shall include any work subject to copyright under 17 U.S.C.
§ 102, for example, any written reports or literary works, software and/or source code, music,
choreography, pictures or images, graphics, sculptures, videos, motion pictures or other
audiovisual works, sound and/or video recordings, and architectural works. Upon or before the
completion of this contract, the Contractor will deliver to the (insert name of the recipient or
subrecipient) data first produced in the performance of this contract and data required by the
contract but not first produced in the performance of this contract in formats acceptable by the
COUNTY.
Build America, Buy America Act (BABAA) for Architectural and/or Engineering Contracts
Build America, Buy America Act Preference.
Contractors and subcontractors agree to incorporate the Buy America Preference into planning
and design when providing architectural and/or engineering professional services for
infrastructure projects. Consistent with the Build America, Buy America Act (BABAA) Pub. L.
11758 §§70901-52, no federal financial assistance funding for infrastructure projects will be used
unless all the iron, steel, manufactured projects, and construction materials used in the project
are produced in the United States
Providing Good, Safe Jobs to Workers
Creating Good Jobs.
Pursuant to FEMA Information Bulletin No. 520, the contractor will comply with all applicable
federal labor and employment laws. To maximize cost efficiency and quality of work, the
contractor commits to strong labor standards and protections for the project workforce by creating
an effective plan for ensuring high-quality jobs and complying with federal labor and employment
laws. The contractor acknowledges applicable minimum wage, overtime, prevailing wage, and
health and safety requirements, and will incorporate Good Jobs Principles wherever appropriate
and to the greatest extent practicable.
Buy Clean
COUNTY encourages the use of environmentally friendly construction practices in the
performance of this Agreement. In particular, COUNTY encourages that the performance of this
agreement include considering the use of low-carbon materials which have substantially lower
levels of embodied greenhouse-gas emissions associated with all relevant stages of production,
use, and disposal, as compared to estimated industry averages of similar materials or products
as demonstrated by their environmental product declaration
25
FDEM Funded Projects
If this contract is funded by FDEM the following provisions shall apply.
The CONTRACTOR is bound by the terms and conditions of the Federally-Funded Subaward
and Grant Agreement between COUNTY and the Florida Division of Emergency Management
(Division) .
The CONTRACTOR shall hold the Division and COUNTY harmless against all claims of whatever
nature arising out of the CONTRACTOR's performance of work under this Agreement, to the
extent allowed and required by law.
Breach Penalty and Damages During Emergency Recovery Period
Effective January 1, 2026, and in accordance with F.S. 252.505, the Parties agree that if the
Contractor/Consultant breaches this Contract for goods or services related to emergency
response for a natural emergency during an emergency recovery period, the
Contractor/Consultant shall pay Monroe County a penalty of Five Thousand Dollars ($5,000) and
damages. In addition to the penalty, the Contractor/Consultant shall be liable for damages, which
may be assessed, at the County's sole discretion, as either:
1. Actual and consequential damages suffered as a result of the breach; OR
2. Liquidated damages in the amount specified in this Contract.
The remedies provided in this section are cumulative and are in addition to any other rights or
remedies available at law or in equity. For purposes of this provision, "emergency recovery period"
shall have the meaning assigned under F.S. 252.505.
The Remainder of this Page Intentionally Left Blank
26
IN WITNESS WHEREOF, each party has caused this Agreement to be executed by its duly authorized
representative on the day and year first above written.
COUNTY-
(SEAL) BOARD OF COUNTY COMMISSIONERS
Attest: KEVIN MADOK, Clerk OF MONROE COUNTY, FLORIDA
By: By:
Deputy Clerk Mayor/Chairman
Date,—....--
Witness for the Contractor:
(Seal) CONTRACTOR:
Att
;I g&nu&r e Signatpre'�bf person authorised to legally bind
Corporation
Brad Tiffee 08/15/2025 Date: 08/15/2025
Print Name Date
Title: Chief Administrative Officer Keith Reynolds
Print Name
Director, Contract Operations and Compliance
0 Sig
Sig tur Title4J
Amy Stewart 08/15/2025
C�rint Name Date
Title: Director of Human Resources
Nlonfoe County Attorney END OF AGREEMENT
Approved o5 to Fcion Arid ixgtd Sufficiency
Donald Townsend,Jr
As I isuml County Aftortin
11 Aug 14,2025,2A PM
27
ATTACHM ENT A
SCOPE OF WORK AND PRICING
FEMA Program Assistance
Provide comprehensive support to the County in managing FEMA grant programs, including but not limited to the
Public Assistance (PA) Program, Sheltering and Temporary Essential Power (STEP), and the Hazard Mitigation
Grant Program (HMGP). Specific tasks include:
• Program Guidance & Compliance
o Provide expert guidance on FEMA programs, including policy interpretation and eligibility requirements.
o Assist in developing and maintaining County policies to ensure compliance with FEMA and State of
Florida regulations.
• Grant Management & Documentation
o Assist in the formation and coordination of a County team to manage FEMA Public Assistance and other
eligible FEMA programs.
o Provide support in preparing and submitting required correspondence to FEMA and the State of Florida.
o Ensure accurate and timely documentation of eligible expenses and compliance with reporting
requirements.
• Funding & Project Management
o Assist with preparing project worksheets (large and small) to ensure accurate scope of work, cost
estimates, eligibility, and proper project categorization.
o Support the development of hazard mitigation proposals, alternate projects, and improved projects that
align with the County's long-term interests.
o Assist with dispute resolution and appeals related to FEMA funding.
o Monitor and help the County meet deadlines for documentation, appeals, project completion, and
closeout.
• Reporting &Audits
o Provide periodic status reports to County management on FEMA Public Assistance progress and other
relevant FEMA programs.
o Support the County during final inspections and audits, ensuring all requirements are met.
o Advise on risk management strategies to minimize de-obligation of FEMA funds.
• Additional Support
o Provide any other FEMA-related assistance as requested by the County.
Federal and State Programs & Funding
The consultant shall also provide comprehensive support for federal and state grant programs, ensuring
compliance with relevant laws, identifying funding opportunities, and optimizing the County's grant management
process. Specific tasks include:
• Regulatory Compliance & Training
o Ensure compliance with federal and state regulations, including 2 CFR Part 200, the Stafford Act, and
other applicable guidelines.
o Monitor and inform the County of regulatory updates that could impact grant funding.
o Conduct training sessions for County staff on regulatory changes and grant management best practices.
• Grant Identification &Application Support
o Research and notify the County of new federal and state funding opportunities.
o Assist with the preparation and submission of grant applications, proposals, and letters of intent.
o Develop and refine grant narratives, budgets, and required supporting documentation.
28
o Review and revise proposals for accuracy, compliance, and completeness before submission.
• Grant Administration & Oversight
o Conduct compliance reviews to ensure adherence to grant terms and conditions.
o Assist with audit preparation and response to audit findings.
o Develop tools, templates, and systems for grant reporting, tracking, and financial management.
o Provide technical assistance for grant administration systems and software.
• Additional Support
o Offer strategic recommendations to enhance the County's grant acquisition and management
capabilities.
o Provide on-demand technical assistance for grant-related matters.
Disaster-Related Services
In addition to FEMA and grant-related consulting, the consultant may provide additional disaster recovery,
preparedness, and resilience services upon request. These services may include but are not limited to:
• Disaster Response & Recovery Planning
o Assist with the development and implementation of disaster response and recovery plans.
o Provide technical assistance for emergency response coordination and resource allocation.
o Support the County in identifying and implementing best practices for disaster resilience.
• Damage Assessments & Documentation
o Assist in conducting post-disaster damage assessments to support funding requests.
o Provide guidance on proper documentation of damages to ensure compliance with federal and state
requirements.
• Community Resilience & Mitigation Strategies
o Assist in the development of long-term mitigation and resilience strategies to reduce the impact of future
disasters.
o Support the County in pursuing mitigation grants and funding opportunities to enhance community
resilience.
• Training & Capacity Building
o Conduct training sessions for County staff on disaster preparedness, response, and recovery best
practices.
o Provide guidance on continuity of operations planning (COOP) to ensure essential government functions
during and after disasters.
• Provision of Human and Material Resources
o Provide skilled personnel, such as project management teams and technical experts, to support disaster
response and recovery efforts.
o Deploy specialized resources, including drone technology for pre- and post-disaster assessments, data
collection, and damage documentation.
o Support the County with logistical planning, equipment coordination, and operational staffing as needed
for emergency management activities.
• Additional Support
o Provide other disaster-related services as needed to support the County's emergency management and
recovery efforts.
DELIVERABLES
The Task Order for each project will define the deliverables, which include, but are not limited to:
• Monthly Progress Reports — Status updates on grant applications and compliance reviews.
• Grant Application Packages —Completed and submitted proposals for targeted funding opportunities.
29
• Compliance Reports - Documentation of compliance efforts and results of internal audits.
• Training Materials - Guides and presentations for staff capacity-building.
• Financial Reports - Reimbursement requests and expenditure tracking.
PRICING
Position Hourly Rate without Hourly Rate with Travel
Travel
Program Manager $190.00 $220.00
Project Manager $155.00 $185.00
Subject Matter Expert $220.00 $250.00
Data Reporting Specialist $100.00 $130.00
Data Reporting Lead $125.00 $155.00
Disaster Recovery Specialist 1 $95.00 $125.00
Disaster Recovery Specialist 11 $110.00 $140.00
Disaster Recovery Specialist 111 $135.00 $165.00
Disaster Recovery Specialist Lead $145.00 $175.00
Individual Assistance Specialist, 1 $95.00 $125.00
Individual Assistance Specialist, 11 $110.00 $140.00
Individual Assistance Specialist, 111 $135.00 $165.00
Individual Assistance Specialist, Lead $145.00 $175.00
Grant Management Specialist 1 $95.00 $125.00
Grant Management Specialist 11 $110.00 $140.00
Grant Management Specialist 111 $135.00 $165.00
Grant Management Specialist Lead $145.00 $175.00
Compliance Specialist 1 $75.00 $105.00
Compliance Specialist 11 $100.00 $130.00
Compliance Specialist 111 $115.00 $145.00
Compliance Specialist Lead $125.00 $155.00
Administrative Assistance $70.00 $100.00
Hazard Mitigation Specialist 1 $90.00 $120.00
Hazard Mitigation Specialist 11 $120.00 $150.00
Hazard Mitigation Specialist 111 $135.00 $165.00
Hazard Mitigation Lead $145.00 $175.00
Planner $120.00 $150.00
Lead Planner $135.00 $165.00
Environmental and Historical Preservation $115.00 $145.00
Specialist
Environmental and Historical Preservation $145.00 $175.00
Lead
*Hourly rate without travel does not include 'but-of-pocket" travel-related costs, such as travel, lodging, meals,
etc.
** Hourly rate with travel includes lodging, per diem, and other travel-related costs.
30
ETHICS CLAUSE
SWORN STATEMENT UNDER ORDINANCE NO.010-1990
MONROE COUNTY, FLORIDA
ffIEM International, co
(Company)
...
warrants thathe/it has not employed, retained or otherwise had act on his/heral y former County officer
oremployee in violation of Section 2 of Ordinance No. 010-1990 or any County officer or employee in violation o
Section of Ordinance No. 010-1990, Forbreach or violation oft is provision the County may, in its discretion,
terminate this Agreement it out liability and may also, in its discretion, deduct from Agreement or purchase
rice, or otherwise recover, the full amountof any fee, commission, e c n a e, gift, or consideration pai tot e
former County officer oremployee."
i ,tirr fr
rK
owGrlll
FSignat ) ..
Date: June 25, 2025
r�rvf..G i �
STATE OF: L0UISIANA
PARISH OF:
EAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means ofXphysical presence or❑ online
notarization, on June 25, 2025
(date) by Keith Reynolds (name of affiant). He/She i personally
=to me or has produced (type of
identification) as identification.
OTARY P141C
fMy Commission Expires: death
,�F, 4 ut��'�ViPi Y JVu Gar f'rt�k"�
��f¢sx°riFi r�ti�w
50
lo,Keith Reynolds of the city of BatonRouge according to law on my
oath, and under e a of perjury, depose and say that
I am Director, Contract Operations and Compliance oft the firm of
IEM International,Inc. the bidder akin the
Proposal forte project describedin t euet for ro osals for
Comprehensive Disaster Recovery and Grant Management Consulting Servl s an that I executed the said
proposal _with full authority to do sold
® the prices in this bid have been arrived at independently wit out collusion,
consultation, communication or agreement forte purpose of restricting competition,
as to any matter relating to such prices with any other bidder or with anycompetitor;
. unless otherwise required , the prices which have been quotedin this bid have
of been knowingly disclosed i er and will not knowingly be disclosed by the
bidder rior to bid opening, it or indirectly, to any other bidder or to any
competitor; and
4. no attempt as been made or will be made by the bidder to induce any other person,
partnership or corporation to submit, or not to submit, a bid forte purpose o
restricting competition;
5. the statements contained in this affidavit r r correct, and made with II
knowledge that Monrqp,,CQtmty relies upon the truth oft the statements contained i
this affidavit to a t a ��' for said project.
�o
�
(Signature),,
ate: June 25, 2025
STATE OF: LOUISIANA
PARISH OF: EAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means of Xphysical presence or❑ online
notarization, on June 25, 2025 (date) by Keith Re Holds (name of affiant).
He/She i ersonallr known me or has produced (type of
identification)as identification.
OTARY PT3BLIC
�YiA aC"r pntiti4
M Commission Expires: death
y
51
DRUG
FREE WORKPLACE FORM
®The undersigned vendor in accordance with Florida Statute287.087 ere y certifies that:
IEM International, Inc.
(Name ofBusiness)
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in theworkplace and
specifying the actions that will be taken againstemployees for violations of such ro i itio .
. Inform employees aboutte dangers of drugabuse in the workplace, the business' policy o
maintaining a drug-free workplace, any available drug counseling, rehabilitation, and
employee assistance programs, and the penalties that may be imposed employees for
drug abuse violations.
. Give each employee engaged in providingcommodities or contractual services that are
under i s copy of the statement specified in subsection ( ).
4. In the statement specified in subsection (1), notify the employees that, as a condition o
working on thecommodities or contractual services that are under bid, the employee will
abide y the terms oft the statement and will notify the employer of any conviction of, or plea
of guilty or nolo contenderre to, any violation of Chapter 893 (Florida t tut s) or of any
controlled substance law of the UnitedStates or any state, for a violation occurring in the
workplace no later than five (5) days after such conviction.
5. Impose a sanction on, or require the satisfactory ici ion in a drug abuse assistance or
rehabilitation program if such is available in the employee's community,or any employee who
is so convicted.
6. e a good faitheffort to continue to maintain a drug-free workplace through implementation
of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with the above
requirements. `t i r'�F
4 �
� F h
�tlm
Q�p
(Signatu
Date: June 25, 2025
STATE OF: LOUISIANA
PARISH OF: EAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means ofXphysical presence or❑ online
notarization, on June 25, 2025 (date)
by Keith Reynolds (name of affiant). He/She is ersonally knowr to
me or has produced {type of ids fication)as identification.
.r.mm.,. TA )BLIC
lka-w�1 7 uv � Urr
9�T S^tit£ `ui�
death
.
�
' 45,4
� �illl�£f' , '" " 1f£4V14 i„i�'d15 '�i£'hall lkf A6'',....
'Nffij D f SZ
i
STATEMENTPUBLIC ENTITY CRIME
"A person or affiliate who has been placed on the convicted vendor list following a conviction for
public entity crime may not submit a bid on a contract to provide any goods or services to a public
entity, may not submit a bid on a contract with a public entity fort the construction or repair of a public
buildingor public work, may not submit ids on leases of real property to public entity, not be
awarded or perform works a contractor, supplier, subcontractor, or CONTRACTOR nder a
contract with any public entity, and may not transact business with anypublic entity in excess of the
thresholdamount provided in Section 287.017, for CATEGORY TWO for a periodof 36 months fro
the date of being placedon the convicted vendor list."
I have read the above and state that neither 1EM International, Inc. (Respondent's name) nor
any Affiliate has been placedon the convicted vendor list within the last 36 months.
vliwi�r ��r,
PhA"'k P I
(Si nat re)
[date: Jun
2p2
STATE OF:
LOUISIANA
PARISH OF: EAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means ofX physical presence or❑ online
notarization, on June 25, 2025 (date) by Keith Reynolds (name of affiant).
He/She isimmm=o me or has produced (type of identification) as
identification.
4 �tii ro4flu;:e Ga�ti .74ts,u NOTARY P iIC
u I n �lui�ri��nazrx+�� a s�1�Y
ire `� ti'9 6u,�6 4C^ "lu4'allr��t;p Ib'ly Commission Expires: death
ri�t��gu�N9Cg9f U�ti $ r1a4'a�
arraKr�S6)n 4 rrpP r,r^ g b),
53
VENDOR CERTIFICATION REGARDING SCRUTINIZED CC? FAMES LIST
Project Description(s):_Comprehensive Disaster Recovery and Grant Management Consulting Services
Respondent Vendor Name: I M International, Inc.
Vendor FB : 72-1045664
Vendor's Authorized Representative Name and Title: Keith Reynolds, Director Contract Operations and Compliance
Address: 5420 Wade Park Blvd. Suite 140
City: Raleigh State: North Carolina Zip: 27607
Phone Number: 919-990-8191
Email Address: Contracts@iem.com
Section 287.135,Florida Statutes prohibits a company from bidding on,submitting a proposal for,or entering into or
renewing a contract for goods or services of any amount if,at the time of contracting or renewal,the company is on the
Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725,Florida Statutes,or is engaged in
a Boycott of Israel. Section 287.135,Florida Statutes,also prohibits a company from bidding on,submitting a proposal
for,or entering into or renewing a contract for goods or services of$1,000,000 or more,that are on either the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector Fists which were created pursuant to s.215.473,Florida Statutes,or is engaged in business operations in Cuba
or Syria.
As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the
Section entitled i6Respondent Vendor e" is not listed on the Scrutinized Companies that Boycott Israel List or
engaged in a boycott of Israel and for Projects of$1,0 0,000 or more is not listed on either the Scrutinized Companies
with Activities in Sudan List,the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or
engaged in business operations in Cuba or Syria.
I understand that pursuant to Section 27.135, Florida Statutes, the submission of a false certification may subject
company to civil penalties,attorney"s fees,and/or costs.I further understand that any contract with the County may be
terminated,at the option of the County,if the company is found to have submitted a false certification or has been placed
on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized
Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy
Sector List or been engaged in business operations in Cuba or Syria.
Certified By: KLaoh Reynolds ,who is authorised to sign on behalf
of the above referenced company.
Authorized Signature: Holds H v r
� i,d iUily
"�
Print e �eithe Reynolds
Title: Director, Contract Operations and Compliance
Dote The List are available at the following Department ofMana ement Se'r 6
florida_x4klln/b;II si w e 11 a�d Vw"w l"1 ?61 �a .7�q ?Y" $ iflkdd' 1@ ff ii�d I� "�u
�— ...
1iagidvd di scrim n ow(m), .�.arrm.l?.ia. ms vtradair.�wlo tl
o"
54
AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT
FOR LABOR OR SERVICES
Entity/Vendor Name: 1EM International, Inc.
Vendor FEIN. 72-1045884
Vendor's Authorized Representative: Keith Reynolds, Director Contract Operations and Compliance
Address: 5.420 Wade Park Blvd. Suite 140 (Name and Title)
City: Raleigh State: North Carolina Zip: 27607
Phone Number: 919-990-8191
Email Address: Contracts@iem.com
As a nongovernmental entity executing, renewing, or extending a contract with a government
entity,Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does
not use coercion for labor or services in accordance with Section 787.06,Florida Statutes.
As defined in Section 787.06(2)(a), coercion means:
1. Using or threating to use physical force against any person;
2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person
without lawful authority and against her or his will;
3. Using lending or other credit methods to establish a debt by any person when labor or services
are pledged as a security for the debt, if the value of the labor or services as reasonably
assessed is not applied toward the liquidation of the debt, the length and nature of the labor
or service are not respectively limited and defined;
4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or
purported passport, visa, or other immigration document, or any other actual or purported
government identification document,of any person;
5. Causing or threating to cause financial harm to any person.;
6. Enticing or luring any person by fraud or deceit; or
7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section
893.03 to any person for the purpose of exploitation of that person.
As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that
Vendor does not use coercion for labor or services in accordance with Section 787.06.
Additionally, Vendor has reviewed Section 787-06, Florida Statutes, and agrees to abide by same.
Certified By: Keith Reynolds who is
authorized to sign on behalf 9, fthe above referenced compa :V'",
Authorized Signature-
. .............
Print Name:Keith Reynolds
Title:Director, Contract Operations and Compliance �n.o �d
4,
if
55
i
inoritw Owned Business Declaration
IEM International, Inc, _,a sub-contractor engaged by Monroe County during the completion of work
associated with the below indicated project
(Check one)
.----.is a minority business enterprise,as defined in Section 288.703,Florida Statutes
or
:v_is not a minority business enterprise,as defined in Section 288.703,Florida Statutes.
ES.288.703(3) "Minority business enterprise"means any small business concern as defined in subsection(6)(see below)which is
organized to engage in commercial transactions,which is domiciled in Florida,and which is at least 5 I-pereent-owned by minority
persons who are members of an insular group that is of a particular racial,ethnic,or gender makeup or stational origin,which has
been subjected historically to disparate treatment due to identification in and with that group resulting in an underrepresentation of
commercial enterprises under the group's control,and whose management and daily operations are controlled by such persons,A
minority business enterprise may primarily involve the practice of a profession,Ownership by a minority person does not include
ownership which is the result of a transfer from a nonminority person to a minority person within a related immediate family group
if the combined total net asset value of all members of such family group exceeds$1 million.For purposes of this subsection,the
to "related immediate family group"means one or more children under 16 years of age and a parent of such children or the
spouse of such parent residing in the same house or living unit,
F.S 288.703(6)"Small business"means an independently owned and operated business concern that employs 200 or fewer
permanent full-time employees and that,together with its affiliates,has a net worth of not more than$5 million or any firm based in
this state which has a Small business Administration (a)certification,As applicable to sole proprietorships,the$5 million net
worth requirement shall include both personal and business investments,
Contractor mav refer to F,S,288.703 for more information.
Contractor Sub-Recipient: Monroe County
Signature-,"'""' Signature
Print Name: Keith Reynolds Printed Nance:
Title:Director,Contract Operations and Compliance Title/OMB Department: �.._�.
Verified via: httos://osd.dms.myflorida.com/directories
Address:5420 Wade Park Blvd. Sups 140 ITEM Contract:
Raleigh, North Carolina 27607
City/State/Zip
Date: Jun 25, 2025 FEMA Project Number:
a U)1,Al'a
11 a
ar�r D ,
56
FOREIGN ENTITIES AFFIDAVIT F.S. 287.138
1, Keith Reynolds of the city of Baton Rouge according to law
on my oath, and under penalty of perjury, depose and say that,
a. I am Director,Contract Operations and Compliance of the firm of
IEM International, Inc, ("Entity"), the bidder
making the Proposal for the project described in the Request for Proposals for
Comprehensive Disaster Recover and Grant many .arrlcrst cor�sa�ltin eresi s and that I executed the said
proposal with full authority to do so;
b. In accordance with section 287.138, Florida Statutes, the Entity is not owned by the
government of a Foreign Country of Concern, as that term is defined in F.S. 287.138,
is not organized under the laws of nor has its Principal Place of Business in a Foreign
Country of Concern, and the government of a Foreign Country of Concern does not
have a Controlling Interest in the entity.
c. The statements contained in this affidavit are true and correct, and made with full
knowledge that Monroe County relies upon the truth of the statements contained in
this affidavit in awarding contracts for said project.
(Signature)
Date: June 27, 2025
STATE OF: LOUISIANA
PARISH OF: FAST BATON ROUGE
Subscribed and sworn to (or affirmed) before me, by means of N physical presence or 0
online notarization, on June 27, 2025 by
Keith Reynolds (name of affiant). He/SA, is personally known me or
has produced
type o
identification) as identification.
N I
Bratfley Layre T'iffee "�RY 0 BL
East[Ilatw Rv gt,,,Raras h i t auWWm
death
My Commission Expires:
P
P,4c 1,311454
...........
Respondent's Insurance and Indemnification Statement
Insurance Reauirement Reauired Li its
Worker's Compensation Statutory Limits
Employer's Liability $1,000,000/$1,000,000/$1,000,000
General Liability $1,000,000 Combined Single Limit
Vehicle Liability $500,000 Combined Single Limit per
Occurrence, or if split limits, $250,000
per person, $500,000 per accident,
and $50,000 property damage.
IDEMNIFICATION AND HOLD HARMLESS FOR CONTRACTORS AND SUBCONTRACTORS
The CONTRACTOR covenants and agrees to indemnify, hold harmless and defend Monroe County,
its commissioners, officers, employees, agents and servants from any and all claims for bodily injury,
including death, personal injury, and property damage, including property owned by Monroe County,
and any other losses,damages, and expenses of any kind, including attorney's fees, court costs and
expenses, which arise out of, in connection with, or by reason of services provided by the
CONTRACTOR or any of its Subcontractor(s) in any tier, occasioned by the negligence, errors, or
wrongful act or omission of the CONTRACTOR, including its Subcontractor(s) in any tier, their
officers, employees, servants or agents.
In the event that the completion of the project(to include the work of others) is delayed or suspended
as a result of the CONTRACTOR's failure to purchase or maintain the required insurance, the
CONTRACTOR shall indemnify the County from any and all increased expenses resulting from such
delay. Should any claims be asserted against the COUNTY by virtue of any deficiency or ambiguity
in the plans and specifications provided by the CONTRACTOR, the CONTRACTOR agrees and
warrants that CONTRACTOR shall hold the County harmless and shall indemnify it from all losses
occurring thereby and shall further defend any claim or action on the County's behalf.
The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements
contained elsewhere within this agreement.
This indemnification shall survive the expiration or earlier termination of the Agreement.
RESPONDENT'S STATEMENT
I understand the insurance that will be mandatory if awarded the contract and will comply in full
with all the requirements.
D�ectorCotract Op p Operations and Compliance
Or,r,
ith Y
Respondent
k CY
57
Nr10orla, f
��1'0lm '�`
INSURANCE AGENT'S STATEMENT
I have reviewed the above requirements with the bidder named below. The following deductibles
apply to the corresponding policy.
POLICY DEDUCTIBLES
Commercial 630 3R329314; Auto BA 3R329191; GL, No Deductible; Umbrella- No Deductible;WC
Umbrella CUP 3R389058;Workers Comp UB3R28606 No deductible; Professional/Cyber- $50,000 deductible
Professional Gyber LGYdbZZ64; Excess Prof/cyber Auto- No deductible
P00100124587307
MONROE COUNTY, FLORIDA
Request For Waiver
Of
Insurance Requirements
It is requested that the insurance requirements, as specified in the County's Schedule of Insurance
Requirements, be waived or modified on the following contract:
Contractor: No waiver requested
Contract for:
Address of Contractor:
Phone:
Scope of Work:
Reason for Waiver:
Policies Waiver
will apply to:
Signature of Contractor:
Approved Not Approved
Risk Management:
Date:
58
County Administrator appeal:
Approved Not Approved
Date:
Board of County Commissioners appeal:
Approved Not Approved
Meeting Date:
IEM International, Inc.
RESPONDENT .-----.--9IGNATURE
Keith Reynolds, Director of Contract Operations
59